TENDER_DOCU_8336
TENDER_DOCU_8336
“E-TENDER”
MILITARY ENGINEER SERVICES
GARRISON ENGINEER BHOPAL
NAME OF WORK: ADDN/ ALTERATION OF COOK HOUSE (02/LBW) AND SPL REPAIR OF TOILET
(06XOTM) (02/SRW) OF 102 ENGR REGT AND PROVN OF SEWAGE PIPELINE IN BLDG NO. T-176
(ESI) BATHROOM TO MAIN DRAINAGE (APPROX 150 M) OF 2 TECH TRG BN UNDER GE BHOPAL
2. Forwarding letter 02
4. Notice of Tender (IAFW – 2162) with Appendix ‘A’ to notice of tender including 06 to 09
amendments thereto.
6. Item rate tender and contract for works required (IAFW –1779-A) (Revised- 12 to 39
M/S_____________________
________________________
________________________
e-TENDER
ADDN/ ALTERATION OF COOK HOUSE (02/LBW) AND SPL REPAIR OF TOILET (06XOTM) (02/SRW)
OF 102 ENGR REGT AND PROVN OF SEWAGE PIPELINE IN BLDG NO. T-176 (ESI) BATHROOM TO
MAIN DRAINAGE (APPROX 150 M) OF 2 TECH TRG BN UNDER GE BHOPAL
Dear Sir(s),
1. Tender documents in respect of above work are uploaded on the site www.defproc.gov.in. The tender is on
single stage two cover e-tendering system. The contents of Cover I and Cover II are specified in Notice of Tender.
2. Bids will be received online by ACCEPTING OFFICER upto the date and time mentioned in the NOTICE
INVITING TENDER (NIT). 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 tenders/ bidders or their
authorized 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. You may
forward your points on tender documents and/ or depute your technical representative for discussion on tender/
drawings and to clarify doubts, if any, on or before last date of submission of clarification. You are requested not to
write piece meal points and forward your points duly consolidated.
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 along with
EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement portal and submit the physical documents in
the office of GE Bhopal 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.
6. (a) 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 be opened.
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 GE Bhopal before date & time fixed for this purpose.
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 quotation/ offer received in any other electronic or physical form like email/
fax/ by hand/ through post from tenderer/ bidder even if they are received in time.
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 time fixed.
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 Bhopal.
12. 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.
Yours faithfully,
1. EARNEST MONEY: - 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 one of the
following forms along with their tender/ bid: -
(a) Deposit at Call Receipt from a Scheduled Bank in favour of GE Bhopal.
(b) Receipted Treasury challan, the amount being credited to the Revenue Deposit of GE Bhopal.
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 favour of GE
Bhopal.
Note: - 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
BIDDER DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID).
3.2 Bids shall be uploaded on www.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.
3.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents, corrections/ alterations
shall be signed/ initialed by the lowest bidder after acceptance.
3.4 Any tender which proposes alteration to any of the conditions whatsoever, is liable to be rejected.
3.5 The tender shall be signed, dated and witnessed at all places provided for in the documents after
acceptance. All corrections shall be initialed. The contractor shall initial every page of tender and shall sign all
drawings (as applicable) forming part of the tender. Any tender/ bid, which proposes alterations to any of the
conditions whatsoever, is liable to be rejected.
3.6 Even in case of Firms or Companies which have already given Power of Attorney to an individual
authorizing him to sign tender 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
partners 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.
3.7 Hard copies of all above documents should be sent by the contractor to the Tender issuing Authority (TIA)
well in advance to be received before the date & time fixed for the same.
3.9 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is also
drawn to special conditions 24 & 25 of IAFW-2249 (General Conditions of Contract).
3.10 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 appropriate time.
3.11 The tenderer/ 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.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 04
3.12 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 www.defproc.gov.in site only before the bid closing time and date.
3.13. In the event of lowest tenderer revoking his offer or revising his rates upward/offering voluntary reduction,
after opening of financial bid, 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 for depositing the amount through MRO. Issue of tender to such
contractors shall remain suspended till the aforesaid amount equal to the earnest money is deposited in Govt
Treasury. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent
call. Reduction offered by the tenderer on the freak high rates referred for review shall not be treated as voluntary
reduction.
4.0 Cover wise contents & documents are given herein after. All the enclosures/attachments to be uploaded
by bidder for cover 1 shall be in pdf format. The bill of quantities (BOQ)/price Bid shall be uploaded under cover-2
and shall be in Excel sheet (.xls) format. All the documents must be digitally signed by the bidder before
submission. The list of documents & content is given as under: -
(a) APPLICABLE FOR ALL BIDDERS WHETHER ENLISTED WITH MES OR NOT
(i) Affidavit that the applicant firm is not black listed or banned by any Govt.
(ii) Affidavit that no Govt recovery is due against the firm.
(iii) Copy of valid passport or police verifications of each of the director/partner or proprietor of company/firm.
(iv) Work done details during last 05 years as per format given and other details to prove eligibility & as per
Para 7 hereinafter.
(v) Performance Report of work done by bidder issued by the concerned appropriate authority (Applicable to
un-enlisted)
(vi) Copy of Income Tax Return for last 03 years OR Form 26 AS for last 03 years
(vii) Turnover certificate for last 03 years duly signed by CA
(viii) List of work in progress as on date of submission of bid as per format given in tender.
(ix) Bidder shall be Solvent upto Rs.20.00 lakhs for Class ‘D’ and Rs.10.00 lakhs for Class ‘E’ OR financially
sound for engagement up to Rs.50.00 lakhs for Class ‘D’ & 25.00 lakhs for Class ‘E’ and working capital not less
than Rs.7.50 lakhs for Class ‘D’ & Rs 5.00 lakhs for Class ‘E’.
Notes: - (i) please forward CTC of above documents issued by your Bankers. Above certificates shall not be older
than 6 months as on date of submission of Bid. Signatory shall endorse his rubber seal, indicate his name bank
employee number, bank address particulars like full address, telephone & fax number.
(ii) Alternatively, Wealth Tax Certificate can also be given, if available.
(x) Constitution of firm on an affidavit duly notarized indicating status of firm, i.e. whether it is proprietorship
or partnership or Limited firm.
(xi) Certified copy of Certificate of registration of firm/company with Registrar of Companies alongwith copy
of partnership deal for partnership firms and certified copy of memorandum of articles for Ltd. Companies.
(xii) Certified copy of PAN No. /TIN No. of proprietor / partners / firm.
(xiii) Indemnity Bond on non-judicial stamp paper of requisite value duly attested by Notary (on format given
below):
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 05
INDEMNITY BOND
This bond of indemnity is executed on this ________________day ___________________by M/s
Shri___________________________having registered office at ______________________ to indemnity the Govt
of India of the following: -
1. We undertake to pay the Government of India any damages that may be found to be recoverable on order
of our contracts.
2. We undertake that in case Government is put to pay any loss or disadvantage in monetary of contract by
the firm which shall indemnify the government for each loss or disadvantage.
3. This bond of indemnity is executed by M/s______________________ and have signed before me.
Whatever stated above is true and correct to the best of my knowledge and belief.
(xiv) Notarised affidavit that there is no relationship with any Gazetted/Commissioned Officers and JEs in
MES/Corps of Engineers/Ministry of Defence. In case of relation the same shall be disclosed with details.
(xv) An affidavit affirming that all the information and details furnished are true and the bidder may be liable for
suitable administrative and legal action in case the information and details are found to be false/ incorrect.
Note: - All affidavits must be submitted duly notarized and shall be on Non-judicial stamp paper of requisite value.
(xvi) Tenderers / bidder shall upload copy of police verification certificate from police authorities of the area
where the registered office is located, for proprietor / each partner / each director. Scanned copy of valid passport
duly notarized may be accepted in lieu of police verification, temporarily.
(xvii) Un-enlisted applicants are advised to submit their documents well before end date to enable scrutiny and
verification. Other eligibility document shall be asked on fulfilling above criterion.
(B) COVER-2: - Bill of quantities (price/financial Bid) shall be uploaded by bidder duly digitally signed in Excel
sheet (.xls) format between the duration (time) allowed for bid submission. This shall be uploaded by contractor
along with documents of cover-I. The price Bid/BOQ of those contractors who are considered technically qualified
as per documents in cover-I only shall be opened.
5.1 MES Enlisted Contractors of requisite Class (and one class below eligible class as per existing policy) as per
NIT shall be considered eligible.
5.2 The capability of contractor/bidder in latest available Quarterly Work Load Return shall also be verified/
checked. The contractor / firm with adverse remark shall not be considered eligible for the tender and their bid
shall be rejected.
6.1 The contract planning of work (Time & Progress) 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 inefficiency and will affect his class of enlistment and future prospect/invitation to tenders for future
works.
2. The work is estimated to cost as indicated in aforesaid Appendix 'A'. This estimate, however, is not a
guarantee and is merely given as a rough guide and if the work costs more or less, a tenderer/bidder will have no
claim on that account.
3. The work is to be completed within the period as indicated in aforesaid Appendix 'A' in accordance with the
phasing, if any, indicated in the tender from the date of handing over site, which will be on or about two weeks
after the date of acceptance of tender.
4. Contractors whose names are on the MES approved list and within whose financial category the estimated
amount would fall and un-enlisted contractors may submit tender/bid subject to other criteria mentioned in
Appendix A. However, in case of term contracts, enlisted contractors of Class SS to E may submit tender. Not more
than one tender shall be submitted/uploaded by one contractor/ firm. 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. Two firms shall be deemed to have business dealing if any of the
partners/proprietor/director is common among both of them. A breach of this condition will render the tenders/bids
of both the parties liable for rejection.
5. The Office of Garrison Engineer Bhopal will be the Accepting Officer here-in-after referred to as such
for purpose of the contract.
6. Not more than one tender/bid shall be submitted/uploaded by one bidder firm. 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 tender as separate competitors. A breach of this condition will render the tenders/bids of
both the parties liable for rejection.
7. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the contractor on or before
the date & time mentioned in NIT. A scanned copy of DD with enlistment details and other documents as specified
in Appendix A shall be uploaded as Cover-1 (Technical bid) of the tender on e-tendering portal. DD is refundable in
case the contractor is not considered eligible in technical evaluation of Cover 1 resulting in non-opening of Cover 1.
The applicant contractor shall bear the cost of bank charges for procuring and encashing the DD including
revalidation of DDs and shall not have any claim from Government whatsoever on this account.
8. Tender form and conditions of contract and other necessary documents shall be available on the website
www.defproc.gov.in for download and shall form part of contract agreement in case the tender/bid is accepted.
9. In case of MES enlisted contractor who has not executed the Standing Security Bond and un-enlisted
contractor, the Cover-I shall be accompanied by Earnest Money for the amount mentioned in Appendix 'A' in the
form of deposit at call receipt in favour of concerned GE (see Appendix 'A') by a Scheduled Bank or in received
treasury Challan the amount being credited to the revenue deposit of the concerned GE (see Appendix 'A'). The GE
will return the Earnest Money, wherever applicable, to all unsuccessful tenderers/bidders by endorsing an authority
on the deposit at call receipt for its refund, on receipt of intimation from the Accepting Officer to do that.
10. In case of successful contractor i.e., the lowest contractor having submitted EMD, he shall have the option
of converting the EMD instrument into part of the Performance Security to be deposited by him within 28 days
from the receipt of intimation of acceptance of tender from Accepting Officer.
11. Sample of materials and stores to be supplied by the contractor will also be available for inspection by the
bidder at the office of concerned GE during working hours. The bidder is advised to visit the site of work by making
prior appointment with GE, who is the Executing Agency of the work (see Appendix 'A'). The bidder shall be
deemed to have full knowledge of all relevant documents, samples, site etc. whether he has inspected them or not.
12. Any bid which proposes any alteration to any of the conditions laid down or proposes any other new
condition whatsoever, is liable to be rejected.
13. The uploading of bid by a bidder 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 (as applicable) etc. will be issued to him and local conditions and other factors having bearing on the
execution of the work.
14. The bidder must be in possession of a copy of the MES Schedule (SSR Part I and Part II latest edition)
including amendments and errata thereto.
15. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any reason for not
doing so.
16. The accepting officer reserves the right to accept a tender submitted by a Public Undertaking/Small &
Medium Enterprises (SMEs), giving a price preference/purchase preference over other tender(s)/bids which may be
lower, as are admissible for such tender(s)/bids which may be lower, as are admissible under the Government
Policy. No claim for any compensation or otherwise shall be admissible for such tenderer/bidder whose tender/bid
is rejected.
17. The Notice Inviting Tender (NIT) including Appendix 'A' and Annexures thereto, if any, shall form part of
the contract agreement.
1. Name of work “ADDN/ ALTERATION OF COOK HOUSE (02/LBW) AND SPL REPAIR
OF TOILET (06XOTM) (02/SRW) OF 102 ENGR REGT AND PROVN OF
SEWAGE PIPELINE IN BLDG NO. T-176 (ESI) BATHROOM TO MAIN
DRAINAGE (APPROX 150 M) OF 2 TECH TRG BN UNDER GE BHOPAL”
4. Cost of tender documents Rs 500/- in the form of DD / Bankers cheque from any
Scheduled/Nationalised bank in favour of GE Bhopal.
(Note: - In case of retendering, the contractor who had quoted in the previous
call is not required to submit the cost of tender.)
5. Website/portal address www.defproc.gov.in
6. Type of contract The tender shall be based on IAFW-1779 (A) and GCC (IAFW-2249) with
Schedule ‘A’ (list of items of work) to be priced by tenderer. The tenderers
are required to quote their rates in the bills of quantities.
7. (a) Bid submission start As per critical dates to be published online
Date
(b) Bid submission end
Date
(c) Date of bid opening
8 Eligibility Criteria Contractor shall be enlisted with MES in Class ‘D’ and above and category
(a) For MES enlisted a(i) both subject to satisfactory remarks wit performance in respect of works
contractors) in hand as reflected in Work Load return (WLR) or any other report circulated
by competent engineer authority. The contractor should have possessed
Provident Fund Code Number and GST Registration Number.
(b) For contractors not (i) Contractor not enlisted with MES should meet the enlistment criteria of ‘D’
enlisted in MES Class & a(i) category contractor with regard to satisfactorily completion of
requisite value works with Central/State Government/ Central/ State PSUs/ AWHO/
/AFNHB/ CGEWHO /DGMAP, annual turnover, bank solvency, working capital and
other requirements given in Para 1.4 & 1.5 of Section 1 of MES Manual of
Contracts 2020 available in all MES formations as well as MES website
(www.mes.gov.in).
(ii) Not carrying adverse remarks in Work Load Report (WLR) or any other similar
report circulated by any competent authority, if already working in MES.
(iv) Details of works completed and under progress in MES be submitted in the
following format: -
Srl CA No. & Value Date of Date of Extended Date
No. Name of of CA Commencement Completion of Completion
Work
(v) Un-enlisted Contractor who have secured two works in MES should get
themselves registered in the appropriate designated Class with any Registering
Authority; else the firm will not be eligible for participation in the tender unless
until the firm is enlisted with the MES.
(iv) The contractor should have possessed Provident Fund Code Number.
11. Earnest money Rs.91,600/- in form of Deposit at Call Receipt or Receipted Treasury
Challan from any Scheduled/Nationalized bank in favour of GE Bhopal.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 08
1. In case after opening of Cover 1, the number of MES enlisted contractors of eligible class as well as
eligible un-enlisted criteria given in NIT is less than 7 (Seven), applications in respect of MES contractors of one
class below the eligible class shall also be considered subject to fulfillment of other eligibility criteria given in the
NIT. Therefore, MES contractor’s one class below may also bid for this tender. Such contractors (contractors of
one class below the eligible class) shall not be considered in case their present residual work in hand is more than
FIVE TIMES their present tendering limit. However, in case such contractors fulfil the criteria of upgradation to the
stipulated eligible class based on past experience of completed works (individual work experience and /or average
annual turnover as applicable) and financial soundness (solvency/financial soundness and working capital), the
ceiling of present residual work will not apply and they will be considered for issue of tender. Such bidders shall
upload in their Cover-1 bid details related to residual work in hand like details of works in hand showing names of
work, names of Accepting Officers, Contract amounts, dates of commencement and completion (stipulated) and
progress as on bid submission date. Such contractors, if claim to fulfil the criteria of upgradation shall also upload
the requisite information/documents in support of upgradation. These details shall be verified by the Tender
Issuing Authority from concerned formations in case bids of such contractors are considered for evaluation.
2. In case after opening of Cover I, the number of MES enlisted contractors of eligible class as well as un-
enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT, are 7 (Seven) or more, applications
of only those one class below the eligible class bidders shall be considered, who have previously
completed similar works satisfactorily and are meeting the criteria of upgradation in respect of past
experience of completed works (individual work experience and/or average annual turnover as
applicable) and financial soundness (solvency/financial soundness and working capital) as per details
given in Manual on Contracts. Therefore, such contractors shall upload the requisite
information/documents in the Cover-I.
3. Unenlisted contractor shall be considered provided he meets the criteria. Foreign firms shall not be eligible
for this tender. However Indian Firms having foreign national / Indian nationals staying abroad/ Indian national
having taken foreign citizenship, as director(s) shall be considered subject to security clearance from the concerned
authorities.
4. Contractors enlisted with MES will upload following documents in Cover I for checking eligibility: -
(a) Application for tender on Firm's letterhead.
(b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period in vogue.
(c) Scanned copy of DD /Bankers Cheque toward cost of tender and EMD instrument in case SSD bond is not
signed at the time of registration.
(d) Any other document required as described in this Appendix.
5. Contractors not enlisted with MES will be required to upload following documents in Cover l for checking
eligibility.
(a) Application for tender on Firm's letterhead.
(b) Scanned copy of DD/ Bankers cheque toward cost of tender and Earnest Money Deposit (EMD) instrument.
(c) Copy of Police Verification Report/Police Clearance Certificate/ Character Certificate from the Police
Authority of the area where the registered office of the firm is located/notarized copy of valid passport of
Proprietor/each Partner/each Director.
(d) All documents required for enlistment in MES for the class mentioned in Para 8(b) above as per Para 1.5 of
Section I of MES Manual on Contracts 2020.
(e) Details of works being executed in MES, if any.
(f) Any other document required as described in this Appendix.
6. Tenders not accompanied by scanned copies of requisite DD/Bankers Cheque towards cost of tender and
earnest money (as applicable) in Cover I shall not be considered for validation of 'T' bid and their Financial Bids will
not be opened.
7. Contractors should ensure that their original physical DDs and Earnest Money Deposit (EMD) instruments (as
applicable) reach the office of Accepting Officer within 05 days of bid submission end date failing which following
action shall be taken.
(a) In case of tenders from an enlisted contractor of MES, where scanned copies of requisite DD/ Bankers
Cheque towards cost of tender have been uploaded in Cover I but physical copies are not received within the
stipulated period, their financial bids (Cover 2) will be opened. However non-submission of physical copies of cost
of tender shall he considered as willful negligence of the tenderer with ulterior motives and such tenderer shall be
banned from bidding for a period of six months commencing from the date of opening of Financial Bid (Cover 2).
(b) In case of tenders from unenlisted contractor, where scanned copies of requisite DD/Bankers Cheque towards
cost of tender have been uploaded in Cover 1 but physical copies are not received within the stipulated period, their
financial bids (Cover 2) will not be opened. Name of such contractors along with complete address shall be
circulated for not opening of their bids for a period of six months commencing from the date of opening of Financial
bid (Cover 2).
(c) In case of tenders from enlisted and unenlisted contractors, where scanned copies of instruments for
Earnest Money Deposit (as applicable) have been uploaded in Cover I but the same are not received in physical
form within stipulated period, such tenders shall not qualify for opening of financial bid (Cover 2).
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 09
8. Contractor will not be allowed to execute the work by subletting or through power of attorney to a third
party/another firm on his behalf. However, a contractor can execute the work through power of attorney to
sons/daughters/ spouse of Proprietor/Partner/Director and firm's own employees, director, project manager
provided they are not having a separate enlisted firm in MES in their name as Proprietor/Partner/Director.
9. After opening of Cover I and during its technical evaluation, in case any deficiency is noticed in the
documents required to be uploaded by the tenderers as per NIT, a communication in the form of email/SMS/Speed
Post etc. shall be sent to the contractor to rectify the deficiency within a period of seven days from date of
communication failing which their financial bid (Cover 2) shall not be opened and contractor shall not have any
claim on the same.
10. Invitation for e-tender does not constitute any guarantee for validation of technical bid and subsequent
opening of financial bid of any applicant/bidder merely by virtue of enclosing DD. Accepting Officer reserves the
right to reject the technical bid and not to open the financial bid of any applicant/bidder. Technical bid validation
shall be decided by the Accepting Officer based on eligibility of the firm as per criteria given in this Appendix.
Tenderer/bidder will be informed regarding non-validation of his technical bid assigning reasons therefore through
tender evaluation report which shall be uploaded on the website. Such tenderer, if desires, may appeal to the next
higher Engineer Authority (NHEA) viz Headquarter Commander Works Engineer Bhopal on email id cwebhp3-
[email protected] or [email protected] with copy to the Accepting Officer on email id [email protected] before
the scheduled date of opening of Cover 2. NHEA shall decide the matter within a period of seven working days from
the date of receipt of appeal. The decision of the NHEA shall be final and binding. The tenderer/bidder shall not be
entitled for any compensation whatsoever for rejection of his bid.
11. In case an unenlisted contractor is already executing works in MES, he shall not be considered eligible for
the subject tender if the total value of such works is more than twice the tendering limit of the MES Class of
contractor for which it is eligible. For this purpose, details of the works being executed by such a contractor shall be
uploaded in the Cover -1 of the bid and shall be checked/verified by the Accepting Officer.
12. In case the BOQ is revised through the corrigendum and the bidder has failed to quote on revised BOQ
(i.e., he has quoted on pre-revised BOQ), such bid shall be treated as willful negligence by the bidder and his
quotation shall be considered non-bonafide. In such cases the lowest tender shall be determined from amongst the
valid/bonafide bids only. Accepting Officer may decide whether to re-tender or consider the lowest bonafide tender
for acceptance.
13. Revoking the offer or revising the rates upward or offering voluntary reduction by the lowest tenderer after
opening of Cover 2 shall be considered as a willful default. For this default a penalty of an amount equal to Earnest
Money shall be levied. In case of an unenlisted tenderer, Earnest Money deposited by him shall be forfeited. In case
of MES enlisted tenderer having deposited the Standing Security Bond, an amount equal to the earnest money
stipulated in the NIT, shall be notified to the tenderer for depositing through MRO and consideration of such
tenderer in tender evaluation for future work shall remain suspended till the aforementioned amount is deposited in
the government treasury. Mo other disciplinary and administrative action shall be taken against such tenderers. In
such a situation, the next lowest offer shall not be considered for acceptance. Instead, retendering shall be resorted
to in a transparent and fair manner and the defaulting tenderer and his related firm if any, shall not be eligible for
this tender in second call or subsequent calls.
14. Tender to related firms shall not he issued simultaneously. Firms shall be termed as related if
Proprietor/one or more Partners/Directors are common. Decision of Accepting Officer on issue/deny the tender to
any one of the related firms shall be final and binding.
15. The tender shall upload proof of possession of valid Provident fund code number in addition to other
mandatory documents as required. All workers employed directly or indirectly by the contractor shall be enrolled as
members of provident fund and should be given the Universal Account Number (UAN).
16. Court of the place from where tender has been published 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.
8336/ 04 /E8
1. The bidders/contractors should be asked to sign a declaration about abiding by Code of Integrity as per
Para 7.2 of Manual of Procurement of Works 2022, for Public Procurement (including Sub Contractors engaged by
them) in bid documents, with a warning that, in case of any transgression of this code, its name is not only liable to
be removed from the list of enlisted contracts, but it would be liable for other punitive actions such as cancellation
of contracts, banning and blacklisting, or action in Competition commission of India, and so on. In this regard kindly
refer 16 (a) of SOP as formulated vide IFA/03/IFA Setup MES/PF/2023 dated 31 Mar 2023.
Format for declaration by the Bidder for Code of Integrity & conflict of interest
To,
____________________________
____________________________
(Name & address of the Purchaser)
Sir,
With reference to your Tender No. ___________ dated ____________ I/We hereby declare that we shall
abide by the Code of Integrity for Public Procurement as mentioned under Para of your Tender document and have
no conflict of interest as mentioned under Para of Tender.
The details of any previous transgressions of the code of integrity with any entity in any country during the
last three years or of being debarred by any other Procuring Entity are as under: -
(a)
(b)
(c)
We undertake that we shall be liable for any punitive action in case of transgression/ contravention of this
code.
Thanking you,
Yours Sincerely,
Signature
(Name of the Authorized Signatory)
Company Seal
1.1. Clause of Code of Integrity
1.1.1. The bidders/suppliers should sign a declaration about abiding by the Code of Integrity for Public
Procurement in bid documents. In case of any transgression of this code, the bidder is not only liable to be
removed from the list of registered suppliers, but it would be liable for other punitive actions such as cancellation
of contracts, banning and blacklisting or action in Competition Commission of India, and so on.
1.1.2. Code of integrity for Public Procurement: The Purchaser as well as bidders, suppliers, contractors and
consultants should observe the highest standard of ethics and should not indulge in the following prohibited
practices, either directly or indirectly, at any stage during the procurement process or during execution of resultant
contracts:
A. “Corrupt practice”: making offers, solicitation or acceptance of bribe, rewards or gifts or any material benefit,
in exchange for an unfair advantage in the procurement process or to otherwise influence the procurement process
or contract execution;
B. “Fraudulent practice”: any omission or misrepresentation that may mislead or attempt to mislead so that
financial or other benefits may be obtained or an obligation avoided. This includes making false declaration or
providing false information for participation in a tender process or to secure a contract or in execution of the
contract;
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 11
C. “anti-competitive practice”: any collusion, bid rigging or anti-competitive arrangement, or any other practice
coming under the purview of the Competition Act, 2002, between two or more bidders, with or without the
knowledge of the purchaser, that may impair the transparency, fairness and the progress of the procurement
process or to establish bid prices at artificial, non-competitive levels;
D. “coercive practice”: harming or threatening to harm, persons or their property to influence their participation
in the procurement process or affect the execution of a contract;
E. “conflict of interest”: participation by a bidding firm or any of its affiliates that are either involved in the
consultancy contract to which this procurement is linked; or if they are part of more than one bid in the
procurement; or if the bidding firm or their personnel have relationships or financial or business transactions with
any official of purchaser who are directly or indirectly related to tender or execution process of contract; or
improper use of information obtained by the (prospective) bidder from the purchaser with an intent to gain unfair
advantage in the procurement process or for personal gain; and
F. “Obstructive practice”: materially impede the purchaser’s investigation into allegations of one or more of the
above mentioned prohibited practices either by deliberately destroying, falsifying, altering; or by concealing of
evidence material to the investigation; or by making false statements to investigators and/or by threatening,
harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or by impeding the purchaser’s Entity’s rights of audit or access to
information;
A. The Purchaser as well as bidders, suppliers, contractors and consultants, are obliged under Code of Integrity for
Public Procurement to sue-moto proactively declare any conflicts of interest (coming under the definition
mentioned above – pre-existing or as and as soon as these arise at any stage) in any procurement process or
execution of contract. Failure to do so would amount to violation of this code of integrity; and
B. The bidder must declare, whether asked or not in a bid document, any previous transgressions of such a code of
integrity with any entity in any country during the last three years or of being debarred by any other Procuring
Entity. Failure to do so would amount to violation of this code of integrity;
C. To encourage voluntary disclosures, such declarations would not mean automatic disqualification for the bidder
making such declarations. The declared conflict of interest would be evaluated and mitigation steps, if possible,
taken by the purchaser.
1.1.4. Punitive Provisions Without prejudice to and in addition to the rights of the Purchaser to other penal
provisions as per the bid documents or contract, if the Purchaser comes to a conclusion that a (prospective)
bidder/supplier, directly or through an agent, has violated this code of integrity in competing for the contract or in
executing a contract, the purchaser may take appropriate measures including one or more of the following:
(e-TENDER)
ITEM RATE TENDER / CONTRACT FOR WORKS REQUIRED IN
“ADDN/ ALTERATION OF COOK HOUSE (02/LBW) AND SPL REPAIR OF TOILET (06XOTM) (02/SRW)
OF 102 ENGR REGT AND PROVN OF SEWAGE PIPELINE IN BLDG NO. T-176 (ESI) BATHROOM TO
MAIN DRAINAGE (APPROX 150 M) OF 2 TECH TRG BN UNDER GE BHOPAL”
1. A bidder who is qualified as per eligibility criteria mentioned in tender documents and has inter alia sound
past record is/are hereby authorised to tender for the above work. The tender/bid (i.e. Cover 1 & 2 both) shall be
uploaded on portal www.defproc.gov.in on or before the bid closing date and time as per portal.
2. All documents must be uploaded while uploading the bid on above mentioned portal.
3. Any correspondence concerning this tender shall be communicated as per information available in the e-
portal mentioned above by the due date and time.
4. THE PRESIDENT OF INDIA DOES NOT BIND HERSELF TO ACCEPT THE LOWEST OR ANY TENDER AND
RESERVES THE RIGHTS TO ACCEPT THE TENDER IN WHOLE OR IN GROUPS AS HE MAY DECIDE.
Signature of Officer
Issuing the documents.
1. The quantities shown in column 3 are approximate and are inserted as a guide only (as per details of job
wise). They shall, however, not be varied beyond the limits laid down in condition 7 of IAFW-2249 (general
conditions of contracts).
2. Rates in column 5 are to be filled by the tenderer. Rates in figures and words in column 6 and amount in
column 7 will be filled automatically. Total amount in column 7 is not firm but will be treated as the contract sum
referred to in IAFW-2249 (General conditions of contracts).
3. Unless specifically specified otherwise the unit rate of each item of work filled in column 5 shall be
deemed to be inclusive of supply of all material and labour for fixing, etc complete. All specials for water
supply and equipment for electrical works shall be deemed inclusive of supply installation, commissioning and
testing etc complete.
4. The entire work under this contract shall be completed within 06 (Six) months from date of
commencement of work as shown in WO No 1.
5. Descriptions of items of works given in schedule ‘A’ are in brief. These are deemed to be amplified and
read in conjunction with the special conditions, particular specifications for materials and workmanship and
conditions in relevant sections of MES standard schedule of rates Part I (2009) and Part II (2020) and contract
drawings if any.
6. The rate quoted by the tenderer shall be inclusive of all type of taxes, levies including GST, labour welfare
cess, etc. as prevailing on date of submission of tender. GST at the rate as notified by Govt. of India shall be
deducted at source.
7. Makes have been given in BOQ shall supersede to the make mentioned in makes of material enclosed as
per Appendix-C. Please note that materials can be procured of makes approved by E-in-C’s Branch/ HQ CE
Southern Command with equivalent specification and Cat Part No in absence of make mentioned in BOQ and / or
particular specification.
8. Unit RM, Cum or CUM, Sqm or SQM, 10 SQM and Quintal or Qtl, kg or KG wherever mentioned in the
tender documents denotes the unit, Running meter, cubic meter, square meter, ten square meter, Quintal and
Kilogram respectively.
9. The particular attention of the participants is invited to amendment No 21 applicable to condition 6 A (A) of
IAFW 2249. In case the contractor does not quotes the rates against any of the item (s), the quoted rates for such
item (s) shall be deemed to read as Rs NIL and prices/cost for provision of such items shall be deemed to be
covered against other item (s) of BOQ. Hence contractors are requested to thoroughly check their quoted rates
before submitting bid online. No representation by the contractor on this matter shall be entertained by the
department in the matter.
10. In case the BOQ is revised by the deptt and the bidder has failed to quote his rates in revised BOQ (i.e. the
contractor has quoted in unrevised BOQ), such Bid shall be treated as wilful negligence on the part of contractor
and such Bid/Quotation shall be considered Non-Bonafide. Also, necessary action against such contractor(s) shall
be taken by the Accepting Officer. Further it is clarified that in such cases, lowest tender shall be determined by
the lowest amount amongst the valid/bonafide bids only.
11. The buildings wherein the subject work is to be carried out are under occupation or will be handed over to
the contractor in phased manner. Accordingly, the subject work is to be carried out under the said condition.
Contractor shall take all precautionary measures to avoid inconvenience to the users. The site shall be left clean
and tidy after day's work. No obstruction to passage shall be made by dumping materials.
12.2. Dismantled/Demolished material indicated in schedule of credit shall become the property of the contractor
and contractor shall give credit for it at the rates mentioned in Schedule of credit. The rates given for credit are
fixed and no variation on this amount shall be admissible on account of quality/conditions of the materials obtained
from dismantling/demolition. The contractor at his own expense shall carry out transportation of old materials.
Materials retrieved from dismantling/demolition shall not be used in the new work. All retrieved materials obtained
from demolition/ dismantling which are not mentioned in schedule of credit shall become Govt. property and
contractor shall deposit the same in MES store yard of GE. Such materials shall be stacked properly by contractor
at his own arrangements and own cost at MES store all as directed and the same shall be recorded in MB for
record purpose only duly signed by GE, Engineer-in-Charge and contractor and necessary RV thereof shall be
obtained by the contractor from Engineer-in-Charge.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 14
SCHEDULE ’A’ NOTES (Contd/-)
Contractor is advised to 'visit’ the site with Engineer-in-Charge/ GE before quoting the lump sum prices
against credit Schedule. The Govt does not guarantee for the value of the materials that will naturally accrue to the
contractor. The contractor shall be deemed to have visited the site of work and have made himself conversant with
present state of materials before tendering for the purpose of assessing their quality, condition and money value of
materials that would be obtained from dismantling/demolition etc. and no extra cost whatsoever shall be
entertained on this account.
13. Refer condition 10, 47 and 48 of IAFW-2249, General Conditions of Contracts and Para 21.1 to 21.3
stipulated on page 21-1 to 21-3 of MES SSR’ 2009 Part I. All materials shall be sorted out, stacked at site for joint
measurements and recorded in the measurement book. Both parties will sign entries. Govt. property shall be
removed and handed over to Engineer-in-Charge through proper receipt in proper manner as described above at
the MES store yard. Site shall be cleaned off rubbish/waste materials etc. to the entire satisfaction of Engineer-in-
Charge. Debris/unserviceable materials obtained from demolition, taking down, dismantling, etc shall be thrown
away outside MOD land as directed without any extra cost to the Govt.
14. Any damages caused to the existing structure and fitting/fixtures, due to the negligence and carelessness
of the contractor or his workmen, shall be made good by the contractor at his own expense to the entire
satisfaction of Engineer-in-Charge. Extent of materials/items damaged due to negligence and carelessness of the
contractor or his workman due to bad workmanship will be assessed by the GE, whose assessment in writing shall
be final and binding on the contractor and in case of contractor’s failure in making good the damages inspite of
GE’s notice, cost thereof assessed by GE shall be recovered from the contractor’s payment due to him and decision
of GE in this respect shall be final & binding.
15 The contractor shall be responsible for the safe custody of materials until handed over to MES which are
Govt. property or are to be incorporated in the work and receipt obtained for the same.
16 For the purpose of calculating compensation in terms of condition 50 of IAFW-2249, deductions at source
towards GST/Income tax, amount of Credit for Old materials becoming contractor’s property, etc shall not be
considered.
17. Court of the place from where tender has been issued 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 shal be
applicable.
19 As per Government of India, Ministry of Labour and Employment New Delhi Circular No S.35025/02/2014 –
SS II dated 15 July 2015, it is mandatory that, Contractor shall get themselves registered with the Employees
Provident Fund Organisation and deposit the necessary contributions with the EPFO. Further, it is a mandatory
requirement that all construction workers should be provided Universal Account Number (UAN) by the contractor
by appropriately registering them on the EPFO Portal. The Contractor has to upload Scanned Copy of Permanent or
Temporary Provident Fund Code Number issued by Concerned Authority. The contractor shall also ensure
compliance of the EPF & MP Act, 1952 by the subcontractors, if any engaged by the contractor for the subject
work.
20. It is mandatory on the part of the Engineer in Charge that while clearing the bills/payments (RAR) of
Contractors, a certificate be obtained from the contractor that all workers employed by him directly or indirectly are
registered for EPF and the due contributions have been credited into their accounts and certificate be enclosed in
all payments (RAR) and final bill.
21 PERFORMANCE SECURITY: - Within 28 days of receipt of the letter of Acceptance, the successful
contractor shall deliver to the Accepting Officer a performance security in any of the forms given on Serial page No.
03. clause No.2 of this contract for an Amount as specified. Work order no.1 will be placed only after receipt of
performance security.
22. DEFECT LIABILITY PERIOD: - Defect liability period for the contract is 2 (TWO) years from the certified
date of completion.
(a) Job No: 02/LBW/STN BPL/2024-25 – ADDN/ALTERATION OF COOK HOUSE OF 102 ENGR REGT
(b) Job No: 02/SRW(Bldg)/BHOPAL/STN HQ/2024-25 – SPL REPAIR OF TOILET AT 06 X OTM OF 102 ENGR
REGT
(c) Job No: MINOR-06 – PROVN OF SEWAGE PIPELINE IN BLDG NO. T-176 (ESI) BATHROOM TO MAIN
DRAINAGE (APPROX 150 MTR), 2 TECH TRG BN, 3 EME CENTRE
Contd..... /-
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 37
SCHEDULE’B’
Srl. Particulars Rate at which materials will be Place of issue by name Remarks
No. issued to the contractor
Unit Rate
1 2 3 4 5 6
-------------------------NIL -----------------------------
SCHEDULE ‘C’
Sl. Qty. Particulars Details of Hire charges per Stand by charges Place of issue Remarks.
No. of T and P MES crew unit working per unit per off by name.
supplied day. day.
1 2 3 4 5 6 7 8
-------------------------NIL -----------------------------
SCHEDULE ‘D’
Sl. Qty. Particulars. Rate per unit per Place of issue by Remarks.
No. working day. name.
---------------------------NIL------------------------------
TENDER
To,
4. MES Standard Schedule of Rates Part-I ‘SPECIFICATIONS’ (2009) including amendment No. 1 to 3 and
Part-II ‘RATES’ (2020) including amendment No. 1 to 122 and section 30 containing item nos. (30001 to 30053) in
IAFW-2249 referred to as MES Schedule.
5. General Conditions of Contracts IAFW-2249 (1989 print) together with Errata 1 to 20 and amendments
No.1 to 50.
“Water will be supplied by MES and shall be paid for by the contractor at RS 3.75 for every
1000/- rupees worth of work done, priced at contract rates.”
* (a) That the sum of Rs. _________________forwarded as earnest money shall either
be retained as part of the Security Deposit or be refunded by the Government on receipt
of the appropriate amount of Security Deposit all as per Condition 22 of IAFW-2249.
(b) To execute all the works referred to in the said documents upon the terms and
conditions contained/referred to therein at the Item rates contained in the said Schedule
’A’ or at such other rates as may be fixed under the provisions of condition 62 of IAFW-
2249 and to carry out such deviation up to 10% (TEN PERCENT) and further agree to
refer all disputes as required by Condition 70 of IAFW-2249 to the sole arbitration of a
serving officer to be appointed by “Chief Engineer, Bhopal Zone, Bhopal” or in his absence
the officer officiating as “Chief Engineer, Bhopal Zone, Bhopal” whose decision shall be
final, conclusive and binding.
Contd/-
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 39
TENDER (CONTD/-)
Dated: ___________________________
Postal Address_____________________
_________________________________
_________________________________
TELEPHONE NO _______________________________
ACCEPTANCE
______________ alterations have been made in these documents and as evidence that these alterations were
made before the execution of the Contract Agreement., they have been initialed by the Contractor and Shri Manish
Gupta, AE (QS&C), AGE (Contracts)
The said officer is hereby authorised to sign and initial on my behalf, the documents forming part of this
Contract.
The above tender was accepted by me on behalf of the President of India at the item rates contained in
BOQ (schedule ‘A’) for the contract sum of Rs. ______________________________________________________
(Rupees_______________________________________________________________________________________
___________________________________________________only) on the ___________ day of _________2024.
Signature ___________________________
Dated ___________________________
A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249) 1989 PRINT with errata 1 to 20 and
amendment Nos. 1 to 49 has been supplied to me/us and is in my/our possession. I/We have read and understood
the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this tender
and I/We shall abide by the terms and conditions thereof, as modified, if any, elsewhere in these tender documents.
It is hereby further agreed and declared by me/us that the GENERAL CONDITIONS OF CONTRACTS (IAFW-
2249-1989 PRINT) including condition 70 thereof pertaining to settlement of disputes by Arbitration, containing 33
pages and Errata 1 to 20 and amendment Nos 1 to 49 containing 10 pages forming part of these tender documents.
........................................................................................................................................................................
It is hereby agreed that the “Schedule of Minimum Fair Wages” (SMFW) as Published vide Government of
India Notification dated 10-3-92 comprising 10 pages or the latest notification of Central or state Govt. (whichever is
higher) upto the date of submission of tender forms part of these tender documents.
My/Our signature hereunder amounts to my/our having signed the aforesaid documents forming part of this
tender.
NOTES: “Schedule of Minimum Fair Wages” referred to above is available for reference in the
office of the Garrison Engineer, Bhopal.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 83
1.1 The following special conditions shall be read in conjunction with General Conditions of contracts, IAFW –
2249 and 1779-A including Errata/ amendments thereto. If any provisions in these special conditions is at variance
with that of the aforesaid documents the former shall be deemed to take precedence there over.
1.2 The work under this contract shall be carried out in accordance with Schedule ‘A’ the particular
specifications, drawings, general specifications and other provisions in MES Schedule.
1.3 The term General specifications referred to hereinbefore, as well as referred to in IAFW-2249 (General
conditions of contracts), shall mean the specifications contained in the MES schedule.
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 in case of any discrepancy the provisions in these documents shall take
precedence over the aforesaid provisions in the MES schedule.
2.1 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
tenderers shall also make themselves familiar with working conditions, accessibility of site(s) availability of materials
and other cognate conditions which may affect the entire completion of work under this contract.
2.2 The tenderer shall be deemed to have visited the site(s) and made themselves familiar with the working
conditions, whether they actually inspect the site(s) or not. Nothing extra shall be admissible on account of any
misunderstanding whatsoever on this account.
3.1 Tenderer’s attention is drawn to the site plan enclosed with the tender. Site of work is located in
UNRESTRICTED AREA as indicated on site plan.
3.2 Contractor’s attention is invited to Condition 25 of IAFW-2249. He shall employ only Indian National after
verifying their antecedents and loyalty. The contractor shall, on demand by the Engineer-in-Charge, submit list of
his agents, employees and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafied of
such people.
3.3 The Station Headquarters, Bhopal/ Military station authority shall at his discretion, has the right to issue
passes as per rules and regulations of the installation/area in force to control the admission of the contractor, his
agents, and employees and work people to the site of the work or any part thereof. Passes should be returned any
time on demand by the Engineer-in-Charge or the authorities concerned and in any case on completion of work.
3.4 The contractor and his agents, employees and work people shall observe all the rules promulgated by the
authority controlling the installation/area in which the work is to be carried out e.g. police verification if asked for,
prohibition of smoking and lighting, fire precautions, search of persons on entry and exit, keeping to specific routes.
Nothing extra shall be admissible for any man hours etc. lost on this account.
4. WORK ON HOLIDAYS
4.1 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. GE may at his sole discretion declare any
day as holiday or non-working day without assigning any reasons for such declaration.
5. FIRE PRECAUTION
5.1 The Contractor, his agents, representatives, workmen etc. shall strictly observe the orders pertaining to fire
precautions prevailing within the area concerned.
5.2 Motor transport vehicles, if any allowed by authorities to enter the area concerned must be fitted with
serviceable fire extinguishers.
6. SAFETY PRECAUTIONS
6.1 The Contractor shall take every precaution to control traffic on road by keeping danger boards, necessary
lighting arrangements, fencing etc. & watchman to avoid any damage. In case due to excavation or otherwise the
road is to be blocked the contractor shall without any extra cost to the Govt. Provide separate by pass so that
normal traffic will not be disturbed. Any damage to the existing road/building etc. shall be made good by the
contractor with the same specification as per existing work without any extra cost to the Government. In the event
of contractor not fully complying with the above provisions to the satisfaction of the GE, the GE may provide the
same for which the expenses incurred will be recovered from the contractor.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 84
7.1 The time and progress chart to be prepared as per condition 11 of General conditions of contracts (IAFW-
2249) shall consist of detailed network analysis and 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 calendar
date schedule will be prepared and submitted by the contractor to the GE who will approve it after due scrutiny.
This network analysis will be submitted in four copies within two weeks from the date of handing over the site.
7.2 During the currency of the work, the contractor is 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 & updating of the network undertaken by the GE. These reviews may be undertaken
at the discretion of the GE either as periodical appraisal measure or when the quantum of work ordered on the
contractor is substantially changed through deviation orders and amendments. Any revision of the time schedule as
a result of the review will be submitted by the contractor to the GE within a week for his approval after due
scrutiny.
7.3 The contractor shall adhere to the revised time schedule thereafter. In case of contractor disagreeing with
the revised schedule, the same will be referred to the Accepting Officer, whose decision shall be final, conclusive
and binding. GE’s approval to the revised schedule resulting in a completion date beyond the stipulated date of
completion shall not automatically amount to grant of extension of time. Extension of time shall be considered and
decided by the appropriate authority mentioned in condition 11 of IAFW-2249 and separately regulated.
7.4 Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule within the broad
frame work of the accepted methods of working and safety. No additional payment will made to the contractor for
any multiple shift work or other incentive methods contemplated by him in his work schedule, even though the time
schedule is approved by the department.
8.1 Contractor’s special attention is drawn to condition 2A and 3 of General Conditions of Contracts, IAFW-
2249. The contractor shall not communicate any classified information regarding work 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 work and he shall return all documents on
completion of work 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
IAFW-2249 General Conditions of Contracts.
9.1 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 for the work. He shall
ensure that no person of doubtful antecedents and nationality is in any way, associated with the work. If for
reasons of technical collaboration, the employment of any foreign national(s) is unavoidable, the contractor shall
furnish full particulars to this effect to the Accepting Officer at the time of submission of his 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. If GE desires, contractor will have the Police verification.
9.2 The GE shall have full powers and without giving any reason to order the contractor immediately to cease
to employ, in connection with his 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.
10.1 Refer condition 58 of IAFW-2249. The contractor shall not pay wages lower than minimum wages for labour
as fixed by the Govt of India / State Govt/Union territory, whichever is higher.
10.2 Contractor’s attention is also drawn amongst other hings to the explanations to the schedule of minimum
fare wages referred to above.
10.3 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.
10.4 Schedule of minimum wages are not enclosed alongwith tender documents. However, contractor shall be
deemed to have verified the minimum fair wages payable as on the last due dates of receipt of tender.
10.5 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.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 85
11.1 Reference Condition 14 of General Conditions of Contracts (IAFW-2249). No quarries on Defence land are
available. The contractor shall make his own arrangements for the procurement of materials such as stones,
aggregate, moorum and approved earth from any quarries located outside MD land, required to be incorporated in
the work. All royalties, duties, taxes as applicable shall be borne by the contractor on such account for the material
to be incorporated in the work or works ordered in subsequent deviations.
12. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS/TEMPORARY WORKSHOP OFFICE (Refer condition
24 of IAFW-2249)
12.1 Delete the following in para 1 of condition 24 of IAFW-2249, ‘In the event of area of land ............allotted
to him’ and following shall be read in conjunction with condition 24 of IAFW-2249
“The Contractors shall be permitted to store his materials including erection of temporary sheds thereof and also to
erect his temporary workshop and the like at the area of land marked for all purpose on the site plan free of rent if
it is on class A1 land. For other types of land, he shall be charged a license fee of Rs 1/- per year or part of year for
each and every separate area of land allotted to him”.
13.1 The contractor shall permit free access and generally afford reasonable facilities to other agencies or
departmental workmen engaged by the Government to carry out their part of the work, if any, under separate
arrangement.
14.2 The contractor shall clean all floors, walls, remove cement lime, paint marks, drops, etc. clean the joinery,
glass panes etc.touch up all painters work and carry out all other necessary items of work in connection there with
and leave the whole premises clean and tidy before handing over the building.
15.1 For the purpose of keeping a record of cement procured in works, the contractor shall maintain a pucca
bound register in the form approved by the Engineer-in-charge showing quantity used in the works and balance in
hand. The register shall be signed daily by the contractor's representative and the Engineer-in-Charge in token of
their verification of its correctness. The check will not however, absolve the contractor of his responsibility to justify
the consumption of cement at the time of finalisation of his accounts.
15.2 The resister shall be kept at site in the safe custody of the contractor during progress of the work and shall,
on demand, be produced for verification of inspecting Officers, on completion of work; the register shall be handed
over to the Engineer-in-charge for record with MES.
17.1 Any damage done to the existing structure during the execution of work shall be made good by the
contractor at his own cost and the site of work left clean and tidy on completion. Rectification/reinstatement etc.
shall conform to the standard of materials originally used in the work and finished work shall match with existing
work in all respects to the entire satisfaction of the GE. In case of any dispute on this account the matter shall be
referred to the CWE, whose decision in writing shall be final and binding.
19.1 The person signing the tender on behalf of another or on behalf of the firms shall attach with the tender a
proper power of attorney duly executed in his favour by such person or by all the partners of the firm stating that
he has authority to bind such other persons of the firm as the case may be in all matters pertaining to the contract
including Arbitration clause.
20.1 In case the contractor desires to furnish Bank Guarantee in lieu of retention money/security deposit, the
guarantee bond shall be executed as per specimen prescribed by the Government of India, Ministry of Defence on
Non-judicial stamp paper(s) of appropriate value from a Schedule Bank. In case the Bank Guarantee Bond is
executed from a non-Scheduled Bank the same shall be supported with cover from Reserve Bank of India,
Guarantee Bond shall come into force after the same is accepted by the Accepting Officer.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 86
21. WATER
21.1 Refer condition 31 of General condition of Contract IAFW – 2249. Water will be supplied by MES at point (s)
marked on site plans or as directed by GE. As the supply by MES is likely to be intermittent, the contractor shall
make his own arrangement for storing the water required for the work, labour and workman etc., at his own
expense. Government will not guarantee continuity of the water supply and no compensation what so ever shall
allowed for supply becoming intermittent or for breakdown in the system for any reason whatsoever.
21.2 If the contractor does not desire to take water from MES he shall categorically mention it while submitting
the tender otherwise the contractor shall deem to have agreed to take water supply from the MES.
21.3 The contractor shall be charged @ Rs. 3.75 for every Rs 1000.00 worth of work done
22.1 Electrically will be supplied by MES. The contractor will be charged for the electric energy consumed at
rupees 9.81 per unit for lighting and power. Electric supply required for works shall be made available by the MES
at the incoming terminal of the main switch marked on the layout plan or as directed by GE. The main switch and
KWH meter to register the electric energy supplied shall be provided and installed by MES. The contractor shall
provide all necessary connections, cable, fitting etc from the main switch in order to ensure proper and suitable
supply of electricity at locations where electric energy is required by the contractor for carrying out all works under
this contract. Government will not guarantee continuity of electric supply and no compensation whatsoever shall be
allowed for supply becoming intermittent or for breakdown in the system for any reasons whatsoever.
23.1 The rates as quoted by the contractor shall include for all taxes, GST, duties and levies including labour
welfare cess for bldg constructions workers welfare Act etc required to be paid by him to concerned authorities as
per the rules and laws in force. No additional payment on these accounts shall be made under this contract by the
MES. Department shall not issue form ‘D’ or its equivalent. Tenderers are advised to check the rules and regulations
from concerned authorities before submitting his tender.
(a) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes / cesses viz GST, duties,
Royalties, Octroi & other levies payable under the respective statutes. No reimbursement/refund for variation in
rates of taxes, duties, Royalties, Octroi & other levies, and /or imposition/abolition of any new/existing taxes /
cesses, duties, Royalties, Otroi & other levies shall be made except as provided in sub para (b) here-in-below.
(b)(i) The taxes which are levied by Govt at certain percentage rates of Contract Sum/Amount shall be termed as
“taxes directly related to contract value” such as GST Labour welfare Cess / tax and like but excluding Income Tax.
The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing
percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes
directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be
reimbursed to the contractor and any decrease in percentage rates of “taxes directly related to Contract value” with
reference to prevailing rates on last due date for receipt of tenders shall be refunded by the contractor to the
Govt/deducted by the Govt from any payments due to the Contractor. Similarly, imposition of the new “taxes
directly related to Contract value” after the last due date for receipt of tenders shall be reimbursed to the Contractor
and abolition of any “taxes directly related to Contract value” prevailing on last due date for receipt of tenders shall
be refunded by the Contractor to the Govt/deducted by the Govt from the payments due to the Contractor.
(ii) The contractor shall, within a reasonable time of his becoming aware of variation in percentage rates and/or
imposition of any further “taxes directly related to Contract value,” give written notice thereof to the GE stating that
the same is given pursuant to this special condition, together with all information relating thereto which he may be
in a position to supply. The Contractors shall submit the other documentary proof/ information’s as the 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 authrosied representative of Govt, and shall further,
at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such
other information’s as the GE may require.
(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value” shall
be made only if the Contractor necessarily & properly pays additional “taxes directly related to Contract value” to the
Govt, without getting the same adjusted against any other tax liability or without getting the same refunded from
the concerned Govt Authority and submits documentary proof for the same as the GE may require.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 87
25.1 The scope of conciliation shall be restricted to the following types of disputes with financial limits as
indicated therein: -
(a) Disputes relating to levy of compensation for delay in completion-Actual amount of compensation.
(b) Disputes relating to technical examination of works.
(c) Disputes relating to interpretation of the provisions of their application to parties.
(d) Disputes relating to non-return of Schedule ‘B’ stores over-issued to contractor.
(e) Any other disputes having fair chances of being resolved by conciliation and considered fit to be referred to
conciliation by the parties.
(f) For (b), (c), (d) and (e) each as stated above the financial limit shall be Rupees two lakh or one percent of
the contract amount whichever is less.
25.2.1 The party initiating conciliation shall send to the other party a written invitation to conciliate, briefly
identifying the subject of the dispute.
25.2.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation to conciliate.
25.2.3 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 to conciliate and if he so elects, he shall inform in writing the other party
accordingly.
25.4.1 All disputes brought out in para 23.1 (a) to (e) above shall be referred to the sole conciliator viz serving
officer not below the rank of Superintending Engineer / Superintending Engineer (QS & C) having degree in
Engineering or equivalent or having passed final / direct final examination of Sub division II of Institution of
Surveyors (India) to be appointed by the officer officiating as Engineer-in-Chief or Director General of works
specifically delegated by the Engineer-in-Chief, Army Headquarters, 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.
25.5.1 The settlement agreement signed by the parties as a result of conciliation proceedings shall have the same
status and effect as it is an arbitral award on agreed terms.
(aa) ‘A’ LEVEL TESTS FOR WORKS COSTING UPTO 100 LAKHS: The contractor may set up site laboratory
at his option for works costing upto 100 lakh. The contractor shall arrange all equipment / machines for the tests
specified in Annexure-I 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 this test i.e. A level tests carried out in site laboratory of the contractor shall not be
recovered. In case, the contractor has not set up the site laboratory and the tests are carried out in Zonal or any
other laboratory setup / approved by GE, the recovery shall be made at rates applicable i.e. as given in Annexure-I.
However, in case the contractor has not set up the site laboratory and tests are carried out in Zonal or any other
laboratory approved / setup by GE, the recovery shall be made at rates applicable i.e. as given in Annexure- I.
(bb) ‘B’ & ‘C’ LEVEL TESTS: For tests of ‘B’ and ‘C’ level as indicated in Annexure-I, the contractor shall provide
all facilities for testing of materials at Zonal laboratory / Govt approved laboratories or test house / Engg colleges at
his own cost. The lump sum / rates quoted by the contractor shall deemed to be inclusive of these tests. The rates
of various tests conducted in Laboratory of MES are indicated in Annexure-I. The contractor shall bear the actual
charges of ‘C’ level tests (to be done in labs other than MES labs) irrespective of rates indicated in Annexure-I.
Wherever it is convenient to get ‘B’ level test done at approved test house / Engg college, the same can be done at
the cost of the contractor and no separate recoveries will be made by the department for the same.
(cc) The recoveries on account of testing charges wherever applicable shall be affected 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.
5 Structural (i) Slump test (OR) IS-1199 The minimum frequency of sampling ‘A’ 300 (i) Random
concrete compacting factor test (OR) of concrete of each grade shall be as sampling shall
(M-15 Vee-Bee time under: - be carried out
Grade and IS-516 Qty of concrete in the No of to cover all
above) (ii) Compressive strength work (Cum) sample mix units.
1-5 1 ‘A’ 900 (ii) Refer IS
6-15 2 456- 2000
16-30 3 clause 14 for
31-50 4 frequency of
51 and above 4+1 for each sampling.
additional 50 Cum or part thereof
6 (a) PCC (i) Compressive strength IS 2156-1984 8 Blocks out of 14 ‘A’ 900 Samples: 14
blocks for (Appx B) blocks from
walling (ii) Water absorption -do- (Appx-’E’) 3 Blocks out of 14 ‘B’ consignment
330
(Hollow of every 5000
block) (iii) Density -do- (Appx-’A’) -do- ‘B’ 330 block or part
thereof.
(b) PCC (i) Compressive strength IS-2185 12 Block out of 18 ‘A’ 900 Samples: 18
solid block (ii) Water absorption -do- 03 Block out of 18 ‘B’ 330 blocks from
for walling (iii) Density -do- 03 Block out of 18 ‘B’ 330 consignment
of every 1000
blocks or part
thereof.
These blocks
to be checked
for dimension
and weight.
7 Cement (i) Water absorption IS-1237 06 tiles out of 18 ‘B’ 330 Samples: 18
flooring (Appx-‘D’) tiles from
tiles / (ii) Wet transverse strength IS-1237 06 tiles out of 18 ‘B’ 660 each source of
Tarrazzo (Appx-‘E’) supply
tiles selected at
(iii) Resistance to wear IS-1237 06 tiles out of 18 ‘C’ 1000
random
(Appx-‘F’)
8 Burnt clay (i) Water absorption IS-3495 06 tiles out of 12 ‘B’ 216 Sample: 12
roofing tiles (Part-II) tiles from
(handmade) each source of
as per IS- supply
2690 selected at
(Part-II) random.
Length 150 (ii) Compressive Strength -do- -do- ‘A’ 180
mm to 250 (Part-I)
mm Width
100 mm to
200 mm
Thickness
25 mm to
50 mm.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 89
Legend
A: Site Lab
B: Zonal Lab
C: Approved Test House / Engineering Collage.
1.1. The work under this contract shall be carried out in accordance with Schedule ‘A’ provisions all as per
particular specifications and General specifications.
1.2. The term ‘General specifications’ referred to here-in-before as well as referred to in IAFW-2249 (General
Conditions of Contracts) shall mean the specifications contained in the MES Schedule.
1.3. General Rules, specifications, Special Conditions and all preambles in the MES Schedule shall be deemed to
apply to the works under this Contract, unless mentioned otherwise in these documents. In case of varied provision
in tender documents, the provision as contained in this document shall take precedence over the provisions in the
MES Schedule.
1.4. Particular specifications given hereinafter are in brief and are meant only to particularize, amend and
emphasis the specifications given in MES Schedule. In respect of such items of work for which particular
specifications are not given, the specifications as given in MES schedule and relevant ISS shall be followed.
2.2. The tenderer is advised to inspect the samples of ISI marked materials and other than IS/BIS marked
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.
b. The change shall be subject to price adjustment i.e. minus 10% (Ten percent) of the cost of the IS/BIS
marked material and in the absence of the availability of rate of the IS/BIS marked materials/articles, the rate of the
adjustment shall be at minus 11% (eleven percent) of the cost of the material actually incorporated, the element of
GST etc and 15% (fifteen percent) for overheads and profits as per condition 62 of IAFW-2249 shall be in addition
to price adjustment stated above.
2.3. The Contractor shall not procure bulk materials unless the samples of each article are got approved in
writing from GE.
2.4. The relevant Indian Standards (IS) shall be of the year of publication (Edition) as specified in the MES SSR
Part I. The contractor may, however, at his discretion provide and incorporate in the work, such materials complying
with the requirements or any corresponding subsequently amended or revised edition of the IS without any price.
Adjustment.
2.5. The contractor shall ensure that the materials are brought at site in original sealed or packing bearing
manufacturer’s marking.
3.1 Materials such as water proofing compound, paint etc the quantity of which cannot be checked after
incorporation in the work, shall when collected as site, be recorded in the measurement book and signed by both
MES representative and the contractor as a checker to ensure that the requirement quantity has been brought to
site for incorporation in the work. Reference to Purchase Vouchers No, Name of the manufacture/dealer from whom
materials have been purchased shall be recorded in the Measurement Book(s).
3.2 The Contractor shall obtain/procure materials from manufacturers authorized dealers/stockiest where such
authorized stockiest have been appointed. The contractor shall produce original receipted voucher of supplier to the
GE, to ensure that the contractor has actually brought the all required quantity and the quality of the materials from
the authorized dealers/manufactures and also to find out the rates thereon. These vouchers shall be endorsed, date
and initialed by the Engineer-in-charge and the contractor and shall be kept on records with the Engineer-in-charge
who shall forward these to the GE soon after completion of the works. Materials brought at site shall be stored as
directed by the Engineer-in-charge and those already recorded in Measurement Book shall be suitably marked for
identification.
4.1 The tenderer shall produce receipted bills/cash memos from the manufacturer’s and/or their authorized
agents for the full quantity of the following materials as applicable, as a prerequisite before submitting claims for
payments of advances on account of work done and/or materials collected in accordance with condition 64 of
General Conditions of contracts IAFW-2249 and shall be entered in MB as not to be abstracted w.r.t purchase
vouchers duly indicating Make and Name of vendor: -
a. Cement. b. All sanitary fittings, appliances & plumbing items.
c. All steel items. d. AC sheets & ridges.
e. PVC pipes & fittings. f. Paints.
g. Electrical & water supply fitting/fixtures where names of manufactures/brands are specified or approved.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 91
PARTICULAR SPECIFICATIONS PART –II (CONTD…)
When the cost of each category of materials for entire contract is less than Rs 5000/- productions of
vouchers may not contract is less than Rs 5000/- productions of vouchers may not be insisted upon, if the GE is
otherwise satisfied with the quality and quantity of materials.
5.1 GENERAL: - The rate quoted by the Contractor shall be deemed to include for excavation and earth
work in the type of soil as mentioned in Schedule “A”. If rock is met with during excavation, it shall be treated as
deviation. Hard rock shall become Contractor’s property for which the Contractor shall give a credit at the rate of Rs.
646.20 per cubic metre of solid measurement to the Govt. Soft/Disintegrated rock shall be disposed off/reused in
filling as and where permitted by the GE. The Contractor may use the hard rock obtained from excavation in the
work for building stone, hard core, lean concrete and WBM if the rock is approved by the GE in writing for use. The
hard rock becoming Contractor’s property shall be removed off the site only after written permission of the
Engineer-in-Charge.
5.2 DEWATERING: -No extra payment shall be admissible for dewatering, if water is met with or accumulated
in the foundations or any other excavations due to any cause, whatsoever, and for excavation in mud, bailing and
pumping of water if required, shall be done as described in Para 3.17 of MES Schedule Part-I.
5.3 REMOVAL OF SURPLUS EXCAVATED EARTH/ DEMOLISED MATERIAL: -All surplus spoil/ demolished
material obtained from excavation/ demolition shall be disposed off to a distance as specified at the location(s) as
directed by Engineer-in-Charge, deposited, spread and leveled as specified in MES Schedule.
5.4.2 Fine aggregates (sand) for plastering/pointing work, shall conform to the specifications and gradings
specified in clause 14.5.2 of SSR Part I.
5.4.3 Fine aggregate (sand) for mortar, for brick work, stones masonry work and all other works, shall be as
specified in clause 5.4 of SSR Part I.
5.4.4 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 like, wherever shown on drawings, may be unwashed
and unscreened.
5.5.1 Coarse aggregate (stone aggregate) for all cement concrete work i.e. PCC/RCC shall be obtained from
source indicated in Appendix ‘B’ and of approved quality all as specified in clauses 4.4.1 to 4.4.7 of SSR Part I.
Mixture of two type shall however not to be used.
5.5.2 Coarse aggregate (stone aggregate) 20 mm and below shall be machine crushed and above 20 mm may be
hand broken.
5.6.2 The materials for hard core shall be of broken stone or boulder broken to gauge not exceeding 65 mm and
shall be obtained from source as per Appx ‘A’.The hard core shall be watered and rammed. The thickness of hard
core is the consolidated thickness after ramming. Wherever hard core is used for base of concrete pavement the
same should be blinded with screenings of the same material/moorum watered and rammed.
6. CEMENT
6.1(a) All cement required for completion of this contract shall be ordinary Portland cement 43 grade conforming to
IS: 8112-1989/ Portland Pozzolana Cement and each bag shall bear BIS marking.
(b) However, the OPC and PPC cement both will not be used in one building. Before commencement of building
the contractor will intimate type of cement to be used and get the same approved by GE for each building
separately. Thereafter only one type of cement will be used in one building. In case of hard standing/PQC to runway
etc, one continuous length will be treated as one building for the purpose of cement.
(c) All cement required for completion of this contract shall be procured by the contractor, under his own
arrangement direct from the manufacturers. The cement shall be procured from the following manufacturers (given
in Table-1) (in case total consumption of cement is less than 1200 bags can be procured from
authorized dealers).
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 92
PARTICULAR SPECIFICATIONS PART –II (CONTD…)
(Table-1)
SN Company Name Grade Address
1. M/s Ultra Tech Cement Ltd [Brand PSC, OPC 43 ‘B’ Wing, 2nd Floor, Mahakali Caves Road, Andheri
“ULTRATECH”] & PPC (East) Mumbai – 400093, Ph : 022-66917800
2. M/s Dalmia Cement (Bharat) Ltd [Brand OPC 43 & Dalmiapuram Dist-Tiruchirappalli,
“DALMIA CEMENT”] PPC Tamil Nadu – 621651
3. M/s Chettinad Cement Corporation Ltd OPC 43, PPC 4th Floor, Rani Seethai Hall Building, 603,
[Brand “CHETTINAD”] & PSC Anna Salai Hall, Chennai – 600006
Tel No.044-42951800 Fax No.044-28291558
4. M/s My Home Industries Ltd [Brand :- OPC 43, PPC 9th Floor, Block-3, My Home Hub, Madhapur,
“MAHA SHAKTI” for PSC, “MAHA” for & PSC Hyderabad – 500081 Ph : 040-66929696
OPC 43, “MAHA SHAKTHI” for PPC]
5. M/s Parasakti Cements Ltd, [Brand OPC 43 & 123/3RT, Plot # 8-3-214/21, Srinivasa Nagar Colony
“PRASAKTI”] PPC (West) Hyderabad – 500038
Tel : 040-44119100/200 Fax : 040-23747562
6. M/s Prism Cement Ltd, [Brand “PRISM”] OPC 43 & 3/113, Vivek Khand, Gomto Nagar
PPC Lucknow – 226010 Ph : 0522-2396847, 2397589
7. M/s Shree Guru Kripa Cement (P) Ltd, OPC 43 & 4/4 Trikuta Nagar Jammu
[Brand “SARTAJ”] PPC Ph : 0191-2472043
8. Madras Cement, [Brand “MADRAS”] OPC 43 & Auras Corporate Centre, 98-A, Dr. Radhakrishnan Salai
PPC Mylapore, Chennai – 600004,
Ph : 044-28478666
9. Saurashtra Cement [Brand OPC 43 & Gala No.A-1, Ground Floor, Udhyog Sadan No.3 MIDC,
“SAURASHTRA”] PPC Central Road, Andheri (East),
Mumbai – 400093, Ph : 022-32955557/67
10 Lafarge Cement (Lafarge India Pvt Ltd), OPC 43 & Crescenzo, 1004, B-wing, 10th Floor, C-38/39,
[Brand “LAFARGE”] PPC G Block, Bandra Kurla Complex, Bandra (East)
Mumbai – 400051
11 The Associated Cement Companies Ltd, OPC 43 & 414-421, Splendor Forum (4th Floor), 3, District
[Brand “ACC”] PPC Centre, Jasloa, New Delhi-110044.
Ph -011 46583600
12 The India Cement, [Brand “STAR”] OPC 43 & Dhun Building, 827, Anna Salai, Chennai-600002
PPC
13 Century Cements, [Brand “CENTURY”] OPC 43 & Industry House, 159 Church Gate Reclamation,
PPC Mumbai – 400020 Ph No.022 22023936
14 Mangalam Cement Ltd, [Brand OPC 43 & PO Adiyanagar, Morak, Dist-Kota, Rajasthan – 326520
“MANGALAM”] PPC Ph No.9351468076
15 Birla Corporation Ltd, [Brand “BIRLA”] OPC 43 & Birla Building (3rd & 4th floor) 9/1, RN Mukherjee
PPC Road, Kolkata- 700001, Ph No. 033 30573700
16 Orient Cement, [Brand “ORIENT”] OPC 43 & 5-9-22/57/D, 2nd & 3rd floor, GP Birla Centre, Adarsh
PPC Nagar, Hyderabad- 500063 Ph No.-044 23688600
17 Shree Cement, [Brand “SHREE”] OPC 43 & Bangur Nagar, Beawar, Dist-Ajmr, Rajasthan-305901,
PPC Ph No. 01462 228101-06
18 JK Cement, [Brand “JK”] OPC 43 &
PPC
19 JK Laksmi Cement Ltd, [Brand “JK OPC 43 & Jaykaypuram, Dist-Sirohi, Rajasthan Ph No.02971
LAKSHMI”] PPC 244409/10
20 Jaypee Rewa Cement, [Brand “JAYPEE”] OPC 43 &
PPC
21 Ambuja Cement Ltd, [Brand “AMBUJA”] OPC 43 & Kodinar, PO-Ambujanagar, Taluka-Kodinar, Dist-
PPC Junagarh, Gujrat-362715, P No.02795 237000
22 M/s Sanghi Industries Ltd, [Brand OPC 53 & 10 th Floor, Katana Arcade, Off SG Highway, PO-
“SANGHI”] PPC Makarba, Dist-Ahmedabad, Pin-380051,
Mo\09825803690, Tel-079 26838000, Fax-0361
2462217, www.sanghicement.com
6.2.2 Use of PPC: for using PPC, the following requirement should be met: -
(a) PPC should meet the strength criteria of 43 Grade OPC as liad down in IS-8112-1989.
(b) The minimum period for curing and skirting off form work shall be as under in lieu of that specified in clause
4.11.6.3 of MES schedule Pt-I: -
(i) Curing: Structural RCC work, PCC work, Plastering etc : 14 days.
(ii) Striking off formwork from walls, columns and vertical sides of beams : 3 to 4 days
(iii) Slabs (Props left under) : 8 days
(iv) Beam Soffits (Props left under) : 9 days
(v) Removal of props to slab/beam
(aa) Spanning upto 6m span : 16 days
(ab) Spanning beyond 6m Span : 22 days
(vi) For cantilever portion of slab form work support shall be retained until the completion of the casting of the
entire frame work of the building.
(c) In cold climate region, where temperature is lower thant 150C, only OPC shall be used.
(d) Mixing of OPC & PPC shall not be allowed in a work, however with strict control of the ground executives,
different buildings can have different type of cement.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 93
(e) For construction of water tanks cement used shall be OPC only. PPC will not be allowed.
(f) While procuring PPC, the following requirements are to be ensured and certificate to effect is to be obtained
by the contractor for each batch from the manufacturer and the same shall be submitted to the GE for approval to
procure PPC: -
(i) The quality of fly ash is strictly as per IS-1489 (Part-I) 2002.
(ii) Fly ash is inter-ground with clinker not mixed with clinker.
(iii) Dry ash is transported in closed containers and stored in silos. Only pneumatic pumping should be used.
(iv) The fly ash has been received from thermal power plants using high temperature combustion above 1000 0C.
(v) The fly ash content in PPC does not exceed 25% to ensure consistency.
(g) For using PPC non-availability of OPC shall not be insisted upon. Also, no price adjustment shall be made
for use of PPC.
6.2.2.1 TESTING OF CEMENT. The manufacturer/main producer shall carry out inspections and testing of cement
in accordance with the relevant BIS provisions. The contractor shall submit the Manufacturer’s Test certificate in
original along with the test sheet giving the result of each physical test as applicable and the 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 Register (Appx ‘A’) given here-in-after, after
due verification. The GE shall also organize independent physical testing of random samples of cement drawn from
each lot from the NATIONAL TEST HOUSE, SEMT WING CME, REGIONAL RESERCH LABORATORIES, GOVERNMENT
APPROVED LABORATORIES, ZONAL LABORATORIES as per IS 3535-1986 (method of sampling hydraulic cement)
and IS 4031 (Method of physical test for hydraulic cement) and IS-4032-1985 (Method of chemical analysis of
hydraulic cements) and record the result in the relevant portion of cement Acceptance Register (Appx ’A’). In order
to undertake departmental testing, requisite facilities alongwith materials, conveyance etc. shall be organized by the
contractor without any extra cost to the Govt, the random sample of cement to be tested shall be drawn as per
Quality Assurance Manual, the cost of materials for testing, samples; conveyance etc shall be borne by the
contractor irrespective of the test result. However, the cost of testing charges shall be governed in terms of
condition 10 (A) of IAFW 2249. In case as per the result of independent test, the cement is found to be not of
requisite standard despite manufacturer’s test certificate, the contractor shall remove the total consignment from
the site within 24 hrs at his own cost after written rejection order of consignment by the GE. In case requirement of
cement is less than 600 bags for the work as a whole, the GE shall organize independent testing (at
option/discretion of GE, if the manufacturer test certificate not produced by the contractor the testing by GE is
mandatory) as per IS-4031-1995 (method of physical test for 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
and IS approved laboratories, approved Govt Engg college.
6.2.2.2 The record of random samples selected by the GE for testing shall be properly maintained in the cement
testing register giving cross reference to relevant consignment of cement and quantity received etc.
6.2.2.3 The contractor shall be required to set up adequate testing facilities at site to the entire satisfaction of GE
for conducting setting time test and compressive strength test as per IS codes referred to here-in-before for the
samples collected from the lot brought at site. These tests shall be carried out within 7 days of receipt of cement at
site. The test can alternatively be carried out at the Zonal laboratory, or any other recognized laboratory so
designated by GE.
6.2.2.4 The contractor shall be allowed to use the cement only after, satisfactory strength of 7 days. 7 days
strength will be relied upon to accept the lot of cement. 28 days compressive strength test will be final criteria to
accept/reject the lot.
6.3 STORGAE. Cement shall be stored over dry platform at least 20cm high, in such a manner as to
prevent deterioration due to moisture or intrusion of foreign matter. In case of store romms, the stock shall be at
least 20cm away from floors and walls. The stocking of cement shall not be more than 10 bags high. It shall be
ensured that tested and untested cement are segregated and stored separately with distich identification.
6.4 DOCUMENTATION: - The contractor shall submit original vouchers from the main producer/manufacturer
for the total quantity of cement supplied under each consignment to be incorporated in the work. All consignments
received at the work site shall be inspected by the GE along with the relevant documents before acceptance. The
original vouchers and test certificate shall be defaced by the Engineer-in-charge and kept on record in the office the
GE duly authenticated with cross reference to the control number recorded in the Cement Acceptance Register. The
Cement Acceptance Register shall be signed by JE (Civ), Engineer-in-charge, GE and the contractor. The Accepting
officer may order a board of officers for random check of cement and verification of connected documents. The
entire quantity of all cement shall also be suitable recorded in the Measurement Book for record purpose before
incorporation in the work and shall be signed by the Engineer-in-charge and the Contractor.
6.4.1 Identification of cement bags by the manufacturer shall be as per relevant BIS codes.
6.4.2 The entire lot of cement brought by contractor to the site shall be removed by contractor under the own
arrangements and at his own cost whenever the test result is not found within the prescribed acceptable limits.
Decision of GE in this respect shall be final and binding.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 94
PARTICULAR SPECIFICATIONS PART –II (CONTD…)
6.5 The proper accommodation for storage, preservation and maintenance of cement shall be proved by the
contractor at his own cost till consumption of cement in the work at the place (s) decided by GE. All arrangement
for proper storage and safety of cement as indicate here-in-after shall be made by contractor at his own cost. The
cement storage accommodation shall be providing with two locks at each door. The key of one lock at each door
shall remain with the Engineer-in-Charge or his representative and that of other lock shall remain with the
contractor’s authorized agent at site of works so that cement is removed from godown/storage accommodation
according to daily requirement with the knowledge of both the parties.
6.6 Schedule of supply of cement shall be worked by contractor in consultation with GE so as to match with the
progress contemplated in CPM chart prepared for the project.
6.7.1 Random samples of 5 bags shall be got weighed by Engineer-in-Charge in presence of representative of
contractor from each consignment to arrive at average weight per bag for calculating total quantity of cement
brought at site for incorporation in the work. All arrangement for weighing of cement bags including labour etc shall
be provided by the contractor at his own cost.
6.7.2 The quantity of cement arrived at as aforesaid shall be considered for payment as applicable in accordance
with IAFW-2249, General conditions of contracts.
6.7.3 Payment for cement shall only be allowed after production of original purchase vouchers, manufacturer’s
test certificates for each consignment of cement brought by contractor and after the results of random testing
carried out by GE are found satisfactory a specified here-in-before.
4. Qty of cement & lot No / Week No (in bags) (Qty…. (b) Lot No / Week No: …………
5. Manufacturer’s test certificate No: …………………
Compressive
Loss on ignition (%)
strengths
(Mpa)
Magnesium (%)
Chlorides (%)
Alkailes (%)
03 days
07 days
28 days
As per relevant
IS
As per
manufacturer’s
test certificate
As per random
test certificate
6.8.1 Cement shall be ordinary Portland 43 grade or Portland Pozzolana Cement (PPC) as specified here-in-
before.
6.8.2 Fine Aggregate (Sand) for concrete work shall confirm to materials, specification and grading within the
milits of grading zone I to III as specified in clause 4.4.1 to 4.4.6 and 4.4.7 (2) to MES Schedule Part I and shall
confirm to approved sample kept in the office of GE. Fine Aggregate (Sand) be obtained from Narmada River.
6.8.3 Coarse Aggregate (Stone Aggregate) for all cement concrete work i.e. PCC/RCC except for lean
concrete in foundation, sub-base in floor shall be out of qranite/basalt/trap stone of approved quality and coarse
aggregate for lean concrete in foundation and sub base in floor shall be sand stone of approved quality all as
specified in clause 4.4.1 to 4.4.7 (1) of MES Schedule Part I, Mixture of two type of stone shall not be permitted.
6.8.3.1 Coarse aggregate (stone aggregate) 20mm and below shall be machine crushed and above 20mm may be
hand broken.
6.8.3.2 Grading of coarse aggregate (stone aggregate) unless specified otherwise in the specifications here-in-after
in various location/work i.e PCC/RCC shall be as specified in MES Schedule Part-I.
6.8.3.3 Coarse aggregate for the lime concrete however be brick aggregate as specified in clause 4.5 of MES
Schedule Part –I.
6.8.4 WATER: - Water used for mixing and cutting shall be clean and free from injurious amounts of oils,
acids, alkalies, salt, sugar, organic materials or other substance that may be deleterious to concrete or steel. The
PH value of water shall not be less than six, the permissible limit for solids shall be as per Table I of IS-456-2000.
Water shall comply with requirements and shall be tested as given in clause 5.4 to 5.4.4 of IS-456-2000.
6.8.5 ADMIXTURES: -Admixtures if used, shall comply with IS-9103 and clause 5.5 to 5.6 of IS-456-2000.
6.8.7 NOMINAL MIX: - Wherever nominal mix concrete is specified, shall be designed as per IS-456. The
periodicity of mix design and other tests on materials/mix shall be as decided by the GE.
6.8.8.2 AGGREGATE
(a) Aggregate shall conform to IS 383 Coarse aggregate (stone aggregate) 20 mm and below for all cement
concrete work i.e. PCC/RCC shall be out of granite/basalt/trap stone and coarse aggregate (stone aggregate) of 40
mm and above shall be of sandstone of approved quality all as specified in clause 4.4.1 to 4.4.7 (1) of MES Schedule
Part I. Mixture of two types of stone shall not be permitted. Aggregate shall be non-porous, hard, strong, durable,
clean and free from various impurities and adherent coating and shall not contain any deleterious materials
exceeding the limits specified in the above referred IS. When required by the Engineer-in-Charge, the contractor
shall at his own expenses carry out any test laid down in IS383 and IS-2386 to verify that the aggregate complies
with the requirements of the IS. The test will be carried out in any laboratory approved by the GE.
(b) Coarse aggregate shall consist of crushed graded stone aggregates. 40mm and below aggregate shall be
machine crushed and course aggregate above 40 mm may be hand broken.
(c) Fine aggregate shall consist of naturally occurring coarse sand. Fine aggregate shall conform to Zone-II of
table IV of IS-383.
(d) Samples of the aggregate proposed to be used shall be approved by GE, prior to bulk delivery of the same
at site of work. Field tests for determining the contents of silt, clay etc for fine aggregate shall be carried out by the
Engineer-in-Charge from time to time to ensure that material brought to site are in conformity with the samples
approved by the GE.
(e) GRADING OF AGGREGATE The grading of coarse and fine aggregate shall be as per MES Schedule. Fine
aggregate shall have grading as per grading Zone-II. The grading of coarse and fine aggregate shall be checked as
frequently as possible. The frequency for the aggregate testing shall be determined by Engineer-in-Charge to ensure
that the specified grading is being maintained.
6.8.8.3 BATCHING
6.8.8.3.1 This shall be done as per clause No 4.11.3 of MES SSR Part-I. Irrespective of what is specified in
MES SSR and else wherein these tender documents, weigh batching shall be carried out for all design mix concrete.
Volumetric mixing of concrete will not be permitted. Weigh batching alongwith system of measured water either
through calibrated pump or calibrated tank is to be adopted strictly for all design mix concrete work.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 96
Notes: -
(i) The minimum cement content for design mix shall be as laid down in relevant IS. In case due to local site
conditions or any circumstances design mix with cement content more than laid down in IS is approved, the
contractor shall have no claim whatsoever on account of use of more quantity of cement. Quoted rate by contractor
shall be deemed to include the quantity of cement as per approved design mix and nothing extra on this account is
admissible.
(ii) No element of wastage of cement shall be allowed while working out the cement consumption details for
design mix concrete work.
(iii) Mix design shall be prepared based on SP-23, handbook on concrete mixes and IS-10262.
Recommendations guide lines for concrete mix design.
(a) Soon after commencement of work, contractor shall arrange the required design mix for concrete. Design
mix concrete shall be got carried out from National Test House, SEMT, CME and Regional Research Laboratories or
from any Govt. approved labs such as Govt. Engineering Colleges and shall be got approved from GE before
implementation in the work. In case contractor fails to submit the samples of design mix soon after commencement
of work, the delay shall solely be attributable to the contractor and no claim of whatsoever nature shall be
admissible on this account.
(b) As soon as possible after receiving the design mix from the above agency same shall be verified at site by
casting the final cubes.
(c) Frequency of sampling shall be as per clause 15 of IS-456. Each sample shall consist of three numbers of
preliminary test cubes (except as stated in Para. (d) below) of size 15x15x15 cm, and shall be made as per clause
2.8, 2.9 and 2.10 of IS-516. The concrete cube shall be tested as per IS-516 at site laboratory. The cubes will be
tested after 28 days from the date of casting.
(d) One sample for every design mix in the initial stage shall consist of six numbers of preliminary test cubes of
size 15x15x15 cm, and shall be made as per clause 2.8, 2.9 and 2.10 of IS-516. The concrete cube shall be tested
as per IS-516 at site laboratory. Out of six cubes, three will be tested after seven days (on 8 th day) from the date of
casting and three will be tested after 28 days from the date of casting.
(e) The test after seven days (i.e. on 8th days) is intended only to give an early indication of the strength likely
to be achieved. The strength thus achieved should be comparable with the above design mix report with specified
design parameter. However, 28 days compressive strength shall alone be the criterion for acceptance and rejection
of the concrete.
(f) GE can also carry out seven days strength test of more samples at his option. However, if the test report is
found satisfactory, then the cost of testing including cost of cubes shall be borne by the Dept. But if the result is
found unsatisfactory, then the cost of cubes and cost of testing shall be borne by the contractor. The cost of
conveyance of test cubes shall however be borne by the contractor in all cases.
(g) On the result of the above test, the mix actually to be used shall be agreed to and approved by the GE. The
approval of the GE shall not relieve the contractor of his responsibility for obtaining the required minimum strength
of quality concrete in the works.
(h) All testing charges including cost of cubes, conveyance etc. shall be borne by the contractor except that, the
cost of optional seven days test be regulated as stipulated in Para (f) here-in-before.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 97
PARTICULAR SPECIFICATIONS PART –II (CONTD…)
(a) The contractor shall be deemed to comply with the strength requirement as per clause 16 of IS-456.
(b) Whenever there is any change in the type of grading of material, the mix should be rechecked and modified
suitably to the desired compressive strength.
(c) Standard deviation to be rechecked after collecting the result of actual concrete work (compressive strength
actually achieved at site) to review for Design mix.
6.8.8.7 PLACING AND CURING OF CONCRETE: -Placing and curing of concrete shall be as specified in SSR
Part-I and as per IS.
All RCC work shall be consolidated with approved mechanical vibrators except where not practicable in the opinion
of the Engr-in-Charge. RCC in slabs shall be compacted with plate/ surface type vibrator and in beams/ columns
with needle/ pin vibrator.
6.9.1 Form work shall be as per clause 7.15 of MES SSR Part-I and shall comply with requirement of Para 4.11.6
of MES SSR Part-I. Form work shall be only of or steel/plywood.
6.9.2 Only steel props shall be used to support the formwork of slabs and beams.
6.9.3 Deviation with regards to form work shall be based on fair finish concrete surface.
6.9.4. Screws need not be used in the form work except at the discretion of the contractor for his own
convenience.
6.10.1 Design mix concrete at site shall be done by using semi-automatic batching plant of capacity 12 to 15
cum/hour.
6.10.2 All RCC work shall be consolidated with approved mechanical vibrators except where not practicable in the
opinion of the Engineer-in-Charge. RCC in slabs shall be compacted with plate/surface type vibrator and in
beams/columns with needle/pin vibrator.
7. BRICK WORK.
7.1 Brick (Modular or old size) shall be of best quality well burnt kiln bricks sub class ‘B’ as per sample kept in
GE’s office having compressive strength not less than 50 kg/sqm and maximum water absorption shall be 20%.
7.2 The nominal size of old size bricks shall be 230mm x 115mm x 75mm (9” x 4 ½” x 3”) and the nominal size
of modular bricks shall be 200mm x 100mm x 100mm. Tolerance for the size of brick shall be as under: -
7.2.1 In case of old size bricks tolerance in each dimension upto + 8% (Plus or minus) shall be permitted.
7.2.2 In case of modular bricks tolerance as per IS-1077 for sub class ‘B’ shall be permissible.
7.4 Fine aggregate (sand) for mortar for masonry shall be as specified in Para 5.4 and 5.4.1 of MES schedule
Part I and for plaster it shall be as specified in Para 14.5 to 14.5.2 of MES schedule Part I and shall be procured
from the sources as approved by GE.
The clay fly ash bricks shall conform to IS: 13757:1993: Specification for burnt clay fly ash building 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 machine moulded. The bricks shall have frog of 100 mm in
length, 40 mm in width and 10 to 20 mm deep on one of its sides. If made by extrusion process, the bricks may not
be provided with frogs. Fly ash shall conform to grade 1 or grade 2 of IS: 3812:1981: Specification for fly ash for
use as pozzolana and admixture (First Revision).
8.1 All steel and iron work shall be as per details shown on drawings and shall be carried out as described in
MES Sch Part I and as specified here-in-after.
8.1.2 The types of steel shall be used in the construction work are as under: -
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 98
(a) Reinforcement of steel. High strength deformed steel bars produced by Thermo mechanical treatment
process (TMT steel bars of grades Fe 415, Fe 500 and Fe 550) meeting all other requirement of IS-1786.
Note: - Steel only for hold fast, grills and guard bars shall be ordinary quality. Balance structural steel
shall be standard quality. Test certificate for ordinary quality steel is not required. For pricing
deviation, for reinforcement, rate of deformed or twisted steel shall be applicable irrespective of the
fact that HCR bars are being used.
8.1.4 STRUCTURAL STEEL. The structural steel and galvanized sheet to be supplied by the contractor shall be
procured from main manufacturer namely SAIL, TISCO, Rashtriya Ispat Nigam Ltd, Jindal Steel and power Limited
8.2. TESTING OF STEEL: - The contractor shall submit the manufacturer’s test certificate in original alongwith
the test sheet giving the result of each mechanical test as applicable and the chemical composition of steel or
authenticated copy thereof duly signed by the manufacturer with each consignment. The Engineer in charge shall
record these details in a steel Acceptance/rejection register after due verification. GE shall also organize
independent testing of random samples of steel drawn from various bulks from National test house, SEMT CME
Pune, Regional Research Labs, Zonal Laboratories or Govt approved Labs etc as per the recommended minimum
frequency shown in table at Annexure I. In order to undertake departmental testing, requisite facilities shall be
organized by the contractor. Cost of samples and cost of testing shall be borne by the contractor. In addition to the
above tests the TMT steel received from secondary producers will be tested by GE/CWE in person, before
incorporation in the work, by simple field tests and record shall be maintained. However, GE will carry out random
checks where he has not tested the steel by himself. The record of such random checks would be maintained in the
steel test register. Simple field test involves sand papering the X- section of the TMT bars and dipping the same in
chemical solution to give a clearly defined annular ring of tempered steel. The contractor at his cost shall arrange
facilities for such tests. Tests are mandatory and hence there shall be no extra cost will be given to the contractor.
Cost of sample and cost of testing shall be borne by the contractor.
8.2.1 Note applicable for all tests: -Minimum one test from each section of steel to be used shall however be
carried out. For various tests, acceptance, criteria, tolerances etc, provisions of relevant BIS shall be followed.
CWE may appoint a board of officers for the purpose of knowing the acceptable tolerance in diameter and weight of
the various steel sections. In the event of any lot not found complying with the requirements given in relevant BIS,
the GE has the right to reject that lot even though the manufacturer test certificate show that the steel complies
with requirement given in relevant BIS and the contractor shall have no right whatsoever on such objection of lot
procured by him. The format of steel acceptance/rejection register shall be as given Annexure-I.
8.3 DOCUMENTATION
8.3.1 The contractor shall submit original vouchers from the supplier for the total quantity of steel supplied under
each consignment to be incorporated in the work. All consignment received at work site shall be inspected by the
GE alongwith relevant documents before acceptance of steel for incorporation in the work. The original vouchers
and the test certificates produced by the contractor shall be defaced by the Engineer-in-Charge and kept in the
record in the office of the GE duly authenticated with cross reference of control number recorded in the steel
acceptance/rejection register. The steel acceptance/rejection register shall be signed by the Junior Engineer (Civil),
Engineer-in-Charge, GE and the contractor. The steel shall be incorporated in the work only after it is accepted by
the Garrison Engineer. The accepting officer is also at liberty to carry out random check of quality of steel and
verification of connected documents through the board of officers. In case of such check if it is found that steel
brought on site/incorporated in work does meet the requirement laid down in the contract, such steel/work in which
such steel has been incorporated shall be rejected on devalued based on the seriousness of the defect.
8.3.2 Accepting officer’s decision shall be final and binding in this regard and the contractor shall have not
claimed whatsoever on account of such rejection. The cost for steel testing either by the GE or accepting officer
shall be borne by the contractor. The entire quantity of all steel items shall also be recorded in measurement book
indicating size, quantities, vouchers numbers, dates brought on site for record purpose as “not be abstracted” and
signed by Engineer-in-Charge contractor before incorporation in the work.
8.3.3. Item of steel rejected shall be removed by the Contractor from the site within 72 hrs at his own expenses.
No extra payment towards loading/unloading and transportation shall be made to the contractor.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 99
PARTICULAR SPECIFICATIONS PART –II (CONTD…)
8.4.1 The steel shall be procured and brought to the site one month before it is required to be incorporated in the
work considering the time required for its, inspection and acceptance as specified herein before.
8.4.2 The steel brought on site and accepted shall be properly stored, preserved and maintained as per normal
practice if the steel is not being incorporated in the work within three months of procurement, leapt cement slurry
shall be applied.
8.4.3 As and when the steel is received in trucks/by train, steel shall be taken to weight bridges and weighed.
Actual weight of steel shall be recorded by Engineer-in-Charge in presence of Contractor or his accredited
representative. Expense on this account shall be borne by the contractor.
8.5 WELDING.: - Welding shall be metal are electric welding and shall be done as specified in clause 10.15 of
MES Schedule Part I and in as approved manner and shall be as per IS-816, 1969 and IS-9585-1980. All weld shall
be fillet weld and actual throat thickness shall not be less than 3mm.
8.6.1 Structural steel work shall be executed as specified in relevant clauses of selection 10 of MES Schedule Part
–I.
8.6.2 Steel shall be arranged by the contractor and shall comply with requirement of following specifications: -
(a) Structural Steel - (Grade ‘A’) confirming to grade Fe-410 WA (IS 2062 of 1999)
(b) Mild Steel (misc) and confirming to grade Fe-290 or Fe-330
(c) Hold Fasts
8.6.3 For pricing deviation in respect of steel items the quality of steel shall be as given below: -
(a) Structural Steel - Standard Quality Fe-410-WA and as mentioned MES Schedule
(b) MS Round bars - IS-432 (Part – I) (9182) Gde –I and as mentioned reinforcement for reinforcement
in MES Schedule 6mm can be wire drawn quality
(c) Steel items other - Ordinary quality Fe-290 or Fe-330 than structural Steel and reinforcement
Tensile Strength
Stress
Phosphorous%
Phosphorus %
Manganese%
Re-bend Test
Sulphur % +
Percentage
(Min 18%)
Car-bon %
Wt per Mtr
Elongation
Sulphur%
Corrosion
Bend test
Remarks
Silicon %
(N/mm2)
(N/mm2)
Yield
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
As per IS-
1786 – 2008
As per
Manufacture’
s test cert
As per
indep-endent
Test
Remarks with Signature Accepted/Rejected
9 REINFORCEMENT
9.1 Reinforcement shall be provided in accordance with the provisions of IS-456 and as directed by Engineer-in-
Charge. Reinforcement shall be fabricated and placed in position as specified in clause 10.17 to 10.23 of MES
Schedule Part-I. Laps and crossings shall be tied with mild steel wire (annealed) of not less than 0.90mm dia
meter. Laps shall be staggered. The Contractor shall be responsible for accurate fixing of reinforcement and shall
not pour any concrete until the reinforcement has been inspected in position and approved in writing by Engineer-
in-Charge. The Contractor shall take necessary precaution to prevent any displacement of reinforcement during
concreting.
9.2 Re-inforcement bars shall be provided in accordance with the provisions of IS-456 and as directed by
Engineer-in-Charge/GE/AGE (I).
9.3 Reinforcement shall be fabricated & placed in position as specified in Clause-10.17 to 10.22 of MES
Schedule Part-I.
9.4 All steel for reinforcement to be used in the work shall be contractor's supply. TMT steel bars of grade Fe-
500 or Fe-550 shall only be used. All reinforcement steel required for completion of this contract shall be procured
by the contractor under his own arrangement from main producers of steel as given here-in-before. The particulars
of manufacturers/supplier of steel shall be furnished by the contractor to Engineer-in-charge for every lot of steel
separately. In case the steel is not available by these steel manufactures, the same will be procured from
secondary manufacturer. However, in case of non-availability no price adjustment will be done on account of
procurement.
9.5 PRE-PAINTED GALVALUME SHEET ROOFING: Galvalume sheet roofing shall be all as described in
BOQ and shall be all as per clause 11.3 of SSR Part-I 2009. Galvalum sheet shall be colour coated, pre-profiled
(Trapezoidal or High Rib) of 0.5mm thickness with zinc coating of 120 gms, top organic coating of polyster paint 16-
18 microns over 5-7 mocrons epoxy primer. The sheet shall be fixed on angle iron bracket with & including self-
drilling and self-tapping screws of appropriate size, sealed with integrated EPDM rubber washer for water tight fixing
and side laps to be stitched using Alluminium pop rivets fixed on top of roof complete all as specified and directed
by Engineer-in-charge. Make of sheet shall be given in Appx ‘C’
9.5.1 Fixing of pre-profiled galvalume steel sheet shall be all as per SSR PART-I 2009 and all as per
manufacturer’s instructions.
10.1 TIMBER.
10.1.1 Timber for all wood work and joinery shall be as per specifications given in clause 7.3 of MES Schedule Part-
I and shall be within permissible limits of defects defined in clause 7.4 and 7.5 of MES Schedule Part-I.
10.1.2 Timber shall be well-seasoned air or kiln dried at the Contractor’s option but without any price adjustment.
The moisture content of the timber shall not exceed the limits laid down in clause 7.7 of MES Schedule Part-I.
10.1.3 SPECIES OF TIMBER: -Species of timber shall be as described in respective items of BOQ. Second class
hard wood shall be ‘Indian sal’, Bijasal or Sandan and first-class hard wood shall be MP teak as per the approved
samples kept in GE’s Office.
10.1.4 Preservative antitermite treatment shall be carried out to all wood works and joinery, Contractor’s quoted
rates shall be deemed to cater for this provision. Factory made ply wood, particleboards & factory-made shutters
ASCU-Vacuum pressure treated are not to be further treated with any chemical against termites.
10.1.5 Chemical used for antitermite treatment to wood work and joinery other than factory made plywood,
particle board and factory-made shutters as described above shall be copper Napthanate or any other chemical
specified in IS-401 of 1982 applied in any one of the manners specified in ibid IS.
10.2.1 Veneered particle board where indicated shall be three layers flat pressed with commercial or teak veneer
(one side or both sides) as indicated in BOQ and shall be BWP grade bonded with phenol formaldehyde synthetic
resin adhesive ISI marked (IS-3097) Grade-I, Type-1 for commercial veneer and Type-2 for decorative veneer all as
specified in para 12.14 of MES Schedule Part-I.
10.2.2 Plywood where indicated shall be BWP grade bonded with phenol formaldehyde synthetic resin adhesive ISI
marked, IS-303 for general purpose plywood and IS-1328 for decorative face plywood. Facing shall be of teak
veneer or commercial veneer as indicated in BOQ.
10.3 SHUTTERS.
10.3.1 GENERAL. Only one type of species of timber shall be used in stiles and rails. Shutters with mixed
species will not be accepted.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 102
10.3.3 OTHER THAN FACTORY MADE SHUTTERS. Door/window shutters as described in BOQ (other
than factory made) shall be made locally all as specified in section 8 (joinery) of MES Schedule Part-I and all as
directed by Engineer-in-Charge.
10.4 WORKMANSHIP.
10.4.1 Timber exposed to view shall be wrought and not exposed to view shall be clean sawn. The workmanship
and fixing of joinery shall be as specified in clause 8.11 to 8.23 of MES Schedule Part-I.
10.4.2 Timber members’ upto 3.00 metres length shall be in one piece.
10.4.3 Use of nails in the joinery is prohibited. Wood screw of appropriate size shall be used and shall be of “Nettle
fold” brand or any other equivalent brand as approved by GE.
10.5 PRELAMINATED PARTICLE BOARD: -Pre-laminated particle board where indicated shall be BWP grade,
bonded with phenol formaldehyde synthetic resin adhesive with Malamine finish, ISI marked IS 12823 (Gde I, Type-
I). Colour, shade, tint and design of lamination shall be as approved by the GE.
10.6.2 PVC SOLID FRAME FOR DOOR SHUTTER: - Factory made PVC door frames shall be as per specifications
given in clause 8.34.3 of SSR part-I. Colour & shade shall be as directed by GE.
11.3 Articles of builder’s hardware (fittings) shall conform to or shall be superior to the samples kept in GE’s
Office in respect of quality, finish etc.
11.4 Screws for fixing items of builder’s hardware shall be as specified in clause 9.2.6 of MES Schedule Part-I.
(b) Steel window frames shall be provided with horizontal glazing bars where directed. These glazing bars shall
be tennoned and riveted into the frame. Fixing and glazing of windows/vents shall be in accordance with IS-1081.
Glazing shall be fixed to frames with oil putty. Special spring glazing clips shall be used if the size exceeds that
specified in aforesaid IS. Wire cloth/gauze shall be fixed to windows with mild steel flat fillets/beads of suitable
section.
(c) Steel windows/vents frames in contact with brick work/concrete work shall be painted in mastic of one part
of bitumen and three parts of sand or readymade mastic supplied by the manufacturer. In no case painting with
cement will be allowed.
(d) Hinges for side hung shutters shall be projecting type as specified in IS-1038. Fittings (builders’ hardware)
for steel windows shall be of MS black japanned, pressed steel heavy duty corrosion resistant without wrinkle finish.
(e) Steel windows/vents shall be fixed to walls with lugs. Lugs shall not be provided for fixing to lintels and cills
even though its provision exists in the IS specifications.
(f) The dimensions of steel windows/vents unless directed otherwise shall conform to IS-1038. However,
minor variation in the overall size to suit the standard practice of the manufacturer will be accepted.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 103
(g) Steel windows/vents shall be given one shop coat of anticorrosive zinc chromate primer and two coats of
synthetic enamel paint of approved shades after erection.
(h) The Contractor shall procure steel windows and vents from any of the firms given under makes of materials.
Steel windows and vents manufactured at site shall not be accepted.
(j) Rolled steel sections for fabrication of steel windows shall conform to IS: 7452 of 1982.
(k) Corners of fixed and open frames are to be welded to form a solid fused welded joint by using flush butt
weld.
(l) Friction hinges shall be provided with washers in pairs back to back with serrated spare made of stainless
steel/galvanized steel/high carbon steel. Peg stays shall not be provided where friction hinges are provided.
13.1.1 Water proofing treatment to roof slab shall be carried out all as described in respective items of BOQ and
with the following brief specifications & all as directed.
13.1.2 Preparation of Roof surface includes Filling up joints and cracks if any, brooming down, fanning with clothes
and finally left the surface tidy to receive roof treatment as per manufacturer’s instructions.
13.1.4 Bitumen primer shall be of conforming to IS-3384(1986) and shall be applied as specified under respective
item of BOQ.
13.1.5 The polymeric water proofing membrane shall be as specified in BOQ of the following technical parameters: -
Characteristics: -
Properties 100 Micron Core
Colour Black
Softening Point >150 0C
Penetration at 25 0C, 100 gm, 5 sec. 20-35mm
Thickness of Polyethylene (centre Core) 0.100 mm ± 0.01 mm
Tensile Strength, N / 5 Cm
(i) Lengthwise >115
(ii) Crosswise >105
Elongation, %
(i) Lengthwise >300
(ii) Crosswise >300
Heat resistance Does not drip at 125°C
Reinforcement HMHDPE film
Make IWL India Ltd/ Shaliplus of STP Limited /Tikitar Products
13.1.6 Care shall be taken that water proofing membrane should not be punctured while laying of PCC and original
slope of the roof should also be maintained.
13.1.7 Suitable embedment of polymeric water proofing membrane shall be ensured into walls/parapet walls.
Special care shall be taken in laying the polymeric water proofing membrane at singularities such as drains,
expansion joints etc. Details of laying not covered hereinbefore shall be followed from manufacturers guide.
13.1.8 Polymeric water proofing membrane shall be unrolled over the bituminous coated surface with overlap of
100mm. The overlap shall be sealed by flame.
13.1.9 The entire work of water proofing treatment to RCC roof slab shall be carried out by engaging authorized
applicator of the manufacturer. For this purpose, contractor shall submit the details of authorized applicator along
with supporting documents to GE well in time and the work shall be executed only after written approval of GE. All
materials used for water proofing treatment shall be of same manufacturer. However, the main contractor shall give
guarantee for efficiency of water proofing treatment as specified hereinafter.
13.3 TESTING
13.3.1 The Contractor shall produce the literature and test certificate of polymeric water proofing membrane of the
make/brand which he wants to incorporate in the work from NTH or any other laboratory which has got
accreditation of National Accreditation board for testing and calibration laboratories (NABL), ministry of science &
technology Govt of India, New Delhi complying with the aforesaid specifications. Before purchasing the material in
bulk, the contractor in his own interest is advised to satisfy himself regarding the fact whether the polymeric water
proofing membrane and bitumen which he is interested to purchase complies with the aforesaid specifications or
not.
13.3.2 The contractor shall procure the Material in bulk only after make/brand of Polymeric water proofing
membrane is approved by the GE based on above mentioned test certificate & literature. In addition to above the
G.E. shall organise independent testing of random samples of Polymeric water proofing membrane from any
National Test House or NABL accredited laboratory per 4000 Sqm or part thereof of Polymeric water proofing
membrane subject to minimum one sample for each lot brought by the contractor on site of work. The contractor
shall make available required Polymeric water proofing membrane and bitumen & other facilities required for
arranging independent testing by the GE as specified hereinbefore & shall bear the cost of testing in each case
irrespective of whether sample passes or fails. The GE shall make payment to the concerned laboratory & direct the
contractor to deposit the amount in Govt treasury in favour of GE concerned & submit the treasury challan to the GE
within 10 days of the letter issued by the GE for payment of cost of testing of Polymeric water proofing membrane &
bitumen. If the contractor fails to do so, the testing charges shall be recovered from the dues of the contractor.
The test results in all cases shall be kept on record duly defaced by the Engineer-in-Charge.
13.3.3 Polymeric water proofing membrane & bitumen brought by the contractor shall be allowed to be used in the
work only after receipt of satisfactory test results of sample sent for independent testing. The GE shall inform the
contractor about the test results & permission to incorporate in the work, in writing.
13.3.4 In case the sample got tested by the GE fails, the concerned lot of Polymeric water proofing membrane or
bitumen as the case may be shall stand rejected. The contractor shall remove the rejected material from the site of
work within 02 days of the order by the GE. Contractor shall have no claim whatsoever on account of rejection &
removal of Polymeric water proofing membrane or bitumen.
13.3.5 It shall be the responsibility of the contractor to arrange Polymeric water proofing membrane & bitumen
well in advance to facilitate its testing before use in the work. The contractor shall submit the programme of
procurement of Polymeric water Proofing Membrane and bitumen to the GE before the date of commencement of
the work indicating date of procurement & quantity.
13.4.2 During the guarantee period if any leakage/seepage of water is found through the roof, e contractor shall
rectify or replace (at his option) defective materials at his own expenses, when called upon in writing to do so by
the GE. Condition 46 of IAFW-2249 (defects liability period) for the guarantee period shall be deemed amended
accordingly for the work of water proofing treatment to roof.
13.4.3 A small cement mortar tablet shall be provided on external wall of each building (without defacing the
aesthetic) with the following details.
(a) Water proofing treatment done vide CA No.
(b) Date of expiry of guarantee period.
(c) Name of contractor.
13.5.2 The amount calculated as per table given below shall be retained from the contractor’s 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 in favour of “CDA
JABALPUR” for the said sum from a scheduled/Nationalised Bank in lieu of the sum to be retained out of the final
bill: -
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 105
13.5.3 The security deposit 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’ IAFW-451 condition 10, 48 & 68 of General Conditions of
Contracts (IAFW-2249) shall be deemed to be amended to the extent mentioned above.
13.6 Materials required for waterproofing shall be purchased by the contractor from the manufacturers or their
authorised agent only and brought to site. The GE before approval shall verify name of authorised agent from the
manufacturer.
14.2 The aluminium sections shall be powder coated finish as manufactured by reputed firms. Chemical &
mechanical properties of sections shall comply with requirements given in IS 733-1983, IS 737-1986 & IS 1285-
2002.
14.3 Joining of sections, providing fittings, lugs, method of fixing, etc shall be as per IS 1984-1961
14.4 All builders' hardware shall be powder coated. The cleats for mechanical vertical and horizontal joints for
outer frames shall be specifically extruded aluminium section so as to avoid any play between jointed members.
14.5 Glazing shall be with the glass as described in BOQ. The glass shall be fixed with PVC or rubber gasket so
as to avoid metal to glass contact and no projection at any beading shall be visible thereby making it flush glazed.
15 FLOORING: -
15.1 GENERAL
(a) Type of floor topping shall be as described in relevant item(s) of Schedule ‘A’ and shall be laid as
specified in MES Schedule Part-I.
(b) Floors shall be laid to level or falls as directed by the Engineer-in-Charge.
(c) Pozzolana slag cement shall not be used for floor toppings.
(d) PCC sub base may not be laid in panels/bays.
15.4 NON-SKID CERAMIC TILES: - Nonskid ceramic tiles shall be Ist class superior/premium quality
confirming to grade B-II (A) as per IS- 13712-1993. Tiles shall be of size not less than 300mm x 300mm and 7 to
8mm thick or of size not less than 400mm x 400mm and 8 to 9mm thick as specified in schedule of finishes. Tiles
shall be white/light coloured as per BOQ and as approved by GE.
15.5.2 Kota stone shall be polished. Mirror polishing shall be with 7 cuts as per local practice.
15.7 VITRIFIED TILES: -Refer clause 13.15 of MES Schedule Part-I for specification of tile.
15.7.1 Vitrified tile shall be of as quality as indicated in Sch ‘A’. Laying of tiles shall be all as per 13.41 of SSR Part-
I. Make & design of Vitrified tile shall be as approved by GE.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 106
15.8.1 Glazed ceramic tiles shall be got approved from GE before incorporation in the work. Quality of tiles shall
be 1st class superior/premium quality confirming to grade B-III as per IS-13712-1993. Tiles shall be light coloured
and plane shade as given in BOQ. Make of tiles shall be as specified in Appendix ‘C’.
15.8.2 Tile shall be provided over cement mortar screed as per schedule of finishes drawing and as specified in
clause 13.40 of SSR Part I. Joints of dado shall match with the joints in floor tiles.
15.9 INTERLOCKING PAVER BLOCK FLOORING: - Interlocking pre-cast coloured block shall as given in
BOQ. Precast concrete Paver blocks shall conform to IS 15658:2006, Specification for Precast concrete blocks for
paving. Paver blocks shall be sound and free from cracks or other visual defects. The tolerance on length or breadth
of paver blocks shall be +2mm and tolerance on thickness of tiles shall be +3mm. Water absorption shall not be
more than 6 percent by mass. Shapes shall be triangular, Zigzag, Haxagon or other shape as indicated. Colour of
paver blocks shall be as indicated or as decided by GE. The make of tiles shall be same as specified in APPX ‘C’. The
colour/size/pattern/design of blocks shall be as approved by GE. The joints shall be filled with sand.
16. PLASTERING
16.1. GENERAL
16.1.1. Ref Paras 14.12 to 14.17, 14.24, 14.25 & 14.28 of MES Schedule Part-I for workmanship.
16.1.2. All plastered surfaces shall be trowel led to a smooth and even surface without using extra cement or as
directed in respective item of schedule ‘A’.
16.1.3. Thickness of cement plaster mentioned in items of Schedule ‘A’ shall be finished thickness exclusive of
dubbing. Dubbing may however be done in one operation with plaster. The rate quoted for plaster in Schedule ‘A’
shall be deemed to be inclusive of dubbing.
16.1.4. Thickness of plaster and mix of mortar for plaster shall be as mentioned in respective item of Schedule ‘A’
Part I.
16.2 MATERIALS
16.2.1. Cement: - Refer clauses for cement given herein before.
16.2.3. Sand for plastering/pointing work shall conform to the materials specification and grading as specified in
clause 14.5 of MES Schedule Part-I.
17. FINISHES.
17.1 GENERAL: Finishes shall be carried out as specified in section 15 of MES Schedule Part-I and as described
in Schedule ‘A’ after preparation of surfaces as specified.
17.2.2 For white washing on ceiling adequate quantity of zinc oxide shall be added to lime wash for achieving egg
white finish.
17.3 DISTEMPERING WITH OIL EMULSION DISTEMPER: -Distemper, oil emulsion shall conform to IS-428.
Colour and shade shall be as approved by GE. Workmanship shall be all as specified in clause 15.14 of MES
Schedule Part-I.
17.4 EXTERIOR GRADE ACRYLIC EMULSION PAINT: - Exterior grade Acrylic emulsion paint shall be as per
BOQ and all as specified in MES Schedule Part-I. Preparation, application and other instructions shall be followed as
stipulated in clause 15.17 of MES SSR Part-I.
17.5 CEMENT PAINTING: -Cement paint shall comply with IS-5410. Workmanship for cement painting shall be
all as specified in clause 15.15 of MES Schedule Part-I.
18. GLAZING.
18.1 Glass shall be as indicated in Schedule ‘A’ and all as specified in clause 16.2 and 16.3 of MES Schedule Part-
I. Unless indicated otherwise sheet glass shall be of ‘B’ quality as specified in MES Schedule Part-I Putty for glazing
shall be all as specified in clause 16.5 of MES Schedule Part-I.
18.2 Preparation for glazing and glazing shall be carried out all as specified in clause 16.7 and 16.9 to 16.13 of
MES Schedule Part-I.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 107
19.1 GENERAL
19.1.1 All synthetic enamel paints, emulsion paint and aluminium paint shall be first quality manufactured by any of
the firms listed in makes of materials.
19.1.2 The Contractor shall inform the GE, within three weeks of the acceptance of the tender, the brand/names
of manufacturers of paint proposed to be used in the works and submit sample thereof and obtain prior written
approval of GE before their use in work.
19.1.3 Paint for priming coat, under coat and finishing coat shall be of the same manufacturer.
19.1.4 Tint of paint, if not mentioned in the drawings/schedule ‘A’ shall be as approved by GE.
19.1.5 Painting shall be carried out all as described in respective items of Schedule ‘A’.
19.2 WORKMANSHIP: - All woodwork required to be painted shall be smoothened, sized and knotted and then
applied with priming coat. Stopping and filling (filler coat) shall be done after priming coat and surface rubbed
down to a level and smooth surface and thereafter under coat and finishing coat shall be applied all as specified in
clause 17.6 of MES Schedule Part-I. Steel and ironwork shall be painted in the manner specified in clause 17.8 of
MES Schedule Part-I.
20.1 GENERAL
20.1.1 Water closets, wash hand basins etc shall be vitreous China first/standard quality white glazed and shall
conform to relevant part of IS-2556 (Vitreous China Sanitary appliance) 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 Schedule Part-I.
20.1.2 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 epoxy putty.
20.1.3 “P” or “S” trap shall be jointed to WC pan with Epoxy Putty as mentioned in clause above.
20.1.4 Plumbing works shall be carried out as specified in clause 18.13 to 18.23 of MES Schedule Part-I and the
Contractor shall employ licensed plumber.
20.1.5 Where particular size of sanitary fittings mentioned in Schedule ‘A’ is not available, the contractor will
provide the next higher size.
20.2 WASH BASINS: -Vitreous china wash basins shall conform to IS-2556 (Part-IV) 1972 and shall be as
indicated in schedule ‘A’ and as specified in clause 18.32.5 of MES Schedule Part-I. Wash basins shall be fixed as
specified in clause 18.89 of MES Schedule Part-I.
20.3 WATER CLOSET PEDESTAL PATTERN: -Vitreous china water closet apparatus pedestal pattern shall
conform to IS-2556 and shall be as indicated in Schedule ‘A’ and as specified in clause 18.32.2 of MES Schedule
Part-I. Plastic water closet seat and cover shall conform to IS-2548, also refer clause 18.36 of MES Schedule Part-I
for other specifications. Fixing of water closet, seat and cover and flushing cistern shall be carried out as specified
in clause 18.87 of MES Schedule Part-I.
20.4 URINALS:-Vitreous china urinal basins shall conform to IS-2556 (Part-VI section-I) 1979 and shall be as
indicated in Schedule ‘A’/BOQ and as specified in clause 18.32.7.1 of MES Schedule Part-I. Urinals shall be fixed as
specified in clause 18.88 of MES Schedule Part-I.
20.5.1 FIXING, JOINTING & TESTING. Fixing, jointing and testing of PVC (SWR) pipes & fittings shall be
carried out as specified in clause 18.67.7A of MES Schedule Part-I.
21.1 GENERAL
21.1.3 All pipe runs shall be truly vertical/horizontal. At all corners either bend or elbow shall be provided. Suitable
sleeves shall be provided for full width of the wall where the pipe is passing through walls. The sleeves shall be of
medium grade G.I. pipe. Even though diameter of the sleeve is more than dia of water tube(s) passing through it,
the smaller diameter of G.I tube passing through sleeve will be measured for payment purpose that too in running
metre (RM) and not in short lengths. This aspect shall be deemed included in unit rate for water pipes.
21.1.4 DRAWINGS. The contractor shall submit to the Engineer-in-Charge three copies of drawings for internal
water supply layouts and three copies of drawings for external water supply layout plans showing actual
routes/alignment of various pipe lines with indication of their sizes and fittings and location of various valves, valve
chambers, etc and also indicating the distance of pipe line from main buildings and roads without any extra cost.
21.1.5 Samples of following materials (as applicable) shall be produced by the Contractor for approval of GE within
15 days of the date of issue of work order: -
(a) Steel water tubes and fittings.
(b) Bib taps.
(c) Stop valves
(d) Ball valves
(e) Polyethylene connection.
21.2 STEEL WATER TUBES AND FITTINGS. :- Mild steel galvanised tubes (Pipes) and fittings shall comply
with IS-1239 (Part-I and II). Refer clause 18.4 of MES Schedule Part-I for other specifications. These shall be laid
in trenches/under floors or fixed on wall/ceiling and jointed all as specified in clause 18.50 and 18.51 of MES
Schedule Part-I.
21.3 BIB TAPS, STOP VALVES AND BALL VALVES. :- Copper alloy bib taps and stop valves shall comply with
IS-781 high pressure quality. Crutch handles, spindles, glands, etc of bib taps and stop valves shall be cast brass
(extruded rolled or forged) in lieu of brass rod as specified in IS-781. Fancy type bib taps and stop valves shall
conform to IS:8931-1978 and shall be as specified in clause 18.15 of MES Schedule part-I. Ball valves shall be as
specified in clause 18.19 of MES Schedule Part-I.
21.4 PILLAR TAPS: -Pillar taps shall conform to IS 1795-1982 and IS 8934-1978 for ordinary and fancy type
respectively and shall be as specified in clause 18.16 of MES schedule Part-I.
21.5 SLUICE VALVE: - Sluice valve shall be ISI marked (IS-14846-2000). Pressure rating shall be Class PN-1.0
long body type, flanged and drilled unless mentioned otherwise. Sluice valves shall be provided as specified in
Clause 18.57 of MES Schedule Part I. Manufacturers test certificate (in original) duly linked with serial no of the
sluice valve shall be submitted before installation/ claiming payment.
22. BLANK
23.1 Mild steel wire: - Mild steel wire for fencing, mattresses, shaped nets etc shall be galvanised and shall
conform to IS –280-1978. Specification for mild steel wire for general engineering, purpose. All finished steel wire
shall be well and clearly drawn wires shall be sound and free from splits, surfaces flow, rough jagged and imperfect
edges and other harmful surface defects. Zinc coating shall be smooth, even and bright fixing arrangements shall
be as directed.
23.2 Barbed wire: - Galvanised steel barbed wire for fencing shall conform to IS 278-1978. Specification for
galvanised steel barbed wire for fencing. The barbed wire shall consist of two-line wire 2.24 mm for dia, one or both
containing 2.00 mm dia barbs at 75 mm centre to centre and weighting 97 to 106 Kg per KM. The barbs shall be
sharp. The line and point wire shall be circular in section, free from scales and other defects and shall be uniformly
galvanised. The line wire shall be continuous length and shall not contain any welds other than those in the rod
before it is drawn.
23.2.1 Barbed wire shall be stretched and fixed in specified number of rows and diagonals. The diagonal wires will
be interwoven with horizontal wire by fixing the old rows of wires, then the diagonal cross wire and lastly the even
rows of wires.
23.2.2 The barbed wires shall be held to the RCC Posts by means of GI staples fixed to wooden plugs or GI binding
wire tied to 6 mm bar nibs fixed while casting the posts. The barbed wire shall be fastened to the ballies /timber
posts by means of GI Staple, driven into the post. Thru buckles and straining bolt shall be used at the end post
where indicated.
24. WELDED STEEL WIRE FABRIC: - Wire fabric for fencing etc shall conform to IS-4948-1974, specification
for welded steel wire fabric for general use. The wire shall be as specified in clause 10.33 on Srl page No 10-18 of
SSR Part-I.
24.1 The wire fabric for fencing shall be provided as per clause 10.33.1 on page No 10-18 of SSR Part-I.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 109
25.1 Chain link fencing shall be made out of galvanised wire and shall conform to IS-2721-1979, Specification for
galvanised steel wire chain link fence. Dia of wire and the length of side of the mesh of chain link fence and the dia
of line wire shall be as indicated and directed. The wire shall be free from scale, irregularities, imperfections, flaws,
sand splits and other defects, Zinc coating shall be smooth, even and bright. Chain link fencing shall be fixed on the
fencing posts as indicated or directed. In this ref Pl refer Clause 10.34 of MES SSR pt -I, 2009.
25.2 Actual weight of chain link fencing shall be determined on the basis of the BOO ordered by the GE or
standard weight certified by GE, whichever is less.
27.2 Water tank shall be single piece rotational moulded polyethylene, (cylindrical vertical with top closed) triple
layer (ISI marked). The outer surface of the tank shall be painted with suitable heat protective paint (white in
colour).
27.3 Water tank shall be of capacity as mentioned in BOQ and any of make specified in Appendix given here-in-
after.
28.1 MATERIALS
28.1.1. Lime used for white washing shall be freshly burnt fat lime (Class ‘C’) white colour and shall be from
Katni/Satna/Kerala’s.
28.1.2. Cement paint: Cement paint shall comply with IS 5410-1992, the material shall be in powder form, free from
lumps that are not friable and when mixed with required volume of water shall be suitable for use on porous
surface.
28.1.3. Distemper Oil Emulsion. Distemper of required colour and shade shall be obtained ready mixed. The
material for oil emulsion shall be in the homogeneous paste and free from odour of putrefaction as such and
when mixed with water.
28.1.4. Paint: Paints shall be superior quality of Gde I quality of the manufacturer as specified here in after.
28.1.5. Contractor will deposit the requisite quantity of paint required for the entire work within two months from
the date of commencement of the work. The paint will be issued to the contractor as and when required for carrying
out the work at site which will be signed by contractor or his rep and Engineer-in-Charge.
28.2 WORKMANSHIP
28.2.2.1. Old surfaces already white washed or colour washed shall be broomed to remove all dust and all loose
scales of lime wash and other foreign matter scrapping down smoke spot, nails mass and efflorescence, salt and
treating oil and greasing spots. Any growth of mould, mass shall be removed by scrapping, with steel scraper and
treated as directed by Engineer-in-Charge.
28.2.2.2. White wash or colour wash shall be carried out after preparation of surfaces all as specified in clause 15.12
off MES sch part I.
29.2. PAINTING: Painting shall be carried out as per clause No 17.3 of MES schedule 2009.
29.2.1. PREPARATION OF OLD PAINTED SURFACE: -Praparation of old painted surfaces of wood work and
steel work shall be carried out as specified in 17.6 to 17.8 of MES sch part I.
29.2.2. APPLICATION OF PAINT: -Application of paint on wood work and steel work shall be carried out as
specified in 17.6 to 17.8 of MES sch part I.
31. WALL CARE PUTTY: - Refer clause 14.11A of MES schedule Part-I
32. USERS SIGNATURES: Contractor shall obtain signature of each quarter/building (occupants/user) after
completion of work and same shall be submitted to the Engineer-in-Charge.
33. BUILDING: - The work shall be carried out in the bldgs as directed by Engr-in-Charge.
34. ELECTRIFICATION.
34.1.2 Sample of following materials (as applicable) shall be supplied by the Contractor to the GE for approval
within 15 days of the date of issue of work order: -
All types of cables.
(i) Fittings, wires and accessories used for internal electrification.
(ii) All types of insulators.
(iii) All types of conductors.
Light fittings
All other types of fittings like MCB, MCCB, Meters, switches, etc
34.1.3 The Contractor after obtaining written approval of samples by the GE shall obtain materials and equipment
from the approved firms or through their authorised agents only. As a proof that a particular material has been
obtained from the firms or through their authorised agents, the Contractors shall produce such evidence to the
satisfaction of GE when asked for with regard to quality and quantity. The materials shall be brought to the site with
maker’s original packing with seal intact.
34.1.4 The Contractor shall ensure that materials used in the work are identical with the approved samples. The
materials shall be brought to the site by the Contractor in maker’s original packing and shall not be incorporated in
the work unless approved by the Engineer-in-Charge.
34.2 WORKMANSHIP.
34.2.1 The specifications and general rules as laid down in MES Standard Schedule of rates (Part-I & II) shall be
applicable to the whole work. These shall be read in conjunction with the relevant IS.
34.2.2 The work carried out shall be of the highest standard conforming to modern Engineering practice both as
regards to design and execution. The work shall be executed to the entire satisfaction of the Garrison Engineer.
34.2.3 The Contractor shall employ qualified supervisors and skilled tradesmen during the entire period of
execution of the Contract. He shall on demand by the Engineer-in-Charge, produce such evidence of qualifications
of his supervisors/tradesmen at the time of commencement of work or at any time during the execution of the
contract.
34.2.4 All work shall be executed as per the code of practice as listed in the I.S. All electrical work shall be
governed by IE Act/Rules with latest Amendments. The code of practice for electric wiring installation as per IS-
2274 with Amendment No.1 shall be strictly followed.
34.2.5 Internal wiring shall conform to IS-732 Code of practice for electrical wiring installation. Point wiring shall
be with 1100 volts grade cable with stranded aluminium/copper conductor all as described in Schedule ‘A’ items.
34.2.6 Conduit wiring and battened wiring shall be carried out all as described in Schedule ‘A’ and as specified in
MES Schedule Part-I.
34.3.2 Prior to laying and fixing of conduits the contractor shall carefully satisfy himself about the sufficiency of
number and sizes of conduits, location of junction boxes, sizes and location of switch boxes and other relevant
details.
34.3.3 Joint between conduits and accessories shall be securely made to ensure earth continuity.
34.4.2 Each length of conduit and conduit accessories may also be marked with ISI certification mark.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 111
PARTICULAR SPECIFICATIONS PART –II (CONTD…)
34.4.3 Separate conduit shall be used for normal light, fan, exhaust fan, 5 Amp socket.
34.4.4 In case of concealed wiring, conduits shall be laid before casting in the slab so as to conceal the entire run of
conduits and ceiling outlet boxes. Vertical drops shall be buried in columns or walls.
34.4.5 All wiring from FFL up to a height of 100 cm shall be drawn through welded steel conduit, concealed in walls.
Contractor’s rates for the respective item of point wiring shall include for this provision.
34.4.6 Conduit pipes shall be fixed by heavy gauge saddles, secured to suitable wood plugs or other plug with
screws in an approved manner at an interval of not more than half metres. Saddles shall be fixed at a distance of 30
cm from the centre of such fittings. All necessary bends in the system including diversion shall be done by bending
pipes of by inserting suitable solid or inspection type normal bends, elbows or similar fittings, or fixing cast iron
inspection boxes whichever is more suitable. Conduits fittings shall be avoided as far as possible a conduit system
exposed to weather, where necessary solid type fittings shall be used.
34.4.7 The conduit of each circuit or section shall be completed before conductors are drawn in the entire system
of conduit after erection shall be tested for mechanical and electrical continuity throughout and permanently
connected to earth wire by means of suitable earthing clamp efficiently fastened to conduit pipe in a workman like
manner for perfect continuity between earth wire and conduit. Gas or water pipes shall not be used as earth
medium.
34.4.8 Inspection type conduit fittings such as inspection boxes drawn boxes, bends, elbows and tees shall be so
installed that they can remain accessible for such purposes as to withdrawal of existing cables or the installing or
additional cables.
34.5. PVC INSULATED SINGLE CORE 1100 VOLTS GRADE CABLE: -The conductor shall be of copper wires.
Cables shall be as specified in Schedule ‘A’ and shall conform to IS 694 and 8130 and shall be ISI marked IS- 694.
34.6 SUNK TYPE BOXES: - Boxes for housing electrical accessories recessed into wall shall be of sheet steel
and conform to IS 5133. The boxes shall be painted black with two coats of black bituminous paint. The boxes shall
be covered with 3 mm thick plastic sheet. Point wiring shall be deemed to include the above provisions.
34.7.1 MINIATURE CIRCUIT BREAKER (MCB) :-MCBs shall be as specified in clause No 19.46 of MES SSR Part-
I. MCBs shall be ISI marked IS- 8828.
34.7.2 DISTRIBUTION BOARD (DB) :- Distribution boards shall conform to relevant IS and controlled by circuit
breaker as specified in schedule ‘A’. Distribution board shall be provided as specified in clause 19.107 and 19.108 of
MES SSR Part-I. Distribution boards and MCBs shall be of same make. Suitable earth terminal shall be provided on
the distribution boards for bonding to earth.
34.9 LAMP HOLDERS: It shall conform to SSR Part-I, 2009, Clause No. 19.41.
34.10 FLEXIBLE CORD TWISTED WITH COPPER CONDUCTOR: Flexible cord twin core, with tinned copper
conductor, stranded, insulated and textile braided, of size nominal cross-sectional area 0.5 sqmm as per IS-9968
(Part-I).
34.11 PLUG, SCREWS AND FASTENER: These shall be all as specified in clause No 19.30 and 19.31 MES
Schedule Part-I.
34.12 FAN REGULATOR: These shall be of non-humming type electronic regulator as indicated in BOQ and
conform to SSR Part-I 2009, clause No. 19.115.4.
34.13 ISOLATOR: It shall be conforming to SSR Part-I 2009, clause No. 19.46.3
34.14 EARTHING
34.14.1Earthing shall be with and including PCC pit with cover and all materials and fittings as shown in electrical
plate No 5 of MES Schedule Part I and as specified in Schedule ‘A’. Earth plate shall be galvanised iron 60 cm x 60
cm x 6.0 mm thick and shall be buried directly in ground vertically not less than 2.25 metre below ground level, with
its top edge at depth of not less than 1.5 metre below ground level. Also refer clause 22.5 hereinafter.
34.14.2. The Contractor shall provide, between main switchboard and earth plate, earth lead with suitable lugs.
The earth conductor shall be housed in 15 mm GI tubing, medium grade, while running along wall/column etc, and
fixed to the earth plate all as described in MES Schedule Part I. All metallic casting frameworks of electrical fittings
shall be connected to main earth conductor by GI wire.
34.14.3No extra payment shall be made, if the contractor is required to provide extra depth of pit and extra quantity
of charcoal dust to achieve specified test result. Earth electrode shall be installed all as per MES Sch. Part I.
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 112
34.15 MCCB’s, MCBs & MCB DBs: These shall be provided all as specified in MES Schedule and relevant Indian
Standard specifications. Cable connection to RCCB/ RCBO/ ELCB, MCCB shall be done with cable socket and
adapters of suitable types and adequate size. The cost of this shall be deemed to be included in the rate of RCCB/
RCBO/ ELCB/ MCB/ MCBDB under relevant items of Schedule ‘A’. Sheet steel enclosure of MCB DB shall be 2 mm
thick & shall be fixed flushed to wall.
35. CABLES
35.1 LT Cable shall conform to IS 1554 Part I of 1976 and size as mentioned under BOQ. Laying /fixing of cable
shall be done as described in relevant clause of SSR Part I.
35.2 XLPE Cable shall conforms to relevant IS & laying shall generally be as described in MES Schedule Part I.
35.3 Cable shall be protected in trenches by providing sand cushioning and cable cover all as described in BOQ.
35.4 On poles/walls cable shall be protected by GI protection pipe light grade and clamped complete all as specified
in MES Schedule Part I.
35.5 CABLE WORK: - All the LT power cable termination shall be made with suitable lugs and glands terminal
blocks PVC heat shrinkable sleeves with proper insulated lugs all as specified and directed by Engr-in-Charge. The
rate quoted against the respective shall be deemed to include above provisions. All the panel wiring (Control dets)
will be done by multistrand copper conductor of size as mentioned in BOQ properly bunched, lied crimped with
adequate size of lugs and identification ferrule.
35.6 CABLE END BOX: - Cable end box shall be epoxy cold resin filed type suitable for relay voltage grade as
described and jointed as per relevant IS /manufacturers instruction.
35.7 CABLE GLANDS: - Cable glands shall be of brass chromium plated of appropriate size as per IE rules.
36. EARTHING: - Earthing shall be as described in relevant item of BOQ. The connections of earth shall be done
effectively with welding of galvanized iron bolt, nut and washer etc to ensure proper electrical contract. The
complete installation shall be done in accordance with the IE Rules.
37.SAFETY PROCEDURE AND PRACTICES : -In all major electrical installations such as
Substation industrial establishments, transmission and distribution lines and cable
networks safety procedures and instructions for working on low medium and high voltage
mains and apparatus and safety practices listed in IS -5216 (Guide for safety procedures
and practices in electrical works) shall be followed to the extent applicable. The
contractor shall provide workmen with safety devices and appliance.
38.2 The minimum clearance of 10 cm between bus bar to bus bar & 20 cm between bus bar to earth/ body
shall be maintained.
38.3 MCCB, change over switch, etc shall be fixed in suitable sheet metal encloser
38.4. Danger notice plate (02 Nos) LT size 20cmx 15cm shall be fixed on the panel.
39 TAKING OVER OF EQUIPMENTS/INSTALLATIONS: - All the test required to be carried out by the
Contractor shall be to the entire satisfaction of Engineer-in-Charge/Board of Officers as ordered by Accepting
Officer. If the test results are not found satisfactory, the Contractor shall at his own expense rectify/replace the
defective material or any part thereof as directed by Engineer-in-Charge. The decision of the GE shall be final and
binding in this regard. The tests shall be carried out again after rectification/replacement of defective components.
The installation/equipment shall be finally taken over only after satisfactory test results.
3. AAC Block (A) ISI Marked (B) Greenway Building Materials India Pvt Ltd (C) Siporex
5. Factory made Wooden Skeleton Shutter / (A) Jain Wood Industries (JAYNA) (B) M/s A1 Teak Products, Indore (C) M/s
Glazed Shutter/ Wire Gauged Shutter/ Flush Door King Industries, Kolkata (D) M/S Goel Brothers, Raipur (E) M/S Goyal
Shutter/ Paneled Shutter/ Frames Industries, New Delhi (F) M/S India Wood & Wood Pdts, Mangalore (G) M/s
Indian Timber Product, Hyderabad (H) M/S Jain Doors pvt Ltd, Haryana (I)
M/s MP Wood Products, Indore (J) M/S Pioneer Timber, Chandigarh (K)
Prince Timbers (L) Ashish Enterprise (Ashish)
6. Factory made PVC, FRP shutters and frames (A) M/S Accucell (B) M/s Accura Polytech (C) M/S Dura Plast Extrusion (D)
M/s Engco Industries, Jodhpur (E) M/s Janik Developers (F) M/S Rajshri
Plastiwood, Indore (G) M/S Sintex Industries Ltd
7. UPVC Doors, Windows and Ventilators (A) M/S Poly Windows, Pune (B) Madhu Industries (C) Fenesta (D) NCL Veka
(E) Prominance
8. Steel doors, windows, ventilators, frames, (A) M/S Agew Steel Mfg Pvt Ltd, Ahmedabad (B) M/S Bihar Bobbin &Engg
shutters Work, Katihar (C) M/S Godrej & Boyce Steel Mfg, Mumbai (D) M/s Jangid
Engineering, Jaipur (E) M/S RaymusStructurals and Engineering, New Delhi
(F) M/S Sen-Harvic, Mumbai (G) M/s Shiv Mullar, Ahmedabad (H) M/s Surbhi
Metal, Jodhpur (I) Madhu Industries (J) Decan Structural Pvt Ltd, Bangaluru
(K) Chandni Industries (L) Ashwani & Sons (M) Anoop Industries (N) Trisul
Industries (O) Ashish Industries (P) M/s NCLAlltek&Seccolor Limited
9. Wood polymer composite (WPC) door, window (A) M/s Rajshree plastiwood (B) M/s Yamuna Interior Pvt Ltd (C) Giza (D)
& frame Ecocell
10. Aluminium section of shutters/frames for (A) Hindalco (B) Indal (Indian Al Coy) (C) Jindal (D) Associated Profile &
door/window/ventilator Aluminium Ltd (E) Ajit India (F) Sterlite (G) Bhoruka Aluminium Ltd (H)
Architecture Incorporation, Chennai (I) Deco Grill
11. Steel rolling shutters, rolling grills, collapsible (A) M/s Darshan Rolling Shutters, Nasik (B) M/S Jayaraj Industries, Chennai
gates (C) M/S Prakash & Co, New Delhi (D) M/S Senthil Rolling Shutters &Engg Co,
Chennai (E) M/s Shaparia Dock & Steel (F) M/S Swastik Rolling Shutters,
Mumbai (G) Shree Lakshmi EnggWks, Bangalore (H) M/S Shalimar Rolling
shutters and Co (I) Ganesh Rolling Shutters, Hyderabad
12. Hydraulically regulated door closers (A) Dyana (B) Everite (C) Hardwin (D) Kelin (E) Perfect Hydraulic (F) Prabhat
Door King (G) Ranjan (H) Universal (I) Amar Engg Co, New Delhi
13. Stainless Steel Plate Rack (A) Diamond (B) Neelkant (C) Nirali (D) Jayna (E) Parryware (F) Phoenix (G)
Plastocraft Sanitary (I) Pvt Ltd (H) Prayag (I) Shakti (J) Bluestar Sanitary
Industries Pvt Ltd (Silver Shine)
14. PTMT Bathroom and Hardware Fitting (A) ISI Marked (B) R.S. Industries (POLYTUF)
15. Aluminium Tower Bolt / Aldrops / Door handle (A) Argent Industries (ARGENT/DOORGLOW) (B) Aluminium Udyog
/ Butt Hinges
16. Towel Rails (A) Crown (B) Jindal (C) ESSESS (D) Swastik (E) KICH (F) Prayag
17. Mortice Locks (A) Harrison (B) Godrej & Boyce Co Ltd (C) RP Lock Co New Delhi (D) KICH
18. Drapery rod (A) Vista Levolor (B) MAC-DÉCOR (C) Sophia
19. Venetian Blinds (A) Vista Levolor (B) Aerolux (C) MAC
20. Galvanized Steel Chain Link Fence Fabric (A) ISI Marked (B) A1 Fence Products Company Ltd
21. Mechanically Woven, Double Twisted, (A) ISI Marked (B) A1 Fence Products Company Ltd
Hexagonal Wire Mesh Gabions, Revet Mattress
and Rock Fall Netting (Galvanized Steel Wire)
22. Non-Asbestos Fibre reinforced (poly (A) ISI Marked (B) Everest Industries Ltd (EVEREST)
propylene), 6 mm Cement Corrugated sheets
23. Pre-Painted Galvalume / Galvanized (A) ISI Marked (B) METCO Roof Pvt Ltd
Corrugated Steel Sheets
24. Galvanised Plain/ Corrugated Steel Sheets (A) Indian Steel Corporation Ltd (B) National Steel & Agro Industries Ltd
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 115
APPENDIX ‘C’
PARTICULAR SPECIFICATIONS PART-II (CONTD…….)
25. Cold Rolled Closed Annealed (CRCA) Steel (A) ISI Marked (B) Indian Steel Corporation Ltd
Sheets
26. Pre-moulded non-bituminous joint filler board (A) Elcon (B) Duron Board HD-100
27. Pre-moulded bituminous joint filler board (A) STP Ltd (B) Tikitar Industries Ltd (C) Sikka
28. AC Sheets & Ridges (A) Charminar (B) Everest (C) UP Asbestos (D) Ramco (E) Swastik (F)
Visakha Industries (G) Asbestos Cement Ltd
29. Water Proofing Compound (A) M/s Bostik India Pvt Ltd (B) M/s Sika India Pvt Ltd (C) M/s STP Limited
(D) M/s Choksey Chemicals Pvt Ltd (E) M/s KrytonBuildmat Co Pvt Ltd (F)
M/s Berger Paint (G) M/s Thermax Ltd (H) M/s MAPEI Constr Product India
Pvt Ltd (I) M/s IWL Limited (J) M/s Maruti Bitumen Pvt Ltd (K) Pidilite
Industries Ltd, Taloja (L) Super Aquacem (India) Ltd (M) M/s Fosroc
Chemicals (N) Dr Fixit (O) EXCOT (P) IMERMO (Q) Sico
30. APP Membrane (A) M/s Fosroc Chemicals (B) M/s Sika India Pvt Ltd (C) M/s Asian Paints Ltd
(D) M/s Torchtar Membranes & Bitumen Product Pvt Ltd (E) M/s STP Limited
(F) Texsa India Ltd (G) M/s IWL India Limited (H) Tiki Tech
31. Perforated particle board/tiles for insulation (A) Aerolite (B) Anchor Ceiling Tiles (C) Arm Strong (D) Bison Panel (E)
and acoustic Eternite (F) Gypboard (G) Lagyp (H) M/s STP (I) SN Industries
32. Plywood (A) Anchor (B) Archid Ply (C) Bhutan Bd (D) Century Plywood (E) Green Ply
(F) Indian Plywood (G) Kitply (H) Mysore Chip Board, Mysore (I) Swastik (J)
Jain Wood Industries (JAYNA)
33. Particle Board/ Gypsum Board (A) Aerolite Ceiling System (B) Anchor Bombay (C) Armstrong World
Industries (D) Boral Gypsum India (E) Gypsum Board (F) Indian Gypsum
product (G) Indian Ply Wood (H) Jolly Bd, Mumbai (I) Mangalam Timber
Product (J) Associate Décor Limited
34. Particle Board Cement Bonded (A) ISI Marked (B) NCL Industries Ltd (BISON PANEL)
35. Laminated Sheets (A) BacklyteHylum (B) Eco Board (C) Formica (D) Green Lam (E) Kitlam (F)
Nova Pan (G) Nova Teak Super (H) Sun Gloss (I) Sunmica
36. Thermal Insulation (Nitrile Rubber) (A) ISI Marked (B) Armacell India Pvt Ltd (ARMAFLEX)
37. Acoustic Insulation (Nitrile Rubber) (A) ISI Marked (B) Armacell India Pvt Ltd (ARMAFLEX)
38. Insulation Covering System (A) ISI Marked (B) Armacell India Pvt Ltd (ARMAFLEX)
39. Adhesives (A) Pidilite (B) Fevicol (C) Vamicol (D) Armacell India Pvt Ltd (ARMAFLEX)
40. Pre-laminated Particle board (A) Archid Bd (B) Anchorlam (C) Century Plywood (D) Eco Board Industries,
Pune (E) Green Ply (F) Kitply (G) M/s Bhutan Bd (H) Mysore Chip Board,
Mysore (I) Novapan (J) Associate Décor Limited (K) Greenply Industries
Limited (Green Panelmax)
41. Non-Asbestos Fibre reinforced Cement Boards (A) ISI Marked (B) Visaka Industries Ltd (V-Board)
42. Block boards/ Veneered particle board/ MDF (A) A-1 Boards (B) Bajaj Boards (C) Bhutan Board (D) Charminar (E) Duratuff
Boards (F) Kitply (G) Lotus (H) Nuw Wood (I) Swastik (J) Jain Wood Industries
(JAYNA) (K) Greenply Industries Limited (Green Panelmax)
43. Glazed Ceramic wall / Flooring tiles (A) Asian (B) Johnson Tiles (C) Kajaria (D) Murudeshwar Ceramics (E) Nitco
(F) Regency (G) Somany (H) Spartek (I) Orient Bell Limited (J) Sunshine
Tiles Company Pvt Ltd (SUNHEART)
44. Non-skid Ceramic tiles (A) Asian (B) Johnson Tiles (C) Kajaria (D) Naveen Tiles (E) Nitco (F) Orient
Bell Limited (G) Regency (H) Somany (I) Spartek
45. Vitrified Tiles (A) Asian Granito (B) Bell Granito (C) Euro Tiles (D) Johnson marbonite (E)
Kajaria (F) Murudeshwar Ceramics (G) Naveen Tiles (H) Somany (I) Swastik
Ceracon Ltd (Swastik Tiles) (J) Sunshine Tiles Company Pvt Ltd (SUNHEART)
(K) CENGRES Tiles Ltd (CENGRES) (L) Orient Bell Limited
46. Mosaic/Cement Flooring Tiles (A) Bharat Tiles and Engg Coy, Bangalore (B) Duracrete (C) M/s Gwalior
Granite, Gwalior (D) M/S Mehatab Tiles, Indore (E) M/S NITCO, Mumbai (F)
Modern Tiles and Marbles Bangalore (G) National Tiles (H) Ultra (I) India
Tiles and Marbles, Chennai
47. Acid Resistant Tiles (A) Duracrete (B) Kajaria (C) M/S Burn Standard Co, Jabalpur (D) M/s
Coromandel Products (E) M/s Ishwar Industries, Delhi (F) M/S Johnson,
Mumbai (G) M/S Purshuram Pottery Wks, Marvi (H) M/s Regency Ceramics
(I) Somany
48. Cement Concrete Interlocking Paver Blocks / (A) CEME (B) M/s Swami Tiles (C) M/S Ultra Tiles (D) MehtabTiles , Indore
Tiles (E) Navya Tiles, Jodhpur (F) NITCO (G) Sagar Tiles, Saharanpur (H) Topaz
Tiles (I) SAP Pavers, Jodhpur (J) Mehtab Tiles (K) Sukhi Enterprises (L)
Supreme Tiles (SUPREME) (M) Lucky Cement Block Works (Lc) (N) Vaishnavi
Developers (O) Shapers Pipe Ind Ltd Bhopal
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 116
APPENDIX ‘C’
PARTICULAR SPECIFICATIONS PART-II (CONTD…….)
49. PVC Sheet and tile flooring (A) Armstrong (B) Krishna Vinyl Tiles (C) M/S Marblex Tiles (D) Neelkamal (E)
Polyfin Tiles (F) Premier Vinyl Flooring, New Delhi (G) Rikvin Floors, New
Delhi (H) Square Foot (I) Wonder Floor
50. Porcelain Tiles (A) ISI Marked (B) Orient Bell Limited
51. Laminated Flooring (A) ISI Marked (B) M/s Greenply Industries Limited (Green Floormax)
52. Distemper oil-emulsion (OBD) (A) Asian Paints (B) Berger Paints (C) Garware (D) ICI India (E) Jenson &
Nicholson (F) Jotun (G) Nerolac (H) Shalimar Paints
53. Plastic Emulsion Paint (A) Asian Paints (B) Berger Paints (C) ICI India (D) Jenson & Nicholson (E)
Jotun (F) Nerolac (G) Pidilite Weatherproof (H) Shalimar Paints
54. Cement Base Paint (A) Accrocem (B) Aquacem (C) Asian (D) Berger (E) Duracem (F) M/s Nitco
Mumbai (G) Shalimar (H) Super Snowcem (I) Jenson & Nicolson
55. Cement Putty (A) Asian (B) Birla Cement (C) Golden Mohar (D) JK White (E) Shalimar (F)
Jenson & Nicolson
56. Sheet glass plain (A) Asahi (B) Atul Glass Industries (C) Gold Fish (D) Hindustan Pilkington
Glass works (E) Modi Float (F) Modiguard (G) Saint Gobin (H) Trupti
57. Sheet glass frosted (A) Hindustan Pilkington Glass works (B) Modi Float (C) Modiguard (D) Saint
Gobin (E) Trupti (F) Asahi (G) Atul Glass Industries (H) Gold Fish
58. Heat absorbing glass & reflective solar control (A) Atul Glass Industries (B) Gold Fish (C) Hindustan Pilkington Glass works
film (D) Modi Float (E) Modiguard (F) Saint Gobin (G) Trupti
59. Rough cast wired glass (A) Atul Glass Industries (B) Gold Fish (C) Hindustan Pilkington Glass works
(D) Modi Float (E) Modiguard (F) Saint Gobin (G) Trupti
60. Oil Putty (A) Burger (B) Gold Mohar (C) Jenson & Nicholson (D) M/s Anglo Dutch
Colour & Varnish Wks, Najafgarh Rd (E) M/S Atul Dyes and Chemicals (F)
Shalimar Hardware (G) UK Paint Industries, Gurgaon (H) M/S Bhagsson Paint
Industries, Najafgarh rd
61. Mirror (A) Asahi (B) Atul (C) Gold Fish (D) Hindustan Glass Kolkata (E) Kohinoor (F)
Modi (G) Saint Gobain (H) Swastik
62. Synthetic Enamel Paint (A) Asian Paints (B) Berger Paints (C) Dulux (D) ICI Paint (E) Jenson &
Nicholson Paints (F) Jotun (G) Nerolac Paints (H) Shalimar Paints
63. CI Pipe and fittings (A) Electro-Steel (B) Kalinga (C) Kapilansh (D) Kejriwal (E) Kesoram (F)
NECO (G) Babulal Bajaj Iron Foundry (HIF) (H) TRUFORM ENGINEERS
64. GI Pipes & Fittings (A) KS Engineering Works (K.S) (B) BST (C) Jindal (D) Prakash (E) Surya (F)
Swastik (G) Tata (H) Zenith
65. DI Pipes & Fittings (A) TRUFORM Techno Products Ltd (B) Electrosteel Castings Ltd, W.B (C)
Tata Metaliks, Kolkata (D) AARKO Pipe Gram Udyog (E) TRUFORM
ENGINEERS (F) Srikalahasthi Pipes Ltd (G) Jai Balaji Industries Ltd (H)
Electrotherm (India) Ltd, Gujrat (I) Jindal Ltd, Gujrat (J) SAW Pipes
66. Hubless Centrifugally Cast-Iron Pipes & Fittings (A) ISI Marked (B) JayaswalNECO Industries Ltd
67. MS Pipes & Fittings (A) BST (B) Jindal (C) Prakash (D) Surya (E) Swastik (F) Tata (G) Zenith
68. HDPE Pipes & Fittings (A) Finolex (B) Jain Irrigation Sys (C) Prince (D) Kisan (E) Supreme (F)
Tirupati
69. CPVC pipes and fittings (Chlorinated polyvinyl (A) SFMC (B) Vectus Industries Ltd (C) Ajay Industrial Corporation Ltd (D)
chloride) Ashirvad Pipes Pvt Ltd (ashirvad) (E) Prayag Polymers(P) Ltd (F) Ajay
Flowguard, Delhi (G) Dutron (H) Finolex
70. PVC - Soil, waste, rainwater (SWR) & Drainage (A) AmoghPlast (B) Astron Plastic (C) Dinesh (D) Finolex (E) Infra (F) Kisan
pipes (G) Prince (H) Supreme
71. PPR Pipes & Fittings (A) Prince (B) Finolex (C) Supreme (D) Savoir Faire Manufacturing Co. Pvt.
Ltd (SFMC) (E) Kanha Plastics Pvt Ltd (KPT) (F) Vectus Industries Ltd
72. PVC Pipes & Fittings (A) Prince (B) Finolex (C) Supreme (D) GM Modular Pvt Ltd
73. UPVC Pipes and Fittings (A) Prince (B) Finolex (C) Supreme (D) Kanha Plastics Pvt Ltd (Make KPT) (E)
Sarovaram Industries (LLP) (F) AKG Extrusions Pvt Ltd (AKG) (G) Ajay
Industrial Corporation Ltd (GREENLINE) (H) KisanMouldings Ltd (I) Vectus
Industries Ltd (J) Ashirvad Pipes Pvt Ltd (ashirvad)
74. UPVC Pipes & Fittings for SWR (A) Prince (B) Finolex (C) Supreme (D) Sarovaram Industries LLP (E) AKG
Extrusions Pvt Ltd (AKG) (F) Ajay Industrial Corporation Ltd (G) Vectus
Industries Ltd (H) Ashirvad Pipes Pvt Ltd (ashirvad)
75. Polyethylene / Aluminium / Polyethylene (A) Prince (B) Finolex (C) Supreme (D) Vectus Industries Ltd
Composite Pressure Pipe
76. Plastic Pipe (for non-pressure Drainage & (A) Prince (B) Finolex (C) Supreme (D) Ashirvad Pipes Pvt Ltd
Sewerage)
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 117
APPENDIX ‘C’
PARTICULAR SPECIFICATIONS PART-II (CONTD……..)
77. CI - Soil, waste, rainwater (SWR) & Drainage (A) Dhatu Udyog (B) Electro Steel (C) Kapilansh, Nagpur (D) Kesoram (E)
pipes NECO, Nagpur (F) SKF Singhal Iron Foundry, Mathura (G) Anand Founder &
Engineers (H) Bengal Iron Co
78. AC - Soil, waste, rainwater (SWR) & Drainage (A) M/s Asbestos Cement Ltd (B) M/S Everest Asbestos Hyderabad (C) M/S
pipes Hyderabad Asbestos Cement (Charminar) (D) M/S Ramco (E) Rajasthan
Asbestos (F) Rohtas Industries, Dalmia Nagar Bihar (G) Swastik (H) Vishakha
Ind Ltd (I) SarbamangalaMfg Co Kolkata
79. RCC pipes, drain pipes (A) Indian Hume Pipes (B) Aswathy Spun Pipes (C) Dhere Concrete product,
Pune (D) Everest (E) Himalaya (F) Poona Concrete product (G)
Thuluvananikal pipes (H) Vardhaman Concrete Product, Pune
80. Air Release Valves (A) AUDCO (B) BIR (C) Kirloskar (D) L&T (E) Leader (F) Normax (G) Sant (H)
Venus (I) Upadhyay
81. Foot Valves (A) Upadhyay (B) AARKO Pipe Gram Udyog (C) AUDCO (D) Kirloskar (E)
Leader (F) Normax (G) Sant (H) Varun (I) Venus
82. Reflex Valves (A) Upadhyay (B) AARKO Pipe Gram Udyog (C) AUDCO (D) Kirloskar (E) L&T
(F) Leader (G) Normax (H) Sant (I) Varun (J) Venus
83. Sluice valves (A) Upadhyay (B) AARKO Pipe Gram Udyog (C) AUDCO (D) Bir (E) Kalpana
(F) Kirloskar (G) L&T (H) Leader (I) Venus (J) Zoloto
84. Butterfly Valves/ Disc Valves (A) AUDCO (B) Kirloskar (C) L&T (D) Normax (E) SIR (F) Upadhyay (G)
AARKO Pipe Gram Udyog (H) Castle
85. Gate valves (A) Gem (B) Hansa (C) Hindustan Metal Industries (D) Jaypee (E) Kingston
(F) Leader (G) Sant (H) SEIKO (I) Zoloto
86. Automatic control Valve (A) ISI Marked (B) BAMO Electronics Jalniyantrak)
87. Water Meter (A) Anand Asahi (B) Dhawan Sanitary Udyog (PRIMA) (C) Ashi (D) Capital (E)
Capstan (F) Dashmesh (G) GEC (H) Kaycee (I) Kirloskar (J) MECO
88. PVC Water Tanks (A) Polywell M/S Okey Polymers Pvt Ltd (B) Vectus Industries Ltd (C) Piyush
PlastoChems Pvt Ltd (MODIGOLD) (D) Ashish Plast (E) Ergen Plastic
Industries, Jodhpur (F) Infra (G) JS Polyplast (H) Plasto, Nagpur (I) Polycon,
Jaipur (J) Rotex (K) Sintex
89. Chromium plated Bib Cock, Stop cock, pillar (A) Gem (B) Leader (C) Marc (D) Parco (E) Sieco (F) Soma (G) Zoloto (H)
cock and accessories Jaquar (I) Dhawan Sanitary Udyog (PRIMA) (J) Mohan Metal Industries
(CORONET) (K) Shakti Enterprises (L) Status Sanitech Private Ltd.
90. Copper/ Brass Alloy Bib Tap, Pillar Tap, Angle (A) Soma (B) Leader (C) Zoloto (D) Shree Balaji Industries (Glacier) (E)
Valve & Stop Valves and accessories Plastocraft Sanitary (I) Pvt Ltd (KINGSTON) (F) Vardhaman Enterprises
(JAINKO) (G) KS Engineering Works (H) Aluminium Udyog (KUNCHAL) (I)
SHAKTI Enterprises (SHAKTI) (J) JAQUAR &CO.PVT.LTD (JAQUAR) (K)
Dhawan Sanitary Udyog (PRIMA) (L) PRAYAG
91. PVC Stop Cock and Bib Cock /float valves and (A) GEM (B) GMP (C) Hansa Kingston (D) Jaypee (E) Neta (F) SEIKO (G)
accessories Symet (H) Zolota (I) Prayag polymer (J) Ajanta Polymers (Millennium) (K)
Shakti Enterprises (L) Precision Products
92. Gun-Metal Globe/ Gate Valves/ Angle Valves (A) Balaji (B) Bir (C) Chambla (D) Dashmesh (E) Kartar (F) Kirloskar (G)
Leader (H) Shakti (I) Zoloto
93. Shower Rose (A) Jaquar (B) Crabtree (C) ESS-ESS (D) Kingston (E) Kohler (F) Marc (G)
Meera (H) Parko (I) Soma
94. CI / Brass Ball Cocks (Float Valves) (A) Leader (B) NETA (C) Zoloto (D) Dhawan Sanitary Udyog (PRIMA) (E)
AARKO Pipe Gram Udyog
95. Water Closet -Vitreous China (European (A) Jaquar (B) Simpolo Vitrified Pvt Ltd (C) GLINT Faucets Inc (GLINT) (D)
/Indian)/ squatting pan Orissa pattern Somany Ceramics Ltd (SOMANY) (E) CERA (F) Hindware (G) Johnson (H) M/s
Hindustan Sanitary Ware (I) Neyveli Ceramics (Neycer) (J) Parryware (K)
Prayag (L) Shakti
96. Flushing Cistern - PVC Low Level including (A) Shakti Enterprises (B) Precision Products (C) Jaquar & Co Pvt Ltd (D) R.S.
Flush Valves and Fittings for WC and Urinals Industries (POLYTUF) (E) Ajanta Polymers (F) CERA (G) Commander (H) M/s
Hindustan Sanitary Ware (I) M/S Johnson Peddar (J) Neycer (K) Parryware
(L) Prayag (M) Speed Flo
97. Plastic Seat Covers for EWC (A) Ajanta Polymers (B) CERA (C) Champion (D) Commander (E) Duralite (F)
M/s Hindustan Sanitary Ware (G) Neycer (H) Parryware (I) Prayag (J) Speed
Flo
98. Urinals - Vitreous China (A) Simpolo Vitrified Pvt Ltd (B) Somany Ceramics Ltd (SOMANY) (C) CERA
(D) Hindware (E) Jaquar (F) Johnson (G) M/s Hindustan Sanitary Ware (H)
Neyveli Ceramics (Neycer) (I) Parryware (J) Prayag (K) Shakti
99. Wash Basin - Vitreous China (A) Jaquar (B) Simpolo Vitrified Pvt Ltd (C) Somany Ceramics Ltd (SOMANY)
(D) GLINT Faucets Inc (GLINT) (E) CERA (F) Hindware (G) Johnson (H) M/s
Hindustan Sanitary Ware (I) Neyveli Ceramics (Neycer) (J) Parryware (K)
Prayag (L) Shakti
100. Sink Steel (A) Plastocraft Sanitary (I) Pvt Ltd (B) Bluestar Sanitary Industries Pvt Ltd
(Silver Shine) (C) Diamond (D) Jayna (E) Neelkant (F) Nirali (G) Parryware
(H) Phoenix (I) Prayag (J) Shakti
101. Centrifugal / mono block Pump (A) BE (B) Beacon (C) BEST (D) Calama (E) Crompton Greaves (F) Jyoti (G)
Kirloskar (H) KSB (I) Mather & Platt (J) Shakti Pumps India Ltd (Shakti)
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 118
APPENDIX ‘C’
PARTICULAR SPECIFICATIONS PART-II (CONTD……..)
102. Submersible Pump / open well pumps (A) Shakti Pumps India Ltd (Shakti) (B) Grundfos Pumps India Pvt Ltd (C)
Calama (D) Jyoti (E) Kirloskar (F) Kishore (G) KSB (H) Mather & Platt (I)
Modi-Atlanta (J) WASP
103. Vertical Turbine Pumps (A) Johnson (B) Jyoti (C) Kirloskar (D) KSB (E) Mather & Platt (F) Modi-
Atlanta (G) WASP (H) Worthington
104. Non-Clog Sewage Submersible Pumps (A) Grundfos Pumps India Pvt Ltd (B) Kirloskar (C) Kishore (D) KSB (E)
Mather & Platt
105. Pumps for Fire Fighting (A) Crompton (B) Bharat Bijlee (C) Kirloskar (D) Mather & Platt
106. Pole - Pre-stressed concrete (A) Beton Concrete product, Aurangabad (B) M/S Cement Fabric India,
Jodhpur (C) M/s Concrete Fabrics Haryana (D) M/S Concrete Udyog Jhansi
(E) M/s Hindustan Prestressed Concrete, Faridabad (F) M/S Indian PCC Poles
(G) M/S Sankla Udyog, Jhansi (H) Precto, Chandigarh (I) Sri Balaji
Enterprises
107. Pole - Steel tubular (A) Singh Profile, Pune (B) Bharat Conduit and Steel Wks Kanpur (C) Bombay
Tubes (D) India Electric Poles Mfg Co, Maharashtra (E) India Tube and Co (F)
Kalinga Tubes (G) Metal Coats Chennai (H) Quality Steel Products Ltd,
Kanpur (I) Sohan Lal (J) The National Tubing Company, Kanpur
108. Insulators HT/LT Disc/Pin/ Shackle/loop/String (A) MEI (B) Bengal Potteries (C) BHEL (D) Jaipuria (E) Jayshree (F) Modern
Type Insulators (G) Pactil (H) Southern Insulators (I) WS Insulators
109. Air Circuit Breaker (ACB) LT 1100 Volts (A) GEC (B) Larsen &Tubro (C) English Electric (D) ABB (E) BCH (F)
Crompton Greaves (G) Control and Switchgear (H) Schneider (I) Siemens
110. Vacuum Circuit Breaker (VCB) suitable for 36 (A) SIEMENS (B) Schneider (C) ABB Ltd, Bangalore (D) Alsthom (E) Andrew
kV, 22 kV and 12 kV system including Yule (F) BHEL (G) Crompton Greeves, Mumbai (H) Jyoti Ltd, Vadodara
accessories
111. Automatic Power Factor Correction (APFC) (A) Siemens (B) Epcos (C) ABB (D) Asian (E) BCH (F) GEC (G) Larsen &Tubro
Panel (H) Shakti (I) Shreem
112. Power Factor Improvement Capacitor Banks (A) Shreem (B) ABB (C) Crompton & Greaves (D) EPCOS (E) GE (F) Larsen
&Tubro (G) Siemens (H) Universal
113. HT Switch Gear 66/33/11 kV 3 Phase, Gas (A) ABB ltd, Bangalore (B) Andrew Yule (C) BHEL (D) Crompton Greeves,
Circuit Breaker circuit breaker SF-6 Type Mumbai (E) Schneider, New Delhi (F) Simens ltd, Mumbai (G) Southern
Switch Gear, Chennai
114. HT 11 kV, 3 Ph Automatic Switch Fuse Unit (A) ABB ltd, Bangalore (B) Andrew Yule (C) AREVAT&D India Ltd, Noida (D)
Crompton Greeves, Mumbai (E) Jyoti (F) MEI (G) Schneider, New Delhi (H)
Southern Switch Gear, Chennai
115. Air Break Switch Gang Operated (33 kV/ 11 (A) Atlas (B) BHEL (C) ELPRO (D) HEI (E) Jaipuria Brothers (F) Mysore
kV) Electrical Industries (G) Pactil, Mumbai (H) Southern Switchgear
116. Air-break Switch (Isolators) (A) Andrew Yule (B) Crompton Greaves (C) MEI (D) Southern Switchgear
117. Arresters Lightening LT / HT (A) Elpro (B) Jaipuria (C) AREVAT&D (D) Atlas (E) BHEL (F) Crompton &
Greaves (G) GEC-ELPRO (H) Oblum (I) Rashtriya
118. Change Over Switch /Starter/ Contactor DOL/ (A) ABB (B) BCH (C) Control & Switchgear (D) Crompton Greaves (E) GE (F)
Star-Delta/ Synchronous/ Single phase Havells (G) HPL (H) Larsen &Tubro (I) Siemens
preventer
119. Main Switch Iron Clad (A) Anchor (B) C&S (C) Crompton (D) Havells (E) HPL (F) Indo Asian (G) L &
T (H) Siemens (I) Standard
120. Transformers 66/11 kV, 33/11 kV, 33/0.433 (A) ABB ltd, Bangalore (B) Siemens ltd, Mumbai (C) Schneider (D) Voltech
kV, 22 kV/11 kV, 22/ 0.433 kV Copper Wound Manufacturing Company Ltd (E) Esennar Transformer (P) Ltd (F) Silverline
Electricals Pvt Ltd (G) PACTIL (H) Alstom (GEC) (I) Andrew Yule (J) Bharat
Bijlee Ltd, Mumbai (K) BHEL (L) Crompton Greeves, Mumbai (M) Voltamp ltd,
Baroda
121. Transformer 11 kV/433 V Step up/Step down, (A) ISI Marked (B) Esennar Transformer
Indoor/ Outdoor type 11 kV upto 1000 kVA
capacity Dry type, Cast Resin
122. Transformers 33 kV & 11 kV, Current & (A) Laxmi (B) Automatic Electrical (C) Control & System (D) Crompton
Potential Greeves, Mumbai (E) Jyoti Ltd Vadodara (F) Kappa Electricals, Chennai (G)
L&T (H) Pragati Electricals, New Mumbai (I) Schneider (J) Seimens
123. Isolation Transformer (A) ISI Marked (B) Vintek Electronics (Volina )
124. Transformers 6.6 kV/ 433 V three phase upto (A) Indian Transformer, Gurgaon (B) Voltech Manufacturing Company Ltd
and including 100 kVA
125. Transformers 11 or 6.6 kV/0.433 kV Copper (A) Silverline Electricals Pvbt Ltd (B) Bharat Bijlee Ltd, Mumbai (C) ABB (D)
Wound, 500 kVA and Above Schneider (E) Voltech Manufacturing Company Ltd (F) Indian Transformers
Electricals, Gurgaon (G) SanklaUdhyog, Jodhpur (H) Andrew Yule (I)
Crompton Greeves, Mumbai (J) Pactil (K) Voltamp ltd, Baroda
126. Transformers 11 kV/0.433 kV Copper Wound, (A) ABB (B) Schneider (C) Silverline Electricals Pvt Ltd (D) M/S Rajasthan
Below 500 kVA Transformer& switchgears Ltd, New Delhi (E) Alstom (GEC) (F) Indian
Transformers Electricals, Gurgaon (G) M/S Indo Tech Transformers (H) M/S
Patson Transformers, Bharuch (I) Voltamp ltd, Baroda
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 119
APPENDIX ‘C’
PARTICULAR SPECIFICATIONS PART-II (CONTD…)
127. Cable Jointing Kit for 11 kV/ 22 kV (A) Birla -3M (B) Densons (C) M-Seal (D) Raychems (E) Yamuna Gases and
chemicals
128. UG HT XLPE, PVC Insulated Aluminium (A) Asian Galaxy Pvt Ltd KEI Industries Ltd (KEI) (B) Polycab Pvt. Ltd (C)
Conductor for 3.3/33/22/11 kV System Asian Cables (RPG) (D) Cable Corporation of India, Mumbai (E) Finolex (F)
Gloster (G) Havells india ltd (H) Industrial Cables, Punjab (I) Paragon (J) RPG
Cables Ltd, Thane (K) Universal Cables Ltd, Satna
129. HT Armoured XLPE Cable 132 kV Grade (A) ISI Marked (B) Polycab Pvt. Ltd.
130. UG LT XLPE, PVC Insulated Aluminium (A) Grandlay Electricals India (B) RPG Cables Ltd, Thane (C) Havells india ltd,
Conductor for 1100 Volts Alwar (D) V-Guard Industries Ltd (V-GUARD) (E) Asian Galaxy Pvt Ltd (F)
Paragon Cable India (G) KEI Industries Ltd (KEI) (H) HPL Electric and Power
Ltd (HPL) (I) Asian Cable Co, Chattisgarh (J) Cable Corporation of India,
Mumbai (K) Finolex Cable Ltd, Pune (L) Gloster (M) Plaza cables (N) Polycab
(O) Universal (P) SS Cable Industries
131. Aluminium Conductor Steel Reinforced (ACSR) (A) All-Ind (B) Bharat Conductors (C) ICC (D) Indian Aluminum Co (E)
Konark, M/s power Cables Ind (F) NICCO (G) Ujala (H) VK Conductors
132. Street Light fittings (MH/SV/LED) (A) Instapower Ltd (B) M/s Bentec India (BENLO) (LED) (C) Asian (D) Bajaj
(E) Control & Switchgear (F) Crompton (G) GE (H) Havells (I) Phillips (J)
Surya Roshni (K) Wipro (L) ORIENT (only LED)
133. Solar Street light Fitting (A) Bajaj (B) BHEL (C) Crompton (D) Goldwin (E) Kripa (F) Phillips (G) Sun
Technic (H) Surya (I) Tata
134. High Mast light (A) Bajaj (B) Crompton (C) Metal Coats (D) Phillips (E) Utkarsh Tubes & Pipes
135. Fluorescent tube light Fittings /CFL (A) Bajaj (B) Crompton (C) Havells (D) Indo-Asian (E) Phillips (F) Surya (G)
fittings/LED/ lamp holder Wipro
136. Flame Proof Light Fittings (LED/CFL)/ Fan/well (A) Voltech Manufacturing Company Ltd (B) Bajaj (C) Crompton (D) Flexpro
glass/bulkhead including accessories Electricals, Nasik (E) M/S Baliga (F) M/S Shyam Switchgears, Mumbai (G)
M/S Sudhir
137. Florescent lamp Lt (CFL) (A) HPL Electric & Power Ltd (HPL) (B) Wipro (C) Bajaj (D) Crompton (E) GE-
Lighting (F) Havells (G) Indo-Asian (H) Osram (I) Phillips (J) Surya
138. Light fittings LED (A) Goldwyn (B) Instapower Ltd (C) Bajaj (D) Crompton (E) GE (F) Havells
(G) Osram (H) Phillips (I) Siemens (J) Wipro (k) ORIENT (l) Bentec
139. LED Tube lights/bulbs (A) Jaquar & Company Pvt Ltd (B) Phillips (C) Havells (D) ORIENT (E) Osram
(F) Wipro (G) Bajaj (H) GE (I) Instapower Ltd (J) C&S Electric Limited (C&S
Electric) (K) HPL Electric & Power Ltd (HPL) (L) Shakti Fixtures
140. PVC Cable 450/750V (A) Plaza (B) Finolex (C) Havells India ltd (D) Polycab (E) Paragon Cable
India (F) Gloster Cables Ltd (GLOSTER) (G) Ramco Industries India (RAMCO)
(H) HPL Electric & Power Ltd (HPL) (I) Grandlay Electricals India (J) V-Guard
Industries Ltd (V- GUARD) (K) Asian Galaxy Pvt Ltd
141. Electronic / Photoelectric Switch for Auto (A) GE (B) Siemens (C) Bajaj (D) Indo-Asian (E) Larsen &Tubro (F) Legrand
Operation of Street Lights
142. DBs/MCB (Miniature Circuit Breakers & MCCB (A) Siemens (B) HPL Electric & Power Ltd (HPL) (C) C&S Electric Ltd (C&S
(Moulded Case Circuit Breakers) Electric) (D) ABB (E) Havells (F) Indo-Asian (G) Larsen &Tubro (H) Legrand
(I) Schneider (J) Standard (K) BENLO (L) Bentec
143. Microprocessor based MCCB/RCCB LT 415 (A) Legrand (B) Siemens (C) HPL Electric & Power Ltd (HPL) (D) C&S Electric
Volts Ltd (C&S Electric) (E) ABB (F) Datar (G) Larsen &Tubro (H) Schneider (I)
Standard
144. Electrical Panel (LT) (A) L&T (B) Legrand (C) Standard (D) Sombansi Enviro Engg Pvt. Ltd
NOTE: - (i) The above makes are subject to (SEEPL) (E) NEO Power Electronic & Project Pvt Ltd (F) Universal Switchgear,
their possessing CPRI test report for New Delhi (G) HENSEL (ENYBOARD, ENYMOD) for IP65 Thermoplastic
equivalent rating. polycarbonate Board.
(ii) The accessories shall be of makes given (H) Juhi Electricals Pvt Ltd, Bhopal
elsewhere in respective items/list of make.
145. Electric Accessories, Piano Switches, Ceiling (A) Kay (B) C&S Electric Ltd (C&SElectric ) (C) HPL Electric & Power Ltd
rose, call bells, Buzzers, Lamp Holders/ (HPL) (D) Goldmedal Electricals Pvt Ltd (E) GM Modular Pvt Ltd (F) Anchor
socket outlet, etc (G) Cona (H) Crabtree (I) Havells (J) Kinjal (K) Leader (L) Legrand (M) SSK
146. Ammeter / Voltmeter / Power Factor / (A) Automatic Electric (B) Conzerv (C) Digitron (D) Havells (E) HPL (F) IMP
frequency Meters (G) L&T (H) MECO (I) Universal
147. Digital Meters with built in selector switches (A) Automatic Electric (B) Control and Switchgear (C) Legrand (D) Enercon
for Voltmeter, Ammeter, Frequency, Energy, (E) Havells (F) HPLSocomec (G) Larsen &Tubro (H) Secure Meter (I) Trinity
KW, Power Analyser
148. Modular Switches /Sockets (A) Anchor Roma (B) Legrand (C) Crabtree (D) Havells (E) HPL Electric & Power Ltd
(HPL) (F) Goldmedal Electricals Pvt Ltd (G) C&S Electric Ltd (C&SElectric ) (H) M/s
Finolex Cables Ltd (finoswitch) (H) Bentec
149. Electronic Energy Meters, Tamper Proof (A) Bentec India Ltd (B) Bentec, Kolkata (C) Havells (D) HPL (E) Jaipuria Meters (F)
Larsen &Tubro (G) Secure Meters
150. Ceiling Fan (A) Almonard (B) Bajaj (C) Crompton (D) Havells (E) Khaitan (F) Orient (G) Polar
CA NO: GE (B)/ OF 2024-25 SERIAL PAGE NO: 120
APPENDIX ‘C’
PARTICULAR SPECIFICATIONS PART-II (CONTD…)
151. Exhaust fan/ Air circulators (A) Electrical Products Company (India) Pvt Ltd (AIRTECH) (B) Almonard (C) Anchor
(D) Bajaj (E) Crompton (F) Havells (G) Khaitan (H) Orient (I) Usha
152. Fan Regulator (A) Anchor (B) Bajaj (C) Crompton (D) GEC (E) Havells (F) Khaitan (G) Legrand (H)
Orient (I) Usha
153. Electronic Type Fan Regulator (A) Legrand (B) Crompton (C) Havell (D) Bajaj (E) Orient (F) GM Modular Pvt Ltd
154. Geyser (A) Bajaj (B) Bharat (C) Madhuban (D) Pearl (E) Racold (F) Usha (G) Venus
155. PVC Insulated Copper/ Aluminium Cable (A) Plaza (B) Finolex (C) Anchor (D) Havells (E) Nicco (F) Polycab (G) RPG (H) HPL
1100 V of all types (I) Paragon Cable India (J) Paraflex (K) GM Modular Pvt Ltd (L) KEI Industries Ltd
(KEI) (M) Dneo Cables Pvt Ltd (N) Grandlay Electricals India (O) V-Guard Industries
Ltd (V- GUARD) (P) Asian Galaxy Pvt Ltd (Q) FortuneArt Wires & Cables Pvt Ltd
(FortuneArt Cable) (R) Kalinga (S) SS Cable Industries
156. PVC conduits (Rigid or flexible)/FRLS (A) Modi (B) Anchor (C) Presfit (D) Astral (E) AKG (F) National Pipe Products (VIP)
rigid PVC conduits/fittings (G) VIP Extrusions (ATUL) (H) POLYCAB WIRES PVT LTD (POLYCAB) (I) Asian (J)
Avon (K) Kalinga (L) Plaza (M) Precision
157. PVC Tape (A) ISI Marked (B) GM Modular Pvt Ltd
158. MS conduit (A) RMG Steels Pvt Ltd (RMCON) (B) AKG (C) Asian (D) BEC Industries (E) Bharat
(F) CTI (G) Jindal (H) Kalinga (I) NIC (J) Viraj Industries
159. Casing capping & Accessories (A) Asian (B) Modi (C) National (D) Plaza (E) Polycab (F) Precision (G) Presto Plast
(H) Prince (I) Supreme
160. Indicating Lamps Neon / LED Type (A) AE (B) BCH (C) Bhartia Industries Ltd, New Delhi (D) Controls & Switchgear
Contractor, New Delhi (E) Kayce (F) Larsen &Tubro (G) Siemens (H) Vaishnav
161. LT Relay Numerical, Static (A) Siemens (B) Larsen &Tubro (C) EPCOS (D) Jaipuria (E) ABB (F) Schnieder
162. UPS (A) Sukam (B) Labotech (C) APLAB (D) Luminous (E) Microtech (F) Power
Conversion Tech (G) Protect Services (H) Sinetrac (I) Tata-Liebert
163. Automatic Voltage Stabilizer (servo (A) Andrew Yule (B) Aplab (C) Brent Ford (D) Microtech (E) Power Ware, Meerut (F)
controlled) Sinetrac (G) V Guard (H) Vinitec (I) Automatic Electric (J) VintekEleronics (Volina)
164. DG Set (engine) (A) Ashok Layland (B) Caterpillar (C) Cummins (D) Eicher (E) Greaves -Cotton (F)
Kirloskar (G) Mahindra (H) Ruston
165. DG Set (alternator) (A) Alstom (B) AREVA (C) Bharat Bijlee (D) Crompton Greaves (E) Jyoti (F) Kirloskar
(G) Stamford
166. DG Set Assembled with Soundproof (A) Control & Switch Gear (B) Cummins India (C) Greaves-Cotton (D) Jackson (E)
Canopy Kirloskar (F) Mahendra (G) Meera & Co (H) Sudhir
167. Induction Motors (A) Siemens (B) ABB (C) Bharat Bijlee (D) Crompton Greaves (E) Jyoti ltd (F)
Kirloskar Electric (G) NGEF
168. Gang operated devices (GOD) (A) AREVA (B) Atlas (C) ECE (D) GEC (E) GR Power Switch (F) Jaipuria (G) MEI (H)
Pactil (Metro) (I) Universal
169. Precast Concrete Cable Cover (A) Mehtab (B) Lucky Cement Block Works (Lc) (C) Sukhi Enterprises (D) ISI Marked
170. Air Handling unit (A) Bhupati (B) Bluestar (C) Cooltech and Aerotherm (D) National (E) Universal (F)
Voltas (G) Zeco
171. Air Curtains (A) Air Con (B) Almonard (C) Crompton Greaves (D) Filtrox (E) National (F) Sneha
Vardhan (G) Technocrat
172. Cooling towers (A) Advance (B) Delta (C) Mihir (D) Paharpur (E) Polo
173. Window type Air Conditioner (A) Daikin (B) Bluestar (C) Carrier (D) Feeders lloyd (E) Godrej (F) Hitachi (G) LG
(H) Samsung (I) Voltas
174. Split type Air Conditioner (A) Daikin (B) Fedderslloyd (C) Bluestar (D) Carrier (E) Godrej (F) Hitachi (G) LG (H)
Samsung (I) Voltas
175. Solar water system (A) Jain Solar (B) Digiflic Controls (India) Pvt Ltd, Bangalore (C) Best & Crompton
Noval Energy, New Delhi (D) BHEL (E) Novel Energy, New Delhi (F) Solar Equipment
Manufacturing, Noida (G) Solautomatic Electrical Equipment, Noida (H) Solchrome
Systems India ltd, Parwanoo-Himachal (I) Surya-Joyti Devices, Punjab (J) Tata-BP
Solar System
176. Firefighting equipment like hose reel, (A) Nitin, (B) Safex (C) Flame Guard Industries (Flame Guard)
nozzles, couplings, valves, etc