You are on page 1of 26

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 01

MILITARY ENGINEER SERVICES:


CONTENTS
NAME OF WORK: PROVN OF SCADA SYSTEM FOR WATER SUPPLY INSTALLATION AT AF STN
JAISALMER

Sl No

DESCRIPTION

SERIAL PAGE NO

FROM

TO

Contents

01

Notice of tender IAFW-2162 (Revised) including


Appendix A

02

05

Tender forwarding letter and Instruction for Completion

06

09

10

15

16

57

Tender Documents to be complied with by the Bidders.


4

Item Rate Tender and Contract for Work required,


IAFW-1779A (Revised-1955) Except BOQ

General Conditions of Contract IAFW-2249(1989


Print) Including Erratta and Amendments and Sch of
Minimum Fair Wages.

Special Conditions

58

61

Particular specification List of Drawings Appendix A, B,

62

69

C, D and Annexure A.

Schedule (Excel Sheet in BOQ)

9 Errata/Amendments to Tender Documents


10
11

Relevant Correspondence
Acceptance Letter

Total Pages -

Drawings: Nil

SIGNATURE OF CONTRACTOR

AGE (CONTRACTS)
FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 02

IN LIEU OF IAFW-2162 (REVISED 1960)


MILITARY ENGINEERING SERVICES
NOTICE OF TENDER
1.
2.

3.

4.

A tender is invited for the work as mentioned in Appx A to this notice of tender.
The work is estimated to cost as indicated in
aforesaid appendix
A. This estimate, however not a
guarantee and is merely given as a rough guide and if the work costs more or less the tenderer shall have no
claim whatsoever on this account. The tender shall be based on the pattern as mentioned in aforesaid appendix
A. The work is to
be completed within the period as
indicated in aforesaid appendix
A in accordance with
the phasing, if any indicated in the tender from the
date of handing over
the site, which may be on or up to
two weeks after the date of acceptance of the tender.
Normally contractors whose names are borne on MES approved list for the area in which the work lies and within
whose financial limit the estimated amount would fall may tender but in case of term contracts, contractors in class
SS to F may tender. In case where the tendered amount is in excess of the financial category of the contractor,
the Accepting Officer reserves the right to accept the tender, in which event the tenderer would be required to lodge
Additional Security Deposit as notified by the Accepting Officer in terms of conditions of contract.
Contractors whose names are borne on the MES
approved list of any MES formation and
who have
deposited standing security deposit and have executed standing security bond, may also tender without
tenderer is
depositing earnest money deposit along with the tender and if the tender submitted by such
accepted, the contractor will be required to lodge with
the Controller of Defence Accounts concerned the amount
of individual Security Deposit within thirty days of
the receipt by him
of notification of acceptance of his
tender, failing which the sum will be recovered from the first RAR payment or from the first final bill. In the
case of term/running contracts, remaining sum shall be recovered from the subsequent bill
(s) of the
contractor. Not more than one tender shall be submitted by one contractor or one firm of contractors.

5.

Under no circumstances will a father and his son(s) or their close relations who have business dealing with one
another be allowed to tender for the same contract as separate competitor. A breach of this condition will render the
tenders of both parties liable for rejection.

6.

The GE(AF) Jaisalmer will be the Accepting Officer herein-after referred to as such for the purpose of this contract.

7.

8.

Applications for the tender forms accompanied with cost of tender documents in the form of DD for amount given
in Appx A drawn in favour of GE (AF) Jaisalmer must be submitted to the Accepting Officer so as to reach this
office on or before the date mentioned in e-tender on eprocure.gov.in.
A scanned copy of DD with
enlistment details / documents shall be uploaded as packet 1 (T bid) of the tender on e tendering site. DD is
refundable in case T bid is not accepted resulting in non opening of Q bid. The
applicant contractor shall bear
the cost of bank charges for procuring and encashing the DD and shall not have any claim whatsoever on this
account on Govt.
Tender form and conditions of contract and other necessary documents shall be available on E-tending site for
download and shall form part of contract agreement in case the tender is accepted. The appropriate standing
security amount for this work shall be deposited by contractor enlisted in the
area on which the works lies
for (See Appendix `A).
In case of a contractor who has not executed the standing security bond, the tender shall be accompanied
by Earnest Money amounting to (See Appendix A)in the form of deposit at call receipt in favour of GE (See
Appendix A) by scheduled Bank/or receipted treasury challan the amount being credited to revenue deposit of the
GE (See Appendix `A). A contractor who is not enlisted for the area in which the work lies, but whose name is
borne on the MES approved list of any MES formation and who has deposited standing security deposit and
executed standing security bond, may tender without depositing earnest money along with the tender, but if the
tender submitted by such tenderer is accepted, the contractor will be required to lodge with the Controller of
Defence Accounts concerned the amount of individual
Security Deposit within thirty days of the receipt by
him of notification of acceptance of his tender, failing which the sum will be recovered from the first RAR payment
or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from the
subsequent bill (s)of the contractor. Not more than one tender shall be submitted by one contractor or one firm of
contractors.
A contractor
who has executed the standing security bond but not for the appropriate class as mentioned
above, shall
lodge with the Accepting Officer. Additional Security Deposit as notified by the Accepting Officer
within thirty days of the receipt by him of notification of acceptance of his tender, failing which this sum will be
recovered from first RAR payment or from the first final bill. In the case of Term/running contract remaining sum
shall be recovered from the subsequent bill (s) of the contractor. However, in case where any payment is made to
the contractor within thirty days of receipt by him of notification of acceptance of tender, the amount of additional
security deposit shall be recovered from such payments.
The GE will return, the Earnest Money wherever applicable to all unsuccessful tenderer, by endorsing an authority
on the deposit for its refund, on production of a certificate of the Accepting Officer, that a bonafide tender (vide
para15 hereinafter) was received and all documents were returned.
The GE will either return the earnest money to the successful tenderer by endorsing an authority on the deposit for
its refund, on receipt of an appropriate amount of security deposit or will retain the same in part or full on account of
security deposit, if such transaction is feasible.
Copies of the drawings and other documents pertaining to the work (signed for the purpose of identification) and
sample of materials and stores to be supplied by the contractor will also be available for inspection by the tenderer
in the office of CWE/GE during office working hours. (See Appendix-`A).
Contd/-

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 03

9.

The tenderer is advised to visit the site by making prior appointment with the GE (See Appendix `A).

10.

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

11. The Tenders shall be submitted on the E-tendering site in two packets upto the last date of submission of bids
indicated therein.
12.

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

13.

The submission of a tender by a tenderer implies that he has read this notice and conditions of contract and has
made himself aware of the scope and specifications of the work to be done and conditions and rates at which
stores, tools and plants etc., will be issued to him and local conditions and other factors having bearing on the
execution of the work.

14.

Tenderer must be in possession of copy of MES Standard Schedule of Rates (See Appendix-`A) including
errata/amendments there to.

15.

Tenderer must be very careful to deliver a bonafide tender. A bonafide tender must satisfy each and every condition
laid down in this notice.

16.

Invitation for applications for issue of tender does not constitute any guarantee for issue of tender to applicant
even to enlisted contractors of appropriate class and
to applicants by virtue of enclosing DD for issue of
tender and the Accepting Officer reserves the right to deny issue of tender to any applicant.
Issue of
tender shall
be decided by the Accepting Officer based on interalia past track records, financial position and
experience of similar works executed by the applicant/contractor. The Accepting Officer shall
consider
applications received up to the date of receipt of application/extended date of receipt of applications
for
issue of tender. The applicant/contractor will be informed regarding non-issue of tender without assigning
reasons. The applicant/contractor if he so desires may appeal to the next higher Engineer
authority with
copy to the Accepting Officer. The decision of next higher engineer authority shall be final and binding.
No appeal/representation shall be entertained
in respect of applications received after
the due date of
receipt of applications/ extended date of receipt of applications. The decision of the next higher authority
shall be
final and
binding. No applicant/contractor shall be entitled for any commendation whatsoever for rejection of
his application.
The Accepting Officer reserves his right to accept a tender submitted by a public sector undertaking giving a price
preference over other tender which may be lower, as are admissible under the Government policy. No claim
for any compensation or otherwise shall be admissible from such tenderer whose tender may be rejected
on account of the said policy.

17.

18.

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

19.

This notice of tender including Appendix A shall form part of the contract.

AGE (CONTRACTS)
SIGNATURE OF CONTRACTOR

FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2015-2016

Tele : 0299-2252480
Fax : 0299-22524803

Serial Page No. 06


Garrison Engineer (Air Force)
Military Engineer Services
Air Force Station, Jaisalmer

8228/GE/01/E8

Feb 2016

M/s.

NAME OF WORK: PROVN OF SCADA SYSTEM FOR WATER SUPPLY INSTALLATION AT AF STN
JAISALMER

Dear Sir (s),

1.

Tender documents for the above work is uploaded in www.eprocuremes.gov.in. The following documents which
form part of tender documents are not uploaded:(a)
(b)
(c)
(d)

2.

IAFW-2249 (1989 Print) General Conditions of Contract.


Schedule of Minimum Fair Wages.
SSR Part-I (2009).
SSR Part-II (2010).

Documents at serial 1(a) to 1(d) above can be seen in any of the MES office during working
hours on
any working days. The tenderers are deemed to have made themselves acquainted and fully
conversant
with contents of the above mentioned documents before submission of tender and no claims whatsoever on this
account shall be entertained.

3.

Instructions for completion of the tender documents are also given which should be complied with.

4.

Tendering/bidding shall be online submission / uploading of BOQ & other documents on web site
www.eprocuremes.gov.in with own Digital Signature Certificate (DSC).

5.

Un-enlisted contractor shall submit the scanned image of documents required as per eligibility criteria mentioned in
instructions for filling the tender documents alongwith EMD and tender fee on e-tendering portal
and submit
the physical documents in the office of GE(AF) Jaisalmer. Inadequacy / deficiency of documents
shall make
the bid liable for rejection and in such event BOQ shall not be opened.

6.

Enlisted contractors shall


portal and submit physical

submit the scanned image of enlistment letter and tender fee on


documents in the office of GE (AF) Jaisalmer.

Yours faithfully,

Signature of Contractor

(Rajesh Gupta)
AE (QS & C)
For Garrison Engineer (AF)

e-tendering

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 07

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERERS


1. EARNEST MONEY: Contractor(s) who are not the
enlisted with MES or who are enlisted but have not executed
Standing Security Bond shall submit scanned one of copy of Earnest Money Deposit as detailed in Notice of Tender in
the following forms along with their e bid:
(a)

Deposit at Call Receipt from a Scheduled Bank in favour of GE (AF) Jaisalmer.

(b)

Receipted Treasury Challan, the amount being credited to the Revenue Deposit of Garrison Engineer (AF)
Jaisalmer.

NOTE :- Earnest money in the form of cheque /Bank guarantee etc. will not be accepted. NON-SUBMISSION OF
EARNEST MONEY WILL RENDER THE TENDER AS NON-BONAFIDE AND CONSEQUENTLY LIABLE TO BE
IGNORED.
2.
SECURITY DEPOSIT In case the tender submitted by such contractor is accepted the contractor will be required to
lodge with the Controller of Defence Accounts INDIVIDUAL SECURITY DEPOSIT calculated with reference to
TENDERED COST as notified by the Accepting Officer (See condition 22 of IAFW-2249).
3.
CONTRACTORS ENLISTED WITH CHIEF ENGINEER SOUTH WESTERN COMMAND AND WHO HAVE
EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF A LOWER
CLASS. In case the tender is accepted, the amount of Additional Security Deposit will be as notified by the Accepting
Officer. This amount will be the difference between the Individual Security Deposit calculated with reference to the
TENDERED COST & the Standing Security Depositalready lodged. Refer condition 22 of IAFW-2249.
4.
CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CE SOUTH WESTERN COMMAND:
Contractors whose names are on the approved
list of any MES formation i.e. other then CE South West command
and who have deposited standing security and have executed standing security bond may tender without
depositing
earnest money with the tender and if the tender submitted by such tenderer is accepted, the contractor will be required to
lodge with the controller of Defence Accounts concerned, the amount of Individual Security Deposit within thirty days
of
the receipt by him of notification of acceptance of tender, failing which the sum will be recovered from the first RAR
payment or from the first final bill.
5. GENERAL INSTRUCTIONS FOR COMPLIANCE:5.1
The tender will only be accepted in the electronic form. All bids to be submitted in eprocuremes.gov.in portal.
Documents should be scanned and forwarded in pdf form or Xls form as indicated.
5.2
Tender shall be forwarded on
eprocuremes.gov.in portal on or before the bid closing date mentioned in
the tender. No physical form of the
tender will be accepted.
5.3.

All bids will be digitally signed by the contractor.

5.4 The tender shall be accompanied by the scanned certified true copy of power of attorney of signatory to the
tender documents. In case the signatory himself
is the sole proprietor, an affidavit on stamp paper of appropriate value
to this effect stating that he has authority to bind the firm in all matters pertaining to contract including the arbitration
clause, shall be attached in pdf form. The person signing the tender on behalf of other partner (s) or on behalf of a firm or
company shall attach with the tender a proper power of attorney duly executed in his favour by such other person or by
the partner (s) or in accordance with constitution of the company, (in case of company), stating that he has authority to
bind such other person or the firm or the company as the case may be in all matters pertaining to the contract including
the Arbitration Clause.
5.5 Even in case of firms or companies which have already given power of attorney to an individual authorizing him to
sign tender and in pursuance of which tenders are being
signed 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 could be, including the condition relating
to Arbitration clause, shall be submitted
with the tender as second copy.
5.6 Power of attorney shall be executed on stamp paper of adequate value
the same will be forwarded along with the
bid submission.

as applicable. Scanned copy of

5.6.1 In case of an individual, self sworn affidavit shall be executed be the contractor himself. Scanned copy of the same
to be forwarded alongwith with the bid.
5.6.2 In case of partnership concern, power of attorney shall be executed by all partners. Scanned copy to be forwarded
alongwith the bid.
5.6.3 In case of company, power of attorney shall be executed in accordance with the constitution of the company.
5.7

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

5.8 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is also drawn to
special condition 3 referred hereinafter and also conditions 24 & 25 of IAFW 2249-General conditions of contract.

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 08

5.9 Tenders will be opened on the due date and time fixed for receipt of tender. Tenderers, who submit their
priced tenders and are desirous of being present at the time of opening of the tenders, may do so at the appointed time.
5.10 The tenderer shall quote his rate on the BOQ file only. No alteration to the format will be accepted or the bid will be
disqualified.
5.11 In case the tender has to revise / modify the rates
the BOQ, through eprocuremes.gov.in site only.
5.12 In case a tenderer has to revise
bid closing time and date.

his offer, he can do

quoted in the BOQ (excel sheet) he can do so only in

so through the eprocuremes.gov.in site only before the

5.13 The president of India does not bind himself to accept the lowest or any tender.
5.14 CPM
5.14.1

The tender is based on CPM.

5.14.2 The tenderer


is expected to be fully conversant with the CPM technique and employ technical staff who
can use the CPM technique in
sufficient details. Sufficient books and other literature on the subject are widely
available which the tenderer may make use of.
5.14.3 The tenderers attention
is drawn to special conditions of the tender regarding preparation of the detailed
net work and time schedules for
the work and his liability for employing sufficient resources to adhere to this
schedule. Any inability on the part of the tenderer in using the technique will be taken as his technical in-efficiency and will
affect his class of enlistment and future prospects of receiving tenders for works.
5.15 Department may issue amendments/errata in form of corrigendum to tender/revised BOQ to the tender documents
before due date & time of submission of tender. The tenderer is requested to read the tender documents in conjunction
with the errata/ amendments, if any, issued by the department.
6. The tenderer will not make, of the own, any
alteration in tender documents issued to him by the Department. In
this connection tenderers special attention is drawn to Para 12 of notice of tender. It
is expressly brought to the notice
of the tenderers that if he makes any alteration in tender documents and
does not specifically bring out the
alteration to the notice of the Accepting Officer, through a letter along with the tender and his tender is accepted by the
Accepting Officer, the alteration (s) made by the tenderer shall be deemed to become null and void and the original
provisions in the tender documents as originally made by the department or amended subsequently through amendments
to tender documents issued by the department shall hold good and the contractor will not have any claim on this account.

7. In the event of lowest tenderer revoking his offer or revising his rates upwards/offering voluntary reduction after opening
of tenders, the earnest money deposited by the un-enlisted contractors with MES 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 contractor 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 or subsequent calls. Reduction offered by the tenderer on the
freak high rates referred for review shall not be treated as voluntary reduction.
8. These instructions shall form part of the tender documents.
9. SECURITY REQUIREMENT OF LOCAL AREA AUTHORITY OF AF CAMPUS:(a) Contractors are advised that as far as possible NOT to carry laptops or any
storage devices at site of
work. If it is inescapable, permission from local area
shall be obtained through GE in advance.

other type of secondary data


security authority (Air Force)

(b) Contractors are also advised not to carry mobile phones of any type inside the AF campus, if the same is inescapable
then the case may be taken up well in advance through GE for obtaining necessary security clearance from competent Air
Force Authority. If any such electronic devices found in possession of contractor or his workmen without security
clearance form Air Force authorities, during check at main gate or at any surprise check by security staff, the same shall
be confiscated and action against defaulter will be taken as per rules. No claim whatsoever on this account will be
entertained.
(c) The contractor must have the details of all the employees / labours with him employed inside the AF campus a list of
these employees with their local and permanent address with photograph shall be submitted to Engineer-in-Charge.
(d)

No child labour to be employed to work inside the AF campus area.

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 09

10. CRITERIA FOR UNENLISTED CONTRACTORS:An affidavit on non judicial stamp paper duly notarized containing following documents shall be uploaded (Scanned
Copy):(a)

Total work load in hand.

(b)

Last 3 years turnover.

(c)

Period of completion of each contract work during last 3 years i.e. corresponding period of turnover.

(d)

Balance work in hand.

(e)

Confirmation that firm is a profit making firm

(f)

List of works in hand and remaining work to be completed as on date of submission of bid.

(g)

Eligibility will be ascertained with respect to experience of work:-

Notes:- Scanned
copy of Demand Draft / Bankers Cheque for Rs.500/- drawn in favour of GARRISON
ENGINEER (AF)
JAISALMER payable at JAISALMER. For Tender fee and Earnest Money Rs 29000.00 in the form of
Demand Draft / Bankers Cheque / FDR shall be uploaded.
In addition to all the documents mentioned above, scanned copies of following documents shall also be uploaded:(a)
Past experience of similar nature of work completed during last 3 years.
(b)

Solvency Certificate issued from Scheduled Bank & Working Capital Certificate.

(c)

Details of Immovable/Movable Property.

(d)

List of Tools & Plants.

(e)

Certified copy of Certificate of registration of firm with Registrar of Firms.

(f)

Certified copy of PAN No. /TIN No. of proprietor / partners / firm.

(g)

Certified copies of enlistment letters with various Govt Departments / PSUs.

(h)

Certified copy of general power of attorney in case any person(s) have been authorised to represent the firm
including signatory of the application.

(i)

Postal address and Police Station Area of proprietor/partners/Directors of the firm. Department will carry
out Police Verification of Proprietor / Partners / Directors as applicable. Contractor has to pay for fees if the
rules of Police Deptt have the provision of the same.

(j)

Indemnity Bond on non judicial stamp paper of value of Rs.100/- duly attested by Notary.

(k)

Constitution of firm on an affidavit on non judicial stamp paper of value of Rs.100/- duly attested by Notary.

(l)

Details of Engineers/Technical Staff & their affidavit.

10.7 Tenderers 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 shall also be
applicable in lieu of police verification.
10.8 Scanned copy of Demand Draft towards the cost of tender and EMD to be uploaded.
11. Above documents shall be uploaded in one folder form in sequence as above. In case of non uploading of above by
due date or submission of incomplete information, same will be construed as your disinterestedness and your application
for above tender shall be rejected without any further reference.
12. SUBMISSION OF HARD COPY OF DOCUMENTS: The tenderers (enlisted/unenlisted) who have uploaded their
tenders shall forward hard copies of all documents (Tender Fee/EMD/Application etc) & all documents required as per
tender documents uploaded so as to reach this office within Three days from Bid submission end date. In case of failure,
the tender of such Contractor shall liable to be rejected and shall not be considered for price bid opening and no claim
whatsoever on this account shall be admissible.

SIGNATURE OF CONTRACTOR

AGE (CONTRACTS)
FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2014 - 2015

SERIAL PAGE NO. 10

(IAFW-1779-A Revised 1955)


(To be Read in conjunction with General condition of contract IAFW-2449)
: MILITARY ENGINEER SERVICES:

REGISTERED ACK /DUE


Garrison Engineer (AF)
Jaisalmer - 345 001

8228/ GE/ 01 /E8

Feb 2016

TENDER AND ITEM RATE CONTRACT BY MEASUREMENT REQUIRE IN EXECUTION OF


NAME OF WORK: PROVN OF SCADA SYSTEM FOR WATER SUPPLY INSTALLATION AT AF
STN JAISALMER
1.

Shri/S, Shri M/s_____________________________

of _______________________

is authorized to tender for the above work. The submission of the tender documents shall be
online. For submission of e-tender please refer out website www.eprocuremes.gov.in at CPP portal.
2.

All documents must be returned whether or not a tender has been submitted.

3.

Any correspondence concerning this tender shall be addressed as indicated at the top of this sheet
quoting the reference as given.

(THE PRESIDENT OF INDIA DOES NOT BIND HIM SELF TO ACCEPT THE LOWEST OR
ANY TENDER)

SIGNATURE OF OFFICER ISSUING


SIGNATURE OF CONTRACTOR

THE DOCUMENTS
AGE (Contracts), GE (AF) Jaisalmer

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 11


(In lieu of IAFW-1779-A Rev-1955)

SCHEDULE A (List
of items of works)

NAME OF WORK: PROVN OF SCADA SYSTEM FOR WATER SUPPLY INSTALLATION AT AF


STN JAISALMER
NOTES:1. The contract covers all the works as described in Sch A of BOQ and as specified in particulars
specifications here-in-after.
2.

Description of items given in Sch A is in brief. This is deemed to be amplified and read in
conjunction with special conditions, particular specifications, specifications for materials and
workmanship and conditions given in the relevant sections of MES Standard Schedule of Rates
2009 Part-I and 2010 Part-II.

3.

The entire work included in this contract is required to be completed within 180 days from the
date of handing over i.e. the date of commencement intimated by the GE in the first work order.

4.

The quantities shown in column 3 of BOQ are approximate and are inserted as guide only. They
shall, however, not be varied beyond the limits laid down in condition 7 of IAFW-2249 (General
Condition of Contracts).

5.

The rates in column 5 of BOQ are to be filled in by the tenderers. The Amount and rates in words
automatically will calculate in BOQ.

6.

The total amount in BOQ of all items will self calculate formula based column 7 is not firm but will
be treated as Contract Sum referred to in IAFW-2249.

7.

Unless otherwise specified, rates tendered shall include for all incidental and additional labour and
material to cover all the work enumerated and described under the heading Rates and in the
preambles to similar items in MES Schedule.

8.

Unless otherwise specified rate per unit for various items in Sch A of BOQ shall include for
materials and labour (M&L) complete.

9.

Measurements of work done shall be as per items of units in Sch A of BOQ and this mode of
measurements shall take precedence over the MES Schedule where at variance with the later.

10.

Unit rates quoted by the contractor shall be deemed to allow for all minor accessories which are not
specifically mentioned in Sch A of BOQ or given in particular specifications or shown on drawings
but which are essential for the completion of works/services in workman like manner and sound
Engineering practice.

11.

The work lies in various area and location under the jurisdiction of GE (AF) Jaisalmer. The tenderer
has to visit site of work to ascertain quantum of work at different locations with prior meeting with
GE. No claim whatsoever shall be entertained at a later date on account of any misunderstanding
on this aspect, or any variation in quantities at different location.

12.

The quoted rate for any item include for all the Octroi, taxes (SALES TAX,SERVICE TAX, VAT), 1%
Labour Welfare Cess on work done amount for labour welfare or any other tax as applicable,
nothing extra shall be paid due to any misunderstanding on this account.

13.

The under mention remarks shall be deemed to have been inserted for all items of Schedule A:(a) Under Col.2 : All as specified and directed (after existing description).

Govt of India, Min of labour and employment vide letter No S35025/2/214.5 S-II dated 15 Jul 2015 and E-in-Cs
Branch Army HQ New Delhi vide letter No 66546/Manual/77/E8 dated 06 Nov 2015 has made mandatory for
the contractors to get themselves registered with employee provident fund organization and deposit necessary
condtribution with the EPFO. Further it has been mandated that all contribution works should be provided
universal account number (UAV) by the contractors by appropriately registering them on the EPFO portal.
Hence while uploading tender , it is mandatory for the contractor to upload copy of provident fund code number
in addition to other documents. The Contrctor not in possession of this provident fund code number shall be
disqualified in T Bid evaluation and his financial Bid shall not opened. It is also to be ensured by Engineer-in
Charge of works that while forwarding of RARs/Bills, a cerfitificate be obtained from Contractors that all
workers employed directly or Indirectly by them are registered for EPF and the due contribution have been
credited into their accounts.

SIGNATURE OF CONTRACTOR

AGE (CONTRACTS)
FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No 12

(SCHEDULE OF CREDIT)

Notes:
1.
The department has assessed the rate of credit for each item and inserted under col-5 extended
the amount to Col-6. The total of the credit so assessed shall be deducted from the contract sum quoted
by the tenderer under summary page.
2.
It shall be the responsibility of the contractor to remove the articles from site at his own expense
after obtaining written permission of Engineer-in-Charge and after deducting the credit amount from the
RAR / Final Bill which ever is earlier The site shall be clean and tidy after removal of all materials obtained
from demolition.
3.
Permission of Engineer-in-Charge shall be obtained in writing prior to the removal of demolished
materials from the site of work.
4.
Demolished / dismantled materials shall not be reused in the work. Unless otherwise specified in
the Sch `A.
5.
Demolished material which is not covered under this Sch of credit shall be returned to the
department or thrown in the site as directed by Engineer-in-Charge.

6.
Quantities given under column 4 are provisional. The final amount of recovery shall work out
based on the actual quantities measured under respective items of schedule A and at the rate of
indicated under column 5. The tenderers shall have no claim on any account if there are variation in the
actual quantities and quantities given in this Schedule.
--NIL-AGE (CONTRACTS)
SIGNATURE OF CONTRACTOR

FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No 13
SCHEDULE B

(Issue of Material to the Contractor)


(See condition 10 of IAFW-2249)

Sl
No

Qty

Particulars

Details of
MES Crew
supplied

Hire
charges per
unit / per
working day

Stand by
charges per
unit of day

Place of issue
(by Name)

---------

NIL

Remarks

----------

SCHEDULE C
(List of tools and plants (other than transport) which will be hired to the contractor)
(See condition 15, 34 & 35 of IAFW-2249)

Sl
No

Qty

Particulars

Details of
MES Crew
supplied

Hire
charges per
unit / per
working day

Stand by
charges per
unit of day

Place of issue
(by Name)

---------

NIL

Remarks

----------

SCHEDULE D
(Transport to be hired to the contractor (see condition 16 and 35 of
IAFW-2249 General condition of the contractor)

Sl
No

Qty

Particulars

---------

SIGNATURE OF CONTRACTOR

NIL

Details of MES
Crew supplied

Place of issue
(by Name)

Remarks

----------

AGE (CONTRACTS)
FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No.14


(In lieu of IAFW-1779-A Rev-1955)

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

Specification signed by AGE (Contracts) / Garrison Engineer.

2.

Drawing detailed in the specification.

3.

Schedule A, B, C & D attached here to.

4.

MES Standard Schedule of rates part I (Specification) 2009 Print and part-II (Rates) 2010 Print
hereinafter and in IAFW-2249 referred to the MES schedule together with amendment No NIL for
part-I and amendment No 1 to 58 for part-II.

5.

General Condition of contracts IAFW- 2249 (1989 print) together with amendment No 01 to 40 and
Errata 01 to 20.

6.

REFER CONDITION 31 OF IAFW: 2249 (GENERAL CONDITION OF CONTRACTS)


Water
*Water shall be supplied through meter and recovery for water shall be affected at the rate of
Rs.13.93 per 1,000 Liters of water supplied.
OR
*Water will not be supplied by MES

7.

SHOULD THIS TENDER BE ACCEPTEDI/We agree:


*(a) That the sum of Rs --------- (Rupees ---------------------------- ) forwarded as

earnest

money shall either be retained as part of security deposit be refunded by the Govt.

on receipt of

the appropriate amount of the security deposit or all as per condition 22 of IAFW-2249.

(b) To execute all the work referred to in the said documents upon the terms and condition
contained or referred to therein at the item rates contained in the aforesaid Schedule A or to such
other rates as may be fixed under provisions condition 62 and to carryout such Deviations as may
be ordered vide condition 7 up to a maximum of 10% (Ten Percent) and further agree to refer all
disputes, as required by condition 70 to the sole arbitrator of a serving officer having degree in
Engineering or equivalent or having passed final / direct final examination of sub Division II of
Institution of surveyors (India), recognized by the Govt. of India to be appointed by the Chief
Engineer (AF) Gandhinagar or in his absence the officer officiating as Chief Engineer, if specially
delegated in writing by the CE (AF) Gandhinagar, for the above purpose, whose decision shall be
final, conclusive and binding .

* TO BE DELETED WHERE NOT APPLICABLE *

Contd2/-

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 15

TENDER (Contd..)

Signature (with *name) .... in the

capacity of *duly authorized to sign the tender for and on behalf of


*M/S . (*IN BLOCK LETTERS)

DATED ..
Witness

Postal Address .

Address

ACCEPTANCE

alternations have been made in this document and as evidence that these alternations
were made before the execution of the contract agreement. They have been initialed by the contractor
and Shri Rajesh Gupta, AE (QS&C), AGE Contracts the said officer(s) is/are hereby authorized to sign
and initial on my behalf the documents forming part of this contract.

The above tender is accepted by me on behalf of the PRESIDENT OF INDIA at the item rates contained
in the schedule A on the day of ..2016

Signature Dated day of year 2016.

APPOINTMENT: GE (AF) JAISALMER


AF STATION JAISALMER- 345001

(For and on behalf of the President of India)

CA NO: GE (AF) JMR/

OF 2015-2016

SERIAL PAGE NO.

16 to 57

GENERAL CONDITION OF CONTRACTS


(IAFW-2249: 1989 PRINT)
FOR
LUMP SUM CONTRACTS (IAFW-2159)
MEASUREMENT CONTRACT (IAFW-1779 & 1779-A)
AND
SCHEDULE OF MINIMUM FAIR WAGES

1.

A copy of MES GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 1989 Print) with errata and
amendments has been supplied to me/us and is in my/our possession. I/We have read and
understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS
before submission of this tender and I/WE agree that I/We shall abide by the terms and conditions
thereof.

2.

It is hereby further agreed and declared by me/us that the MES General conditions of contracts
(IAFW-2249 1989 Print) including condition 70 thereof pertaining to settlement of disputes by
Arbitration containing 33 pages (Serial page Nos. 16 to 48) with errata 01 to 20 and amendment
Nos 1 to 17 containing 05 pages (Serial page Nos. 49 to 57) form part of these tender documents.

4.

It is hereby agreed that the Schedule of minimum Fair wages (SMFW) as published vide
Government of India Notification up to the last date of receipt of tender documents forms part of
these tender document.

5.

My/our signature hereunder amounts to my/our having read and understood the provisions
contained therein and I/We agree that I/WE shall abide by the same and that aforesaid documents
form part of this tender.
NOTE :(i)
(ii)

The documents mentioned above can be seen in the office of the Garrison Engineer
(AF) Jaisalmer or in any other MES (CE/CWE) office during working hours.
In case of difference in interpretation due to wording of English and Hindi versions, the
English version shall prevail as per article 348 of constitution of India.

AGE (CONTRACTS)
SIGNATURE OF CONTRACTOR

FOR ACCEPTING OFFICER

CA NO. : GE(AF)JMR/

OF 2015-2016

SERIAL PAGE NO. 58

:: SPECIAL CONDITIONS::
1.

GENERAL:The special condition shall be read in conjunction with the General Condition of contract (IAFW2249, 2159 and 1779 A) including errata and amendment there to. If any provisions in these
special conditions is at variance with that of aforesaid documents the former shall be deemed to
take precedence there over.

2.

VISIT TO SITE OF WORK:The tenderer is advised to visit the site of work with prior permission of GE. Deemed to have made
himself familiar with the working conditions accessibility of site availability of materials and such
other relevant conditions which may affect the execution and completion of the work under this
contract.

3.

OTHER AGENCIES:Contractors attention is invited to the fact that during the currency of this contract work in other
services which are out side the scope of this contract may be entrusted for execution to other
agencies. The contractor shall permit full access and afford all facilities for such other agencies or
departmental workmen if any engaged by Govt. to carry out there part of work in the area. No
extra payment shall however be made for the contractor on this account what sever.

4.

CONTRACTOR REPRESENTATIVES AGENTS SERVANTS AND WORKMEN:Contractor shall employ only Indian Nationals as his representative agents servant 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 associate with the work. If for
reasons for technical collaboration or other consideration employment of any foreign national is
unavoidable the contractor shall furnish full particulars to this effect to the accepting officer at the
time of submission of tender. The GE shall have full power and without giving any reason to the
contractor immediately to ceases to employ in connection with this contract any representative
agents servant workmen or employees whose continued employment is in this opinion undesirable.
The contractor shall not be allowed any compensation on this account.

5.

SECURITY OF CLASSIFIED DOCUMENTS:Contractors special attention is drawn to condition 2A and 3 of General conditions of contract
(IAFW-2249). The contractor shall not communicate any classified information regarding work
either to sub contractors or others without the prior approval of Engr-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 the completion of the work or earlier me termination
of the contract. The along with final bill contractor will attach a receipt from Engr-in-charge in
respect of his having returned the classified documents as per condition of contracts (IAFW-2249).

6.

ACCEPTANC OF TENDER
The tender shall remain open for acceptance for a period of 60 days from the date of specified
for its submission.

7.

SAMPLES OF MATERIALS AND INDIAN STANDARDS:(a)


The contractor is advised to inspect samples of materials maintained in the office of the GE
before submitting his tender. Tenderer shall deemed to have inspected the sample and satisfied
himself whether he has actually inspected them or not.
(b)
Materials provided by the contractor for incorporation in the work shall unless otherwise /
specified in the requirements of the relevant Indian standards (IS) of the year of publication as
specified in MES Schedule. The contractor may however at his own discretion provide for
incorporation in the work such materials complying with the requirements of corresponding
subsequently amended / revised addition of the IS without any adjustment in the contract sum.
(c)
The contractor shall produce samples of materials and get approved by the GE before
commencement / incorporation in work.

8.

PROPRIETORY ARTICLES :(a)


Proprietary articles such as paint water proofing compound sealing compound chemicals for
anti termite treatment floor hardener and the like whenever brought to site shall be inspected by
the Engineer in charge.
Contd../-

CA NO. : GE(AF)JMR/

OF 2015-2016

SERIAL PAGE NO. 59

:: SPECIAL CONDITIONS (CONTD../-) ::


(b)

The quantity brought to site shall be recorded in the measurement book & signed by the
3contractor and the Engineer in charge and ensure that the required quantity has been
brought at site for incorporation in the work.

(c)

Proprietary materials brought at site shall be stored as directed by Engr in charge and
these already recorded in measurement book shall be suitably marked for identification.

(d)

The contractor shall ensure that the materials and brought to site in original sealed
container or packing bearing manufactures markings.

(e)

The contractor shall produce to the GE original receipt vouchers in respect of supplies to
ensure that he has actually brought the required quality and quantity of materials from the
manufacture or from their authorized dealer. These vouchers shall be verified by the Engr
in charge as soon as materials are brought to site by the contractor suitable endorsement
shall be made on the face of the original paid vouchers including the contract number and
their particulars of work against which. Certified true copies of all vouchers shall be carefully
maintained by the Engr in charge.

9.

QUERRIES:Reference condition 14 of IAFW 2249. Quarries are not available in defence land for use by the
contractor.

10.

AVAILABILITY OF LAND FOR STORAGE OF MATERIAL/TEMPORAPY WORKSHOP/OFFICE:Reference condition 24 of IAFW 2249.


Contractor shall be permitted to store his materials including cresting temporary shed stores/
temporary workshop / office at area of land marked on the site plan exact location of the area shall
be shown by the GE. Contractor shall pay licence fee of Rs. 1/- per years of part there of in respect
of each and every separate area of land allotted to him.

11.

AVAILABILITY OF LAND FOR ACCOMMODATION OF LABOUR AND / CANTEEN:Reference condition 24 of IAFW 2249.
No land will be allotted for labour camp and canteen.

12.

FARE WAGES :The Contractor shall have no claim whatsoever if for any reason (other than those mentioned in
condition 63 of IAFW 2249) he is required to pay wages in excess of minimum wages as laid
down by the Govt. of India shown in the schedule of minimum rates of wages as fixed by state
Govt which ever is higher.

13.

ELECTRIC SUPPLY:(a)
In case the contractor desires to buy electricity from MES. He shall be charged for the
electric energy consumed at the following rates:(i)
At Rs. 6.96 Per unit for lighting and
(ii)
At Rs. 6.96 Per unit for power.
(b)

The above rates are excusive of duty / taxes if any levied by the local state Govt. on the
electric energy duties and / or taxes if any levied by the state Govt and/or any electricity
under taking and the like on the electricity charges will be borne by the department.

(c)

Electric supply required for work shall be made available by the MES on the points marked
on site plan. The exact location of the electric points shall be shown by the GE. The main
switch and KWH meter to register the electric energy supplied shall be provided installed by
MES contractor shall provide all necessary connections cable fitting etc from the main switch
in order to ensure a proper and suitable electric supply for the execution of work.

(d)

MES do not guarantee continuity of supply and no compensation whatsoever shall be


allowed if supply becoming intermittent or far break down in system.

(e)

The supply shall be AC 3 phase, 3 wire 400 to 440 vats (within permissible units) 50 cycles
up to 10 KVA at point of supply.
Contd../-

CA NO. : GE(AF)JMR/

OF 2015-2016

SERIAL PAGE NO. 60

:: SPECIAL CONDITIONS (CONTD../-) ::


14.

15.

WATER SUPPLY :(a)


Refer condition 31 of general condition of contract IAFW 2249.
(b)

MES will supply water to contractor at the point (s) marked on the site plan or at near by
existing points. The exact location of the water points shall be shown by the GE contractor
shall arrange for storage and conveyance of water as necessary at his own expenses.

(c)

MES will not be liable for any damage or compensation on account of failure of supply of
water or curtailment in the supply as the case may be arising from any cause whatsoever.

(d)

If the contractor does not desire to take water supply from MES he shall specifically
mentioned so while submitting his tender other wise the contractor shall be deemed to have
agreed to take water supply from MES point.

CONDITION OF WORK :The work lies within restricted area conditions of working in restricted area are as under:(a)
DEFINITION:- Restricted area(s) for the purpose of this contract means the area(s0
declared as such by the unit and show or the other plan enclosed by security force.
(b)

VISIT TO SITE WITHIN THE RESTRICTED AREA :Permission to enter in the restricted area(s) at the time of submission of tenders can be
obtained from the GE. Tenderers are advised to sand prior intimation to the GE about the
particulars of their agents representative etc if any the date and time of their proposed visit
that arrangement may be made by him to secure admission. Whether a tenderer visits to
the site or not shall be deemed to have full knowledge of the restriction on entering into exit
and the working with in the restricted area(s).

(c)

ENTRY AND EXIT:The contractor his representative workmen etc and his materials carts trucks or other
means of transport etc will be allowed to enter through and leave only from such gates and
at such time as the GE or authorities in charge Contractors authorized representatives are
required to be present at the place of personnel in charge of security of the restricted area.

(d)

IDENTITY CARD OR PASSES:(i)


The contractor his agent representatives are required Individually to be in possession
of and Identity card or pass (bearing individual photographs) duly verified by police
department. The identity card or pass (bearing individual photographs) by the security staff
at the time of entry into exit from the restricted area and also at any time or number of
times inside the restricted area will be examined.
(ii) IDENTIFICATION OF WORKMAN
Every workmen shall be in possession of identity card (bearing individual photograph). The
identity card shall be issued after a through investigation of the antecedents of the labour
by the contractor and attested by the officer - in charge in accordance with the standing
orders and regulations of the unit. Contractor shall be responsible for the conduct and action
of his workmen agents or representatives.

(e)

FEMALE LABOURS:If the contractor desires to employ female labour at work to be carried out inside the area of
factory depot park unit etc & a female searcher is not borne on the authorized strength of
the factory depot park unit etc at the time of submission of tender he shall be deemed to
have allow in this tender for pay and allowance etc for a female searcher Class IV servants
calculate for the period female labour is employed by him inside that area if more than one
contractor employed in addition to the authorized strength of the factory depot park unit etc
the salary and allowances paid to the additional female searcher shall be distributed on the
equitable basis between the contractor employing female workers / labours working into
consideration the values and period of their contractors. The GEs decision with regard to
the amount completion of recoverable on this account from any contractor shall be final and
binding.

Contd../-

CA NO. : GE(AF)JMR/

OF 2015-2016

SERIAL PAGE NO. 61

:: SPECIAL CONDITIONS (CONTD../-) ::


(f)

SEARCH:Through search of all persons and transport shall be carried out at each gate and for as
many times as a gate is used for entry or exit and may also be carried out any time or any
umber of time at the work site within the restricted area

(g)

WORKING HOURS:The depot unit or formations controlling restricted areas usually work during six days in the
th
work and remain closed on the 7 days. The working hours available to the contractors
labour and staff are however appreciable reduced because of time taken in security hours.
The correct working hours / working days observed for the restricted area where the work
are to be carried out shall be deemed to have been ascertained by the contractor before
submitting his tender. The tenderers attentions invited to the fact that total number of
working days for a unit /formation are prescribed in regulation and that it can not be
increased by the GE or authorities controlling the restricted area. The definition of working
days given under conditions 1(t) of IAFW 2249 does not apply in case where works are
carried out in restricted area. The working hours will be restricted from 0900 hours to 1700
hours every day.

(h)

WORK ON HOLIDAY:The contractor shall not carry out any work on Gazetted holiday weekly holiday other non
working days except where he is expressly authorized to do so by the GE. The GE may at
his sole discretion declare any day as holiday or non working day with out assigning out
assigning any reasons for such declaration.

(j)

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

(k)

GENERAL:(i)
The contractor his agents representative or workmen etc shall strictly observe the
orders pertaining to fire precaution prevailing within the restricted area.
(ii)
Motor transport vehicles if allowed by the authorities to enter in the restricted area
must be fitted with serviceable fire extinguishers.

16.

17.

ADDITIONAL SECURITY DEPOSIT:Reference condition 68 of IAFW 2249 and add the following new sub Para at the end:(a)

50 (fifty) percent on payment of final bill provided that there is no claims of any nature
what so ever against the contractor in respect of said contract in case there are any claims
outstanding amount due to Government and the balance if any shall be released to the
contractor.

(b)

The balance 50% (fifty) percent shall be adjusted against expiry of maintenance period and
after the contractor senders NO DEMAND CERTIFICATE (IAFW-451).

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

SIGNATURE OF CONTRACTOR

AGE (CONTRACTS)
FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No 62

PARTICULAR SPECIFICATION
1.

GENERAL

1.1

Work under this contract shall be carried out in accordance with Sch A particular specifications,
drawings, general specifications and other provision in MES Standard schedule of rate Pt-I 2009
and Pt-II 201 including amendments/errata as applicable.

1.2

Term General Specifications referred to hereinbefore and as well as referred to in IAFW-2249


(General conditions of contract) shall mean the specifications contained in the MES standard Sch of
Rates.

1.3

General Rules, Specifications, special condition and all preambles in the MES Schedule shall be
deemed to be applicable to the work under this contract unless stated otherwise in these
documents in which case the provisions in these documents shall take precedence over the
aforesaid provision in the MES Schedule.

1.4

The rates quoted by the tenderer shall be deemed to include for any minor details/items of work
and /or construction which are obviously and fairly intended, which may not have been included in
these documents but which are essential for the execution and entire completion of work. The
decision of the Accepting Officer as to whether any MINOR details of work and/or constructions is
obviously and fairly intended to be included in the contract or not shall be final conclusive and
binding.

1.5

Particular specification given here in after are brief and are only to particularize, amend and
emphasize the specification of MES Standard Sch of Rates which are not repeated. In case no
specification exist, specification given in MES Standard schedule of rates be adopted.

2.

SCOPE OF WORK

2.1

The tender (contract when accepted) includes for the full, final and entire completion of all the
work described in schedule A as specified hereinafter and or shown in the drgs forming part of this
tender, General specifications of MES Standard Schedule of Rates and all as directed by Engineerin-Charge.

2.2

The exact location of items of Schedule A shall be shown by the Engineer-in-Charge at site before
commencement of work.

2.3

Probable sources of local materials are given in Appendix `C to Particular specification Part-II.
However, the samples shall be got approved from GE before bulk procurement of the material. The
contractor may bring materials conforming to the specifications from other sources without any
price adjustment. If the contractor proposes to use material from such

3.0
3.1

MATERIAL.
Samples of materials / spare / article required to be provided in the equipments shall be got
approved in writing from GE before incorporation in the work.

3.2

The samples shall be of make of the equipment under repair or superior to it as approved by the
GE.

3.3

All equipments and materials to be supplied by the contractor shall comply with current relevant
Indian Standard Specifications (ISS) and if ISS has not been issued this shall comply with latest
ISS specifications unless otherwise specified in these tender documents.

3.4

Approval of GE for samples shall be in writing. Approved sample as shall be labeled as such signed
by both the contractor and GE and kept in the custody of the GE till the completion of the work.

3.5

The required material for entire work shall be brought to site by the contractor in makers original
packing with seal intact of with makers wrappers on and shall not be installed unless approved by
the Engr-in-Charge.
Contd../

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No 63

PARTICULAR SPECIFICATION (Contd..)


3.6

All repair/replacement to be carried out under this contract shall done conforming to the
manufacturers instructions and shall be executed with modern Engineering norms.

3.7

All proprietary brand articles etc shall be recorded in the MB as NOT TO BE ABSTRACTED and
shall be signed by contractor and Engr-in-Charge.

3.8

The Contractor and the executives will ensure that the materials also incorporated in the work are
identical with the approved samples.

4.0

SCOPE OF WORK.
The tender (Contract when accepted) cater for all the work describe in Sch A as specified here in
after and in General Specification of MES schedule and all as directed by Engineer-in-Charge.

5.0 CONTRACT PERIOD


The contract period will be 90 DAYS from the date of acceptance. Also refer note No 4 on Serial
page No 8 of CA.

6.0

INSURANCE
Insurance charges, if any shall be borne by the contractor himself.

PAID VOUCHERS/TEST CERTIFICATE


The contractor shall produce original with the photo state copies of paid vouchers from the original
Manufacturers or from their authorised agents for all the materials as soon as these are purchased
and brought at site. The contractor shall produce manufacturer's test certificate for the equipments
as soon as the same is brought at site.
7.0

EARTHING:Earthing shall be carried out as described in IS 3041-1966, all as specified in clause 19.137 to
19.145 of SSR part I and electrical plate No 5 MES schedule (Part I).
The contractor shall execute installation of earth plate in the presence of Engineer-in-Charge.
Charcoal dust and salt and return filling shall be done in layers not exceeding 20cm depth, properly
watered and rammed. Surplus spoil shall be removed away to a distance not exceeding 50 meter
and the site left clean and tidy.
No earth pit shall be made within 2 meter of a wall or foundation. Efforts shall be made to locate
them in grass or near flowerbeds or water taps. The distance between two earthing pits shall be at
least 2 meters.
Contd/-

SIGNATURE OF CONTRACTOR

AGE (CONTRACTS)
FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 64

PARTICULAR SPECIFICATION (Contd..)


8.0

PLATE EARTH ELECTRODE:


This shall be of copper of size as indicated. The electrode shall be burried in ground with the faces
vertical and its top most edge not less than 1.5 meter below ground level as shown in plate No 5 of
SSR Part-I and all as specified in clause 19.137.2 of SSR Part I.
Watering arrangement and CI frame with cover shall be provided as given in clause 19.138 of MES
SSR-2009 Part-I respectively.

9.0

CHARCOAL SALT / MAGNISIUM SULPHATE


Earth plate electrode shall be surrounded by Charcoal common salt and magnesium sulphate , for
at least 900 mm height from
the bottom
of earth pit Charcoal and salt shall be laid in
alternate layer of 150 mm thick, all as shown in
Electrical plate No.3. Charcoal and salt shall be
best quality and shall be as per sample kept in the office of the GE. Contractor shall submit the
sample of charcoal and salt for the written approval of GE. Entire Qty of charcoal and salt brought
out by the contractor shall be measured and recorded in MB as NOT TO BE ABSTRACTED before
incorporation in the work.

10.0

PROTECTION OF EARTHING LEAD:The earthing lead from electrode onwards shall be suitably protected from mechanical injury by a
15 mm dia medium grade galvanised iron pipe in case of wire and by 40 mm dia pipe in case of
strip. Portion of this protection pipe within ground shall be burried at least 300 mm deep (to be
increased to 600 mm in case of road crossing and pavement). The portion within the building shall
be recessed in walls and floors to adequate depth.

11.0

TESTING OF EARTHING:After earthing whole instrument, following test shall be carried out:(a)

Insulation resistance test: This shall be carried out as per clause 19.146.1 of MES SSR 2009
Part-I.

(b)
(c)

Testing of earth conduit path: This shall be carried out in conformity to clause 19.146.3 of
MES SSR-2009 Part-I.
Polarity test.

12.0

All test records shall be prepared and kept with the Engineer-in-Charge duly signed by both parties
and a certificate for satisfactory completion of testing as given in these particular specifications
shall be furnished by the Engineer-in-Charge with the final bill of the work.

13.0

GUARANTEE
The contractor shall give a service guarantee for 1 year (from the date of completion of the work
as per the completion certificate issued by the GE) for all repairing work carried out under this
contract. A sum of Rs equal 2.5% cast of work done at the contract rate of Schedule A part I
shall be retained by the Govt. as security for this guarantee period of 1 years and the same shall
be released to contractor after expiry of the guaranteed period. The contractor may at his
discretion furnished fixed deposit receipt for the above amount in lieu of security for guarantee
period mentioned from a scheduled Bank, Pledge in favour of the GE.

SIGNATURE OF CONTRACTOR

AGE (CONTRACTS)
FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 65

PARTICULAR SPECIFICATION (Contd..)


]
TECHNICAL SPECIFICATIONS FOR AUTOMATION AND SCADA SYSTEM OF PUMP HOUSE
PLC 224XPCN SIEMENS BASED CONTROL PANEL TECHNICAL SPECIFICATIONS:

92 x 92 mm

Panel Cut out size

Beze Size

96 x 96 mm

Enclosure

ABS plastic

Installation

Panel mount

Power Supply AC input 110V- 240V, 50Hz


Processor
o
o

Step7 microwin 32-bit version4.7 fast microprocessor


106 Kbytes internal
16384 Bytes of flash memory,
SRAM
12288 bytes internal EEPROM

Storage Memory

10240Bytes Flash memory

Analog Inputs

2 Analog Inputs

Analog Input Range

0-5 VDC, 4-20 mA

Digital Inputs

14 i/p 10 o/p

Expansion modules

7 module

Operational Voltage

24 VDC internal

Digital Outputs

2 optically isolated DO

Operational Voltage

24 VDC internal

Pulse output(DC)

2 at 100Khz

Real time clock

Built in
o

Boolean execution speed

0.22 microsecond/instruction

GSM/GPRS
Quad band 850/900/1800/1900 Mhz
Characteristic
o GPRS multi-slot class 10 (default)/ 8 (optional)
o GPRS max downlink speed is 95.6 kbps.
o GPRS max uplink speed is 44.8 kbps.
o External antenna required
Software
Remote Monitoring and Control Using step7 microwin SCADA Software
Communication Ports One isolated RS232 to RS485
Power parameters monitored Voltage / Current / PF / KWH / KW / KVA
Suitable for Multi Parameter Monitoring and Control street light (i.e Diming, Energy date
monitoring)

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 66

PARTICULAR SPECIFICATION (Contd..)

Features of SCADA
Wireless Technology

SCADA utilizes the latest developments in wireless technology and employs RF/GSM
technology to program, monitor and control geographically distributed remote panels.
Simple and Easy Remote Monitoring: Panels are equipped with controllers that contain
communication and energy monitoring modules that provide regular panel status updates to
the Master Control Station (MCS).
Autol and manual Control: The control system provides Auto and Manual control modes for
controlling the panels that can be remotely programmed from software. Panels can be
remotely controlled based on a user configurable ON and OFF schedule that can be
programmed on daily basis or can be controlled locally based on time that accurately
calculates and monitoring throughout the year.
Fault Monitoring
Extensive fault monitoring is provided based on intelligent correlation of data to report panel
burn hours, critical circuit error. All faults are send to the MCS that generates alarms for
visualization and fault rectification.

Timely Water Supply:


PLC will be programmed to run the pumps at accurate time and give better performance.
However, it results timely water supply to the users.
Flexible for Expansion:
The system can easily be expanded to include new locations and panels.
Report Generation
The Master Control Station generates various detailed real-time reports. It also helps to
maintain history of events.

Communication system
Communication GSM / GPRS mode of communication.

Detail of SCADA Software

A very powerful and intuitive software provides the interface between the users and the
automation panels. User can install this on a single server and securely access it with proper
authorization. It offers highly secure access, an easy to understand graphical interface using
geographical slides and datas , comprehensive Alarm and Report management and easy
integration with other systems. These features are detailed in the next section.

SCADA Software Features

Security for Users and Groups


Secure and Controlled access to SCADA through authentication.
Restrict functionality privileges through User categorization as Admin or Normal User types.
Allow only Super Admin user to Add and configure Groups, with password protection.
Configure user accounts by assigning a User ID and Password.
Simplify user management through group definition and allocation of users to groups.
Configuration for PLC based automation panels for Water supply automation.
Provision to define Analog and Digital Channels for PLCs.
Enables user to specify lower (Low voltage, Low ampere, Low freequency and Low power
factor Limit) and Higher (High Voltage, High Amps and High temprature) range of values for
Power Parameters.
Define the Alarm Priority (Normal, Low, Critical), Alarm Inhibits (No/Yes) and Trend Page on
which the Trends (Graphical display of data) for respective Power Parameters will be
displayed.
Fetch the Power Parameters and accordingly display the Alarm Type (L, LL, H, HH) and
Priority (Normal, Low, Critical).
Provision to display the High and Low Ranges for the Power Parameters in different colors
through Trends.

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 67

PARTICULAR SPECIFICATION (Contd..)

Slides in Scada Software

SCADA offers highly graphical representation of the actual process using Various slides. It is
possible to control the panels on a map of that region and be able to display real time values of the
Panel parameters on that map. SCADA offers hierarchical display of slides wherein at the highest
level you see a complete map of the entire region. On that map, you can see each site as an icon.
If there is any issue within any zone, the corresponding icon will be displayed with a distinct color.
The screen below shows one such display.
Once user clicks on any icon related to a particular site, the second screen can show the details of
all parameter within that zone. The following screen represents one such sample screen.

Trends
Display historical/live analog data in the form of Trends.
Provision to view Analog Data between the selected date and time for multiple Analog Channels.
Provision to configure the Start Date, Time and Limits (High-Low, High-High, Out-High and Normal)
within which the Data is to be graphically represented.
Allows user to simultaneously view two different Analog Channel Trends by selecting Multi Axes
option.
Alarms and Events

SCADA offers a comprehensive Alarm and Event management. As covered in the previous sections,
alarm limits are downloaded to the controller and controller is also able to flag alarms and events.
In case the controller has analog inputs, it offers 5 levels of alarms such as High, High-High, Low,
Low-Low and Normal. For Digital or Status inputs, it offers standard ON/OFF or Normal/Abnormal
alarm types. System also Maintain the severity of alarms. Alarm Severity is indicated through
color-coded representations of these alarms.
All Alarms are displayed on a dedicated Alarm page. Once alarm is displayed, an operator can
acknowledge the same. This status is also maintained in the system.
All Alarms and Events can be printed as a report.

Reports
One of the most important aspects of any SCADA System is generation of meaningful reports that
summarize the huge amount of data acquired by the system. The report generation is a flexible
facility allowing different levels of user-defined reports suitable for an Operator, Supervisor,
Engineer and Management. Operator level reports are very detailed that allow timely decisionmaking while management level reports are a summary of all information and hence are concise,
compared to operator reports.
The report generation module consists of the following:
The report can be triggered based on time, event or user demand.
It can generate shift reports, daily reports, monthly reports, yearly reports from the historical
database.
It can print reports on demand, scheduled or automatically triggered by an event or time of day.
Facility is available for scheduling of reports automatically at the end of hour, shift or day. It is also
possible to schedule reports multiple times within a day.
Peak demand: based on the data already collected within the system the following form of tabular
display of the historical data is provided.
Peak demand for individual stations
It is also possible to graph out the above information on screen and as well as on the printer in
different colors to allow proper differentiability.
Sample Standard Reports

Demand log report


This report prints the status of all parameters at the time of request.
Alarm summary report
This report gives a list of all the channels that are in alarm or have returned back to normal but are
not yet acknowledged. The date and time at which the channel went into alarm is also shown.
Moreover, for normal channels the time when that channel returned to normal is also shown.

Log book

This log book report is quite similar to the demand log, the only difference being that parameters
belonging to a specified group or groups are only printed.

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 68

PARTICULAR SPECIFICATION (Contd..)

Deviation log

In any system, it is of prime importance to the user to know how his process variables have
fluctuated during the day. This report should provide exactly that information. For each process
variable, report of its maximum value along with its time of occurrence, minimum value along with
its time of occurrence and running average value of the parameter should be printed.

Event list

This report prints a list of events that match the following inputs.
Start date: This defines the start date from which events should be searched.
Start time: This defines the start time from which events should be searched.
End date: This defines the date till which events have to be searched.
End time: This defines the time till which events have to be searched.
Events: User can select the parameters to be reported.

NOTES :-

1. Sources of material shall be as above, or in the vicinity thereof. The tenderer shall
ascertain the actual position/ exact location of source before submitting his tender and no
additional payment shall be made on account of misunderstanding of its distance from site
of works. Contractor may bring material conforming to contract specifications from other
sources without any price adjustment after obtaining written approval of GE.
2.The tenderer shall amongst other things also ascertain all information such as royalties,
taxes duties and other charges etc, on the materials and no additional payment shall be
made on account of the foregoing.
3.However, if due to any ban imposed by the State Govt authority on obtaining the
materials from the sources specified above and or specified material is not available at the
sources mentioned above these materials conforming to specification as given in particular
specification will be procured from any other place/source after getting the same approved
from GE in writing and without any extra cost to Govt.

SIGNATURE OF CONTRACTOR

AGE (CONTRACTS)
FOR ACCEPTING OFFICER

CA NO: GE (AF) JMR/

OF 2015-2016

Serial Page No. 69

PARTICULAR SPECIFICATION (Contd.)

APPENDIX A
MAKES/MANUFACTURERS OF EQUIPMETNS MATERIALS
Ser
Item
No
ELECTRICAL ITEMS/SOFTWARE

Make/Manufactures

(a)

LT cables (XLPE/PVC)

CABLE CORPORATION OF INDIA, NICCO, HAVELLS FORT


GLOSTER, ASIAN CABLES (RPG), PLAZA, FINOLEX.

(b)

HT Voltage Stabilizer

KIRLOSKAR ELECTRIC CO, CROMPTON GREAVES,


BRENTFORD, ALPAB

(c)

HT Insulators

BENGAL POTTERIES, MODERN INSULATORS, JAIPURIA


BROTHERS,
MYSORE
INSULATORS,
JAYSHREE
INSULATORS.

(d)

PLC BASED SCADA


SOFTWARE

SIEMENS/ABB/L&t

(e)

LIVE IP INTERNET CONNECTION

NOT REQUIRED

(f)

GSM SIM CARD

BSNL/AIRTEL/IDEA/EQUIVALENT

(g)

AUTOMATION FEEDER PANEL

SIEMENS/ABB/L&T

(h)

POWER SUPPLY 24VDC

(i)

Communication Modem

(j)

Relays

SIEMENS/MINILEC/L&T
SIEMENS/MI
NILEC/L&T

PLA/MINILEC/ABB

(k) ENERGY METER WITH RS485 PORT CONZERV/SCHEINDER/L&T


(l)

(m)

Isolation transformers

Alaram Facia

GUJARAT
TRANSFORMERS, INTEG ELECTRONICS,
RAJASTHAN TRANSFORMER, AEI-MUMBAI, VOLTAMPVADODARA,SAFETEK

Minilec

fuzi

L&T

(n) PLC

Siemens/ABB/L&T

(o)

L&T/HAVELLS/SIEMENS

Power contactor

(q)

Thimbles/Studs/Lugs

DOWELLS, AXIS, INDIANA, JAIPURIA OR EQUIVALENT

(r)

Capacitor Banks (LT)

ALSTOM, EPCOS, DUCATI, L&T, CROMPTON GREAVES,


SAHA-SPRAGUE OR EQUIVALENT

SIGNATURE OF CONTRACTOR

AGE (CONTRACTS)
FOR ACCEPTING OFFICER

You might also like