0% found this document useful (0 votes)
67 views57 pages

Age (I) HG CHD T-23 2024-25 Chandighar

Uploaded by

Sanjay Sharma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
67 views57 pages

Age (I) HG CHD T-23 2024-25 Chandighar

Uploaded by

Sanjay Sharma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

CA NO : AGE(I)/HG CHD/T-23/2024-25 Serial Page No.

MILITARY ENGINEER SERVICES

NAME OF WORK: REPAIR TO ELECTRICAL FITTINGS, BUILDINGS, SECURITY LIGHTS, GEYSERS, SOLAR
HEATER ETC AT AIR FORCE STATION HIGHGROUND UNDER AGE (I) HIGHGROUND
CHANDIGARH

INDEX

Sl Description Pages
No.

1 Contents (Index) 01

2 Forwarding letter and instructions for completion of tender documents 02 to 05

3 Notice of tender IAFW-2162 (Revised 1960) including Appendix `A’ to 06 to 11


Notice Inviting tender

4 Item rate tender and contract for works required IAFW-1779A (Revised 12 to 34
1955) including Schedule ‘A’, ‘B’, ‘C’ & ‘D’

5 General conditions of contract IAFW-2249 (1989 Print) together with 35 to 81


amendments and errata thereto.

6 Schedule of Minimum fair wages 82 to 91

7. Special conditions 92 to 102

8. Particular specificationsincluding Appendix ‘A’ & ‘B’ 103 to 126

9. Errata/ amendments to tender documents

10. Relevant correspondence

11. Acceptance letter

Total No of Pages -----------------------

Drawings: NIL SHEETS

AGE (I) Highground


Signature of Contractor Accepting Officer
Dated:

Contd...
CA NO : AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 2

Military Engineer Services


AGE (I) Highground
Chandigarh-160004

8100/T-23/03/E8 20 Dec2024
Shri/ M/s_________________

________________________

________________________

REPAIR TO ELECTRICAL FITTINGS, BUILDINGS, SECURITY LIGHTS, GEYSERS, SOLAR HEATER ETC AT AIR
FORCE STATION HIGHGROUND UNDER AGE (I) HIGHGROUND CHANDIGARH

Dear Sir(s),

1. Tender documents for the above work are uploaded in www.defproc.gov.in.The tender is based on
single stage two cover e-tendering system. The contents of Cover-I & Cover-II are specified in NOTICE OF
TENDER.
2. Bids will be received online by Accepting Officer upto the date and time mentioned in NOTICE OF
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.
3. Bid will be opened online on due date fixed for opening as per critical dates given in the portal.
Cover-I will be opened first. Tenderers may see the result of the opening of Cover-I the tender portal. Date
of opening of Cover-II shall be decided after technical evaluation of Cover-I keeping in view the various
eligibility criteria given in NIT and the same will be intimated to the tenderers while uploading the technical
evaluation on the tender portal.
4. Your attention is also drawn to the instructions for filling and submission of tender attached
herewith. You may forward your points on tender documents through e-mail and/ or depute your technical
representative for discussion on tender/ drawings and to clarify doubts, if any, before the bid submission
starts. You are requested not to write piece meal points and forward your points duly consolidated in one
go. You may also attend pre bid meeting on the date given in the tender documents.
5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of documents required
as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix ‘A’ to NIT
alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on procurement portal mentioned above and
submit the physical documents in the office of ASSISTANT GARRISON ENGINEER (I) HIGHGROUNDwithin
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. 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 ASSISTANT GARRISON ENGINEER (I) HIGHGROUND before date & time fixed for
this purpose.
7. The contractor must ensure that the tender/ bid is uploaded on the tender portal using authorized
DSC 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.

Contd...
CA NO : AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 3

8. Keeping in view delay due to system failure or other communication related failure, it is suggested
that the tender/ bid may be uploaded sufficiently in advance of the last due date and time fixed on portal.
9. General Conditions of ContractsIAFW-2249 (1989 print) and errata &amendments thereto,Schedule
of Minimum Fair Wages and MES SSR (Part-I & Part-II) are not enclosed with these documents. These are
available for perusal in this office. Tenderer is also requested to keep the copy of these documents with him
as the same are available in the market.
10. PERFORMANCE SECURITY DEPOSIT
After acceptance of the Tender, the contractor will be required to lodge with the Accepting Officer
PERFORMANCE SECURITY DEPOSIT @ 5% of contract amount. The amount is required to be lodged within 28
(Twentyeight) days of the receipt by the contractor of notification of acceptance of tender/ bid, failing which
action as stipulated in Condition 19 of GCC shall be taken. Also refer para 7 of instructions to tenderers.
11. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITIONS, SPECIFIOCATIONS
LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION, WHATSOEVER IS LIABLE TO BE
REJECTED.

Yours’ faithfully,

Encls: - Tender documents


AGE (I) Highground
Accepting Officer

(Signature of Contractor)
Date:

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 4

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER


1. EARNEST MONEY
1.1 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 details in Notice of Tender in any one of the
following forms along with their tender:-
(a) Deposit at Call Receipt from a Scheduled Bank in favour of AGE (I) HIGHGROUND
(b) Receipted Treasury challan, the amount being credited to the Revenue Deposit of AGE (I)
HIGHGROUND.
It is advisable that Earnest Money is deposited in the form of deposit call receipt from an approved
Schedule Bank for easy refund. In case the tenderer/ bidder wants to lodge ‘Earnest Money Deposit’
in any other form allowed by MES, a confirmation about its acceptability will be obtained from the
Accepting Officer well in advance of the bid submission end date and time. Earnest Money Deposit
shall be submitted in the name of AGE (I) Highground.
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 bid disqualified
for opening of Cover -II (finance bid). Also refer para 8 here-in-after.
2. GENERAL INSTRUCTIONS FOR COMPLIANCE
2.1 The bids received only in the electronic form will be considered. All bids shall be submitted on
defproc.gov.in portal. Documents should be scanned and forwarded in 'pdf' format and 'xls' form as
indicated. Bids shall be uploaded on ‘defproc.gov.in’ portal on or before the bid closing date
mentioned in the tender. No tender/ bid in any other electronic or physical form like date email/ fax/
by hand/ through post will be considered.
2.2 The bid shall be DIGITALLY signed using authorised DSC. All pages of tender documents, drawings,
corrections/ alterations shall be signed/ initialled by the lowest bidder after acceptance of tender for
making original and CTC of the contract.
2.3 Digital signatory of the bid/ tender shall ensure that he is competent to bind the contractor (through
partnership deed, general power of attorney or Memorandum and Article of Association of the
Company) in all the matters pertaining to the contract with Union of India including arbitration
clause. A scanned copy of the documents in confirmation of such authority shall be attached with the
tender/ bid in 'pdf' form in Cover 1. 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.
2.4 Drawings, if issued in physical form, must be returned duly initialled by the tenderer/ bidder in
separate envelope indicating his name and address.
2.5 The tender shall be signed, dated and witnessed at all places provided for in the documents after
acceptance. All corrections shall be initialled. The Contractor shall initial every page of tender and
shall sign all drawings forming part of the tender. Any tender/ bid, which proposes alterations to any
of the conditions whatsoever, is liable to be rejected.
3. BOQ
3.1 The tenderer shall quote his rates on the BOQ EXCEL FILE only as per guide line of e-procure web
portal. No alteration to the format will be accepted and such bid will be disqualified.
3.2 In case any tenderer wishes to revise/ modify the rates quoted in the BOQ file, he can do so only in
the BOQ files before uploading the tender through https://defproc.gov.in site only before closing
date & time.
3.3 After the uploading of tender, Department may upload the errata/ amendment through
corrigendum. The tenderer/ bidder should submit their offer considering the errata/ amendment
carried out through corrigendum issued from time to time.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-2025 Serial Page No. 5
INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER

3.4 While uploading the bid, the tenderers/ bidders should specifically check whether any revised BOQ
has been uploaded by department through corrigendum prior to Bid submission start date.
Tenderers/ bidders attention is specifically drawn to the fact that they should submit their offer on
revised BOQ only. In case any tenderer/ bidder submits offer on pre-revised BOQ in lieu of Revised
BOQ, it will be considered as a wilful negligence by the tenderer/ bidder and quotation shall be
considered non-bonafide.
4 Tenders/ bidders who uploaded their priced tenders/ bids and are desirous of being present at the
time of opening of the tenders/bids, may do so at the appointed time.
5. Hard copies of all above documents shall be sent by the contractor to the Tender issuing authority
well in advance to be received before the date & time fixed for the same.
6. The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention
is also drawn to relevant provisions in Special Condition referred here-in-after and also Conditions 24
& 25 of IAFW-2249 (General Conditions of Contract).
7. PERFORMANCE SECURITY DEPOSIT
After acceptance of the Tender, the contractor will be required to lodge with the Accepting Officer
PERFORMANCE SECURITY DEPOSIT @ 5% of contract amount. The amount is required to be lodged
within 28 (Twentyeight) days of the receipt by the contractor of notification of acceptance of
tender/ bid, failing which action as stipulated in Condition 19 of GCC shall be taken.
8. EARNEST MONEY DEPOSIT (EMD) EXEMPTION
8.1 All bidders shall be exempted from submission of EMD in all tenders except those barred from such
exemption on account in-eligibility as detailed in para 8.2 subject to the following declaration:-
BID SECURING DECLARATION TO BE UPLOADED BY TENDERER IN COVER-I
‘I/ We _______________________ (Name of contractor) hereby understand and accept that if I/ We
withdraw or modify our bids during the period of validity, or if I/ We are awarded the contracts and
on being called upon to submit the Performance Security/ Security Deposit, fail to submit the
Performance Security/ Security Deposit before the deadline defined in bid documents/ Notice
Inviting Tender, I/ We shall be debarred from exemption of submitting Bid Security/ Earnest Money
Deposit for a period of 6 (six) months from the date I/ We are declared disqualified from exemption
from Earnest Money Deposit/ Security Deposit for all tenders issued by MES during this period.’
8.2 Bidders who withdraw or modify their bids during the period of validity of tender or fail to submit
the Performance Security/ Security Deposit before the deadline defined in the request for bid
documents/ Notice Inviting Tender shall be debarred from exemption of submitting Bid Security/
Earnest Money deposit for a period of six months from the date of declaration of disqualification for
exemption. A Bid Securing Declaration to that effect as given below shall be submitted by the
tenderers in Cover-I (Fee/ Pre-Qualification/ Technical) for Technical Evaluation. Wherever
forfeiture of Earnest Money Deposit is mentioned in the Tender Documents, the same shall be
deemed to amended to debarment of EMD exemption for those contractors availing exemption of
EMD.
9. These instructions shall form part of the tender documents.

AGE (I) Highground


Signature of Contractor Accepting Officer

Contd....
CA NO :AGE(I)/HG CHD/T-23/2024-2025 Serial Page No. 6
MILITARY ENGINEER SERVICES
NOTICE INVITING TENDER
1. A tender is invited for the work as mentioned in Appendix 'A' to this NOTICE INVITING TENDER (NIT).
2. The work is estimated to cost as indicated in aforesaid Appendix 'A'. This 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. The tender shall be based on as mentioned in aforesaid Appendix ‘A’.
3. The work is to be completed within the period as indicated in 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 Assistant Garrison Engineer (I) HIGHGROUND-160004 will be the Accepting Officer hereinafter
referred to as such for the 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 Cover1. 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
eprocuremes.gov.in/eprocure.gov.in site 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 AGE (I) HIGHGROUNDby a Scheduled Bank or in received
treasury Challan the amount being credited to the revenue deposit of AGE (I) HIGHGROUND. AGE (I) will
return the Earnest Money, wherever applicable, to all unsuccessful tenderers/ bidders by endorsing an
authority on the deposit at call receipt for it’s refund.
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 AGE (I) HIGHGROUND during working hours. The bidder is advised to visit the
site of work by making prior appointment with AGE (I) HIGHGROUND, who is the Executing Agency of the

Contd....
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 7

work. 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) 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 under the Government Policy. No claim for any compensation or
otherwise shall be admissible for such tenderer/ bidder whose tender/ bid is rejected.
17. Court of the place from where tender has been issued shall alone have jurisdiction to decide any
dispute out of or in respect of this tender. After acceptance of tender, Condition 72- Jurisdiction of Courts of
IAFW-2249 shall be applicable.
18. This Notice Inviting Tender (NIT) including Appendix ‘A’ shall form part of the contract.

AGE (I) Highground


Signature of Contractor Accepting Officer
Date:

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-2025 Serial Page No. 8
MILITARY ENGINEER SERVICES
APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)
1. Name of Work REPAIR TO ELECTRICAL FITTINGS, BUILDINGS, SECURITY LIGHTS,
GEYSERS, SOLAR HEATER ETC AT AIR FORCE STATION HIGHGROUND
UNDER AGE (I) HIGHGROUND CHANDIGARH
2. Estimated Cost Rs. 8.00 lakh(At par market)
3. Period of completion 180 days
4. Cost of tender documents Rs.500/- in the shape of DD/Bankers cheque from any Schedule Bank in
favour of ‘AGE (I) HIGHGROUND’ payable at CHANDIGARH.
5. Website/ Portal address www.defproc.gov.in

6. Type of contract The tender shall be based on item rates and specifications, IAFW-1779A &
IAFW-2249 and Schedule ‘A’ (List of items of works) to be priced by the
contractor.
7. Time line details:
(a) Bid submission start date
(b) Bid submission end date Please refer for critical dates on the website.
(c) Date of Bid opening
8. Eligibility Criteria
(a) For MES enlisted contractors Contractor shall be enlisted with MES in Class ‘E’ and above and Category
b(i)subject to satisfactory remarks w.r.t. performance in respect of works
in hand as reflected in Work Load Return (WLR) or any other report
circulated by competent engineer authority.
(b) For contractors not enlisted (i) Contractor not enlisted with MES should meet the enlistment criteria
with MES of ‘E’ Class and b (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 on Contracts 2020 as 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.
(iii) Not suspended/ debarred/ blacklisted (either permanently or
temporarily) from participating in any bid or for business dealing by any
Central/ State Government Department or any Central/ State
Government PSU or any Autonomous body under Central/ State
Government or any local body as on the bid submission end date.
9. Tender issuing and Accepting AGE (I), Highground
Officer Telephone: 01762-294550
Email Id: ageihgchd-mes@gov.in
10. Executing Agency AGE (I), Highground
11. Earnest Money Rs.16,000/- in favour of ‘AGE (I) Highground’ payable at Chandigarh

Contd....
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 9

NOTES:
1. In case after opening of cover 1, 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 less than 7 (Seven),
applications in respect of contractors one class below the eligible class shall also be considered subject to
fulfillment of other eligibility criteria given in NIT. Therefore, MES contractor one class below may also bid
for this tender. However, contractor of one class below the eligible class shall not be considered in case
their present residual work in hand is more than FIVE TIME their present tendering limit. However, in case
such contractors fulfill the criteria of upgradation to the stipulated class based on past experience of
complete works (individual work experience and/ or average turnover, as applicable) and financial
soundness (solvency/ financial soundness and working capital), the ceiling of present residue work will not
apply and they will be considered for issue of tender. Such bidders shall also upload in their cover 1 bid
details related to residue work in hand like details of works in hand showing name of work, Name of
Accepting officers, Contract amounts, date of commencement and completion (stipulated) and progress
as on bid submission date. Such contractors, if claim to fulfill 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 1, 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 up-gradation 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-1.

3. Un-enlisted 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-1 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) Copy of Registration certificate (Provident Fund Code Number) of his firm with EPF org
(e) GST registration number certificate
(f) Any other document required as described in this Appendix.

5. Contractors not enlisted with MES will be required to upload following documents in Cover-1 for checking
eligibility:-
(a) Application for tender on Firm's letterhead.
(b) Scanned copy of DD/ banker’s 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
annexure to this NIT.
(e) Details of works being executed in MES, if any.
(f) Any other document required as described in this Appendix.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 10

6. Tenders not accompanied by scanned copies of requisite DD/ Bankers Cheque towards cost of tender and
earnest money (as applicable) in cover-1 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) instrument
(as applicable) reach the office of Accepting Officer within 05 days of bid submission end date failing
which the following action shall be taken:-
(a) In case of tender from enlisted contractors of MES, where scanned copies of requisite DD/
Bankers Cheque towards cost of tender has been uploaded in cover-1 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 be considered as willful negligence of the
tenderer with ulterior motives and such bidder shall be banned from bidding for a period of six
months commencing from the date of opening of finance bid (Cover-2).
(b) In case of tender from un-enlisted contractor, where scanned copies of requisite DD/
Bankers Cheque towards cost of tender has been uploaded but physical copies are not received
within the stipulated period, their financial bids will not be opened. Name of such contractor(s)
alongwith 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 un-enlisted contractors where scanned copies of
instrument for Earnest money deposit (as applicable) have been uploaded in Cover-1 but the same
are not received in physical form within stipulated period, such tenders shall not qualify for opening
of financial bid (Cover-2).
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-1 and during its technical evaluation, in case any deficiency is noticed in the
documents required to be uploaded by the tenders as per NIT, a communication in the form of E-mail/
Whatsapp/ SMS/ Speed Post etc., shall be sent to the contractor to rectify the deficiency within a period of
7 days from date of communication failing which financial bid (Cover-2) shall not be opened and
contractor 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 firm given in this
Appendix. Tenderer/ bidder will be informed regarding non validation of his technical bid assigning
reasons thereof through tender evaluation report which shall be uploaded on website. Such tenderer, if
desires, may appeal to the next higher Engineer authority (NHEA) viz. HQ Commander Works Engineers
(AF) CHANDIGARH on E-mail: chdengrs@gmail.comwith copy to the Accepting Officer on email:
ageihgchd-mes@gov.inbefore the scheduled date of opening of Cover-2. 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 un-enlisted 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
Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 11

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 un-enlisted tenderer, Earnest Money deposited by
him shall be forfeited. In case of MES enlisted tenderer having deposited Standing Security Bond, an
amount equal to 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 further works shall remain
suspended till the aforesaid amount is deposited in the Government Treasury. No other disciplinary/
administrative action shall be taken against such tenderer. In such a situation, the next lowest offer shall
not be considered for acceptance. Instead, retendering shall be resorted to in a transparent 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 be 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.

No : 8100/T-23/02/E8 AGE (I) Highground


Date: 20 Dec2024 Accepting Officer

Signature of Contractor

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 12

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

TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACT


IAFW-2249 (1989 PRINT)

MILITARY ENGINEER SERVICES

Telephone: 01762-294550 Military Engineer Services


AGE (I) Highground
Chandigarh-160004

8100/T-23/03/E8 20 Dec2024

TENDER AND ITEM RATE CONTRACT FOR WORKS BY MEASUREMENT IN THEEXECUTION OF REPAIR TO
ELECTRICAL FITTINGS, BUILDINGS, SECURITY LIGHTS, GEYSERS, SOLAR HEATER ETC AT AIR FORCE STATION
HIGHGROUND UNDER AGE (I) HIGHGROUND CHANDIGARH

1. e-tender shall be submitted in electronic form duly digitally signed by the authorized signatory of
the tenderer up to bid submission end date and time and the requisite documents as mentioned in the
tender shall be physically delivered at the Office of the Assistant Garrison Engineer (I) Highground- 160 004
by bid opening date and addressed to Assistant Garrison Engineer (I) Highground- 160 004 and marked on
the outside “CONTRACT NO: AGE(I)/HG CHD/T-23/2024-25:REPAIR TO ELECTRICAL FITTINGS, BUILDINGS,
SECURITY LIGHTS, GEYSERS, SOLAR HEATER ETC AT AIR FORCE STATION HIGHGROUND UNDER AGE (I)
HIGHGROUND CHANDIGARH.”

2. Any correspondence concerning this tender should be addressed as indicated at the top of this
sheet quoting the reference to the tender id mentioned in the eprocuremes.gov.in portal.

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

Signature of the Officer issuing the documents:


Appointment: Assistant Garrison Engineer (I)
Accepting Officer

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 13

In lieu of IAFW-1779A (Revised 1955)


SCHEDULE `A’

LIST OF ITEMS OF WORKS


NAME OF WORK: REPAIR TO ELECTRICAL FITTINGS, BUILDINGS, SECURITY LIGHTS, GEYSERS, SOLAR
HEATER ETC AT AIR FORCE STATION HIGHGROUND UNDER AGE (I) HIGHGROUND
CHANDIGARH
NOTES:-
1. The scope of work covered under this contract are given in Schedule ‘A’/ (BOQ) in a separate Excel
sheet.
2. Description of items given in BOQ is brief. This is deemed to be amplified and read in conjunction
with Special Conditions, Particular Specifications, specification for materials and workmanship and
conditions in relevant trade section of MES standard Schedule of rates (Part-I) 2009 for
specifications and (Part-II) of 2020 for rates and manufacturer’s instructions as applicable.
3. The quantities shown in Col D (4) of the BOQ are approximate and are inserted as guide line only.
These shall however not be varied beyond the limits laid down in condition 7 of IAFW-2249 (General
Conditions of contracts).
4. Tenderers are required to insert unit rates in figures under Col M (13) of the BOQ against each item
of schedule `A’.
5. The rate quoted for each items under Col M (13) of Schedule ‘A’/ (BOQ) shall include for all
necessary works required for the entire completion all as specified and shown on drawings.
6. Total amount under column 54 at the end of BOQ is not firm but will be treated as the ”Contract
Sum” referred to in IAFW-2249. The contract sum shall be worked out after deducting the amount
of schedule of credit from the Total amount of BOQ.
7. The entire works covered under Schedule ‘A’/ (BOQ) shall be completed within 180 days from the
date of handing over of site as mentioned in the work order No.1
8. The unit rate quoted by the tenderer under Col M (13) of Sch `A’ (BOQ) shall be deemed to Include
for Materials and Labour (or) Supply and Fix complete unless specifically stated otherwise in these
tender documents.
9. The under mentioned remarks shall be deemed to have been inserted in respective columns of
Schedule `A’ (BOQ) against each item:-
a) Under Column BD (56) - Refer list of drawings.
b) Under Column BE (57) (Period of completion - Refer Note No.5 of the Schedule `A’of
individual items from date of handing over site)
c) Under Column BF (58) (Remarks) - Refer Notes of Schedule `A’.
10. Unit rate quoted by the tenderers against various items of Schedule `A’ shall inter-alia, be deemed
to include minor details of construction which are obviously and fairly intended but which may not
have been specifically stated in tender documents but are essential for execution and completion of
work. In case of any difference of opinion between the contractor and the AGE (I) as to whether or
not any items of work constitutes “minor construction details” which is deemed to have been
included in the contractor’s quoted prices, the decision of the Accepting Officer shall be final,
conclusive and binding.
11. The term ‘as directed’ wherever used in the tender documents shall refer to the directions as given
by AGE(I)/ concerned JE.
Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 14

SCHEDULE `A’
NOTES (Contd…)
12. Contractor’s attention is invited to ensure that any defects caused during course of carrying out
repair/ replacement/ rectifications to existing works shall be made good at his risk. Any temporary
works required for carrying out repair/ replacement/ re-alignment/diversion works shall deemed to
include in quoted rates. Nothing extra is admissible in this regards.
13. The rate quoted shall be deemed to include all taxes, duties and levies as per law of the land.
14. It is an expressed condition of this contract that the rates quoted in this tender for various Items of
work shall be deemed to include for the full and entire execution and completion of the items of
work in accordance with the provisions of this contract. The Govt. will not entertain any claim
whatsoever on account of in accuracies/misunderstanding, if any, on the aforesaid rates.
15. If specifications for any fitting/ fixtures are not given anywhere in tender documents, the same shall
be provided conforming to IS or latest standard make and specifications as approved by AGE (I).
16. Contractor shall visit the site before quoting the tender and ascertain the facts regarding the factors
affecting the execution of the work such as availability of materials, disposal of earth, accessibility to
the site, availability of labour and other issues related to labour etc. the rates/amounts quoted by
the contractor are deemed to be include considering all these factor including relevant statutory
instructions as applicable.
17. NOT QUOTED (NQ) RATES
17.1 If Contractor does not quote his rate against any item or ‘NQ’ appears in rate/amount column, then
it shall be deemed that rate quoted is Rupees Zero i.e. the contractor intends to execute the
particular item at no cost basis (free of cost) to the Govt. Items and their quantities for which no
rates or prices have been quoted shall be deemed to have been covered by the rates and prices
quoted for the other items of bills of quantities. 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.
18. In case settlement of rate of any item under condition 62(G) of IAFW-2249 is necessitated, the
following procedure shall be followed:-
(a) In case of deviation, mode of pricing shall be decided by the Accepting Officer in terms of
condition 62 of IAFW-2249.
(b) In the event of deviation order involving fixation of Special (Star) rate, estimated draft star
rate shall be prepared within 30 days and notified to the contractor. However, this estimated star
rate shall be based on rough cost and final star rate shall be fixed based on actual cost on receipt of
supporting documents from the contractor such as vouchers/ literature of product/ test certificate
etc. (as applicable) on completion of work involving star rate. Any objection to the method of fixing
star rate will be dealt as per condition 7 of IAFW-2249.
(c) Draft star rate shall be made based on market enquiry through telephonic enquiry/
quotations/ email/ rate lists/ internet based sources, material &labour constants available in various
civil engineering books and records available in respect of star rates approved in past for similar
items of works etc. Contractor may also assist in preparation of star rates.
(d) Star rate thus prepared shall be purely draft rate and shall not be used for claiming final
payment during execution of work. However, part payment to the tune of 80% draft star rate shall
be allowed during execution to avoid any financial hardship to the contractor.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 15

SCHEDULE `A’
NOTES (Contd…)
(e) After completion of item of work involving star rate, contractor shall submit the vouchers/ literature
of product/ test certificates (as applicable; decision of AGE (I) being final in case of any
disagreement) for finalization of star rate. The star rate shall be technically checked by DCWE (C)/
Director (C) depending upon the financial effect and approved by competent authority within one
month from submission of the relevant documents by the contractor as mentioned above.
(f) The star rate as approved by competent authority after technical check by DCWE (C)/
Director (C) depending upon financial effect shall be referred to as ‘the rate decided by AGE (I)’
under condition 62(G) of IAFW-2249.
19 MAKES
(i) In this work Group 2 makes as specified in Appx ‘A’ shall be provided if not mentioned in the
respective item of Sch of works/ BOQ. However contractor can provide Group 1 makes without any
extra cost to the Govt.
(ii) If makes of any item are not mentioned in Appx ‘A’ i.e. ‘List of Makes’, then these shall be
approved by AGE (I) as per standard list of makes approved by competent authority.
20 BLANK
21 Materials/ equipment to be used in the work shall be brand new. No repaired/ re-conditioned
material/ equipment shall be allowed to be used in the work.
.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 30

NAME OF WORK: REPAIR TO ELECTRICAL FITTINGS, BUILDINGS, SECURITY LIGHTS, GEYSERS, SOLAR
HEATER ETC AT AIR FORCE STATION HIGHGROUND UNDER AGE (I) HIGHGROUND
CHANDIGARH

SCHEDULE OF CREDIT
NOTES:
1. The tenderer shall visit the site with the prior permission of AGE (I) to acquaint himself with the
condition of materials which would be obtainable on dismantling/ demolition of building.
2. All the unserviceable items and the materials obtained during repairs as mentioned in Schedule of
Credit shall become the property of the contractor for which necessary credit shall be offered under
schedule of credit. In case the items those obtained while carrying out repairs, which are not mentioned
in Schedule of Credit shall be handed over to MES store by the contractor at his own expense.
3. The rate mentioned under col-5 is firm and the contractor shall have no claim what so ever against
the department if the actual cost turns out to be different from the cost given by the department.
4. The cost of dismantled materials covered in the schedule of credit obtained will be priced at the unit
rate mentioned in the Schedule and adjusted. The contractor shall remove the credit items only after the
credit amount is recovered either from the interim payment (RAR) or from FB. Otherwise the contractor
shall remove the credit items on remission of a sum of rupees equal to the value of credit in the form of
MRO drawn in favour of AGE(I). The material shall be removed from the site after obtaining written
permission of the AGE (I).
5. The dismantling work shall be carried out as instructed by the AGE (I). Prior order of AGE (I) shall be
obtained before dismantling.
6. Dismantling work shall be carried out carefully so as not to damage any adjoining structure. Any
damage so caused shall be made good by the tenderer at their own cost. The material shall be removed
from the site after obtaining written permission of the AGE (I).
Srl. Brief Specification of work A/U Qty. Rate Amount
No
1 2 3 4 5 6
1 Retrieved US/old Point wiringcomplete Point 88 25.00 2200.00
including accessories
2 Retrieved US/oldBuzzer/bell/regulator/switches,sockets, Each 196 1.00 196.00
ceiling roses etc.
3 Retrieved US/old batten/tube rod/fittings any wattage. Each 80 25.00 2000.00
4 Retrieved US/old Ceiling light/Bollard light fittings /building Each 37 40.00 1480.00
security light/post top
5 Retrieved US/old DB SPN ,2 pin socket any capacity Each 12 5.00 60.00
6 Retrieved US/old DB TPN/MCCB any capacity Each 18 25.00 450.00
7 Retrieved US/old MCB,rcbo any Capacity Each 92 2.00 184.00
8 Retrieved US/old Sub main wiring single phase & RM 90 10.00 900.00
neutral any capacity
9 Retrieved US/old Stainless steel inner tank any capacity Each 45 80.00 3600.00
10 Retrieved US/old bottom base assembly of any capacity Each 29 30.00 870.00
11 Retrieved US/old Heating element 1000/1500/2000 watts Each 120 2.00 240.00
12 Retrieved US/old Thermostat Each 120 1.00 120.00
13 Retrieved US/old PVC insulated, sheathed 3 core flexible RM 120 2.00 240.00
cable of size 2.5Sqmm
14 Retrieved US/old Safety plug any type. Each 40 0.50 20.00
15 Retrieved US/old NRV 15mm. Each 40 2.00 80.00
16 Retrieved US/old Bottom inspection cover plate Each 30 2.00 60.00
17 Retrieved US/old 3 pin plug top 15 Amps Each 60 1.00 60.00
18 Retrieved U/S Scrap Iron Kg 2 25.00 50.00
19 Retrieved US/old Outer MS shell 25Ltrs Each 6 15.00 90.00
Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 31

20 Retrieved US/old PVC connection 15mm bore 450mm long Each 60 1.00 60.00
21 Retrieved US/old CP connection 15mm bore 450mm long Each 20 2.00 40.00
22 Old u/s earthing Each 4 150.00 600.00
23 Old GI strip Retrieved RM 50 15 750.00
24 Old aluminum strip Retrieved RM 120 20 2400.00
25 Old Copper strip Retrieved RM 20 150 3000.00
26 Retrieved US/ GI test point terminal Each 10 5 50.00
27 Retrieved US/ copper test point terminal Each 4 25 100.00
28 Old aluminum air termination rod Retrieved Each 30 5 150.00
29 U/s solar panel Each 2 1200.00 2400.00
30 U/s copper tube Each 4 100.00 400.00
31 U/s solar energy collector panel manifold Each 2 100.00 200.00
32 U/s hot water storage tank of food grade stainless steel Each 1 500.00 500.00
200 to 500 LPD
33 U/s auxillary tank Each 2 150.00 300.00
34 U/S Electrical back heater 3 KW Each 6 15.00 90.00
35 U/s hot water pipe RM 30 3.00 90.00
36 U/S PVC tank Each 2 50.00 100.00
37 U/S Gate/Ball Valve Each 4 18.00 72.00
Grand Total 24202.00

Note: The amount of Sch of credit shall be deducted from the total of BOQ quoted by the tenderer to
arrive at the Contract Sum.
SUMMARY
Total amount quoted by the tenderer for Schedule ‘A’ : Rs.__________________
brought forward from BOQ
Deduct amount of Schedule of credit brought : (-) Rs. 24,202.00
forward from previous page

NET CONTRACT SUM : RS.

AGE (I)Highground
Signature of Contractor Accepting Officer
Date:

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 32

SCHEDULE ‘B’

ISSUE OF MATERIALS TO THE CONTRACTOR


(See condition 10 of IAFW-2249)

Sl. Particulars Unit Rate at which materials will Place of issue Remarks
be issued to the contractor
No
Rs. Ps

---- NIL ----

_______________________________________________________________________________

SCHEDULE `C'

ISSUE OF TOOLS AND PLANTS(OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO THE CONTRACTOR
(REFER CONDITI0N 15, 13 & 35 OF IAFW 2249)

Srl No Qty Particulars Details of Hire charges Standby charges Place of


MES crew per unit per per unit per off issue by
supplied working day day name
Rs. Ps Rs. Ps.

---- NIL ----

_______________________________________________________________________________

SCHEDULE 'D'

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(See condition 16 & 35 of IAFW - 2249)

Srl No Qty Particulars Rate per unit per Place of issue Remarks
working day by name
Rs. Ps

----- NIL -----

AGE (I)Highground
Signature of Contractor Accepting Officer
Date :

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 33

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


TENDER
THE PRESIDENT OF INDIA

Having examined and perused the following documents:-

1. Specifications signed by AGE (I)Highground.

2. Drawings detailed in the specifications.

3. Schedule `A’, `B’, `C’ and `D’ attached thereto.

4. MES standard Schedule of Rates Part-I of 2009 (Specifications) & Part-II of 2020 (Rates) (here-in-
after and in IAFW-2249 referred to as the MES Schedule) together with amendment No. 1 to 3 for MES
Schedule Part I and amendment No 1 to 122 for Part-II (2020) as applicable to the above said schedule.

5. General Conditions of Contracts, IAFW-2249, (1989 Print) together with errata 1 to 20 and
amendment Nos.1 to 49.

6. WATER CONDITION 31 OF IAFW-2249, General Conditions of Contracts:

Water will be supplied by MES at the point (s) marked on site plan or decided by AGE(I). Water
Charges shall be paid for by the contractor @ Rs 3.75 for every Rs. 1000/- worth of work done priced at
contract rates.

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

*(a) That the sum of Rs. 16,000/- (Rupees Sixteen ThousandOnly) forwarded as earnest money
shall either be retained as a part of security deposit or refunded by Government on receipt of the
appropriate amount as Performance Security with the time specified in condition 19 of IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions
contained or referred to therein at item rates contained in the aforesaid schedule `A’ or at such
other rates as may be fixed the provision of condition 62 of IAFW-2249 and to carry out such
deviations as may be ordered vide condition 7 of IAFW-2249 upto a maximum of 20% (Twenty
Percent) and further agree to refer all disputes as required by condition 70 of IAFW-2249 to the sole
Arbitration of serving officer having degree in Engineering or equivalent or having passed
Final/Direct Final Examination of sub division-II of Institution of Surveyors (India) New Delhi
recognized by Govt. of India, to be appointed by the Chief Engineer (AF), WAC Palam, Delhi Cantt or
in his absence the officer officiating as Chief Engineer if specifically authorized in writing by Chief
Engineer (AF), WAC Palam, Delhi Cantt, whose decision shall be final, Conclusive and binding.

* To be deleted where not applicable.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 34

TENDER (CONTD)

SIGNATURE --------------------------------- IN THE CAPACITY OF ---------------------------------- DULY AUTHORISED TO

SIGN THE TENDER FOR AND ON BEHALF OF M/S--------------------------------------------------------------------------------

---------------------------------- (NAME IN BLOCK CAPITALS)

Date:
Postal address
-------------------------------------------

Witness --------------------------------------- -------------------------------------------

Address --------------------------------------- -------------------------------------------

--------------------------------------------------- -------------------------------------------

--------------------------------------------- Telegraphic Address/ Email Id

-----------------------------------------------
Telephone-----------------------------

ACCEPTANCE

------------------------ alteration(s) has/ have been made in this document and as evidence that these
alterations were made before the execution of the Contract Agreement, they have been initialed by the
contractor and __________________________________________.

The said Officer(s) is/ are hereby authorized to sign and initial on my behalf of 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
SCHEDULE ‘A’/ (BOQ) on the _______ day of _________ 2024.

Dated this --------------------- day of -------------- 2024.

SIGNATURE: ____________________
Appointment: Assistant Garrison Engineer (I)
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 35 to 81
GENERAL CONDITIONS OF CONTRACTS (IAFW - 2249: PRINT 1989)
FOR
ITEM RATE CONTRACTS (IAFW-1779A) (REVISED 1955)

A copy of the MES GENERAL CONDITIONS OF CONTRACTS (IAFW - 2249: PRINT 1989) with errata 1
to 20 and amendments 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 agree that I/ We shall abide by the terms and conditions thereof as
modified if any elsewhere in these tender documents.

It is hereby further agreed and declared by me/us, that the MES General Conditions of Contracts
(IAFW - 2249: Print 1989) including condition 70 thereof pertaining to settlement of disputes by Arbitration
and conciliation act (1996) containing 33 pages (Serial Page No. 35to67) with errata 1 to 20 and Amendment
Nos. 1 to 49 (Serial Page No.68 to 81) form part of these tender documents.

It is agreed that in the event of any discrepancy in the English and Hindi version of IAFW-2249, the
conditions in English will prevail.

AGE (I)Highground
Accepting Officer Signature of Contractor
Date:

Contd....
CA NO :AGE(I)/HG CHD/T-23/2024-25 SERIAL PAGE NO.82 to 91

SCHEDULE OF MINIMUM FAIR WAGES

1. It is hereby agreed that the “Schedule of Minimum Fair Wages” (SMFW) as published vide
Government of India Notification dated 10 Mar 1992 (Revised upto date) forms part of these tender
documents.

2. 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.

AGE (I)Highground
Accepting Officer Signature of Contractor
Date:

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 92
SPECIAL CONDITIONS
1. GENERAL
1.1 The following Special conditions shall be read in conjunction with the General Conditions of
Contracts IAFW-2249 and IAFW-1779A including errata/ amendments there to. If any provision 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 with Schedule of Works, particular
specifications, drawings (where applicable) and other provisions in MES Schedule.
1.3 The term “General Specifications” referred to here-in-before as well as referred to in IAFW-2249
General Conditions of Contract) 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 made in
these documents shall take precedence over the aforesaid provisions in the MES Schedule.
2 ADMISSION TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS OWN
INFORMATION
2.1 The tenderers shall contact the Assistant Garrison Engineer for the purpose of inspection of site(s)
and relevant documents other than those sent herewith, who will give reasonable facilities for this
purpose. The tenderers shall also make themselves familiar with working conditions, accessibility of site(s),
availability of materials/ labourers and other cogent conditions which may affect the entire completion of
work under this contract.
2.2 The tenderers shall be deemed to have visited the site(s) and made themselves acquainted with
the working conditions, whether they actually inspected the site(s) or not.
3 SECURITY AND PASSES
3.1 Refer Condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his
representatives, servants, and workmen after verifying their antecedents and loyalty. He shall ensure that
no person of doubtful antecedents and nationality is in any way, associated with the work. If for the
reasons of technical collaboration or other considerations the employment of foreign national(s) is
unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at the time of
submission of his tender. As a proof that the contractor has employed only Indian Nationals, he shall render
a certificate to AGE (I) within one month from the date of acceptance of tender to this effect. In case AGE
(I) desires, contractor will have police verification done of personnel employed by him.
3.2 The AGE (I) shall have full powers and without any reason to order the contractor immediately to
cease to employ in connection with his contract, any representative agents, servant and workmen or
employee, whose continued employment is, in his opinion, undesirable. The contractor shall not be
allowed any compensation on this account.
4. CONDITIONS OF WORKING IN RESTRICTED AREA : All works lies in Restricted Area. The restrictions
for entry to work site and conditions of working in restricted area shall be as under
4.1 Visit to site within the Restricted Area : Permission to enter the restricted area at the time of
submission of tenders can be obtained through the Assistant Garrison Engineer(I). Tenderers are
advised to send prior intimation of their agent, representative etc. If any, dates and time of their proposed
visit so that necessary arrangements may be made by AGE(I) to secure admission. Whether tenderer visit
the site or not, he shall be deemed to have full knowledge of the restrictions of entering into/exit from and
within the Restricted Area.
4.2 ENTRY/EXIT : The Contractor, his agent(s), representatives, workmen etc and his materials,
carts trucks, or other means of transports etc, will be allowed to enter through and leave from such gate
or gates and at such times as the AGE(I) or authorities in charge of the restricted area may at their sole
discretion permit to be used. The Contractor`s authorized representative is required to be present at the
place of entry and exit for the purpose to identifying his carts, truck etc to the personnel in charge of the
security of Restricted Areas.4.3 The contractor and his agents, employees and work people shall observe
all the rules promulgated from time to time by the authority controlling the area in which the work is to be
carried out e.g. prohibition of smoking etc. Any person violating the security rule laid down by the authority
shall be immediately expelled from the area without assigning any reasons whatsoever and the contractor
shall have no claim on this account. Nothing extra shall be admissible for any man hours lost on this
account.
Contd....
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 93
SPECIAL CONDITIONS (Contd...)

4.3 IDENTITY CARDS OR PASSES The Contractors, his agents and representatives are required
individually to be in possession of an identity card or pass duly verified by the Police Department. The
Identity card or pass will be examined by the security staff at the time of entry into or exit from the
restricted area and also at any time or number of times inside the Restricted Area.
4.3.1 IDENTITY OF WORKMEN Every workman shall be in possession of an identity card. The
identity card will be issued after thorough investigation of the antecedents of the labourers by the
contractors and attested by the Officer-in-Charge of the unit concerned in accordance with the standing
rules and regulations of the units.
4.3.2 Contractor shall be responsible for the conduct and action of his workmen agents of
representatives.
4.4 SEARCH: Thorough 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 at any time or any number of
times at the work site.
4.5 FEMALE SEARCHER : If the contractor desires to employ female labour on works to be carried out
inside the area and a female searcher is not borne on the authorized strength at the time of submission of
the tender, he shall be deemed to have allowed in his tender for pay and allowances etc, for a female
searcher (Class IV servant/Gp `D' Servant) calculated for the period female labour is employed by him
inside that area. If more than one contractor has/have to be employed in addition to the authorized
strength, the salary and allowances paid on an equitable basis between the contractors employing female
labour taking into consideration the value and period of completion of their contracts. The AGE(I)`s
decision in regard to the amount recoverable on this account from any contractor shall be final and
binding.
4.6 WORKING HOURS
4.6.1 The units controlling Area, usually work during six days in the week and remain closed on the 7th
day. The working hours available to contractor`s labour and staff are however, appreciably reduced
because of the time taken in security checks observed at the time of entry/exit and during working hours.
4.6.2 The exact working hours, days and non working days observed for the restricted area, where
works are to be carried out shall be deemed to have been ascertained by the contractor before
submitting his tender. The tenderer`s attention is invited to the fact that the total number of working
hours for a unit are prescribed in regulations and they cannot be increased by the Assistant Garrison
Engineer(I).
4.6.3 Contractor`s materials, transport etc, shall normally be permitted to go in & out of the area
between 0830 hours to 1700 hours only.
4.6.4 Contractor may also be allowed to carry out the work beyond 05.00 PM and upto 08.30 AM (day &
night) but however no movements of materials and transport out of site of work shall be permitted during
night unless special permission is obtained from the Assistant Garrison Engineer(I).
4.7 WORKING ON HOLIDAYS The contractor shall not carry out any work on gazetted holidays/
weekly holidays and other non working days except when he is specially authorized in writing to do so by
the AGE(I). The AGE(I) may at his sole discretion declare any day as holiday or non working day without
assigning any reason for such declaration.
4.8 Access to area of work site after completion of works. After the works are completed and surplus
stores etc. removed; the contractor, his agents, representatives or workmen etc. may not be allowed to
have access to the area of work site except for attending any rectification of defects pointed out to him by
the AGE (I).
4.9 FIRE PRECAUTIONS
4.9.1 The Contractor, his agents, representatives, workmen etc, shall strictly observe the orders
pertaining to fire precautions as prevailing within the restricted area.
4.9.2 Motor transport vehicles, if any, allowed by authorities to enter the restricted area shall be fitted
with serviceable fire extinguishers.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 94
SPECIAL CONDITIONS (Contd...)

5 MINIMUM WAGES PAYABLE


5.1 Refer Condition 58 of General Conditions of Contracts IAFW- 2249. The contractor shall not pay
wages lower than minimum wages for labour including special allowances as fixed by the Govt. of India/
State Govt./ Union Territory under Regulation Act) whichever is higher.
5.2 Contractor’s attention is also drawn, amongst other things to the ‘explanations’ to the schedule of
minimum wages referred to above. The fair wage referred to in condition 58 of General Conditions of
Contracts IAFW-2249 will be deemed to be the same as the minimum wages payable as referred to above.
5.3 Schedule of minimum fair wages is not enclosed alongwith tender documents. However, the
contractor shall be deemed to have verified the minimum fair wages payable as on the last due to date of
receipt of tender.
5.4 The contractor shall have no claim whatsoever, if on account of local factors and/ or regulations, he
is required to pay the wagesin excess of minimum wages as described above during the execution of work.
5.5 The contractor shall ensure that the workers deployed by him or sub-contractor(s) are enrolled as
members of Provident Fund and shall be given Universal account Number (UAN).
5.6 The contractor shall submit a certificate to the AGE (I) at the time of submission of RAR/ Final bill to
the effect that all workers employed directly or indirectly by him are registered for EPF and the due
contribution has been credited into their account.
6 ROYALTIES
6.1 Reference Condition 14 of General Conditions of Contracts (IAFW-2249), No quarries on Defence
Land are available.
7 LAND FOR TEMPORARY WORKSHOP, STORES ETC
7.1 Delete the following from lines 5 to 9 of sub Para 1 of condition 24 of General Conditions of
Contracts IAFW-2249 reading "in the event of area of land.........land allotted to him" and insert as under:
"The contractor shall be allotted free of charge, the area as marked on the lay out plan for the purpose of
erection of temporary workshop, stores, etc., Plot of land so allotted shall not be used for accommodation
of labour and canteen for which the contractor shall make his own arrangements, at his own expense".
8 WATER (REFER CONDITION 31 OF GENERAL CONDITIONS OF CONTRACTS IAFW-2249 AND CLAUSE
1.13 OF MES SCHEDULE)
8.1 Water will be supplied by MES at the rate as stipulated in tender page here-in-before, at the
point(s) as shown by AGE(I). As the water supply by MES is likely to be intermittent, the contractor shall
make his own arrangements for storing the water required for the works, labour and workmen etc., at his
own expense. No claim whatsoever will be entertaining able for intermittent supply of water by MES under
this contract. In case, the contractor does not want to take supply from MES, the same shall be specifically
mentioned through forwarding letter to the tender.
8.2 The tenderers are advised to visit the site of works to ascertain availability of water from civil
sources or from nearby natural sources outside MoD land. The contractor shall be allowed, if he so desires,
to install hand pumps, tube wells at site of work at places as approved by Engineer-in-Charge and nothing
shall be charged from the contractor. The contractor shall remove the hand pumps, tube wells as and when
asked to do so by Engineer-in-Charge/AGE(I) and in any case on completion of the work and before issue of
completion certificate, unless AGE(I) desires that these hand pumps, tube wells be left in position and the
contractor agrees to do so without claiming cost thereof from department. No compensation whatsoever
shall be admissible to the contractor, if he is required to remove the pumps(s), tubewells before completion
of work. Use of water from such sources shall be permitted only if found potable after testing and fit for use
in the work.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 95
SPECIAL CONDITIONS (Contd...)

8.3 The water from such sources shall be got tested by the contractor from a laboratory approved by
the AGE(I), who shall, after satisfying himself, permit the contractor to use the water from such sources.
Testing charges shall be borne by the contractor. AGE(I) shall also carry out the independent testing of
water.
9. CO-OPERATION WITH OTHER AGENCIES
9.1 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 arrangements
10 SUPPLY OF ELECTRICITY
10.1 In case the contractor desires to buy electricity from the MES, he will be charged for electric energy
consumed at the rate of Rs. 8.60 per unit for lighting and power.
10.2 Electric supply required for works shall be made available by the MES at the incoming terminal of
the main switch near the site as decided by AGE(I). 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 shelter for
main switch and energy meter connections, cables, fittings, etc. from the main switch in order to ensure
proper and suitable supply of electricity.
10.3 The MES do not guarantee for continuity of supply and no compensation whatsoever shall be
allowed for supply and becoming intermittent or for breakdown in the system by any reason whatsoever.
10.4 AGE(I) or his representatives shall be free to inspect all the power consuming devices or any
electric lines provided by the contractor. Any devices or electric lines provided by the contractor, which is
not to the satisfaction of the AGE (I) shall be disconnected from the supply, if so directed by him.
11 NETWORK ANALYSIS
11.1 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 a time schedule. The critical path network will be
drawn jointly by the AGE(I) and the contractor soon after acceptance of tender. The time schedule 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
AGE(I) who will approve it after due scrutiny. The schedule will be submitted in four copies within two weeks
from the date of handing over the site.
11.2 During the currency of the work, the Contractor is expected to adhere to the time schedule and this
adherence will be a part of the contractor's performance under the Contract. During the execution of the
work, the contractor is expected to participate in the reviews and updating of the network undertaken by
the AGE(I). These reviews maybe undertaken at the discretion of the AGE(I), either as a periodical appraisal
measure or when the quantum of work ordered on the Contractor is substantially changed through
deviation order or amendments. Any revision of the time schedule as a result of the review will be
submitted by the contractor to the AGE(I) within a week for his approval after due scrutiny.
11.3 The contractor shall adhere to the revised time schedule thereafter. In case of contractor
disagreeing with revised schedule, the same will be referred to the Accepting Officer, whose decision shall
be final, conclusive and binding. CE's approval to the revised schedule resulting in a completion date beyond
the stipulated date of completion shall not automatically amount to a grant of extension of time. Extension
of time shall be considered and decided by the appropriate authority mentioned in Condition 11 of IAFW-
2249 and separately regulated.
11.4 Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule within
the broad frame work of the accepted method of working and safety. No additional payment will be made
to 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.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 96
SPECIAL CONDITIONS (Contd...)

12 MATERIALS AND SAMPLES


12.1 Refer to Condition of 10 of IAFW-2249 and clause 1.6 & 1.7 of MES Schedule (Part-I).
12.2 The materials and articles, which have been specified from certain makers/ manufacturers, shall be
of makes/ manufactures as specified. If the manufacturers specified in tender documents make both ISI
marked and conforming to ISI, the materials/ articles shall be ISI marked.
12.3 The materials and articles, which have not been specified in tender documents by
makes/manufacturers, shall be as under:
(a) If ISI marked materials are being manufactured, the same shall be ISI marked. For a list of
ISI marked manufacturers refer to the website of BIS i.e. www.bis.org.in.
(b) If ISI marked materials are not being manufactured, the same shall be conforming to IS
Specifications.
12.4 Materials of local origin shall be as specified and conforming to samples kept in AGE (I)’s office. The
tenderer is advised to inspect samples of materials which are displayed in the office of AGE(I) before
submitting his tender. The tenderer shall be deemed to have inspected the samples and satisfy 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.
12.5 The contractor shall not procure materials and articles unless the samples are first got approved by
the AGE (I).
13 PERIOD FOR KEEPING THE TENDER OPEN
The tender shall remain open for acceptance for a period of 60 (Sixty) days from the date on which the
tenders are due to be submitted.
14. SECURITY OF CLASSIFIED DOCUMENTS
14.1 Contractor’s special attention is drawn to conditions 2A and 3 of IAFW-2249 (General Conditions of
Contracts). The contractor shall not communicate any classified information regarding work either to sub-
contractors or others without the prior approval of the AGE (I). The contractor shall also not make copies of
the design/ drawings and other documents furnished to him in respect of the work, and shall return all
documents on completion of the work or earlier on determination of the contract. The contractor shall
attach a receipt of his having returned the classified documents as per condition 3 of IAFW-2249, General
Conditions of Contracts with the final bill.
15. OFFICIAL SECRETS ACT
15.1 The contractor shall bound by the Official Secrets Act 1923.
16 RECORD OF MATERIALS
16.1 The quantity of materials such as cement, paints, water proofing compound, chemicals for
antitermite treatment and the like, as directed by the AGE (I) (the quantity of which cannot be checked after
incorporation in the works), shall be recorded in measurement books and signed by the contractor and the
AGE (I) as a check to ensure that the required quantity has been brought to site for incorporation in the
work.
16.2 Materials brought to site shall be stored as directed by the AGE (I) and those already recorded in
measurement book shall be suitably marked for identification.
16.3 The contractor shall, on demand, produce to the AGE(I), original receipted vouchers/ invoices/ test
certificates in respect of the supplies. The vouchers/invoices so produced shall be verified, defaced and
stamped by AGE (I) indicating contract number, name of work, under his dated signature. The contractor
shall ensure that the materials are brought to site, in original sealed containers/ packing, bearing
manufacturer’s marking except in the case of the requirement of material(s) being less than smallest
packing.
Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 97
SPECIAL CONDITIONS (Contd...)

16.4 Contractor shall produce to the AGE (I) vouchers/invoices from the manufacturers and/or their
authorized agents for the full quantity of the following materials, as applicable as a pre-requisite before
submitting claims for payment for advances on account of the work done and/ or materials collected in
accordance with Condition 64 of General Conditions of Contracts - IAFW-2249.
(a) Cement.
(b) Water proofing compound.
(c) Chemicals for Anti-termite Treatment
(d) Paint, Distemper and Cement Base Paint.
(e) Cast iron pipes and fittings.
(f) Sanitary fittings.
(g) Steel windows/ventilators
(h) Factory made door shutters and pressed steel chowkhats.
(j) Floor/Wall tiles
(k) Iron Mongery
(l) Tarfelt/bituminous products
(m) Electrical and Water Supply fittings/fixtures, SGSW pipes.
(n) Cables/wires.
(o) Steel and Iron items.
(p) Any other material used in the work, if demanded by AGE (I) Highground.
17 ACCEPTANCE QUALITY OF WORK AND FINISHES
17.1 To determine the acceptable standard of materials and workmanship/ final finishes and layout of
fittings etc., the contractor shall execute stages of work viz., excavation, foundation concrete, walling up to
plinth/ lintel/ roof levels, roofing, flooring, joinery, built-in-items, finishes and the like and services i.e.
internal electrification, water supply, plumbing and sanitary fittings and shall get it completed under the
close supervision of AGE (I) and shall be labelled as ‘SAMPLE ITEMS’. The workmanship of various trades
and finishes of the sample items shall serve as guiding sample for the remaining works
17.2 Approval of the stages and workmanship of samples shall be separately entered and approved in
stage passing register giving reference to locations for easy identification even at a later date.
18 TESTING OF MATERIALS
18.1 Refer Condition 49 of IAFW-2249, General Conditions of Contracts. The contract shall provide at his
own expenses all facilities including labour, materials, equipments, tools and plants etc. for carrying out
tests including materials/tests, cubes, beams etc. required to be preserved by AGE(I) as specified in the
contract agreement including relevant IS. The cost of materials consumed in test and the cost/charges of
test shall be borne by the contractor in all cases. In case the AGE (I) desires to carryout additional test
which are not covered by the contract including relevant IS, the contractor shall provide all facilities
required for the purpose and the charges for the tests also shall be borne by the contractor. Charges for
each test which are conducted in the department test laboratory shall be borne by the contractor and for
tests which are conducted through other test labs shall be charged by them and shall be directly payable by
the contractor. Test charges for tests conducted in department lab shall be recovered from RAR/ final bill.
19 CONTRACTOR'S REPRESENTATIVE AND WORKMEN
19.1 Refer condition 25 of IAFW-2249. The contractor shall employ only Indian National as his
representative servants and workmen after verifying their antecedents and loyalty before employing them
for the works. He shall ensure that no person of doubtful antecedents and nationality is, in any way,
Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 98
SPECIAL CONDITIONS (Contd...)

associated with the work. If for reasons of technical collaboration or other consideration, the 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 his tender. The AGE(I) shall order the contractor to cease to
employ in connection with this contract any representative agents, servant and workmen or employee
whose continued employment in his opinion is undesirable. The contractor shall not be allowed any
compensation on this account.
20 CONTRACTOR'S PLANT/ EQUIPMENT AT SITE
20.1 The contractor shall furnish to the AGE (I) every morning distribution return of his plants/
equipment on the site of work stating the following particulars:-
(a) Particulars of plants/ equipment, their make, manufacturer's model No if any, Registration No., if
any, capacity, year of manufacture and year of purchase etc.
(b) Total No. (Quantity) on site of work.
(c) Location indicating No. (Quantity) at each location on the site of work.
(d) Purchase value on the date of purchase, for the purpose of the condition, plant/ equipment,
vehicle No. i.e. Registration No. of Trucks and Lorries but neither the workmen’s tools nor manually
operated tools/ equipment shall be given. The AGE (I) shall record the particulars supplied by the
contractor in the works diary and send the return to the AGE(I) for record in his office.
20.2 LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION
If as a result of enemy action the contractor suffers any loss or damage the Government shall reimburse to
the contractor such loss or damage to the extent and in the manner here-in-after provided :-
(a) The loss suffered by him on account of any damage of destruction of his plant/equipment
(as defined in special condition 20.1 above or materials or any part or parts thereof. (The amount
of loss assessed by the Accepting Officer of the contract or the CWE in case of Contracts accepted
by AGE(I), on this account shall be final and binding).
(b) The compensation paid by him under any law for the time being in force, to any workmen
employed by him for any injury caused to him or to the workmen's legal successors for loss of the
Workmen's life.
(c) Payment of compensation for loss or damage to any work or part of work carried out.
Amount of compensation shall be determined in accordance with condition 48 of General
Conditions of contracts (IAFW-2249).
(d) No reimbursement shall be made nor shall any compensation be payable under the
above provision unless the contractor had taken his defence precautions ordered in writing by
AGE(I)/ OC concerned or in the absence of such orders, reasonable precautions. Neither
reimbursement shall be payable nor shall any compensation be payable for any plant/ equipment
or material not lying on site of work at the time of enemy action.
21 FORCE MAJEURE
21.1 Should any force majeure circumstances arise, each of the contracting party shall be excused for
the non-fulfillment or for the delayed fulfillment of any of its contractual obligations, if the affected party
within 15 days of its occurrence informs the other party in writing.
21.2 Force majeure shall mean fires, floods, natural calamities or other acts such as war, turmoil, strikes
(as not limited to be establishment of the seller), sabotage, explosions, quarantine, restrictions beyond the
control of either party.
21.3 It is under stood and agreed between the parties hereto that the rights and obligations of the
parties shall be deemed to be in suspension during the continuance of the force majeure event(s) as
aforesaid and the said rights and obligations shall automatically revive upon the cessation of intervening

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 99
SPECIAL CONDITIONS (Contd...)

force majeure event(s). The period within which the rights and obligations of the parties shall be in
suspension due to the force majeure event(s) shall not be considered as a delay with respect to the period
of delivery and/or acceptance of delivery under the contract or otherwise the determinant of either party.
21.4 Not withstanding the provisions of the immediately foregoing clause(s), it is further understood
and agreed between the parties hereto that in the event(s) of any force majeure persisting for an
uninterrupted period exceeding 06 (six) months, either party hereto reserves the right to terminate this
contract upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate
without any liability other than reimbursement on the terms provided in this agreement of the goods
received.
22 CLEANING DOWN (REFER CONDITION 49 OF IAFW-2249 GENERAL CONDITIONS OF CONTRACTS)
22.1 The contractor shall remove from the site all unused stores and materials, tools, plant, equipment,
scaffolding, temporary buildings, huts and the like belonging to the contractor and provided for the
execution of work under this contract. The contractor shall also clean all floors, walls, remove cement, lime
or paint drops, clean joinery, glass panels etc., touch up all paint work and carry out all other necessary
items of works in connection therewith and leave and the site of work shall be cleared off rubbish and all
waste materials by the contractor and delivered in clean and tidy manner to the satisfaction of the AGE (I)
on or before the date of completion. No extra payment shall be admissible to the contractor for
thisoperation.
23 GST ON WORKS CONTRACT
23.1 The tendered rates shall be deemed to be inclusive of all GST (Goods and Service tax) and levies
etc., payable under the respective statutes pursuant to the Gazette notification by State Government.
23.2 Any conditional tenders regarding payment of GST (Goods and Service tax) on works contract will
not be considered and is liable to be rejected.
24 DAMAGE TO EXISTING STRUCTURES
24.1 Any damage done to the existing structures, any existing road etc., during the execution of the
work shall be made good by the contractor at his own expense. Rectification, replacement, making good
and touching up etc., shall be carried out, conforming to the materials and workmanship originally provided
and to the satisfaction of the AGE (I). In case of any dispute on this account, the decision of the AGE(I) shall
be final, binding and conclusive.
25 APPROACHES
25.1 The contractors shall make arrangements for and provide at his own cost all temporary
approaches, if required to the site(s), after obtaining approval in writing of the AGE(I) to the layout of
suchapproaches.
26 LOCATION OF BUILDINGS AND WORKS
26.1 There may be some changes in location/ siting of building shown in site (layout) plan(s) to suit local
conditions and/ or departmental requirements. The contractor shall have no claim whatsoever consequent
to such changes in the location/ siting ofworks.
27 HANDING OVER OF SITE
27.1 Site for execution of work will be available as soon as work is awarded. In case it is not possible to
make the entire site available on the award of work, the contractor will have to arrange his working
programme accordingly. No claim whatsoever for not giving entire site on award of work and for giving site
gradually will betenable.
28 WATCHING/ LIGHTING

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 100
SPECIAL CONDITIONS (Contd...)

28.1 The contractor shall at his own cost take all possible precautions to ensure safety of life and
property by providing necessary fencing, barrier, light, watchmen etc., during the progress of work and as
directed by AGE (I).
29 BUILDING & OTHER CONSTRUCTION WORKERS WELFARE CESS ACT
The quoted percentage shall be deemed to be inclusive of the building and other construction workers
welfare cess. The cess at the rate as prescribed by the state Govt./ Building and other Construction
Workers Welfare Board shall be deducted at source and no extra payment shall be admissible to the
contractor on this account.
30 REIMBURSEMENT/ REFUND ON VARIATION IN ‘TAXES DIRECTLY RELATED TO CONTRACT VALUE’
30.1 The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including GST on
materials, GST on Works Contracts, Labour welfare cess/ tax etc.), 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, duties, Royalties,
Octroi & other levies shall be made except as provided in sub para 30.2 here-in-below.
30.2 The taxes which are levied by Government at certain percentage rates of Contract Sum/ Amount
shall be termed as “taxes directly related to Contract value” such as GST on materials, GST on Works
Contracts, Labour welfare cess/ tax and the 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
prevailing on the bid submission end date. Any increase in percentage rates of “taxes directly related to
Contract value’ with reference to prevailing rates on the bid submission end date 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 the bid submission end date shall be refunded by the Contractor to the
Govt/ deducted by the Government from any payments due to the Contractor. Similarly imposition of any
new “taxes directly related to Contract value” after the bid submission end date shall be reimbursed to the
contractor and abolition of any “taxes directly related to Contract value” prevailing on the bid submission
end date Shall be refunded by the Contractor to the Govt/ deducted by the Government from the
payments due to the Contractor.
30.3 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 AGE (I) 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 also submit documentary
proof/ information as the AGE (I) may require.
30.4 The Contractor shall, for the purpose of this condition, keep such books of account and other
documents as are necessary and shall allow inspection of the same by a duly authorized representative of
Government, and shall further, at the request of the AGE (I) furnish, verified in such a manner as the AGE (I)
may require any documents so kept and such other information as the AGE (I) may require.
30.5 Reimbursement for increase in percentage rates/ imposition of “taxes directly related to contract
value” shall be made only if Contractor necessarily and properly pays additional “taxes directly related to
contract value” to the Government, without getting the same adjusted against any other tax liability or
without getting the same refunded from the concerned Government Authority and submits documentary
proof for the same as the AGE (I) may require.
31 MODE OF PAYMENT TO STAFF/ EMPLOYEES
31.1 The contractor/ firm shall make payments to the staff/ employees by cheque or through NEFT in
their bank accounts. In case, payments are made in current coins or currency notes, certificate will be
submitted by the contractor/ firm along with undertaking by the concerned workmen asking for payment
other than by cheque or by crediting in the bank account of the employee/ workmen. It is mandatory that
the contractor/ firm shall produce the proof of payment made to their staff before claiming the payment
from the Department.
Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 101
SPECIAL CONDITIONS (Contd...)

32 LABOUR REGULATION AND ABOLITION ACT


32.1 Contract labour (Regulation and Abolition) Act 1970 is applicable to MES contracts. Rates quoted
by the contractor shall be deemed to take into account the cost etc. required to comply with the provisions
contained in the said Act and Rules framed under the said Act.
33 INDEMNITY BOND FOR PAYMENT OF LABOUR, WORKMEN EMPLOYED ON WORKS OR OTHER
MONEYS OF TENDER PAYMENTS

33.1 The contractor shall execute indemnity bond with the AGE (I) for enforcement of various
enactments like wages Act 1936, Minimum wages Act 1948, employees liability Act 1938 workmen’s
compensation Act 1923 or any other Act or enactment’s related to indirectly and directly labour employed
on works and rules framed there under from time to time for the time being enforce. In case of non-
compliance of any of the enactments by the contractor, the AGE (I) shall be empowered to exercise the
powers vested in him as the principal employer and the amount so not paid to the labour/workman to be
deducted from the sum become due under this contract or from other contracts in terms of condition 67 of
IAFW-2249, General Condition of Contracts.
34 RECORD OF CONSUMPTION OF CEMENT
34.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages
initialed by AGE (I) against numbering showing quantities of cement received, used in work and balance at
the end of each day. The form of record shall be as approved by AGE (I). The register shall be signed daily
by representatives of MES and the contractor in token of verification of its correctness and will be checked
by AGE (I), at least once a week and on the days cement is brought by the contractor.
34.2 The register shall be kept at site in safe custody of the contractor's representative during the
progress of the work and shall on demand be produced for verification to the inspecting officer(s).
34.3 On completion of the work the contractor shall deposit the cement register with the AGE (I) for
record.
35 BANK GUARANTEE BOND AGAINST PERFORMANCE SECURITY
35.1 Condition 19 OF IAFW-2249 provides for submission of Performance Security by the successful
contractor in the form of Bank Guarantee Bonds or Govt. Securities, FDR or any other form of deposit
stipulated by the AcceptingOfficer.
35.2 If the Performance Security is provided by the contractor in the form of a Bank Guarantee, it shall
be issued by Nationalized/ Scheduled Indian Bank. However, such bank guarantee shall be accepted only
after its confirmation from the Head office of the Bank.
35.3 Form for Bank Guarantee Bond against Performance Security Deposit shall be same as Appendix
2.1 of MES Manual on Contracts 2020.
35.4 The period of validity of the Bank Guarantee Bond against Performance Security shall be initially
valid upto the stipulated date of expiry of Defects Liability Period plus minimum 60 days beyond that. In
case final bill is not paid during this period, the contractor shall get the validity of Performance Guarantee
extended to cover such enlarged time required for payment of final bill.”
35.5 In case at a later stage, on account of delay in completion of work or due to any other reason, it is
considered that the validity date stipulated in the Bank Guarantee against Performance Security should be
extended, then the contractor shall get the same extended before the date of validity expires. If the
contractor fails to do so, the Bank Guarantee shall be gotencashed and the contractor shall have no claim
on this account.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 102
SPECIAL CONDITIONS (Contd...)

36 DEFECTS LIABILITY PERIOD


36.1 Refer Condition 46 of IAFW-2249 General Conditions of Contracts. Unless otherwise specified in
particularspecifications, defects liability period for the works covered in this contract shall be Twelve
months.

AGE (I)Highground
Signature of Contractor Accepting Officer

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 103
PARTICULAR SPECIFICATIONS

1. SCOPE OF WORK. The work shall comprise of “REPAIR TO ELECTRICAL


FITTINGS, BUILDINGS, SECURITY LIGHTS, GEYSERS, SOLAR HEATER ETC AT AIR
FORCE STATION HIGHGROUND UNDER AGE (I) HIGHGROUND CHANDIGARH”all as
described in ‘Schedule of Works’ and specified hereinafter.

2. General.

2.1 The work shall be carried out in accordance with ‘Schedule of Works’ particular specification and
other provisions of MES Schedule.

2.2 The term “General Specifications” referred to in here-in-before as well as referred in IAFW-2249,
General Conditions of Contracts shall means the specification contained in the MES Schedule of Rates 2009
(Part-I).

2.3 All works shall strictly comply with the provisions in the Indian Electricity Act and rules framed there
under (amended upto date) as applicable to this work. The work shall also comply with the provisions
contained in the latest edition of the relevant ISS/BSS issued upto the date of receipt of particular
specifications.

2.4 General rules, specifications, special conditions and all preambles in the MES Schedule shall be
deemed to apply to the work under ‘Schedule of Works’ unless mentioned otherwise in these tender documents
shall take precedence over the aforesaid provisions in the MES Schedule.

2.5 All works shall be carried out to the entire satisfaction of the AGE (I) and in such a fashion and
manner as may be directed by the AGE (I).

2.6 All works shall conform to the best method of modern practice and shall be executed by the
fully/qualified plumber, pipe fitter, electrician etc. The evidence of their qualifications shall be produced by
the contractor on demand by AGE (I).

3. CONCRETE
3.1 MATERIALS
3.2 CEMENT
3.2.1 The cement shall be ordinary Portland cement grade 43 (IS-8112-1989) or Portland Pozzolana
Cement (IS: 1489-2009). However for reinforced cement concrete works, only ordinary Portland cement
shall be used. Mixing of OPC & PPC shall not be allowed in a particular member of the structure or of any
work. While using the PPC, following precautions/conditions shall be met with by the contractors at site:-
(a) PPC shall meet the strength criteria of 43 Grade OPC as laid down in IS 8112-1989. Period of
curing, striking of form wok shall be increased as specified in SSR Part-I and as directed by
AGE (I).
(b) The contractor shall submit following test certificate from the manufacturer of the cement for
every batch of cement:-
(i) The quality of fly ash is strictly as per IS 1489 (Part-I)-2002.
(ii) Fly ash is inter-ground with clinker and not mixed with clinker.
(iii) Dry fly ash is transparent in closed containers and stored in silos. Only pneumatic
pumping shall be used.
(iv.) The fly ash is received from thermal power plant using high temperature combustion
above 10000 C should be used.
(v) The fly ash content in PPC shall not exceed 25% to ensure consistency.

Contd....
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 104
PARTICULAR SPECIFICATIONS (Contd…)
3.2.2 Cement shall be procured by the contractor from the main producers of cement enumerated in Appx 'B'

3.2.2.1 The particulars of the manufacturer of cement alongwith the date of manufacture shall be produced by
the contractor for every lot of cement separately. The documents in support of the purchases of cement shall
be produced for verification by the AGE(I).

3.2.2.2 However, where the requirement of cement is less than 1200 bags, it may be procured from the
authorized stockiest/dealer of the main producers. The contractor have to submit test certificate by the
manufacturer alongwith lot No and date of manufacturing, of the cement so procured.

3.2.3 TESTING

The contractor shall submit the manufacturer’s test certificate in original alongwith 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 clearly bringing out above
details. Engineer- in-Charge shall record these details in the cement acceptance register as given in
Appendix ‘D’ after due verification. AGE (I) shall also organize independent testing of random samples of
cement drawn from various lots from the National Test House, SEMT, Regional Research Laboratories,
Government approved laboratories, as per IS: 3535-1986 (method of sampling Hydraulic Cement), IS: 4031
(method of physical test for Hydraulic Cement) and IS: 4032-1985 (method of Chemical analysis of Hydraulic
Cement).

3.2.4 The average net mass of cement packed in bags in a sample shall be equal to or more than 50 Kgs.
The number of bags in a sample shall be as given below: -

Batch/Lot Size (in bags) Sample Size (in bags)

100 to 150 20

151 to 280 32

281 to 500 50

501 to 1200 80

1201 to 3200 125

3201 and over 200

The bags in a sample shall be selected at random.

3.2.5 The cement shall conform to chemical and physical requirements as specified in respective clauses of
IS: 8112. Each bag shall bear IS certification mark. The tests, carried out as per provisions of IS codes
specified hereinbefore, shall be the criteria for acceptance of cement by AGE (I). If samples from lot/lots are
not within the acceptable limits of Indian Standard, the lot/lots shall be rejected without any claims or
compensation to the contractor for the lot/lots purchased. The contractor shall replace the lot/lots with the fresh
one which shall be tested again for acceptance.

3.2.6. The cost of all tests carried out on cement before acceptance for incorporation in the work shall be
borne by the contractor whether the results are acceptable or not.

3.2.7 STORAGE

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 105
PARTICULAR SPECIFICATIONS (Contd…)
Cement shall be stored over dry platform at least 20cm high in such a manner so as to prevent
deterioration due to moisture or intrusion of foreign matter. In case of storerooms, the stack should be at least
20cm above floors and away from walls. Inspection shall be carried out once in a day by the AGE (I). The
stocking of cement shall not be more than 10 bags high. It shall be ensured by the AGE (I) that tested and
untested cement are segregated and stored separately with distinct identification. The cement godowns shall be
provided with two locks on each door. The key of one lock, at each door, shall remain with the AGE (I) or his
representative and that of the other lock with the contractor’s authorized representative at site of works so that
cement is removed from the godown only according to daily requirement with the knowledge of both the
parties.
3.2.8 DOCUMENTATION
3.2.8.1 The Contractor shall submit original vouchers from the 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 AGE (I)alongwith the relevant documents before acceptance. The
original vouchers and the Test Certificates shall be defaced by the AGE (I) and kept on record in the
office of AGE (I) duly authenticated and with cross reference to the control number recorded in the
Cement Acceptance Register. The Cement Acceptance Register will be signed by JE (Civil), AGE (I),
Board of Officers for random check of cement and verification of connected documents. The entire
quantity of all types of cement shall also be suitably recorded in the Measurement Book for record
purposes before incorporation in the work and shall be signed by the AGE (I) and the Contractor.
3.2.8.2 The following documents will be maintained by the AGE (I) for cement supplied by the contractor:-
(a) Original voucher of cement shall be kept in the separate file in AGE (I)’s office, serially
numbered on each page.
(b) Original test certificated and test sheet shall be kept in the separate file in AGE (I)’s office,
serially numbered on each page.
(c) Cement Acceptance Register
(d) In/Out Register for cement

(e) Register containing results of independent & additional testing by AGE (I).
(f) Register containing records & surprise check & Board of Officers.
(g) Inspection Register.
3.2.8.3 The contractor will keep a separate stock of cement brought at site for inspection, away from the
accepted lot of cement. In case the new lot is rejected by the AGE (I) it will be removed from the
site within 24 hours, at the cost of the contractor. The cement may be rejected if it does not comply
with any of the requirement as per relevant IS codes.
3.2.9 SCHEDULING OF SUPPLY
Schedule of procurement of cement shall be finalized by Contractor with AGE (I) and shall be
incorporated in CPM chart so that procurement is in accordance with the progress contemplated in the
CPM prepared. The complete requirement of cement shall be worked out before making any RAR
payment and procurement of cement by the contractor shall be completed sufficiently in advance of
the execution of work. Cement bags lying for more than 3 months after completion of test may be
retested at the discretion of the AGE (I) before use and shall be rejected if it fails to conform to any of
the requirements of IS-8112.
3.3 COARSE AGGREGATE: - Unless otherwise specified, coarse aggregate for all cement concrete
work shall be broken or crushed stone conforming to samples obtained from sources as
mentioned in Appendix ‘C’. In all other respects, specifications given in para 4.4.7.1 of MES Schedule
(Part-I) shall be complied with.

3.3.1 Grading of coarse aggregate unless otherwise specified shall be as follows :-

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 106
PARTICULAR SPECIFICATIONS (Contd…)

(a) For all reinforced cement concrete of 20mm graded as specified in para 4.4.7.1 of MES
thickness not less than 80 mm. Schedule (Part-I).

(b) For all reinforced cement concrete of 12.5 mm graded as specified in para 4.4.7.1 of MES
thickness less than 80mm. Schedule Part-I).

(c) For plain cement concrete 65 mm thick and 40mm graded as specified in para 4.4.7.1 of MES
over. Schedule (Part-I).

(d) For plain cement concrete less than 65 mm 20mm graded in concrete 40mm thick and above (but
thick less than 65mm) and 12.5mm graded stone aggregate in
concrete below 40mm thick, both as specified in para
4.4.7.1 of MES Schedule (Part-I).

3.3.2. FINE AGGREGATE (SAND)


Fine aggregate for all concrete work shall be sand conforming to samples complying with the requirement as
specified in para 4.4.7.2 for grading zone-I of MES Schedule Part-I. Sand of Zone-II grading can also be
permitted provided, mix design is done and the requisite strength of the concrete is achieved
3.3.3. All mixes of concrete and mortar mentioned in this tender document shall be by volume other than quality
controlled concrete i.e. design mix concrete.
3.4 MIX OF CEMENT CONCRETE
3.4.1. PLAIN CEMENT CONCRETE: Refer para 4.11, 4.11.1, 4.11.2, 4.11.2.1, 4.11.2.2, 4.11.2.3, 4.11.2.4 of SSR
Part-I. Proportion of mix, type of mix and grade of cement concrete shall be all as indicated on the drawings and
elsewhere in these particular specifications. However if nothing is specified on the drawings or elsewhere in
these particular specifications regarding mix of plain cement concrete in a particular location, the concrete shall
be provided as follows: -

(a) PCC sub base of floors (if not specifically mentioned in particular specification PCC (1:5:10) type
here-in-after). E-2 (by volume)
(b) PCC in foundation of all brick walls, lean concrete under RCC footing PCC (1:4:8) type
/beams/RCC columns and lean concrete in all other situations. D-2 (by volume).
(c) Plinth protection including toe. PCC (1:3:6) type
C-1 (by volume).
(d) PCC bed blocks, PCC bed plates, PCC blocks (other than for hold fast) and PCC (1:3:6) type
concrete filling around pipes. C-1 (by volume).
(e) PCC blocks for hold fasts, cills, kerbs, coping , benching and all other PCC PCC (1:2:4) Type
work not specifically mentioned elsewhere in (a) to (d) above. B-1 (by volume)
3.4.1.1 WORKMANSHIP: Workmanship shall be as specified in SSR Part-I relevant to items of Schedule of Works.
3.4.1.2 WATER: Refer para 4.9 & 4.9.2 of MES Schedule 2009 Part-I.
4. EQUIPMENTS. All equipments, accessories and materials to be incorporated in this work shall be of
the make(s) as specified, if in case makes are not specifically mentioned then the same shall be of standard
make and strictly comply with current appropriate Indian Standard Specifications (and ISI marked where so
available) as approved by Accepting Officer.
5. EXTERNAL ELECTRIFICATION
5.1 SCOPE OF WORK
5.1.1 The work of external electrification comprises of execution of entire completion of works included in Schedule of
Works and all as described in particular specifications.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 107
PARTICULAR SPECIFICATIONS (Contd…)
5.2 GENERAL REQUIREMENT:
(i) All electric works shall be carried out in conformity with the requirements of the Indian

Electricity Act 1910 and Indian Electricity Rules 1956 framed there under and fire insurance act as applicable and

else the relevant regulations of electric supply authorities concerned as amended from time to time.

(ii) Unless otherwise exempted under the rules of the Indian Electricity Rules, all electrical works shall be
carried out under the supervision of person holding a certificate of competency issued by the recognized authority.
The workman shall also hold certificate of competency.
(iii) Good workmanship is an essential requirement for compliance with the specifications. The work shall be

executed in the manner as directed by the AGE (I).

(iv) On completion of entire work, the contractor shall submit in triplicate to the AGE (I) layout plan showing
actual position of poles, routes, cable run, and all other information and details as directed by the AGE (I), that
will be necessary for record of maintenance and operation.
6. STANDARD OF QUALITY AND WORKMANSHIP
6.1 The supply and installation of all electrical equipment and accessories shall strictly comply with provisions
contained in the latest edition of Indian Electricity Act and Rules framed there-under as applicable to the above
mentioned work except where such regulations and rules are modified by these specifications.
6.2 Refer condition 25 of General Conditions of Contracts (IAFW-2249). All electrical works shall be carried out by
properly skilled and licensed electricians under the supervision of qualified Electrical Supervisors/Engineers. The
Contractor shall on demand by AGE (I), produce such evidence of qualification of the workman & supervisors,
either at commencement of work or at any time thereafter during the currency of the contract. The entire work
shall be of high standard with best workmanship and to the entire satisfaction of the AGE (I).
8. EARTHING
8.1 Refer para 19.137 to 19.145 of MES Schedule (Part-I) and electrical Plate No 3 of MES Schedule (Part-I).
8.2 The contractor shall execute installation of earth plate in the presence of AGE (I). Earth plate shall be surrounded
with packed layers of charcoal dust and common salt. Returning, filling in trenches, shall be done in layers not
exceeding 15cm thick, properly watered and rammed. Surplus spoil shall be carted away to a distance not
exceeding 50 metre and the site shall be left clean and tidy.
8.3 PCC chamber for watering of earthing shall be constructed at least 50 cm away of the earth pit edge.
8.4 Earth resistance shall not exceed the specified value when tested with meggar.
9. GI PIPES
9.1 GI Pipes shall be of grade and size as indicated /mentioned in Schedule of Works any of specified make ISI
marked (IS-1239). Refer para 18.4, 18.4.1 to 18.4.5 of MES Schedule Part-I.
9.2 GI pipes and fittings shall be laid in trenches, fixed to walls/floor/ceiling/poles and jointed, all as specified in para
18.50 and 18.50.3 and 18.51.1 to 18.51.5 of MES Schedule Part-I.
10. PANELS (LT/HT), AMF PANELS, FEEDER PILLAR BOXES, APFC PANEL, BUS BAR CHAMBER
10.1 These shall be factory made (approved by CP& RI) unless specifically mentioned as company made in Schedule
of Works, of type and capacity as indicated in Schedule of Works, dust and vermin proof, made out of
MS/CRCA sheet and angle iron frame, any of manufacturer specified in Appx ‘B’.
10.2 Spares/accessories to be mounted such as MCCB, MCBs , phase indicator lamp , volt meter digital type, selector
switch rotary type, bus bar chamber with bus bars & bus bar insulators etc shall be as indicated in Schedule of
Works & as specified or of standard Make as approved by AGE (I) as per existing samples kept by AGE (I)
unless specified in particular specifications.
10.3 BUS BAR: Bus bar shall be of appropriate sizes Electric grade aluminum or copper as per Schedule of Works, for
phases and neutral having suitable holes for incoming cables/out going cable having provision for cables
connections with thimbles of suitable size. The width shall be accordingly changed as per site requirement of the
feeder switches. Provision be made to install KWH meter, Voltmeter, Ammeter at Incoming and outgoing.
10.4 MOULDED CASE CIRCUIT BREAKERS (MCCBs): Refer para 19.100.14, 19.100.14.1 to 19.100.14.7 of
Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 108
PARTICULAR SPECIFICATIONS (Contd…)
MES Schedule Part-I. These shall of capacity, rating, over load and short circuit release system as indicated in
Schedule of Works.

10.4.1 MCCB shall be conforming to IS-8828 of 1996, IEC-60898, as applicable /directed by AGE (I). MCCBs shall
be of specified manufacturer’s. MCCB shall be ISI marked. MCCB shall be procured direct from
manufacturers or authorised distributors/authorised dealers.
10.5 VOLTMETER, AMPERE METER: - These shall be provided of the shape and size as described in ‘Schedule
of Works’ and directed by AGE (I). Ampere Meters and Volt meters shall conform to specifications of IS-722.
Volt Meter and Ampere Meters shall be ISI Marked of specified manufacturers. These shall be procured direct
from the manufacturer or authorised distributor/authorised dealer.
10.6 MCB DISTRIBUTION BOARDS: Refer Para 19.46.1 , 19.46.1.1. to 19.46.1.3 of MES Schedule Part-I.
These shall be as indicated in Schedule of Works & factory made as specified.
11.6.1 MINIATURE CIRCUIT BREAKER (MCBs): These shall be of type, capacity/range etc as indicated in
Schedule of Works and conforming to IS-8828 of 1996. Make shall be as specified.
11.6.2 MCBs/ISOLATORS : Refer Para 19.46.3 of MES Schedule Part-I . These shall be of make as specified
11.7 LOW VOLTAGE SWITCHING AND DISTRIBUTION PANEL :Refer para 19.23 of MES SSR-2009
(Part I).
15.8 DISTRIBUTION BOXES :Refer para 19.21 of MES SSR 2009 (Part-I) Specifications.
12. AUTOMATIC SERVO TYPEVOLTAGE STABILIZERS: Refer para 19.100.A.1 to 19.100A.4 and
19.100A.5 of SSR Part-I. These shall be of type, rating & capacity as indicated in Schedule of Works and
specified manufacturers
12. UNDER GROUND POWER CABLES
12.1 Power cables for LT & HT supply shall confirm to the Indian standards as indicated. The characteristics of the
cables viz the size of the conductors, core construction, number of cores, whether armoured or unarmored type,
insulation and sheathing and the rated voltage of the cable shall be as indicated in Schedule of Works
12.2 HT CABLES: Refer para 19.19.1, 10.19.1.1 to 19.19.1.8 of MES Schedule Part-I . All HT cables shall be of
three core aluminum conductors XLPE insulated, armoured and conforming to IS-7098 (Part-2 of 1985). These
cables shall be stranded, compacted and round to achieve minimum electrical stresses & suitable for earthed
system
12.3 LT CABLES: Refer para 19.19.2, 19.19.2.1 to 19.19.2.4 of MES Schedule Part-I. LT cables shall be XLPE
insulated, heavy duty, suitable for 1100 volts grade of stranded, compacted & circular shaped aluminum
conductors number of cores as indicated in Schedule of Works , with inner sheathing PVC extruded armoured
and each core of the cable shall have colour identification conforming to IS-7098 (Part-I of 1988), all as
specified in IS. LT cables shall be issued under Schedule ‘B’ free for laying where indicated in Schedule of
Works.
12.4 Make of the cables shall be as specified.
12.5 CABLE TERMINATION AND JOINT KITS.
12.5.1 Refer para 19.22.1 & 19.22.2, 19.85.1, 19.85.2, 19.85.2.1 to 19.85.2.5 & 19.85.3, 19.86, 19.86.1, 19.87, 19.87.1
to 19.87.5 of SSR Part-I. These shall be of Make: M-Seal / Denson / Birla-3M / Raychem.
12.6 LAYING OF CABLES.
12.6.1 Trenching: Refer para 19.74 & 19.74.1 of MES Schedule Part-I.
12.6.2 Method of laying: Refer para 19.75, 19.75.1 & 19.75.1.1, 19.76, 19.77, 19.78 & 19.79 of MES Schedule Part-I.
12.6.3 Sand for Cushioning : Sand shall be clean, dry, fine sand of river, free from all harmful materials, debris etc.
12.6.4 Bricks: Refer para 5.6 of MES Schedule Part-I. These shall be sub class ‘B’ designation 7.5 old size burnt clay
bricks.
12.6.5 Unreinforced precast concrete cable cover : These shall be factory made HVP/HV type 1 as indicated in
Schedule of Works of size 300x180x40 mm of approved manufacturer. Test certificate shall be submitted by
contractor alongwith purchase vouchers.
12.6.6 Pulling out cable: Refer para 19.80, 19.80.1 to 19.80.2 & 19.81 of MES Schedule Part-I. Cable drum shall be
rolled in direction of arrow. On no account, the cable shall be allowed to twist or shrink. When pulling the
cable around the bends, roller should be placed sideways so as to keep the cable on a safe radius.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 109
PARTICULAR SPECIFICATIONS (Contd…)
12.6.7 Laying of cable inside buildings: Refer Para 19.82, 19.82.1 to 19.82.2, 19.83 & 19.84 of MES Schedule Part-
I
12.7 Cable Jointing: Refer para 19.85, 19.85.1, 19.85.2 , 19.85.2.1 to 19.85.2.5, 19.85.3, 19.86, 19.86.1, 19.87,
19.87.1 to 19.87.5 of MES Schedule Part-I. Jointing of cables & joint kits shall be as indicated in Schedule
of Works & as specified in relevant paras of MES Schedule Part-I.
12.8 Protection of cables: Refer para 19.88,19.88.1, 19.88.2 of MES Schedule Part-I. The final protection
shall be provided by laying cable covers of the type & size as indicated in Schedule of Works
12.9 Bonding & earthing: Refer para 19.89 & 19.90 of MES Schedule Part-I.
12.10 Clearance from communication cable : Refer para 19.91 of MES Schedule Part-I.
12.11 Laying of service cable: Refer Para 19.92, 19.92.1 to 19.92.6 of MES Schedule Part-I.
12.12 TESTING OF CABLES: Refer para 19.93 of MES Schedule Part-1.
12.12.1 Testing during laying: All new cables shall be megger tested before jointing . Before jointing is
completed all low voltage (LV) cables shall be megger tested and high voltage (HV) cables pressure tested
before commissioning. The cables shall be tested for:
(a) Continuity
(b) Absence of cross phasing.
(c) Insulation resistant to earth and
(d) Insulation resistance between conductors.
12.12.2 Testing after laying and jointing: Refer para 19.93.1 of MES Schedule Part-I . Immediately after the
initial laying & jointing work is completed, a high voltage test shall be applied to HV cables to ensure that
they have not been damaged during or after the laying operations and that there is no flaw in jointing. The
following tests shall be carried out on all cables:-
(a) Insulation resistant test- Sectional and over all.
(b) Continuity test – Sectional and over all
(c) Full load test.
(d) Earth test
(e) Insulation resistance test shall be carried out between conductors, and conductors and
earth by Megger. High voltage test shall be carried out by applying test voltages between
conductors and each conductor to sheath as given in Appendix ‘F’ to IS: 1255 of 1983.
12.13 Test voltage for HT cables after laying and jointing: Refer para 19.94 of MES Schedule Part-I.
12.14 The results shall be recorded and signed both by theAGE (I) and contractor with dates.
12.17 Cable records: Refer para 19.95 of MES Schedule Part-I . The essential data shall be furnished by
contractor as cable record of all the buried cables.
12.16 Record of service lines: Refer para 19.96 of MES Schedule Part-I . On completion of the work, the
particulars of the service lines shall be furnished by contractor.
12.17 CABLE ROUTE INDICATOR : These shall be fixed along the route of cable at 30 metre interval & on
every turning & cable joint.
13 Repair/Replacement of Cooling Appliances
13.1 WORKMANSHIP & TESTING OF APPLIANCES.
(a) All the work is to be done as per latest practice in trade.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 110
PARTICULAR SPECIFICATIONS (Contd…)
(b) Rates quoted by the contractor shall be deemed to include cost of minor repair/spare like nuts,
bolts, packing material etc of appropriate sizes, welding/brazing as required at site and noting extra
shall be paid.

(c) Any leakage/wastage of gas and compressor oil during repair, charging and testing of
equipments/appliances shall be the responsibility of contractor. Appliances shall be finally taken over
after 15 days of satisfactory trial run after repairs/replacement. During this period any leakage or
waste of refrigerant/oil shall be made good by the contractor at no extra cost. AGE (I)’s decision shall
be final and binding in this regard.
(d) No equipment shall go to market/bazaar for repairs. All repair work including welding/brazing
gas charging etc shall be done at the actual location of the appliance/site workshop/AGE E/M yard all
as directed by AGE (I). except rewinding of motors/coils, which may be carried out in the workshop of
contractor and the motor/coils shall be taken for repair under proper receipt vouchers and gate passes.
(e) The burnt materials shall be carefully opened and old winding removed and slots cleaned
properly. The insulating varnish of make: Modi/Chinar shall only be used in the coil of super
enameled winding wire of appropriate size and of required weight, shall be inserted in the slots. All
connections made carefully after doing winding and tightening of slots with sticks etc. Motor shall be
fitted properly and tested on load by running continuously/intermittently as required for minimum
period of 8 hours before declaring the same as satisfactory.

13.2 TESTING: - Record of testing of all the equipment after repairs will be made duly signed by
contractor and AGE (I).
13.3 MATERIAL. All the type of material, stores and other parts required to be incorporated in this
contract shall be brought by the Contractor in original packing/cartoons. The original purchases
vouchers/invoices with photo copies shall be produced by the contractor for verification of engineer-in-charge.
All samples shall be got approved by the engineer-in-charge on sample approval proforma from the AGE (I).
13.4 PAINTING:-
(a) The paints shall be any of the following make specified in Appx ‘B’.
(b) The shade of the paint will be approved by the AGE (I) before commencement of the work. One
or combination of different shade or the paint can be used at the discretion of AGE (I).
(c) The surfaces for painting will be thoroughly cleaned from oil, grease, dirt and/or other foreign
matter to the entire satisfaction of the AGE (I) and all as specified in clause 17.10 to 17.10.2 of MES
Schedule (Part-I).
(d) The painting work shall be carried out with spray gun all as per the provisions contained in
Section-17 of MES Schedule (Part-I) to the entire satisfaction of AGE (I). The paint shall be of first
quality in original four litre packing.

14. COMPLAINT REGISTER; - Various summer appliance shall be repaired only after receipt of
complaint from user. Contractor will not carry repair work at its own but only after receiving instructions from
the AGE (I). For this purpose a complaint register will be maintained by the contractor &AGE (I) jointly. For
every item of ‘Schedule of Works’, the register will have the columns of Serial No, Serial item of ‘Schedule of
Works’, brief description of item, date of complaint, user’s signature, JE’s signature. AGE’s signature,
contractor’s signature, complaint attended on, whether item replaced or not, contractor’s sign, JE’s sign, user’s
signature for the item replaced, AGE (I) signature.
15. The aforesaid register shall be put up to AGE (I) fortnightly on Saturday & produced alongwith all
running payments & final bill.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 111
PARTICULAR SPECIFICATIONS (Contd…)
16. TRANSPORT. No Govt vehicle will be provided for taking out/in or fixing of equipment for
repair/after repairs at user site. Contractor shall have to make his own arrangement for the above purpose.
17. EMPLOYMENT OF LABOUR. The contractor shall employ ITI qualified trained mechanics and
supervisors for execution of contract.
18.DEMOLITION/DISMANTLING : Demolition/Dismantling to the extent ordered shall be carried out
carefully as described under Section 21 of MES Schedule Part-I. All precautions shall be taken before
demolition/dismantling work in hand. Any damage to other structure/fixtures etc shall be made good by the
contractor free of cost to the Govt.
19. DISPOSAL OF MATERIAL OBTAINED AFTER DEMOLITION/DISMANTLING : All the
materials obtained from dismantling/demolition/taking down except materials taken in credit schedule, shall
become the property of Govt, Unserviceable materials as declared by AGE (I) shall be disposed off outside
MD land as directed by the AGE (I) and all serviceable material shall be deposited in MES store yard of AGE
(I) concerned and receipt of this effect shall be obtained from the AGE (I) The cost of removal of
unserviceable materials/ debris shall deemed to be included in the quoted rates of ‘Schedule of Works’.

20. EARTHING

20.1 The earthing shall generally conform to IS-3043.

20.2 The contractor shall obtain approval of AGE (I) for the earthing before commencement and it shall be
executed in the presence of his representative. The excavation shall be passed by the EIC before filling the
charcoal dust, salt, filling and returning filling of earth shall be done in 15 cm on layers well watered and
rammed.

20.3 The earth resistance of the whole system shall not in any case exceed 5 Ohms.

20.4 The earthing shall be carried out to the specifications given in Schedule ‘A’.

21 REPAIR TO WATER HEATER (GEYSER)

21.1 The geysers shall be collected by the contractor from E/M yard of MES. All the geysers requiredto be
repaired shall not be handed over at a time but shall be issued as per discretion ofEngineer-in-Charge. Register
of issue and receipt of all type of geysers to be maintainedproperly showing issue voucher No of geysers with
date per lot, number of geysersbearing MES number, receipt Vr No of geysers with date per lot duly verified
by theEngineer-in-Charge in token of site check. This register should be produced along withRAR/Final bill at
the time of making payment to the contractor. Necessary receipt in tokenof having received the geysers shall
be given by the contractor duly signed to thedepartment. Any damaged/loss to the geysers while in custody of
contractor shall be bornby them. The assessment of loss shall be done by the Accepting Officer whose
decisionshall be final and binding. The Govt shall be at liberty to recover the loss from the amountfalls due to
the contractor. The Engineer-in-Charge shall accept after ensuringsatisfactory performance of geysers after
testing. Contractor’s guarantee to undertakerectification of defects during defect liability period as per contract
conditions shall be 12 months to be maintained.

21.2REPAIR/REPLACEMENT OF PARTS WATER HEATER (GEYSERS)

The Accepting officer reserves the right to order on the contractor to carry outrepair/renewal of items,
which in his opinion are required for effective functioning. Thecontractor shall carry out the aforesaid
repairs/renewal to the entire satisfaction of AGE(I).

(i) All spare parts/components/material brought by the contractor for renewal ofexisting damaged part/material
of the geysers shall be inspected and passed by theEngineer-in-Charge before incorporation in the work based
on sample approvedby the AGE(I) in writing .Make of materials /part of makes shall be as per BOQ/List
ofmakes as applicable.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 112
PARTICULAR SPECIFICATIONS (Contd…)
(ii) All material brought at site for incorporation in the work shall be of make as percontract specifications.

(iii) The contractor shall produce to Engineer-in-Charge the purchase voucher inoriginal in respect of spare
parts/material supplied.

21.3. Contractor shall be responsible for making good damaged occurred due to inadequatestaff/ negligence in
workmanship. The decision of Accepting Officer shall be final and binding inthis regard.

21.4 TESTING OF GYSERS


All the geysers repaired under this contract shall be tested up to the entiresatisfaction of Engineer - in – charge.

22 to 23 BLANK

24. SITE CLEARANCE : After physically completion of entire work the site will be cleaned by the
contractor to entire satisfaction of AGE (I). The certificate in this regard shall be attached with the final bill
duly signed by the contractor &AGE (I) and counter signed by AGE (I).

25. Appendices to Particular Specification Section.

25.1 The following appendices to these Particular Specifications Section shall be referred for the purpose
as indicated against each :-

(a) Appendix ‘A’ : Source of materials of local origin.


(b) Appendix ‘B’ : Makes/Manufacturers of equipment’s/materials.

26. The workmanship and other specifications of the work not cover above shall be as specified in the
relevant para of MES Schedule or otherwise if the same is not available in SSR then the same shall be at par
with the relevant latest Indian Standard.

27. The works covered under this contract are to be carried out to the old plants in the existing structures.
Any damage caused to the old plants & existing structure by the contractor, shall be made good by him at his
own cost and premises shall be left clean & tidy.

28. PRODUCTION OF VOUCHERS: The contractor shall submit original purchase vouchers duly
machine numbered and dated alongwith original test certificates in respect of purchase of the
materials/equipment by him. The materials shall be purchased from the authorized agents/dealers who are
required to show on the cash memo/bill all the taxes etc, make and IS number as required. The purchase
voucher shall be produced to the AGE (I) for verification of materials/equipment’s before permission of the
AGE (I) to incorporate the same in the work, is communicated to the contractor and the same shall be defaced
by the AGE (I) for the subject work and kept on record. In addition to the abovecontractor shall produce gate
pass indicating excise duty paid for the equipment/accessories/items/material etc. The materials shall be
approved by the AGE (I) in sample approval register before incorporation in the work.

…………………………
(Signature of Contractor) AGE (I) Highground
Accepting Officer

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 113
PARTICULAR SPECIFICATIONS (Contd…)
Annexure -1
CEMENT SUPPLY AND ACCEPTANCE REGISTER
1. CA No. and Name of Work
2. Control No.*
3. Name of Manufacturer/ Brand (a) Manufacturer________
Name/ Grade of Cement (b) Brand Name__________
(c) Grade of Cement_________
4. Qty of Cement & Lot No./ Week (a) Qty_____
No (In bags) (b) Lot No./ Week No_____
5. Manufacturer’s Test Certificates
to___________
6. Randon Test Details: (a) Physical test report from__________ vide their letter No._____
(Name of approved Lab / Engg College)
(b) Chemical test report from________ vide their letter No.______
(Name of approved Lab / Engg College)
7. Details of Physical & Chemical Properties
Physical Requirements (As per IS 4031) Chemical Requirements (As per IS
4032)
Compressiv
e Strengths
Specific Surface Area (Sqm / Kg)

Initial Setting Time (Minutes)

Lime SaturationFactor (ratio)


Final Setting Time (Minutes)
Soundness by Le Chatelier

(Mpa)

Alumina Iron Ratio (Ratio)


Temp During testing (Deg
Soundness by Auto Clave

Standard Consistency(%)

SulphuricAnhydride(%)
Insoluble Residue (%)

Loss on Ignition(%)
Magnesium(%)

Chlorides(%)
Alkalies (%)
03 Days
07 Days
28 Days

As per relevant IS
As per
manufacturer's test
certificate
As per random test
certificate

Remarks with Signature Accepted/ Rejected

Contractor Junior Engineer AGE (I)/Assistant Garrison Engineer

Remarks of BOO/ Inspecting Officer/ CWE

*To be allotted serially by AGE consignment wise

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 114
PARTICULAR SPECIFICATIONS (Contd…)
Annexure-2
STEELSUPPLY AND ACCEPTANCE REGISTER

1. CA No. and Name of Work


2. Control No.
3. Name of Manufacturer's TC No

4. Manufacturer
5. Randon Test Details: (a) Physical test report from__________ vide their letter No._____
(Name of NABL approved Lab / Govt.Engg College)
(b) Chemical test report from________ vide their letter No.______
(Name of NABL approved Lab / Govt.Engg College)
6. Types of steel, dia and Qty (a) Type : TMT / CRS
(b) Dia_______mm
(c) Actual Wt_____MT
(d) Conversion Wt_____MT

Chemical Test Mechanical Test

Percent Elongation %(Min 18%)


Corrosion resistant element

Tensile Strength (N/Sqmm)


Sulphur + Phosphorous %

Yield Stress (N/Sqmm)


Phosphorous %

Manganese %

Wt per Metre

Rebend Test
Sulphur %

Bend test
Carbon %

Silicon %

Remarks
As per IS-1786
As per manufacturer's test
certificate
As per independent
certificate

Remarks with Signature Accepted/ Rejected

Contractor Junior Engineer Assistant Garrison Engineer (I)

Remarks of BOO/ Inspecting Officer/ CWE

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 115
APPENDIX ‘A’TO PARTICULAR SPECIFICATIONS
LIST OF MAKES/MANUFACTURERS OF EQUIPMENTS/MATERIALS

S Product GROUP OF PRODUCTS BASED ON MAKES / BRANDS


No GROUP 1 GROUP 2 GROUP 3
1. 2 3 4 5
(A) INTERNAL & EXTERNAL ELECTRIFICATION
1. POWER BHEL, SCHNEIDER, ABB, SEIMENS, CROMPTON GREAVES, ECE INDUSTRIES LTD,
TRANSFORMER BHARAT BIJLEE, ALSTOM, VOLTAMP, ANDREW YULE,
132/66/33/22 KV MEGAWIN, ITE GURGAON, RAJSTHAN
TRANSFORMER & SWITCH GEAR, AREVA
(T&D),
2. DISTRIBUTION BHEL, SCHNEIDER, ABB, SEIMENS, POWERWARE, ANDREW YULE, ITE
TRANSFORMERS 11 KV BHARAT BIJLEE, ALSTOM, GURGAON, VOLTAMP, PACTIL, CROMPTON
ABOVE 500 KVA GREAVES, HINDUSTAN TRANSFORMERS
CAPACITY RAJASTHAN TRANSFORMER AND
SWITCHGEAR, SAI TRANSFORMER, URJA
TECHNIQUES, DIAMOND, JK TRANSFORMER
UNIVERSAL, M/s DAITRON POWER
INFRASTRUCTURE LTD
3. DISTRIBUTION CROMPTON GREAVES, ANDREW POWERWARE, INDIAN TRANSFORMERS &
TRANSFORMERS UPTO YULE, ABB, SCHNEIDER, BHARAT ELECTRICALS GURGAON, DIAMOND,
500 KVA CAPACITY BIJLEE, VOLTAMP, HINDUSTAN TRANSFORMERS, M/s DAITRON
POWER INFRASTRUCTURE LTD,
4. CHEMICAL EARTHING OBO, JMB, JMV (EARTHING), ENOV,
POWERTRACK, TIRUPATI
5. STAR RATED ENERGY ANY MAKE AS APPROVED BY BUREAU OF ENERGY EFFICIENCY AND BEARING
EFFICIENT 4/5 STAR RATING LABEL. LIST OF MAKES AVAILABLE ON BEE WEBSITE.
TRANSFORMERS STEP
DOWN UPTO 200 KVA
CAPACITY (4/5 STAR
RATING ONLY TO BE
USED)
6. HT SWITCH GEAR ABB,SIEMENS, SCHNEIDER, BHEL, CROMPTON GREAVES, ANDREW YULE,
132/33 KV & 66 KV, BHARAT BIJLI, HERTEK ALSTOM, C&S ELECTRIC, CEC, ITE
VCB (OUT CHANDIGARH, AREVA (T&D),
DOOR/INDOOR)/
CT & PT
7. HT SWITCH GEAR ABB,SIEMENS, SCHNEIDER, BHEL, CROMPTON GREAVES, ANDREW YULE,
33/66KV, SF6 (OUT HARTEK ALSTOM, C&S ELECTRIC, AREVA (T&D), L&T,
DOOR/INDOOR)

8. HT SWITCH GEAR ABB, SIEMENS, SCHNEIDER, BHEL, ALSTOM, L&T, C&S ELECTRIC, ANDREW
11KV, VCB (OUT HARTEK YULE, CROMPTON GREAVES ADVANCE
DOOR/INDOOR) HT PANELS & SWITCHGEAR, ITE GURGAON,
RING MAIN UNIT, SF6/
VACUUM, 11KV/CT
& PT
9. HT SWITCH GEAR L&T, ABB, SIEMENS, SCHNEIDER, CROMPTON GREAVES, BHARTIYA
PROTECTION RELAYS EASUN ROYALE INDUSTRIES
(ELECTROMECHANICA
L/ NUMERICAL)
10. PACKAGE/UNIFIED ABB, SIEMENS, BHEL, SCHNEIDER, CROMPTON GREAVES , L&T, ANDREW YULE,
SUB-STATION BHARAT BIJLEE, VOLTAMP, C&S ELECTRIC, ITE GURGAON, RAJSTHAN
ALSTOM TRANSFORMER AND SWITCHGEAR,
DIAMOND, HINDUSTAN TRANSFORMERS,
SUDHIR, POWERWARE, M/s DAITRON POWER
INFRASTRUCTURE LTD,
11. LT/HT CABLE JOINTS DENSON, M-SEAL, BIRLA 3M,
HEAT SHRINKABLE RAYCHEM, CABSEAL, MSS, JMV
/COLD SHRINKABLE/
PUSH ON TYPE
12. GANG OPERATED BHEL, PACTIL, OBLUM, ABB JAIPURIA, RASHTRIYA, REYCHEM, GE
SWITCH DEVICE POWER, DENKE POWER SWITCH, ATLAS,
SCREW INDIA, SSK ENTERPRISE

Contd....
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 116
APPENDIX ‘A’ TO PARTICULAR SPECIFICATIONS (Contd…)

1. 2 3 4 5
13. LIGHTING ARRESTERS BHEL, CROMPTON GREAVES, LEMLOS CO, HPL, ALPRO, CENOTECH HPL
SCHEINDER, PACTIL, OBLUM INDIA, JAIPURIA, RASHTRIYA,
ELECTRICAL, OBO BETTERMEN,
JMV, HPL
14. HT/LT PCC POLES CEMENT FABRIC CHANDIGARH, PUNJAB, CONCRETE LTD CHANDIGARH, HARYANA CONCRETE
UDYOG LTD, PCIC, ECI, HINDUSTAN PREFAB, PRACTO ENGINEERs, ICB INDUSTRIES, KASHMIR
CEMENT, KB INDUSTRIES, PRE CAST CEMENT, CONCRETE FABRIC, CONCRETE UDYOG LTD,
MOAHAN CONCRETE UDYOG LUCKNOW
15. CT &PT , 11& 33 KV ABB, SIEMENS, CROMPTON
GREAVES, PRAGATI, AE, KAPPA (AS
PER OEM HT PANEL
MANUFACTURER)
16. HT XLPE CABLES CCI, UNIVERSAL CABLES, FINOLEX, HAVELLS, GLOSTER CABLES LTD, NICCO, HAVELLS
132/66/33 KV & 11 KV ASIAN CABLES, KEI INDUSTRIES RPG CABLES, POLYCAB, ICL, GEMSCAB,
LTD (33/11KV) HAVELLS, RAVIN, ELEKTRON, CRYSTAL ELECTRIC CO
PVT LTD, DIAMOND RALLISON ELECT PVT
LTD, UNISTAR, PLY CAD, M/S DAITRON
POWER INFRASTRUCTURE LTD,
17. HT/LT STEEL NATIONAL TUBING CO. KANPUR, QUALITY STEELS, PARUTHI ELECTRICALS,
TUBULAR SWAGED BHARAT CONDUIT & STEEL WORKS MS ELECTROSTEEL, SURJIT STEEL
POLES KANPUR, C&S ELECTRIC, SHIVAM INDUSTRIES, SOHAN LAL & SONS, TTI, AST,
METALS MAHENDRA INDUSTRIES, VIKRAM
INDUSTRIES.
18. STEEL TUBULAR FINOLEX, HAVELLS, CROMPTON KEI, RALLISON, SURYA NICCO, PARAGON, EON
DECORATIVE POLES GREAVES, C & S ELECTRIC, GEMINI, GRANDLAY, POLYCAB, PLAZA, E
OCTAGONAL/HIGH HOMEDEC STANDARD, KALINGA GOLD, GEMSCAB,
MAST LIGHT AND INDOASIAN, HPL, BAJAJ, SHALABH, LBEE,
POLES VRONICA, EON, PARUTHI ELECTRICALS.
19. LT PANELS/ APFC SIEMENS, L&T, ABB, SCHNEIDER, SMS PANDS, ADWNILE SWITCH GEAR C&S
PANELS / AC LEGRAND, HENSEL, BHANDARI, HANSON, NATIONAL ENGINEERING, C&S ELECTRIC
CONTROL INDO ASIAN, OSIAN, C&S ELECTRIC ELECTRIC KTDM HEVELLS, CROMPTON LTD,
PANELS/PUMP HOUSE LTD, SHALABH, HAVELLS, HARTEK, GREAVES, POWER SYSTEM & CONTROLS HEVELLS
PANELS FOR SS STANDARD, JACKPOWER, JALANDHAR, UNIVERSAL SWITCHGEAR
HAVING CAPACITY CONTROL, CONELEC SYSTEM, CORE METAL
1000 KVA AND ABOVE KRAFTS LTD SUPERTECH POWER CONTROL
OR LT PANELS/ APFC PVT LTD, KVY PTON POWERCONTROL, AVON
PANELS / AC CONTROLS, M/S POWER SYSTEM &
CONTROL CONTROL, POWER TECH, DVEPL SPC
PANELS/PUMP HOUSE ELECTRO TECH PVT LTD, DEXPERT
PANELS FOR SS ENGINEERS, SOMBANSI ENUSIRO ENG PVT
HAVING CAPACITY LTD, ITE GURGAON
BELOW 1000 KVA
20. HIGH VOLTAGE JYOTI, DUNLOP KARULA PREMIER POLYFILM, SUNTEX
INSULATING RUBBER INSULATION, SAFEVOLT, SINTEX
MAT
21. LT AIR CIRCUIT ABB, SIEMENS, L&T, SCHNEIDER, C&S ELECTRIC LTD, BCH, KINJAL BENTEX,
BREAKERS LEGRAND, ALSTOM, HAGER, INDOASIAN, HAVELLS, AHDUNIK, CONTROL
INDOASIAN, C&S ELECTRIC, CROMPTON, STANDARD, HPL, & SWITCH GEAR,
HAVELLS, STANDARD GE, BCH, BHARTI
INDUSTRIES LTD, C&S
ELECTRIC LTD
22. MCCBs ABB, SIEMENS, L&T, SCHNEIDER, C&S ELECTRIC LTD, BCH, ADHUNIK, BHARTIA
LEGRAND, MERLIN GERIN, HAGER, INDOASIAN, HAVELLS, INUSTRIES, CRYSTAL
INDO ASIAN, C&S, KALINGA CROMPTON, ANCHOR, GE ELECRIC CO PVT LTD,
PREMIUM, HAVELLS, HPL, BELNO, POWER, HPL, STANDARD SHALABH, BENTEK
STANDARD, ELECTRICALS, SHALABH, NOVATEUR, ANCHOR,
BENLO, GM MODULAR BENLO, C&S ELECTRIC
SHALAB (INDIA), ANCHOR LTD, HEVELLS, GM
MODULAR SHALAB
(INDIA), HPL
22A DIGITAL PANEL, MRM, PROCOM PVT LTD
METER/PROTECTION
RELAY AMF
CONTROLLERS,
PREPAID METER

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 117
APPENDIX ‘A’ TO PARTICULAR SPECIFICATIONS (Contd…)

1. 2 3 4 5
23. MCB/ELCB/RCCB/RCBO L&T, ABB, SCHNEIDER, BCH,CROMPTON GREAVES, SHALABH, BENTEX,
/ISOLATORS/MCB SIEMENS, LEGRAND, HAGER, INDO INDOASIAN, C & S ELECTRIC, ADHUNIK, ANCHOR,
DISTRIBUTION BOARD ASIAN, C&S, KALINGA PREMIUM, HAVELLS, STANDARD, ANCHOR, ESS ESS KAY,
HAVELLS, HPL, BENLO, STANDARD, PLAZA, HPL, GE, SHALABH, CRYSTAL, KINJAL,
ANCHOR BENLO, GM MODULAR, BENLO, HPL, SSK GROUP,
C7C ELECTRIC LTD,
HEVELLS, GM MODULAR,
24. POWER CONTACTORS L&T, SIEMENS, ABB, LEGRAND, BCH ELECTRIC, C&S ELECTRIC, C&S ELECTRIC LTD,
SCHNEINDER, GE POWER, AE, INDO STANDARD, INDOASIAN, HEVELLS, HPL
ASIAN, C&S, HAVELLS, HPL HAVELLS,
HPL.
25. VOLTAMETER/AMMET L&T, AE, SECURE, SCHNEIDER, IMP, AMTL, HPL, MECO, ESSMA, NAPTUNE CADEL,
ER/FREQUENCY LEGRAND, HAGER, HAVELLS, HPL, INDOASIAN, HAVELLS, C&S BENTEC, ENENERCON,
METER/ PF METER C&S ELECTRIC ELECTRIC, DIVIS, DUCATI, TRINITY,
(ANALOG TYPE) RAAS, CONCORD,
VAISHNAV
26. VOLTAMETER/AMMET SECURE, DUCATI, L&T (RISHAB),
ER/FREQUENCY RAAS, CONCORD, C&S ELECTRIC,
METER/ PF METER MECO, AMTL
(ELECTRONIC TYPE/
DIGITAL TYPE)

27. LT CABLES, 1100 CCI,FINOLEX, UNIVERSAL CABLES, NICCO,ASIAN CABLES, HAVELLS, M/S PRESTIGE CAS
VOLTS, XLPE RPG, KEI INDUSTRIES PVT LTD, POLYCAB, ANCHOR, KALINGA INDUSTRIES, ANCHOR
KALINGA PREMIUM, EON, GOLD, GRANDLAY, PLAZA, HPL,
GLOSTER, POLYCAB, HAVELLS, PARAGON, GLOSTER CABLES
HPL , ANCHOR LIMITED, INUDSTRIAL CABLE,
SHALAB, HEAT FLEX, SS CABLE
INDUSTRIES, BONTON,
PARAMOUNT HIND INDUSTIRES,
DIAMOND, WINDSOR, EON
ELECTRICAL LTD, GEMSCAB,
ALCON WIRES AND CABLES ,
RALLISON ELECT PVT LTD,
CABCOM, ICL, EON, M/S
DAITRON POWER INFRA LTD,
M/S PRESTIGE CABLE
INDUSTRIES, (SHASTRI BRAND)
HITESH INDUSTRIES, HPL
28. PCC CABLE COVER MEHTAB TILES, PEARLESS INDUSTRIES, HINDMOZAIC GURJAT, JJ CONCRETE LUCKNOW

29. CHANGE OVER SIEMENS, L&T, ABB, SCHNEIDER, GE POWER, BCH, C &S ELECTRIC, GM MODULAR, ANCHOR,
SWITCHES C&S ELECTRIC, KALINGA HPL, HAVELLS, STANDARD, GE , SHALABH, ADHUNIK
PREMIUM, HAVELLS, INDOASIAN, INDOASIAN, ANCHOR, HAGER, SWITCHGEAR BENTEC,
STANDARD, ANCHOR GM MODULAR CRYSTAL, ELECTRIC CO
PVT LTD, UNILEC, EE
INDIA LTD, ESS ESS KAY,
HAVELLS, C&S ELECTRIC
LTD
30. SMART/TEMPER ABB, L&T, SCHENINDER, SECURE, LANDIS & GYR, HPL, AMTL, DIVIS, BUKATI, BENTEC,
PROOF ENERGY HAVELLS, HPL BENLO HAVELLS, GENUS, C&S TRINITY, RAAS,
METERS ELECTRIC, INDO-ASIAN, BENLO INDOASIAN, CONCORD,
HPL, VAISHNAV,
ENERCON, BENLO
31. VOLTAGE STABILIZERS APLAB, AE, BRENTFORD, V GUARD, POWERWARE, SINETRAC, SINETRAC
UPTO 25 KVA ANDREW YULE, VOLINA, IECO, VOLINA, MICROTECH, ITE
SINETRAC GURGAON, VENER-7, AAR KEY,
VINITEC, IECO, SINETRAC
32. VOLTAGE AE, V GUARD, BRENTFORD.APLAB, POWERWARE, SINETRAC, SINETRAC
STABILIZERS ABOVE 25 ANDREW YULE, VOLINA, IECO, VOLINA, LOGICSTAT, BLULINE,
KVA(SERVO SINETRAC PACTIL, VOLTAMP, ITE
CONTROLLED) GURGAON, VENER-7, AAR KEY,
VINITEC, IECO, SINETRAC
33. UPS (OFFLINE & ON EMERSON, TATA LIBERT, APLAB, SU-KAM, MICROTECH, APS, AAR KEY, SINETRAC
LINE) APC, AE, SINETRAC LABOTEK, V-GUARD, SINETRAC,
LUMINOUS, MOSER BAER,

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 118
APPENDIX ‘A’ TO PARTICULAR SPECIFICATIONS (Contd…)

1. 2 3 4 5
34. DG SETS ENGINE: CROMPTON GREAVES, MAHINDRA & MAHINDRA,
RUSTON, CUMMINS, KIRLOSKAR OILS ENGINES,ASHOK LEYLAND,
CATERPILLAR
ALTERNATOR: BHARAT BIJLI, CROMPTON GREAVES, SEIMENS,
KRILOSKAR ELECTRIC, STAMFORD, CATLER PILLAR, MTU, VOLVO,
LEROY SOMER, JYOTI
35. DG SET INTEGRATOR AKSON, SUDHIR, MAHINDRA, LOMBARDINI INDIA PVT LTD
KIRLOSKER GREENS
36. LT CAPACITOR BANKS L&T, ABB, SCHNIEDER, LEGRAND, EPCOS, CROMPTON GREAVES, DATAR, GPEC, HAVELLS,
BHEL, SIEMENS, ALSTOM, C&S DUCATI, UNIVERSAL BHARTIYA INDUSTRIES,
ELECTRIC, HAVELLS (UNISTAR), C&S ELECTRIC, C&S ELECTRIC LTD
HAVELLS, BCH, GE,
37. HT CAPCITOR BANKS ABB, UNIVERSAL, BHEL,
SCHNIEDER, SIEMENS, EPCOS
INDIA PVT LTD
38. RIGID PVC CONDUIT PLAZA, FINOLEX, BAJAJ, KALINGA KAMPLAST, SUPREME, POLY CAB, VISHAL,
PREMIUM KALINGA, DUTRON, AKG, HARSH, PARTEEK PIPES,
KINJAL, PRINCE, DIPLAST, KISAN, PKS EXPORTS
TIRUPATI, POLYCAB, JAIN
IRRIGATION, SAVOIR, INDO,
39. MS CONDUIT/ERW BHARAT STEEL, JINDAL, TATA AKG,BEC, NIC, PRAKASH PKS EXPORT
CONDUIT PIPE TUBES, OSWAL, TIRUPATI,
KAMPLANT
40. PVC COPPER WIRES- L&T, FINOLEX, RPG, RR KABLE, INDOASIAN, PARAMOUNT, C&S BENTEC, SHALABH,
650/1100 VOLTS GRANDLAY ELECTRICAL INDIA, ELECTRIC, BCH, V-GUARD, PARAFLEX, BENLO,
KALINGA PREMIUM, HAVELLS, HPL, POLYCAB, BONTON, NICCO, REMCO, HAVELLS, PLAZA,
PLAZA, EON, GLOSTER, ORISON, KALINGA PREMIUM, HPL, POLYCAB, ANCHOR
BENLO, POLYCAB, ANCHOR HAVELLS, PLAZA, PARAGON, ELECTRIC
ELECTRICAL (ELEKTRON), ANCHOR, GEMINI,
ALCON PARAFLEX, SHALABH,
BENLO, REMCO, RAM RATRA
ELECTRIC (RR) SHALABH,
ANCHOR ELECTRIC
41. PT SWITCH/ SOCKETS/ ANCHOR,LEGRAND, C&S ELECTRIC, ANCHOR KINJAL, EON, LEADER, RR
CEILING ROSES/FAN CRABTREE(SCHNEIDER) STANDARD, HAVELLS, SSK, CABLE, ANCHOR
RAGULATORS POLYCAB, FINE, PLAZA, CONA,
INDOASIAN, SSK GROUP
42. LAMINATED SHEET HYLUM, FORMICA, GREEN
COVER LAMINATED BOARDS
43. MODULAR LEGRAND, SEIMENS ABB, ANCHOR, L&T(ORIS), C&S NOVATEUR, KATATIYA,
SWITCH/SOCKETS/FA CRABTREE (SCHNEIDER), C&S ELECTRIC, LEADER, SSK, MK, NORTHWEST,
N REGULATORS ELECTRIC, HAVELLS, HPL, INDOASIAN, HAVELLS, ADHUNIK, RR CABLE, HPL,
POLYCAB, INDOASIAN, ANCHOR CLIPSAN, STANDARD, C&S ELCETRIC, HAVELLS,
POLYCAB, HPL, GM MODULAR POLYCAB, GM MODULAR,
ANCHOR
44. STEEL LIGHT FITTINGS & PHILIPS, CROMPTON GREAVES, C&S ELECTRIC, GE LIGHTING, KINJAL,TWINKLE,
ACCESSORIES-HPSV (70/ BAJAJ, WIPRO, SCHNEIDER, C&S HAVELLS, HPL. ELECTRO CINE, JAIN
150/ 250/ 400), HPMV(80/ ELECTRIC, HAVELLS, HPL, K LITE INDUSTRIAL LIGHTING
125/ 250/ 400)/ METAL CORP (JILCO), HAVELLS,
HALIDE C&S ELECTRICS
45. TUBE LIGHT/STREET PHILIPS, CROMPTON GREAVES, SURYA ROSHNI LTD, INSTA ADHUNIK, HPL,
LIGHT FITTING BAJAJ, WIPRO, ORISON, C&S POWER, HALONIX
ELECTRIC, HPL, HALONIX, TECHNOLOGIES LTD, HAVELLS,
HAVELLS, INSTA POWER, POLYCAB POLYCAB, C&S ELECTRIC,
SCHNEIDER, GE LIGHTING, HPL,
INSTIA POWER, ADHUNIK
SWITCH GEAR
46. FLOOD LIGHT PHILIPS,CROMPTON GREAVES, SURYA ROSHNI LTD, INSTA ADHUNIK, JAIN
FITTINGS BAJAJ, WIPRO, HAVELLS, POLYCAB, POWER, HALONIX INDUSTRIAL LIGHTING
HALONIX TECHNOLOGIES LTD, HAVELLS, CORP (JILCO), POLYCAB
POLYCAB
47. ACSR CONDUCTOR JAIPURIA,ALIND,ICC,NICCO, JMV DIAMOND,BHARAT
CONDUCTORS, DITRON POWER
INFRASTRUCTURE LTD
48. BOX TYPE PHILIPS,CROMPTON GREAVES, SURYA, HALONIX, SHAKTI, SINTEX, ADHUNIK,
DECORATIVE TUBE BAJAJ, WIPRO, C&S ELECTRIC, HPL, ANCHOR, HPL, LEGERO, NOVATEUR, JAQUAR,
LIGHT FITTING HAVELLS, POLYCAB, POLYCAB, C&S ELECTRIC, HOMEDEC, ASIAN,
SCHNEIDER, GE LIGHTING, ELECTROMIX, POLYCAB,
HAVELLS HAVELLS, C&S ELECTRIC

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 119
APPENDIX ‘A’ TO PARTICULAR SPECIFICATIONS (Contd…)

1 2 3 4 5
49. CFL FITTINGS CROMPTON GREAVES, PHILIPS, C&S ELECTRIC, GE LIGHTING, ADHUNIK, NOVATEUR,
BAJAJ, WIPRO, C&S ELECTRIC, OSRAM, HAVELLS, SURYA, JAQUAR, HOMEDEC, JAIN
HAVELLS, HPL, HALONIX HALONIX, ANCHOR, HPL, SINTEX, INDUSTRIAL LIGHTING
INDOASIAN, GEAR CORP(JILCO), ASIAN
ELECTROMIX, OSRAM,
SHAKTI, HPL, HALONIX,
C&S ELECTRIC, ANCHOR
50. CFL LAMPS PHILIPS, CROMPTON GREAVES, OSRAM, HALONIX, SURYA, HPL, HAVELLS, HALONIX
BAJAJ, WIPRO, HI TECH, EON, WIPRO, HAVELLS
HALONIX, HAVELLS
51. LED LAMP PHILIPS, CROMPTON GREAVES, ELEKTRON, IMPERIAL, SPIN OFF TECHNOPARK
OSRAM, SURYA, BAJAJ, BENLO, SANGWAN ENERGY SYSTEM PVT LTD, HALONIX
JAQUAR, SYSKA, HALONIX PRIVATE LTD, HALONIX, BENLO,
SYSKA, SPIN OFF TECHNOPARK
PVT LTD, HPL
52. SK FITTING VIKAS, PRAKASH, JEMCO, SPARKS,
HOMEDEC
53. (A) CEILING FANS BAJAJ, CROMPTON GREAVES, GEC, KHAITAN, ORIENT, POLAR, POLYCAB, GANESH, EON,
(5 STAR BEE RATING), ORISON, EON (CEILING FAN), GEC, HAVELLS, ALMONARD, MIE, HAVELLS, RAM RATRA
C/FANS SHALL BE HAVELLS, POLYCAB, OSRAM, EON (CEILING FAN), ELECTRIC LTD (RR) MARC
SPECIFIED ANCHOR, LUMINOUS, ORTEM,
(B) EXHAUST/WALL HALONIX, RAM RATRA
MOUNTED FANS/AIR ELECTRIC LTD (RR), POLYCAB,
CIRCULATORS MARC, HALONIX
54. WATER HEATER CROMPTON GREAVES, BAJAJ, RECOLD, HAVELLS, MORPHY DITZ,SAAHAS,
(ONLY 5 STAR BEE RICHARDS, VENUS, USHA LEXUS, BLACK & DECKER, JAGUAR, KONARK, PEARLS,
RATING WATER LUMINOUS, INDOASIAN, SHRIRAM, THERMOKING, ARISE, ORISON,
HEATERS SHALL BE EON, ARISE INDIA (ONLY STAR BEE RATING) CAMP I&II
SPECIFIED)

55. BUS BAR TRUNKING SHENEIDER, SIEMENS, L&T, C&S ELECTRIC, GE


SYSTEMS LEGRAND,OBO BETTERMAN.

56. BATTERY CHARGER SUKAM, AMCO, SINETRAC, WAC, BCH, AMAR RAJA
57. LEAD ACID AMARON, STANDARD FURKKAVA, AMAR RAJA, SUKAM, TATA
BATTERIES EXIDE GREEN, APC, LUMINOUS,
POWER ZONE, ARISE, AMCO,
ARISE LTD
58. LED LIGHT FITTING PHILIPS, BAJAJ, OSRAM, HAVELLS, C&S ELECTRIC, BIRLA POWER,
/LED LAMP CROMPTON GREAVES, BENLO, HI SURYA ROSHNI LTD INSTAPOWER, HPL, ESS
TECH, EON, C&S ELECTRIC, SYSKA LED, ELEKTRON, ESS KAY, ANCHOR, MIC,
KALINGA PREMIUM, HAVELLS, HALONIX TECHNOLOGIES, ADHUNIK, JAIN
HPL, POLYCAB, ORISON, JAQUAR, JAQUAR, BELNO, HPL, SPIN INDUSTRIAL LIGHTING
SYSKA, INSTA POWER OFF TECHNO PARK PVT LTD, CORP (JILCO),
INSTA POWER, POLYCAB GOLDWYN LTD,
POLYCAB, IMPERIAL,
JAQUAR, SYSKA,
HALONIX BENLO, C&S
ELECTRIC LTD INSTA
POWER
59. FLAME PROOF BAJAJ, CROMPTON GREAVES, SHYAAM, C&S ELECTRIC
SWITCH/SOCKET/DB SUDHIR, FCG BALIGA LIGHTING
GE
60. LIGHT/FITTINGS BAJAJ, CROMPTON GREAVES, SHYAAM, C&S ELECTRIC,
SUDHIR, FCG BALIGA LIGHTING FLEXO ELECTRICALS, PLUTO
EQUIPMENTS FLAME PROOF CONTROL,
FLEXPRO
61. FLAME PROOF BAJAJ, SHYAAM, CROMPTON, FCG,
EXHAUST FAN, SUDHIR,
PADESTAL FAN/ FLAME
PROOF AC
62. FLAME PROOF SOLAR BAJAJ, PHILIPS, CG CROMPTON WIPRO, SURYA JAIN INDUSTRIAL
STREET LIGHT LIGHTING CORP (JIILCO)
FITTINGS
63. STREET LIGHT L&T, LEGRAND, BAJAJ, SIEMENS, INDOASIAN, HAVELLS, HAVELLS, SINETRAC
TIMERS ABB, OSIAN, C&S ELECTRIC, SINETRAC, GE, BCH, C&S
HAVELLS, SINETRAC ELECTRIC,
64. AVIATION BAJAJ, CROMPTON GREAVES, WIPRO, SURYA
OBSTRUCTION LIGHT PHILIPS
Contd……..
Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 120
APPENDIX ‘A’ TO PARTICULAR SPECIFICATIONS (Contd…)

1 2 3 4 5
65 TRANSFORMER OIL M&I MATERIAL (MIDEL) POWER LINK, POWER OIL, SAVITA

66 INTEGRATED SOLAR ORRISON, AXXON, AURA ORRISON, AXXON, AURA ORRISON, AXXON,
LIGHT (LED BASED) AURA
67 EARTHING SYSTEM, JMV JMV JMV
LIGHTNING
PROTECTION SYSTEM,
SURGE PROTECTION
DEVICES
68 COPPER CLAD STEEL JMV JMV JMV
CONDUCTOR
69 CABLE JUNCTION HENSEL HENSEL HENSEL
BOXES, CIRCUIT
BREAKER BOXES, DC
RELATED JUNCTION
BOXES
70 PUSH BUTTON STATION HENSEL HENSEL
71 INDOOR/OUTDOOR K-LITE K-LITE K-LITE
LUMINAIRE INCL
STREET LIGHT &
GARDEN LIGHT
72 OVERHEAD RHINO RHINO
CONDUCTOR
73. GI PIPES/MS PIPES JINDAL Pipes, TATA, BST, PRAKASH NIDHI PIPES, INDUS TUBES GOOD LUCK, TRIPUTI,
TUBES, OSWAL, BHUSHAN, APL, LTD. SWASTIK, SURYA RAVINDRA, J STEEL
APPOLO, RAWALWASIA STEEL ROSHNI (PRAKASH) TUBING SYSTEM, JTL INFRA
PLANT LTD, OSWAL,

74 HDPE/UPVC/PPR PIPES DUTRON, FINOLEX, TIRUPATI, SFMC ALONPOLY EXTRUSION


PIPE, JAIN IRREGATION SYSTEM LTD, LTD, KIRTI, SAVIOR FAIRE,
RELLAINCE (RPPPL), SWASTIK, SARVORAM,
75. CI PIPES ELECTRO-STEEL/ LANCO, JINDAL, JAI BALAJEE, KEJERAWAL,
RASHMI, KESORAM, NECO, BENGAL IRON
ELECTROTHERM, TATA METALIKS, CORPN,
TATA KUBOTA,
76. DI PIPES ELECTRRO-STEEL/ LANCO, JAI BALAJEE, KEJERAWAL,
SRIKALAHASTHI, JINDAL, KESORAM, KISWOK, RASHMI
ELECTROTHERM, TATA METALIKS, METALIKS
TATA KUBOTA
77. SLUICE VALVES/NON KIRLOSKAR, LEADER, ZOLOTO, L&T BIR, KARTAR, SANT. MAC INTERNATIONAL,
RETURN VALVES/AIR (AUDCO) AIP BVI, MINAR, NETA
RELEASE VALVES METAL, UPADHAYAY,
NEW METAL WORKS
78. BUTTERFLY ADVANCE/ AUDCO/ LEADER/ AIP, BVI, MINAR, MAC
VALVES/CHECK CASTLE, NVR, ZOLOTO INTERNATIONAL, NETA
VALVES METAL, UPADHAYAY, NEW
METAL WORKS, BIR
KARTAR
79. GUN METAL GLOBE KIRLOSKAR, LEADER, ZOLOTO, L&T AIP,BVI,MINAR, MAC
VALVE (AUDCO), NVR INTERNATIONAL NETA
METAL, UPADHAYAY, NEW
METAL WORKS, BIR
KARTAR, SANT
80. GI FITTING JINDAL, TATA, BST ZENTO, NANDA
MANUFACTURING,
UNIQUE, NIDHI, OSWAL
81. PUMP SETS-MONO KIRLOSKAR, CROMPTON, BEST & WILLO, ARISE, KALSI BS
BLOCK CROMPTON, BEACON, MATHER & PUMPS, JYOTI, FLOWMORE,
PLATT, GRANDFOS, KSB, CRI MAXFLOW, JOHNSON &
JOHNSON
82. CENTRIFUGAL PUMPS KIRLOSKAR, BEACON, KSB, MATHER WILLO, ARISE, KALSI BS
& PLATT, GRANDFOS, WASP, ITT, CRI PUMPS, JYOTI, FLOWMORE,
MAX FLOW, ARMSTRONG
83. SUBMERSIBLE PUMPS CALAMA, KIRLOSKAR, BEACON, WILLO, ARISE, GRETINDIA,
KSB, MATHER & PLATT, GRANDFOS, JYOTI, MODI ATLANTA, SU
WASP, ITT, CRI PUMPS, CROMPTION
GREAVES, COLAMER, MODI
INDIA, GREAT IND
ARMSTRONG.

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 121
APPENDIX ‘A’ TO PARTICULAR SPECIFICATIONS (Contd…)

1. 2 3 4 5
84. NON CLOG SEWAGE KIRLOSKAR, BEACON, KSB, CROMPTON FLOWMORE, GREAT IND, JOHNSON &
PUMPS JOHNSON, FLOWMORE LTD
85. VERTICAL TURBINE KSB, KIRLOSKAR,WASP FLOW MORE BAJAJ ATLANTA, JOHNSON &
PUMP JOHNSON, FLOWMORE LTD
86. DOSING PUMP/ ION EXCHANGE, MAIC INDIA, JESCO RMCO AQUAPURA, CHLROTECH, VIKRAM
BLEACHING DOZER PAC
87. MOTOR STARTERS L&T, SIEMENS, C&S ELECTRIC, BCH, HAVELLS, INDOASIAN, HPL, STANDARD
SCHNEIDER, ABB
88. ELECTRIC MOTOR BHARAT BIJLEE, KIRLOSKAR ELECTRIC JYOTI, NGEF, BCH, HPL
CROMPTOM GREAVES, ABB, SIEMENS,
GEC,
89. SINGLE PHASE L&T, SIEMENS, C&S ELECTRIC, AUTO ELECTRONICS, AKASH,
PREVENTORS/ PHASE SINETRAC, MINILEC, LEGRAND, TELEMECHANIC, INDOASIAN, HAVELLS,
SEQUENCE SCHNEIDER, ABB BCH, SINETRAC
CORRECTOR
90. LIFTS/ELEVATORS KONE, SCHINDLER, OTIS, THYSSEN KONE, SCHINDLER, OTIS, THYSSEN KRUPP,
KRUPP, HITACHI JHONSON HITACHI JHONSON
91. EOT CRANE (i) Electro Mech, Unit-I, 16/3, F-2 Block MIDC, Pimpri Pune. (ii) Anupam (Anupam Industries Ltd 138, GIDC
Vittal Udyognagar-388 121, Via Anan Gujrat, (iii) ENDURANCE (Endurance Material Handlers Pvt Ltd Gate No
391, Talcosde Infotech Park, Pune-411062). (iv) MUKAND (Mukand Ltd Belapur Road, Dhige Thane P.O. Kalve
Bajaj Bhawan IIIrd Floor 226, Nariman Point Bombay (Mumbai). (v) Kone Crane Factory 663-D-616 Purander,
Distt-Jijuri-412203 (Pune). (vi) Demag Cranes & Components, Demag Centers-225/2, Hinjewadi, Pune-411057.
(vii) Rockwell Hoisto Crane Pvt Ltd No. 14 Sec-16 HSIDC, Bahdurgarh-124507 Distt-Jhajjar Haryana.

B/R Items
SER NO ITEM COMPANY NAME
1 CEMENT (i) ACC (ii) GRASIM (iii) ULTRATECH (iv) INDIA CEMENT (v) DALMIA CEMENT (vi) ANDHRA CEMENT LTD
(vii) CENTURY (viii) SAURASHTRA (ix) BINANI (x) RAMCO (xi) MANGLAM (xii) BIRLA (xiii) ORIENT (xiv)
NUVOCO (xv) SHREE (xvi) J K (xvii) JK LAKSHME (xviii) JAYPEE (xix) AMBUJA (xx) SARTAJ (xxi) PRASAKTI
(xxii) MAHA SAKTI FOR PSC, MAHA FOR OPC 43 & MAHA SHAKTI FOR PPC (xxiii) CHETTIND (xxiv) STAR
(xxv) KONARK (xxvi) SANGHI (xxvii) WONDER CEMENT.
2. STEEL (PRIMARY RINL, TATA, SAIL, JAI BALAJI, SHYAM TMT, ELEGANT TMT, SIMADHRI TMT, JINDAL SRMB, CONCAST
PRODUCERS) MAXX, ADHUNIK MET, GOEL TMT, JSW TMT PLUS, ELECTROSTEEL, JINDAL SEL, KAMACHI BDG6
ND
3. STEEL (SECONDARY (a) BINJUSARIA METAL BOX CO. (PVT) LTD 15-2-676/2, 2 FLOOR, ARYA SAMAJ BUILDING
PRODUCERS) KISHANGUNJ, HYDERABAD FACTORY : SURVEY NO 139, GANGANPAHAD, RR DIST (AP). (b) BARNALA
STEEL INDUSTRIES LTD VILLAGE : VEHLANA, MEERUT ROAD, MUZAFFAR NAGAR (UP) (c) M/S
GUARDIAN STEEL PVT LTD 109, MAHINDER CHAMBERS, W.T PATIL MARG CHEMBUR MUMBAI-400 (d)
RATHI UDYOG LTD A-3 SOUTH GT ROAD, GHAZIABAD RGTL INDUSTRIES LTD 24/1A MOHAN
COOPERATIVE INDUSTRIES ESTATE MATHURA ROAD NEW DELHI-110044 (e) M/S SHYAM SEL LIMITED
NH-6, BOMBAY ROAD, VILLAGE-PAKURIA PO : LAKHANPUR, P.S : DOMJUR, DISTT : HOWRAH,
ST
DURGAPUR (f) SHYAM STEEL INDUSTRIES LTD WHITE TOWERS, 115 COLLEGE STREET, 1 FLOOR,
KOLKATA-700012 (g) SRMB SRIJAN LTD 7, KHETRADAS LANE, KOLKATA-700012 (h) M/S T K ISPAT (PVT)
LTD 409, CITY TOWER, 17, BOAT CLUB ROAD, PUNE-411001. (j) M/S DOABA STEEL ROLLING MILLS
AMLOH ROAD, MANDI GOVIND GARH (PUNJAB) (USING EVCON TRUBO TECHNOLOGY PROCESS FOR
MANUFACTURE OF TMT STEEL (k) M/S SHRI BADRI NARAIN ALLOYS AND STEEL LTD 95, STEPHEN
HOUSE, 4 BBD BAG, KOLKATA-700001 (USING EVCON TURBO TECHNOLOGY PROCESS FOR
MANUFACTURE OF TMT STEEL. (l) M/S SPS ROLLING MILLS LTD HIMALAYA HOUSE 3813, 8TH FLOOR,
CHOWRINGHEE ROAD, KOLKATA-70071 (m) M/S SHREE SHARMA STEEL ROLLING MILLS PVT LTD, 90ABC
& 91-B, INDUSTRIAL AREA, JHOTWARA, JAIPUR (o) M/S FORTUNE METAL LTD. MANDI GOBIND GARH
(PUNJAB) (p) M/S PARAS NATH STEEL ROLLING MILLS, DURGAPUR (WB) (q) M/S RATHI SUPER STEEL
LTD 3-B, VANDANA BLDG 11, TOLSTOY MARG, NEW DELHI ® M/S KAMDHENU ISPAT LTD A-1114, RIICO
INDUSTRIAL AREA PHASE-III, BHIWADI-301019, DISTT : ALWAR (RAJASTHAN) (s) M/S AMBA STEEL 21/6,
WEST PATEL NAGAR, NEW DELHI-110008 (t) M/S MADHAV UDYOG PVT LTD TALWARA ROAD, SIR HIND
SIDE, MANDI GOBINDGARH PUNJAB-147301. (u) M/S KL STEEL PVT LTD, P.O BOX NO 61, LALKUAN-
BULAND SAHAR ROAD, GHAZIABAD (U.P) (v) M/S PREM STEEL & ALLIED INDUSTRIES (W) M/S SHREE
KRISHNA STEEL ROLLING MILLS, JAIPUR
S Product GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
1. 2 3 4 5
1 PVC COPPER WIRES- L&T, FINOLEX, RPG, RR INDOASIAN, PARAMOUNT, C&S BENTEC, SHALABH
650/1100 VOLTS KABLE, GRANDLAY, ELECTRIC, BCH, V GUARD, POLYCAB,
KALINGA PREMIUM, BONTON, NICCO, KALINGA PREMIUM,
HAVELLS, HPL, [PLYCAB, HPL, HAVELLS, PLAZA, PARAGON,

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 122
APPENDIX ‘A’ TO PARTICULAR SPECIFICATIONS (Contd…)
EON, GLOSTER, ORISON (ELEKTRON), ANCHOR, GEMINI, ALCON,
SALABH, RHINO, PARAFLEX.
2. GI PIPES/MS PIPES JINDAL Pipes, TATA, BST, NIDHI PIPES, INDUS TUBES LTD. GOOD LUCK,
PRAKASH TUBES, OSWAL SWASTIK, SURYA ROSHNI TRIPUTI, RAVINDRA,
(PRAKASH) TUBES, OSWAL, J STEEL SYSTEM,
JTL INFRA
3. HDPE/UPVC/PPR DUTRON, FINOLEX, ALONPOLY EXTRUSION LTD, KIRTI,
PIPES TIRUPATI, SFMC PIPE, SAVIOR FAIRE, SARVORAM.
JAIN PIPE, RELAINCE
(RPPPL ), SWASTIK
4. CI PIPES ELECTRO-STEEL/ LANCO, JAI BALAJEE, KEJERAWAL, NECO,
JINDAL, RASHMI, BENGAL IRON COPN
KESORAM,
ELECTROTHERM, TATA
METALIKS, TATA
KUBOTA
5. DI PIPES ELECTRRO-STEEL/ JAI BALAJEE, KEJERAWAL, KISWOK,
LANCO, SRIKALAHASTHI, RASHMI METALIKS
JINDAL, KESORAM,
ELECTROTHERM, TATA
METALIKS, TATA
KUBOTA
6. SLUICE KIRLOSKAR, LEADER, BIR, KARTAR, SANT. MAC
VALVES/NON ZOLOTO, L&T (AUDCO) INTERNATIONAL,
RETURN AIP BVI, MINAR,
VALVES/AIR NETA METAL,
RELEASE VALVES UPADHAYAY, NEW
METAL WORKS
7. BUTTERFLY ADVANCE/ AUDCO/ AIP, BVI, MINAR, MAC
VALVES/CHECK LEADER/ CASTLE, NVR, INTERNATIONAL, NETA METAL,
VALVES ZOLOTO UPADHAYAY, NEW METAL WORKS,
BIR KARTAR
8. GUN METAL GLOBE KIRLOSKAR, LEADER, AIP,BVI,MINAR, MAC
VALVE ZOLOTO, L&T (AUDCO), INTERNATIONAL NETA METAL,
NVR UPADHAYAY, NEW METAL WORKS,
BIR KARTAR, SANT
9. GI FITTING JINDAL,TATA,BST ZENTO,NANDA MANUFACTURING,
UNIQUE,NIDHI,OSWAL
10. PUMP SETS-MONO KIRLOSKAR, CROMPTON, WILLO, ARISE, KALSI BS
BLCOK BEST & CROMPTON, PUMPS, JYOTI, FLOWMORE,
BEACON, MATHER & MAX FLOW, JOHNSON &
PLATT, GRANDFOS, KSB JOHNSON
11. CENTRIFUGAL KIRLOSKAR, BEACON, WILLO, ARISE, KALSI BS
PUMPS KSB, MATHER & PLATT, PUMPS, JYOTI, FLOWMORE,
GRANDFOS, WASP, ITT MAX FLOW, ARMSTRONG

12. SUBMERSIBLE CALAMA, KIRLOSKAR, WILLO, ARISE, GRETINDIA,


PUMPS BEACON, KSB, MATHER JYOTI, MODI ATLANTA, SU
& PLATT, GRANDFOS, PUMPS, CROMPTION,
WASP, ITT COLAMER, MODI INDIA,
GREAT IND ARMSTRONG.
13. NON CLOG SEWAGE KIRLOSKAR, BEACON, FLOWMORE, GREAT IND,
PUMPS KSB, CROMPTON JOHNSON & JOHNSON
14. DOSING PUMP/ ION EXCHANGE, MAIC RMCO AQUAPURA,
BLEACHING DOZER INDIA, JESCO CHLROTECH, VIKRAM PAC
15. MOTOR STARTERS L&T, SIEMENS, C&S HAVELLS, INDOASIAN, HPL,
ELECTRIC, BCH, STANDARD
SCHNEIDER, ABB
16. ELECTRIC MOTOR BHARAT BIJLEE, JYOTI, NGEF, BCH
KIRLOSKAR ELECTRIC
CROMPTOM, ABB,
SIEMENS, GEC
17. SINGLE PHASE L&T, SIEMENS, C&S AUTO ELECTRONICS,
PREVENTORS/ ELECTRIC, SINETRAC, AKASH, TELEMECHANIC,
PHASE SEQUENCE MINILEC, LEGRAND, INDOASIAN, HAVELLS, BCH,
CORRECTOR SCHNEIDER, ABB SINETRAC

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 123
APPENDIX ‘A’ TO PARTICULAR SPECIFICATIONS (Contd…)
18. Bearing for Fan NBC, SKF, Tata
19. Thermostat for geyser Dass Pass, Theta, Bajaj, Venus
20. Safety Valve Gem, Parko, Ess Ess
21. Capacitor Epcos, Unistar, Usha, Tesla, Seimen
22. Remote for AC Videocon, LG, Sony
23. Compressor Kirloskar, Tecumesh, Whirlpool
24. Condenser AUE, Cool Home, Universal
25. Push cock for coolers Arihant, Parko, Gem, Leader
26. Thermostatic switch Indofos, Denfos

Notes:-
1. All other materials :Make and sample to be approved by AGE (I) Highground& shall conform to ISI marked.

2 Makes specified in Sch 'A' shall only be provided when makes are mentioned in Sch 'A'.

3. Makes specified in Particulars Specifications shall be provided only when no makes are specified in Sch 'A'.

4. Makes specified in this Appendix shall be provided only when no makes are mentioned in Sch 'A' and
Particulars Specifications.

5. Contractor will supply the material only after obtaining the written approval from AGE (I) regarding use of
specific make of items and will supply the material at appropriate time as and when required by the AGE (I).

6. To ensure genuineness of material the contractor will order only from manufacturer or authorised dealer and
the AGE (I) will receive material after verifying the delivery challan of the supplier and after satisfying the
genuineness of material.

7. The makes if given in schedule ‘A’ BOQ shall take precedence over this list of makes

AGE (I)Highground
Signature of Contractor Accepting Officer
Date:

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 124
APPENDIX ‘A-1’ LIST OF MATERIALS HAVING ISI CERTIFICATION MARKING
Ser NAME OF MATERIALS Relevant IS
No.
1 2 3
1. CONCRETE
Integral water proofing compound. 2645
Plywood for concrete shuttering work. 4990
2. JOINERY
Wooden flush door shutters, solid core type, ply wood face 2202 (Part-I)
panels.
3. BUILDERS HARD WARE
(a) Steel butt hinges. 1341
(b) Non–ferrous metal butt hinges. 205
(c) Ferrous tower bolts. 204 (Part-I)
(d) Non-ferrous tower bolts. 204 (Part-II)
(e) Door handles. (Non-ferrous) 208
(f) Parliament hinges. (Ferrous) 362
(g) Hydraulically operated door closer. 3564
(h) Continuous (piano) hinges. 3818
(i) Non-Ferrous metal sliding door bolts. 2881
(j) Tee and strap hinges. 206
(k) Mild steel sliding door bolts. 281
4. ROOF COVERINGS
Bitumen felts for water proofing and damp proofing 1322
5. CEILING AND LINING
(a) Ply wood for general purpose. 303
(b) Block boards. 1659
(c) Veneered decorative plywood 1328
(d) Marine plywood 710
(e) Fiber hard boards 1658
(f) Veneered Particle Board (Exterior Grade) 3097
(g) Decorative thermo setting synthetic resin bonded 2046
laminated sheets
6. FLOORING
White Portland cement 3042
Cement Concrete flooring tiles 1237
7. WATER SUPPLY, PLUMBING, DRAINS & SANITARY APPLIANCES
(a) Concrete pipes (with and without reinforcement)
(b) Flushing Cistern for WC and urinals. 458
(c) PVC flushing cistern. 774
(d) Cast copper alloy screw down bib tap and stop valves 7231
for water services. 781
(e) Galvanized mild steel tube
(f) Galvanized mild steel tube fittings 1239 (Part-I)
(g) Centrifugally cast (Spun) Iron spigot and socket; soil, 1239 (Part-II)
waste and vent pipes, fittings and accessories. 3989
(h) Ball valves (Horizontal plunger type) including floats for
Contd....
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 125
water supply purposes. 1703
(j) Cast iron manhole covers and frames.
(k) AC pressure pipes. 1726
(l) Automatic flushing cistern. 1592
(m) Vitreous China ware appliances:- 2326
(i) General requirements.
(ii) Wash down water closet. 2556 (Part-I)
(iii) Squat pan. 2556 (Part-II)
(iv) Wash hand basin. 2556 (Part-III)
(v) Laboratory sink. 2556 (Part-IV)
(vi) Urinal bowl type. 2556 (Part-V)
(vii) Half stall urinals. 2556 (Part-VI, Sec-1)
(viii) Syphonic wash down water closet. 2556 (Part-VI, Sec-2)
(ix) Foot rests. 2556 (Part-II)
(n) Plastic WC seats and covers. 2556 (Part-X)
(o) Pillar taps. 2548
(p) Centrifugally cast (spun) iron pressure pipes for water, 1795
gas and sewage. 1536
(q) Rubber sealing for gas mains, water mains and sewage.
(r) Cast iron fittings for pressure pipes for water, gas and 5382
sewage. 1538 (Pt-I to XXIII)

8. ELECTRICAL WORKS
(a) Ceiling roses 371
(b) Rigid steel conduit. 9537 (Part-II)
(c) Rigid non-metallic conduit. 3419
(d) Starter for tube light. 2215
(e) HRC cartridge fuses links up to 650 volt. 9224(Part-II)
(f) Aluminium conductor for overhead transmission purposes. 398
(g) Porcelain insulators for overhead power lines. 731
9 STEEL AND IRON WORK
Steel doors, windows, ventilators 1038

AGE (I)Highground
Signature of Contractor Accepting Officer
Date:

Contd...
CA NO :AGE(I)/HG CHD/T-23/2024-25 Serial Page No. 126

APPENDIX ‘B’

LIST OF MATERIALS OF LOCAL ORGIN TO BE INCORPORATED IN WORKS

Ser. Name of materials Sources of Material


No.
1 2 3
1. Coarse aggregate for all PCC work Crushed stone/ shingle obtained from Ghaggar river
near Mubarkpur (Near Chandigarh).
2. Coarse aggregate for all RCC work Crushed stone obtained from Crushers located around
Chandigarh.
3. Sand for plastering, pointing, brick work Ghaggar river near Mubarkpur (Near Chandigarh)
and seal coat of road work.
4. Sand for all RCC and PCC work Ghaggar river near Mubarkpur (Near Chandigarh)
5. Lime Local
6. Bricks and brick tiles Local
7. Stone metal for road work Broken/crushed stone obtained from Ghaggar river
near Mubarkpur (Near Chandigarh)
NOTES:-
(a) Source of material shall be as given Srl 1 to 7 above or in the vicinity thereof. The tenderer shall enquire the
location of source before submitting his tender and no additional payment shall be made on account of any
misunderstanding or its distance from site of works.

(b) Materials of sources listed above, shall only be used. In the event of non-availability, use of alternatives shall
be decided by the Accepting Officer.

……………………………
(Signature of Contractor) AGE (I)Highground
Accepting Officer

Contd....

You might also like