Você está na página 1de 40

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 01

MILITARY ENGINEER SERVICES


NAME OF WORK: " MANNING AND OPERATION OF CENTRAL AC PLANT 120 TR AT
OT COMPLEX AT CHAF BANGALORE.
CONTENTS
Ser
No
1.

Contents

2.

Forwarding letter

2-3

3.

Instructions for filling tender documents

4-13

4.

14-18

7.

Notice of Tender IAFW-2162 including Appendix "A" to Notice of


Tender)
Item Rate tender and contract for works required IAFW-1779-A
(Revised 1955) including Sch "A", "B", "C" & "D" Tender pages
(Contd)(EXCEL SHEET IN BOQ)
General conditions of contracts (IAFW-2249) (1989 Print) including
Errata and amendments to General Condition of contract IAFW-2249.
Schedule of Minimum Fair Wages

8.

Special Conditions

81 - 87

9.

Particular specifications including list of drawings

88 92

10.

Corrigendum to the tender documents

11

Relevant Correspondence

12

Acceptance letter

5.
6.

Particulars

Pages
1

13
Total Pages :

AGE (Contracts)
For Accepting Officer
____________________
(Signature of Contractor)

19 -27
28 - 70
71 - 80

CA NO : GE (AF)/B/

of 2016-2017

Tele :080-23411061

8304/

/ E8

Serial Page No : 02
REGISTERED
POST/ACK DUE
Garrison Engineer (AF)
Military Engineer Services
HQ TrgComd, IAF Campus
Hebbal, Bangalore 560 006
03 Nov 2016

M/s___________________________________________
______________________________________________
______________________________________________
______________________________________________
NAME OF WORK: " MANNING AND OPERATION OF CENTRAL AC PLANT 120 TR AT
OT COMPLEX AT CHAF BANGALORE.
Dear Sir [s],
1.
Tender documents in respect of above work are uploaded on the site
www.eprocuremes.gov.in. The tender is on single stage two cover/two stage two cover/three 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 up to the date and time mentioned in the
NOTICE INVITING TENDER (NIT). No tender/bid will be received in physical form and any
tender/bid received in such manner will be treated as non-bonafide tender/bid.
3.
Bid will be opened on due date and time fixed for opening in the presence of
tenderers/bidders or their authorized representatives, who have uploaded their quotation bid and
who wish to be present at the time of opening the bids.
4.
Your attention is also drawn to instruction on filling and submission of tender attached
herewith. You may forward your points on tender documents and /or depute your technical
representative for discussion on tender/drawings and to clarify doubts, if any, on or before
10 Nov 2016. You are requested not to write piece meal points and forward your points duly
consolidated before due date viz 10 Nov 2016.
5.
Un-enlisted contractors are required to submit the scanned copies (in pdf file) of documents
required as per eligibility criteria mentioned in instructions for filling the tender documents and
Appendix A to NIT along with EARNEST MONEY DEPOSIT (EMD) AND tender fee on e-procurement
portal and submit the physical documents in the office of GE (AF) Bangalore within time limit
specified in NIT. Inadequacy/deficiency of documents shall make the bid liable for rejection resulting
in disqualification for opening of finance bid.
6.
(a)
Contractor having not executed standing security bond and standing security deposit in
any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in
Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing
authority before date & time fixed for this purpose. In case of failure to abide by any of these two
requirements, the finance bid will not be opened.

CA NO: GE (AF)/B/

of 2016-2017

Serial Page No : 03

(b)
Contractor having not executed standing security bond and standing security deposit in
any MES formation would be required to deposit individual security deposit on acceptance of tender
which will be calculated with reference to the tendered cost as per scales laid down by MES for
calculation of EARNEST MONEY enhanced by 25% subject to maximum of Rs 18, 75,000/- (Rupees
eighteen lakhs seventy five thousand only).
7.
Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter,
tender fee and such other documents as mentioned in Appx A to NIT on e-procurement portal and
submit physical documents in the office of GE (AF) Bangalore before date & time fixed for this
purpose.
8.
The contractor must ensure that the tender/bid on the proper form is uploaded in time as the
Accepting Officer will take no cognizance of any quotations/offer received in any other electronic or
physical form like email/fax/by hand through post from tenderer/bidder even if they are received in
time.
9.
In view of delays due to system failure or other communication related failures, it is
suggested that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due date
and time fixed.
10.
General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments
thereto, Schedule of minimum fair wages and MES SSR (Part-I and Part-II) are not enclosed with
these documents. These are available for perusal in the Office of GE (AF) Bangalore concerned and
this office.
11.
ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION,
SPECIFICATIONS LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION,
WHATSOEVER, IS LIABLE TO BE REJECTED.
12.
(a)
Contractor having not executed standing security bond and standing security deposit in
any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in
Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing
authority before date & time fixed for this purpose. In case of failure to abide by any of these two
requirements, the finance bid will not be opened.
(b)
Contractor having not executed standing security bond and standing security deposit in
any MES formation would be required to deposit individual security deposit on acceptance of tender
which will be calculated with reference to the tendered cost as per scales laid down by MES for
calculation of earnest money ENHANCED BY 25% subject to maximum of Rs 18,75,000/- (Rupees
eighteen lakhs seventy five thousand only only)
Yours faithfully,

Encl: (As per Para 5 & 7)


__________________________
(Signature of Contractor)
Date :

(P Rajan)
AE (QS&C)
AGE (Contracts)
for Accepting Officer

CA NO : GE (AF)/B/

1.

of 2016-2017

Serial Page No : 04

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPILED


WITH BY THE TENDERER(S)
EARNEST MONEY
Contractors who are not enlisted with MES/who are enlisted, but have not executed the
Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in
any one of the following forms, alongwith their tender/bid:(a)

Deposit at Call Receipt from a scheduled bank in favour of GE (AF) Bangalore.

(b)

Receipted Treasury Challan for the amount being credited to the Revenue Deposit of
GE (AF) Bangalore./CCE
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 GE (AF) Bangalore.
NOTES : Earnest Money Deposit (EMD) in the form of cheque /Bank Guarantee etc will
not be accepted. NON SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned
copy along with 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).

NON SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) by 1100hrs on 30 Nov 2016


WILL RENDER THE TENDER AS NON BONAFIDE AND CONSEQUENTLY LIABLE TO BE IGNORED.
2.

SECURITY DEPOSIT
In case the tender/bid submitted by such contractor who is not enlisted with MES is accepted,
the contractor will be required to lodge with Controller of Defence Accounts INDIVIDUAL
SECURITY DEPOSIT calculated with reference to TENDERED COST as notified by the
Accepting Officer subject to a maximum of Rs 18,75,000/-. The amount is required to be
lodged within 30 (Thirty) days of the receipt by the contractor of notification of acceptance of
tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the
Final bill (See Condition 22 of GCC (IAFW-2249)).

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 05

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPILED


WITH BY THE TENDERER(S) Contd
In case the tender submitted by such contractor (who is not enlisted with MES/who is enlisted
but has not executed the Standing Security Bond) is accepted, he will be required to lodge
with the Controller of Defence Accounts concerned Individual Security Deposit calculated
with reference to TENDERED COST as notified by the Accepting Officer subject to maximum
of Rs 18,75,000/- (See Condition 22 of IAFW-2249).Security Deposit for Individual works (i.e.
Individual Security Deposit) shall be 25% more than the amount of earnest money calculated
as under with respect to tendered cost:

Sl Estimated cost of works


No
1. UptoRs 50 Lakhs.
2.
3
4
5
3.

Earnest Money

2% of the amount subject to a minimum of Rs


5,000/Over Rs 50 lakhs and uptoRs Rs 1,00,000/- + 1.5% of amount exceeding Rs 50
100 lakhs.
lakhs.
Over Rs 100 lakhs and uptoRs Rs 1,75,000/- + 1.0% of amount exceeding Rs
500 lakhs.
100 lakhs.
Over Rs 500 lakhs and uptoRs Rs 5,75,000/- +0.50% of amount exceeding Rs
1500 lakhs.
500 lakhs.
Over Rs 1500 lakhs.
Rs10,75,000/- + 0.50% of amount exceeding Rs
1500 lakhs subject to maximum of Rs15,00,000/-

CONTRACTORS ENLISTED WITH CHIEF ENGINEER, SOUTHERN COMMAND AND


WHO HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING
SECURITY DEPOSIT BUT OF A LOWER CLASS.
In case the tender/bid is accepted, the amount of Additional Security Deposit will be as
notified by the Accepting Officer. The amount will be the difference between the Individual
Security Deposit calculated with reference to the TENDERED COST and Standing Security
Deposit lodged. The amount is required to be lodged within 30 (Thirty) days of the receipt
by the contractor of notification of acceptance of tender/bid, failing which the sum shall be
recovered from the 1st RAR payment or from the Final bill (Refer Condition 22 of GCC (IAFW2249)).
Contd

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 06

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S) (Contd.,)
4.

CONTRACTORS
ENLISTED
SOUTHERNCOMMAND.

IN

MES

FORMATIONS

OTHER

THAN

CE

Contractors whose name(s) are on the approved list of any MES formations, i.e. other than CE
Southern Command and who have deposited Standing Security and have executed Standing Security
Bond may tender/bid without depositing Earnest Money with the tender and if the Accepting Officer
decides accept his tender/bid, such tenderers will be required to lodge Security Deposit as notified by
the Accepting Officer. The amount is required to be lodged within 30 (Thirty) days of the receipt by
the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered
from 1st RAR payment or from the Final bill.

5.

GENERAL INSTRUCTIONS FOR COMPLIANCE:

5.1
The bids received only in the electronic form will be considered. All bids shall be submitted on
eprocuremes.gov.in portal. Documents should be scanned and forwarded in pdf form and xls
form as indicated.
5.2
Bids shall be uploaded on eprocuremes.gov.in portal on or before the bid closing date
mentioned in the tender. No tender/bid in any other electronic or physical form like email/fax/by
hand/through post will be considered.
5.3
Bid should be DIGITALLY signed using valid DSC. All pages of tender documents,
corrections/alterations shall be signed/initiated by the lowest bidder after acceptance.
5.4
Drawings, if issued in physical form, must be returned duly initalled by the tender/bidder in
separate envelops indicating his name and address.
5.5
The tender shall ne signed , dated and witnessed at all places provided for in the documents
after acceptance. All corrections shall be initialed. The Contractor shall initial every page of tender
and shall sign all drawings forming part of the tender. Any tender/bid, which proposes alterations to
any of the conditions whatsoever, is liable to be rejected.
5.6
In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading
the bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole
proprietor, scanned copy of an affidavit on stamp paper of appropriate value to this effect stating
that he has authority to bind the firm in all matters pertaining to contract including the Arbitration
Clause, shall be attached in pdf form. In case of partnership concern or a limited company, digital
signatory of the bid/tender shall ensure that he is competent to bind the contractor (through
partnership deed, general power of attorney or Memorandum and Articles of Association of the
Company) in all the matters pertaining to the contracts with Union of India including arbitration
clause. A scanned copy of the documents confirming earlier. The person uploading the bid on
behalf of another partner(s) or on behalf of a firm or company using his DSC shall upload with the
tender/bid a scanned copy (in pdf form) of Power of Attorney duly executed in his favour by such
other or all of the Partner(s) or in accordance with constitution of the company in case of company,
stating that he has authority to bind such other person of the firm or the Company, as the case may
be, in all matters pertaining to the contract including the Arbitration Clause.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 07

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S) (Contd.,)
5.7
Even in case of Firms or Companies which have already given Power of Attorney to an
individual authorizing him to sign tender in pursuance of which bids are being uploaded by such
person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that the
said person has authority to bind such partners of the Firm, or the Company as the case may be,
including the condition relating to Arbitration Clause, should be uploaded in pdf form with the
tender/bid, unless such authority has already been given to him by the Firm or the Company. It
shall be ensured that power of attorney shall be executed in accordance with the constitution of the
company as laid down in its Memorandum & Article of Association.
5.8
Hard copies of all above documents should be sent by the contractor to the Tender issuing
authority well in advance to be received before the date & time fixed for the same.
5.9

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

5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of
IAFW 2249 (General conditions of contract).
5.11 Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being present
at the time of opening of the tenders/bids, may do so at the appointed time.
5.12 The tender/bidder shall quote his rate on the BOQ file only. No alteration to the format will
be accepted, else the bid will be disqualified and summarily rejected.
5.13 In case the tenderer/bidder has to revise/modify the rates quoted in the BOQ (excel sheet) he
can do so only in the BOQ, through eprocuremes.gov.in site only before the bid closing time and
date.
6.
REVOKATION/REVISION OF OFFER UPWARD/OFFERING VOLUNTARY REDUCTION,
AFTER OPENING OF FINANCIAL BIDS BY LOWEST BIDDER.
In the event of lowest tenderer/bidder revoking his offer or revising his rates upward/offering
voluntary reduction, after closing of bid submission date & time, his offer will be treated as revoked
and the Earnest Money deposited by him shall be forfeited. In case of MES enlisted Contractors, the
amount equal to the Earnest Money stipulated in the Notice of tender, shall be notified to the
tenderer/bidder for depositing the amount through MRO. Bids of such Contractors/bidders shall not
be opened till the aforesaid amount equal to the earnest money is deposited by him in Govt
Treasury. In addition, bids of such tenderer/bidder and his related firm shall not be opened in
second call or subsequent calls. Reduction offered by the tenderer/bidder on the freak high rates
referred for review shall not be treated as voluntary reduction.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 08

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S) (Contd.,)
7.

CPM (Critical Path Method).

7.1

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

7.2
The tenderer/bidder is expected to be fully conversant with the CPM technique and employ
technical staff who can use the technique in sufficient details. Sufficient books and other literature
on the subject are widely available in the market which the tenderer/bidder may make use of.
7.3
The tenderers/bidders attention is drawn to special condition of the tender regarding
preparation of the detailed network analysis and time schedule for the work and his liability for
employing sufficient resources to adhere to this schedule. Any inability on the part of the
tenderer/bidder in using the technique will be taken as his technical inefficiency and will affect his
class of enlistment and future prospect/invitation to tenders for future works.
7.4
Department may issue amendments/errata in form of CORRIGENDUM to tender/revised BOQ
to the tender documents. The tenderer/bidder is requested to read the tender documents in
conjunction with all the errata/amendments/corrigendum, if any, issued by the department.
8.

These instruction shall form part of the contract documents.

8.1

The tender will only be accepted in the electronic form. All bids to be submitted in
eprocuremes.gov.in portal. Documents should be scanned and forwarded in pdf form
orxls form as indicated.

8.2

Tenders ( quoted Bid of BOQs )shall be uploaded on eprocuremes.gov.in portal on or before


the bid closing date mentioned in the tender. No physical form of the tender will be accepted.

8.3

All bids will be digitally signed by the contractor.

8.4

The tender shall be accompanied by the scanned (pdf format) certified true copy of the power of attorney of the
signatory to the tender documents. In case the signatory himself is the Sole Proprietor, an affidavit on stamp
paper of appropriate value to this effect stating that he has authority to bind the firm in all matters pertaining to
contract including the Arbitration clause, shall be attached in pdf form. The person signing the tender on behalf
of another partner (s) or on behalf of the firm or company shall attach with the tender scanned copy ofa proper
Power of Attorney duly executed in his favour by such other person or by the partner(s) or in accordance with
constitution of the company in case of company, stating that he has authority to bind such other person or the
firm or the company as the case could be, in all matters pertaining to the contract including the Arbitration
Clause.

8.5

8.6

Even in case of firms or companies which have already given power of attorney to an
individual authorizing him to sign tender and in pursuance of which tender documents are
being signed by such person as a routine, fresh power of attorney duly executed in his favour
stating specifically that the said person has authority to bind such partner (s) of the firm, or
the company as the case could be, including the condition relating to Arbitration clause should
be submitted with the tender as a scanned copy.
Power of attorney shall be executed on stamp paper of adequate value as applicable. Scanned
copy of the same will be forwarded along with the bid submission.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 09

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S) (Contd.,)
8.6.1 In case of an individual, self-sworn affidavit shall be executed by the contractor himself.
Scanned copy of the same to be forwarded along with the bid.
8.6.2 In case of partnership concern, power of attorney shall be executed by all partners. Scanned
copy to be forwarded along with the bid.
8.6.3 In case of a company, power of attorney shall be executed in accordance with the constitution
of the company.
8.7

Bids to be submitted online well in time. Bid closes by 1800hrs 29 Nov 2016.

8.8 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 and also conditions 24 and 25 of IAFW-2249 (General
conditions of contracts).
8.9

Tenders will be opened by two bid openers.

8.10

The tenderer shall quote his rates on the BOQ file only. No alteration to the format will be
accepted and the same will be treated as disqualified tenderer.

8.11

In case the tenderer has to revise/modify the rates quoted in the Schedule A and/or General
Summary, he can do so only in the Schedule A / General Summary. Through
eprocruemes.gov.in site only.

8.12

In case a tenderer has to revise his offer, he can do so through the eprocuemes.gov.in
portal before the bid closing time and date.

8.13 In the event of lowest tenderer revoking his offer or revising his rates upwards/offering voluntary
reduction, after opening of the tenders, the Earnest Money deposited by him shall be forfeited. In case of
MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of Tender, shall be
notified to the tenderer for depositing the amount through MRO. Issue of tender to such contractors shall
remain suspended till the aforesaid amount equal to the earnest money is deposited in Govt Treasury. In
addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls.
Reduction offered by the tenderer on freak high rates referred to the tenderer for review shall not be treated
as voluntary reduction.

8.14 These instructions shall form part of the contract documents and shall be signed and returned
along with the tender documents on acceptance of the bid. Accepted firm to submit hard
copies of all documents duly signed by the authorized person.
8.15 No out of pocket expenditure incurred by tenderer for quoting the tender will be reimbursed

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 10

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S) (Contd.,)
9.0

Experience Criteria for un-enlisted contractor.

9.1

Past Experience of similar nature of works completed in last 5 years.


(a)

Three works costing not less than Rs 7.50 lakhs


or
Two works costing not less than Rs 10.00 lakhs
or
One work costing not less than Rs 20.00 lakhs

Note:- Please forward details of similar nature of works executed by you financial year wise in
tabular form giving name of work, Accepting Officers details, viz, address, telephone, email etc, date
of acceptance of tender and actual date of completion. It should indicate whether extension was
granted or compensation was levied. Attested copy of acceptance letter and
completion certificate shall be enclosed of each work. In case performance report has been given by
the client same shall also be submitted duly attested. and
(b) Average annual turnover for two consecutive financial years shall not be less than Rs 25.00 lakhs.
9.2

Note Please forward turnover certificate issued by Chartered Accountant for this
Financial Criteria
(a) Solvent uptoRs 10.00 lakhs. OR
Financially sound for engagement uptoRs 25.00 lakhs.
(b) Working Capital not less than Rs 5.00 lakhs.
Note (i) Proforma of above documents is given below. Please forward above documents issued by
your Bankers in Original. Above certificates shall not be older than 6 months as on 01 Jan 2014.
Signatory shall endorse his rubber seal, indicate his name & bank employee number, bank address
particulars like full address, telephone & fax number.
(ii) Alternatively Wealth Tax certificate can also be given, if available.
FORM OF SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is certified to the best of our knowledge and information M/s/Shri/Smt _____________ having
address____________________, a customer of our bank are/is respectable and can be considered
solvent/financially sound for any engagement upto Rs._____________(Rupees _____________). This
certificate is issued without any guarantee or responsibility on the bank or any of the officers.
Place:
Date:

Signature of Bank Manager


Name, No. & Seal of Bank
NOTE:- In case of partnership firm, certificate to include names of all partners as recorded with the
bank.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 11

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS


TO BE COMPLIED WITH BY THE TENDERER(S) (Contd)
WORKING CAPITAL CERTIFICATE
This is Certified that M/s/Shri/Smt ________________________having address
______________ has/have been maintaining a saving bank account /current account / fixed deposit
account with this branch of bank since ___________ and an amount not less than Rs._________
(Rupees _____________) has been available to the credit in his/her/their account
Nos_____________ for the last three months. The firm is enjoying overdraft/credit facility upto limit
of Rs._________.

Place:
Date:
9.3

Signature of Bank Manager


Name, No. & Seal of Bank

Fixed Assets.
Limit of minimum reserves/total of movable or immovable property or fixed assets(in case of
companies) (80% of minimum reserve/assets shall be in shape of immovable property) = Rs
8.00 lakhs.
Note:- (i) Please forward affidavits on non Judicial stamp paper of Rs. 100/- each duly notarized and
supported by copies of present valuation certificates for both immovable and movable property
separately. It should also indicate that immovable property is free from mortgages, hypothecation or
any other disputes and encumbrances and clearly belongs to your firm and it should indicate that
immovable property will not be sold, transferred, gifted or otherwise disposed off without prior
intimation to this office.
(ii) Immovable asset value indicated should be supported by Valuation Certificate from a registered
valuer and last tax paid receipt. Valuation Certificate shall be on format FORM 0 1(See Rule 8D)
Report of valuation of immovable property (Other than agricultural lands, plantations, forests, mines
and quarries) (copy enclosed)
(iii) Movable assets like Scooter/Car etc or NSCs/fixed deposits etc should be supported by certified
photocopies of updated RC books, valid current Insurance papers, NSCs/fixed deposits.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 12

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS


TO BE COMPLIED WITH BY THE TENDERER(S) (Contd)
9.4

Engineering Establishment.
(a)
One graduate Engineers from a Government recognized institution.
(b)
One diploma Engineers from Government recognized institution with minimum
experience of 2 years.
NOTE:- Please forward affidavits on non judicial stamp paper of Rs. 100/ each duly notarized
from your side having employed each engineer and from engineer side of taking your
employment duly supported by attested copy of engineering degree / diploma as applicable to
the individual.

9.5

(a) Constitution of firm on an affidavit on non judicial stamp paper of Rs 100/- duly notarized
indicating status of firm, i.e. whether it is proprietorship or partnership or Limited firm.
Note:- Please enclose notarised copy of partnership deed in case of partnership firm, and
notarized Memorandum of Articles of constitution in case of Limited firm.
(b) Certified copy of Certificate of registration of firm with Registrar of Firms.
(c) Certified copy of PAN No. /TIN No. of proprietor / partners / firm.
(d) Certified copies of enlistment letters with various Govt Departments / PSUs
(e) Certified copy of general power of attorney in case any person(s) have been authorised to
represent the firm including signatory of the application.
(f) Postal address and Police Station Area of proprietor/partners/Directors of the firm.
Department will carry out Police Verification of Proprietor / Partners / Directors as applicable.
Contractor has to pay for fees if the rules of Police Deptt have the provision of the same.
(g) Indemnity Bond on non judicial stamp paper of value of Rs.100/- duly attested by Notary
(on format given below)
INDEMNITY BOND
This bond of indemnity is executed on this _________day____by M/s/SShri
_________________having registered office at ___________ to indemnify the Government of
India of the following:-

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 13

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS


TO BE COMPLIED WITH BY THE TENDERER(S) (Contd)
1.
We undertake to pay the Government of India any damages that may be found
to be recoverable on order of our contracts.
2.
We undertake that in case Government is put to pay any loss or disadvantage in
monetary of contract by the firm which shall indemnify the government for each loss or
disadvantage.
3.
This bond of indemnity is executed by M/s_____________ and have signed
before me. Whatever stated above is true and correct to the best of my knowledge and
belief.
Signature of Contractor

Notary

(h) Certified copy of Sales Tax Certificate/ VAT.


(j) Notarised affidavit on judicial stamp paper of Rs 100/- that there are no recoveries
outstanding with any organization and there are no arbitration/litigation cases involving
recoveries known to be existing on the firm at the time of submitting these details to our
office.
(k) Notarised affidavit on non judicial stamp paper of Rs 100/- that there is no relationship
with any Gazetted/Commissioned Officers and JEs in MES/Corps of Engineers/Ministry of
Defence.
(l) Affidavit on non judicial stamp paper of Rs 100/- giving details of contracts where
arbitration invoked during last five years.
9.6

Tenderers shall upload copy of police verification certificate from police authorities of the area
where the registered office is located. For proprietor / each partner / each director, scanned
copy of valid passport duly notarized shall also be applicable in lieu of police verification.

9.7

Scanned copy of Demand Draft towards the cost of tender and EMD to be uploaded.

9.0

Above documents shall be uploaded in one folder form in sequence as above. In case of non
uploading of above by due date or submission of incomplete information, same will be
construed as your disinterestedness and your application for above tender shall be rejected
without any further reference.

________________
AGE (Contracts)
For Accepting Officer
____________________
(Signature of Contractor)

CA NO : GE (AF)/B/
of 2016-2017
Serial Page No : 14
CONDENSED VERSION OF NOTICE OF TENDER TO BE READ
WITH MAIN NOTICE OF TENDER (IAFW-2160 REVISED 1960)
Garrison Engineer (AF), Hebbal, Bangalore-06 on behalf of President of India invites applications from
eligible enlisted contractors of MES and enlisted /Un-enlisted contractors working with other Govt Departments
meeting eligibility criteria for considering the tender. The prospective/likely contractors are requested to look up the
website eprocuremes.gov.in .This is an e-tender, manual offered bids for this tender will not be accepted under any
circumstances, only electronic offer bids shall be accepted. For detailed instructions, please refer the website. Tender
information is also available in www.mes.gov.in. A condensed version of Notice of Tender to be read with main Notice
of Tender (IAFW-2160 Revised 1960) is submitted below:Para of
Brief of Para
Contents to be filled in
Main N.O.T

1.

Name of Work

MANNING AND OPERATION OF CENTRAL AC PLANT 120 TR


AT OT COMPLEX AT CHAF BANGALORE

2.
3.

Estimated Cost
Type of Contract

Rs. 5.47 Lakhs


The tender shall be based on IAFW-1779A & IAFW-2249 with Schedule "A" (Items
of Works) to be priced by the tenderer, in the BOQ format attached.
11 (Eleven) Months

4.

Period of
Completion
5.
Last date of
29 Nov 2016 at 1800 hours
receipt of
Applications
Cost of Tender / documents: Rs 500/- by way of Demand Draft from any Nationalized Bank / Scheduled
Bank in favour of GE (AF) Bangalore payable at BANGALORE. DD to reach GE (AF) Hebbal Bangalore prior to
1100hrs 30 Nov 2016 enclosed along with application and requisite documents.
Note 1: Application received without scanned copy of requisite amount of demand draft along with necessary
documents as mentioned in note 2 below shall not be considered their financial bid. The DD shall be non-refundable if
the application for financial bid considered after scrutiny and selection. However, it shall be returned to the applicant
by the Accepting Officer in case not qualified/not considered the application for predicating in financial bid .The
contractor shall bear the cost of Bank Charges for procuring and en-cashing the Bank Draft. The applicant shall also
renew or forward fresh DD at his own cost on demand by Accepting Officer in case of extending due date of opening of
financial bid or due to recall of tender, failing which applicants request for participating in financial bid shall be
rejected and he shall not have any claim whatsoever on this account on Govt. The applicant contractor shall not
become automatically entitled for participating financial bid by virtue of enclosing demand draft along with the
application and the Accepting Officer shall reserve the right to deny any applicant contractor. The contractor shall not
have any claim whatsoever on this account on Govt.
Note 2 :
THE ELIGIBILITY CRITERIA FOR ENLISTED/UN-ENLISTED CONTRACTORS
1.
MES Enlisted Contractor (documents to be uploaded):
(a)
An application form requesting issue of tender.
(b)
Enlistment letters along with its enclosures.
(c)
Total work load in hand and WLR remarks.
(d)
List of works in hand.
(e)
Scanned copy of DD of cost of tender. This document also to be forwarded in
physical form (hard
copies) within 5 days from the closing of bid. If original DD is not received within period stated above, subject
to satisfying other pre-qualifying criteria, the financial bid with shall be opened. The amount of cost of tender
shall be recovered from any amount due to the MES enlisted contractor. Failure of non submission of hard
copy of DD tantamount to willful negligence with ulterior motive and therefore the tender shall be barred to
tender during the period of 6 months commencing from the date of opening of financial bid.
(f)
In case enlisted contractors who have not lodged Standard Security Deposit, if the original demand draft towards
EMD is not received within a period of 05 days exclusive of the date of bid submission, the tender shall be ineligible for
opening of financial bid.

(g)
The tenderer shall upload the documents in support of the possession of Provident Fund Code No
from EPFO which is mandatory. The tenderer shall visit the web site www.epfindia.gov.in for further details.
The tenderer who is not in possession of the PF Code No shall be disqualified in T Bid evaluation and his
financial bid shall not be opened.
(h)
Note : Under no circumstance will a father and his son (s) or other close relations who have business
dealing/blood relation with one another be allowed to tender for the same contract as separate competitors.
A breach of this condition will render the render of both parties liable for rejection.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 15

CONDENSED VERSION OF NOTICE OF TENDER TO BE READ


WITH MAIN NOTICE OF TENDER (IAFW-2160 REVISED 1960)

2.

Un-Enlisted Contractor (documents to be uploaded in addition to document in Note 2, para 1 above):


Contractors not enlisted with MES will be required to upload the following necessary documents to prove their
eligibility for :(a) Meeting enlistment criteria of MES with regard to having satisfactorily completed requisite value of works,
annual turnover, working capital, fixed assets verification of character and antecedents of
proprietor/partner/directors etc and affidavit for no recovery outstanding (Enlistment criteria are available in all
MES offices and MES website, Also refer instruction for completion of tender in tender documents).
(b) Tenderers shall upload copy of police verification certificate (with in last one yr) from police authorities
of the area where the registered office is located. For proprietor/each partner/each director, valid passport
duly notarized shall also be applicable in lieu of police verification.
(c)
Scanned copy of Demand Draft towards the cost of blank tender and EMD to be uploaded.
(d)
Eligility criteria to be worked out and submitted as per formula ( A*N-B )
A - Average annual turnover for last three financial years.
N - Period of completion contracted work (in years calculated till two decimal places).
B - Value of balance works in running government contracts for above period.
(e)
Demand drafts towards cost of tender of appropriate value and EMD as given in NIT and scanned
copies shall be uploaded at the time of quoting. The Demand Drafts shall reach the office of GE (AF)
Bangalore with in a period of 05 days exclusive of the date of bid submission.
(f)
The tenderer shall upload the documents in support of the possession of Provident Fund Code No
from EPFO which is mandatory. The tenderer shall visit the web site www.epfindia.gov.in for further details.
The tenderer who is not in possession of the PF Code No shall be disqualified in T Bid evaluation and his
financial bid shall not be opened.
(g)
Document containing list of remaining work to be completed as on date of application duly signed on
an affidavit on non- judicial stamp paper of rupees 100/- duly notarized to be uploaded is mandatory.
(h) Scanned copy of Demand Draft / Bankers Cheque for Rs. 30,600/- drawn in favour of GE (AF) Bangalore
payable at Bangalore in addition to all the documents mentioned above, scanned copies of following
documents shall also be uploaded:-

3.
All above document to be merged in to one file and uploaded i.e 1 file per
firm/contractor. Pdf / rar/ jpeg format will only be accepted.
6.
7.
8.
9.
10.
11.

Date of Issue of
Tender
Appropriate enlisted
class & Standing
Security Deposit
Earnest Money
Date & Time of
receipt of Tender
Concerned GE
Applicable SSR

03 Nov 2016
Class "E", Category "d (v)". Contractors not enlisted in MES may
also apply however, they can be considered if they meet eligibility
criteria for selection of contractors in MES for issue of tender.
Rs 11,000/- in favour of GE (AF) Bangalore.
29 Nov 2016 at 1800 hrs.

GE (AF) Bangalore
MES SSR-2009 (Specifications) Part-I and SSR 2010 (Rates) Part-II
including errata / amendments thereto.
For more details please visit our websites www.eprocuremes.gov.in
File No

: 8304/

Dated

/E8

Nov 2016

(P Rajan)
AE (QS&C)
AGE (Contracts)
For Accepting Officer

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 16

MILITARY ENGINEER SERVICES


NOTICE INVITING TENDER (NIT)
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 cost 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.
Normally contractors whose names are on the MES approved list for the area in which the
work lies, and within whose financial category the estimated amount would fall, may tender/bid but
in case of term contracts, contractors of categories SS to E may tender/bid. In case, where the
tender amount is in excess of the financial limit of the contractor and the Accepting Officer decides
to accept the tender/bid, in which event the tenderer/bidder would be required to lodge additional
security deposit as notified by the Accepting Officer in term of conditions of contract. Contractors
whose names are on the MES approved list of any MES Formation and who have deposited standing
security and have executed standing security bond may also tender/bid without depositing Earnest
money along with the tender/bid and if the tender/bid submitted by such a tenderer/bidder is
accepted, the contractor will be required to lodge with the Controller of Defence Accounts
concerned the amount of Individual security deposit within thirty days of the receipt by him of
notification of acceptance of his tender/bid, failing which this sum will be recovered from 1 st RAR
payment or from the first final bill. In the case of term/running contracts, remaining sum shall be
recovered from subsequent bill (s) of the contractor. Not more than one tender/bid shall be
submitted/uploaded by one contractor or one firm of contractors. Under no circumstances will a
father and his son (s) or other close relations who have business dealing with one another be
allowed to tender/bid for the same contract as separate competitors. A breach of this condition will
render the tenders/bids of both the parties liable for rejection.
5.
The office of GE (AF) Bangalore will be Accepting Officer here in after referred to as such for
purpose of the contract.
6.
The technical bid and financial bid (Cover-1 and Cover-2) shall be uploaded by the
tenderer/bidder on or before the date & time mentioned in NIT. A scanned copy of DD with
enlistment details/documents shall be uploaded as packet 1/cover-1 (T bid) of the tender/bid on etendering portal. DD is refundable in case T bid is not accepted resulting in non-opening of Q bid.
The applicant contractor shall bear the cost of bank charges for procuring and en-cashing the DD
and shall not have any claim from Government whatsoever on this account.
6.1
Tender form and conditions of contract and other necessary documents shall be available on
eprocuremes.gov.in/eprocure.gov.in site for download and shall form part of contract agreement in
case the tender/bid is accepted.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 17

MILITARY ENGINEER SERVICES


NOTICE INVITING TENDER (NIT) Contd..
6.2
In case of contractor who has not executed the Standing Security Bond, the Cover-I shall be
accompanied with by Earnest Money of amount as mentioned in Appendix A in the form of deposit
at call receipt in favour of concerned CCE/GE/GE (I)/AGE (I) (see Appendix A) by a scheduled Bank
or in receipted treasury Challan the amount being credited to the revenue deposit of the concerned
CCE/GE/GE (I)/AGE (I) (see Appendix A).
6.3
A contractor who is not enlisted for the area in which the work lies but whose name is in the
MES approved list of any MES formation and who has deposited standing security and executed
standing security Bond may bid without depositing earnest money alongwith the tender; but if the
Accepting Officer accepts the tender/bid, the contractor will be required to lodge with the Controller
of Defence Accounts concerned the amount of individual security deposit within thirty days of the
receipt by him of notification of acceptance of his tender/bid, failing which this sum will be recovered
from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining
sum shall be recovered from subsequent bill9s) of the contractor.
6.4
A contractor who has executed standing security Bond but not corresponding to the
appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional Security
Deposit as notified by the Accepting Officer within thirty days of the receipt of his notification of
acceptance of his tender/bid, failing which this sum will be recovered from the first RAR payment or
from the first final bill. In the case of term/running contracts, remaining sum shall be recovered
from subsequent bill(s) of the contractor. However, in case where any payment is made to the
contractor within thirty days of the receipt by him of notification of acceptance of tender/bid, the
amount of additional security deposit shall be recovered from such payment.
6.5
The CCE/GE/GE (I)/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 its refund,
on production by the tenderer, bidder a certificate of the Accepting Officer that a bonafide tender/bid
was received and all documents were returned.
6.6
The CCE/GE/GE(I)/AGE (I) will either return the Earnest Money to the successful
tenderer/bidder by endorsing an authority on the deposit-at-call Receipt for its refund on receipt of
an appropriate amount of Security Deposit or will retain the same in part or full on account of
security deposit if such a transaction is feasible.
6.7
Copies of the drawings and other document pertaining to the work signed for the purpose of
identification by the Accepting Officer or his accredited representative, sample of materials and
stores to be supplied by the contractor will also be available for inspection by the tenderer/bidder at
the office of Accepting Officer and concerned GE/GE (I)/AGE (I) during working hours.
7.
The tenderers/bidders are advised to visit the site of work by making prior appointment with
GE/GE (I)/AGE (I)/CCE/Project Manager who is also the Executing Agency of the work (see appendix
A ). The tenderers/bidders are deemed to have full knowledge of all relevant documents, samples,
site etc, whether they have inspected them or not.
8.
Any tender/bid which proposes any alteration to any of the conditions laid down or which
proposes any other condition or prescription whatsoever, is liable to be rejected.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 18

MILITARY ENGINEER SERVICES


NOTICE INVITING TENDER (NIT) Contd..
9.
The uploading of bid implies that bidder has read this notice and the Conditions of Contract
and has made himself aware of the scope and specification of work to be done and of the conditions
and rates at which stores, tools and plants etc will be issued to him and local conditions and other
factors having bearing on the execution of the work.
10.
Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of Rates
(see appendix A) including amendments and errata thereto.
11.
Invitation for e-tender does not constitute any guarantee for validation of T bid and
subsequent opening of finance bid of any applicant/bidder, even of enlisted contractors of
appropriate class, merely by virtue of enclosing DD. Accepting Officer reserves the right to reject the
T bid and not open the finance bid of any applicant/bidder. T bid validation shall be decided by
the Accepting Officer based on, inter alia, capability of the firm as per criteria given in Appx A to
this NIT. The applicant contractor/bidder will be informed regarding non-validation of his T bid
assigning reasons thereof through the e-procurement website. The applicant contractor/bidder if he
so desired may appeal to the next higher Engineer authority viz CWE(AF) NORTH BANGALORE on
email id cwee8afnblore@gmail.com with copy to the Accepting Officer on email before the
scheduled date of opening of Finance Bid. The decision of the Next Higher Engineer Authority
(NHEA) shall be final and binding. The contractor/bidder shall not be entitled for any compensation
whatsoever for rejection of his bid.
12.
The Accepting Officer reserves the right to accept a tender submitted by a Public Undertaking,
giving a price 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 from such
tenderer/bidder whose tender/bid is rejected.
13.
Accepting Officer does not bind himself to accept the lowest or any tender/bid or to given any
reason for not doing so.
14.

This Notice Inviting Tender (NIT) including Appendix A shall form part of the contract.

Signature of Contractor

AGE (Contracts)
For Accepting Officer

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 19
(In lieu of IAFW-1779 A Revised 1955)

TO BE READ IN CONJUNCTION WITH GENERAL


CONDITIONS OF CONTRACT IAFW-2249
MILITARY ENGINEER SERVICES
Tele :080-23411061

8304/

REGISTERED POST/ACK DUE


Garrison Engineer (AF)
Military Engineer Services
HQ TrgComd, IAF Campus
Hebbal, Bangalore 560 006

/ E8

03 Nov 2016

ITEM RATE TENDER AND CONTRACT FOR THE WORK IN THE EXECUTION OF MANNING
AND OPERATION OF CENTRAL AC PLANT 120 TR AT
OT COMPLEX AT CHAF BANGALORE
SShri/Shri

_______________________________________________________is/arehereby

authorized to tender for the above work. The tender is to be uploaded in the eprocuremes.gov.in
site before 1100hrs on 30 Nov 2016.
Any correspondence concerning this tender should be addressed quoting the reference
2016_MES_
to GARRISON ENGINEER (AF) HEBBAL, BANGALORE -560 006 and
marked as CA NO. GE (AF)/B/
OF 2016-2017.
THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST OR
ANY OTHER TENDER
----------------------------------------------(SIGNATURE OF OFFICER ISSUING
THE DOCUMENTS)
APPOINTMENT: AGE (Contracts)
DATED:

2016

CA NO : GE (AF)/B/

of 2016-2017
Serial Page No : 20
SCHEDULE A
NAME OF WORK: " MANNING AND OPERATION OF CENTRAL AC PLANT 120 TR AT
OT COMPLEX AT CHAF BANGALORE.
NOTES: 1.
The entire work covered under this contract shall be completed within 11 (Eleven) Months from the
date of handling over of installations.
2.
The quantities given in column 4 of Schedule A are approximate (PROVISIONAL) and are inserted
as guide only. They shall however not be varied beyond the limits laid down in condition 7 of IAFW-2249
General conditions of Contract.
3.

The tenderer is required to quote unit rates in column 13 of BOQ in figures only.

4.
The total amount in column 55 is not firm but will be treated as the Contract sum as referred to in
IAFW-2249 General Conditions of Contracts.
5.
Unless otherwise specially stated in the description of the items, the unit rates quoted in Col 13 shall be
deemed to include for all labour and materials complete required for executing the respective items of work
6.
The unit rate quoted by the contractor shall deemed to be inclusive of insurance coverage to tradesmen
and uniform complete. In case any tradesmen are found without proper uniform, penal recovery as decided by
the Engineer-in-Charge will be effected.
7.
The unit rates quoted shall be deemed to include interalia the description given in Particular
specification read together with Schedule A.
8.
Any damage to existing installation or any structure shall be made good by the contractor at his own
expense.
9.
The contractor will be responsible for safety of his personnel and Government property in the
installation. No compensation will be payable to contractor consequent on accident/loss of life of his employees
caused due to his negligence.
10.
The running account payments will be made at intervals of 30 days as per condition 64 of IAFW-2249.
The final bill shall be initiated after completion of contract period of 11 months.
11.
The contractor shall provide necessary notice boards containing instructions for precautions to be
followed in case of emergency/risks/accidents shall be displayed at locations as required under law and as
directed by Engineer-in-Charge.
12.
The installation shall be manually operated on all days irrespective of holidays and Sundays. Contractor
shall be required to employ reserve operators for performance of contract consequent on labour regulation
statute on working of personnel on National holidays etc and also on any day when operator (s) is/are absent
from duty. Nothing extra will be payable on the account.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 21

SCHEDULE A (Contd)
13.
In case of failure/dislocation of electric installation due to negligence/absence of operation staff, the
contractor shall be liable to pay compensation at twice the cost of a days maintenance and operation calculated
from Sch A rates. Decision of GE as what to extent constitutes contractors negligence shall be final and
binding.
14.
In case any tradesmen is absent and no substitute is provided, the contractor shall be liable to pay
compensation par day at the rate equal to twice the daily cost of operation calculated based on his rates quoted
in Sch A and the said compensation shall be deducted from the running account receipt payment or from the
final bill as decided by the Garrison Engineer.
15.
Tenderers are required to visit the site of works to ascertain the working conditions and location of
Installations and no claim or extra payment will be allowed due to any misunderstanding such as height of
building/ height of light fittings, working space etc. Once quoted tender is received, it is deemed to have been
quoted considering the conditions prevalent at site even though tenderers might not have visited the site.
16.
Contractor will test and check the installation covered in the contract immediately after taking over the
site and sign the documents for taking over.
17.
The operating staff shall have thorough knowledge of safety precautions during emergency cases and
also shall be well conversant with operating acts/rules as applicable.
18.
The contractor shall maintain required registers as directed by Engineer-in-Charge including Wage
register which shall be signed by contractors representative/Engineer-in-Charge.
19.

Defect liability period mentioned in condition 46 of IAFW-2249 is not applicable to this contract. 20.
No recovery for water, electric supply consumed by the labourers for general living conditions will be
made in this contract.
21.

First aid box/first aid chart required as per statute shall be maintained at installations.

22.
The Engineer-in-Charge will issue a certificate every month to the effect that the services have been
satisfactory completed in the contract interalia stating recovery on account of default if any on part of
contractor. These certification shall be submitted by the contractor for the purpose of claiming payment of
RAR.
23.

COMPLETION CERTIFICATE & DEFECT LIABILITY PERIOD:-

On completion of all works, the completion certificate will be issued by the GE to the
contractor.
24.
The tenderer particular attention is also drawn to the fact that work is required to be carried
out at Carnicobar Island in defence area. Therefore, tenderer are advised to well acquaint them
shelves about the working condition in this Island and all other matters effecting the execution and
completion of work including transportation of the materials before quoting their rates. No extra
charges consequent on misunderstand or otherwise whatsoever will be entertained later on.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No 22

.
SCHEDULE A (Contd)
25.
Tenderers are advised to ascertain and consider regulations/rules/orders framed by A&N
Administration for its compliance while quoting the tender No claim whatsoever shall be entertained
by the department due to misunderstanding/or not verifying the above details by the Tenderer should
also consider conditions prevailing in Campbell Bay at present.

Signature of contractor
Dated :

AGE (Contracts)
for Accepting officer

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 24

GENERAL SUMMARY
1. TOTAL AMOUNT B/F BOQ

2. DEDUCT SCH OF CREDIT

3. CONTRACT SUM

Rs _____________
(-) Rs NIL
Rs _____________

( Rupees ______________________________________________________

____________________
(Signature of Contractor)

_______________
AGE (Contracts)
For Accepting Officer

only)

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 25
SCHEDULE B

ISSUE OF MATERIALS TO THE CONTRACTOR


SEE CONDITION 10 OF IAFW 2249
Sl
No

Particulars

Rate at which
materials will be issued
to contractor
Unit
Rate

Place of issue

Remarks

--------------------------NIL----------------------

SCHEDULE C
LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE HIRED
TO THE CONTRACTOR (SEE CONDITION 15,34& 35 OF IAFW 2249
Sl
No
2

Quantity

Particulars

Details of
MES crew
Supplied

Hire Charges
per unit
per working
Day

Stand by
Place of
charges
issue by
per unit
name
per off day
7

________ NIL ________


______________________________________________________________________________
SCHEDULE D
TRANSPORT TO BE HIRED TO THE CONTRACTOR
(SEE CONDITIONS 16 & 35 OF IAFW 2249)

Sl

Quantity
No
2

Particulars

Rate per unit


per working
Day
4

Place of issue
by name
5

_________ NIL __________


__________________
AGE (Contracts)
For Accepting Officer
____________________
(Signature of Contractor)

Remarks

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 26
(In lieu of IAFW-1779-A (Revised-1955)
TENDER

To

THE PRESIDENT OF INDIA


Having examined and perused the following documents:1.

Specifications signed by GE (AF) Hebbal, Bangalore 560006

2.

Drawings detailed in the specifications.

3.

Schedule A , B , C and D attached hereto.

4.

MES Standard Schedule of Rates 2009 (Part-I specifications) with amendment Nos 1 to 3 and
Part-II (2010) (here-in-after referred to as the MES Schedule) together with
amendment/errata Nos 1 to 59 for Part II (2010) as applicable to the above said schedule.

5.

General conditions of contracts, IAFW-2249 (1989 Print) together with amendments 1 to 40


and errata 1 to 20.

6.

WATER : CONDITION 31 OF IAFW 2249 GENERAL CONDITIONS OF CONTRACT


Water will not be supplied by MES

7.

SHOULD THIS TENDER BE ACCEPTED


* I / We agree
(a)
That the sum of Rs 11,000/- (Rupees Eleven thousand only) forwarded as earnest
money shall either be retained as a part of Security Deposit or refunded by the Government
on receipt of the appropriate amount of Security Deposit all as per condition 22 of IAFW2249.
(b)
To execute all the work referred to in the said documents upon the terms and
conditions contained or referred to therein at the item rates contained in the aforesaid Sch A
or at such other rates as may be fixed under the provision of conditions 62 and to carry out
such deviations as may be ordered vide condition 7 of IAFW 2249 up to a maximum of
10 (TEN) percent and further agree to refer all disputes, as required by condition 70 of IAFW
2249 to the Sole Arbitration of a serving Officer having degree in Engineering or equivalent or
having passed final/direct final examination of Sub division II of Institution of Surveyors
(India) recognized by the Government of India to be appointed by Chief Engineer (Air Force)
Bangalore or in his absence the Officer Officiating as Chief Engineer whose decision shall be
final, conclusive and binding.
* Delete whichever is not applicable.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 27
(In lieu of IAFW- 1779-A (Revised 1955)

SIGNATURE _________________________________________________________ in the


Capacity of _______________________________________________________________Duly
authorized to sign the tender for and on behalf of ____________________________________

(IN BLOCK LETTERS)


Date:________________
Postal address ___________________
WITNESS
____________________________________
____________________________________

____________________________________

Signature
________________________
Address
________________________
________________________
Telegraphic Address _____________________
________________________
Telephone No.__________________________
________________________
FAX No.
__________________________
ACCEPTANCE
_________________________alterations have been made in this documents and as evidence that
these alterations were made before the execution of the Contract Agreement, they have been
initialed by the Contractor and SHRI P RAJAN, AE (QS&C), AGE (CONTRACTS).

The said

Officer(s) is/are hereby authorized to Sign and initial on my behalf the documents forming part of
this contract.
The above tender was accepted by me on behalf of the President of India at the item rates
contained in the Schedule A on the .day of 2016.
SIGNATURE..dated this..day of ..2016.
Appointment: GARRISON ENGINEER (AF), BANGALORE.
(For and on behalf of the PRESIDENT OF INDIA)

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 28 to 70

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


CONTRACT (IAFW-2159) @ ITEM RATE CONTRACT (IAFW-1779-A)
A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249-1989 Print) with errata 1
to 20 and amendments No. 1 to 40 has been supplied to me/us* and is in my/our* possession.
I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF
CONTRACTS before submission of this tender and I/We* agree that I/We* shall abide by the terms
and conditions thereof, as modified, if any elsewhere in these tender documents.
It is hereby further agreed and declared by me/us* that the GENERAL CONDITIONS OF
CONTRACTS (IAFW-2249-1989 PRINT) including condition 71 thereof pertaining to settlement of
disputes by Arbitration containing 33 pages with errata 1 to 20 and amendments Nos. 1 to 40 form
part of these tender documents.
* Delete which is not applicable
@ As applicable.
NOTE:It is clarified that in case of difference in interpretation due to wording of English
and Hindi versions, the English version will prevail as per Article 348 of the Constitution of
India as clarified vide GS/MT-17 letter No.9601/GS/MT-17 dated 13 Oct 1988.

__________________
AGE (Contracts)
For Accepting Officer
____________________
(Signature of Contractor)

CA NO: GE (AF)/B/

of 2016-2017

Serial Page No : 71 to 80

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 92 comprising 10 pages shall form part of these
tender documents.
2.
Schedule of minimum wages is not enclosed along with tender but the contractor is deemed
to have full Knowledge regarding the minimum wages payable to labourers effective on the date of
submission of tender and his tendered rates shall be deemed to have been based on this,
irrespective of the fact that Gazette Notification may not have been published or that he was
unaware of the increase in minimum wages. For the purpose of reimbursement of (PV) clause for
wage escalation of labour the minimum wages legally effective on the date of receipt of tender shall
be the basis. The minimum wages legally effective referred above are the minimum wages notified in
Gazette/Government by any local regulations whichever is higher.
3.
* My/Our signature here under amounts to *my/our having signed the aforesaid documents
forming part of this tender.
NOTE:
Schedule of Minimum Fair Wages referred to above is available for reference in the Office of
GARRISON ENGINEER (AF), HQ TRG COMMAND, HEBBAL, BANGALORE- 06".
Note: * Delete whichever is not applicable.

____________________
(Signature of Contractor)

__________________
AGE (Contracts)
For Accepting Officer

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 81

SPECIAL CONDITIONS
1.

GENERAL.
The following special conditions shall be read in conjunction with the General conditions of
contract IAFW-2249, and IAFW-1779-A including Errata/Amendments thereto. 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.

2.

INSPECTION OF SITE.
For the purpose of inspection of site, the tenderer is advised to contact the GE who will give
reasonable facilities thereof. The tenderer shall also make himself familiar with the working
conditions, accessibility to site of work, availability of labour and materials and such other
relevant conditions which effect the execution and the entire completion of the works. The
tenderer shall be deemed to have inspected the site and made himself familiar with various
factors which June effect his quotation whether he actually inspects the site or not.

3.

SECURITY AND PASSES.

3.1

Contractors attention is invited to condition 25 of IAFW-2249. He shall employ only Indian


Nationals after verifying their antecedent and loyalty. The contractor shall, on demand by the
Engineer-in-Charge submit list of his agents, employees and work people concerned and shall
satisfy the Engineer-in-Charge as to the bonafides of such people.

3.2

The Engineer-in-Charge shall at his discretion have the right to issue passes as per rules and
regulations of the installation, area in force to control the admission of the contractor, his
agents employees and work people to the site of the work or any part thereof. Passes should
be returned at any time on demand by the Engineer-in-Charge or the authorities concerned
and, in any case on completion of work.

3.3

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

4.

CONDITIONS OF WORKING IN RESTRICTED AREA.


Work under this contract lies in restricted area.

4.1

VISIT TO SITE WITHIN THE RESTRICTED AREA.


Permission to enter the restricted areas at the time of submission of tenders can be obtained
through the Garrison Engineer. Tenderers are advised to send prior intimation of their
agents, representatives etc., if any, dates and time of their proposed visit so that necessary
arrangements June be made by GE to secure admission. Whether a tenderer visits the site or
not he shall be deemed to have full knowledge of the restriction of entering into/exit from and
working within the restricted area.

CA NO : GE (AF)/B/

of 2016-2017
Serial Page No : 82
SPECIAL CONDITIONS (Contd)

4.2

ENTRY/EXIT.
The contractor his agents/representatives, workmen etc., and his materials, carts, trucks or
other means of transport etc., will be allowed to enter through and leave from only such
gate or gates and such times as the GE or authorities in charge of the restricted areas June at
their sole discretion permit to be used. The contractors authorized representatives are
required to be present at the place of entry and exit for the purpose of identifying his carts,
trucks etc., to the personnel in charge of the security of restricted areas.

4.3

IDENTITY CARDS OR PASSES.


The contractor, his agents and representatives are required individually to be in possession of
an Identity Card or Pass duly verified by the Garrison Engineer. 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.

4.4
IDENTITY OF WORKMEN.
4.4.1 Every workman shall be in possession of an identity card/token issued by the authority. The
Identity Card will be issued after thorough investigation of the antecedents of the labourers by
the contractors and attested by Officer-in-Charge of the unit concerned in accordance with
the Standing Rules and Regulations of the units.
4.4.2 Contractor shall be responsible for the conduct and action of his workmen, agents or
representatives.
4.5

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

4.6

FEMALE SEARCHER.
If the contractor desires to employ female labour on works to be carried out inside the area
of a Factory, Depot, Park etc., and a female searcher is not borne on the authorized strength
of the Factory, Depot, Parks etc., 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/Group D Servant) calculated for the period, female labour is employed by
him inside that area. If more than one contractor employ female labour any month and
female searcher(s) has/have to be employed in addition to the authorised strength of the
Factory, Depot, Parks etc.,
The salary and allowances paid to the additional female
searchers shall be distributed on an equitable basis between the contractors employing
female labour taking into consideration the value and period of completion of their contracts.
The GEs decision in regard to the amount recoverable on this account from any contractor
shall be final and binding.

4.7

WORKING HOURS.

4.7.1 The units controlling restricted area, usually, work during six days in the week and remain
closed on the 7th day. The working hours available to contractors labour& staff are however,
appreciably reduced because of the time taken in security checks observed at the time of
entry/exit and during working hours.

CA NO : GE (AF)/B/
4.7

of 2016-2017
Serial Page No : 83
SPECIAL CONDITIONS (Contd)

WORKING HOURS (CONTD).

4.7.2 he 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 tenderers 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 Garrison Engineer.
4.7.3 Contractors materials, transport etc., shall normally be permitted to go out of the area
between 8 AM to 6 PM only.
4.7.4 Contractor June also be allowed to carry out the work beyond 6 PM and upto 6 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 factory/unit
authorities
4.8

WORK ON HOLIDAYS.
The contractor shall not carry out any work on Gazzetted Holidays/Weekly holidays and other
non-working days except when he is specially authorized in writing to do so by the GE. The
GE June at his sole discretion, declare any day as holiday or non-working day without
assigning any reasons for such declaration.

4.9

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

4.10

FIRE PRECAUTIONS.

4.10.1 The contractor, his agents, representative, workmen etc., shall strictly observe the orders
pertaining to fire precautions prevailing within the restricted area.
4.10.2 Motor transport vehicles, if any allowed by authorities to enter the restricted area, must be
fitted with serviceable fire extinguishers.
5.0
5.1

NET WORK ANALYSIS.


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

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 84

SPECIAL CONDITIONS (Contd)


5.0

NET WORK ANALYSIS (CONTD.).

5.2

During the currency of work, the contractor is expected to adhere to the time schedule and this
adherence will be a part of the contractors performance under the contract. During the
execution of the work, the contractor is expected to participate in the review and updating of
the network undertaken by the GE. These reviews June be undertaken at the discretion of the
GE either as a periodical appraisal measure or when the quantum of work ordered on the
contractor is substantially changed through deviation orders or amendments. Any revision of
the time Schedule as a result of the review will be submitted by the contractor to the GE within
a week for the approval after due scrutiny.

5.3

The contractor shall adhere to the reviewed time schedule thereafter. In case of contractor
disagreeing with the revised schedule, the same will be referred to the
Accepting Officer,
whose decision shall be final, conclusive and binding. GEs approval to the revised schedule
resulting in completion date beyond the stipulated date of completion shall not automatically
amount to grant of extension of time. Extension of time shall be considered and decided by
the appropriate authority mentioned in condition 11 of IAFW-2249 and separately regulated.

5.4

Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule
within the broad frame work of the accepted methods of working and safety. No additional
payment will be made to contractor for any multiple shift work or other incentive methods
contemplated by him in his schedule, even though the time schedule is approved by the
department.

6.0

SECURITY OF CLASSIFIED DOCUMENTS.


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

7.0

CONTRACTORS REPRESENTATIVES, AGENTS AND WORKMEN.


The contractor shall employ only Indian Nationals as his representative, Servants and
workmen after verifying their antecedents and loyalty before employing them for the work. He
shall ensure that no person of doubtful antecedents and Nationality is, in any way, associated
with the works. If for any reasons of Technical collaboration or consideration, the employment
of any foreign National is unavoidable, the contractor shall furnish particular to this effect to
the Accepting Officer at the time of submission of his tender. GE shall order the Contractor to
cease to employ in connection with this contract any representatives, agents, servants and
workmen or employees whose continued employment in his opinion is undesirable. The
contractor shall not be allowed any compensation on this account.

CA NO : GE (AF)/B/

of 2016-2017
Serial Page No :
SPECIAL CONDITIONS (Contd)

85

8.0

MINIMUM FAIR WAGES.


Refer condition 58 of General Conditions of Contract (IAFW-2249). The contractor shall have
no claim whatsoever, if for reasons other than those mentioned in condition 63 of IAFW-2249
he is required to pay wages in excess of the Minimum Fair Wages shown in Schedule of
minimum fair wages under condition 58 of IAFW-2249.

9.0

ROYALTIES.
Delete the existing condition 14 of General Conditions of Contract (IAFW-2249) and
the following:No quarries on Defence land are available.

10.0

insert

LAND FOR TEMPORARY WORKSHOPS, STORES ETC.


Refer Condition 24 of General Conditions of Contract IAFW-2249. The contractor shall be allotted land
in the area/areas as marked on the layout plan(s) or as directed by the Engineer-in-Charge for the
purpose of erection of temporary workshops, Stores etc only at a nominal rent of Rs 1/- per year or
part thereof in respect of each and every separate areas of land allotted to him. 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 expenses.

11.0

WATER.

11.1

Refer Condition 31 of General Conditions of Contract IAFW-2249. Water will be supplied by


MES at the point(s) as directed by the Engineer-in-charge. 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.

12.0

CO-OPERATION WITH OTHER AGENCIES.


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
work, if any, under separate arrangements.

13.0 ELECTRIC SUPPLY


Electricity will be supplied by MES.
consumed at the following rates:(i)
At Rs 7.05 per Unit for lighting.
(ii)

The contractor will be charged for electric energy

At Rs 7.05 per Unit for power.

Electric supply required for works will be made available by the MES at the incoming terminal of the
main switch marked on the layout plan. The main switch and KWH meter to register the electric
energy supplied will be provided and installed by MES. The contractor shall provide all necessary
connections cable, fittings etc., from the main switch in order to ensure proper and suitable supply of
electricity for the execution of work. MES do not guarantee continuity of supply and no compensation
whatsoever shall be allowed for supply becoming intermittent or for break down in the system.

14.0

CLEANING DOWN.
Refer condition 49 of IAFW-2249, General Conditions of Contract:The contractor shall clean all floors, walls, remove cement/lime/paint drops etc., clean the
joinery, glass panels etc., touch up all painters work and carry out all other necessary items of
work in connection therewith and leave the whole premises clean and tidy before handing
over the buildings.

CA NO : GE (AF)/B/

of 2016-2017
Serial Page No : 86
SPECIAL CONDITIONS (Contd)

15.0

SALES TAX ON WORKS CONTRACT.

15.1

The tenderer shall specially note that his offer shall be inclusive of all taxes; statutory levies
etc, including sales tax on works contract consequent upon 46th amendments to constitution
of India and nothing extra shall be admissible on this account.

15.2

Any conditional tenders regarding payment of Sales Tax will not be considered and is liable to
be rejected.

15.3

In terms of State Govt Sales Tax rules in vogue and as promulgated from time to time, sales
tax on works contract will be recovered at source from payments to be made to the contractor
at rates as specified by the Govt and no extra payment shall be admissible to the contractor
on this account.

16.0
16.1

SERVICE TAX.
Please note that Service Tax/Labour Welfare Cess/Tax and element towards ESI & PF
contribution shall be applicable to this Contract besides other applicable taxes/ levies as per
Law of Land. The quoted offer is deemed to include this Provision.

17.0
17.1

PERIOD FOR KEEPING THE TENDER OPEN.


The tender shall remain open for acceptance for period of 60 (SIXTY) days from the date on
which the tenders are due to be submitted.

18.0

CONSTRUCTION LABOUR WELFARE TAX.


Consequent upon promulgation of ordinance by the president of India, contractor shall be
liable to pay an element for construction labour welfare tax if any and the quoted
rates/amounts shall be deemed to be inclusive of this element and no extra payment shall
be admissible to the contractor on this account irrespective of actual payment.

19.0

OFFICIAL SECRET ACT.


The Contractor shall be bound by the official secrets Act 1923.

20.0

DAMAGE TO EXISTING STRUCTURES.


Any damage done to the existing pavement and structure etc, during the execution of the
work shall be made good by the contractor at his own expenses and site of works left clean
and tidy on completion. Rectification, reinstatement, replacement, making good and touching
up etc, shall be carried out to conform to the materials and workmanship originally as
provided and to the satisfaction of the Engineer-in-Charge. In case of any dispute on this
account, decision of the GE shall be final and binding.

20A. RELEASE OF ADDITIONAL SECURITY DEPOSIT


20A.1 Refer Condition 22 and 68 of IAFW-2249 General Conditions of contracts.
20A.2 The contractor, in case he has to deposit additional security for the contract, is advised to
deposit the additional security in two equal parts so as to its release in accordance with
condition 68 ofIAFW-2249.

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 87

SPECIAL CONDITIONS (Contd)


21.0

RE-IMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO


CONTRACT VALUE (CONTD)

(a)

(b)

The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including Sale
Tax/VAT on materials, Sales Tax/VAT on Works Contracts, Turnover Tax, Service Tax, 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 provide in sub Para (b) here-in-below.

(i)

The taxes which are levied by Govt at certain percentage rates of Contract Sum/Amount shall
be termed as taxes directly related to Contract Value Such as Sales Tax/VAT on Works
Contracts, Turnover Tax, Labour Welfare Cess /tax and like but excluding Income Tax. The
tendered rates shall be deemed to be inclusive of all taxes directly related to Contract value
with existing percentage rates as prevailing on last due date for receipt of tenders. Any
increase in percentage rates of taxes directly related to Contract value with reference to
prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor
and any decrease in percentage rates of taxes directly related to Contract value with
reference to prevailing rates on last due date for receipt of tenders shall be refunded by the
Contractor to the Govt/deducted by the Govt from any payments due to the Contractor.
Similarly imposition of any new taxes directly related to Contract value after the last due date
for receipt of tenders shall be reimbursed to the Contractor and abolition of any taxes directly
related to Contract value prevailing on last due date for receipt of tenders shall be refunded by
the Contractor to the Govt/deducted by the Govt from the payments due to the Contractor.
(ii)
The contractor shall, within a reasonable time of his becoming aware of variation in
percentage rates and/or imposition of any further taxes directly related to Contract value,
give written notice thereof to the GE stating that the same is given pursuant to this Special
Condition, together with all information relating there to which he June be in a position to
supply. The Contractors shall submit the other documentary proof/informations as the GE June
require.
(iii) The Contractor shall, for the purpose of this condition keep such books of account and
other documents as are necessary and shall allow inspection of the same by a duly authorized
representative of Govt, and shall further, at the request of the GE furnish, verified in such a
manner as the GE June required.
(iv) Reimbursement for increase in percentage rates/imposition of taxes directly related to
Contract value shall be made only if the Contractor necessarily & properly pays additional
taxes directly related to Contract value to the Govt, without getting the same adjusted
against any other tax liability or without getting the same refunded from the concerned Govt
Authority and submits documentary proof for the same as the GE June require

Note: Please note that Service Tax/Labour Welfare Cess/Tax and element towards ESI & PF

contribution shall be applicable to this Contract besides other applicable taxes/ levies as
per Law of Land. The quoted offer is deemed to include this Provision.

____________________
(Signature of Contractor)

__________________
AGE (Contracts)
For Accepting Officer

CA NO : GE (AF)/B/

of 2016-2017

Serial Page No : 88

PARTICULAR SPECIFICATIONS

1.

GENERAL

1.1

The Contractor shall ensure efficient and continuous operation of installations referred in
schedule A and as specified in these particular specifications which is forming part of the
contract.

1.2

The work shall be supervised by the contractor himself or he shall engage a properly qualified
supervisor with specific experience on such jobs, who shall visit the installation under
operation at least once a day and will exercise frequent checks on the proper functioning and
maintenance of equipment in the installations. Proper manning shall be ensured for operating
the installations as specified in schedule A by properly organizing and deploying his staff.

2.

QUALIFICATION AND EXPERIENCE

2.1

The contractor shall only employ workmen having ITI qualification with minimum
4 years experience in respective trade for operation of equipments and
installations. Before engaging the workmen on the job, immediately after placing of work
order and prior to the commencement of the work/ taking over any installation for operation
the Contractor shall furnish evidence of qualification/ experience of his workers and
supervisors proposed for employing them on the job in original and two XEROX copies to the
Engineer-in-Charge and shall obtain the approval of Garrison Engineer. Decision of the
Garrison Engineer as regard to suitability of the workmen to be engaged on the work or to
withdraw the workmen from the job shall be final and binding. During currency of work also,
the Department reserves the right to ask for such certificate for verification and to carry out
antecedent verification through AF authorities/ police authorities as considered necessary. In
case change of operator is required the same process of approval as brought out here-inbefore shall be required.

2.2

The installation standing orders issued by GE/Engineer-in-Charge will be strictly adhered to.
Any violation by the staff will be severely dealt with including handing over them to police
custody, especially if any individual is found in an intoxicated condition. Contractor shall
ensure & strictly warn the individual to this effect. Contractor shall oversee the personnel and
take proper instructions from Engineer-in-Charge/GE. Contractor shall visit Engineer-incharges office once a week for any remedial measures contemplated.

2.3

The persons employed are expected to exhibit a high sense of discipline, punctuation and
neat turn out. They shall be present throughout their shift period totally alert. On no account
the operator shall lock/ leave the installation and contractor shall be penalized on such
occasions. Consumption of alcohol, smoking and chewing of pan is forbidden whilst on duty in
the premises of installations. Accepting Officer has the right to recommend to the Contractor
for removal of the persons whose performance and integrity is not satisfactory. Contractor
shall replace such persons giving one week notice.

CA NO: GE (AF)/ B/

OF 2016-2017

Serial Page No : 89

PARTICULAR SPECIFICATIONS (Contd)


3.

IDENTITY CARD AND PASSES

3.1

The Contractor shall submit names and addresses of the operators to be employed for
operation for providing security passes after necessary security/check by security agency. In
case photo passes are the requirement, contractor shall get the same & no extra is deemed to
be paid on this account. All efforts shall be made to obtain passes and assistance to quicken
the action by Department will be given.

3.2

After the approval of operator, the contractor is required to submit at his own cost the cloth
bound identity Card duly affixed with a passport size photograph of operators and one spare
photograph (both attested by the contractor) to the Engineer-in-Charge for his counter
signature. One copy of the photograph shall be retained by the Department. Any operator not
in possession of requisite identity card shall not be allowed to handle the installation. Being
defence installation the contractor shall ensure the antecedents of personnel. All efforts shall
be made to obtain passes and assist to quicken the action will be given. After the completion
of work, passes issued shall be returned to Engineer-in-Charge.

4.

ANTECEDENTS VERIFICATION

4.1

Personnel employed in the installation shall be liable to be verified by police for their
antecedents and shall be issued security pass by the Air Force authority through Engineerin-Charge.
Contractor shall have a photograph of the daily operating staff and
maintenance staff.

5.

HANDING AND TAKING OVER

5.1

The installation shall be properly handed over to the contractor by the Engineer-in-Charge
in writing by joint inventory giving all the details of installations and the same process shall
be followed while taking over the installations from the contractor. The inventory shall
contain the description of plants and equipment with fittings, its performance status and
shall be signed by the contractor and the Engineer-in-Charge. The inventory shall be
verified on the first of every month and a certificate to this effect shall be given by the
contractor for its satisfactory state.

5.2

The contractor shall be fully responsible for


any damage done to the installation while
in his custody. Any damage done to installation by the contractor shall be made good by
him at no extra cost to the Govt. In case, the contractor fails to rectify the defects the
same shall be rectified at his risk and cost while giving prior notice to him and he shall
have no claim whatsoever on this account.

5.3

The particulars of installations covered under this contract are given in Sch A so that the
contractor will be well conversant with the present state of installations to be maintained
and operated by him.

CA NO: GE (AF)/ B/

OF 2016-2017

Serial Page No : 90

PARTICULAR SPECIFICATIONS (Contd)


6.

NOTICE BOARD.

6.1

The contractor shall provide necessary notice board indicating the precautions to be taken by
the operational staff while on duty including fire precautions etc to the approval of Engineerin-Charge and the unit rates quoted by the contractor shall be included for these provisions.
The operating personnel shall take every precaution for the safety of self and equipment in
their custody. In case of any accident / injury, fatal or partial disability, the contractor shall
be solely responsible for setting all claims / compensation. Department have rights to recover
any sum indicated / claimed by Labour Commissioner / Court directive. Engineer-in-Charge
shall however ensure that the contractor has provided all adequate and required means to the
workmen and contractor may get this personnel insured as desired by him at this own
discretion.

7.
7.1

LEAVE RESERVE ON HOLIDAYS


It shall be the responsibility of the Contractor to provide leave/ holiday reserve at his own
cost/ arrangement. The rate quoted in respect of Sch A items is deemed to include for
the leave /holiday reserve. In no case the equipment/ installations shall be left
unattended during leave/ holiday, for which penalty shall be imposed on the Contractor.

7.2

Garrison Engineer shall at his discretion impose penalty for the non-operation of the
installations at twice the rate quoted per day or for part of the day.

8.

STATIONERY

8.1

Stationery for log book/ sheets or for record books shall be provided by the Contractor as
and when directed by the Engineer-in-Charge.

9.

UNIFORM

9.1

The Contractor shall ensure that the operators engaged by him shall wear uniform during
the duty hours with the name of the operator distinctly displayed on the pin chest portion
of the uniform. The Contractor shall provide two sets of neat cotton uniforms to the
operators and the rate quoted shall be deemed to include for this provision. The colour of
the uniform shall be as decided by the Engineer-in-charge.

10.

INSTRUCTIONS FOR OPERATION

10.1

Before starting the plant it shall be ensure that all equipment/ installations are in sound and
good condition. Operator will perform series of operations necessary for starting and running
the plant. All tools and equipment required for carrying out checking oiling/greasing, cleaning,
starting stopping of plant and equipment for cleaning as specified shall be provided by the
contractor at no extra cost.

10.2

Operation and routine maintenance of installations shall be carried out as per manufacturers
instructions/MES standing order as directed by Engineer-in-Charge. No unauthorized person
will be allowed to enter and operate the installations.

CA NO: GE (AF)/ B/

OF 2016-2017

Serial Page No : 91

PARTICULAR SPECIFICATIONS (Contd)


10.3

Contractor shall ensure that during the operation constant vigilance is kept by the operator
and in case of any break down or any abnormality whatsoever will be reported to JE/
Engineer-in-Charge so that immediate remedial measure could be taken for an uninterrupted
running of the equipment and installations.

10.4

Under any circumstances the operator engaged for operating particular installation shall not
leave such equipment/ installation unattended from operation and security point view.

10.5

If during the surprise check by the representative of department operator is found


missing during operating timings or the installation found running unattended, a penalty at
twice the daily operating cost as quoted in addition to cost of any damage to equipment /
installation will be recovered from the contractor. Regarding penal recovery, the decision of
accepting officer shall be final and binding.

10.6

Any damage to equipment due to faulty operation and lack of general maintenance will be
made good at the risk and cost of contractor.

10.7

A proper attendance register shall be maintained showing all details like particulars of persons
employed with their qualifications and experience and the duties performed duly signed by all
concerned.

10.8

The contractor will be responsible to keep the surroundings neat and clean.

10.9

Shift duty roster will be prepared in advance by the contractor for each installation and will be
produced for the approval of Engineer-in-Charge before it is implemented. Three copies of
the approved duty roster will be submitted in the office of Engineer-in- Charge and copy will
be displayed at the installation. Any change in duties thereafter will only be permissible in
consultation with the Engineer-In-charge.

10.10 The contractor shall provide printed log sheets to the operators on daily for each
installation separately for each day and entries as per the running of the machine will be
recorded by the operator which shall be produced for verification on demand by the Engineerin-Charge.
10.11 Daily distribution roll of operating/ maintenance/ security shall be submitted by the
contractor to Engineer-in-Charge for approval.
10.12 Routine manning schedule shall be carried out by the contractor and the same shall be
recorded in the proper proforma and duly countersigned by the rep of the Department i.e.,
Engineer-in-charge/ JE E/M.

CA NO: GE (AF)/ B/

OF 2016-2017

Serial Page No : 92

PARTICULAR SPECIFICATIONS (Contd)


11.
11.1

MANNING AND OPERATION


The contractor shall carryout the manning and operation as described in Schedule A item
listed out in brief and further amplified in succeeding paras and in these particular
specifications for efficient and smooth functioning of all Plants / installations. The contractor
shall be solely responsible for all the personal deputed for the jobs and all transport as
required.

11.2

The surrounding of the plants shall be kept clean and tidy at all times. All walls & floors shall
be kept clean and staff should be advised not to put hand prints etc on Walls / doors /
windows. The installations shall be frequently visited by the inspecting officers of MES and
needs no emphasis for proper upkeep in a presentable state all the time. Surrounding areas
in the fenced area or up to 2 meters shall be cleared off bushes and grass to give a neat
appearance of the area under contractors control.

Signature of Contractor

AGE (Contracts)
for Accepting Officer

Você também pode gostar