military engineer services - eqmagpro.com

38
CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 01 MILITARY ENGINEER SERVICES NAME OF WORK : PROVN OF 03MW SOLAR ENERGY PROJECT AT EZHIMALA, KERALA C O N T E N T S SL NO. DESCRIPTION SERIAL PAGE NOS. FROM TO 1. Contents. 01 01 2. Notice of Tender IAFW-2162(Revised1960) including Appendix 'A'. 02 08 3. Item rate tender and Contract for works IAFW- 1779-A (Revised 1955) including BOQ. 09 to 19 and 205 to 227 and BOQ 4. General Conditions of Contracts IAFW-2249 (1989 Print) including errata and amendments thereto including Sch of Minimum fair Wages 20 79 5. Special Conditions. 80 92 6. Particular Specifications including List of drawings, List of makes, Appendices. 93 to 199 7. Forwarding letter. 200 201 8. Instruction for filling & submission of tender. 202 204 9. Errata/Amendments to tender documents 10. Relevant correspondence. 11. Acceptance letter. Drawings : sheets TOTAL: Pages Dy Dir (Contracts) (Signature of Contractor) For Accepting Officer Dated : ____________

Upload: others

Post on 12-May-2022

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 01

MILITARY ENGINEER SERVICES

NAME OF WORK : PROVN OF 03MW SOLAR ENERGY PROJECT AT

EZHIMALA, KERALA

C O N T E N T S

SL NO.

DESCRIPTION

SERIAL PAGE NOS.

FROM TO

1. Contents.

01 01

2. Notice of Tender IAFW-2162(Revised1960) including Appendix 'A'.

02 08

3. Item rate tender and Contract for works IAFW-1779-A (Revised 1955) including BOQ.

09 to 19 and 205 to 227 and BOQ

4. General Conditions of Contracts IAFW-2249 (1989 Print) including errata and amendments thereto including Sch of Minimum fair Wages

20 79

5. Special Conditions.

80 92

6. Particular Specifications including List of drawings, List of makes, Appendices.

93 to 199

7. Forwarding letter.

200 201

8. Instruction for filling & submission of tender.

202 204

9. Errata/Amendments to tender documents

10. Relevant correspondence.

11. Acceptance letter.

Drawings : sheets TOTAL: Pages

Dy Dir (Contracts) (Signature of Contractor) For Accepting Officer

Dated : ____________

Page 2: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 SL. Page No. 02

MILITARY ENGINEER SERVICES NOTICE INVITING TENDER (NIT)

1. 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 guarantee and is merely given as 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 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 name 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 in case of term contracts , contractors of classes SS to E may tender/bid In case, where the tender amount is in excess of the financial limit of the contractor and Accepting officer decided 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 name 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 tenderer/bidder is accepted, the contactor will be required to lodge with the Controller of Defence Accounts concerned the amount of Individual security deposit within thirty days of the receipt by him of notification of acceptance of his tender/bid failing which this sum will be recovered from 1st RAR payment or from the first final bill. In the case of term/running contracts remaining sums shall be recovered from subsequent bill (s) of the contractors. Not more than one tender/bid shall be submitted/uploaded by one contractor or one firm of contracts. Under no circumstances will a father and his son(s) or other close relation 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 tender/bid of the both parties liable for rejection.

5. The office of Chief Engineer NW Kochi will be the accepting officer here in after referred to as such for purpose of the contract.

6. The technical bid and financial bid (cover-1 and cover-2) shall be uploaded by the tenderer/bidder on or before the date and 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 e-tendering portal. DD is refundable in case T bid is not accepted resulting in non-opening of ‘Q’ bid. The applicant contractor shall bear the cost of bank charges for procuring and encashing the DD and shall not have any claim from government whatsoever on this account.

6.1. Tender form and conditions of contracts 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.

6.2 In case of contractor who has not executed the Standing Security Bond, the cover-I shall be accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in the form of deposit at call receipt in favour of concerned GE/GE(I)

(See appendix ‘A’) by a scheduled bank or in receipt of treasury challan the amount being credited to the revenue deposit of the concerned GE/GE(I) (See Appendix ‘A’).

Page 3: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 03

NOTICE INVITING TENDER (NIT)Contd/.. 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 along with the tender, but if the accepting officer accepts the tender/bid , the contractor will require to lodge with the Controller of Defence Accounts concerned the amount of Individual Security Deposit within thirty days of receipt by him of notification of acceptance of his tender/bid , falling which this sum will be recinovered from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the contractors.

6.4 A contractor who has executed Standing Security Bond but not corresponding to the appropriate class as mentioned above, shall lodge with 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 case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the contractors. 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 GE/GE(I) will return the earnest money wherever applicable to all unsuccessful tenderer/bidder 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 GE/GE(I) will either return the earnest money to the successful tenderer/bidder by endorsing an authority on the deposit-at-call receipt for it is refund on receipt of an appropriate amount 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 store 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) during working hours.

7. The tender /bidders are advised to visit the site of work by making prior appointment with GE/GE(I) who is also executing agency of the work (See appendix ‘A’). The tenderer/Bidders are deemed to have full knowledge of all relevant documents, sample, 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.

9. The uploading of bid implies that bidder has read this notice and the Condition of Contracts and has made himself aware of the scope and specification of work to be done and of the conditions and rates at which store , tools and plants etc will be issued to him and local conditions and other factors having bearing on the execution of the work.

10. Tenderer/bidder must be possession of a copy of the MES Stander Schedule of the Rates (see Appendix ‘A’) including amendments and errata thereto.

Page 4: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 04

NOTICE INVITING TENDER (NIT)Contd/.. 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 contractor 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 Accepting officer based on ,inter-alia, capability of the firm as per criteria given in appendix ’A’ to this NIT. The applicant contractor/bidder will be informed regarding non validation of ‘T’ bid assigning reasons thereof through the eprocuremes website. The applicant contractor/bidders, if he, so desires may appeal to the next higher Engineering authority viz HQ CE SC Pune on email ID [email protected] with copy to the Accepting officer on email before scheduled date of opening of finance bid. The decision of 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 the tender submitted by a public undertaking giving a price preference over other tender(s)/Bids which may be lower, as are admissible under the Govt policy. No claim for any compensation or otherwise shall be admissible to 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. Court of the place from where tender has been issued shall alone have jurisdiction to decide any dispute out of or in respect of this tender. After acceptance of tender, Condition 72- Jurisdiction of Courts of IAFW-2249 shall be applicable.

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

Dy Dir (Contracts) (Signature of Contractor) For Accepting Officer

Dated : ____________

Page 5: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 SL. Page No. 05

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) E-TENDER

1 Name of work PROVN OF 03MW SOLAR ENERGY PROJECT AT

EZHIMALA, KERALA 2 Estimated Cost Rs. 2250.00 Lakh (At par market) 3 Period Of Completion PHASE- I : 365 (Three Hundred Sixty Five) Days

PHASE-I(A) : 365 (Three Hundred Sixty Five) Days PHASE-II : 1460 (One thousand Four Hundred Sixty) Days

4 Cost Of Tender Documents Rs. 3000.00 in the shape of DD/ Bankers Cheque from any Scheduled Bank in favour of GE (P) EZHIMALA and payable at Ezhimala.

5 Website /Portal Address www.eprocuremes.gov.in and www.mes.gov.in 6 Type of Contract The tender is lumpsum Contract based on

IAFW 2159 with BOQ to be priced by the tenderers and GCC (IAFW-2249). The Tenderer are required to quote their rate againts item of BOQ.

7 Information & Details As per critical dates.

(a) Bid Submission start Date (b) Last date of Bid Submission (c) Date of Bid Opening

8 Eligibility Criteria:- (A) For MES enlisted contractors.

(i) Contractor of Class ‘SS’ or two class below shall be considered eligible. (ii) Firm should have MoU with MNRE approved channel partners of rating 1A/ 1B/ 1C/ 2A/ 2B/ 2C having experience as given at 8 (D). (iii) They should not have any adverse remark in work load return of competent engineer authority. Enlisted contractors who are either MNRE approved Channel Partner themselves fulfilling the criteria laid down here-in-below or meeting the criteria laid down for un-enlisted contractors shall also be considered eligible.

(B) MNRE approved Channel Partners, MNRE approved Government Agencies.

(i) MNRE approved channel partners of rating 1A /1B /2A /2B, MNRE approved Government Agencies having experience as given at 8 (D) and meeting the criteria of annual turnover, financial criteria solvency, working capital, fixed assets commensurate with enlistment criteria of class ‘SS’ contractor in MES. (ii) No recovery outstanding in Government Department. (iii) They should not have any adverse remark in work load return of competent engineer authority. Meeting engineering establishment criteria of class ‘SS’ contractor of MES is not required.

Page 6: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 SL. Page No. 06

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) E-TENDER

(C) For Un-enlisted contractors other than MNRE approved Channel Partners.

(i) Contractors (other than approved channel partners) meeting the criteria of annual turnover, financial criteria, solvency, working capital, fixed assets, criteria of class ‘SS’ contractor in MES. (ii) Firms should have MoU with MNRE approved channel partners of rating 1A /1B /1C/ 2A/ 2B/ 2C having experience as given at 8 (D). (iii) No recovery outstanding in Government Department. (iv) They should not have any adverse remark in work load return of competent engineer authority. Meeting engineering establishment criteria of class ‘SS’ contractor of MES is not required.

(D) For all Contractors. Experience of having successfully completed Solar Power Plants in Central/ State Government Department/ PSU’s/ Govt. Autonomous bodies during last seven years ending last day of the month previous to the one in which applications are invited should be any of the following:- One work of capacity ≥ 80% of capacity of plant specified in NIT, i.e. 2.4 MW Or Two works of capacity ≥ 50% of capacity of plant specified in NIT, i.e. 1.5 MW each Or Three works of capacity ≥ 40% of capacity of plant specified in NIT, i.e. 1.2 MW each Note- In case the experience is in Govt. Autonomous bodies , the bidder shall also upload TDS in support of payments received in addition to work order and completion certificates.

9 Tender Issuing and Accepting Officer

CE NW KOCHI

10 Executing Agency GE (P) EZHIMALA 11 Earnest Money Rs. 15,00,000/- in Favour of GE (P) EZHIMALA and payable

at Ezhimala. Note for all Bidders:- (1) MNRE approved channel partner bidding for the work under MOU with other firm shall not enter into multiple MOU with more than one firm. In case of multiple MOU by the same firm, bids from all the firms shall be summarily rejected in Technical Evaluation and their Cover-2 shall not be opened under any circumstances. (2) In case of a MOU, documents related to financial capabilities shall be of lead partner of the MOU only. Non complainace of this condition shall result into rejection of bid in Technical Evaluation and their Cover-2 shall not be opened under any circumstances.

Page 7: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 SL. Page No. 07 APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

E-TENDER (3) Contractor will not be allowed to execute the work by subletting or through power of attorney holder on his behalf to a third party/another firm except Sons/Daughter of proprietor/partner/director and firm’s own employees, Director’s, Project Manager. (4) Hard copy of the documents shall be submit within 05 (five) days after the bid submission end date. However, the documents uploaded alongwith the bids shall only be considered for deciding eligibility of the bidders for evaluation of technical bid (Cover-1) (5) Financial capabilities required for MES enlisted contractor below the eligible class/ MNRE approved Channel Partners/ MNRE approved Government Agencies/ Un-enlisted contractors:-

i. Annual Turnover for last two consecutive years (minimum required Rs.20 Crores)

ii. Solvency (minimum required Rs.8 Crores) or Finanacial soundness for engagement upto Rs 40 Crores.

iii. Working Capital (minimum required Rs.75 Lakhs) iv. Limit of minimum reserves/total of movable and immovable property (minimum

required Rs.120 Lakhs), out of which 80% should be immovable property. v. The bidders shall also upload copy of Police verification from police authority

of the area where the registered office of the firm is located/Notarised copy of valid passport of proprietor/each partner/each Director.

Enlistment Criteria of class ‘SS’ contractor, may be also be seen in part 1.4 of Section 1 of Part I of MES Mannual on Contracts 2007 (Reprint 2012) as available in all MES formations.

a) Firms shall upload following documents (Scan Copy in PDF Format) for checking eligibility:-

(i) Application for bid in firm’s letter head. (ii) DD towards cost of tender (iii) Documents in supports of EPF code number & EPF registration (iv) Details of three highest capacity similar nature of work executed during last seven financial year-wise in tabular form giving name of work, Accepting officers details, viz ,address Telephone , fax no., e-mail ID etc, Date of acceptance of tender and actual date of completion. This shall be duly signed by proprietor/ all Partners/Authorized Director of pvt /public ltd, as applicable. It should indicate whether extension was granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of each work. In case performance report has been given by the client same shall also be uploaded duly attested. (v) Annual turnover certificate for last three (3) years issued by Chartered Accountant along with relevant pages of audited balance sheet in support thereof. (vi) Affidavit on Non judicial stamp paper of Rs.100/-(minimum) in the form of hard copy declaring their turn over for last three (3) years. (vii) Documents in support of Service Tax/GST registration. (viii) Affidavit for No outstanding recovery, No Arbitration/litigation case with any other department. (ix) The Contractor shall upload scanned copy of MOU alongwith all requisite documents in the form of affidavit duly Notarized alongwith proof of work executed by the channel Partner. (x) Any other relevant documents pertaining to work. (xi) In case the experience is in Govt. Autonomous bodies , the bidder shall also upload TDS in support of payments received in addition to work order and completion certificates.

Page 8: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 SL. Page No. 08

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT) E-TENDER

b) (i) Application/bids not accompanied by scanned copy of requisite DD/bankers cheque towards cost of tender and earnest money (as applicable) shall not be considered for evaluation of ‘T’ bid and their cover-2 shall not be opened. (ii) Tenders/Bidders to note that they should ensure that their original DDs and earnest money (as applicable) are received within 5 (five) days of bid submission end date. (iii) In case of Applications/Bids from enlisted contractors of MES , Where scanned copies of requisite DD/Bankers cheque towards cost of tender has been uploaded but physical copies are not received by the stipulated date, finance bid will be opened. However non-submission of physical copies of the cost of tender shall be considered as willful negligence of the bidder with ulterior motives and such bidder shall be banned from bidding for a period of six months commencing from the date of opening of finance bid. (iv) In Case of application/bid from un-enlisted contractors, where scanned copies of requisite DD/Bankers cheque towards cost of tender has been uploaded but physical copies are not be received by the stipulated date finance bid will not be opened . Name of such Contractors along with complete address shall be circulated for not opening of their bids for a period of six months commencing from the date of opening of finance bid. (v) In case of application/bid (enlisted contractors/as well as unenlisted contractors) where scanned copy of requisite earnest money (as applicable) were uploaded but the same are not received in physical form with stipulated time, such bid shall not qualify for opening of finance bid.

c) In case of rejection of technical/prequalification bid, contractor may appeal to next higher Engineer authority i.e. HQ CE SC Pune on email [email protected] against rejection , whose decision shall be final and binding. However contractor /bidder shall not be entitled to any compensation whatsoever for rejection of technical/prequalification bid.

d) Court of the place from where tender has been issued shall alone have

jurisdiction to decide any dispute out of or in respect of this tender. After acceptance of tender, Condition 72- Jurisdiction of Courts of IAFW-2249 shall be applicable.

e) The contractor shall ensure compliance of the EPF & MP Act 1952 by the Sub

contractor, if any engaged by the contractor for the said work in terms of conditions of tender/contract.

Dy Dir (Contracts) (Signature of Contractor) For Accepting Officer

Dated : ____________

890813/-------------/E8 Dated : 27 Jun 2017

Military Engineer Services Headquarters Chief Engineer NW Kochi Kochi-682004

Page 9: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 09

(TO BE READ IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACTS : IAFW – 2249)

(IN LIEU OF IAFW-1779-A)

MILITARY ENGINEER SERVICES

SPEED POST/ email Tele: 0484 2666147 Military Engineer Services E-mail Address: [email protected] Headquarters

Chief Engineer NW Kochi Kochi-682004 890813/-----------/E8 27 Jun 2017

LUMPSUM TENDER AND CONTRACT FOR WORKS REQUIRED IN THE EXECUTION OF PROVN OF 03 MW SOLAR ENERGY PROJECT AT EZHIMALA, KERALA

A tender/ bidder who is qualified as per the eligibility criteria mentioned in the tender documents and has interalia sound past record is hereby authorised to tender for the above work. The tender/ bid (both COVER-1 & and COVER-2) shall be submitted/ uploaded on the MES website portal (www.eprocuremes.gov.in) as per time and date mentioned in tender documents.

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

ANY TENDER.

Issuing documents Appointment:Dy Dir (Contracts)

Page 10: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 10

SCHEDULE ‘A’ LIST OF WORKS AND PRICES

NOTES:- 1. The tenderer shall insert unit rates (in figures) under column 13 i.e, (Rate in figures)

for all the items included in BOQ. 2. The entire work under this contract shall be completed as under:-

(a) Phase-I : 365 (Three Hundred Sixty Five) Days after the date of handing over of site as per work order No 1 (b)Phase-1(A) : 365 (Three Hundred Sixty Five) Days for Comprehensive maintenance and operation of Solar power plant till defect liability period after completion of Phase-I. (c) Phase-II : 1460 (One thousand Four Hundred Sixty) Days after completion of defect liability period. (GE shall place separate work order for work under Sch ‘A’/BOQ Phase-II for periods of 11 months or part thereof as mentioned in BOQ).

Note :- GE shall issue completion certificate for Phase-I & Phase-1A and Phase-II separately. Final bill for Phase-I including Phase-1A and Phase-II shall be prepared and paid separately. The defect liability period for the work executed against Phase-I shall be 12 (Twelve) months from certified date of completion of work against Phase-I except for certain items for which Warrantee/Guarantee is defined here-in-after .

3. The total amount at the end of BOQ is not firm but will be treated as the “Contract sum” (after deducting schedule of credit) referred to in IAFW-2249, General Conditions of Contracts (hereinafter referred to as “GCC”).

4. The quantities inserted against items of BOQ are provisional and are inserted for

guidance only. However, these are subject to variation in term of Condition 7 of GCC.

5. The contractor shall account for all the statutory levies and duties including Sales

tax, tax on works contract, workers welfare tax, cess, value added tax (VAT), Local bodies tax (LBT), service tax/GST etc. including recovery of income tax , tax on works contract and labour welfare tax which is deductible at source. No claim of whatsoever nature shall be admitted by the Govt on this account. Tender containing any condition to this effect is liable to be rejected.

6. Al items of works included in BOQ shall include supply of all materials (new), labour

and fixing etc complete all as specified and shown on drawing except where specifically mentioned otherwise in the description of items/works.

7. The works shall be executed all as described in BOQ/Schedule and specified here-in-

after. Relevant preambles of items and specifications of MES Schedule Part-I (2009) and Part- II (2010) shall be deemed to be applicable at no extra cost to the department.

8. A proper inventory of the buildings shall be prepared and signed by both the Engineer-in-Charge and the Contractor at the time of handing over the buildings for carrying out the works. The contractor shall be soley responsible for any loss of items/damages to the buildings while in his custody and he shall make good the losses/damages at his own expenses without any cost to the Govt.

9. All dismantled/demolished materials to be reused/incorporated in works shall be

picked, cleaned, sorted out and stacked properly as directed by Engineer-in-Charge and unit rate quoted by the contractor shall be deemed to include this provision.

Contd…/-

Page 11: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 11

SCHEDULE ‘ A ‘

LIST OF WORKS AND PRICES (Contd…/-) 10. All dismantled/demolished materials except materials covered in Schedule of credit

which are the property of contractor and materials to be reused/incorporated in the work shall be removed to MES Story Yard without any extra cost to Govt.

11. Suitability of the dismantled materials to re-used (only where specifically described in

BOQ items) in the work, i.e. quality and quantum shall be as directed and decided by the GE.

12. Wherever timber and other items obtained from dismantling are required to be re-

used (when described in BOQ) the rates shall be deemed to include for carefully taking out old nails, screws, bolts etc, cutting out defective portion if any and all other labour incidental to fabrication of old timber.

13. Debris obtained form demolition/dismantling such as broken concrete, plaster etc,

shall be removed from outside MD land by the contractor. The rate quoted for respective items shall be deemed to include this provision.

14. Tenderers attention is drawn to the fact that building where addition/alterations are to

be carried out are under occupation with the Users and the same will be hand over in full or part for carrying out work after placing of work order as arranged mutually through Engineer-in-Charge with the least inconvenience to Users. In case any delay(s), only extension of time would be granted in terms of Condition 11 of GCC. No claim of compensation of whatsoever nature shall be entertained on account of such delay if any.

15. The unit rate quoted shall include for incidentals or additional materials required and

for all labour and materials to cover all works enumerated and descried in BOQ and in preambles to analogous items in MES Schedule and as described in in particular specification whether such additional items are included in various items of BOQ or not.

16. The description of each item of BOQ shall be deemed to include the following

wording at the end “Complete all as specified and as directed by GE/Engineer-in-Charge”.

17. BLANK 18. The unit item rates quoted by the tenderer shall be deemed to include for any minor

details for construction/installation which are obviously and fairly which may not have been reflected in these documents, but are essential for execution and entire completion of the work viz leveling/cutting chases, making holes etc in wall floors etc and making good to match the adjoining surfaces and no extra cost will be entertained on such account. The decision of the Accepting Officer whether or not any minor details of constructions/installations are obviously and fairly intended to be included in the unit quoted rates for the items shall be final and binding.

Contd…/-

Page 12: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 12

SCHEDULE ‘ A ‘

LIST OF WORKS AND PRICES (Contd…/-) 19. In absence of any specification either in these tender documents or in the drawings,

the minimum specifications as given in SSR for relevant items and as per Standard Engineering practice shall be considered by the tenderer while quoting the tender.

20. The tenderers are advised to refrain from making any stipulations or conditions in

their offer. 21. The tenderer are advised to visit the site of work and verify the working condition and

scope of work to be carried out before quoting the rates. The contractor shall be deemed to have noted the site conditions before quoting his rates and no claim whatsoever on any account nothing extra shall be admissible on this account.

22. Permission for the usage of any of the existing facilities such as approaches, if

available can be granted by the GE on written request from the contractor stating that any damage caused due to usage of the same shall be made good by the contractor at no extra cost to the Govt. On the contrary if the contractor fails to make good the damages caused as above, these damages shall be made good and brought back to the original standard by the department at the risk & cost of the contractor. GE’s decision in this regard shall be final, conclusive and binding.

23. The work lies in Restricted area. 24. Wherever the word schedule ‘A’ appears in the tender documents same shall be read

as Schedule ‘A’/BOQ. 25. Contractor shall seek for any exemption applicable for the project as per orders released from GOI time to time. In this regard, contractor shall be responsible to take all necessary certificates as a proof of exemption on behalf of the employer. However, all the documents required from employer, as needed for the process will be provided by the employer. The demand of such documents shall be made to the employer in at least 10 days in advance. 26. All necessary permissions for integrating the 03 MW solar plant with the existing KSEB system shall be the responsibility of contractor. This include necessary infrastructure including equipment arrangement for import/export metering, harmonic stabilisation within the limits of Central Electrical Authority (CEA) and necessary statutory approvals from KSEB and various other state agencies as required. Fees if any demanded by KSEB shall be paid by contractor initially which shall be reimbursed in next RAR based upon documentary evidence.

NOTE :FOR SPV PLANT

(a) Before commencement of work, contractor shall submit the following details duly vetted by IIT/NIT or any other agency approved by Govt for such type of works to Accepting Officer for approval :-

(i) Layout of all E/M items working drgs, selection criteria, of all items etc (ii) Single line/Schematic diagram of Solar PV power plant (iii) Designing of Solar PV strings layout, SMBs, Cable route etc (iv) Typical site layout with solar array, inverter/control rooms, switchyards etc (v) Designing of foundation and Mounting Structure suitable for accommodating 350 Kwp Capacity SPV modules, tilting angle, size of sections, String Monitor Box position, LT & HT Cable. (vi) Network (DC & AC) layout, Data cabling layout, Lightening Protection

Page 13: MILITARY ENGINEER SERVICES - eqmagpro.com

System, Earthing System with soil resistivity report, Invertor type & make, Transformers type & make,

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 13

(vii) Vacuum Circuit Breaker type & make, SCADA based control & monitoring system details , UPS type & make, Fire Detection & Fighting System make etc. (viii) Despite mentioning the testing details under Note (ii) below contractor shall submit the MNRE approved testing details / list for individual items and SPV plants to AO for approval (ix) Typical layout of inverter room

(x) Working drawings (xi) Any other details required for successful installation commissioning, testing and smooth and stable operation of Solar PV plant.

(b) The mechanical structures, electrical works and overall workmanship of the Grid solar power plant must be warranted for a minimum of 5 years.

(c) All Mechanical, Electrical works shall be carried out as per relevant BIS/IS/equivalent standard norms only and also in accordance with the latest edition of the Indian Electricity Act / rules formed thereunder and as amended from time to time.

(d) Any other works (mechanical & electrical) connected to installation, testing & functional requirement of solar photovoltaic power plant of capacity 3 MW (AC) all as mentioned above and which is not mentioned or included in this Schedule A , but necessary shall be carried out by the contractor for which no separate payment shall be made.

(e) IDENTIFICATION MARKING :Following items shall be identified by way of artistic painting in black letters with yellow background. For danger symbol/text, white letters in red background. Identification text to be painted as per approval plan under respective items of BOQ for the following:-

(i) Solar array structures Nos: (ii) String monitoring boxes Nos: (iii) Size/ source/ destination of DC cable 1Cx300 with arrow mark (power flow direction) to be painted on SMBs and PCUs (iv) Earth chambers for solar array, lightning arrestors, eqpts, Transformers etc (v) Lightning arrestors (vi) Module cleaning system items: delivery points, control valves etc (vii) PCUs front side: PCU ID number (1-3) with rating 1000kW, AC chamber/ DC chamber, Danger text/symbol (viii) PCUs DC chamber back side: SMB ID numbers, cable size (1Cx300 +,-) with upward arrow mark, danger text/symbol. (ix) Inverter transformers (HV and LV sides), Aux transformer (HV and LV sides), ACDB panel. (x) For UPS/ FCBC/ SCADA/ ABT metering panels, all DB boards/ fire alarm panels, ID number shall be painted. (xi) Cable route markers and joint markers for underground cables shall be provided along the route of the cables as per section “Cable installation methodology” of this (xii) DISPLAY BOARDS AND SIGN BOARDS (xiii) Board displaying instruction chart for restoration from Electric Shock 2 Nos (xiv) Board displaying instruction chart for artificial respiration 2 Nos (xv) Board displaying dos and don’ts. 2 Nos

(xvi) Board displaying fire extinguishers details and operations 1 Nos (xvii) “No smoking” board 4 Nos

(xviii) Danger boards: 11000V with danger symbol in Hindi, Malayalam, English 5 Nos (xix) Identification boards, of suitable sizes, within and outside control room such as Inverter room 1, Inverter room 2, Main control room, Executive lounge,

Page 14: MILITARY ENGINEER SERVICES - eqmagpro.com

Store room, toilet, Ladies toilet, SCADA room, Battery room, Pantry room etc. MES will provide list.

Page 15: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 14

(f) Training for MES staff

(g) Submitting completion Drgs & Test Certificates, guarantee/Warranty certificate for all major eqpts, Catalogue & Literature of Eqpts, Manual for Maintenance including Schedule. Entire plant shall be tested after successful commissioning by Senior Electrical Inspector. NOTE : FOR TESTING

(i) Entire plant shall be tested after successful commissioning by Senior Electrical Inspector. (ii) Pre-commissioning inspections / checks / tests, MRT tests and coordination / liaison activities with state / central departments / Transco/ DISCOM/ CEIG etc for necessary approvals / with state / central departments / Transco/ DISCOM/ CEIG etc for necessary approvals / the plant. (Clearances shall include obtaining prior approvals for all applicable drawings/ documents etc from concerned state / central departments / Transco/ DISCOM/ CEIG etc. (iii) Contractor shall carry out following pre-commissioning checks under scope of work. (iv) Verification of firmness of SPV module interconnections (MC4) (v) Verification of firmness SMB input terminations (MC4) (vi) Verification of firmness of DC cable terminations at SMBs/ PCUs using torque wrench. (vii) Verification of firmness of RS485 cable terminations (viii) Verification of firmness of all earthing connections (ix) Cable megger/ continuity check for all DC power cables: 1Cx10, 1Cx300 (to be checked and recorded during installation). (x) Measurement of open circuit voltage of individual strings and combined output of SMBs. (xi) Measurement of earth resistance at individual earth pits of solar array: (a) as disconnected from earth mat grid and also, (b) as connected to earth mat grid (xii) Submission of test reports to MES for approval

27. After successful completion of pre-commissioning test contractor shall arrange the following test :-

(a) Tightness checks:- (i) Terminations of AC power cables at PCUs, Inverter transformers, Aux transformer, ACDB panel, UPS/ FCBC/ Battery banks, Aux AC/DC DB boards,ABT metering panels, 11kV VCB panels, SCADA panels. (ii) Terminations of Control/ Instrumentation/ Data/ Communication cables wherever applicable. (iii) Terminations of earthing at all electrical equipments/ panels of inverter rooms/ control room (iv) Terminations of earthing of inverter transformers, aux transformer (v) Terminations of earth chambers of vendor scope

(b) Electrical continuity

(c) Megger (5kV) checks for all HT (33kV) cables

(d) Hi-pot testing for all HT (33kV) cables prior to connection to the panels/transformers.

(e) Megger (1kV) checks for all 1.1kV grade cables

(f) AC/DC supply checks at TBs of all electrical panels/ DBs/ Transformers Indoor CTs 11kV.

(i) IR tests (all cores): Pri-Sec, Sec-Sec, Pri-E, Sec-E. (ii) Ratio tests / primary injection. (iii) Indoor PTs 11 kV including Bus PTs

Page 16: MILITARY ENGINEER SERVICES - eqmagpro.com

(iv) IR tests (all cores): Pri-Sec, Sec-Sec, Pri-E, Sec-E (v) Voltage ratio test

Page 17: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 15

(vi) Polarity test Note: Fot CTs / PTs certificate shall be obtained from KSEB authority Indoor VCB breakers 11 kV

(g) IR tests (i) Contact resistance measurement (CRM) (ii) Timing test: close/ open/ close-open

(iii) Functional checks: breaker open/close, spring-charged motor (iv) Remote operation from SCADA panels: open/close, command/status, lamp Indications. (v) CT ratio / PT ratio to be set in meters/relays (vi) MFM meters, Trivector meters, ABT meters, Protection relays Note: Fot CTs / PTs and ABT meters certificate shall be obtained from KSEB authority

(h) Commissioning of power plant (i) Contractor shall organize presence of an electrical consultant at site at the time of commissioning with no additional charges to MES. The consultant / site engineer shall have adequate expertise in the form of knowledge/ experience in this field. He shall be able to guide the site team on the steps/ procedure/ precautions to be adopted during commissioning. Also, he shall be capable of extempore trouble-shooting in case of any technical problems encountered on SPV portions up to 11 kV connection to metering yard.

(j) Contractor shall submit credentials of the proposed consultant for MES approval prior to awarding of work/ availing their service.

28. It is the responsibility of the Contractor to interact technically with upstream contractors for successful charging of 11 KV grid lines at plant side/ substation side respectively followed by grid synchronization of inverters/ plant commissioning. 29. Contractor & Site Engineer shall participate actively in the commissioning until it is established that there is successful export of power from all the PCUs and through the 11 kV transmission line & 11 KV switchyards at substation. 30. SPARES DC SIDE & AC SIDE :- Contractor shall provide adequate Spares required minimum for 1 year maintenance including DC & AC items under scope of work.

(P V BALAN) SIGNATURE OF CONTRACTOR Dy Dir (CONTRACTS) DATED: ______________ for ACCEPTING OFFICER

Page 18: MILITARY ENGINEER SERVICES - eqmagpro.com

CA No CE(NW) KOCHI/ /OF 2017-18 Sl. Page No . 16

SCHEDULE OF CREDIT

Srl. No.

Description of items

Ref. to drg No.

Unit Rate

No. of Units reqd.

Amount Period of completion

of indl items after

handing over site.

Rem

arks

Rs. Ps.

Rs. Ps.

1 2 3 4 5 6 7 8 1 Hard Rock 411.00 812.00 333732.00

CUM

Total Amount of Credit to be deducted from total of BOQ

Rs. 333732.00

NOTE: 1. The materials mentioned in this schedule obtained from excavation shall become the property of the contractor and credit has been given at the rate inserted by the department. 2. Unless otherwise specifically mentioned in Schedule ‘A’ the materials listed in this Schedule shall not be allowed to use in the work and the contractor shall remove the items from the work site with prior permission. 3.The quantity mentioned in column 3 are provisional and are inserted as a guide only. Measurement (Stack) shall be carried out at site during execution of work and actual quantity of materials under credit shall be worked out accordingly. 4. The amount of Schedule of Credit shall be deducted from BOQ sum before acceptance of Bid.

SIGNATURE OF CONTRACTOR Dy Dir (CONTRACTS) DATED :________________ FOR ACCEPTING OFFICER

Page 19: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 17

SCHEDULE `B’

ISSUE OF MATERIALS ETC TO THE CONTRACTOR SEE CONDITION 10 OF IAFW-2249

Sl. No.

Particulars Rate at which materials will be issued to the contractor Unit Rate

Place of issue (By Name)

Remarks

1 2 3 4 5

----------------BLANK-----------------

SCHEDULE ‘C’

(See condition 15, 34 and 35 of IAFW-2249)

Sl No

Quantity Particulars Details of MES crew supplied

Hire charges per unit per working day

Standby charges per unit per off day

Pleace of issue (by name)

Remarks

1 2 3 4 5 6 7 8

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

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR

(See Condition 16 and 35 of IAFW-2249)

Sl No

Quantity Particulars Rate per unit per working day

Place of issue (by name)

Remarks

1 2 3 4 5 6

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

__________________________ Dy Dir (Contracts) SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER DATED : _____________

Page 20: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 18

T E N D E R To, The President of India,

Having examined and perused the following documents:- 1. Specifications signed by the Dy Dir (Contracts). 2. Particular specifications and list of drawings. 3. Schedule 'A', 'B', 'C' & 'D' attached hereto. 4. MES Standard Schedule of rates Part I (2009) and Part II- 2010 (hereinafter referred

to as MES Schedule) together with Amendment No. 1 to 3 for Part-I and Amendments 1 to 59 for Part-II.

5. General Conditions of contracts IAFW-2249 (1989 Print) together with Errata Nos. 01

to 20 and Amendments Nos. 01 to 40. 6. WATER : Refer Condition 31 of IAFW-2249 (General Conditions of Contracts) Water

will not be supplied by the MES. The Contractor shall make his own arrangement for supply of water for the work.

7. Should this tender be accepted I / We agree :- (a) **That a sum of 15,00,000.00 (Rupees Fifteen lakh only) forwarded as Earnest

Money shall either be retained on account of Security Deposit or be refunded by the Government on receipt of an appropriate amount of Security Deposit within the time specified in Condition 22 of IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions contained or referred to therein and at the item rates contained in the afore said Schedule ‘A’ or at such other rates as may be fixed under the Provision of condition 62 and to carryout such deviations as may be ordered vide Condition 7 of IAFW-2249 upto maximum of TEN percent and further agree to refer all disputes as required by Condition 70 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 Govt of India, to be appointed by Engineer-in-Chief or in his absence the officer officiating as Engineer-in-Chief or Director General of works if specifically delegated in writing by Engineer-in-Chief, Army Headquarters, New Delhi whose decision shall be final, conclusive and binding.

** To be deleted where not applicable

Page 21: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No-19

Total brought forward from BOQ on Sl. Page No. for the contract sum of

Rs.______________________(Rupees______________________________________

________________________________________________________________only)

Signature __________________ in the capacity of ___________________________

duly authorised to sign the tender for and on behalf of M/s _____________________

_____________________________________________________________________

(IN BLOCK CAPITALS)

Name of the signatory :_________________________________ (In BLOCK CAPITALS) Dated : __________________ Postal Address :

________________________

________________________

________________________

Phone No. : _______________________

Telegraphic Address : __________________

Witness __________________________

________________________

________________________

________________________

ACCEPTANCE

_______________alterations have been made in these documents and as evidence that

these alterations were made before the execution of the Contract Agreement, they have

been initialed by the contractor and Shri P V BALAN .

The said officer(s) is/are hereby authorised to sign and initial on my behalf the documents forming part of this contract. The above tender was accepted by me on behalf of the President of India for the lumpsum of Rs.__________________

(Rupees______________________________________________________________) on________ day of ____________2017. Signature ________________dated this __________ day of _____________2017. Appointment : Chief Engineer, NW Kochi-682004. (For and on behalf of the President of India)

Page 22: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 SL. Page No. 20, 21 to 68

GENERAL CONDITIONS OF CONTRACTS IAFW-2249-1989 PRINT

FOR

*LUMP SUM CONTRACTS( IAFW-2159)

*ITEM RATE CONTRACTS ( IAFW-1779-A).

I / We have read and understood the provisions contained in the aforesaid

GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I / We

shall abide by terms and conditions thereof.

It is hereby further agreed and declared by me/us, that the GENERALCONDITIONS

OF CONTRACTS, IAFW-2249(1989 Print ) with errata 01 to 20 and amendment Nos. 01

to 40 form part of these tender documents and I / We are in possession of the said

conditions with errata and amendments.

Note:- In case of difference between wordings of English and Hindi version of the General Conditions of contracts IAFW-2249 (1989 Print), the English version will prevail. SIGNATURE OF CONTRACTOR Dy Dir (CONTRACTS) DATE: For ACCEPTING OFFICER * To be deleted where NOT applicable

Page 23: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 69 to 79

SCHEDULE OF MINIMUM WAGES

1. It is hereby agreed that the "Schedule of Minimum wages" as published by Govt of India/State Govt/Govt local authorities whichever is highest and which specifies minimum rates of wages for various categories of workman as applicable on the last due date of receipt of this tender shall form part of these tender document. The minimum rates of wages shall consist of all inclusive rates and include also the wages for weekly day of rest. My/our signature here under amount to my/our having signed the aforesaid documents forming part of this tender.

SIGNATURE OF CONTRACTOR Dy Dir(CONTRACTS) DATED : ______________ FOR ACCEPTING OFFICER

Page 24: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 80

SPECIAL CONDITIONS

1.0 GENERAL 1.1 The following Special conditions shall be read in conjunction with the General

Conditions of Contracts IAFW-2249 including errata / amendments there to. If any provision in these special conditions is at variance with the aforesaid documents, these special conditions shall be deemed to take precedence there over.

1.2 The work under this Contract shall be carried out in accordance with Schedule `A’,(BOQ) Particular Specifications, and provisions made in MES Schedule.

1.3 The term ` General Specifications’ referred to here in before/ here in after as well as

referred to in IAFW- 2249. (General Conditions of Contracts), shall mean the Specifications contained in MES Schedule.

1.4 General rules, specifications, special conditions and all preambles in MES

Schedule shall be deemed to apply to the works under this Contract unless specified otherwise in these tender documents, in which case the provisions in these tender documents shall be deemed to take precedence over the provisions made in MES Schedule.

2.0 VISIT TO SITE BY CONTRACTOR 2.1 The tenderers shall contact concerned GE for the purpose of inspections of site (s)

and examination of relevant document other than those sent herewith, who will extend reasonable facilities for the purpose. The tenderers shall also make themselves familiar with working conditions, accessibility to site (s), availability of materials and other cogent conditions before quoting his offer.

2.2 The tenderer shall be deemed to have inspected the site of work and make

themselves familiar with working conditions, accessibility to site (s), availability of materials and other cogent conditions, irrespective whether he has actually inspected them or not.

3.0 The works under the contract lies in RESTRICTED AREA. 3.1 CONDITIONS FOR WORKING IN RESTRICTED AREA 3.1.1 VISIT TO SITE WITHIN THE RESTRICTED AREA : Permission to enter the

restricted area at the time of submission of tenders can be obtained through the Garrison Engineer. Tenderers are advised to send prior intimation of visit of their agents, representatives etc. If any, as regards to dates and time of their proposed visit so that necessary arrangements may be made by GE to secure admission. Whether a tenderer visit the site or not, he shall be deemed to have full knowledge of the restrictions of entering into /exiting from the site of works, for working within the Restricted Area.

3.2 ENTRY /EXIT: The Contractor, his agent(s) representatives, workmen etc and his

materials, carts, truck or other means of transports etc will be allowed to enter through and leave only from such gate(s) and at such times as the GE or authorities in charge of the Restricted Area(s) may at their sole discretion permit to be used. The Contractor’s authorized representative is required to be present at the place of entry and exit for the purpose of identifying his workmen carts, trucks etc to the personnel in charge of the security of Restricted Area and shall stick to only the specific route directed for them to follow.

Contd…/-

Page 25: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 81 SPECIAL CONDITIONS (Contd…/-)

3.3 IDENTITY CARDS OR PASSES :The Contractor, his agents and representatives

are required individually to be in possession of an identity card of 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 on completion of work Identity cards or passes shall be returned to GE by the Contractor.

3.4 IDENTITY OF WORKERS 3.4.1 Every workers shall be in possession of an identity card. The identity card will be

issued after thorough investigation of the antecedents of the labourers by the Contractor and attested by the Officer-in-Charge of the unit concerned in accordance with the standing rules and regulation of the units.

3.4.2 Contractor shall be responsible for the conduct and action of his workers, agents or

representatives. 3.4.1 SEARCH: Thorough search of all persons and transport shall be carried out at

each gate and as many times as the gate is used for entry/exit and may also be carried out at any time or any number of times within the restricted area.

3.5 FEMALE SEARCHER: If the Contractor desires to employ female labours on works

to be carried out and a female searcher is not borne on the authorized strength of the establishment the contractor may be asked for employment of a female searcher (Class IV/Gp ‘D’ ) for the calculated period. The cost incurred by the Contractor in doing so shall not be reimbursed to him. The Contractor is deemed to have ascertained from GE, before quoting, whether a female searcher is held on the authorized establishment or not. No subsequent claim on this aspect shall beentertained.

3.6 WORKING HOURS 3.6.1 The units controlling restricted area, usually work during six days in the week and

remain closed, on 7th day. The working hours available to Contractor’s labour and Staff however, accordingly may get reduced because of the time taken in security check procedures observed at the time of entry, exit and during working hours. 3.6.2 The exact working hours, working days and non working days observed for the restricted area, where works are to be carried out, shall be deemed to have been ascertained by the contractor before submitting his tender. The tenderer attention is invited to the fact that the total number of working hours for an unit are prescribed in regulations and they cannot be increased by the Garrison Engineer. 3.6.3 Contractor’s materials, transport etc shall normally be permitted to come in/to out of the area between 8 am to 5 pm only . 3.6.4 Contractor may also be allowed to carry out the work beyond 5 pm and upto 6 am (day and night) with prior approval of GE but no movements of materials and transport to/out of site works shall be permitted during night unless special permission is obtained from GE/Unit authorities controlling the area. 3.7 WORK ON HOLIDAYS INSIDE RESTRICTED AREA: The Contractor shall not carry out any work on gazetted holidays, weekly holidays and other non-working days except when he is specially authorized in writing to do so by the GE. The GE may at his sole discretion declare any day as holidays or non-working day without assigning any reason for such declaration.

Contd…/-

Page 26: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 82 SPECIAL CONDITIONS (Contd…/-)

3.8 ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS: After the works are completed and surplus stores etc removed, the Contractor, his agent representatives or workers etc may not be allowed to have access to the restricted area except for attending to rectification of defects pointed out to him by the GE. 3.9 FIRE PRECAUTIONS 3.9.1 The contractor, his agents, representatives, workers etc. shall strictly observe the orders pertaining to fire precautions prevailing within the restricted area. 3.9.2 Motor transport vehicles, if any allowed by authorities to enter the restricted area must be fitted with serviceable fire extinguishers if so ordered by GE.

4.0 CONTRACTORS REPRESENTATIVES, WORKERS AND AGENTS 4.1 Tenders attention is invited to Condition 25 of IAFW-2249. Tenderer shall employ

only Indian Nationals as his representative, servants and workers and verify their antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedents and nationality is, in any way, associated with work. If for reasons of technical collaboration or other consideration the employment of any foreign national is unavoidable , the tenderer shall furnish full particulars to this effect to the Accepting Officer at the time of submission of his tender.

4.2 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.

5.0 MINIMUM WAGES PAYABLE 5.1 Refer Condition 58 of IAFW-2249. The Contractor shall not pay wages lower than

minimum wages for labour as fixed by the Govt. of India/ state Govt./local authority, whichever is highest.

5.2 The fair wages referred to in Condition 58 of IAFW-2249 will be deemed to be the same as the minimum wages payable as referred to above.

6.0 LABOUR (REGULATION AND ABOLITION ) ACT

Contract labour (Regulation & Abolition) Act 1970 is applicable to MES contractors. Rates quoted by the tenderer shall be deemed to take into account the cost etc. required to comply with the provisions contained in the said act and the rules framed under the said act.

7.0 ROYALTIES Reference Condition 14 of IAFW-2249. No quarries on defence land are available. 8.0 LAND FOR LABOUR ACCOMMODATION, STORES & WORKSHOP ETC. 8.1 Delete the lines 5 to 9 of para 1 of Condition 24 of IAFW-2249. General Conditions

of Contracts reading “ In the event of area of land.......land allotted to him” and in lieu insert as under :-

“The Contractor shall be allotted the area as marked on the site plan / layout plan for the purpose of storage of materials, erection of temporary workshop, stores, etc. The Contractor shall pay nominal rent of Rs 1/- per year or part of a year in respect of each and every separate area of land allotted to him. No defence land is available for accommodation of labour for which the Contractor shall make his own arrangement at his own expense.”

9.0 BLASTING

Blasting is prohibited. Contd../-

Page 27: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No-83

SPECIAL CONDITIONS (Contd…/-)

10.0 WATER SUPPLY 10.1 Refer Condition 31 of IAFW-2249. Water will not be supplied by MES.

10.2 The Contractor shall make his own arrangement for supply of water, he will be permitted to drill bore well (s)/ shallow wells in the area at his own cost. The well (s) dug/drilled by the contractor shall become the property of Govt. after the completion of the work under this Contract without any cost reimbursement to the Contractor. However no recovery shall also be made for water charges in case the Contractor digs his own well(s). The Contractor shall at his own cost get the water tested from recognised Govt. laboratory for its potability and produce the certificate to the GE on demand.

11.0 ELECTRICITY SUPPLY

11.1 Electricity will be supplied by MES on payment. It is however optional for the contractor to buy it from MES or make his own management at his own cost. In the event of contractor deciding to buy it from MES , he shall be charged for its consumption at a uniform rate of Rs.13.94 (Rupees Thirteen and Ninety Four Paise) per unit for lighting as well as for power. The condition given in succeeding sub paras, shall be applicable for electric supply by MES.

11.2 Electric supply shall be made available by MES at the point (s) tentatively marked

on site plan/ decided by GE. However the exact location of the electric point (s) shall be shown by the GE.

11.3 The main switch and KWH meter to register the power supplied shall be provided and installed by MES. Contractor shall provide all necessary connections/ cables , fittings etc from the main switch and meter, in order to ensure a proper and suitable supply of electricity of execution of the work.

11.4 The MES does not guarantee for continuity of supply and no compensation what so ever shall be allowed for supply becoming intermittent or for breakdown in the system.

11.5 GE or his representative shall be free to inspect all the power consuming devices. Any electric line provided by the contractor which is not to the satisfaction of the GE and conforming to IE rules shall be disconnected from the supply, if so directed by him.

11.6 It is the responsibility of Contractor to maintain the unit power factor of electric

supply. For this contractor shall provide capacitor of appropriate capacity to each connection for installation of his construction equipment.

12.0 CO-OPERATION WITH OTHER AGENCIES 12.1 Refer Condition 24 of IAFW-2249. The Contractor shall permit free access and

generally afford reasonable facilities to other agencies and departmental workmen engaged by the Govt to carryout their part of the work if any, under separate arrangements. The Contractor is expected to have general procedural knowledge of local metropolitan / municipal rules of construction.

13.0 MATERIALS 13.1 Refer Condition 10 of IAFW-2249.

13.2 Items/ materials conforming to Indian Standard Specifications and bearing ISI mark

shall only be accepted. Where ISI marked items/materials are not manufactured, items/materials superior to IS specifications may be used without any extra cost to Government. However before incorporating such materials /items, the contractor shall produce necessary test certificates as required by the GE for approval of materials/items.

Page 28: MILITARY ENGINEER SERVICES - eqmagpro.com

Contd../- CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No-84

SPECIAL CONDITIONS (Contd…/-) 13.3 Indian Standard of the year of publication (Edition) as referred to in the MES

Schedule shall be followed. Where any IS referred has been amended, or revised or superseded, the Contractor shall follow amended/ revised/superseded provisions as applicable on the date of receipt of tender without any adjustment to quoted rates / prices.

13.4 A list showing some of items/ articles which are having IS certification mark and are

readily available is given below. It is mandatory that ISI certified marked items/ articles are only incorporated in the works.

Water supply

(a) DI pipes K9 & fittings (b) CI sluice valve / CI air relese valve (c) Non return valve (d) MS pipes & fittings

13.5 BLANK

13.6 The tenderer is advised to inspect samples of materials which are displayed in the sample room in the office of CE NW KOCHI / office of GE, before submitting his tender. The tenderer shall be deemed to have inspected the samples and satisfied himself as to the nature and quality of materials, he is required to incorporate in the work, irrespective whether he has actually inspected them or not. The materials to be incorporated in the work by the contractor shall conform to, or shall be superior in quality to, samples displayed and shall comply with the specifications, mentioned in particular specifications.

13.7 The Contractor shall not procure materials in bulk unless the samples are approved

by the Garrison Engineer in writing. 13.8 BLANK 13.9 The materials brought to site shall be stored as directed by the Engineer-in-charge

and those already recorded in the Measurement Book shall be suitably marked for identification.

13.10 The Contractor shall ensure as far as practicable that the materials are brought to

site, in original sealed containers/ packing, bearing manufacturers marking except in the case of the requirement of materials being less than the smallest available commercial packing.

13.12 The purchase documents shall be endorsed, dated and initialled by the Engineer -

in- charge duly verified giving contract number and name of work. A certified true copy of each of such documents shall be kept on record.

13.13 Where the cost of each category of materials is less than Rs. 2500/- production of

purchase documents may not be insisted upon.

14.0 NET WORK ANALYSIS

Contd../-

Page 29: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No-85

SPECIAL CONDITIONS (Contd…/-)

14.1 The time and progress chart to be prepared as per Condition 11 of IAFW-2249 (General Condition of Contracts) shall consist of detailed net work analysis and a time schedule. The critical path net work will be drawn jointly by the GE and Contractor soon after but before the date of commencement as per work order No.1. The time scheduling of the activities will be done by the Contractor so as to finish the work within the stipulated time. On completion of the time schedule a firm calendar date schedule will be prepared and submitted by the Contractor to the GE who will approve it after due scrutiny. The calendar date schedule will be submitted in four copies within two weeks from date of handing over the site.

14.2 During the currency of the work the Contractor is expected to adhere to the time schedule and this adherence will be one of the main parameters of the Contractor’s performance under this contract. During the execution of the work the Contractor is expected to participate in the reviews and updating of the net work as and when called for by the GE. These reviews may be undertaken at the discretion of the GE either as a periodical appraisal measure of when the quantum of work ordered on the contractor is substantially changed through deviation orders or amendments. Any revision of time schedule as a result of the review will be submitted by the Contractor to the GE within a week for his due scrutiny and approval.

14.3 The Contractor shall adhere to the revised schedule there after. In case of

Contractor disagreeing with the revised schedule, the same will be referred to the Accepting Officer whose decision shall be final, conclusive and binding. GE’s approval to the revised schedule resulting in a completion date beyond the stipulated date of completion shall not automatically amount to a grant of extension of time. Extension of time shall be considered and decided by the appropriate authority mentioned in Condition 11 of IAFW-2249 and separately regulated.

14.4 The Contractor shall mobilise and employ sufficient resources to achieve the detailed schedule within the broad framework of the accepted method of working and safety. No additional payment will be made to contractor for any multiple shift work or other incentive methods of achieving the target dates.

15.0 RECORD OF CONSUMPTION OF CEMENT 15.1 For the purpose of keeping a record of cement consumed in the works, the

Contractor shall maintain a pucca bound register with serially numbered pages duly initialed by Engineer-in-Charge, showing daily receipt, quantity used in works and balance in hand at the end of each day. This register shall be signed daily by the Contractors representative and MES representative in token of their verification of its correctness. This register shall be checked by Engineer-in-Charge at least once in a week and on the day, cement is brought by the contractor.

15.2 The register shall be kept at site in the safe custody of the Contractor during

progress of the work and he shall on demand produce the same for verification of inspecting Officer. On the completion of the work, cement register shall be handed over to the Engineer-in-Charge for record with MES.

16.0 VALIDITY OF TENDER 16.1 This tender shall remain open for acceptance for a period of 60 days (Sixty days)

commence from the next date subsequent to last date of bid submission end date.

Contd../-

Page 30: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No-86

SPECIAL CONDITIONS (Contd…/-) . 17.0 VALUATION OF DEVIATIONS 17.1 Condition 62 of General Conditions of Contracts (IAFW-2249) shall be referred.

18.0 OFFICIAL SECRET ACT 18.1 In reference to Condition 2-A of General Conditions of contracts IAFW-2249, the

Contractor shall be bound by the Indian Official Secret Act 1923 and particularly, section 5 thereof.

19.0 CONTRACTORS PLANTS/EQUIPMENT AT SITE 19.1 The Contractor alongwith his labour return shall furnish to the Engineer-in-Charge

every morning distribution return of his plants/equipments on the site of work stating full particulars, capacity, make etc.

20.0 DAMAGE TO EXISTING WORK

20.1 Any damage done to any existing structures, under ground cable, pipe lines road

surfaces, drains and fixtures etc. during execution of works shall be made good by the contractor at his own expense. Rectification, reinstatement, making good and touching up shall be carried out according to the materials and workmanship originally provided and to the entire satisfaction of the GE.

21.0 PRODUCTION OF VOUCHERS FOR MATERIALS

21.1 Contractor shall produce original purchase vouchers/Invoices challans along with

Test Certificates wherever applicable from the manufacturers and or their authorised agents for the full quantity of the materials as applicable as a pre requisite document for payment for advance on account of materials collected, in accordance with Condition 64 of IAFW-2249, General Conditions of Contracts alongwith RAR. However, vouchers in respect of Solar power plant and connected accessories, all electrical equipments and fittings, CI sluice valve / CI air release valve, Non return valve, Bitumen, cement, steel etc., shall be submitted invariably. The contractor shall, if required by the Engr-in-charge, furnish proof (vouchers, test certificates etc.) to the satisfaction of the Engr-in-charge that the materials to comply.

22.0 ADVANCE ON ACCOUNT OF MATERIALS APPLICABLE TO CONTRACTS

WHOSE ESTIMATED COST AT MARKET RATE EXCEEDS RS. 50 LAKHS. (Also refer Condition 64 of IAFW-2249)

22.1 For the purpose of such contracts, the following shall be deemed to be added in continuation of para 5 of Condition 64 of IAFW-2249 : “ provided further the contractor may be paid advance on account to the full value of the under mentioned materials brought on the site, on his furnishing guarantee bond in the prescribed form from a schedule bank for the amount of the retention money which should otherwise be recoverable from him under the contract. (a) Water supply pipes and fittings/ fixtures (b) Any other non- perishable materials as decided by GE.

Page 31: MILITARY ENGINEER SERVICES - eqmagpro.com

Contd../-

Page 32: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 87

SPECIAL CONDITIONS (Contd…/-)

22.2 The bank guarantee bond (s) shall be executed for a minimum period of six months and on a form as directed by the Accepting Officer. The contractor shall further arrange to extend the period of guarantee bond (s) as and when necessary, and as directed by the Accepting Officer or shall furnish fresh guarantee bond (s) if any when necessary and as directed by the Accepting Officer of similar value in lieu.

22.3 It shall be noted that, advance on account of the full value of materials brought to the site is permissible only in respect of fittings and fixtures and either manufactured items which do not loose their identity after incorporation in the works. Materials like bricks, aggregate, precast concrete and similar items are not be taken in the list.

22.4 Refer conditions 64 of IAFW-2249. The contractor may at interval of not less than

15 days submit claims for payment of advances on account of work done on IAFW-2263.

23.0 RELEASE OF ADDITIONAL SECURITY DEPOSIT 23.1 Additional security deposit when deposited by the Contractor as per Condition 22 of

the IAFW-2249 shall be released in two stages as under :-

(a) 50% of the additional security deposit shall be released on payment of final bill provided there are no claims outstanding against the contractor in respect of the contract in which the additional security is lodged and the final bill is not minus. In the event of departments claims against the contractor becoming and / or the final bills under Condition 66 of IAFW-2249 becoming minus the amount of the security deposit shall be adjusted against the claim due to Government and the balance if any will be released to the contractor.

(b) Balance 50% of the additional security deposit will be released to the contractor after expiry of defects liability period as per Condition 68 of IAFW-2249 Provided the contractor shall first have to render a No Demand Certificate (IAFA-451).

(c) In order to implement the above procedure, the contractor is advised to

deposit the additional security in two equal parts so as to facilitate its release. (d) The above clause is not applicable to release of earnest money/ security

deposit by a contractor who has not executed the security bond with the department.

24.0 BLANK

25.0 ACCEPTABLE QUALITY OF WORK AND FINISHES

25.1 To determine the acceptable standard of workmanship, the Garrison Engineer may order the Contractor to execute certain typical portion of works and services such as some length of wall, portion of different type of floors, plaster, pointing, painting any other finished/items, sanitary fittings, plumbing, electrical fittings etc under strict and constant supervision of MES staff and label these works as guiding samples so that further works shall be executed to conform these samples.

Contd../-

Page 33: MILITARY ENGINEER SERVICES - eqmagpro.com
Page 34: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 88

SPECIAL CONDITIONS (Contd…/-) 26.0 WATCH, WARD AND LIGHTING 26.1 The Contractor shall provide and maintain all necessary watch, ward and lighting

arrangements to keep the traffic off the trenches. Necessary boards and sign posts shall be provided and set up to the entire satisfaction of the Engineer-in-charge.

26.2 The Contractor shall reimburse the loss to the Govt. on account of any damage,

that may occur on this account. 27.0 PRECAUTION AGAINST RISKS

The Contractor shall be responsible at his own expense in taking precaution to prevent any damage from what so ever cause arising, other than out of accepted risks and to minimise the amount of any such loss or damage and for adoption of necessary protective measures required for the purpose in compliance with Condition 38 of IAFW-2249 and Rule 5 of the MES SAFETY CODE vide (Annexure `B’) of IAFW-2249 until the works have been handed over duly completed to the Engineer-in-charge.

28.0 CLEANING DOWN Refer Condition 49 of IAFW-2249 General Conditions of Contracts. The Contractor

shall leave the whole premises clean and tidy before handing over the works. 29.0 APPROACHES

The Contractor shall provide at his own cost all temporary approaches to the site (where not existing) for the use of his labour and transport of materials, tools and plants.

30.0 SECURITY OF CLASSIFIED DOCUMENTS 30.1 Contractors special attention is drawn to Condition 2-A and 3 of IAFW-2249

(General Conditions of Contracts). The contractor shall not communicate any classified information regarding the works, either to sub Contractor or others, without the prior approval of the Garrison Engineer. The Contractor shall also not make copies of the design / drawings and other documents furnished to him in respect of the work and he shall return all documents on completion of work or earlier on termination of the contract. The contractor shall alongwith the final bill attach a receipt from the Engineer - in - charge in confirmation of his having returned the classified documents as per Condition 3 of IAFW-2249.

Contd../-

Page 35: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 89

SPECIAL CONDITIONS (Contd…/-)

31.0 QUALIFIED TRADEMEN : (APPLICABLE FOR WORKS COSTING RUPEES ONE CRORE OR MORE)

In compliance with the condition 26 of IAFW-2249 (General Conditions of Contracts), the contractor shall employ skilled/semi skilled tradesmen who are qualified and possessing certificate in particular trade from Industrial Training Institute/(ITI)/National Institute of Construction Management and Research (NICMAR)/CIDC similar reputed and recognized Institutes by State/Central Government, to execute the works of their respective trade. The number of such qualified tradesmen shall not less than 25% of total skilled/semi skilled tradesmen required in each trade. The contractor shall submit the list of such tradesmen alongwith requisite certificates to Garrison Engineer for verification and approval. Notwithstanding the approval of such tradesmen by GE, if the tradesmen are found to have inadequate skill to execute the work of their trades, leading to un-satisfactory workmanship, the contractor shall make good the defective work to the entire satisfaction of GE without any extra cost to Govt and also remove such tradesmen within a week after written notice to this effect by the GE and shall engage other qualified tradesmen after prior approval of GE’s decision whether a particular tradesmen processes requisite qualification, skill and expertise commensurate with nature of work, shall be final and binding. No compensation whatsoever on this account shall be admissible.

32.0 Re-imbursement/refund on variation in “taxes directly related to Contract value

32.1 The rates quoted by the Contractor shall be deemed to be inclusive of all taxes including GST, Sales Tax/VAT on materials, Sales Tax/VAT on works Contracts, Turnover Tax, Service Tax, Labour welfare cess/tax etc, duties, Royalties, Octroi and other levies payable under the respective Statutes. No reimbursement/refund for variation in rates of taxes, duties, Royalties, Octroi and other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, octroi and other levies shall be made except as provided in 32.2 herein below.

32.2 The taxes which are levied by Govt at certain percentage rates of contract sum/Amount shall be termed as “taxes directly related to Contract value” such as GST, 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.

Contd../-

Page 36: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 90

SPECIAL CONDITIONS (Contd…/-)

32.3 The contractor shall, within a reasonable time of his becoming aware of variation in percentage rates and/or imposition of any further “taxes directly related to Contract value”, give written notice thereof to the GE stating that the same is given pursuant to this Special Condition, together with all information relating there to which he may be in a position to supply. The Contractor shall submit the other documentary proof/information as the GE may require.

32.4 The Contractor shall for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by duly authorised representative of Govt and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other information as the GE may require.

32.5 Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value” shall be made only if the Contractor necessarily and properly pays additional “taxes directly related to Contract value” to the Govt, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Govt authority and submits documentary proof for the same as the GE may require”.

33.0 PERFORMANCE EVALUATION OF CONTRACTS 33.1 Performance evaluation of the works shall be carried out at following laid down

stages of the work. The contractor shall give on-site presentation in these evaluation to the Accepting Officer himself in, presence of CWE, GE, AGE, Staff Officers of CE’s. These shall also be attended by representatives of CFA, PMG, user, audit and references quoted in the minutes of meeting (MoM), which shall be issued by the CE.

(a) First Evaluation (i) First evaluation shall be carried out at the end of mobilization but not later than

two months from date of commencement of work indicated in the work order No-1. The Contractor and GE shall finalize the works programme (CPM or PERT or any other method mentioned in CA) which shall be discussed threadbare, during the meeting. The following shall be ensured and bottlenecks removed :-

(aa) Clear approach to the site. (ab) Availability of clear site. (ac) Site preparation for dumping of building material such as hard standing/bins. (ad) Cordon-off of the work site with due regard to security, environment, dust pollution

etc. (ae) Hindrances such as trees and building to be demolished, if any. (af) Contrasting/conflicting provisions of CA and drawings if any to be highlighted by the

contractor. Contd../-

Page 37: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 91

SPECIAL CONDITIONS (Contd…/-) (ag) Site documents to be maintained including Hindrance Register. (ah) Site office, labour camp, adherence to the Labour laws including safety measures. (aj) Verification of soil data, earthwork levels, design mix and confirmation of design

parameters. (ak) Setting of Test Lab at site. (al) Details of engineers employed. They will be present on site and their

employment/contract papers with the contractor will be verified. (ii) The minutes of the evaluation shall be recorded and signed by the Accepting

Officer, CWE and GE as well as the Contractor attending the meeting. This shall become the action plan agreed to by both the parties and will be contractually binding.

(b) Second/Intermediate Evaluation Contracts having period of completion more than twelve months shall have these

meeting at intervals of every six months from the date of commencement indicated in Work Order No1. These shall be held at the work site on a date fixed well in advance to ensure presence of all concerned. This meeting shall be attended by the Accepting Officer, CWE, GE, AGE, representatives of CE’s office, Contractor and the PMG. The present progress of work and reasons for any delay shall be analyzed and time-bound action plan to remove any encumbrances/bottlenecks discussed in detail. In case extension of time is contractually and circumstantially due, it shall be deliberated upon. The following action under the contract conditions shall be taken :- (i) Grant extension of time, as is logically and contractually due, within 15 days of the meeting for the reasons of delay seen in these evaluations. The Accepting Officer shall categorically, simultaneously reply to the Contractor intimating him reasons of delay and days of extension considered due or not due.

(ii) In case extension is not due, contractor shall be informed by the Accepting Officer in writing. (iii) The evaluation meeting done at about 50% of completion period or near thereto, shall be decisive on whether contract will be heading towards completion or failure thereof within stipulated date/extended date. (iv) Progress achieved at end of six months to be compared to adjusted CPM/PERT for analysis of trend working.

Contd…

Page 38: MILITARY ENGINEER SERVICES - eqmagpro.com

CA NO- CE(NW)/KOCHI/ OF 2017-18 Serial Page No- 92

SPECIAL CONDITIONS (Contd…/-) (c) In addition, the following shall be finalized and confirmed

(i) Deviations and approval in principle for all changes viz changes by users, technical requirement, change in design, etc and any other pending decisions shall be dealt with and decided there itself. Nothing will be kept pending beyond maximum one periodic evaluation. (ii) All formal paper work related to contractual decisions pending till date shall be completed one month prior to the evaluation.

(d) Evaluation one month prior to original/extended date of completion Like six monthly meeting mentioned above, this meeting will evaluate progress achieved one month prior to original date of completion vis-à-vis extended date of completion. In case progress is not satisfactory on account of the Contractor’s deficiencies, this will be informed of decision of compensation leviable from original or extended date of completion and contract may be considered for cancellation on expiry of extended date of completion. However, if extension is again considered due, the same shall be granted and fresh completion date shall be fixed. This exercise shall continue till contract is completed or cancelled. (e) Final Evaluation Final evaluation shall be held at work site one month after actual date of completion. This meeting shall be attended by the Accepting Officer, CWE, GE, AGE and the Contactor. The progress of pending issues if any shall be analyzed and timelines arrived at in detail for ensuring preparation and submission of final bill by the contractor within three months from the date of completion. Notes :- (a) The performance evaluation shall be carried out for contracts of value more than Rs. 5 Crore by CEs Zone. For contracts below Rs. 5 Crore, concerned CWE will do the performance evaluation in respect of CE’s contracts and send the report to CE Zone for his perusal and approval.

Dy Dir (Contracts)

(Signature of Contractor) For Accepting Officer Dated : ____________