tender invitation by military engineer services for solar epc. to view more tenders, visit

74
Solar EPC Tender Invitation from Military Engineer Services for Provision of Rain Water Harvesting and Solar Power Generating System at AF Station Najafgarh | Location: Gurgaon, Haryana | Closing Date: June 01, 2016 | Earnest Money Deposit: 90,000

Upload: ezysolare-gosolar

Post on 12-Feb-2017

257 views

Category:

Business


10 download

TRANSCRIPT

Page 1: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

Solar EPC

Tender Invitation from Military Engineer Services for Provision of Rain Water Harvesting andSolar Power Generating System at AF Station Najafgarh | Location: Gurgaon, Haryana |Closing Date: June 01, 2016 | Earnest Money Deposit: 90,000

Page 2: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

NIT

Page 3: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

PrintTender Details

Basic Details

Organisation ChainE-IN-C BRANCH - MILITARY ENGINEER SERVICES||CESCAND CE (AF) NAGPUR - MES||CWE (AF) TUGALAKABAD -MES

Tender ReferenceNumber CWE/TKD/GUR/TOKEN-08/2016-17

Tender Id 2016_MES_63923_2Tender Type Open Form Of Contract Item RateTender Category Works No. of Covers 2General TechnicalEvaluation Allowed

No ItemWise Technical Evaluation Allowed No

Payment Mode Offline Is Multi Currency Allowed For BOQ NoIs Multi CurrencyAllowed For Fee

No

Payment Instruments

OfflineS.No

InstrumentType

1BankersCheque

2DemandDraft

Covers Information, No. Of Covers - 2

CoverNo

Cover Type DescriptionDocumentType

1 Fee/PreQual/Technical

Scanned copy ofapplication on letterhead of firm requestingissue of tender

.pdf

Scanned copy of cost oftender in the form ofDD or BC for Rs 500 infavour of GE P AFGurgaon

.pdf

Scanned copy ofenlistment letter in MES

.pdf

Scanned copy ofProvident Fund CodeNo of firm. Non-possession of PFC No TBid shall be disqualified

.pdf

For Unenlisted contrsscanned copy of docmeeting MES enlistcriteria for Class D catai and bi

.pdf

For Unenlistedcontractors Affidavit forNo recovery outstandingin any Govt. Dept.

.pdf

Page 4: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

2 FinanceBOQ or otherwisecalled Price Bid or SchA

.xls

Tender Fee Details, [Total Fee (INR)* - 500]

TenderFee(INR)

500

Fee Payable To GE P AFGurgaon

FeePayableAt

Gurgaon

Tender FeeExemptionAllowed

No

EMD Fee Details

EMDAmount(INR)

90,000 EMDExemptionAllowed

Yes

EMD FeeType

fixed EMDPercentage

NA

EMDPayableTo

GE P AFGurgaon

EMD PayableAt

Gurgaon

Work Item Details

Title Provn of Rain Water Harvesting and Solar Power Generating System atAF Stn Najafgarh under GE (P) AF Gurgaon

WorkDescription

Provn of Rain Water Harvesting and Solar Power Generating System atAF Stn Najafgarh under GE (P) AF Gurgaon

PreQualification

MES contractor enlisted as Class D category ai and bi having depositedStanding Security of Rs. 100000 with dept. Contractors not enlisted inMES should meet the MES enlistment criteria corresponding toappropriate class and cat

IndependentExternalMonitor

NA

Tender Value INR 45,00,000Period OfWork(Days)

180BidValidity(Days)

60

ProductCategory

MiscellaneousProduct SubCategory

CivilEngineeringWorks Bldg andElectricalEngine

Contract Type Tender

Pre BidMeeting Place

NAPre BidMeetingAddress

NABid OpeningPlace

HQ CWE AFTughlakabad

Location Gurgaon Pincode 122005Pre BidMeeting Date

NA

Critical Dates

Published Date20-May-201606:00 PM Bid Opening Date

03-Jun-201612:00 PM

Document Download / Sale 20-May-2016 Document Download / Sale 01-Jun-2016

Page 5: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

Start Date 06:00 PM End Date 06:00 PMClarification Start Date NA Clarification End Date NA

Bid Submission Start Date20-May-201606:00 PM

Bid Submission End Date01-Jun-201606:00 PM

Download as zip fileTenders Documents

NIT Document S.NoDocument NameDescription Document Size (in KB)1 NIT_1.pdf Appx A to NIeT 70.02

Work ItemDocuments S.No

DocumentName

DocumentType

DescriptionDocument Size(in KB)

1BOQ_80005.xls

BOQBOQ or otherwisecalled Price Bid or SchA

411.5

285054tender.pdf Tender

DocumentsTender documents 1647.15

Tender Inviting Authority

Name CWE AF TughlakabadAddressHQ CWE Air Force Tughlakabad, Sangam Vihar PO, New Delhi-110080

Back

Page 6: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

DOCUMENT 1

Page 7: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA NO CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 10

APPENDIX ‘A’ TO NOTICE INVITING e-TENDER 1 Para 1 Name of Work Provn of Rain Water Harvesting and Solar Power

Generating System at AF Stn Najafgarh under GE (P) AF Gurgaon

2 Para 2, Sub-Para1

(a) Estimated cost

` 45.00 Lakh (Rupees Forty Five Lakhs Only)

(b) Tender shall be based on The tender shall be based on IAFW-2249 (General Conditions of Contracts) & IAFW-2159 (Revised 1947) List of items of work {Schedule ‘A’(BOQ/Price bid)} to be priced by the tenderers

3 Para 2, Sub Para 2

Period of completion 180 days

4 Para 5 Last date of receipt of Online applications

As per information on www.eprocuremes.gov.in

5 Para 6 (a) Date of download of Tender document As per information on www.eprocuremes.gov.in (b) Appropriate Class Standing Security

Deposit & Category Class ‘D’ with Standing Security deposit of Rs 1,00,000.00 (Rupees One Lakh Only ) & Category ‘a(i) and b(i)’

6 Para7 (a) Earnest Money ` 90,000/- in the form of DD I Bankers cheque from any Scheduled bank in favour of GE (P) AF Gurgaon. MES enlisted contractor’s are exempted from submission of EMD (scanned copy to be uploaded online and original to be submitted offline within 5 days from Bid Submission End Date).

(b) Office to be contacted for site visit GE (P) AF Gurgaon 7 Para -9 (a) Date of submission of bid As per information on www.eprocuremes.gov.in

(b) Cost of Tender Documents in blank ` 500/- in the form of DDIBankers cheque from any Scheduled bank in favour of GE (P) AF Gurgaon. (Scanned copy shall be uploaded online and original to be submitted within 5 days from Bid Submission End Date)

8. Eligibility Criteria

(a) For MES enlisted contractors Class ‘D’ & Category ‘a(i) and b(i)’ Note: Contractor to upload the scanned copy of MES enlistment letter and copy to be submitted offline within 5 days from Bid Submission End Date)..

(b) For Un-enlisted contractor (i) Meeting enlistement criteria of MES for above class and category with regard to satisfactory completion of requisite value of similar works, Annual turnover, Solvency, Working Capital, Fixed Assets, Engineer Establishment etc (ii) No recovery outstanding in any Govt Dept (for which affidavit to be submitted. (iii) Attested copy of police verification report/valid passport in respect of proprietor/all partners. His price bid will be opened in case the eligibility criteria is fulfilled. Notes:- Scanned copies to be uploaded online and original/attested copies of supporting documents to be submitted offline within 5 days from Bid Submission End Date.

9. Critical Dates

Published Date 08 Apr 2016 11:00 Hrs Document Download Start Date

As per information on www.eprocuremes.gov.in

Bid Submission Start Date (Cover 1 & Cover 2)

As per information on www.eprocuremes.gov.in

Document Download End Date

Bid Submission End Date (Cover 1 & Cover 2)

Bid Opening Date

Cover 1

Cover 2 Will be intimated online after completion of evaluation of tech bid/application (cover 1)

10 Formations Name of CE Name CWE Name of GE/AGE

HQ CE (AF) Nagpur HQ CWE (AF) Tughlakabad GE (P) AF Gurgaon

NOTES: - 1. The applicant contractor shall note that the demand draft/Banker's cheque shall be in favour of GE (P) AF Gurgaon. Cost of tender documents shall be non-refundable. However DD/ Banker's cheque shall be returned to the applicants whose Cover 2 (Price Bid) is not opened. Please note that Cover 2 (Price Bid) will be opened only in respect of qualified and eligible contractors who fulfils the eligibility I criteria according to their tech bid submitted in cover 1 (application/technical bid). Contd/-

Page 8: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA NO CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 11

2. Uploading of bid does not constitute any guarantee for opening of price bid of tenderer. Opening of price-bid (Cover 2) of tender will be decided by the Accepting Officer based on interalia, past track record, financial position & experience of similar works executed by the applicant/contractor. The Accepting Officer shall receive applications (Cover 1) & price bid (Cover 2) upto the last date & time of bid submission/extended date of bid submission as applicable and as mentioned. The reasons for rejection regarding non opening of cover 2 (price bid) will be uploaded in www.eprocure.mes.gov.in. The applicant/contractor, if he so desires, may appeal to the next Higher Engineer Authority i.e HQ CE (AF) Nagpur-440007 through email [email protected]/ [email protected] with cc to the Accepting Officer ([email protected]/[email protected]) within 48hrs from the time of publishing the technical bid evaluation report in www.eprocure.mes.gov.in. 3. Subletting in any form or Power of Attorney is not accepted and allowed. 4. The decision of the next Higher Engineer Authority shall be final and binding. No applicant/contractor shall be entitled for any compensation whatsoever for rejection of his application(Cover 1)/non opening of Cover 2 (price bid). 5. For submission of e-tender bidders are requested to get themselves registered with eprocuremes.gov.in. website alongwith Class -II/III Digital Signature Certificate (DSC) issued by authorized CA under IT Act 2003. 6. For complete details refer our website www.eprocuremes.gov.in at CPP portal.

7. Any change/ modification in the tender enquiry will be intimated through above mentioned website only. Bidders are therefore requested to visit our website regularly to keep themselves updated. 8. Application not accompanied by requisite value DD/Bankers cheque towards cost of tender shall not be considered. Price bid (Cover 2) received without EMD in original (if applicable as required) will not be opened. 9. Full notice of tender IAFW-2162 & enlistment criteria are available in all offices of MES and also on MES website. (P Sahni) JE (QS&C) Offg ACWE (Contracts) SIGNATURE OF CONTRACTOR for Accepting Officer Dated

HQ Commander Works Engineers (AF) Military Engineer Services Tughlakabad, PO: Sangam Vihar New Delhi-110080 85054/02/E8 Dated : 08 Apr 2016 Distribution :- 01. HQ CE (AF), PIN-900419, C/o 56 APO 20. GE Base Hosp, PIN-900106,C/O 56 APO 02. HQ CE(AF) WAC, PIN-900106, C/o 56 APO 21. GE (U) WS, PIN-900106,C/O 56 APO 03. HQ CE, PIN-900106, C/o 56 APO 22. GE R&D, PIN-900256,C/O 56 APO 04. HQ CE (R & D), PIN-900256, C/O 56 APO 23. GE Subroto Park, PIN-900106,C/O 56 APO 05. HQ CWE, PIN-900106, C/O 56 APO 24. GE (AF) Tughlakabad 06. HQ CWE (P) PIN-900106, C/O 56 APO 25. GE (AF) MC, PIN-900134, C/O 56 APO 07. HQ CWE, PIN-900479, C/O 56 APO 26. CWE (AF), PIN-900137, C/O 56 APO 08. HQ CWE, PIN-900106, C/O 56 APO 27. GE (AF), PIN-900137, C/O 56 APO 09. HQ CWE (U), PIN-900106, C/O 56 APO 28. GE (West), PIN-900479, C/O 56 APO 10. HQ CWE (AF), PIN-900106, C/O 56 APO 39. CWE, PIN-900273, C/O 56 APO 11. GE (East), PIN-900106, C/O 56 APO 30. GE (AF), PIN-900131, C/O 56 APO 12. GE (Plant & Machinery), PIN-900106, C/O 56 APO 31. GE (P) (AF) Gurgaon 13. GE (P) South, PIN-900106, C/O 56 APO 32. AGE (I), PIN-900479, C/O 56 APO 14. GE (P) West, PIN-900106, C/O 56 APO 33. The Hony Sec, MES Builders Association of India,

106, Kirti Deep, Nangal Raya, New Delhi-46 15. GE R&R Hosp, PIN-900106, C/O 56 APO 34. The Hony Secretary, MES Builders Association of

India Flat No 807, 8th floor, Sahyog 58, Nehru Place, New Delhi-110019

16. GE (I) (AF) Gurgaon 35. MES Builders Associations, H NO 599, Sector-9 Panchkula

17. GE (P)(AF), PIN-900106,C/O 56 APO 36. Labour Enforcement Officer, 155 Sector –38A, Chandgiarh

18 GE North (AF), PIN-900106,C/O 56 APO 37. Notice Board /E2 & E4 19. GE South(AF), PIN-900106,C/O 56 APO

Page 9: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

DOCUMENT 2

Page 10: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 1

RECALL MILITARY ENGINEER SERVICES

CA NO : CWE/TKD/GUR/TOKEN-08/2015-16 : PROVN OF RAIN WATER HARVESTING AND

SOLAR POWER GENERATING SYSTEM AT AF STN NAJAFGARH UNDER GE (P) AF GURGAON

Sl.No

Particulars Srl Page(s) No

1.

2.

3.

4.

5.

6.

7.

8.

9

10.

11.

12.

Contents sheet Tender Forwarding letter Including Instructions to Tenderers for filling of Tender. Notice of Tender IAFW-2162 (Revised 1960) including Appendix `A' to Notice of Tender and Errata/ Amendments to Appendix `A` to Notice of Tender. Tender and Item Rate Contract for Works by Measurement IAFW-1779-A (Revised 1955). General Conditions of Contracts IAFW-2249 (1989 print) Errata/Amendments to IAFW-2249 (1989 Print) Schedule of Minimum Fair Wages Special Conditions Particular Specifications, Appendix `A' to ‘D’ Errata/Amendments to the tender documents Relevant correspondence. Acceptance letter. Total Pages

01

02 to 06

07 to 11

12 to 27

28 to 60

61 to 79

80

81 to 87

88 to 126

- -

(P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 11: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 2 Tele Civ : 011- 26041529 e-procure 011-26041512 Headquarters Commander Works Engineers (AF) Military Engineer Services Tughlakabad, Sangam Vihar PO: New Delhi-110080 85054/13/E8 20 May 2016 Shri/S’shri_____________________ ______________________________ ______________________________

CA NO : CWE/TKD/GUR/TOKEN-08/2015-16 : PROVN OF RAIN WATER HARVESTING AND

SOLAR POWER GENERATING SYSTEM AT AF STN NAJAFGARH UNDER GE (P) AF GURGAON

Dear Sir(s) 1. Tender documents for the above mentioned work to be downloaded from www.eprocuremes.gov.in. Technical bid (cover 1) and financial bid (cover 2) to be uploaded online as per the date mentioned in NIT or website. Technical bid (cover 1) will be opened as per the date mentioned in website for evaluation of applications. The date of opening of price bid (cover 2) will be informed online to the selected applicants.

2. Information / documents (Forming part of this contract) mentioned here in below are not enclosed with these documents. These are available for perusal during working hours on working day in the office of the GE (P) AF GURGAON AND COMMANDER WORKS ENGINEER (AF), TUGHLAKABAD NEW DLEHI-110080 (a) IAFW-2249(1989 Print) - General condition of contracts including errata and amendments. (b) Schedule of Minimum Fair Wages - As per Latest Government of India Notification 4. Whether the documents mentioned in Para 3 above are actually seen or not, the contractor is deemed to have made himself acquainted with the contents of the above mentioned documents not enclosed herewith before uploading the tender and no claim whatsoever on this account shall be entertained. 5. Refer to special condition of the tender documents in connection with taxes, levies duties etc.

7. EARNEST MONEY (Refer condition 22 of IAFW-2249 (General conditions of contract) :-

(a) Contractors who are not enlisted in MES/who are enlisted but have not deposited standing security deposit and not executed standing security bond with Chief Engineer Central Command will be required to furnish earnest money in the prescribed form alongwith technical bid (cover 1). (b) Earnest money shall be submitted along with the tender in one of the following norms:-

(i) Deposit at call Receipt from any scheduled bank drawn in favour of GE (P) AF Gurgaon.

Page 12: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 3

(ii) Receipt of treasury challan, the amount being credited to the Revenue deposit of GE (P) AF Gurgaon. Tenderers shall note that no other form of earnest money is acceptable.

(iii) Techincal bid (cover 1) uploaded by an un-enlisted contractor is not accompanied by acceptable form of earnest money shall be treated as non-bonafide and shall be rejected.

8. SECURITY DEPOSIT (Refer condition 22 of IAFW-2249(General conditions of contract) :-

a) Tender uploaded by contractors who are not enlisted with MES/who are enlisted but have not executed security bond.

i) The amount of the “Earnest money” for the works to be furnished alongwith

technical bid for un-enlisted contractors. ii) The amount of “Individual security deposit” for the work in case the tender is

accepted would be the amount calculated with reference to tendered cost, as per the Scale laid down by MES for calculation of earnest money enhanced by 25% subject to a maximum of Rs.18,75,000/-. This amount shall be required to be lodged with the concerned PCDA/CDA.

b) Tender uploaded by contractors enlisted in any MES formation outside Western Command and who have deposited standing security and executed standing security bond with the enlisted formation. Such tenderers of Class ‘E’ to ‘S’ are not required to deposit earnest money, they will be allowed to execute work without depositing separate security deposit in respect of GE located at the same station (i.e. within the same municipal corporation/ cantonment limit) at which GE of his enlisting authority are located and also provided such works come under the jurisdiction of the same CDA to which the enlisting authority has furnished standing security and standing security bond for safe custody.. (c) Tenders uploaded by contractors who are enlisted and who have lodged the SSD but for a lower class. The amount of “Additional Security Deposit” for the work in case the tender is accepted shall be difference between the “Individual Security Deposit” calculated with reference to the “TENDERED COST’ as per the scale laid down by MES for calculation of Earnest Money enhanced by 25% (subject to a maximum of Rs.18,75,000/-) and the Standing Security Deposit” lodged.

Page 13: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 4 9. (a) The bidder shall download price bid form eprocurement portal and enter his rates in figures only in the financial bid (cover 2) and upload the same.

(b) In case the tenderer has to revise/modify the rates quoted in the price bid, he may do so only by re-submitting the price bid (cover 2).

(c) Bidders shall periodically check the website for any modified BOQ uploaded by the department and it shall be responsibility of the bidder to ensure uploading of correct/revised BOQ. In case of his failure to upload the modified BOQ his bid shall be rejected.

(d) In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the Earnest Money deposited by him shall be forefeited. 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, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls. Also, issue of other tenders to such tenderer and their related firms shall remain suspended till they deposit the aforesaid amount in the Govt Treasury.

10. Typical details of drawing listed in the list of drawing shall form part of the tender documents and the same shall not be enclosed with the tender/contract. However contractor shall refer these drawings in this office or Garrison Engineer Office before quoting the tender and the Lumpsum shall be deemed to have taken into consideration these drawings and contractor will not have any claim on this account. ‘Yours faithfully’ (P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 14: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 5

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER DOCUMENTS TO BE COMPILED WITH BY THE CONTRACTOR

1.1 The bidder shall submit his application alongwith requiste documents in cover1 and quoted bid/ quoted tender in cover No. 2 in the form of E-tendering at www.eprocuremes.gov.in on or before date and time of submission of documents as indicated in appendix ‘A’ to NIT or as subsequently amended through corrigendum / amendments. 1.2 The documents shall be opened on or after the prescribed date and time fixed for opening of tender as mentioned in Appx ‘A’ to NIT. 1.3 The bidder shall submit original copy of his application, DD/BC, MOU and other documents as uploaded in cover 1 within 5 days from Bid Submission End Date in HQ CWE (AF) Tughlakabad, Sangam Vihar PO, New Delhi-110080.

1.4 In case of MES enlisted tenderers, if original DD is not received within period stated above, subject to satisfying other prequalifying criteria, the financial bid 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 tantamounts to wilful negligence with ulterior motive and therefore the tenderer shall be barred to tender during the period of 6 months commencing from the date of opening of financial bid.

1.5 In case of un-enlisted tenderers, if original DD is not received within the time stipulated, the cover 1 ( ‘T ’ bid) shall not be validated for opening of financial Bid. Name of such contractors alongwith complete address shall be circulated for not opening of bids for the period of six months commencing from date of opening of financial bid

1.6 Tenderers who have failed to submit original DD pertaining to Earnest Money deposit (whether un-enlisted or enlisted who has not lodged Standing Security Deposit) by stipulated date, shall be ineligible for opening of Financial Bid. 2. TENDERS SUBMITTED BY THE PARTNERSHIP FIRM

If a tender is submitted on behalf of a firm, it must be signed either by all the partners or the person holding valid power of attorney from all the partners constituting the firm. The tender shall be accompanied valid power of Attorney duly executed in his favour by such other person(s)/or by all the partners stating specifically that he has the authority to bind such other person(s) or the firm as the case may be in all matters pertaining to the contract including the arbitration clause. The power of attorney shall be executed as indicated below :

a) In case of proprietor ship concern, an affidavit shall be submitted by the signatory to the tender documents that he is the sole proprietor of the firm. b) In case of partnership concern, the power of attorney shall be executed by all the partners. c) In case of a company, the power of attorney shall be executed in accordance with the constitution of the company.

3. Facilities for execution of bank guarantee for following purposes are available for the contractors

as details below :-

Page 15: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 6

(a) Individual Security Deposit (ISD)/Additional Security Deposit (ASD) for individual work as applicable covering contract period and defects liability period of one year thereafter.

(b) Retention money for payment of running accounts. 4. (a) Tenderer 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 literatures on the subject are widely available which the tenderer may make use of. (b) The tenderers attention is drawn to special condition of the tender documents regarding preparation of the detailed net work 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 in using the technique will be taken as his technical inefficiency and will effect his class of enlistment and future prospects of receiving in invitations of tender for work.

5. (a) Tenderer will not make of his own, any alteration in the tender documents issued to him

by the department. In this connection tenderer’s special attention is drawn to Para 10 of Appendix ‘A’ to Notice of tender. It is expressly brought to notice of tenderer that if he makes any alteration in the tender documents and his tender is accepted by the Accepting Officer, the alteration(s) made by the tenderer shall be deemed to have become null and void and the original provision in the tender documents as originally made by department or amended subsequently through corrigendum to tender documents issued by department shall hold good and contractor will not have any claim on this account. (b) The department may issue corrigendum to tender documents before due date of submission of bid. The tenderer is required to read the tender documents in conjunction with the corrigendum, if any, issued by the department. The tenderer is not supposed to incorporate the errata/amendment in the body of the tender document. (c) In view of the above, it is agreed by both the parties, viz. The tenderer and the department, that insertion of amendment, if any, made by the tenderer at his own in tender shall be treated as cancelled and the errata/amendments issued by the department shall hold good.

6. Conditional tender shall be treated as non-bonafide and is liable to be rejected. 7. The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty.

Attention of contractor is also drawn to condition 24 and 25 of IAFW-2249 (General condition of contract)

9. These instructions shall form part of tender and shall form part of the tender documents. (P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 16: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 7

IAFW-2162 (Revised 1960)

MILITARY ENGINEER SERVICES NOTICE OF TENDER

1. A tender is invited for the work as mentioned in Appendix `A' to this Notice of tender. 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 rough guide and if the work costs more or less, a tenderer will have no claim on that account. The tender shall be based as mentioned in aforesaid Appendix `A'. The work is to be completed within the period as indicated in aforesaid Appendix ‘A’/ Notes to Schedule `A’ in accordance with the phasing, if any, indicated in the tender from the date of handing over the site, which may be one or about two weeks after the date of the acceptance of the tender. 3. Normally contractors, whose names are on the MES approved list for the area in which the work lies within whose financial category the estimated amount would fall, may tender. In case where the tendered amount is in excess of the financial category of the contractor, the Accepting Officer reserves the right to accept the tender, in which event the tenderer would be required to lodge "Additional Security Deposit" as notified by the Accepting Officer in terms of conditions of contract.

Contractors, whose names are borne on the MES approved list of any MES formation and who have deposited Standing Security and have executed Standing Security Bond, may also tender without depositing Earnest Money Deposit alongwith the tender and if the Accepting Officer proposes to accept the tender, such tenderer would be required to deposit "Security Deposit" as notified by the Accepting Officer before acceptance of tender. In case, however the Accepting Officer subsequent to deposition of Security Deposit decides not to accept the tender for any reason, whatsoever, the amount deposited will be refunded to the tenderer. Not more than one tender shall be submitted 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, will be allowed to tender for the same contract as separate competitors. Breach of this condition will render the tenders of both parties liable for rejection. 4. The Commander Works Engineer (AF) Tughlakabad , New Delhi -80 will be the Accepting Officer, hereinafter referred to as such for the purpose of this contract. 5. Tender forms and conditions of contract and other necessary documents will be published on www.eprocuremes.gov.in on or after the date as mentioned in the aforesaid Appendix ‘A’. The appropriate standing Security amount for this work shall be as deposited by contractor as enlisted in the area in which the work lies for category mentioned in aforesaid Appendix `A'.

Page 17: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 8

IAFW-2162 (Revised 1960)

NOTICE OF TENDER (CONTD….) In case of contractor who has not executed the “Standing Security Bond" the tender shall be accompanied by "Earnest Money" for the amount referred to in the aforesaid Appendix ‘A' in the form of deposit at call receipt in favour of GE mentioned in the aforesaid Appendix ‘A' by Scheduled Bank/or receipted treasury Challan the amount being credited to the revenue deposit of the GE. 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 tender without depositing earnest money alongwith the tender, but if the Accepting Officer decides to accept the tender, such tenderers shall lodge Individual security deposit as notified by the Accepting Officer with the Controller of Defence Accounts concerned in the prescribed form before acceptance of tender.

A contractor who has executed the Standing Security bond but not for the appropriate category, as mentioned above, shall lodge with the Accepting Officer, additional security deposit as notified by the Accepting Officer within thirty days of the receipt by him of notification of the acceptance of the tender, failing which this sum will be recovered from first RAR payment or from the first final bill in case of term/running contract. However, in cases where any payment is made to the contractor within thirty days of receipt by him of notification of acceptance of tender the amount of additional Security deposit shall be recovered from such payment.

GE will return the Earnest Money wherever applicable to all unsuccessful tenderers, by

endorsing an authority on the deposit receipt for its refund, on production by the tenderer of a certificate of the Accepting Officer that the bonafide tender (vide condition 13 hereinafter) was received and all documents were returned.

The GE will either return the Earnest Money to the successful tenderers, by endorsing an

authority on the deposit receipt for its refund, on receipt of an equal amount of Security Deposit or will retain the same on account of Security deposit if such transaction is feasible.

Copies of the drawings and other documents pertaining to the work (signed for the purpose of identification by the Accepting Officer or his accredited representatives) and samples of materials and stores to be supplied by the contractor will be open for inspection by the tenderer in the offices of CWE/GE/AGE as mentioned in the aforesaid Appendix `A' during office working hours. 7. The tenderers are advised to visit site by making prior appointment with the GE by giving sufficient time. 8. Tenderers shall be deemed to have full knowledge of all relevant documents, samples, site etc, whether he has inspected them or not. 9. Any tenderer which proposes any alternative to any of the conditions laid down or proposes any other conditions of any description whatsoever is liable to be rejected.

Page 18: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 9

IAFW-2162 (Revised 1960)

NOTICE OF TENDER(CONTD…) 11. The submission of tender by a tenderer implies that he has read this notice and the conditions of contract and has made himself aware of the conditions and rates at which stores, tools and plants etc. will be issued to him and local conditions and other factors bearing on the execution of the work. 12. Tenderers must be in possession of copy of MES Schedule of Rates (Part- I )-2009 and (Part- II) 2010 (Rates) including, errata/ amendments thereto . 13. Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for not doing so. 14. This notice of tender shall form part of the contract. (P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 19: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 12

IN LIEU OF IAFW-1779A (REVISED 1955)

ITEM RATE TENDER AND CONTRACT TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACTS IAFW-2249 (1989 PRINT )

Tele : 011- 26041529 :011-26041512 Headquarters Commander Works Engineers (AF) Military Engineers Services

Tughlakabad , Sangam Vihar : PO New Delhi-80

85054/13/E8 20 May 2016

RECALL ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN THE

EXECUTION OF PROVN OF RAIN WATER HARVESTING AND SOLAR POWER GENERATING SYSTEM AT AF STN NAJAFGARH

UNDER GE (P) AF GURGAON

1. Mr./Messers_____________________________________________________________of ___________________________ is/are hereby authorized to tender for the above work. The quoted tender shall be uploaded by the bidder on www.eprocuremes.gov.in on the date and time as per NIT. The quoted tender shall be opened on or after the date and time as per NIT in respect of CA No CWE (AF) TKD/GUR/TOKEN-08/2016-2017: “Provn of Rain Water Harvesting and Solar Power generating system at AF Stn Najafgarh under GE (P) AF Gurgaon” at the office of the Commander Works Engineer (AF) Tughlakabad New Delhi-80. 2. All documents must be returned whether or not a tender has been submitted. 3. Any correspondence concerning this tender shall be addressed as indicated at the top of this sheet quoting the reference as given above.

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

___________________________ SIGNATURE OF OFFICER SIGNATURE OF CONTRACTOR ISSUING THE DOCUMENTS APPOINTMENT: DCWE (CONTRACTS) DATE 2016 DATE 2016

Page 20: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 13

SCHEDULE 'A' NOTES NOTES

1. The entire work covered under this contract shall be completed within a period of 06 (Six) months. 1.1 Handing over entire site shall not be handed over in one time. Accordingly, contractor shall plan his procurement of materials and deployment of labour. 2. Description of works and services given in various sections of Schedule ‘A’ is brief. These are deemed to be amplified and read in conjunction with special conditions, particulars specifications for materials and workmanship and conditions in relevant trade/section of MES standard Schedule of Rates (Part-I) 2009 and (Part –II) 2010 and all these documents are taken as mutually explanatory to each other.

3. The quantities of various items of work catered under Schedule ‘A’ are provisional and are inserted as a guide only. These shall, however, not be varied beyond the limits laid down in Condition 7 of IAFW-2249 (General Conditions of Contracts). 4. The total amount of schedule ‘A’ is not firm but will be treated as “Contract Sum” as referred to in IAFW-2249. 5. Rates against each item in column of price bid are required to be filled in by the tenderer(s) in figures only. 6. The unit rate of each item of work is inclusive of labour and materials or supply and fix in position complete unless otherwise specifically mentioned in the description of item such as supply only, labour only, fixing only, laying only and the like. 7. The unit rate quoted by the tenderer shall be “Net” inclusive of all charges such as sales taxes of all kinds and description including sales tax on work contracts, central tax, insurance, octroi, excise duty, customs duty, VAT, packing and unpacking charges, transport and delivery, over heads, profits and any other labour welfare/cess tax etc. Income tax/Sales tax and labour welfare /cess tax, service tax inclusive of applicable cess, if any shall be deducted at source, from contractor’s RARs and final bill. 8. Cutting of roads/path /paving /hardstanding etc, where required for execution of works shall be carried out as directed by Engineer in Charge and surface shall be made good to match with the existing specification. The unit rates quoted by the tenderer in price bid as required and applicable shall be deemed to include for the above provision and nothing extra shall be paid to the tenderer on this account. 9. The under mentioned remarks unless otherwise given shall be deemed to have been inserted in respective columns against each item of Schedule ’A’ whether specifically inserted or not:- (a) At the beginning of description/ Materials & Labour or Supply & Fix item under Column 2 (b) At the end of description of item All as specified and as directed by under Column 2 Engineer in Charge

Page 21: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 14

SCHEDULE 'A' NOTES (Contd…) 10. Special conditions in MES Schedule and preambles to items given in MES Schedule Part-II under respective trade shall be applicable and tendered rates shall be deemed to be inclusive of the elements specified therein. If any provisions in the description of items of Schedule “A” and in particulars specifications is at variance with the provisions in Special conditions in MES Schedule Part –II and preambles to MES Schedule items, the provisions in description of items and in particular specifications shall take precedence there over. 11. Site for execution of work shall be made available as soon as the work is awarded. In case it is not possible for the department to make the entire site available on the award of the contract, the tenderer will have to arrange his working programme accordingly. No claim whatsoever, for not giving the entire site on award of contract and giving the site gradually will be admissible. 12. In case, the bidder quotes different rates for similar/same items in different parts of BOQ, the lowest rate quoted for this item in any part shall be considered for acceptance. 13. In case, the bidder fails to quote rate for any item of BOQ, it shall be assumed that the bidder shall execute that particular item free of cost, if he happens to be the lowest. 14. As per Government of India, Ministry of Labour and Employment New Delhi circular No 35025/02/2014-SS II dated 15 Jul 2015, it is mandatory to the contactor that all the workers deployed by him are enrolled as members of provident fund and shall have the Universal Account Number (UAN). 16. It is mandatory to the GE that while clearing the bills/payments (RAR) of contractors, a certificate be obtained from the contractor that all workers employed by him directly or indirectly are registered for EPF and the due contributions have been credited into their accounts. 17. If any additional unforeseen item is required in addition as specified in Schedule ‘A’, the same shall be priced at par on SSR 2010 (Part –II) subject to approval of Accepting Officer upto a maximum of 5% of the contract amount. No additional claim shall be admissible. Any other item which is not applicable on SSR shall be priced as per condition 62 (G) of IAFW-2249. (P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 22: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 23

SCHEDULE ‘B’ ISSUE OF MATERIALS TO THE CONTRACTOR

(SEE CONDITION 10 OF IAFW-2249)

Ser No

Particulars Rate at which materials will be issued to the Contractor

Place of issue by name for all items of this

schedule

Remarks

Unit Rate (Rs.)

(1) (2) (3) (4) (5) (6)

NIL

(P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 23: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 24

SCHEDULE `C' LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT WHICH WILL BE

HIRED TO THE CONTRACTOR SEE CONDITIONS 15, 34 AND 35 OF IAFW-2249 (1989 PRINT)

Sl No

Qty Particulars Details of MES crew supplied

Hire charges per unit per working day

Rs

Stand by charges per unit per off

day Rs

Place of issue by

name

Remarks

(1) (2) (3) (4) (5) (6) (7) (8)

NIL

(P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 24: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 25 SCHEDULE `D'

TRANSPORT TO BE HIRED TO THE CONTRACTOR (SEE CONDITION 16 AND 35 OF IAFW-2249 - 1989 PRINT)

Sl No

Qty Particulars Rate per unit per working day of 8 hours (Rs)

Place of issue (by name)

Remarks

(1) (2) (3) (4) (5) (6)

NIL

(P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 25: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 26

TENDER

TO THE PRESIDENT OF INDIA: - Having examined and perused the following documents: - 1. Specifications signed by DCWE (Contracts) for CWE (AF) Tughlakabad. 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 IAFW-2249 for Part-I and

(SSR-2010 (Part II) Rates (hereinafter and in IAFW-2249, referred to as the `MES SCHEDULE') together with amendments Nos 1(a), 1(b) & 2 for part I and 1 to 56 for Part II (as applicable)

5. General Conditions of Contracts, IAFW-2249 (1989) print together with amendment Nos 1 to 40 and Errata 1 to 20. 6. WATER CONDITION 31 OF IAFW-2249:GENERAL CONDITIONS OF CONTRACT Z` 7. Should this tender be accepted I/WE AGREE: - *(a) That the sum of Rs..................(Rupees ............... .........................only) forwarded as Earnest Money shall either be retained as a part of the Security Deposit or be refunded by the Government on receipt of the appropriate amount of Security Deposit as per condition 22 of IAFW-2249. (b) To execute all the works referred to in the said documents upon the terms and conditions contained/referred to therein and as detailed in the General Summary and to carry out such deviations as may be ordered vide Condition 7 of IAFW-2249 upto a maximum of TWENTY PERCENT for contract accepted amount is less than Rs 10 Lakhs or maximum of TEN PERCENT for contract accepted amount is more than Rs 10 Lakhs 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) recognised by the Govt. of India to be appointed by the Chief Engineer (AF) Vayusena Nagar , Nagpur-07 or in his absence the officer Officiating as Chief Engineer, specifically delegated in writing by Chief Engineer (AF) Vayusena Nagar , Nagpur-07 whose decision shall be final, conclusive and binding. * To be deleted where not applicable. ** To be deleted where not applicable.

Page 26: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 27

IN LIEU OF IAFW-1779-A (REVISED 1955)

(COND/-)

TENDER (CONTD…)

Signature _________________ Name

in the capacity of _________________ duly authorised to sign tender for and on behalf of

M/S/Shri ________________________________________________(IN BLOCK LETTERS)

WITNESS

(Signature & Name) Date___________________

Address______________ Postal address____________

_____________________ _________________________

_____________________ Telegraphic address

Phone No. ______________

ACCEPTANCE

_____________________________ alteration (s) 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 Sahni, JE (QS&C).

The said officer is hereby authorised to sign and initial on my behalf the documents forming

part of this contract. The above tender was accepted by me on behalf of the President of India for

sum of Rs_________________ (Rupees _______________________________

only)

on the ________________________day of __________________2015

Signature____________ _________dated this ___________day of ___________2015

Appointment: Commander Works Engineers AF Tughlakabad New Delhi – 110080.

(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

Page 27: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 28 to 79

GENERAL CONDITIONS OF CONTRACTS (IAFW -2249) (1989 PRINT ) FORITEM RATE CONTRACTS (IAFW-2159) & MEASUREMENT CONTRACTS

(IAFW -1779 AND 1779- A)

A Copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249) (1989 PRINT ) with

Errata 1 to 20 and amendment Nos 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 70 thereof pertaining to settlement of disputes by Arbitration containing 33 pages (Srl Page No 28 to 60) with errata 1 to 20 and amendment Nos 1 to 40 (Srl Page No 61 to 79) form part of these tender documents. (P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 28: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 80

SCHEDULE OF MINIMUM FAIR WAGES 1. It is hereby agreed that the “Schedule of Minimum Fair Wages” as published by Government of India

or Provincial Government Notification (Which is higher) issued upto, the date of submission of tenders

shall form part of these tender documents.

2. My/Our signature hereunder amounts to me / we having read and understood the Provisions

contained therein and I/we shall abide by the same and that aforesaid documents form part of this

tender. I/We also hereby agreed that payment to labours shall be made as per minimum wages notified

by State Govt or Central Govt, whichever is higher.

(P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 29: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 81

SPECIAL CONDITIONS

1. GENERAL 1.1 The following Special Conditions shall be read in conjunction with the General Conditions of contracts IAFW-2249 and IAFW-1779A including up to date Errata/Amendments thereto. If any provisions in these Special Conditions are at variance with that of the aforesaid documents, the former shall be deemed to take precedence there over. 1.2. The Work under this contract shall be carried out in accordance with Schedule 'A' the particular specifications, drawings and other provisions in MES Schedule. 1.3 The term 'General Specifications' referred to hereinbefore as well as referred to in IAFW-2249 (General Conditions of Contracts) shall mean the specifications contained in the MES Schedule. 1.4 General rules, Specifications, Special conditions and all preambles in the MES Schedule shall be deemed to apply to the works under this contract. In case of any discrepancy the provisions in these documents shall take precedence over the aforesaid provisions in the MES Schedule. 2. ADMISSION TO SITE BY CONTRACTOR TO ASCERTAIN HIS OWN INFORMATION

2.1. The tenderers shall contact the GE (P) AF Gurgaon for the purpose of inspection of site(s) and relevant documents other than those sent herewith, who will give reasonable facilities for this purpose. The tenderer shall also make themselves familiar with working conditions, accessibility of site(s) availability of materials and other cogent conditions, which may affect the entire completion of work under this contract. 2.2. The tenderers shall be deemed to have visited the site(s) and made themselves familiar with the working conditions, whether they actually inspect the site(s) or not. 3. SECURITY AND PASSES 3.1. Contractor's attention is invited to condition 25 of IAFW- 2249. He shall employ only Indian Nationals after verifying their antecedents and loyalty. The contractor shall on demand by the Engineer-in-Charge, submit list of his agents, employees and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people. 3.2. The Engineer-in-Charge at his discretion has the right to forward the list of personnel’s to Commanding Officer/Station Authority of unit for issuing the passes as per rules and regulations of the 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 there of. Passes should be returned at any time on demand by the Engineer-in-Charge and 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 area in which the work is to be carried out e.g. prohibition of smoking and lighting, fire precautions, search of persons on entry and exit, keeping to specific routes, 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 LIES IN RESTRICTED AREA

4.1. VISIT TO SITE WITHIN THE RESTRICTED AREA: permission to enter the restricted area at the time of submission of tenders can be obtained through the Garrison Engineer. Tenderers are advised to send prior intimation of their agent, representative etc. If any, dates and time of their proposed visit so that necessary arrangements may be made by GE to secure admission. Whether tenderer visit the site or not he shall be deemed to have full knowledge of the restrictions of entering into/exit from and within the Restricted area.

Page 30: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 82

SPECIAL CONDITIONS 4.2 ENTRY/EXIT: The contractor, his agent(s), representatives, workmen etc and his materials, carts, trucks or other means of transports etc, will be allowed to enter through and leave from such gate or gates and at such times as the GE or authorities incharge of the restricted Area may at their sole discretion permit to be used. The contractor's authorised representative is required to be present at the place of entry and exit or the purpose to identifying his carts, truck etc to the personnel incharge of the security of Restricted Areas. 4.3 IDENTITY CARDS OR PASSES: The contractors, his agents and representatives are required individually to be in possession of an identity card or pass duly verified by the police department. The identity card or pass will be examined by the security staff at the time of entry into or exit from the restricted area and also at any time or number of times inside the Restricted Area. 4.3.1 IDENTITY OF WORKMEN: Every Workman shall be in possession of an identity card. The identity card will be issued after thorough investigation of the antecedents of the labourers by the contractors and attested by the Officer-in-Charge of the unit concerned in accordance with the standing rules and regulations of the units.

4.3.2 Contractor shall be responsible for the conduct and action of his workmen agents or representative. 4.4 SEARCH: Thorough search of all persons and transport shall be carried out at each gate and for as many times as a gate is used for entry or exit and may also be carried out at any time or any number of times at the work site. 4.5 WORKING HOURS. 4.5.1 The units controlling Area, usually work during six days in the week and remain closed on the 7th day. The working hours available to contractor's labour and staff are however, appreciably reduced because of the time taken in security checks observed at the time of entry, exit and during working hours. 4.5.2. The exact working hours, days and non working days observed for the restricted area, where works are to be carried out shall be deemed to have been ascertained by the contractor before submitting his tender. The tenderer's attention is invited to the fact that the total numbers of working hours for a unit are prescribed in regulations and the Garrison Engineer cannot increase them.

4.6. WORKING ON HOLIDAYS: The contractor shall not carry out any work on gazetted holidays weekly holidays, and other non working days except when he is specially authorised in writing to do so by the GE. The GE may at his sole discretion declare any day as holiday or non working day without assigning any reason for such declaration. 4.7 FIRE PRECAUTIONS 4.7.1 The contractor, his agents, representatives, workmen etc, shall strictly observe the orders pertaining to fire precautions prevailing within the restricted area. 4.7.2 Motor transport vehicles, if any allowed by authorities to enter the area must be fitted with serviceable fire extinguishers. 4.7.3 FEMALE SEARCHER: If the contractor desires to employ female labours on work to be carried out inside the area and a female searcher is not born on the authorised strength at the time of submission of the tender, he shall be deemed to have allowed in his tender for pay and allowances etc, for a female searcher (Class IV servant/GP `D` servant) calculated for the period female labour is employed by him inside that area. If more than one contractor has/have to be employed in addition to the authorised strength, the salary and allowances paid on an equitable basis between the contractors employing female labour taking in to consideration the value and period of completion of their contracts. The GE’s decision on regard to the amount recoverable on this account from any contractor shall be final and binding.

Page 31: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 83

SPECIAL CONDITIONS 5. 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. whichever is higher. 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. 5.3 The contractor shall have no claim whatsoever, if on account of local factor and/or Regulations, he is required to pay the wages in excess of minimum wages as described above during the execution of work. 6. ROYALTIES Reference condition 14 of General Conditions of contracts (IAFW-2249). No quarries on Defence land are available.

7. LAND FOR TEMPORARY WORKSHOP, STORES ETC. Delete the following from lines 5 to 9 of Sub para 1 of Condition 24 of IAFW-2249 reading "in the event of area of land allotted to him" and insert as under: - " The contractor shall be allotted free of charge, the area as marked on the layout plans for the purpose of erection of temporary workshop and stores. No M O D land is available for accommodation of labour and canteen for which the contractor shall make his own arrangement at his own expense. 8. WATER

Water will be supplied by MES at the point(s) marked on site plan. As the water supply by MES is likely to be intermittent, the contractor shall make his own arrangement for storing the water required for the works, labour and workmen etc, at his own expense. Water shall be paid for by the contractor at Rs.3.75 Per Thousand worth of work done priced at contract rate. 9. 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 Govt to carryout their part of the work, if any, under separate arrangements. 10. ELECTRIC SUPPLY Electric Supply required for the work upto a maximum of 20 KW three phase 440 Volts shall be made available by the MES at points shown on site plan. KWH meters to register the electric energy supplied and main switch shall be provided and installed by the MES. Contractor shall provide all necessary cables, fittings etc, from the tapping point in order to ensure a proper and suitable supply of electricity for execution of work. The contractor will be charged for the electric energy consumed for execution of works of the following rates: - (i) At 1190 Paise per unit for lighting. (ii) At 1190 Paise per unit for power. 10.1 MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply becoming intermittent or for breakdown in the system.

Page 32: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 84

SPECIAL CONDITIONS 10.2 GE or his representative shall be free to inspect all the power consuming devices or any electrical lines provided by the contractor. Any devices or electric lines provided by the contractor, which is not to the satisfaction of the GE shall be disconnected from the supply, if so directed by him. 11. NET WORK ANALYSIS 11.1 The time and progress chart to be prepared as per condition 11 of General Conditions (IAFW-2249) shall consist of detailed network analysis and a time Schedule. The GE and the contractor will draw the critical path network jointly soon after acceptance of tender. The contractor so as to finish the work with in the stipulated time will do the time scheduling of the activities. 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 schedule will be submitted in four copies with in two weeks from the date of handing over the site 11.2 During the currency of work, the contractor will adhere to the time schedule and this adherence will be a part of the contractor’s performance under the contract. During the execution of the work the contractor is expected to participate in the reviews and updating of the network under taken by the GE. These reviews may 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 GE within a week for the approval after due scrutiny by the authority.

11.3. The contractor shall adhere to the revised time schedule thereafter. In case of contractor disagreeing with revised schedule the same will be referred to the Accepting Officer whose decision shall be final, conclusive and binding. 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. 11.4 Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule within 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 intensive methods contemplated by him in his schedule, even though the time schedule is approved by the contractor. 12. SAMPLE OF MATERIALS 12.1 Refer condition 10 of IAFW-2249 12.2 Materials and articles used in the work shall bear I.S.I certification marks and only these shall be incorporated in the work irrespective of any other specifications specified else where.

12.3 The materials such as bricks , sand, aggregate etc of local origin shall be used and shall confirm to the strength and the grading specified in MES Schedule/IS.

12.4 The tenderer is advised to inspect samples of the materials whichever displayed in the office of GE or CWE, before submitting tender. The tenderer shall be deemed to have inspected the samples and satisfied himself as to the nature and quality of materials, he is required to incorporate in the work irrespective of whether he has actually inspected them or not. The materials to be incorporated in the work by the contractor shall be ISI marked or shall be superior in quality to samples displayed and shall comply with the specifications given hereafter. 12.5. The contractor shall not procure materials unless the samples are first got approved by the GE in writing. 13. RECORD OF CONSUMPTION OF CEMENT 13.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialed by Engineer in charge against numbering showing quantities of cement received, incorporated in the work and balance at the end of each day. The form of record shall be as approved by Engineer-in-Charge. The register shall be signed daily by representatives of MES and the contractor in token of verification of its correctness and will be checked by Engineer-in-Charge, at least once a week.

Page 33: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 85

SPECIAL CONDITIONS

13.2 The register shall be kept at site in safe custody of the contractor’s representative during the progress of the work and shall on demand for verification to the inspecting officer(s). 13.3. On completion of the work the contractor shall deposit the cement register with the Engineer-in-Charge for record. 14. REIMBURSEMENT/REFUND ON VARIATION IN PRICES Refer condition 63 of IAFW-2249. No price variation is applicable to this contract. 15. PERIOD FOR KEEPING THE TENDER OPEN The tender shall remain open for acceptance for a period of 60 ( SIXTY) days from the date on which the tenders are due to be submitted. 16. CONTRACTOR'S REPRESENTATIVES AND WORKMEN

Refer condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his representatives, servants and workmen and verify their antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedents and nationality is, in any way associated with work. 17. SECURITY OF CLASSIFIED DOCUMENTS

Contractor's Special attention is drawn to conditions 2-A and 3 of IAFW-2249 (General Conditions of Contracts). The contractor shall not communicate any classified information regarding the work either to subcontractors or others without the prior written approval of the Engineer-in-Charge. The contractor shall also not make copies of the design/drawing and other documents furnished to him in respect of work, and shall return all documents on completion of the work or earlier on determination of the contract. The contractor shall alongwith the final bill attach a receipt of his having returned the classified documents as per conditions 3 of IAFW-2249 (General conditions of contractor). 18. RECORD OF MATERIALS 18.1 The quantity of materials such as paints, water proofing compound, chemicals for antitermite treatment and the like, as directed by the Engineer-in-Charge (the quantity of which cannot be checked after incorporation in the works), shall be recorded in measurement books and signed by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work. 18.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge recorded in Measurement Book and shall be suitably marked for identification. 18.3 The contractor shall, on demand produce to the GE original receipted vouchers in respect of the supplies. Vouchers/invoices so produced and verified shall be stamped by Engineer-in-Charge indicating contract number. The contractor shall ensure that the materials are brought to site in original sealed containers /packing, bearing manufacturer’s marking except in the case of the requirement of material(s) being less than smallest packing. 18.4 Contractor shall produce vouchers/invoices from the manufacturers and/or their authorised agents for the full quantity of the materials, as applicable as a prerequisite before submitting for payment for any advances on account of the work done and/or materials collected in accordance with condition 64 of General Conditions of Contracts IAFW-2249 . 19. DAILY DISTRIBUTION RETURN The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his plants/equipments on the site of work stating the following particulars:-

(i) Particulars of plants/equipments, their make manufacture Model No. If any. Registration No if any, capacity, year of manufacture and year of purchase etc. (ii) Total No (Quantity) on site of work.

Page 34: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 86

SPECIAL CONDITIONS (iii) Location, indication No. quantity at each location of site of work.

(iv) Purchase value on the date of purchase. For the purpose of the condition, plant/equipment, shall be given vehicle No i.e. trucks and lorries but neither the workman's tools nor any manually operated tools/equipment. The Engineer-in-Charge shall record the particulars supplied by the contractor in the works diary and send the return to the GE for record in his office

20. RELEASE OF ADDITIONAL SECURITY DEPOSIT 20.1 Refer condition 22 and 68 of IAFW-2249 20.2 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 facilitate its release in accordance with condition 68 of IAFW-2249. 21. OFFICIAL SECRET ACT. The contractor shall be bound by the official secret Act 1923. 22. CLEANING DOWN Refer condition 49 of IAFW-2249, General Conditions of Contracts :- The contractor shall clean all floors, walls remove cement, lime, paint marks, drops etc. clean the joinery glass panes etc touch up all painters work and carryout all other necessary items of work in connection there with and leave the whole premises clean and tidy before handing over the building(s). 23. RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY

RELATE TO CONTRACT VALUE”

(a) 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, services 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 provided in sub para (b) here-in-below.

(b) (i) The taxes which are levied by Govt at certain percentage rates of contract

sum/amount shall be termed as “taxes directly related to Contract value” such as 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 thereto which he may be in a position to supply. The Contractors shall submit the other documentary proof/informations as the GE may require.

(iii) The contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorized 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 informations as the GE may require.

Page 35: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 87

SPECIAL CONDITIONS (iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to

contract value” shall be made only if the Contractor necessarily & properly pays additional “taxes directly related to contract value” to the Govt, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Govt authority and submits documentary proof for the same as the GE may require”.

24. CONSTRUCTION LABOUR WELFARE TAX The quoted rates in the tender by the contractor shall be deemed to be inclusive of construction labour welfare tax and no extra payment shall be admissible to the contractor on this account.

25. ADVANCE ON ACCOUNT: - Refer Condition 64 of IAFW-2249.

26. QUALITY CONTROL : The contractor shall be required to submit Quality Control Plan as per format given in Appendix ‘A’ to the Particular Specifications within 30 days of commencement of contract. 27. TESTING OF MATERIALS 27.1. All the materials to be incorporated in the work shall be subjected to quality control tests as per the testing procedure and frequency as laid down in relevant IS and as indicated in the tender.

(P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 36: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 88

PARTICULAR SPECIFICATION 1. GENERAL 1.1 The work under this contract shall be carried out in accordance with Schedule 'A', Particular specifications and other provisions in the MES Schedule-2009 Part- I and MES Schedule 2010( Part-II). However, in case contractor does not possess a copy of MES Schedule, the same may be referred from local MES formations or this HQ CWE (AF) Tughlakabad New Delhi-80, during working hours. 1.2 The term "General Specifications" referred to in para 1.1 above as well as referred to in IAFW-2249 (General Conditions of Contracts) shall mean specifications contained in the MES Standard Schedule of Rates 2009 (Part-I) Specifications and SSR-2010 (Part-II)-Rates. 1.3 General rules, Specifications, Special conditions, Particular Specifications, Schedule-'A' and all preambles in the MES Schedule shall be deemed to apply to work under this contract, unless mentioned otherwise in these tender documents, in which case the provision in these particular specifications shall take precedence over the aforesaid provisions in the MES Schedule. 1.4 The notes to the effect that foundations are based on specified safe bearing capacity of the soil are for guidance of MES executive staff only. 1.5 Wherever reference has been given to the catalogue numbers of firms, the materials, articles and fittings etc, will be only of the make of the firm whose catalogue numbers have been indicated in the tender documents unless otherwise indicated. 1.6 SAMPLES OF MATERIALS 1.6.1 The contractor is advised to inspect samples of materials, which are displayed in the office of GE concerned before submitting his tender. The contractor is deemed to have inspected samples and satisfied himself as to the nature and quality of materials which are required to be incorporated in the work. Irrespective of the fact whether he inspects them or not, the materials to be incorporated in the work by the contractor shall conform to or be superior in quality to such of the samples, and comply in all respects with the specifications. 1.6.2. The contractor shall produce samples of all materials and shall obtain approval in writing from the Garrison Engineer before he places bulk order for the materials for incorporation in the work. In respect of materials for which samples are not kept or detailed specifications are not given hereinafter, the materials shall comply with latest relevant Indian Standard specifications whether listed in MES Schedule and under these specifications or not. Materials having ISI mark shall be given preference over those not having ISI mark. 2. SCOPE OF WORK

The scope of work under this contract includes for the full, final and entire completion of all the items of work described in Schedule 'A' all as specified in these particular specifications including notes thereof. 3. EXCAVATION AND EARTH WORK 3.1. Surface Excavation : Before starting excavation work the contractor shall carryout surface excavation not exceeding 30 cm deep and averaging 15cm deep over the entire area covered by the items of Sch `A` and dispose off the spoil outside defence land. 3.2 Excavation and earthwork involved under this contract shall be considered as excavation in any type of soil (i.e. soft/loose, hard/dense) as defined in MES Schedule. In case the strata met actually at site is found to be different from any type of soil (i.e. soft/loose, hard/dense) necessary price adjustment shall be made through deviation order. However, the rates in MES Schedule for soft/loose soil will be applicable to any type of soil as aforesaid subject to contractor's relevant percentage.

Page 37: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 89

PARTICULAR SPECIFICATION

3.3 EXCAVATION - GENERAL 3.3.1. .Excavation and earth work involved under this contract shall be considered as excavation in any type of soil (i.e. soft/loose, hard/dense and mud) as defined in MES Schedule .In case the strata met actually at site is found to be different from any type of soil (i.e. soft/loose hard/dense and mud ) necessary price adjustment shall be made through deviation order. however the raters in MES Schedule for soft/loose soil will be applicable to any type of soil as aforesaid subject to contractor ‘s relevant percentage . 3.3.2. The tenderer’s special attention is invited in regard of excavation for various items of work. While excavating they may encounter with substructures of previously existing buildings which had been demolished above ground level. In case the contractor encounters with any such substructures at site, he shall, at his own cost, excavate out the same and nothing extra shall be admissible on this account. However serviceable materials retrieved shall be deposited in MES store yard at Manauri by the contractor at his own cost. Other retrieved materials shall be disposed off as per direction of GE. Regarding serviceability of materials retrieved, the decision of GE shall be final and binding. 3.3.3. In case timbering to excavation is required and specifically ordered by the GE in writing, this shall be paid as deviation. 3.3.4. Unit rate in all sections of Schedule 'A', shall be deemed to include for bailing out, pumping out or dewatering and removing all water which may accumulate in the excavated portion as per MES Schedule Part-II 2010. No additional payment on this account shall be admissible as referred to in MES Schedule Part-II 2010. In the event of deviation, no adjustment shall be made for cost of bailing, pumping and dewatering specified here- in-before. 3.4 FILLING IN TRENCHES/UNDER FLOORS 3.4.1. The approved earth obtained from excavation in foundations shall be used for filling in trenches, under floors and any other situation after removing big stones, grass roots and vegetation and other organic matter. Earth mixed with small stones/pebbles (if approved by GE is permitted for use in filling under floors and foundations. The filling around pipes after the pipes are laid and tested shall, however, be with earth free from pebbles/stones. Any additional earth required for the purpose of filling shall be arranged by contractor at no extra cost to the Department from outside the Defence land. Earth brought from outside MD land shall be got approved from the Engineer-in-Charge. 3.4.2. Filling under floors/sides of trenches shall be in layers not exceeding 250mm. And each layer shall be watered, compacted and rammed as approved by Engineer-in-Charge. Thickness of filling as specified elsewhere and is the consolidated thickness. 3.4.3 REMOVALOF SOIL

The surplus spoil obtained from excavation in respect of works under Sch’A’ Sec-I shall be disposed off to a distance n.exc 50m from the site of excavation as directed by Engineer-in-Charge, without any extra cost.

4. CEMENT 4.1 GENERAL. Cement required for the work under the contract shall be procured, supplied and incorporated in the works by the contractor under his own arrangement. Cement shall be of tested quality and shall comply with the requirements mentioned in the drawings, SSR, IS specifications as amended and particular specifications given hereinafter. 4.2. TYPE OF CEMENT. (a) Type of cement for the subject work shall be Ordinary Portland Cement (OPC) 43 grade/PPC (43 grade) in accordance with relevant IS unless otherwise mentioned in structural drawings forming part of the tender documents.

(b) The details of various types and grades of cement are enumerated below :- (i) Ordinary Portland Cement, Grade 33 (IS: 269-1989).

(ii) Ordinary Portland Cement, Grade 43 (IS: 8112-1989). (iii) Ordinary Portland Cement, Grade 53 (IS: 12269-1987). (iv) Rapid Hardening Portland Cement (IS: 8041-1990). (v) Portland Pozzollana Cement Grade 43 (IS: 1489-1991).

Page 38: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 90

PARTICULAR SPECIFICATION (vi) High Allumina Cement (IS: 6452-1989). (vii) Salphate Resisting Portland Cement (IS: 12230-1988).

4.3 PROCUREMENT

(a) The Cement supplied by the contractor will be procured from main producers of cement if total requirement in the work is more than 1200 Bags. The particulars of cement alongwith the date of manufacture shall be given by the contractor for every lot of cement separately. The documents in support of the purchases of cement shall be verified by the Engineer-in-Charge and GE.

(b) Manufacturers : As per Appendix “D”

(c) The contractor shall furnish the particulars of the manufacturer/supplier of cement along with the date of manufacture to the Garrison Engineer / Engineer-in-Charge of every lot of cement separately. The cement so brought shall be fresh & in no case older than 60 days from the date of manufacture. Before placing the order for supply of cement by the contractor, he shall obtain written approval from the GE regarding name of manufacturer, quantity of cement etc. Cement shall be procured for minimum requirement of one month and not exceeding the requirement of the same for more than two months at a time. The cement shall be consumed in the work within three months after receipt. Cement shall conform to the requirement of Indian Standard Specification and each bag of cement shall bear relevant ISI mark. The weight of each consignment shall be verified by the GE / Engineer-in-Charge and recorded. The content of cement shall be checked at random to verify the actual weight of cement per bag. However, the content of cement per bag shall be 50 kg only subject to tolerance given in relevant clause and Annexure ‘B’ of IS-8112, 1989. Note : In case any other producer of cement is approved by E-in-C’s Branch, same can also be sued without any price adjustment. 4.4 USE OF PPC : While using PPC, the following requirement should be met :- (a) PPC shall be allowed to be used in works only after ascertaining non availability of OPC by the GE. However, contractor shall quote the tender taking into consideration the rate of OPC only. (b) GE shall ensure that PPC meets the strength criteria of 43 Grade OPC as laid down IS 8112-1989. (c ) The minimum period before striking form work given in clause 11.3.1 of IS-456-2000 is to be suitability modified as sites by the GE. (d) In cold climate regions and important structures like Overhead Reservoirs, Under ground Sumps, Prestigious Building and Building with spans 10m or more only OPC shall be used. (e) Mixing of OPC and PPC shall not be allowed in a work. (f) While procuring PPC, the following requirement are to be ensured and certificate to this effect is to be obtained for each batch from the manufacture.

(i) The quality of flyash is strictly as per IS-1489 (Part-I) 2002. (ii) Flyash is inter-ground with clinker, not mixed with clinker. (iii) Dry flyash is transported in closed container and stored in silos. Only pneumatic

pumping should be used. (iv) The flyash is received from thermal power plants using high temperature combustion above 1000 degree Centigrade should be used.

(v) The flyash content in PPC shall not exceed 25% to ensure consistency. 4.5 TESTING OF CEMENT. (a) The manufacturer is to be carry out inspections and testing of cement in accordance with the relevant BIS provisions. The contractor shall submit the manufacture’s test certificate in original alongwith the Test Sheet giving the result of each physical test as applicable and the chemical composition of the cement or authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in the Cement Acceptance Register, as given at Appendix ‘A’ after due verification. GE may also organize independent testing of random samples of cement drawn from various

Page 39: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 91

PARTICULAR SPECIFICATION lots from the National Test House, SEMT Regional Research Laboratories, Government approved laboratories, as per IS: 3535-1986 (method of sampling Hydraulic Cement), IS: 4031 (method of physical test

for Hydraulic Cement) and IS: 4032-1985 (method of Chemical analysis of Hydraulic Cement). In order to undertake departmental testing, requisite facilities shall be organized. (b) The contractor shall however at the option of GE, organize setting time and compressive strength test of cement through designated laboratory on samples collected from the lot brought at site before incorporation in work,. The contractor will be allowed to use the cement only after satisfactory compressive strength of seven days. To meet this requirement contractor is required to keep minimum 10 days stock before any new lot brought at site which can be used in the work. The contractor shall be required to remove the cement not meeting the requirement from the site within 24 hours. Seven days strength test will be relied upon to accept the lot of cement to commence the work. 28 days compressive strength test will be final criteria to accept/reject the lot. (c ) In case the cement is not of requisite stranded despite manufacture’s test certificate, the contractor shall remove the total consignment from the site at his own cost after written rejection order of the consignment by the GE. The cost of test shall be borne by the contractor irrespective of the results of testing. (d) The random samples as per relevant IS shall be selected by GE before carrying out testing. The record such samples selected by the GE for testing shall be properly maintained in the Cement Testing Register giving cross reference to relevant consignment of cement and quality received etc. (e) Cost of transportation of samples to the approved laboratory/test house and all testing charges including cost of samples shall be borne by the contractor. (f) The contractor shall be required to set up adequate testing facilities at site to the entire satisfaction of GE for conducting Setting Time Test and Compressive Strength Test as per IS code referred to here-in-before for the samples collected from the lot brought at site. These tests shall be carried out within 7 days of receipt of cement at site. The test can alternative be carried out by GE at the Zonal Laboratory/Govt approved lab. Decision of Accepting officer will be final and binding. 4.6 DOCUMENTATION : (a) The Contractor shall submit original purchase vouchers for the total quantity of cement supplied under each consignment to be incorporated in the work. All consignments received at the work site shall be inspected by GE alongwith the relevant documents to ensure the requirements as mentioned here-in-before, before acceptance. The original purchase vouchers and the Test Certificates shall be verified for the subject contract and defaced by the Engineer-in-Charge and kept on record in the office of GE duly authenticated and with cross reference to the control number recorded in the Cement Acceptance Register. The Cement Acceptance Register will be signed by JE (Civil)/GE and the contractor. The contractor shall maintain schedule of supply of cement for reach consignment. (b) The Accepting Officer may order a Board of Officer for random check of cement and verification of connected documents during the currency of contract. 4.7 STORAGE/ACCOUNTING/PRESERVATION OF CEMENT. (a) Cement shall be stored in covered godown over dry platform at least 20cm high in such a manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of store rooms, the stack should be at least 20cm away from floors and walls. The storage, accounting and preservations of cement

supplied by contractor shall be done as per stranded engineer practice till the same is incorporated in the work and the cost of the same is deemed to be included in the unit rate/amount quoted by the tenderer.

The Engineer-in-Charge shall inspect once a day to verify that cement laying at site is stored, accounted,preserved and maintained as per the norms. The cement shall be stored so as to differentiate

each testedand untested consignment separately with distinct identification. If the GE is not satisfied with the storage/preservation of cement, he may order for any tests(s) of cement as applicable for that consignment to ensure its conformity to the quality mentioned in the manufacture’s test certificate. The contractor shall bear

the cost of necessary testing (s) in this regard and no claim whatsoever shall be entertained.

(b) Stacking of cement shall be done as per relevant IS as under :-

Page 40: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 92

PARTICULAR SPECIFICATION (i) Each cement consignment shall be stacked separately and removal shall be made one the basis of First in First out.

(ii) Adequate top cover will be provided.

(iii) Stacks in no case shall be higher than 10 bags. The maximum width of each stack shall be 3m if the stack is to be more than 7 to 8 bags high, the bags shall be arranged in header and stretcher fashion, alternatively lengthwise and crosswise so as to tie the piles together and avoid danger of dropping over.

(iv) Adequate space shall be kept between two stacks.

(c ) Cement godown shall be provided with two locks on each door. The key of one lock at each door shall remain with Engineer-in-Charge or his representative and that of the other lock with the contractor’s authorised agent at site of works so that cement is removed from the godown only according to daily requirement with the knowledge of both the parties. During the period of storage, if any cement bag(s) found to be in damaged condition due the whatsoever reason, the same shall be removed from the cement godown or written orders of the GEand suitable replacement for the cement bag(s) so removed shall be made and no claim whatsoever shall be admissible on this account.

(d) Cement shall be removed from the store only according to daily requirement with the knowledge of both the parties and daily consumption of cement shall be recorded in cement consumption register which shall be signed by the Engineer-in-Charge and the contractor. Cement constants given here-in-after shall form the basis of consumption of cement for various items of works unless indicated otherwise.

(e) In case consumption of cement as per cement consumption register is found to be more than the estimated quality of cement due the whatsoever reason, the contractor shall not have any claim whatsoever for such excess consumption of cement.

4.8 SCHEDULE OF SUPPLY

The contractor shall procure the cement timely as required in accordance with CPM chart agreed between GE and the contractor. The contractor will forfeit his right to demand extension of time if the supply of cement get delayed to his failure is placing order in time to the manufacture.

4.9 MEASUREMENT AND PAYMENT OF CEMENT

(a) The entire quantity of cement shall also be suitably recorded in the Measurement Book for record purpose as not to be abstracted before incorporation in the work and shall be signed by Engineer-in-Charge and the contractor.

(b) The payment shall only be allowed after production of original purchase voucher, certified copies of test/certificates from manufacturer for each consignment and results of testing carried out in laboratory on receipt of cement (7 days compressive test) are found satisfactory after testing as specified here-in-before. Cement shall be paid as material laying at site under Condition 64 of IAFW-2249. Rate of cement given in SSR shall be applicable for cement irrespective of grade of cement specified for use in the work.

4.10 REQUIREMENT OF CEMENT LESS THAN 1200 BAGS

(a) If the total estimated requirement of cement for the entire work under this contract is less than 1200 bags , the contractor can procure the cement from the authorized distributors/dealers of the approved firms. However, contractor will have to submit test certificate for the batch, issued by the firm.

(b) In the above case, the independent testing will be at the option/discretion of the GE, if the factory test certificates are produced by the contractor. In a particular case when the contractor does not produce the factory test certificate, the testing of cement by GE will be mandatory. However the testing will be restricted to IS-4031(Methods of physical test for hydraulic cement) only.

(c ) The GE ensure that cement accepted should not be more than two months old.

(d) The approval for procurement of cement from authorized distributors/dealers of approved firms shall be obtained by the contractor from GE before procuring the cement. The GE shall assess and decide whether or not the estimated requirement of cement is less than 1200 bags for the work. The decision of GE

Page 41: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 93

PARTICULAR SPECIFICATION shall be final and binding and the contractor shall have no claim whatsoever, even if actual requirement of cement differs from the assessment made at initial stage.

4.10.1 COARSE AGGREGATE: - Unless otherwise specified, coarse aggregate for all cement concrete work shall be broken or crushed stone conforming to samples obtained from local sources . In all other respects, specifications given in Para 4.4.7(1) of MES Schedule (Part-I) shall be complied with. 4.10.2 Grading of coarse aggregate unless otherwise specified shall be as follows :-

(a) (b) (c) (d)

For all reinforced cement concrete of thickness not less than 80 mm. For all reinforced cement concrete of thickness less than 80mm. For plain cement concrete 65 mm thick and over For plain cement concrete less than 65 mm thick

20mm graded as specified in para 4.4.7(i) on page 4.3 of MES Schedule (Part-I). 12.5 mm graded as specified in para 4.4.7(I) on page 4.3 of MES Schedule Part-I). 40mm graded as specified in para 4.4.7(i) on page4.3 of MES Schedule (Part-I). 20mm graded in concrete 40mm thick and above (but less than 65mm) and 12.5mm graded stone aggregate in concrete below 40mm thick, both as specified in para 4.4.7(i) on page 4.3 of MES Schedule (Part-I).

4.10.3. FINE AGGREGATE (SAND)

Fine aggregate for all concrete work shall be sand conforming to samples complying with the requirement as specified in para 4.4.7(2) for grading zone I on page 43 of MES Schedule Part I, Sand of Zone II grading can also be permitted provided, mix design is done and the requisite strength of the concrete is achieved. 4.10.4 All mixes of concrete and mortar mentioned in this tender document shall be by volume other than quality controlled concrete. 4.11 MIX OF CEMENT CONCRETE 4.11.1.PLAIN CEMENT CONCRETE Proportion of mix, type of mix and grade of cement concrete shall be as indicated in the Sch ‘A’ and else where in these particular specifications. However if nothing is specified on the Sch ‘A’ or else where in these particular specifications, regarding concrete in a particular location, the concrete shall be provided as follows: -

(a) (b) (c) (d) (e)

PCC in foundation of all brick walls, sub base of floors (if not specifically mentioned in particular specification). Lean concrete under footing of RCC portal/RCC footing/ beam/ RCC columns/ plinth beam/toe beams and lean concrete in all other situations. Plinth protection including toe. PCC bed blocks, PCC bed plates, PCC blocks (other than for hold fast) and concrete filling around pipes. PCC blocks for hold fasts, cills, kerbs, coping, benching and all other PCC work not specifically mentioned elsewhere in (a) to (d) above.

PCC (1:5:10) type E-2 (by volume) PCC (1:4:8) type D-2 (by volume). PCC (1:3:6) type C-1 (by volume) PCC (1:3:6) type C-1 (by volume). PCC (1:2:4) Type B-1 (by volume)

Page 42: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 94

PARTICULAR SPECIFICATION 4.11.2 MIXING AND CONSOLIDATION OF CONCRETE 4.11.3. All cement concrete shall be mixed in mechanical mixer except in small quantities which shall be hand mixed with prior written permission of GE. The mixing time for nominal mix shall be as per nominal mix at trial time. 4.11.4 All reinforced cement concrete shall be consolidated by mechanical vibrators. Consolidation by tamping may be resorted to with the prior permission of GE in writing in locations where it is not practicable in the opinion of GE to operate the vibrator or where quantity of concrete is small. Care shall be taken to ensure that concrete is not over vibrated so as to cause segregation. 4.11.5 Pre cast /cast in situ plain cement concrete shall be deposited and rammed by tamping and punning as specified in MES Schedule 2009 (Part-I) vide Para 4.11.10 and 4.11.11 of MES Schedule (Part-I) 2009. 4.12 BLANK 4.13 STRENGTH TEST

Sampling and strength test of concrete shall be carried out as per clause 15 of IS-456: 2000. Coarse, fine aggregate and concrete cubes shall be tested in any Govt. lab approved by AGE. The test samples should be identified and signed jointly by Engineer-in-Charge and contractor's representative. 4.14 SAMPLING The sampling procedure and the frequency of sampling shall be as per clause 15.2 of IS-456-2000. 4.15 TEST SPECIMENS

All test specimens shall be 150mm cubes for each sample, six cubes shall be cast out of which, three cubes each shall be tested for 7 days and 28 days compressive strength. The specimens shall be tested as described in latest IS-515. 4.16. TEST STRENGTH OF SAMPLE The test strength of the sample shall be the average strength of three specimens. The individual variation should not be more than + 15 percent of the average. 4.17 ACCEPTANCE CRITERIA The acceptance criteria of the test results shall be as laid down in clause 16 of IS-456-2000. 4.18 STRENGTH TEST

Sampling and strength test of concrete shall be carried out as per clause 15 of IS-456: 2000. Coarse, fine aggregate and concrete cubes shall be tested in any Govt. lab approved by GE. The test samples should be identified and signed jointly by Engineer-in-Charge and contractor's representative. 4.19 SAMPLING The sampling procedure and the frequency of sampling shall be as per clause 15.2 of IS-456-2000. 4.20 TEST SPECIMENS

All test specimens shall be 150mm cubes for each sample, six cubes shall be cast out of which, three cubes each shall be tested for 7 days and 28 days compressive strength. The specimens shall be tested as described in latest IS-515.

Page 43: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 95

PARTICULAR SPECIFICATION 4.21 TEST STRENGTH OF SAMPLE The test strength of the sample shall be the average strength of three specimens. The individual variation should not be more than + 15 percent of the average. 4.22 ACCEPTANCE CRITERIA The acceptance criteria of the test results shall be as laid down in clause 16 of IS-456-2000. 4.23 WORKABILITY The workability of the concrete shall be checked frequently as per IS-1199.(Methods of sampling and analysis of concrete). 4.24. PLINTH PROTECTION

75mm thick PCC 1:3:6 type C-2 using 40mm graded aggregate shall be provided and shall be finished even and smooth without using extra cement.

5.

STEEL AND IRON WORK

5.1 GENERAL

5.1.1

All steel required for the work under the contract shall be procured, supplied and incorporated in the works by the contractor under his own arrangements. The reinforcement steel as well as the structural steel like angles, I Sections channels etc shall be of tested quality and shall comply with the requirement mentioned in , SSR and particular specifications here-in-after. The specifications mentioned in the tender documents shall be read in conjunction with the provisions laid down in SSR Part I Section 10 - Steel and Iron work. The contractor shall submit test certificate from the manufacturers.

5.2

TYPES OF STEEL

5.2.1

Steel supplied by the contractor shall conform to the following grades and quality:-

(a)

STEEL FOR CONCRETE REINFORCEMENT

(i) High strength deformed steel bars produced by Thermo Mechanical Treatment process (TMT Steel Bars) of grade Fe-500/Fe 500d/Fe 550/Fe 550d meeting all other requirements of IS: 1786. In case drawings indicate steel of grade Fe 415, same shall be provided with Fe-500/ Fe 500d/Fe 550/Fe 550d without any price adjustment on plus side. Please note that Fe-415 grade stands discontinued for use.

(ii) Mild steel bars shall conform to IS-432 (Part I) and grade I.

(iii) Fabric Reinforcement for concrete shall conform to IS: 1566.

(b)

STRUCTURAL STEEL

(i) Definition of structural steel as given in clause 10.4 of SSR Part I shall be applicable. Standard quality steel of grade E-250 (Fe -410 W quality A ) conforming to IS: 2062 for all types of steel structures including those subject to dynamic loading shall be used.

Page 44: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 96

PARTICULAR SPECIFICATION (ii) Ordinary quality structural steel wherever mentioned shall be conforming to IS-2062

of grade E-165 (Fe-290) and shall be used for doors, windows, guard bars, grills, steel gates, hand railing, fencing posts etc.

(c) Galvanised steel sheets (plain and corrugated) shall conform to IS -277. Grade of zinc coating to be used shall be the one which is given in clause 10.29.1 of SSR Part I which is dependant on thickness of sheet.

5.2.2 SOURCE OF PROCUREMENT

(a) TMT STEEL (i) TMT Steel bars of all sizes supplied by the contractor shall be procured directly from the main producers of steel listed herein below:-

(1) Steel Authority of India Central Marketing Organisation, - for all types and dia of TMT bars. Northern Region , 17th Floor, Scope Minar, Laxmi Nagar, District Centre, Delhi-110092

(2) Rashtriya Ispat Nigam Limited - for all types and dia of TMT bars. Vishakhapatnam Steel Plant, Vishakhapatnam-530031 Tele (91891) 518226, 518376 Fax (91891) 518316

(3) Tata Iron and Steel Company - for all types and dia of TMT bars. Bombay House, 24 Homi Modi Street, Mumbai-400001 Tele (9122) 2049131 Fax (9122) 2049522, 287, 840

(4) M/S Jai Balaji Industries Ltd Regd Office Fe-500 & Fe 500D TMT bars

5, 1401-1402 Nirmal Tower 14th Floor , 26, Barakhamba Road New Delhi-110001 Tel: 033-22489808/22488173 Fax : 033-22430021/ 22107893/ 22426263 E-mail:- [email protected]

(5) M/S SPS Steel Rolling Mills Ltd

Page 45: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 97

PARTICULAR SPECIFICATION Regd Office Fe-500, Fe-550 & Fe-500D

(Elegant TMT bars) Elegant Tower, 68A, Ballygunge Circular Road, Kolkata-700019 Tel: 033-2895160-67 Fax : 033-22894386 E-mail:- [email protected]

(6) M/S Shyam Steel Industries Ltd Regd Office Fe-500 & Fe 500D TMT bars

Shyam Towers, EN-32, Sector-V, Salt Lake, Kolkata-700091 Tel: 033-40074007 Fax : 033-40074010 E-mail:- [email protected]

(7) M/s Steel Exchange India Ltd

Regd Office

My Home Laxminivas Appartments, Ameerpet, Hyderabad-500016, A.P. Tel: 040-23403725 Fax : 040-23413267 E-mail:- [email protected]

Fe-500 & Fe 500D (Simhadri TMT bars)

(8) M/s Jindal Steels & Power Ltd

Regd Office Fe-500, Fe-500D, Fe-550 & Fe-550D TMT

bars

Plot No. 2, Sector-32, Gurgaon-122001, Haryana Tel: 1662-222471-84 Fax : 1662 220476

(9) M/s SRMB SRIJAN LTD

Regd Office

Fe-500, Fe-500D, Fe-550 & Fe-550D TMT bars (8mm to 32mm)

SRMB House 7, Khetra Das Lane Kolkata-700012 Tel: 033-6600 6600 Fax : 033-2211 0483

Page 46: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 98

PARTICULAR SPECIFICATION (10) M/s Concast Steel & Power Ltd. Kolkata Regd Office 21, Hemant Basu Sarani Suit, Nos – 511 & 512, 5th Floor, Kolkata-700001 Phone-91-33-22130481-87

Fe-500 (8mm to 32mm)

(11) M/s Adhunik Metaliks Ltd Orissa Regd Office Lansdowne Towers, 2/1A Sarat Bose Road, Kolkata-700020

Fe-500 & Fe-500D (8mm to 32mm)

(12) Shri Bajrang Power & Ispat Ltd. Raipur, Chattisgarh Regd Office Vill-Borjhara, Urla Industrial Area, Raipur-493221, Chattisgarh Tele-0771 4288019/29/39

Fe-500 & Fe-500D (8mm to 32mm)

(13) M/s JSW Steel Ltd, Karnataka

Regd Office Jindal Mansion, 5A Dr. G Deshmukh Marg, Mumbai-400026

Fe-500, Fe-500D & CRS steel bars (8mm to 40mm)

(14) M/s Electrosteel Steels Ltd. Bokaro, Jharkhand Regd Office G K Tower, 2nd & 3rd Floor, 19 Camac Street, Kolkata, WB-700017 Tele – 91-33-2283-9990

Fe-500D (10mm to 32mm)

NOTE : In no case TMT Steel bars of any size shall be procured from other than the above mentioned main producers. However, individual section of TMT bars upto and not exceeding 5 metric tonne may be procured from the authorized agent/dealer of main producer without any price adjustment.

(b) STRUCTURAL STEEL : The contractor shall procure Structural steel sections directly from SAIL/RNIL/TISCO/Jindal Steels & Power Ltd.. In case non availability of structural steel with SAIL/RINL/TISCO, the same can be procured from approved secondary producers given below as per instruction of or approved by E-in-C’s Branch with necessary minus price adjustment of 5% with prior approval of the Accepting Officer. In case the desired section of structural steel is not rolled/manufactured by primary producers, there shall be no price adjustment in use of structural steel procured from approved secondary producers.

1. M/s KL Steel Pvt Ltd., Post Box No 61, Lal Kuan,

2 SRMB Udyog Ltd., 46, BB Ganguli Street,

Page 47: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 99

PARTICULAR SPECIFICATION Bulandshahar Road, Ghaziabad (UP Tele : 0120 – 2867911, 2867915 Fax : 0120 – 2867917

Kolkata – 700 012, Tele : 2236 9999

3 M/s Shri Badrinarain Alloys & Steels Ltd., 95, Stephen House, 4 BB D Bag Kolkata – 700 001 Tele : 033 2220 5381 / 2248 1601 Fax : 033 2248 8664

4 M/s Shree Parashnath Re-Rolling Mills Ltd 14C Maharshi Devendre Road 3rd Floor, Kolkata – 700 007 Phone : 033 – 22740045/4475 Fax : 033 22740039

5 M/s Pushpak Steel Industries Pvt. Ltd Gate No 119, Alandi markal Road Dhanore, Tah Khed Pune Tele – Fax : 020-26444700/070

6 M/s Tata Steel Structura Tata Steel – Tube Division, Jeevan Tara Building, 1st Floor, 5, Sansad Marg, New Delhi – 110 001 Tele : 991112334, 264601734 309983, 309986

7

M/s Amba Shakti Ispat Ltd., Plot No 6, Phase-II Industrial Area Kala Amb, Dist Sirmour, 173030 (H.P.) Tele : 01734-309983, 309986, Fax : 01702-238927

(c) Galvanised steel sheets & fibric reinforcement for concrete :- These shall be procured directly from main producers as approved by E-in-C’s Branch and shll be ISI marked.

(d) Steel section for railings, gates, fencing, guard bars, grills, steel chowkhat, holdfasts etc, which do

not constitute structural members, can be procured from main producers/secondary producers/BIS marked manufacturers or their authorised dealers at the option of Contractor without any minus price adjustment. Tests will not be insisted upon for such steel sections.

5.2.3 All finished steel shall be well and clearly rolled to the dimensions, sections and weights specified. The finished material shall be reasonably free from cracks, surface flaws, laminations, rough jagged and imperfect edges and any other harmful defects and shall be finished in a proper manner. Tolerance on size and weight of reinforcement bars shall not be more than as specified in clause 10.17.4 and 10.17.5 of SSR Part I and as specified in IS-1786 and IS-2062 and as per relevant IS codes.

5.3 Contractor will give to GE manufacturer’s test certificate (IN ORIGINAL) alongwith the test sheet

giving result of each mechanical test and the chemical composition of steel (as per IS 1786-2008) for reinforcement steel or authenticated copy thereof duly signed by manufacturer with each consignment. The documents such as original purchase vouchers and test certificates in support of the purchases of steel shall be produced by the contractor to the site staff & GE for verification and record.

5.4 Contractor will give to GE manufacturer’s test certificate (IN ORIGINAL) alongwith the test

sheet giving result of each mechanical test and the chemical composition of steel (as per IS 1786-1985) for reinforcement steel or authenticated copy thereof duly signed by manufacturer with each consignment. The documents such as original purchase vouchers and test certificates in support of the purchases of steel shall be produced by the contractor to the site staff & GE for verification and record.

5.5 APPROVAL OF STEEL BROUGHT BY THE CONTRACTOR

Following action shall be taken by GE before incorporating steel procured by the contractor for the work :-

(a) Physical verification of steel received to confirm the actual quantity of steel as well as to verify aspects brought out in foregoing.

Page 48: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 100

PARTICULAR SPECIFICATION (b) GE will obtain original machine numbered purchase vouchers of manufacturer from contractor.

(c) Verify the documents listed in Ser (b) & foregoing given by the contractor from the manufacturer.

(d) No consignment or part thereof will be allowed to be incorporated in the work until and unless the test results of independent testing are obtained and the consignment is passed by GE Schedule of procurement will be prepared keeping in view the time lost for testing etc.

(e) Three samples of pieces (3.00m long) of each section of each consignment will be retained at the project site till completion of the work. These samples will be suitably marked and properly preserved.

5.6 TESTING OF STEEL 5.6.1 (a) The manufacturers of steel are to carry out inspection and testing of steel in accordance

with the relevant BIS provisions. The contractor shall submit manufacturer’s test certificate in original or authenticated attested true copy by the manufacturers only alongwith the test sheet

giving the result of each mechanical test as applicable in accordance with relevant IS provision

and the chemical composition of the steel or authenticated copy with each consignment. The

Engineer-in-Charge shall record these details in a steel acceptance register which will be signed by the Junior Engineer, Engineer-in-Charge, GE and Contractor as given in the format as Appendix ‘F’ here-in-after, after due verification and Engineer-in-Charge shall send a certified true copy of test sheet to GE for his records.

(b) Independent testing of steel / structural steel / GI Sheets and fabric reinforcement for concrete

by the GE shall be optional at the discretion of the GE in case of procurement of steel from main producers and testing charges shall be borne in accordance with Condition 10A of IAFW 2249 i.e. testing charges shall be borne by the Department if the test results are found in order otherwise these shall be borne by the Contractor.

(c) Independent testing of steel/ structural steel/GI sheets and fabric reinforcement by the GE shall

be mandatory in case of procurement of steel from secondary producers and testing charges shall be borne by the Contractor irrespective of the outcome of test results.

(d) For independent testing ,random samples of steel drawn from various lots and shall be got tested from a National Test House, SEMT CME, Regional Research Labs or Government approved Labs, Zonal Labs, etc as per the minimum frequency given below. Samples from each lot shall be also tested for quality and elongation. The elongation shall not be less than 18%.

(e) In all cases mentioned above contractor at his cost shall provide all facilities required for the testing. Cost of materials consumed in tests shall also be borne by contractor.

5.6.2 Ultimate tensile strength elongation, bend and rebend test for reinforcement steel bars shall be carried out as per clause 1 and test specimen shall be as per clause 11 and delivery inspection shall be as per clause 12 of IS-1786. Bend tests and tensile tests for structural steel shall be carried out as per IS-2062.

5.6.3 FREQUENCY OF SAMPLING FOR INDEPENDENT TESTING BY GE

5.6.3.1 Frequency for nominal mass, tensile strength, bend and re-bend tests of steel for checking nominal mass, tensile strength, bend, re-bend test, test specimen at random shall be selected by the GE at following frequency :-

(a) STEEL FOR CONCRETE REINFORCEMENT (i) Bars size less than 10mm : One sample (3 specimen for each test for every 25 tonnes or part thereof)

Page 49: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 101

PARTICULAR SPECIFICATION (ii) Bars size 10mm to 16mm : One sample (3 specimen for each test for every 35 tonnes or part thereof) (iii) Bars size over 16mm : One sample (3 specimen for each test for every 45 tonnes or part thereof) (b) STRUCTURAL STEEL (i) Tensile test : 1 test for every 25 tonnes of steel or part thereof. (ii) Bend test : 1 test for every 10 tonnes of steel or part thereof.

5.6.3.2 The testing by GE as per above frequency is mandatory before payment is released to the contractor in case of structural steel from secondary producers. The GE may also increase the frequency and number of samples / tests for his satisfaction. The cost of these additional tests shall be governed as per condition 10 (A) of IAFW-2249. However cost of samples, transportation and other overheads shall be borne by the contractor irrespective of test results.

5.6.3.3 Test shall not be insisted upon for the steel required for guard bars, holdfasts, grills, fencing

and such other allied items.

5.6.3.4

In case test results of testing pursuant to clause 1.6.3 are not within the acceptable limits, then that consignment of steel shall stand rejected and contractor shall remove the same from site at his own cost. The rejected material shall not be incorporated in the work. The contractor shall have no claim on this account.

5.6.3.5 Cost of test samples as per frequency given in clause 1.6.3 above shall be borne by the contractor irrespective of test results.

5.7 DOCUMENTATION

5.7.1 Original purchase vouchers from the manufacturer, and original or authenticated test certificates of the manufacturers for the total quantity of steel supplied under each consignment to be incorporated in the work shall be produced to the Engineer-in-Charge of the work by the contractor. All consignments received at the work site shall be inspected by the GE alongwith the relevant documents before acceptance. The original vouchers and the test certificates shall be defaced and signed by the Engineer-in-Charge and kept on record in the office of the AGE duly authenticated and with cross reference to the control number recorded in the steel acceptance register. The steel acceptance register shall be signed by JE, Engineer-in-Charge, GE and contractor. The entire quantity of all consignments shall also be suitably recorded in the measurements book for record purposes as ‘NOT TO BE ABSTRACTED’ before incorporation in the work and shall be signed by the Engineer-in-Charge and contractor. The following provisions shall also be complied :-

(a) All original vouchers will be kept in a file serially numbered and to be kept in GE’s office.

(b) Test certificates of each steel consignment will be kept in a file, serially numbered and to kept in AGE’s office.

(c) Steel Acceptance Register as per Annx ‘2’ will be maintained by the GE

(d) In/Out Register for details of receipt, acceptance/rejection and consumption of steel will be maintained as per Annx ‘1’.

(e) Register containing results of independent and additional testing by GE.

Page 50: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 102

PARTICULAR SPECIFICATION (f) Inspection registers.

5.7.2 CWE will check the documents personally, connected with the steel, at least once a month and record of these check will be kept in the Inspection Register (Para 1.7.1(f) above).

5.8 STORAGE ACCEPTANCE/PRESERVATION OF STEEL

5.8.1 The steel procured by the contractor shall be stored in the site of work as directed by Engineer-in-Charge / GE neatly in separate stacks at least 15 cm above GL for various grades/quality / sizes / consignments with distinct paint marks for identification. The steel so stacked shall be removed for incorporation in the work only in the presence of departmental representative. The quantity of steel of various sizes received at site and recommended for incorporation in the work shall be entered in a separate register and signed by the contractor and the Engineer-in-Charge daily.

5.8.2 Steel will be stored in a manner so as to prevent distortion and corrosion till it is consumed in the

work. Any section that has deteriorated and corroded or if considered defective for any other reason, the same shall be removed from site by contractor at his cost.

5.8.3 The contractor will keep a separate stack of steel brought at site for inspection, away from the accepted stack of steel. In case, the consignment does not meet any of the requirements of the relevant IS codes, the steel will be rejected by the GE and it will be removed from the site within 24 hours at the cost of the contractor.

5.9 CONVERSION WEIGHT OF STEEL 5.9.1 The weight of steel shall be calculated as per the conversion factors specified in the SSR. For

sections not listed in SSR, ISI conversion table shall be followed or manufacturer’s certificate if the weights are not available in SSR/ISI tables.

5.9.2 Normal waste and off-cuts shall be stacked neatly which shall be the property of contractor. Contractor shall be allowed to remove such cut pieces after inspection and certification by the Engineer-in-Charge.

5.9.3 Advance on account of payment made towards these cut pieces shall be adjusted from advance on account of payment immediately falling due and before removal of such cut pieces from site.

5.10 PAYMENT IN RAR 5.10.1 Payment of the steel brought by the contractor should only be released by the GE after taking

action on points enumerated in para 1.7 here-in-before and after completing the documentation mentioned here-in-before in this regard.

5.10.2 Before procurement of steel, contract shall be read thoroughly and various grades/types of steel to be incorporated in the work shall be identified by contractor and got approved by the GE. Steel shall be procured sufficiently in advance as mentioned here-in-after under clause 1.12.

5.11 SAFETY OF STEEL

5.11.1 It will be responsibility of contractor to make sure that all possible arrangement are made for safe custody of the steel. In case of any loss of steel, only contractor will be responsible and the loss will be made good by contractor without any delay or claim what so ever.

5.12 SCHEDULE OF SUPPLY Contractor shall work out complete requirement of steel size wise and phase the same as per the activities planned to be executed in terms of CPM networking. The contractor shall procure all the steel sections in accordance with this CPM chart. Schedule of supply of steel will be finalized by GE in consultation with contractor and same will be incorporated in CPM chart so that supply of steel is monitored in a way to avoid any delay in completion of the work. The schedule of supply of steel will be vetted by CWE from time to time.

Page 51: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 103

PARTICULAR SPECIFICATION

6. BRICK WORK 6.1 MATERIALS

6.1.1.Bricks:- Refer clause 5.6 of the MES Schedule Part-I. Burnt bricks and brick tiles shall be best quality locally available of class ‘ B ’( with. compressive strength 75 Kg/Sq Cm and Sub Class B as per IS-1077). These shall conform to or superior than samples kept in GE's office. These shall be old size (nominal size 23 x 11.5 x 7.5cm) with tolerance limit as specified in IS. Brick tiles shall be 23 x 11.5 x 4cm. The contractor may use over size bricks without extra cost to the Govt. However, the contractor shall follow center line dimensions of walls shall be maintained. 6.1.2. Sand for mortar shall be obtained from local sources and shall conform to the requirement as given in para 5.4 (Part-I) of MES Schedule 2009. 6.2 BRICK WORK

6.2.1. All brick work shall be built in cement and sand mortar and mix of mortar, for work covered in schedule `A’ Part-I, In case, mix of mortar has not been mentioned, the same shall be as under :-

(a) In Half brick thick walls, brick on edge,walls Isolated bricks, Pillars, brick steps, and brick work in all load bearing walls

Cement and (1:4) Sand mortar

(b) In all other situations Cement and sand mortar (1:6)

6.2.2. All brick work in half brick walls shall be built from sub floor level in ground floor and from RCC slabs in subsequent floors and in case height of half brick wall is 2100mm or more above the floor level, the same shall be reinforced with 2 Nos 6mm dia MS round bars at every fourth course starting from 20cm above Plinth Band/DPC/floor slab. Brick work in panels shall be jointed with RCC columns by means of wall ties of MS flat 25mm x 3mm at every fourth course. The bonding length of reinforcement/ MS flat shall be as under :-

(i) Junction of 11.5 cm thick wall - 10 cm (ii) Junction of 11.5 cm/23 cm thick walls and RCC columns etc. - 20 cm 7. PLASTERING AND POINTING 7.1 GENERAL 7.1.1 External finish shall be taken 15 cm below the ground level except where plinth protection/ramp/hard standing and the like is provided in which case it shall be taken up to the bottom of the plinth protection/ ramp/ hard standing. 7.1.2 Plaster/pointing skirting/dado shall be returned in jambs, reveals and soffits of lintels/ windows cills etc. 7.1.3 All plastered/rendered surfaces shall be trowelled to an even and smooth surface with steel trowel without using extra cement. 7.1.4 Unless course sand is specifically specified, sand for plastering shall be 50% fine sand and 50% coarse sand conforming to the samples approved by the GE except for sand faced plaster for which 100% coarse sand shall be used. 7.1.5 All corners, angles, junction and arises shall be truly vertical or horizontal as the case may be and shall be carefully finished. Corners around jambs of opening and junction of walls shall be rounded to minimum radius of 5mm. No grooves shall be provided at the junction of RCC and masonry on any surfaces. A strip of chicken wire mesh 150mm wide shall be fixed over the junction before plastering on both internal & external walls.

Page 52: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 104

PARTICULAR SPECIFICATION

7. PLASTERING 7.1 GENERAL 7.1.1 Mix of cement and sand shall be as indicated in Schedule ‘A’. 7.1.2 Plaster/pointing skirting/dado shall be returned to in jambs reveals and soffits of lintels/ windows cills etc. 7.1.3 All plastered/rendered surfaces shall be trowelled to an even and smooth surface with steel trowels(without using extra cement}. 7.1.4 Unless sand is specifically specified, sand for plastering shall be 50% fine sand and 50% coarse sand conforming to the samples approved by the AGE except for sand faced plaster for which 100% coarse sand shall be used. 7.1.5 All corners, angles, junction and arises shall be truly vertical or horizontal as the case may be and shall be carefully finished. Corners around jambs of opening and junction of walls shall be finished straight and rounded to a radius of 5 mm. Groove 10 mm wide at the junction of wall and RCC columns or entire thickness at junction of wall and RCC slabs to entire thickness at junction of walls and RCC columns or any other dissimilar materials e.g. wooden/steel chowkhats etc. 8. PQC (PAVEMENT QUALITY CONCRETE) PQC (pavement quality concrete) shall be provided all as per PS Clause No 20.B.7 to 20.B.7.9 of SSR Part-I 2009 (Specifications). 9. SOLAR POWER GENERATING SYSTEM 9.1 The working of control panel shall be as under:- Function of control Panel for Solar photo voltaic and commercial supply to the building

S No

Posi-tion

Solar Panel Supply

Commercial/Grid Supply

Supply to Billets/ Building

Remarks

1. I Available completely

OFF OFF Entire supply will be fed from solar Panel

2. II Available partially

Rest from Grid ON supply will be fed from solar Panel and rest supply will be taken from Grid.

3. III Not available Complete from Grid

ON Complete system will work on Commercial Grid

4. IV Available partially

OFF OFF No supply will be fed to Billets to protect Solar Panel from overloading

5. V Available in excess

OFF ON Surplus shall be exported to grid

Surplus energy, if any, is exported to the grid and shortfall, if any, is imported from the grid. This shall be automatic function. 9.2 TECHNICAL SPECIFICATION OF THE SYSTEM : Complete cost to met the Technical specification mentioned below will be deemed to include in the quoted rate by the contractor for Item rates. 9.2.1 TECHNICAL:

(a) Only IEC certified Multi crystalline silicon PV modules to be used in the system. (b) One display unit indoor type, wall mounted indicating the functioning and required parameters about

the system shall be installed in the building near control panel. (c) Complete electrical, mechanical and civil engineering work of the SPV plant.

Page 53: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 105

PARTICULAR SPECIFICATION (d) Testing and Acceptance of complete system at site by Engr-in-charge and GE in presence of rep of

Contractor (e) Installation, testing and commissioning of the plant. (f) Supply plant technical manuals and user O&M manuals. (g) Provide ‘as built’ PV array site plan, electrical line diagram, structure installation drawings, wiring and

Earthing diagrams, control room installation drawing. (h) Carry out Operation, Maintenance and Monitoring of the plant for one year under warranty. (j) Provide in‐house training in operation, testing, monitoring and maintenance of the plant to the rep of

MES in the presence of Engr-in-charge and GE. (k) Compliance with health and safety issues. (l) Compliance with electricity distribution network. (m) The work will be carried out in close supervision of manufacturer’s representative who should have

and experience of successful installation and commissioning of grid connected Photo Voltaic (PV) Power Plant of minimum 100 kWp capacity. The contractor will intimate the GE within 30 days of acceptance the name of firm and rep of firm through Engr-in-Charge.

9.3 SOLAR PV MODULES

(a) The solar photo-voltaic module of minimum 230 Wp power output under STC to be provided with high efficiency of more than 14% multi crystalline silicon solar cells.

(b) SPV module shall contain poly crystalline high power silicon solar cells. The solar cell shall have surface anti-reflective coating to help to absorb more light in all weather conditions.

(c) It should have rugged design to withstand tough environmental conditions and high wind speeds (over 150 km/h).It shall perform satisfactorily in relative humidity upto 95% and temperature between -40 deg C and 85 deg C.

(d) PV modules must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.

(e) The PV module should be IEC 61215-Ed 2 & 61730-1&2 / UL certified and with MNRE (GOI)-SEC test certificate or from other accredited / approved labs. For modules to be used in a highly corrosive environment throughout their lifetime they must qualify for IEC 61701.

9.4 INVERTER:

(a) Inverter shall be of the highest power quality among SMA/KACO/FRONIUS/Power One/ Siemens/ABB.

(b) String inverters of suitable capacity with Maximum power point tracking (MPPT) shall be used with power plant. The minimum output power rating of the string inverter shall be 10kVA. These will be housed on the roof.

(c) The sine wave output of the inverter shall be suitable for connecting to 415V, 3-phase AC LT grid. (d) Grid islanding protection, suitable DC/AC fuses/circuit breakers and voltage surge protection. Fuses

used in the DC circuit shall be DC rated. (e) The inverter shall have internal protection against any sustained faults and/or lightening in DC and

mains AC grid circuits. (f) The peak inverter efficiency inclusive of built-in isolation transformer shall exceed 96%. (g) The kVA ratings of inverters for various PV systems should be chosen as per the PV system wattage. (h) The nominal AC voltage tracking range shall be +10%, -20%. (j) The nominal AC frequency tracking range shall be +/- 3Hz. (k) Inverter shall provide display of PV array DC voltage, current and power, AC output voltage and

current (All 3 phases and lines), AC power (Active, Reactive and Apparent), Power Factor and AC energy (All 3 phases and cumulative) and frequency.

(l) The inverter shall include adequate internal cooling arrangements for operation in a non‐AC environment.

(m) Maximum permissible DC input voltage shall be in the range of 800 – 1000V. (n) Total Harmonic Distortion (THD) should be less than 4%.

12.5 MODULE MOUNTING STRUCTURES

Page 54: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 106

PARTICULAR SPECIFICATION (a) The module mounting structure to be designed in such a way that it will occupy minimum space

without sacrificing the output from suitable number of solar modules in series. (b) The structure shall be designed to allow easy replacement of any module & shall be in line with the

site requirements. (c) The frames and leg assemblies of the mounting structure should be of standard M.S. sections of

angle, channel, tubes and any other sections conforming to IS: 2062. These structures should be hot dip galvanized (80 micron thick coating) for the long life in external weather conditions.

(d) The mounting structure should be of Fixed Type, Tilt angle suitable to site, Foundation PCC (1:2:4), Fixing type with SS 304 fastener with clamp fitted to provide rigidity to the structure.

(e) Galvanized Steel Structural must be considered for all type structural steel proposed for the power plant.

(f) The array structure shall be grounded properly using maintenance free earthing kit. (g) Design drawings with material selected shall be submitted for prior approval of GE duly

recommended by Engr-in-charge in writing.

9.6 CIVIL WORKS

(a) Existing terrace space shall be used to install Solar PV array.

(b) The structure shall be designed to withstand operating environmental conditions for a period of minimum 25 years.

(c) It is required to design the RCC block support structure (on which PV module will be installed) in such a way that all loads is transferred to the existing columns of the buildings. Such grid design should be presented to GE through Engr-in-charge, which is certified by qualified structural engineers. Available drawing of the building will be provided to the agency on request.

(d) The support structure should be installed in a manner to leave sufficient space for repair and maintenance aspects of the rooftops, particularly for leakages.

(e) The total load of the structure (when installed with PV modules) on the terrace should be less than 60 kg/m2.

(f) The support structure shall withstand wind loading of up to 150 km/hr. (g) Installation of support structure for solar PV mounting should not tamper with the water proofing of

roofs. (h) The support structure design for building will require approval from GE before installation of structure

and PV modules. (j) PV array shall be installed in the terrace space free from any obstruction and/or shadow. (k) PV array shall be installed utilizing maximum terrace space to minimize effects of shadows due to

adjacent PV panel rows. (l) Adequate spacing shall be provided between two panel frames and rows of panels to facilitate

personnel protection ease of installation, replacement, cleaning of panels and electrical maintenance. (m) PV array shall be oriented in the south direction at a tilt angle of 30 degrees or other suitable angle in

order to maximize annual energy yield of the plant. (n) PV panel frames shall be fixed and grouted to RCC blocks, which in turn shall be secured to terrace

structure in a seamless manner with no impact on waterproofing of the existing terrace structure. Additional waterproofing shall be provided in the areas where RCC blocks are secured onto the terrace.

(o) Ample clearance shall be provided in the layout of the inverter and DC/AC distribution boxes for adequate cooling and ease of maintenance.

9.7 MECHANICAL

(a) The height of each PV panel structure shall not exceed 3m above the terrace level. (b) The PV array structure design shall be appropriate with a factor of safety of min. 1.5. (c) Each PV panel structure shall incorporate one bird repellent spike at a level higher than the panel

upper edge. The location of the spike should be selected for minimum shadow effect. (d) Array support structure shall be fabricated using corrosion resistant GI or anodized aluminum or

equivalent metal sections. (e) Array support structure welded joints and fasteners shall be adequately treated to resist corrosion. (f) The support structure shall be free from corrosion when installed.

Page 55: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 107

PARTICULAR SPECIFICATION (g) PV modules shall be secured to support structure using screw fasteners and/or metal clamps. Screw

fasteners shall use existing mounting holes provided by module manufacturer. No additional holes shall be drilled on module frames. Module fasteners/clamps shall be adequately treated to resist corrosion.

(h) Adequate spacing shall be provided between any two modules secured on PV panel for improved wind resistance.

9.8 ELECTRICAL

(a) Building allocated to the LT distribution grid circuit of the sub-station at 415 V 3 phase 50 Hz AC. (b) LT distribution grid specifications 415V +/-5%, 50Hz and frequency variation as per IE rules. (c) The inverter output shall be connected to LT line prior to the LT distribution board. The mandatory

islanding protection provided by inverter shall isolate the inverter from the LT line in the event LT mains supply is not available.

(d) The time of day (TOD) 3 phase, digital AC load energy meter shall be installed in the Main Distribution Box to monitor energy drawn by building load.

(e) The time of day (TOD) 3 phase, digital AC energy meter shall be installed in the AC distribution box to monitor energy generated by Solar PV power plant.

(f) The load energy meter operation shall be completely independent of the plant AC energy meter. (g) The energy meters shall be provided with communication interface and necessary data cables.

9.9 DATA ACQUISITION SYSTEM

(a) Data Acquisition System shall be provided for solar PV plant. (b) Data Logging Provision for plant control and monitoring, time and date stamped system data logs for

analysis with the high quality, suitable PC. (c) Metering and Instrumentation for display of systems parameters and status indication to be provided. (d) Solar Irradiance: An integrating Pyranometer (Class II or better) provided, with the sensor mounted

in the plane of the array. Readout integrated with data logging system. (e) Temperature: Temperature probes for recording the Solar panel temperature and ambient

temperature to be provided complete with readouts integrated with the data logging system (f) Wind Speed: An integrated wind speed measurement unit should be provided. (g) All major parameters (Solar Irradiance: An integrating Pyranometer (Class II or better) provided, with

the sensor mounted in the plane of the array. Readout integrated with data logging system. (h) Temperature: Temperature probes for recording the Solar panel temperature and ambient

temperature to be provided complete with readouts integrated with the data logging system (j) Wind Speed: An integrated wind speed measurement unit be provided. (k) All major parameters available on the digital bus and logging facility for energy auditing through the

internal microprocessor and read on the digital front panel at any time) and logging facility (the current values, previous values for up to a month and the average values) should be made available for energy auditing through the internal microprocessor and should be read on the digital front panel. The following parameters are accessible via the operating interface display in real time separately for each of the power plant:

- AC Voltage.

- AC Output current.

- Output Power

- Power factor.

- DC Input Voltage.

- DC Input Current.

- Time Active.

- Time disabled.

- Time Idle.

- Temperatures (oC)

- Wind Speed

- Solar Irradiance

- Power produced

- Protective function limits (Viz-AC Over voltage, AC Under voltage, Over frequency, Under frequency ground fault, PV starting voltage, PV stopping voltage, Over voltage delay, Under voltage delay over frequency, Ground fault delay, PV starting delay, PV stopping delay)

Page 56: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 108

PARTICULAR SPECIFICATION (l) PV array energy production: Digital Energy Meters to log the actual value of AC/ DC voltage, Current

& Energy generated by the PV system provided. Energy meter along with CT/PT should be of 0.2 accuracy class.

(m) Computerized DC String/Array monitoring and AC output monitoring shall be provided as part of the inverter and/or string/array combiner box or separately.

(n) String and array DC Voltage, Current and Power, Inverter AC output voltage and current (All 3 phases and lines), AC power (Active, Reactive and Apparent), Power Factor and AC energy (All 3 phases and cumulative) and frequency shall be monitored.

(o) The time interval between two sets of data shall not be more than 3 minutes. (A min. of 20 samples of data shall be recorded per hour)

(p) Data Acquisition System shall have real time clock, internal reliable battery backup and data storage capacity to record data round the clock for a period of min. 1 year.

(q) Computerized AC energy monitoring shall be in addition to the digital AC energy meter 9.10 SOLAR RADIATION AND ENVIRONMENT MONITORING SYSTEM

(a) Computerized solar radiation and environment monitoring system shall be installed on one of the buildings along with the solar PV power plant.

(b) The system shall consist of various sensors, signal conditioning, data acquisition, LCD display and remote monitoring.

(c) Global and diffuse beam solar radiation in the plane of array (POA) shall be monitored on continuous basis.

(d) Ambient temperature and relative humidity near PV array, control room temperature, wind speed and wind direction at the level of array plane shall be monitored on continuous basis.

(e) Solar PV module back surface temperature shall be also monitored on continuous basis. (f) Simultaneous monitoring of DC and AC electrical voltage, current, power, energy and other data of

the plant for co‐relation with solar and environment data shall be provided. (g) The time interval between two sets of data shall not be more than 3 minutes. (A min. of 20 samples of

data shall be recorded per hour) (h) Solar radiation and environment monitoring system shall have real time clock, internal reliable battery

backup and data storage capacity to record data round the clock for a period of min. 1 year.

9.11 CABLES

(a) Cables of appropriate size to be used in the system shall have the following characteristics: i) Shall meet IS 694/1554 standards ii) Temp. Range: –10

oC to +80

oC.

iii) Voltage rating upto 1100V iv) Excellent resistance to heat, cold, water, oil, abrasion, UV radiation v) Flexible

(b) Sizes of cables between array interconnections, array to junction boxes, junction boxes to Inverter etc. shall be so selected to keep the voltage drop (power loss) of the entire solar system to the minimum. The cables (as per IS) should be insulated with a special grade PVC compound formulated for outdoor use.

(c) Cable Routing/ Marking: All cable/wires are to be routed in a GI cable tray and suitably tagged and marked with proper manner by good quality ferule or by other means so that the cable easily identified.

(d) The ratings given are approximate. Manufacturer to indicate size and length as per system design requirement. No change in the size of cable shall be permitted.12.5 Multi Strand, Annealed high conductivity copper conductor PVC type ‘A’ pressure extruded insulation. Overall PVC insulation for UV protection Armored cable for underground laying. All cable trays including covers to be provided. All cables conform to latest edition of IEC/ equivalent BIS Standards as specified below: BoS item / component Standard Description Standard Number Cables General Test and Measuring Methods, PVC insulated cables for working Voltage up to and including 1100 V -Do-,UV resistant for outdoor installation IS /IEC 69947.

9.11.1 Each module shall carry the following clear and indelible markings:-

i) Name, monogram or symbol of manufacturer;

Page 57: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 109

PARTICULAR SPECIFICATION ii) Type or model number; iii) Serial number; iv) Polarity of terminals or leads (color coding is permissible) v) Maximum system voltage for which the module is suitable vi) Date & place of manufacture vii) I-V Curve for the module viii) Wattage, Im, Vm & FF for the module.

9.12 GENERAL TECHNICAL SPECIFICATIONS (a) Earthing: The structure of the PV arrays will be grounded properly using adequate number of earthing

kits all as specified by the manufacturer. All metal casing / shielding of the plant shall be thoroughly grounded to ensure safety of the solar systems.

(b) Lightning: The SPV systems shall be provided with lightning & over voltage protection. The main aim in this protection shall be to reduce the over voltage to a tolerable value before it reaches the PV or other sub- system components. The source of over voltage can be lightning, atmosphere disturbances etc.

(c) All wiring / cables should be in proper conduit or suitable casing and wires should not be hanging loose. (d) All cable should route in GL trays with covers for protection. All connections are to be made through

suitable cable/lug/terminals; crimped properly & with use of Cable Glands. (e) Switches / Circuit Breakers / Connectors-safety IS/ IEC 60947 part I, II & III, EN 50521 (f) Fuses to be provided to protect against short circuit conditions. (g) Details of solar power system design and layout for all systems may be submitted by the manufacturer. (h) The overall system should have 5 year guarantee. PV modules with 25 years standard performance

guarantee from the date of handing over after successful commissioning. (j) All the components of the systems viz. PV modules, Electronics, etc should have type approval / test

certificates as per latest IS guide lines (k) All components and materials used in the system should be of good quality & conform to the BIS / IEC

standards / specifications, wherever available / applicable. (l) The system should have number plate with name & logo of the manufacturer and the month / year of

installation. (m) Operation and Maintenance / Instruction Manual (with Do’s and Don’ts) in English & Hindi to be provided

with system. (n) The contractor shall provide Fire extinguishers in accordance with BIS codes for electrical short circuit

fires. (o) Danger boards should be provided as and where necessary as per IE Act./IE rules as amended up to

date. (p) Solar PV power of different locations is to be fed to 415 V grid distribution system. Tentative layout for

feeding power to the grid is indicated in the drawings. 9.13 GUARRANTEE AND MAINTENANCE (a) The Contractor should provide one year guarantee for smooth functioning of the system and any

expenses on this account will be borne by the contractor under guarantee period of 1 year under the quoted rate.

(b) The down time of the equipment should not be more than three days else the Guarantee period will presume to be extended by period twice of the total down time.

9.14 TRAINING TO OFFICIALS (a) The contractor should provide in-depth training about the installation, operation, and maintenance of the

system to the rep of the Engr-in-charge / GE.

9.15 SPARES AND CONSUMABLES (a) The contractor should submit a list of critical spares of operating the systems for 20 years before

completion. (b) After completion of installation & commissioning of the power plant, necessary tools & tackles are to be

provided free of cost by the contractor for maintenance purpose. (c) The details of the spare parts which will be provided by the contractor are parts shall be used to ensure

the availability of parts to avoid any long down time.

Page 58: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 110

PARTICULAR SPECIFICATION

9.16 DOCUMENTATION (a) O&M manuals are to be supplied by the contractor. contractors shall provide complete technical data

sheets for each equipment giving details of the specifications.

(b) The contractor should provide one set of detailed manuals for operation, principle of working, servicing and maintenance of the system including all block diagrams and detailed circuit diagrams

(c) The source code of software may also be provided on CDROM. Soft copies of all manuals should also

be provided on a CDROM. 9.17 IMPORTANT REQUIREMENTS:

(a) The Solar PV array shall be installed on existing terrace of the building using fixed PV array support structure. The work shall be executed all as directed by Engr-in-charge and GE.

(b) Any masonry or construction work must be carried out with full precaution as the site is already inhabited. Construction environment should be kept clean and tidy.

(c) The PV Panel shall feed AC power to the Low Tension (LT) distribution grid power supply of the building for captive power consumption.

(d) A certificate will be issued by the manufacturer that the operating life of the plant shall be minimum 25 years.

(e) The plant shall monitor solar generated energy using plant AC energy meter independent of load energy monitoring.

(f) The plant shall consist of PV array, fixed PV array support structure, String/Array combiner boxes, DC cabling, DC distribution box, PCU, AC cabling, AC distribution box, plant AC energy meter, load energy meter and data acquisition system.

(g) The individual string/array combiner boxes and DC cabling shall be installed on existing terrace of the building.

(h) The individual DC and AC distribution boxes, DC and AC cabling, energy meters and data acquisition system shall be installed in the existing room/open space provided in the building all as directed by Engr-in-charge.

10. ELECTRIFICATION

10.1 WIRING AND INSTALLATION 10.1.1 Refer Clause 19.2 of MES Schedule (Part-I).

10.1.2 The contract covers complete internal electrification upto and including main switches, MCBs and distribution boards all as specified and shown on drawings. 10.1.3 The general layout and wiring points and fittings are as shown on drawings. The exact position of fittings etc may be altered by the Engineer-in-Charge to suit local requirements cutting chases/grooves wherever required and making good is included in the contractor's quoted rates and amount in Schedule 'A'.

10.1.4 "Loop in" system of wiring shall invariably be followed through out the installation. Where it is absolutely necessary junction boxes of approved make may be used as permitted by the Engineer-in-Charge. Soldered or taped joints are not permitted for jointing under any circumstances. Porcelain connector connected with metal parts of brass shall be used. 10.1.5 The rates of point wiring shall include all the necessary provisions made in Clause 1 on page 330 of MES Schedule (Part-II) as applicable to surface wiring on wooden battens and to concealed wiring through PVC conduit/stove enameled conduits. 10.1.6 All electrical fittings and cable etc shall be ISI marked and of approved make irrespective of whatever is specified here-in-after or elsewhere. However the cable/fittings etc which are not being manufactured

Page 59: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 111

PARTICULAR SPECIFICATION marked with IS marks, GE shall approve reputed make fittings, conforming to relevant IS without any price adjustment. 10.2 SYSTEM OF WIRING 10.2.1 Wiring shall be done with type of cable all as described in Schedule `A` items. Wiring shall be done in accordance with para 19.132 of MES Schedule (Part-I). Wiring is to be terminated in sunk cast iron or pressed steel terminal boxes for mounting fittings like switch sockets and regulators etc, with 3mm thick plastic laminated sheet top cover. Cable for lighting and power circuit shall run separately. 10.2.2 Not more than 8, (Eight) light points and not more than two power points shall be connected on one circuit. 10.3 MATERIALS 10.3.1 CABLES: - The cable shall be PVC of approved make/grade, ISI marked. All materials for fittings/accessories of cable etc to be incorporated in this work shall strictly comply with latest appropriate Indian Standards or if Indian Standards have not been issued then with current British Standards. 10.3.2 SAMPLES OF MATERIALS :- The contractor shall produce sample within one month from the date of commencement of work for all such articles of fittings/fixtures, that he proposes to use and get them approved in writing by the AGE. The samples shall be displayed in the site office as directed by the AGE. The articles so approved shall be labeled as such and signed by both the contractor and the AGE. These approved samples shall be kept in the custody of the GE till the payment of final bill. The samples shall be fitted on the board as approved by the AGE. 10.3.3 SWITCHES/SOCKETS :- Fittings for concealed wiring/surface wiring such as socket, outlets, flush type switches and the like shall be of high grade bakelite and of ISI marked. All other fittings shall be of approved make and as approved by the AGE.

10.3.4 SHEET METAL ENCLOSURES FOR MCB, ISOLATOR (DBs) :- Sheet steel enclosures for mounting isolators, MCBs and MCCB’s shall be fabricated out of sheet steel as manufactures Design and Specifications and finished to steel stove enamel. Label channels shall be provided labeling out going circuit. Two knock out of suitable dia shall be provided at top for incoming cables but at bottom corresponding to number of ways, Bus bars shall be rated accordingly. Distribution boards (DBs) shall be recessed in walls to become flush with wall. Proper marking shall be provided in the DB to indicate type of circuit in power light. Neoprene gasket shall be used in DBS. 10.3.5 MCBs- MCBs shall have silver tungsten contact clamp connections suitable for flush and surface mounting and shall be capable of being fixed directly on bus bars. The breaking mechanism shall embody both thermal over load and magnetic short circuit tripping devices having rupturing capacity 3KA minimum. 10.3.6 ISOLATOR

It shall conform to IS-9921 and shall be as per Clause 19.15 of MES Schedule (Part-I) and as approved by the AGE. 10.3.7 PORCELAIN CONNECTORS Porcelain connectors shall be provided inside the box for fan hook. The wiring shall be done in such a way that; wires from connector to the fan are not visible. In situations where ceiling rose is proposed for fan and tube light fitting the porcelain connector need not be provided. 10.3.8 PVC CONDUITS

PVC conduit and accessories/fittings shall be as per IS& ISI marked .PVC conduit used in the work will not be less than 19mm dia . IS-9537 (Part II & III) of 16 gauge i.e. 1.6 mm thick of size not less than 19mm dia shall be used. The contractor shall produce the certificate that the conduit being used is of ISI specification. Diagonal running shall not be permitted except where conduits are concealed in RCC floor or

Page 60: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 112

PARTICULAR SPECIFICATION roof slabs. The fittings shall also be of steel. The maximum capacity of conduit for simultaneously drawing of wire shall be as per table 'H' on Page 364 of IS-752. 10.3.9. TUBE LIGHT FITTINGS Light fittings such as wall fittings, ceiling fittings and bulk head fittings and the like shall be of high grade and marked with ISI. 10.4. All the wiring connections required to be made with MCCB’s, MCB’s and isolators shall be carried out by providing necessary thimbles/lugs duly crimped. 10.5 CAST IRON/MILD STEEL BOXES The boxes for fixing various fittings such as switches, sockets, fan regulators etc. shall be of cast iron or sheet metal of required size and flush mounting type (refer Clause 6.52.4 of IS-782). Average thickness of cast iron boxes shall not be less than 2.5mm. The cast iron box shall be embedded in the walls and need not be fixed to wooden plugs with counter sunk MS screws. The contractor may at his discretion provide galvanized MS screws. MS boxes shall not be less than 1.6 mm if supplied in lieu of cast iron box.

10.6 CEILING ROSES

Ceiling rose shall be of bakelite and shall comply with IS 371 specification for ceiling roses having two or three terminal plates of outside diameter not less than 63.5 mm (flexible cord shall be fixed to ceiling rose in such a way that no weight is carried by the clamping screws). The flexible cord shall be of 23/0.0076 twin core with copper conductor. 10.7 EARTHING 10.7.1 Refer Clause 19.137 to 19.145 of MES Sch (Part- I) and electrical plate No 5 MES Schedule (Part-I). 10.7.2 The contractor shall execute installation of earth plate in the presence of Engineer-in-Charge. Charcoal dust and salt and return filling shall be done in layers not exceeding 20cm depth, properly watered and rammed. Surplus spoil shall be carted away to a distance not exceeding 50 metre and the site left clean and tidy. 10.7.3 ELECTRICAL TESTS 10.7.4 TESTING OF EARTH CONTINUITY

The earth continuity conductor including metal conduits shall be tested for electric continuity and the electrical resistance of the same alongwith the earthing lead but excluding any added resistance or earth leakage circuit breaker measured from the connection with the earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed one Ohm. The record sheets shall be signed by contractor and Engineer-in- Charge. 10.7.5 TESTING POLARITY OF SWITCHES

In a two-wire installation, a test shall be made to verify that all switches in every circuit have been fitted in the same conductor throughout and such conductor shall be labeled or marked for connection to the phase conductor. 10.8. INSULATION TEST OF WIRING

On completion of installation, the insulation resistance of wiring shall be measured as specified in clause 19.146.1 of MES Schedule 2009, Part-I. The insulation resistance & earth should be not less than 25 Mega Ohms divided by the number of outlets for PVC insulated cables. The records of Tests shall be signed by contractor and Engineer-in-Charge.

Page 61: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 113

PARTICULAR SPECIFICATION

11. TERMINALS

In surface type wiring and concealed conduit wiring the terminal points for power/light socket outlet switches etc shall terminate in recessed cast iron/mild steel boxes fitted flush with wall surface. The cover of boxes for surface/conduit type wiring shall be of plastic laminated sheet 3 mm thick. Rates for points wiring shall be deemed to include for the above provisions. All such terminal boxes shall be properly earthed and connected to earth dolly. 11.1 RECORD DRAWINGS On completion of work, wiring diagrams shall be prepared and submitted to the Engineer-in-Charge in triplicate. Wiring diagrams shall indicate clearly the main switch board, the run of various circuits and the position of all points shall be given the same number as the circuit to which they are electrically connected. 12. PURCHASE VOUCHER The contractor is advised to submit his original purchase voucher duly machine numbered in respect of following materials .

(a) Solar Power Plant

(b) MS Pipe

(c) Cable

The materials shall be purchased from the authorized agents/dealers who are required to show on the cash memo /bill all the taxes etc, make and IS number as required. The purchase vouchers shall be produced to the Engr-in-Charge for verification of materials, equipments .Two certified copies of the same shall be made by the Engineer-in-Charge for reference and record. The original purchase vouchers shall be released to the contractor after technical check of final bill by CWE as required.

(P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 62: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 114

APPENDIX ‘A’

FORMAT FOR QUALITY CONTROL PLAN This format shall form part of Contract Agreement

(To be submitted by Contractor within 30 days of commencement of contract ) PART-I 1. Contract Agreement reference No : 2. CPM Network prepared and approved by GE : 3. Resource scheduling done based on CPM : 4. Site Laboratory (with equipments) set up as : Not Applicable

per Contract Agreement 5. Concrete mix design submitted and approved : 6. Preliminary works completed to standard :

engineering practice 7. Arrangements for water made (Including :

testing of water) 8. Arrangements for electric supply made : 9. Materials

Sl No Item Source as per CA

Contractor’s plan of sourcing

Refer to testing clause

Agency for testing

Responsibility

1 2 3 4 5 6 7

10. List of all T & P, make and numbers that the contractor would deploy at site of work. 11. Name of person nominated by contractor : exercising quality control 12. Qualifications/Experience of person at : Srl No 11 above. 13. Name of supervisors with their qualifications/ : experience employed by contractor. 14. Confirmation that contract relating to relating to : quality of all materials and standards of workmanship and finishes and 15. Confirmation that requirement of tests to be :

conducted on materials before approval of sample and during execution, tests on workmanship, tests Contd…2/-

Page 63: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 115

APPENDIX ‘A’ (contd…)

16. Method to be adopted for maintaining : records of tests result 17. Certificate that contractor shall maintain : a log of all materials received at site as per the following format:-

Sl No Date Materials Quantity received

Source Whether as per approved sample or not

Tests carried out by supplier

Tests to be carried out before incorporation

1 2 3 4 5 6 7 8

18. General remarks by contractor of his plan of action to ensure that quality. (P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE

Page 64: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 116 (Appendix ‘B’)

MATERIAL AND THEIR TEST

Srl

No

Material Tests Method of

Testing

Frequency of test Level

of test

Rate (Rs)

Each Test

Remarks

1 2 3 4 5 6 7 8

1. BRICKS (i) Compressive IS-3495 Pt-II As per IS-5454 as given under A 180/- Checks for visual and

strength LOT SAMPLE PERMISSI- dimensional character-

(ii)Water -do- BLE A 150/- istics shall also be

Absorption DEFECTIVE carried out as per IS-

BRICKS 5454.

(iii)Efflorescence -do- Pt-I 1001 to 5 0 A 180/-

10000

10001 to 10 0

35000

35001 to 15 1

500001

LEGEND

2. COARSE (i) Sieve analy- IS-2386 Pt-I One test for every 15 Cum of A 120/- A - SITE LAB

AGGREGATE sis aggregate or part thereof brou- B - ZONAL LAB

ght to site. C - NATIONAL TEST

HOUSE/ENGG COLLEGE

(ii)Flakiness -do- -do- A 90/-

Index

(iii)Estimation -do- One test for every 100 Cu.m of A 120/-

of celeteri- Pt-II aggregate or part thereof.

ous materials

(iv) Organic -do- One test for each source of supply C 120/-

impurities

(v) Moisture -do- Regularly as required. A 120/-

content Pt-II)

(vi) Specific -do- One test for each source of supply B 120/-

gravity

Page 65: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 117 (Appendix ‘B’)

MATERIAL AND THEIR TEST

1 2 3 4 5 6 7 8

3. FINE (i) Sieve analy- IS-2386 Pt-I One test for every 15 Cu.m of A 180/-

AGGREGATE sis aggregate or part thereof brought

to site.

(ii)Test for -do- -do- A 90/-

clay silt &

impurities

(iii)Specific -do- One test for each source of B 180/-

gravity supply.

(iv) Moisture -do- Pt-II Regularly as required subject to A 180/-

content two test per day when being used

(v) Test for -do- One test for each source of C 180/-

organic supply.

impurities

4. CEMENT (i) Setting time IS-4031 -63 CYCE For each consignment `C' B 180/-

re-affirmed as and when required.

1956

(ii)Soundness -do- -do- C 120/-

(iii)Compressive strength -do- -do- B 360/-

(iv) Fineness -do- -do- C 120/-

5. STRUCTURAL (i) Slump test or IS-119 The minimum frequency of sampling A 180/- (i) Slump sampling

CONCRETE compacting factor of concrete of each grade shall shall carried out to

(M-15 Grade test or YEE-BEE-TIME be as under :- cover watering units.

& ABOVE) QTY OF CONC NO OF SAMPLES (ii)Refer IS-456-2000

(ii) Compressive strength IS-516 IN THE WORK A 120/- for frequency of

(Cu.m) sample.

01 to 05 01

06 to 15 02

16 to 30 03

31 to 50 04

51 & Above 04+01 for each

addl 50 Cu.m or

part thereof.

Page 66: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 118 (Appendix ‘B’)

MATERIAL AND THEIR TEST

1 2 3 4 5 6 7 8

6.(a) PCC BLOCK (i) Compressive strength IS-2155 -1984 8 Block out of 14 A 60/- Samples (4 Blocks) from

FOR WALL- (Appx `B') on signment of every

ING 5000 Blocks or part thereof.

(Hollow (ii) Water Absorption -do(Appx`B') 3 Block out of 14 B 120/- blocks)

(iii)Density -do-(Appx`A') -do- B 90/-

(b) PCC SOLID (i) Compressive strength IS-2185 12 Blocks out of 18 A 60/- Samples (18 Blocks)

BLOCK FOR from consignment of

WALLING every one block or

(ii) Water Absorption -do 3 Block out of 18 B 120/- part thereof. These

blocks to be checked

(iii)Density -do- -do- B 120/- for dimension and weight.

7. CEMENT (i) Water Absorption IS-1237 -1956 6 Tiles out of 18 B 180/- Samples (18 Tiles)

FLOORING (Appx `D') from each source of

TILES/ supply selected at

TERRAZZO (ii) Wet transverse -do(Appx`E') -do- B 144/- random.

TILES strength

(iii)Resistance to wear -do-(Appx`F') -do- C 40/-

Page 67: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 119 (Appendix ‘B’)

MATERIAL AND THEIR TEST

1 2 3 4 5 6 7 8

8. BURNT (i) Water Absorption IS-3495 6 Tiles out of 12 B 216/- Samples:-12 Tiles

CLAY ROOF- (Pt-II) from each source of

FING TILES supply selected at

(HAND MADE)(ii)Compressive -do-(Pt-I) -do- A 180/- random.

AS PER strength

IS-2690

Pt-II

LENGTH

150-250mm

WIDTH

100-125mm

THICKNESS

35-50mm

9. MANGLORE (i) Water Absorption IS-654 6 Tiles out of 31 B 180/- Samples:-32 Tiles

PATTERN (Appx `A') from each consignment

ROOFING of 3000 Tiles or part thereof

TILES (ii) Breaking load -do(Appx`C') -do- B 120/- These tiles

strength shall be checked for

dimention & weight.

10. TIMBER (i) Specific gravity IS-1708-1960 Maximum 3 samples B 120/-

and weight from a lot of

4 Cu.m or 150 pieces

of seasoned timber.

(ii) Moisture content -do- -do- A 120/-

11. WATER FOR (i) Test for Acidity IS-456 & 3015 Once at the stage B 240/- Also refer clause 4.3

CONSTRUCTION of source of water. of IS-456 and its subse-

PURPOSES of approval quent sub clauses regar-

ding suitability of water

(ii) Test for Alkalinity -do- -do- B 240/-

(iii)Test for solid contents -do- -do- C 300/-

Page 68: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 120 (Appendix ‘B’)

MATERIAL AND THEIR TEST

1 2 3 4 5 6 7 8

12. WELDING Visual inspection test IS-822-1970 100% by Visual inspection Worksite 360/- Specialised tests, their

OF STEEL Clause 7.1 method and frequency

WORK to be decided in

consideration of their

importance by the

Accepting

Officer.

13. Timber (a) Dimensions, sizes, IS-1003-1977 Frequency of sampling A 180/-

panelled workmanship and (Pt-I) from Each lot shall be

and glazed finish. as under :-

LOT SIZE SAMPLE SIZE

doors & 01 to 50 05

windows 51 to 100 08

SHUTTERS 101 to 150 13

including 151 to 300 20

factory made 301 to 500 32

shutters 501 to 1000 50

1001 and Above 80

(b) STRENGTH TEST

(i) Slamming IS-1303-1990 | From each lot 5% of the factory made

(ii)Impact Indentation -do- | shutter shall be tested for

(iii)Shock Resistance -do- | strength test

(iv) Edge Loading -do- |

14. PLYWOOD (a) MOISTURE CONTENT IS-1734-1983 | Six test pieces from each C 240/- Sampling shall be

(IS-303- Part(1) | of the boards selected as as per IS-7635-

1975) | per table I shall be 1975 table(1).

| subjected to test.

(b) WATER RESISTANCE TEST -do- | C 240/-

Part(6) |

Page 69: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 121 (Appendix ‘B’)

MATERIAL AND THEIR TEST

_____________________________________________

1 2 3 4 5 6 7 8

15. WOOD (a) Density IS-2380(Part-3) Three test specimens from each A 60/- Sampling test be as

PARTICLE sample (Size 150mm X 75mm) per IS : 3087-85

BOARD class 'A' with

(Medium moisture meter.

Density)

IS-3087-

1985 (b) Moisture -do- -do- A&B 60/-

(c) Water -do- (Part 16) -do- (Size 300 mm X 300 mm) A 60/-

absorption

(d) Swelling due -do- (Part 17) -do- (Size 125 mm X 100 mm) A 60/-

to surface

Absorption

(e) Swelling in -do- -do- (Size 200 mm X 100 mm) A 60/-

water

(f) Modulus of -do- (Part 4) -do- Three test : specimens as per B 90/-

Rupture IS : 2380-77

(g) Screw withdrawal -do- (Part 14) -do- As per IS : 2380 C 120/-

strength

_________________________________________________________________________________________________________________________

Note: for Serial Item No 1 to 15:

(a) Rates shown against each test are only ‘Base rate’ .These rates shall be increased by 33% to arrive at the actual rates to

be recovered :-

(b)In case the tests are conducted in National test House/SEMT,CME Pune/Engineering college labs/any other Govt. approved lab,

contractor shall have to pay the actual amount of test charges levied by these test houses, labs etc.This shall apply to all

levels i.e. level A,B, and C of test.

(c) Site lab means site laboratory established by MES. Contractor will not be allowed to established site lab. In case site

lab is not established by MES, the level ‘A’ test shall be conducted in zonal lab, Nationa02.l Test House/Engineer college as

approved by GE and contractor shall pay actual charges for testing .No claims from contractor will be entertained on this

account.

____________________

(P Sahni)

(SIGNATURE OF CONTRACTOR) JE(QS&C)

Dated FOR ACCEPTING OFFICER

Page 70: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 122

Appx ‘C’

Page 71: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 123

Appendix ‘D’

OPC 43, 53 Gde and PPC PSC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde, PPC and PSC PPC PSC OPC 43 Gde and PPC OPC 43 Gde and PPC OPC43 Gde, PPC and PSC

Page 72: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 124

Appendix ‘D’

OPC43 Gde OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde OPC43 Gde OPC43 Gde, PPC and PSC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC

Page 73: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 125

Appendix ‘D’

OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC

Page 74: Tender Invitation by Military Engineer Services for Solar EPC. To view more tenders, visit

CA No CWE/TKD/GUR/TOKEN-08/2016-2017 Srl Page No 126

Appendix ‘D’

OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC OPC43 Gde and PPC

(P Sahni) ___________________ JE (QS&C) SIGNATURE OF CONTRACTOR) For Accepting Officer DATE