REPAIR TO GEYSER, E/M EQUIPMENT AND SOLAR WATER …IAFW-1779A(Revised 1955) to 4 General conditions...
Transcript of REPAIR TO GEYSER, E/M EQUIPMENT AND SOLAR WATER …IAFW-1779A(Revised 1955) to 4 General conditions...
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No.____
MILITARY ENGINEER SERVICES
REPAIR TO GEYSER, E/M EQUIPMENT AND SOLAR WATER HEATER UNDER GE (N) BIKANER AT MIL STN BIKANER
INDEX SHEET
Srl. No.
Particulars Pages
1 Index Sheet
to
2 Tender forwarding letter together with instruction to tenderers
to
3 Tender and item rate contract for works required under IAFW-1779A(Revised 1955)
to
4 General conditions of contracts (IAFW-2249) 1989 print including errata and amendments
to
5 Schedule of minimum fair wages
to
6 Special condition
to
7
Particular specification (Part-I & II) Including Appendix to
8 Notice of tender including Appendix ‘A’ to Notice of tender
to
9 Errata/Amendments to Tender documents
to
10 Relevant correspondence
to
11 Acceptance letter
to
Total Pages
Drawings:
(Signature of Contractor) Offg AGE (Contracts) For Accepting Officer
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No.____
Tele No: 0151-2230725 SPEED POST Mail: [email protected]
Garrison Engineer (North) Bikaner Mil Stn
8156/ /E8 13 Aug 2018 -------------------------------------
-------------------------------------
-------------------------------------
REPAIR TO GEYSER, E/M EQUIPMENT AND SOLAR WATER HEATER
UNDER GE (N) BIKANER AT MIL STN BIKANER
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 GARRISON ENGINEER (N) BIKANER MIL STN (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 3. Whether the documents mentioned in Para 2 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. 4. Refer to special condition of the tender documents in connection with taxes, levies duties etc. 5. 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 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 (N) BIKANER. (ii) Receipt of treasury challan, the amount being credited to the Revenue deposit of GE (N) BIKANER. Tenderers shall note that no other form of earnest money is acceptable.
(iii) Technical 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. 6. 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.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No._____
(ii) In case the tender submitted by such contractor (who is not enlisted with MES/who is enlisted but has not executed the Standing Security Bond) is accepted, he will be required to lodge with the Controller of Defence Accounts concerned ‘Individual Security Deposit’ calculated with reference to ‘TENDERED COST’ as notified by the Accepting Officer subject to maximum of Rs 18,75,000/- (See Condition 22 of IAFW-2249).Security Deposit for Individual works (i.e. Individual Security Deposit) shall be 25% more than the amount of earnest money calculated as under with respect to tendered cost:
Srl No Estimated cost of works Earnest Money 1 Upto Rs 50 Lakhs. 2% of the amount subject to a minimum of Rs
5,000/- 2 Over Rs 50 lakhs and upto Rs Rs 1,00,000/- + 1.5% of amount exceeding Rs 50
lakhs. 3 Over Rs 100 lakhs and upto Rs Rs 1,75,000/- + 1.0% of amount exceeding Rs
100 lakhs. 4 Over Rs 500 lakhs and upto Rs Rs 5,75,000/- +0.50% of amount exceeding Rs
500 lakhs. 5 Over Rs 1500 lakhs Rs10,75,000/- + 0.50% of amount exceeding Rs 1500
lakhs subject to maximum of Rs15,00,000/-
b) Tender uploaded by contractors enlisted in any MES formation outside SWC 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. (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. (d) Contractors whose names are on the MES approved list of any MES formation and who have deposited standing security deposit and have executed standing security bond may also uploaded without depositing earnest money along with 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 Contractor. 7 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. A breach of this condition will render the tender of both parties liable to rejection.
8. (a) The bidder shall download price bid form e-procurement portal and enter his rates in figures only in
he 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) 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 forfeited. In case of MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of Tender, shall be notified to the tenderer for depositing the amount through MRO, 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.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No._____ 9. CPM
9.1 The work will be executed based on CPM submitted by the bidder.
9.2 The 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 literature on the subject are widely available which the tenderer can make use of.
9.3 The tenderers attention is drawn to special condition of the tender regarding preparation of the detailed net works and time schedule for the works 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 insufficiency and will affect his class of enlistment and future prospects of receiving tenders for works. 9.4 The department can issue amendments/errata’s (corrigendum) to the tender documents before due date of submission of tenders. The tenderer is required to read the tender documents in conjunction with amendments, if any, issued by the department. The tenderer is not supposed to incorporate the amendments/errata’s in the body of the tender documents. In case the amendment/errata issued are incorporated by the tenderer in the body of the tender, they shall not be considered and the amendments/ errata’s to tender documents as issued by the department shall only hold good.
9.5 These instructions shall form part of the contract Accepted firm to submit hard copies of all documents duly signed by the authorised person.
9.6 No out of pocket expenditure incurred by tenderer for quoting the tender will be reimbursed
10. Experience Criteria for un-enlisted contractor. 10.1 Past Experience of “similar nature of works” completed in last 5 years. 10.1.1 For E Class (a) Three works costing not less than Rs 7.50 lakhs
or Two works costing not less than Rs 10.00 lakhs or One work costing not less than Rs 20.00 lakhs
10.1.2 For D Class (b) Two works costing not less than Rs 25.00 lakhs or One work costing not less that Rs 40.00 lakhs
Note:- Please forward details of “similar nature of works” executed by you financial year wise in tabular
form giving name of work, Accepting Officer’s details, viz, address, telephone, email etc, date of acceptance of tender and actual date of completion. It should indicate whether extension was granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of each work. In case performance report has been given by the client same shall also be submitted duly attested.
And (b) Average annual turnover for two consecutive financial years shall not be less than:
i) For E class Rs 25.00 lakhs ii) For D Class Rs. 50.00 Lakhs.
Note :- Please forward turnover certificate issued by Chartered Accountant for this
10.2 Financial Criteria-
10.2.1 for E Class:
(a) Solvent up to Rs 10.00 lakhs. OR Financially sound for engagement upto Rs 25.00 lakhs. (b) Working Capital not less than Rs 5.00 lakhs.
10.2.2 for D Class:
(a) Solvent up to Rs 20.00 lakhs. OR Financially sound for engagement upto Rs 50.00 lakhs. (b) Working Capital not less than Rs 7.5 lakhs.
Note- (i) Proforma of above documents is given below. Please forward above documents issued by your Bankers in Original. Above certificates shall not be older than 6 months as on tender publish date. Signatory shall endorse his rubber seal, indicate his name & bank employee number, bank address particulars like full address, telephone & fax number.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No._____ (ii) Alternatively Wealth Tax certificate can also be given, if available.
FORM OF SOLVENCY CERTIFICATE FROM A SCHEDULED BANK
This is certified to the best of our knowledge and information that M/s/Shri/Smt___________
having address___________, a customer of our bank are/is respectable and can be considered solvent/financially sound for any engagement upto Rs.__________ (Rupees____________). This certificate is issued without any guarantee or responsibility on the bank or any of the officers. Place: Signature of Bank Manager Date: Name, No. & Seal of Bank NOTE:- In case of partnership firm, certificate to include names of all partners as recorded with the bank.
WORKING CAPITAL CERTIFICATE
This is Certified that M/s/Shri/Smt ______________having address______________ has/have been
maintaining a saving bank account /current account / fixed deposit account with this branch of bank since______________ and an amount not less than__________ (Rupees________________) has been available to the credit in his/her/their account Nos ______for the last three months. The firm is enjoying overdraft/credit facility upto limit of Rs ___________. Place: Signature of Bank Manager Date: Name, No. & Seal of Bank 10.3 Fixed Assets. Limit of minimum reserves/total of movable or immovable property or fixed assets (in case of companies) (80% of minimum reserve/assets shall be in shape of immovable property) = Rs 8.00 lakhs for E Class & Rs. 12.50 Lakhs for D Class Note:- (i) Please forward affidavits on non Judicial stamp paper of Rs. 100/- each duly notarized and supported by copies of present valuation certificates for both immovable and movable property separately. It should also indicate that immovable property is free from mortgages, hypothecation or any other disputes and encumbrances and clearly belongs to your firm and it should indicate that immovable property will not be sold, transferred, gifted or otherwise disposed off without prior intimation to this office.
(ii) Immovable asset value indicated should be supported by Valuation Certificate from a registered valuer and last tax paid receipt. Valuation Certificate shall be submitted for immovable property (Other than agricultural lands, plantations, forests, mines and quarries).
(iii) Movable assets like Scooter/Car etc or NSCs/fixed deposits etc should be supported by certified photocopies of updated RC books, valid current Insurance papers, NSCs/ fixed deposits.
10.4 ENGINEERING ESTABLISHMENT.
(a) One graduate Engineers from a Government recognized institution. (For D Class- minimum 02 years’ experience compulsory) One diploma Engineers from Government recognized institution with minimum experience of 2 years. (For D Class- minimum 04 years’ experience compulsory) NOTE:- Please forward affidavits on non judicial stamp paper of Rs. 100/ each duly notarized from your side having employed each engineer and from engineer side of taking your employment duly supported by attested copy of engineering degree / diploma as applicable to the individual.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No._____ 10.5 (a) Constitution of firm on an affidavit on non judicial stamp paper of Rs 100/- duly notarized indicating status of firm, i.e. whether it is proprietorship or partnership or Limited firm. Note:- Please enclose notarised copy of partnership deed in case of partnership firm, and notarized Memorandum of Articles of constitution in case of Limited firm.
(b) Certified copy of Certificate of registration of firm with Registrar of Firms. (c) Certified copy of PAN No. /TIN No. of proprietor/ partners/firm. (d) Certified copies of enlistment letters with various Govt Departments/PSUs (e) Certified copy of general power of attorney in case any person(s) have been authorised to represent the firm including signatory of the application. (f) Postal address and Police Station Area of proprietor/partners/Directors of the firm. Department will carry out Police Verification of Proprietor / Partners / Directors as applicable. Contractor has to pay for fees if the rules of Police Deptt have the provision of the same. (g) Indemnity Bond on non judicial stamp paper of value of Rs.100/- duly attested by Notary (on format given below) (h) Scanned copy of demand draft towards the cost of tender and EMD to be uploaded.
INDEMNITY BOND
This bond of indemnity is executed on this_______ day_____ by M/s/S’Shri___________
having registered office at ___________to indemnify the Government of India of the following:- 1. We undertake to pay the Government of India any damages that may be found to be recoverable on order of our contracts.
2. We undertake that in case Government is put to pay any loss or disadvantage in monetary of contract by the firm which shall indemnify the government for each loss or disadvantage.
3. This bond of indemnity is executed by M/s ___________and have signed before me. Whatever stated above is true and correct to the best of my knowledge and belief.
Signature of Contractor Notary (h) Certified copy of Sales Tax Certificate/ VAT. (j) Notarised affidavit on judicial stamp paper of Rs 100/- that there are no recoveries outstanding with any organization and there are no arbitration/litigation cases involving recoveries known to be existing on the firm at the time of submitting these details to our office. (k) Notarised affidavit on non judicial stamp paper of Rs 100/- that there is no relationship with any Gazetted /Commissioned Officers and JEs in MES/Corps of Engineers/Ministry of Defence. (l) Affidavit on non judicial stamp paper of Rs 100/- giving details of contracts where arbitration invoked during last five years.
10.6 Tenderers shall upload copy of police verification certificate from police authorities of the area where
the registered office is located. For proprietor / each partner / each director, scanned copy of valid passport duly notarized shall also be applicable in lieu of police verification.
11. Scanned copy of Demand Draft towards the cost of tender and EMD to be uploaded.
12. Above documents shall be uploaded in one folder form in sequence as above. In case of non uploading of above by due date or submission of incomplete information, same will be considered as your disinterestedness and your application for above tender shall be rejected without any further reference.
(Signature of Contractor) AGE (Contracts) for Accepting Officer
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No._____
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 requisite 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 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 Appendix ‘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 before the scheduled date and time of opening of bid in GARRISON ENGINEER (N) BIKANER.
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 :-
(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.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No._____
INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER DOCUMENTS TO BE COMPILED WITH BY THE CONTRACTOR
(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) 8. These instructions shall form part of tender and shall form part of the tender documents. (Signature of Contractor) AGE (Contracts) for Accepting Officer
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No.______
TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACTS IAFW-2249 (1989 PRINT)
MILITARY ENGINEER SERVICES
Tele No: 0151-2230725 SPEED POST Mail: [email protected]
Garrison Engineer (North) Bikaner Mil Stn
8156/ /E8 13 Aug 2018
REPAIR TO GEYSER, E/M EQUIPMENT AND SOLAR WATER HEATER UNDER GE (N) BIKANER AT MIL STN BIKANER
1. S’Shri/Shri________________________________________________________________
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 CA NO GE (N) BKN-TOKEN/56/18-19: at the office of the Garrison Engineer (N) Bikaner Mil Stn
2. 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 Issuing the Documents, Appointment : Offg AGE (Contracts) for Accepting Officer
___________________________ SIGNATURE OF CONTRACTOR
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
SCHEDULE ‘A’
NOTES 1. The entire work covered under the contract shall be completed within the period of 180 Days from the
date of handing over site. This contract covers all items of works described in Schedule
2. The quantities shown in column 03 are approximate (Provisional) and are inserted as in guide only. These shall however, not be varied beyond the limits laid down in condition 7 of IAFW-2249 (General Conditions of Contract). The payment shall be made for the actual quantities of work carried out and measured in accordance with the method of measurement as given in the tender documents.
3. Rates and amount in column 5 & 6 are to be filled in by the tenderers, Rate for all items are to be quoted by the tenderer both in figures and words under column 5 and amount extended to column 6 and the total amount of the schedule shall be carried over to Collection of Sch ‘A’.
4. Unless specified/indicated otherwise, the items of works in various Sections of schedule ‘A’ shall be deemed to include material and labour or supplying and fixing, jointing, connecting, testing etc, complete in all respects.
5. The description of items shall the read in conjunction with Special Conditions, Particular Specifications, drawings, including notes thereon and the specifications and preambles contained in MES Schedule Part-I (2009) together with Amendment No 01 to 03 and Part II (2010) together with Amendment No 1 to 58 as applicable under relevant section.
6. The rates quoted by the contractor in respect of the works covered under this contract shall be deemed to include for any minor details of works which are obviously and fairly intended and which may not have been specifically referred to in the tender documents but which are essential for the execution and completion of the work in a workman like manner and sound construction.
7. In case of any difference of opinion between the GE and the contractor to whether or not a certain item of work constitutes “Minor Details” of construction and cost of which is deemed to have been included in the rates quoted by the contractor the decision of the Accepting Officer in this regard shall be final, conclusive and binding.
8. The total amount of Schedule ‘A’ shall be treated as “CONTRACT SUM” referred to in IAFW-2249 (General Conditions of Contracts).
9. Tenderers quoted rates shall inclusive of all types of taxes, statuary levies/duties including GST, labour welfare tax and cesses, sales tax on works contracts etc as applicable as prevailing on the date of (i.e) till last date of bid submission of tender. It may be noted that any conditional tender regarding this WILL NOT BE CONSIDERED and shall be liable to be rejected.
10. All the materials to be incorporated in the work shall be tested as per the latest and relevant IS codes if not otherwise specified elsewhere in tender documents. The cost of the same shall be deemed to be included in the unit rates quoted.
11. Site for execution of work shall be 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 him the entire site on award of contract and for giving the site gradually will be admissible.
12. The contractor shall clear the site on completion of work as directed by Engineer-in-Charge. 13. The entire work under this contract falls for working in foul conditions, as such unit rates quoted by the
contractor shall be deemed to include for working in foul conditions etc. (Signature of Contractor) AGE (Contracts) For Accepting Officer
CA NO GE (N) BKN/TOKEN/56/18-19 Serial Page No. _____
SCHEDULE OF CREDIT
NOTES:- 1. The quantities given in Column 4 are approximate and are inserted as guide only. They do not constitute any guarantee of the quantities which will be ordered under this contract. However the materials listed in this schedule shall be measured jointly by contractor and Engineer-in-Charge at the unit shown and recorded in the MB and abstracted separately (as done for provisional items under Schedule ‘A’) at the assessed credit rates given in this Schedule. 2. The total amount of credit inserted by MES in column 6 shall be taken as lump sum for the purpose of acceptance of tender. 3. The total amount of credit inserted by MES in column 6 is only rough indication and the contractor shall have no claim whatsoever against the department, if the actual cost of dismantled materials turns out to be different from the cost given by the department. 4. The final quantities for different items listed in this schedule shall depend upon the quantities ordered for taking down/dismantling etc., under various items of Schedule ‘A’. 5. The items becoming the property of contractor under this schedule, and shall not be reused in the work by the contractor. 6. The serviceable materials obtained from taking down/dismantling etc., other than those listed in this schedule shall be the property of MES and the contractor shall be responsible for returning the same to MES store yard of Engineer-in-Charge at no extra cost to the Government. 7. The materials listed in this schedule will not be allowed to be removed by the contractor from the site till such time in which the value of work done is more than the value of credit for such materials. 8. The schedule of credit shall be taken into account by the tenderer while arriving at the amount for works under Schedule ‘A’. 9. The credit amount shall be deducted in the RARs as and when the materials are obtained after taking down/dismantling. 10. The dismantled materials shall be removed from the site only after recording measurement in the MB and after obtaining written permission from the Engineer-in-Charge. 11. The unserviceable materials obtained, if any out of taking down/dismantling shall be disposed off to a distance 100 m but not exceeding 250 m from the starting point which has not been included in this Schedule and debris shall also be disposed off at places as directed by Engineer-in-Charge. (Signature of Contractor) AGE (Contracts) For Accepting Officer
CA NO GE (N) BKN/TOKEN/56/18-19 SERIAL PAGE No _____
(SCHEDULE OF CREDIT)
Srl No
Description of items of works Unit Approx. Nos. of units
Rate per unit (Rs)
Amount (Rs)
Remark
1 2 3 4 5 6 7
1 Old unserviceable Point wiring with fittings Per Point
350 20.00 7000.00 Refer all Notes on Srl Page No ____ for all items of the Sch
2 Old unserviceable DB/Switch/Fuses/Change over Each 15 30.00 450.00 3 Old unserviceable Tube light fitting / Bulk head
fitting Each 635 20.00 12700.00
4 Old unserviceable choke electronic for 28 W T-5 Each 120 10.00 1200.00 5 Old unserviceable MCCB 100 Amp 4 pole Each 4 5.00 20.00 6 Old unserviceable earth plug and socket with MCB Each 10 10.00 100.00 7 Old unserviceable sub main wiring of any size RM 340 10.00 3400.00 8 Old unserviceable Volt meter/Amp. meter of any
type Each 5 10.00 50.00
9 Old unserviceable XLPE cable of size 25 to 35 Sqmm 3.5 core RM 210 20.00 4200.00
10 Old unserviceable XLPE cable of size 16 Sqmm 2 core RM 210 10.00 2100.00
11 Old unserviceable flood light/Street light fitting Each 14 100.00 1400.00 12 Old unserviceable ball bearing of any type Each 140 2.00 280.00 13 Old unserviceable copper wiring wire for ceiling
fan/Exhaust fan Each 220 50.00 11000.00
14 Old unserviceable compressor of water cooler Each 5 300.00 1500.00 15 Old unserviceable filter copper/capillary tube/ Push
Cock 15mm Each 30 10.00 300.00
16 Old unserviceable thermostat/Relay/over load for water cooler
Each 48 2.00 96.00
17 Old unserviceable copper wire for fan motor of water cooler
Each 20 30.00 600.00
18 Old unserviceable compressor for 1.5 ton window/split AC
Each 1 500.00 500.00
19 Old unserviceable winding wire from AC fan motor Each 23 50.00 1150.00 20 Old unserviceable starting relay Each 3 2.00 6.00 21 Old unserviceable compressor for refrigerator Each 3 200.00 600.00 22 Old unserviceable capillary tube/thermostat/relay
for refrigerator. Each 22 2.00 44.00
23 Unserviceable copper winding wire of 4/5 kVA voltage stabilizer transformer
Each 10 100.00 1000.00
24 Unserviceable inner tank of capacity 20/50 ltr geyser
Each 93 45.00 4185.00
25 Unserviceable siphon assembly for 25/50 ltr geyser Each 440 10.00 4400.00 26 Unserviceable thermostat for 25/50ltr geyser Each 1220 1.00 1220.00 27 Unserviceable LDPE pipe with brass union 15mm
bore Each 500 1.00 500.00
28 Unserviceable plug socket in sheet metal with MCB Each 70 10.00 700.00 29 Unserviceable MCB of 6to32 amp Each 100 2.00 200.00 30 Unserviceable heating element of rating
1.5/2/3 KW Each 1025 5.00 5125.00
CA NO GE (N) BKN/TOKEN/56/18-19 SERIAL PAGE No _____
(SCHEDULE OF CREDIT)
SIGNATURE OF CONTRACTOR AGE (CONTRACTS) DATED: FOR ACCEPTING OFFICER
Srl No
Description of items of works Unit Approx. Nos. of units
Rate per unit (Rs)
Amount (Rs)
Remark
1 2 3 4 5 6 7
31 Unserviceable 3 core PVC insulated copper conductor cable of size 40/0.0076.
RM 200 2.00 400.00
32 Unserviceable plug top, 3 pin 15 Amps Each 120 1.00 120.00 34 Unserviceable pressure release valve Each 40 2.00 80.00 35 Unserviceable Bib cock/Stop Cock Valves for
15mm bore pipes. Each 90 20.00 1800.00
36 Unserviceable stainless steel hot water storage tank 500 LPD capacity.
Each 1 500.00 500.00
37 Unserviceable stainless steel hot water storage tank 300/200 LPD capacity.
Each 2 400.00 800.00
38 Unserviceable stainless steel hot water storage tank 100 LPD capacity
Each 1 300.00 300.00
39 Unserviceable GI pipe of medium grade 15mm bore
RM 40 10.00 400.00
40 Unserviceable GI pipe of medium grade 20mm bore
RM 40 15.00 600.00
41 Unserviceable GI pipe of medium grade 25mm bore
RM 40 20.00 800.00
42 Unserviceable stop valve of 20mm bore Each 40 30.00 1200.00 43 Unserviceable stop valve of 25mm bore Each 20 40.00 800.00 44 Unserviceable storage water tank 1000ltr/500
ltr capacity Each 2 100.00 200.00
45 Unserviceable ball valve 20mm Each 40 5.00 200.00 46 Unserviceable MS outer cover of 25/50 ltr
geyser Each 30 20.00 600.00
47 Unserviceable MS bottom plate ( Set of two pieces) for 25/50 ltr geyser
Each 20 5.00 100.00
48 Unserviceable MS top cover for 25/50 ltr geyser
Each 14 10.00 140.00
49 Unserviceable metal clad plug top Each 40 5.00 200.00 50 Unserviceable 40W power solar module Each 10 70.00 700.00 51 Unserviceable dust to down controller Each 10 120.00 1200.00 TOTAL 81366.00
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No.____
SUMMARY OF SCHEDULE ‘A’
1. Total amount of Schedule (Bill of quantities) quoted Rs. ________________________ by the contractor B/F Srl page No. _____) 2. Deduct :- (i) Schedule of credit B/F Srl page No. _____) Rs. 81,366.00
(ii) Reduction offered, if any, by the contractor Rs.. ________________________ 3. Net/amended contract sum ________________________
Rs. ________________________ Signature of Contractor AGE (Contracts) Dated: For Accepting Officer
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. _____
SCHEDULE `B’
(ISSUE OF MATERIALS TO THE CONTRACTOR) (SEE CONDITION 10 OF IAFW-2249)
Sl No
Particulars
Unit Rate at which materials will be issued to the Contractor
Place of issue (By Name)
Remarks
1 2 3 4 5 6
NIL ………………………………………………………………………………………………………………………………
Signature of Contractor AGE (Contracts) Dated: For Accepting Officer
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
SCHEDULE ‘C’
LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO THE CONTRACTOR
(See condition 15, 34 and 35 of IAFW-2249)
Sl No.
Quantity Particulars Details of Hire charges Stand by charges Per unit per off Day
Place of issue (by name)
1 2 3 4 5 6 7
NIL ……………………………………………………………………………………………………………
Signature of Contractor AGE (Contracts) Dated: For Accepting Officer CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. _____
SCHEDULE ‘D’
TRANSPORT TO BE HIRED TO THE CONTRACTOR (See condition 16 and 35 of IAFW-2249)
Sl No.
Quantity Particulars Rate per unit Per working day
Place of issue (by name)
Remarks
1 2 3 4 5 6 NIL
………………………………………………………………………………………………………………… Signature of Contractor AGE (Contracts) Dated: For Accepting Officer
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No.____
(In lieu of IAFW-1779A Rev 1955)
TENDER
To, The President of India Having examined and perused the following documents:- 1. Specifications – Signed by AGE (Contracts). 2. Drawings detailed in the list of drawings. 3. Schedule ‘A’, ‘B’, ‘C’ and ‘D’ attached here to. 4. MES Standard Schedule of Rates-2009 (part-I specifications) and Standard Schedule of Rates
2010 Part-II (Rates) (hereinafter and in IAFW-2249 referred to as the MES schedule) together with errata/amendments as under:-
SSR-2009 (Part-I) : Errata: Nil & Amendment: 01 to 03 SSR-2010 (Part-II) : Errata: Nil & Amendment: 01 to 58 5. General conditions of contract IAFW-2249 (1989 Print) together with amendments Nos.1 to 40
and Errata 1 to 20. 6. WATER: condition 31 of general conditions of contract IAFW-2249 (1989 PRINT)
Water will be supplied by MES and contractor shall be charged at the rate of Rs.3.75 per Thousand rupees worth of work done
7. Should this tender be accepted I/We * agree :-
** (a) That a Sum of Rs.---------- (Rupees -------------------- ) forwarded as Earnest Money shall either be retained as a part of Security Deposit or be refunded by the Govt. on receipt of the appropriate amount as Security Deposit all as per condition 22 of IAFW-2249.
(b) To execute all the works referred to in the said documents upto the terms and
conditions contained or referred to therein and as detailed in Schedule ‘A’ on the subsequent pages and to carry out such deviation as may be ordered vide condition 7 of IAFW-2249 upto a maximum 10% for this contract and further agree to refer all disputes as required vide condition 70 of IAFW-2249 to the sole Arbitration of an serving officer, having degree in engineering or equivalent or having passed final/direct final examination (Sub Division-II) of Institution of Surveyors (India) recognised by Govt. of India, appointed by the Chief Engineer, Bathinda Zone, Bathinda Mil Stn or in his absence, the officer officiating as Chief Engineer, Bathinda Zone, Bathinda Mil Stn, whose decision shall be conclusive and binding.
* Delete whichever is not applicable.
** Delete where not applicable.
Contd….
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. _____
Tender (Contd…)
Signature :…………………………………………………………………..…....( with Name in block capital)
In the capacity of ………………………..………………………………………... Duly authorised to sign
The tender for and on behalf of ……..…..…………………………………………………. (In block capital)
Witness …………………………………..
Date………………………………..……..
Address …………………………………. Postal address………………………...…...…. ……………………………………………. ……………………………………………….….. ……………………………………………. ……………………………..………….………... ……………………………………………. Telegraphic address..... ………..………..……
Telephone No ….……………….………….…..
ACCEPTANCE ____________________Alterations have been made in these documents and as evidence that these alterations were made before the execution of the Contract Agreement; these have been initialed by the contractor and Sh. _____________________________________________, AGE (Contracts). 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 at the Item
Rates contained in Schedule ‘A’ for an amended /Contract Sum of Rs. ________________________
(Rupees___________________________________________________________________________
________________________________________________________________________________)
on the _______day of ____________________2018 Signature __________________ GARRISON ENGINEER (N) BIKANER MIL STN BIKANER –151004 (FOR AND ON BEHALF OF THE PRESIDENT OF INDIA) Dated ________________day of ____________________
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO ____ to _____
GENERAL CONDITIONS OF CONTRACTS (IAFW-2249)
(APPLICABLE FOR ITEM RATE COTNRACTS (IAFW-1779A) / LUMSUM CONTRACTS (IAFW-2159) / TERM CONTRACTS FOR ARTIFICERS WORK (IAFW-1821)
1. It is hereby agreed by me/us that the followings shall be forming a integral part of the tender documents:-
(a) General conditions of contracts (IAFW-2249) 1989 print contained with 72 condition and also additional condition 2A, 4A, 6A, 16A, 27A and 65A along with annexure ‘A’,‘B’ and ‘C’ including condition 70 pertaining to the settlement of disputes by Arbitration.
(b) General condition of contracts (IAFW-2249) 1989 print including Errata No 01 to 20 and amendments No 01 to 40 containing 40 pages serial page No ___to___. 2. This tender submitted by me/us is subject to the aforesaid documents and copy of which is in
my/our possession and which I/We have fully and understood before submission of this tender. 3. In case of difference in interpretation due to wording of English and Hindi versions, the English version will prevail. 4. My/our signature here under is in token of my/our having accepted the aforesaid documents as
forming an integral part of this tender. AGE (CONTRACTS) SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER DATED
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO ____ to _____
SCHEDULE OF MINIMUM FAIR WAGES 1. It is hereby agreed by me/us that the followings shall be forming a integral part of the tender documents:-
(a) The schedule of minimum fair wages as published vide Govt. of India Notification dated 10 Mar 92 (revised upto date) in 10 pages forms part of the tender documents serial page No ___to____.
2. This tender submitted by me/us is subject to the aforesaid documents and copy of which is in my/our possession and which I/We have fully and understood before submission of this tender. 3. My/our signature here under is in token of my/our having accepted the aforesaid documents as forming an integral part of this tender. NOTE :- General conditions of contracts (IAFW-2249) 1989 print and schedule of minimum fair wages can be referred in the office of GE (N) Bikaner during working Hrs AGE (CONTRACTS) SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER DATED
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ SPECIAL CONDITIONS
1. GENERAL 1.1 The following special conditions shall be read in conjunction with General Conditions of Contracts,
IAFW-2249 (1989 print) including amendments and errata thereto. Any provisions in these special conditions, if at variance with the provisions in the above-mentioned documents, provisions given in these special conditions shall take precedence there over.
1.2 General rules, preambles, special conditions, method of measurements etc specified in MES standard schedule of Rates shall be applicable unless specific provisions to the contrary are made in these tender documents.
2.
INSPECTION OF SITE
2.1 Refer para 11 and 14 of notice of tender (IAFW- 2162), condition 4 of General conditions of contracts (IAFW –2249) for the purpose of inspection of site, the tenderers are advised to contact the GE concerned and visit the site of works with his permission. The tenderer shall be deemed to have satisfied himself before submitting his tender as to the nature of the ground and buildings, (so far as practicable) nature of work and materials necessary for the completion of the works and the means of access to the site, the accommodation he may require and in general shall be deemed to have himself obtained all necessary information on inspection on site as to affect risks, contingencies and other circumstances which may influence his tender. No extra payment consequent on any misunderstanding or mistake or otherwise on this account will be allowed.
3. ALLOTMENT OF LAND FOR STORAGE OF MATERIALS (INCLUDING TEMPORARY BUILDING) ACCOMMODATION OF LABOUR, CANTEEN, FABRICATING WORKSHOP ETC. Delete the following in para 1 of condition 24 of IAFW-2249 General Conditions of Contracts: -
“In the event------------------ of land allotted to him” and the following shall be read in conjunction with condition 24 of IAFW-2249. “The contractor shall only be permitted to store his materials including erecting temporary shed for cement The contractor shall pay a nominal rent of Rupees one per year or part thereof in respect of each and every separate area of land allotted to him”. No land for erecting temporary workshops and the like and labour huts shall be provided in the MOD land the contractor shall make his own arrangements for same and out side the MOD land.
4. CO-OPERATION WITH OTHER AGENCIES AT SITE OF WORK The Contractor shall permit free access and generally afford all facilities and usual convenience to other
agencies or departmental workers to carryout work if any, under separate arrangements. The contractor shall not be allowed any extra payment on this account.
5. SECURITY OF CLASSIFIED DOCUMENTS Contractor’s special attention is drawn to conditions 2-A and 3 of IAFW-2249 (General condition of contracts). The contractor shall not communicate any classified information regarding the work either to sub Contractors or other Contractor without the prior approval of the Engineer-in-Charge. The Contractor shall also not make copy of the design/drawings and other documents furnished to him in respect of the work and shall return all documents on completion of the work or earlier on termination of Contract. The Contractor shall along with the final bill attach a receipt from the Engineer-in-Charge in respect of his having returned the classified documents as per condition 3 of General Conditions of contracts (IAFW-2249).
6. MINIMUM WAGES PAYABLE 6.1 Refer condition 58 of IAFW-2249. The contractors shall not pay wages lower than minimum wages for
labourers as fixed by the Govt of India/State Govt/Union Territory, whichever is higher. 6.2 Contractor’s attention is also drawn amongst other things to the “explanation to the Schedule of
minimum wages”. 6.3 The fair wage referred to in condition 58 of IAFW-2249 will be deemed to be the same as minimum
wages referred to above. 7. WATER 7.1 Refer condition 31 of IAFW-2249. Water will be supplied by the department at point as indicated on the
site plan or any other one point as decided by GE. Water will be charged at the rate of Rs. 3.75 (Rupees Three point seven five) per rupees one thousand worth of work done priced at contract rates.. The contractor shall make his own arrangement for the conveyance and storage of water required for the work, labour/workmen, etc. In the event of break down of MES supply of water or in the event of said supply of MES water becoming intermittent, the contractor shall not be allowed any compensation, whatsoever, on this account.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ SPECIAL CONDITIONS (CONTD….)
7.2 In case contractor does not want to buy water from MES, refer condition 31 of IAFW-2249. The contractor will make his own arrangement. However, contractor may be permitted to dig tube well(s) at his own cost with in MD land to augment water as approved by GE. The contractor will pay land rent for such site of tube well(s) at the rate mentioned in special condition 3 (here-in-before). The contractor shall however, ensure that water drawn from such sources is clear and free from all impurities and is suitable for mixing concrete, mortar, washing aggregate and /curing of concrete as specified in IS-456-2000
7.3 The out let of tube well(s) shall be plugged after completion of work to the entire satisfaction of Engineer-in-Charge and shall hand over the plugged tube well(s) to the GE. The contractor shall have no claim on this account of whatever nature
8. SUPPLY OF ELECTRICITY 8.1 In case the contractor desires to buy electricity from MES, he shall be charged for the electric energy
consumed at Rupees Eight & paisa ten only per unit for lighting as well as power. 8.2 Electric supply required for the work shall be made available by MES at one point as decided by the GE.
The main switch and KWH meter to register the electric energy supplied shall be provided and installed by MES. Contractor shall provide all necessary cables, fittings, etc., from the main switch in order to ensure proper and suitable supply of electricity for the execution of works. All contractors’ installation shall conform to and be strictly in accordance with Indian Electricity Act and Rules. Moreover, the layout of cable etc., as proposed by him shall be as per plan approved by the Engineer-in-Charge.
8.3 MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply becoming intermittent or for breakdown in the system
8.4 The supply shall be AC, 3 phases. 9. CONTRACTOR’S REPRESENTATIVE AND WORKMEN 9.1 Refer condition 25 of IAFW-2249. The contractor shall employ only Indian National as his representative,
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 any work. If for reasons of technical collaboration or other considerations the employment of any foreign national is unavoidable, the tenderer shall furnish full particulars to this effect to the Accepting Officer at the time of submission of the tender. The Engineer-in-Charge shall have full power and without giving any reasons, to require the contractor immediately to cease to employ in connection with this contract any representative, agents servants and workmen or employees whose continued employment in his opinion is undesirable. The contractor shall not be allowed any compensation on this account.
10. CRITICAL PATH NET WORK METHOD 10.1 The time and progress chart to be prepared as per condition 11 of General conditions of contracts (IAFW-
2249) shall consist of detailed net work analysis and a time schedule. The critical path net work will be drawn jointly by the GE and contractor soon after acceptance of the tender. The time schedule of the activities will be done by the contractor so as to finish the work within the stipulated time. On completion of 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 within two weeks from the date of handing over the site.
10.2 During the currency of the work the contractor is expected to adhere to the time schedule and this adherence will be 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 net work undertaken by the GE.
10.3 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 order or amendments. Any revision of the schedule as a result of the review will be submitted by the Contractor to the GE within a week, who will approve it after due scrutiny. The contractor will adhere to the revised schedule thereafter. In case of contractor disagreeing to the revised schedule, the same will be referred to the Accepting Officer whose decision will be final, conclusive and binding. GE’s approval to the revised schedule resulting in completion date beyond the stipulated date of completion shall not automatically amount to a grant of extension. Extension of time shall be considered and decided by the appropriate authority mentioned in condition 11 of IAFW-2249 and separately regulated.
10.4 The Contractor shall mobilise and employ sufficient resources to achieve the detailed schedule within the broad framework of the accepted methods of working and safety.
10.5 No additional payment will be made to the contractor for any multiple shift work or other incentive methods contemplated by him in his work schedule even though the time schedule is approved by the department.
11. ADVANCE ON ACCOUNT 11.1 Refer condition 64 of IAFW-2249 12. VALIDITY OF TENDER 12.1 The tender shall remain open for acceptance for a period of 60 days from the end date of its bid
submission.
13. OFFICIAL SECRET ACT CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
SPECIAL CONDITIONS (CONTD….)
13.1 Refer condition 2A of IAFW-2249 (General Conditions of contracts). The contractor shall be bound by the Official Secret Act and particularly section 5 thereof.
14. QUARRIES: Quarries are not available on MD land, which is in the charge of the MES authorities. Condition 14 of IAFW-2249 shall thus be treated as deleted.
15.1 No claim shall be entertained and acceptable for any changes in siting, if ordered. Adjustment on account of any variation in the quantity or quality of works, will however, be made as a normal deviation but no adjustment will be made on account of lead and lift.
16. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION.
(Applicable for works in operational/border area) 16.1 If as a result of enemy action, the Contractor suffers any loss or damages, the Government shall reimburse
to the Contractor such loss or damage to the extent and in the manner here-in-after provided. (a) The loss suffered by him on account of any damage or destruction of his plant/equipment or
materials or any part thereof. (The amount of loss assessed by the Accepting Officer of the contract shall be final and binding).
(b) The compensation paid by him under any law for the time being in force, to any workman employed by him for any injury caused to him or to the workman’s legal successor for loss of workmen life.
(c) Payment of compensation for loss or damage to any work or part of the work carried out. (The amount of compensation shall be determined in accordance with condition 48 of General conditions of contracts (IAFW-2249).
(d) No reimbursement shall be made nor shall any compensation shall be payable under the above provision unless the contractor had taken Air Defence precautions ordered in writing by GE/OC concerned or in absence of such order, reasonable precautions. No reimbursement shall be payable nor any compensation shall be payable for any plant/equipment or materials not lying on site of work at the time of enemy action.
16.2 Contractor’s plant/equipment at sites:- The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his plant/equipment on the site of work, stating the following Particulars:-
(i) Particulars of the plant/equipment its make, manufacture number, model number, if any, registered number, if any, capacity , year of manufacture, year of purchase, etc.
(ii) Location indicating number (quantity) at each location on the site of work(s). (iii) Total number (quantity) on site of works(s). (iv) Purchase value on the date of purchase. For the purpose of this condition, plant/ equipment include
vehicles i.e. trucks and lorries but except neither the workman’s tools nor any manually operated tools/equipments. 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.
17. ADJUSTMENT OF TAX CONSEQUENT UPON AMENDMENT TO CONSTITUTION Tendered rates are inclusive of all taxes and levies payable under the respective states including the sale tax on works contract levied by the state government in pursuant to Amendment No 46 to the constitution.
18 LABOUR REGULATION AND ABOLITION ACT Contract labour (Regulation and Abolition) Act 1970 is applicable to MES contracts. Rates quoted by the contractor shall be deemed to take into account the cost etc, required to comply with the provisions contained in the said act and the rules framed under the said act.
19. OUT OF POCKET EXPENSES No out of pocket expenses incurred by the tenderer in submitting this tender will be reimbursed whether his tender is accepted or not.
20. DAMAGE TO EXISTING BUILDINGS, ROADS AND DRAINS ETC Any damage to the existing structure/construction/building etc during the execution of work shall be made good by the contractor at his own cost and the site of work shall be left clean and tidy on completion. Rectification/reinstatement, making good etc. shall conform to the standard of material originally used in the work and finished work shall match with existing work in all respects and to the entire satisfaction of the GE. In case of any dispute on this account the matter shall be referred to the CWE whose decision in writing shall be final and binding.
21.1 CONDITIONS OF CONTRACT AND EXECUTION OF WORK The material and workmanship shall satisfy the job specifications contained in latest relevant Indian Standard Codes as applicable as on the date of issue of tender by the accepting 0fficer where the job specifications stipulate requirement in addition to those contained in the Indian standard Codes of practice, these additional requirements shall also be satisfied by the contractor.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
SPECIAL CONDITIONS (CONTD….) 21.2 The tendered rates shall be deemed to include all taxes & duties such as octroi, sales tax, excise etc as
referred in condition 10 of IAFW 2249. 21.3 The contractor shall quote all in rates for various items of equipment inclusive of all taxes and cost of supply
and installation and inclusive of all taxes, octroi, sales tax and the like payable by him. Even if the, contractor has shown his rates separately for supply of equipment and installations the contract being lump sum contract will be treated as composite and indivisible work contract and the contractor shall not be entitled to any reimbursement of sales tax, or any other tax he may have paid to the authorities concerned. Any tender not complying with the condition will be treated as non-bonafide.
22. EQUIPMENT AND MATERIALS
All equipment and materials to be incorporated in the work shall be new and of the best of their kind conforming to the latest IS or in their absence to British or other relevant standard specifications.
23. T&P: Contractor shall provide T&P on own arrangement. 24. CONDITIONS OF WORKING 24.1 The work under this contract lies in UN-RESTRICTED AREA. The restrictions for entry to work site and
conditions of working in unrestricted area shall be as under :- 24.2 The work lies in UN-RESTRICTED AREA. However, the contractor, his agents, servants, workmen and
vehicles may pass through the unit lines, in which case, the Engineer-in-Charge at his discretion has the right to issue passes, control their admission to the site of work or any part thereof. The contractor shall submit a list of personnel etc. concerned and any other information called for by the Engineer-in-Charge and shall satisfy the Engineer-in-Charge as to the bonafide of such people. Passes will be returned at any time on demand by the Engineer-in-Charge and in any case immediately after the completion of work or earlier on termination of contracts.
24.3 The contractor and his work people shall observe all the rules promulgated from time to time by the
authority controlling the area where the work is to be carried out viz. Prohibition of smoking etc. Any person found violating the security rules laid down by the authority shall be immediately expelled from the area without assigning any reasons whatsoever and the contractor shall have no claim on this account. Nothing shall be admissible for any man hours lost on this account.
25. FOREIGN LABOUR The Contractor shall employ only Indian Nationals after verifying their antecedents and loyalty. Foreign Nationals including labour shall be excluded from all contract sites Contractor’s attention is also drawn to the provisions contained in condition 26 of IAFW-2249 and the official security Act particularly section 5 thereof of the unit concerned in accordance with the standing rules and regulations of the units
26. INDEMINITY BOND FOR PAYMENT OF LABOUR, WORKMEN EMPLOYED ON WORKS OR OTHER MONEYS OF TENDER PAYMENTS The contractor shall execute indemnity bond with the GE for enforcement of various enactments like wages Act 1936, Minimum wages Act 1948, employees liability Act 1938 workmen’s compensation Act 1923 or any other Act or enactment’s related to indirectly and directly labour employed on works and rules framed there under from time to time for the time being enforce. In case of non compliance of any of the enactment’s by the contractor, the GE shall be empowered to exercise the powers vested in him as the principal employer and the amount so not paid to the labour/workman to be deducted from the sum become due under this Contract or from other Contracts in terms of condition 67 of IAFW-2249, General Condition of Contracts.
27. TAXES DIRECTLY RELATED TO CONTRACT VALUE 27.1 The rate quoted by the contractor shall be deemed to be inclusive of all type of taxes (including sales
Tax/VAT on materials, sales Tax/VAT on works contracts, Turnover Tax, Services Tax, Labour Welfare cess/tax GST etc.) duties, Royalties, Octroi and 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.
Signature of Contractor AGE (Contracts) Dated: For Accepting Officer
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
PARTICULAR SPECIFICATIONS SECTION-I GENERAL REQUIRMENTS
1. WORK IN ACCORDANCE WITH DRAWINGS AND SPECIFICATIONS 1.1 The work under this contract shall be carried out in accordance with schedule `A’, Special condition, particular
specifications, General specifications and other provisions in the MES Schedule, relevant latest Indian standards and codes of practice. National building codes and drawings forming part of this contract read in conjunction with each other.
1.2 The term “General specifications” referred to above as well as in IAFW-2249 (General conditions of contracts)
shall mean the specifications contained in MES schedule of rate 2009 (Part-I Specifications) and 2010 (Part-II-Rates) briefly mentioned as MES schedule or SSR.
1.3 General Rules, specifications, special conditions and preambles in the MES schedule shall be deemed to be
applicable to the work under this contract. Unless mentioned otherwise the provisions in these tender documents shall take precedence over the above said provision in the MES schedule.
1.4 Where specifications for any item of work are not given in MES schedule or in these particular specifications or
drawings, specifications given in the relevant INDIAN standard specifications or code of practice shall be followed.
2. SAMPLES OF MATERIALS (ARTICLES AND EQUIPMENTS) 2.1 All materials, articles and equipment’s to be incorporated in the work shall be brand new and shall be procured
from the manufacturer/authorised agents of the manufacturer and these shall be brought at site in the original packing. If any article is manufactured in more than one quality, the material/article of first quality shall be provided. These materials shall be got approved from the GE in writing before placing bulk order for incorporation in the works. Two samples of each article (except heavy equipment/article for which the decision of GE shall be final and binding) shall be produced by the contractor for the approval of GE well in time. Keeping in view the activities agreed to in CPM Chart .The approved sample shall be signed by GE as well as contractors representative and shall be kept in safe custody till the expiry of the defect liability period.
2.2 The materials articles and equipment referred to in Schedule `A’ shall invariably bear ISI certification mark.
These materials although conforming to relevant IS will not be accepted if they do not bear ISI certification mark. 2.3 The materials of local origin referred to in Appendix ‘E’ shall be procured from the sources as indicated against
each and shall conform to the quality and the grading specified in SSR/IS. 2.4 The materials, articles and equipment not covered in the above Appendices shall bear ISI certification mark. If ISI
mark not available, then conforming to relevant IS and if conforming to IS are also not available then these shall be of best quality available in the trade as approved by the GE. The decision of the GE in this regard shall be final, conclusive and binding.
2.5 The contractor shall produce original purchase vouchers to the GE in respect of all materials, articles and
equipments for which payment is claimed in RAR as “Materials Lying at Site”. However, Purchase Vouchers in respect of cement, steel, major E/M equipments like transformers, DG Sets, pumps, motors, AC & lift equipments will be submitted invariably.
3. PROPRIETORY MATERIALS 3.1 All the proprietary materials such as cement, steel, water proofing compound, bitumen, paints, chemicals for anti
termite-treatment and the like which lose their identity and which cannot be measured after incorporation in the work shall be recorded in the measurement book 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.
3.2 Proprietary materials brought to site shall be stored as directed by Engineer-in-Charge and those already
recorded in measurement book shall be suitably marked for identification.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
PARTICULAR SPECIFICATIONS SECTION-I (CONTD…)
GENERAL REQUIRMENTS 4. MAKING CHASES HOLES, ETC IN WALLS AND OTHER SITUATIONS 4.1 Chases/holes etc. shall be left in concrete, brick work, stone masonry, floors and in any other situation for
carrying out various items of works as required or as directed by the Engineer-in-Charge, as far as possible during the progress of work in the particular situation and shall be made good in the same mortar/mix as specified for that portion of the work.
5. CLEANING DOWN 5.1 Refer condition 49 of IAFW-2249 (General Conditions of Contracts). The contractor shall clean all floors, remove
cement/lime/paint drops etc. clean the joinery, glass panes etc. touch up all paints work in connection therewith and leave the whole premises clean and tidy to the entire satisfaction of Engineer-in-Charge before handing over the buildings.
6 CURING AND STRIKING OFF FORM WORK 6.1 The following specifications with regard to curing and striking off form work will be adopted in case of various type
of cement issued. A. Curing period for structural RCC/PCC Work/Plastering/
pointing/brick work etc for ordinary Portland cement : As per IS 456 of 2000.
B. Form work (Striking period) for ordinary Portland cement : As per IS 456 - 2000. C. REMOVAL OF PROPS TO SLABS (a) Spanning up to 4.5 metre : 9 days (b) Spanning over 4.5 metre : 16 days (c) Spanning over 6 metre : 23 days D. REMOVAL OF PROPS TO BEAMS AND ARCHES (a) Spanning up to 6 metre : 16 days (b) Spanning over 6 metre : 23 days 7. No claim what-so-ever on account of use of various types of cement used shall be admissible. In case more than
one type of cement is used in the work, record shall be maintained indicating date, the exact location of work and type of cement. Record register shall be maintained with daily entries duly authenticated by the contractor or his authorized representative and Engineer-in-Charge. The register shall be kept in the safe custody of the Engineer-in-Charge and shall be produced to the inspecting officer as and when the inspecting officer visits the site for his authentications.
8. A properly bound register showing consumption of steel shall be maintained at site and signed by the Engineer-
in-Charge and contractor or his authorized rep and shall be forwarded along with final bill. 9. TESTING OF MATERIALS 9.1 The contractor will be permitted to set up a site laboratory at his own cost for the works costing less than Rs. 1.00
crore at his option. All equipment of the laboratory will be got calibrated by the contractor from the authorised test house at commencement of work and thereafter on yearly basis and tests certificate produced to the GE.
9.2 It will be mandatory for the contractor to carry out all the tests specified in the Appendix ‘A’ in addition to other tests specified elsewhere such as cement, steel etc. in the tender documents. The cost of material and transportation to different laboratories will be borne by the contractor in addition to testing charges given in succeeding paras.
9.3 The contractor shall employ a competent technical representative having minimum qualification of Diploma in Civil Engineering for carrying out tests in site laboratory. This will be in addition to Engineer(s) required to be employed for supervision of works as required vide Condition 25 of IAFW-2249.
9.4 The tests shall be carried out in the presence of Engineer-in-Charge & contractor shall submit the test reports to engineer-in-Charge for record.
9.5 There will be no recovery by the department for the tests specified to be carried out in site laboratory established by the contractor as per Appendix ‘A’ here in after.
9.6 A percentage/selective checks as desired by the Accepting Officer shall be got done independently in the Zonal/Govt. approved laboratory, the expenditure for such tests shall be borne by the Department. However, the cost of material and transportation charges shall be borne by the contractor. In case the test results are found at variance from the site laboratory, then the results obtained from the Zonal/Govt. approved laboratory will be final and binding.
9.7 For the works costing less than Rs. 1.00 crore, if the contractor does not opt to establish site laboratory, the materials required to be tested in site laboratory as indicated in Appendix ‘A’ (Level ‘A’) shall be got tested by the Contractor in site laboratory if established by the Department or in the Zonal Laboratory and the recovery as specified in Appendix ‘A’ shall be effected from the contractor.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
PARTICULAR SPECIFICATIONS SECTION-I (CONTD…)
GENERAL REQUIRMENTS
10. E-PAYMENT: Department at their option may make e-payment to contractor. For this purpose contractor shall submit his bank account number and other e-payment details i.e. Name of bank, IFSC code, Bank cancelled cheque or photo copy of cheque or front page of saving bank pass book for making e-payment after acceptance of tender to concerned GE
11. PROCUREMENT OF STEEL: - To ensure assured availability of quality steel of SAIL to contractor
for execution of work, contractor will be required to submit size wise requirement of steel directly to Branch Sales Officers of SAIL with copy to GE & Accepting Officer. GE shall ensure availability of steel sections at the earliest. This is an express condition of contract that no delay whatsoever on this account shall be considered for granting extension of time to the contractor
12. SERVICE TAX: Service tax as notified vide GOI, Ministry of Finance (Department of Revenue)
Notification No.6/2015 dated 01 March 2015 shall be levied on all work contracts. Accordingly rate quoted by the bidders shall be deemed to include for the same in their bids.
13. SUBMISSION OF DD 13.1 Please note that the tenderer is not having BUILDING AND CONSTRUCTION WORKERS (BACW) provident fund code number shall be disqualified in ‘T’ bid evaluation and his finance bid shall not be opened. 13.2 In case of MES enlisted contractors, 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 tantamount to willful negligence with ulterior motive and therefore the tenderer shall be barred to tender for the period of 6 months commencing from the date of opening of financial bid. 13.3 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. 13.4 Tenderers who 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. Signature of Contractor AGE (Contracts) Dated: For Accepting Officer
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. _____
PARTICULAR SPECIFICATION SECTION –II 1. SCOPE OF WORK 1.1 This contract covers all works as described in Sch’ A’ and specified in particular specifications and as
directed by the GE/Engineer-in- Charge. 2. GENERAL 2. 1 The work under this section of Sch ‘A’ shall be carried out in accordance with the Sch ‘A’. Special
conditions, these particular specifications, General Specification, Relevant latest Indian Standards and Code of practice and drawings forming part of the contract and read in conjunction with each other.
2.2 The term General Specifications referred to above shall mean the specifications contained in MES Standard
Sch of Rates 2009 Part-I, 2010 Part-II briefly mentioned as MES Sch or SSR. 2. 3 General Rules, Specification, special conditions and preambles in the SSR shall be deemed to be
applicable to the works. 2.4 The work shall be carried out as per provision in the above documents. Conflicting provisions if any will
however be resolved in accordance with condition 6-A of IAFW-2249. 2.5 All the work shall be carried out to the entire satisfaction of the GE and the Engineer-in-Charge and in such
a fashion and manner as directed by them. 2. 6 The work includes all materials, labour, transportation of and equipment except as otherwise stated in Sch
‘A’ for providing, testing and commissioning the services. 2. 7 Water pipes shall have ISI certification mark and as specified in SSR Part-I. 2.8 Water tubing and fittings shall be mild steel tubes, medium grade galvanised and shall have ISI certification
mark and as per clause 18.4 of SSR Part-I. 3 WORKMANSHIP 3.1 All the work shall be carried out as per modern practice and shall be executed by only qualified and licensed
plumbers/fitters. The evidence of their qualifications and license shall be produced by the contractor on demand by GE or the Engineer-in-Charge at the time of commencement of work or any time during the currency of the work.
4 EXCAVATION AND EARTH WORK 4.1 Excavation in trenches and over area shall be carried out in soft/loose soil. Trenches for pipes shall be
excavated to the level or gradient as directed by the Engineer-in-Charge. 4.2 The excavation for pipe lines shall be restricted to authorised width as laid down in SSR Part-I (2009) and
clause 3.2.3 of SSR Part-II (2010) it shall be measured accordingly. Nothing extra whatsoever will be paid to the contractor in addition to the authorised width.
4.3 For the purpose of reckoning the depth of the foundation, the average level of the ground after surface
dressing shall be considered 4.4 Any additional width/depth of excavation done at the location of pipe fittings/valves etc. shall not be paid
extra over the authorised width and depth of the trench. 4.5 In case of timbering to excavation, if required and specifically ordered by the GE in writing this shall be paid
as a deviation. 4.6 Care shall be taken to keep the trenches free from water during the work. All water, which may accumulate
from the rains, or any other sources shall be bailed/pumped out or otherwise removed for which no extra payment will be done.
4.7 The bottom of trenches shall be carefully prepared so that the barrels of the pipe when laid are well bedded
for their whole length on firm surface.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II
4.8 All excavated earth shall be deposited at least one metre away from the edge of trenches. 4.9 Excavated earth from trenches shall be used for refilling to the extant approved by the Engineer-in-Charge
and surplus earth if any shall be removed to a distance as specified in Sch ‘A’, deposited, spread and levelled to the satisfaction of the Engineer-in-Charge.
4.10 No joint shall be covered with earth till the pipeline is tested under pressure, unless directed otherwise by the
Engineer-in-Charge to avoid traffic hazards and to ensure safety of personnel. 4.11 All soil obtained from excavation (other than the soil obtained from preparatory work and surface excavation)
as approved by GE shall be used for filling around foundations and in other situations. The Earth for filling under floors shall be brought from outside MD land as specified herein before
4.12 Earth filling under floor shall be watered and well rammed in layers not exceeding 25 cm thick each. The
filled earth shall be compacted to achieve 95% of standard proctor’s density for each layer at optimum moisture content.
4.13 Use of spoil obtained from site clearance surface dressing, vegetable soil, mud, turf, peat or black cotton soil
is prohibited in filling 4.14 Refer clause 3.22.1 to 3.22.12 of SSR Part-I, however earth shall be deposited in layer not exceeding 25 cm
thick each. 4.15 When excavation of trenches for a pipe line is required to cross a road, half the width of the road shall be
dug at a time and proper sign boards/caution boards and lights shall be displayed to avoid accidents. 5 BRICK WORK 5.1 SAND FOR MORTAR: Sand shall be as per clause 5.4 of MES Sch Part –I. 5.2.1 BRICKS :- (i) Fly ash bricks shall be as per clause 5.7 of MES Schedule Part – I and shall conform to IS:
13757 of 1993. Fly ash bricks shall be of Source as indicated in Appendix ‘E’ and as per sample kept by in GE office. The compressive strength of the brick shall not be less than 75 kg/Sqcm
5.2.2 (ii) Brick: Refer to paras 5.6.1 to 5.6.9 of MES Sch. part-I. The bricks shall have minimum
compressive strength of 75 Kg/cm2 and shall be best quality available from HANUMANGARH /SURATGARH/SRI-GANGANAGAR and shall be old size bricks as mentioned in para 5.6.3 of MES Schedule Part-I. However, sizes of old size bricks shall be as given below and in para 5.6.3 of MES Sch. part-I :- BRICKS (a) Length - From 22 to 24 cms. (b) Breadth - From 10 to 12 cms. (c) Depth/Thickness - From 6.5 to 8 cms,
5.3 WATER: Refer to para 5.18 of MES Sch. part-I.
5.4 MIX OF MORTAR: Mix of mortar for brick work shall be as specified in respective items of Sch. ‘A’ Part-I. Also refer paras 5.19 to 5.19.2 and 5.19.6 to 5.19.7 of MES Sch. part-I.
5.5.1 Testing of bricks, aggregate shall be carried out as specified in SSR Part –I of 2009. 5.5.2 LAYING AND BONDING Bricks shall be laid and bonded all as specified in clause 5.23 and 5.24 of MES Schedule Part – I as
specified for old size bricks (FPS conventional bricks). 5.5.3 BRICK WORK WITH BRICK ON EDGE : As specified in SSR Part-I of 2009
6 BLANK
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II
7. CEMENT 7.1.1 Contractor shall procure the same under his own arrangement for the entire completion of the work. Provision of
condition 10 of IAFW-2249 is read in conjunction with this clause. 7.1.2 The specification and other provisions laid down vide section 4 Para 4.3 of SSR (Part-I) shall be read in
conjunction with the provisions contained in the subsequent paras here-in-after. 7.1.3 TYPE OF CEMENT:-The cement shall be ordinary portland cement of grade 43 and shall be as per IS-8112-
1989. 7.1.4 SOURCE OF PROCUREMENT (For OPC) 7.1.4.1
Cement shall be procured by the contractor under his own arrangement and at his own cost from main producers of cement as specified in Appendix ‘D’ . The particulars of the Manufacturer of Cement alongwith the date of manufacture shall be submitted by the contractor separately for each lot of cement procured. Each lot of cement procured by the contractor shall be recorded in the measurement book as “ Not to be abstracted” and shall be supported with authentic original purchase vouchers highlighting the makes, batch Nos quantity etc.
7.1.5 Schedule of Supply: Schedule of supply of cement shall be finalized by the contractor with GE and shall be
incorporated in CPM Chart so that supply of cement is monitored in a way so as to avoid any delay in completion of the work. The complete requirement of cement will be worked out before making any RAR payments and procurement of cement by the contractor will be completed sufficiently in advance of the date of completion. No extension of time will be considered for non-availability of cement. Every cement godown shall be provided with two locks on each door. The key of one lock of each door shall remain with Engineer-in Charge or his representative and that of the other lock with the contractor’s authorized agent at site of work so that cement is removed from the godown only according to daily requirement with the knowledge of both the parties. Cement for purpose of accounting shall be on the basis of number of bags. Minor variations in cement not more than 2% by weight of cement in a bag will be permissible for purpose of accounting of cement bags. However cement shall be incorporated in the work on actual weight basis where specified without any additional cost.
7.1.6 IDENTIFICATION (For OPC) - Marking of each cement bag shall be as per relevant IS Code. 7.1.7 Sample of cement from each lot shall be collected by the Engineer-in-Charge and GE in accordance with IS-
3535-1986. 7.1.8 TESTING OF CEMENT 7.1.8.1 The contractor shall submit the manufacturer’s original vouchers and test certificate along with the test sheet
giving the result of 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 `B` after due verification. The GE shall also organize independent testing at random samples of cement drawn from various lots from the National Test House, SEMT CME, Regional Research Laboratories, Government approved Laboratory, Zonal Laboratory, Govt. Engineering College laboratory 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 case cement test result does not fall within acceptable limit, respective lot of cement shall be rejected and shall be removed by the contractor within 24 hours from the site. The cost of tests shall be borne by the contractor irrespective of status of the results and no claim shall be entertained on this account & condition -10 of IAFW-2249 shall deem to be amended accordingly.
7.1.9 STORAGE: The cement shall be stored and stacked properly. Precautions in storage shall be observed as
per Para 4.3.1 to 4.3.3 of SSR (Part-I). Inspection shall be carried out once a day by the rep of GE associated with the work and rep of contractor. It shall be ensured that tested and untested cement are segregated and stored separately with distinct identification. Cement for not more than 3 months requirement should be procured and held in stock to avoid its deterioration.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II (CONTD..)
7.1.10 DOCUMENTATION:- The contractor shall submit original purchase vouchers from the main producer for the
total quantity of cement supplied under each consignment to be incorporated in the work. Any consignment received at the work site shall be inspected by the GE alongwith the relevant documents before acceptance. The original vouchers and the test certificate shall be defaced by the Engineer-in-Charge and the contractor or his representative and kept on record in the office of GE duly authenticated & with cross reference to the control number recorded in the cement acceptance register. The cement acceptance register will be signed by JE (Civil), Engineer-in-Charge, GE & Contractor or his rep. The accepting Officer may order Board of Officers for random check of cement and verification of connected documents. The entire quantity of all type of cement shall also be suitably recorded in the MB for record purposes before incorporation in the work as mentioned here-in-before and shall be signed by the Engineer-in-Charge and the contractor.
7.1.11 In case of any dispute relating to the interpretations arising out of the above referred provisions, the decision of the Accepting officer shall be final, conclusive and binding.
7.1.12 RECORD OF CONSUMPTION OF CEMENT.
7.1.12.1 For the purpose of keeping a record of the cement used, the contractor shall maintain properly bound registers serially numbered (all pages, initialled against the numbering by the Engineer-in-Charge) in the form approved by the Engineer-in-Charge, showing daily receipt, quantity used in the work and balance in hand at the end of each day. The registers shall be maintained with daily entries duly authenticated by the contractor or his authorised representative and the Engineer-in-Charge.
7.1.12.2 The registers shall be kept at site in the safe custody of the Engineer-in-Charge during the progress of the work
and shall on demand be produced for verification to the Inspecting Officer On completion of the work, the cement register shall be deposited with the GE along with the final bill.
7.2 COARSE AND FINE AGGREGATE 7.7.1 Coarse aggregate for all cement concrete work shall be crushed stone. 7.7.2 Fine aggregate for all cement concrete shall be of natural coarse sand as laid down for grading Zone – II 7.7.3 Coarse and fine aggregate for cement concrete shall be as specified in clause 4.4 of MES Schedule Part -I. 7.7.3.1 Coarse aggregate for lime concrete shall be of broken bricks as specified in clause 4.5 of MES Schedule Part – I. 7.7.3.2 Fine aggregate for lime concrete shall be natural sand as for cement concrete. 7.4 Grading of coarse aggregate unless otherwise specified shall be as under :- (i) For all PCC works upto and including 30mm thickness. : 12.5mm graded stone aggregate. (ii) For all PCC works above 30mm and upto and
including 75mm thickness. : 20mm graded stone aggregate.
(iii) For PCC over 75mm thickness. : 40mm graded stone aggregate. 7.5 WATER 7.5.1 Water shall comply with the requirement of clause 4.9 of MES Schedule Part-I and as per IS 456-2000.Irrespective
of water being supplied by department, it shall be tested to confirm its suitability for construction purposes. The record of testing obtained shall be carefully preserved. The testing charges including cost of material and transportation charges shall be borne by the contractor.
7.6 MIX OF CEMENT CONCRETE 7.6.1 Cement concrete mix shall be as specified in clause 4.11 of MES Schedule Part-I and as per IS-456-2000
7.7 MIXING AND CONSOLIDATION OF CONCRETE 7.7.1 All cement concrete shall be done in mechanical mixer except in small quantities, which may be, hand mixed with
prior written permission of GE. The mixing time for design mix shall be as per design mix at trial time and also as per IS 456-2000
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II (CONTD..)
7.8 MIXING AND CONSOLIDATION OF CONCRETE 7.8.1 All cement concrete shall be done in mechanical mixer except in small quantities, which may be, hand mixed with
prior written permission of GE. The mixing time for design mix shall be as per design mix at trial time and also as per IS 456-2000
7.8.2 All reinforced cement concrete shall be consolidated by mechanical vibrators. Consolidation by tamping may be
resorted to with prior permission of GE in writing in locations where it is not practicable in the opinion of the GE to operate the vibrator. Care shall be taken to ensure that concrete is not over vibrated so as to cause segregation. Plate vibrators to be used for consolidated by means of RCC roof slab.
7.8.3 Precast/Cast-in-Situ plain cement concrete shall be deposited and rammed by tamping and punning as specified in
MES Schedule 2009. 7.8.4 Cast in situ plain cement concrete of thickness more than 75 mm to be consolidated by means of plate vibrators. 8 CAST IN SITU/PRECAST ARTICLES 8.1 Unless otherwise specified, all precast articles shall be set and jointed in cement and sand mortar 1; 3. RCC
shelves shall however be cast in situ. 8.2 In the events of any deviation with regard to these items, pricing shall be done at appropriate rates in MES
Schedule as of cast in situ items. 9. DESIGN MIX CONCRETE 9.1.1 Where concrete is specified by grade that is M-25 & M-30 etc., the same shall be of design mix all as per IS-456-
2000, IS-10262-1982, SP-23 (S&T) 1982 and as specified here-in-after. 9.1.2 As soon as possible, after receiving the order to commence the work, the contractor shall procure sufficient
quantities of the aggregates and cement and submit samples to the Zonal Laboratory, Chief Engineer Bathinda Zone/ any Govt. approved laboratory to test their characteristics. The mix design shall be carried out by the SEMT wing Pune/Govt Engineering College/MES Laboratory at contractor’s cost as approved by GE. The representative of the Garrison Engineer and the contractor shall be associated with the concrete mix design. In case of dispute, the matter will be referred to the CWE, whose decision shall be final and binding. In case the mix design is carried out in Zonal Lab, Chief Engineer Bathinda Zone/SEMT wing Pune, recovery of Rs. 5,000.00 (Rupees five thousand only) per test shall be recovered from contractor’s dues. However in case if same is carried out by Govt Engineering College, Contractor shall pay the requisite charges to the said agency at his own.
9.1.3 The optimum mix to achieve the Target Mean Strength shall be determined in the laboratory condition. The
concrete shall conform to the following specifications: - Specifications Required Grade of Concrete
M-25 M-30
(a) Maximum free water cement ratio. 0-45 0.45
(b) 28 days Characteristic Strength (N/mm2) 25 30
(c) 28 days Target Mean Strength (N/mm2) 31.60 36.60
(d) Minimum Cement Content in kgs per cum of concrete.
340 360
(e) Degree of Quality Control Good Good
(f) Type of Exposure Moderate Severe
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
PARTICULAR SPECIFICATION SECTION –II (CONTD..) 9.2 BATCHING 9.2.1 In proportioning concrete, the quantity of both cement and aggregate shall be determined by mass and all in
accordance with clause 10.2 and sub clauses thereon of IS-456-2000 as applicable. Volumetric batching shall not be allowed
9.2.2 MIXING :- Mixing of concrete shall be done with reference to clause 10.3 of IS –456-2000 and weighing of
material shall be done with mini weigh batcher plant ( Digital type). The weigh batcher plant shall be arranged by the contractor at his own expenses. No Manual type weigh batcher is permitted to use in design mix concrete.
9.2.3 WORKABILITY:- The degree of workability and slump for different placings conditions shall be computed with
clause 7 of IS-456:2000. The contractor may use plasticizers as per manufacturer’s instructions to improve the workability the cost of plasticizers is deemed to be included in the rates quoted by the tenderers.
9.2.4 Transporting placing, compaction and curing of concrete shall be as per clause 13 of IS-456: 2000 9.3 TRIAL MIXES 9.3.1 The actual mix proportion will be arrived at by means of number of trial mixes by changing the water cement
ratio, proportions of fine and coarse aggregate, fineness moduli of aggregate by changing their grading and proportions etc. Attempts shall be made to make the design mix as economical as possible. In case of the use of plasticizers for the design mix to achieve the stipulated degree of workability, the design of mix with and without plasticizers shall be carried out and approved by GE. The later should be treated as the reference for control concrete mixture.
9.4 VARIATION IN QUANTITIES OF CEMENT 9.4.1 The minimum cement content specified here-in-before shall be provided even if the laboratory mix design gives
lower value of cement content. 9.4.1.1 As a result of mix design, if the quantity of cement required is more than the minimum quantity of cement
specified, no adjustment shall be made in the prices in the relevant items of work. The quoted rate is deemed to be inclusive of all and no extra incidental charges shall be admissible.
9.5 SAMPLING 9.5.1 The sampling procedure and the frequency of sampling shall be as per clause 15.2 of IS-456-2000. 9.6 TEST SPECIMENS 9.6.1 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 IS-516-1959.
9.7 TEST STRENGTH OF SAMPLE 9.7.1 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. 9.8 ACCEPTANCE CRITERIA 9.8.1 The acceptance criteria of the test results shall be as laid down in clause 16 of IS-456-2000. 9.9 WORKABILITY 9.9.1 The workability of the concrete shall be checked frequently as per IS 1959 (Methods of sampling and analysis
of concrete.)
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
PARTICULAR SPECIFICATION SECTION –II (CONTD..) 9.10 CHANGE OF MIX DESIGN 9.11.1 During the progress of the work, mix design will have to be changed due to changes in the qualities of the
ingredients of the concrete. The mix design shall be accordingly carried out at discretion of GE. 9.12 PACKING AND TRANSPORTATION OF SAMPLES 9.12.1 The contractor must at his own expense properly pack the samples. The contractor shall bear the cost of
transportation of the samples required to be tested from site of work to the approved Government Engineering College/Zonal lab.
9.12.2 Inspection of concrete structure shall be as per clause 17 of IS-456:2000. 10 FORM WORK 10.1 Form work on all exposed surfaces shall be as described in clause 4.11.6 of MES Sch Part-I and shall be of steel.
Contractor shall use only properly designed steel form work (Both props and surfaces). Form work shall be for fair finish surface in all situations.
10.2 Form work shall be as per clause 11 of IS-456:2000 11 PLASTERING 11.1 The thickness of plaster is finished thickness exclusive of dubbing. Plastering and dubbing shall
however be done in one operation and no separate payment for dubbing shall be admissible all as specified in Schedule ‘A’.
11.2 Water proofing compound shall be added as per manufacturer’s instructions to the cement (of the mortar), where water-proofing plaster has been specified in Schedule ‘A’.
11.3 SAND: Refer clause 14.5,14.5.1,14.5.2 of SSR Part-I 11.4 WORKMANSHIP : Refer paras 14.16 to 14.17 of MES Schedule part-I 11.5 ROUGH CAST PLASTER- Refer para 14.22 of MES Schedule Part- I 11.6 REPAIRS TO PLASTERED SURFACES- Refer paras 14.28 to 14.28.4 of MES Schedule part-I 12 ASBESTOS CEMENT CORRUGATED OR SEMI-CORRUGATED SHEETS : Refer clause 11.2.2 of SSR Part-I 13 FLOORING: 13.1 Flooring of various types shall be provided as indicated in Schedule ‘A’ and specified in SSR 2009 part-I. Refer to
clause 13.25, 13.27, 13.32 & 13.38, 13.39, 13.40, 13.47 of SSR Part-I. 13.2 PCC FLOORING 13.2.1 MATERIALS: Refer clause 13.2, 13.4, 13.4.1 and 13.4.2 of SSR Part-I. 13.2.2 Refer clause 13.32, 13.32.1 to 13.32.3, 13.32.5 to 13.32.8, 13.32.9 and 13.32.10 of SSR Part-I. Thickness and
finish of the floors shall be as indicated in Schedule ‘A’. The glass strips provided in PCC floors shall be in straight line and fully visible ( free from cement solutions etc) in finished floors.
13.3 CERAMIC GLAZED TILES IN FLOORING/ DADO / SKIRTING 13.3.1 Refer Clause 13.14 of MES Sch Part-I. The floor tiles shall confirm to IS-13753 & wall tiles confirm to IS-13755.
The grade of tile shall be as per IS. Make of glazed tiles shall be as specified in Appendix ‘D’ 13.3.2 WORKMEN SHIP : Refer clause 13.40,13.40.1 to 13.40.2 of SSR Part-I 14. BUILDERS HARD WARE 14.1 Articles of builder’s hardware (fittings) shall be mild steel, cast iron, brass, aluminum alloy as specified in Sch ‘A’.
Fittings shall be of approved make. The shape and dimensions of the fittings shall as given the relevant IS specifications unless otherwise indicated. Except where otherwise specified, the finish of hardware shall be as per clause 9.2.4 of SSR Part-I .The fittings & their fixing shall be as per clause 9.2.5, 9.2.6 of SSR Part-I .
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II (CONTD..)
14.2 Wood screws for fixing builders hardware shall be best and of approved quality. 14.3 TOWER BOLTS: Tower bolts shall be barrel tower bolts and shall be as specified in para 9.3 of MES Schedule
Part-I. Dia of shoot shall be 10mm. 14.4 BUTT HINGES: Refer para 9.7.2 of MES Schedule Part-I. Butt hinges shall be cold rolled, mild steel medium
weight. 14.5 MILD STEEL SLIDING BOLTS: Refer para 9.5 of MES Schedule Part-I. Sliding bolt shall be bolt type. 14.6 MILD STEEL HANDLES: Refer para 9.11 of MES Schedule Part-I. 14.7 MILD STEEL HASP AND STAPLES: Refer para 9.10 of SSR Part I. Hasp and staples shall be of safety type with
mild steel hinge pin. 15. PRESSED STEEL FRAMES 15.1 Pressed steel frames shall be made out of 1.25mm thick machine pressed steel sheet CRCA, as indicated in
schedule ‘A’ and specified in SSR Part-I. Size shall be as specified in Schedule ‘A’. Pressed steel frames where indicated to be factory made in Schedule ‘A’, shall be procured from any of the manufacturers mentioned in Appendix ‘D’
15.2 MS tie of flat iron 25mm x04 mm shall be provided at the bottom of frames by welding to the frame. Tie bar shall
be embedded and left in the floor. For double shutter frames. Two number tie bars shall be provided. Cost of tie bar shall deem to be included in quoted rates for pressed frame.
15.3
All other provisions with regard to fittings, hinges and shock absorbers as given in IS-4351 shall be followed but all fittings shall be of mild steel except where specified otherwise hereinafter in the particular specifications.
15.4 Mild steel socket, closed at one end shall be welded on inside the frames for receiving shoot of sliding bolt and
tower bolt. Lock plates specified in IS shall not be provided. Cleat hinges may be welded on top of frames in place of inside welding.
15.5 A piece of 4mm thick machine pressed steel of width equal to width of rebate and of length 20 mm more than the
length of hinges shall be spot welded to the under side of the chowkhat for fixing of the hinges. The frame shall be also strengthened at the corners by providing triangular sheet of thickness equal to the thickness of the frame by means of spot welding. When ever a metal socket of the tower bolt is to be provided on the frames, the same shall be provided after cutting a slot in frame and welding at the back of frame.
15.6 The rates for one shop coat of zinc chrome primer are deemed to be included in quoted rates for pressed steel
frames and nothing extra shall be paid on this account. 16 PRECAST INTERLOCKING PAVER BLOCKS 16.1 Precast interlocking pavers blocks shall be as described in clause 13.18 of MES Sch Part-I. Pavers shall be
sound and free from cracks or other visual defects. The tolerance on length or breadth of pavers block shall be +2mm and tolerance on thickness shall be +3mm.
17 FLOORING: 17.1 Flooring of various types shall be provided as indicated in Schedule ‘A’ and specified in SSR 2009 Part-I. Refer
to clause 13.25, 13.27, 13.32 & 13.38, 13.39, 13.40, 13.47 of SSR Part-I. 17.2 PCC FLOORING 17.2.1 MATERIALS: Refer clause 13.2, 13.4, 13.4.1 and 13.4.2 of SSR Part-I. 17.2.2 Refer clause 13.32, 13.32.1 to 13.32.3, 13.32.5 to 13.32.8, 13.32.9 and 13.32.10 of SSR Part-I. Thickness and
finish of the floors shall be as indicated in Schedule ‘A’. The glass strips provided in PCC floors shall be in straight line and fully visible ( free from cement solutions etc) in finished floors.
17.3 CERAMIC GLAZED TILES IN FLOORING/ DADO / SKIRTING 17.3.1 Refer Clause 13.14 of MES Sch Part-I. The floor tiles shall confirm to IS-13753 & wall tiles confirm to IS-13755.
The grade of tile shall be as per IS. Make of glazed tiles shall be as specified in Appendix ‘D’
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
PARTICULAR SPECIFICATION SECTION –II (CONTD..) 17.3.2 WORKMEN SHIP : Refer clause 13.40,13.40.1 to 13.40.2 of SSR Part-I 17.4 VITRIFIED TILES IN FLOORING 17.4.1 Refer Clause 13.15 of MES Sch Part-I. The tiles shall as per ISO-13006. The grade of tile shall be as per IS.
Make of tiles shall be as specified in Appendix ‘D’ 17.4.2 WORKMEN SHIP : Refer clause 13.41,13.41.1 to 13.41.2 of SSR Part-I 17.5 CHEQUERED CEMENT CONCRETE TILES 17.5.1 Refer Clause 13.17 of MES Sch Part-I. The floor tiles shall confirm to IS-13801 of 1993. The grade of tile shall
be as per IS. Make of tiles shall be as specified in Appendix ‘D’ 17.5.2 WORKMEN SHIP : Refer clause 13.39, 13.39.1 to 13.39.3 of SSR Part-I 17.6 MARBLE STONE SLAB FLOORING:- Refer clause 13.12.1 of MES Sch Part-I. Thickness of the stone slabs
shall be as indicated in Schedule ‘A’. Every slab shall be cut to require size and safe and shall be polished. 17.6.1 WORKMANSHIP: Refer clause 13.28, 13.28.1, 13.28.2, 13.28.2.1 to 13.28.2.3 and 13.29 of SSR Part-I Mix of
the mortar and thickness of screed bed shall be as indicated in Schedule ‘A’. The pattern of providing border shall be in as decided by the GE.
17.7 KOTA STONE FLOORING :- thickness of Kota stone shall be as specified in Sch ‘A’. It shall be of uniform green
colour and as specified in the SSR Part-I clause 13.47.1 & 13.47.2. Kota stone slab shall be laid as specified in clause 13.47.3 of SSR Part-I over screed bed / and sub base as specified in Sch ‘A’. The Kota stone flooring shall be polished as specified in the SSR Part-I clause 13.47.4.
18 WHITE WASH, COLOUR WASH , CEMENT PAINT & OBD: 18.1 WHITE/COLOUR WASH: All lime wash or white wash as specified in the particular specifications and/or shown
in Schedule A. The colour wash shall consist of 2 coats of colour wash over a coat of white wash. Pigment for the colour wash shall be as approved by the GE.
18.2 CEMENT PAINT: Cement base paint shall be applied on prepared surfaces as per clause 15.15 of MES
Sch Part-I. Make shall be as specified in Appendix ‘D’ 18.3 WEATHER COAT PAINTING: Weather coat painting shall be applied on prepared surfaces as per clause
15.13.1 /15. 13.2 of MES Sch Part-I. Make shall be as specified in Appendix ‘D’ 18.4 DISTEMPERING: - Dry/Oil bound distemper wherever shown on drawings shall be as specified in clause
15.5,15.6, 15.13 & 15.14 of SSR-1991 Part-I. Two coats of distemper (Dry/Oil bound as indicated) shall be applied over a coat of acrylic primer.
18.5 PAINTING: 18.5.1 All the surfaces to be treated shall be suitably prepared as specified in SSR Part-I clause 17.10.1 and 17.10.2.
Make shall be as specified in Appendix ‘D’ 18.5.2 Brush application: Refer clause 17.5.3 of SSR Part-I. 18.5.3 To comply with the above makes, the paint shall be procured by the contractor directly from the manufacturer’s
or their authorised dealers and original purchase vouchers bearing machine No. for the full quantity showing the name of manufacturer and brands of paint shall be produced to the Engineer-in-Charge for verification for making any payment to the contractor or incorporation in the work.
18.5.4 It is obligatory for the contractor to ensure that paints is procured in manufacturer's
original 4 Ltr (Four litre) packing only with name of brand clearly indicated thereon, Engineer-in-Charge should also verify the same before allowing incorporation thereof in the work.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____
PARTICULAR SPECIFICATION SECTION –II (CONTD..) 18.6 GLAZING 18.6.1 SHEET GLASS: Refer para 16.2 and subsequent para thereof of MES Schedule Part-I .Glazing shall be carried
out all as specified in MES Schedule Part-I. Wooden beads shall be provided and fixed with nails. The glass shall be fixed with putty conforming to IS-419.
18.6.2 FIGURED GLASS (PIN HEADED GLASS) -Refer para 16.3 of MES Schedule part-I. 18.6.3 WIRED GLASS -Refer para 16.3 of MES Schedule part-I. 18.6.4 PUTTY - Refer para 16.5 of MES Schedule Part-I. 18.6.5 PREPERATION OF GLAZING - Refer paras 16.7.1, 16.7.2 to 16.7.4 of MES Schedule Part-I. 18.6.6 GLAZING IN STEEL SURROUNDS - Refer para 16.10 and subsequent para there of MES Schedule Part-I. 19 SANITARY APPLIANCES Refer paras 18.32.1 and 18.32.1.1 of MES Schedule Part-I. These shall be first quality vitreous china ISI
marked. 19.1 SQUATING PAN (ORISSA PATTERN) : Refer paras 18.32.3 and 18.86.1 of SSR Part-I. The pan shall have `P'
or `S' trap with inspection eye glazed inside. The size of pan shall be 580 mm long. The pan shall be embedded in lime concrete as specified in concrete section
19.2 PLASTIC WATER CLOSET SEATS & COVER "Refer pars 18.36 & 18.36.1 to 18.36.4 & 18.87.2 of MES
Schedule Part-I. WC seats & covers shall be of plastic (Heavy duty) ISI marked shall be made from phenol formal dehyde (black) polythene buffers in the rim having ISI marking solid moulding. Hinges devices shall be nickel chromium plated MS as per IS-1068.
19.4 WASH DOWN WATER CLOSET (PEDESTAL WATER CLOSET/EWC) : Refer paras 18.32.2 and 18.87.1 of
MES sch, Part-I. Water closet be of plaster I glazed vitreous China with integral trap either P or S outlet and of height 390mm. Size of pan shall be 48cm x 34cm x 40cm vitreous China.
19.5 FLUSHING SYSTEM FOR WASH DOWN WATER CLOSET: Refer paras 18.34 and 18.87 of SSR Part-I. Flushing system shall be of PVC "feather touch" operated bearing IS-7231, diaphragm bearing IS-13049 and detrim valve, float bearing IS-0762 low level flushing system 10 ltrs capacity.
19.6 WASH BASIN - Refer para 18.32.5 and 18.89 of MES Schedule Part-I. The wash basin shall be 580 x 450 mm
size with double tap hole, with one mixing unit for HOT and COLD water after fixing the disturbed surface shall be made good to the adjoining surfaces as specified. Basin shall be vitreous chinaware white.
19.7 MIRROR OVER WHB - Refer para 18.38 of MES Schedule Part-I. The size of mirror shall be all as shown on
drawings. Mirror shall be of selected quality glass of 5.5 thick set in polypropylene model "Tulip" If size of mirror has not indicated in drawings, then size of mirror shall be of 514 mm x 416 mm.
19.8 BOWL TYPE URINAL : Refer SSR Part-I (1996) Para 18.32.7.1 19.9 AUTOMATIC FLUSHING CISTERN FOR URINAL : Refer SSR Part-I (2009) Para 18.34,18.34.1, 18.34.3
automatic flushing cistern shall conform to IS 2326-1987. 19.20 PLUMBING: Layout of plumbing works shall be as shown on drawings and as directed by Engineer-in-Charge.
Refer paras 18.13, 18.40 and 18.62 of MES Schedule Part I. 19.21 WASTE FITTINGS AND WASTE PLUG - Refer paras 18.20 and 18.21 of MES Schedule Part-I. 19.22 GI WASTE PIPE - Waste pipes shall be GI pipe light grade 40 mm dia for WHB and 50 mm dia for urinal
respectively unless otherwise specified.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II (CONTD..)
19.23 CI NAHANI TRAPS - Refer para 18.25 of MES Schedule part-I. 19.24 CAST IRON SOIL/WASTE PIPES/VENT PIPES -Refer paras 18.23, 18.67.1, 18.67.2 and 18.67.2.1 of MES
Schedule Part-I. Pipes shall be of cast iron spigot and socketed pipe without ears jointed with lead joints. CI soil, waste and fittings shall be sand cast pipes conforming to IS-1729
19.25 RAIN WATER PIPE - Rain water pipe shall be PVC, UV resistant and as per latest IS specification. Rain water
pipe shall be of 110 mm dia unless otherwise specified. 19.26 CI COWLS - Refer para 18.24 of MES Schedule Part-I. CI perforated cowl over CI vent pipe shall be provided. 19.27 GULLY TRAPS - Gully traps shall be of salt glazed stone were 150 x 150 mm size with P or S trap with
square/round mouth conforming to IS-651. CI Gratings shall be of heavy quality as approved by GE. Gully Traps shall be provided with two gratings.
20. SEAWAGE DISPOSAL 20.1 LAYING OF PIPES: The pipe shall be laid all as specified in Paras 18.69 of MES Schedule Part – I 20.2 JOINTING OF PIPES : Joining of pipes shall be carried out all as specified in Paras 18.70 of MES Schedule
Part I except joints of CI pipes which shall be lead joint 20.3 SGSW PIPE :Unless otherwise mentioned in Schedule ‘A’, salt glazed pipes and fittings shall be of grade “A”
conforming to IS – 651 and shall be of approved make. Jointing shall be done in CM (1:1) as specified in Paras 18.70 and 18.70.1 of MES schedule part – I
20.4 TESTING - Refer para 18.67.7 of MES Schedule Part-I. 21. INTERNAL WATER SUPPLY 21.1 MILD STEEL GALVANISED TUBES (PIPES) AND FITTINGS - Refer para 18.4 of MES Schedule Part-I. 21.2 POLYTHENE PIPE CONNECTIONS - Refer para 18.5 of MES Schedule Part-I.
21.3 BIB TAPS AND STOP VALVE - Refer paras 18.14, 18.15 and 18.18 of MES Schedule Part-I. 21.4 PILLAR TAPS : Refer para 18.16.1 and 18.16.2 of MES Schedule Part I. 21.5 BALL VALVE FOR OVER HEAD SERVICE TANK - Refer para 18.19 of MES Schedule Part-I 21.6 GENERAL REQUIREMENT - Refer paras 18.40 and 18.41 of MES Schedule Part-I. The exact position of water
supply line and fittings shall be as directed by the Engineer-in-Charge, and no price adjustment shall be admissible on this account. The contractor shall use proper bends/elbows and the fittings at turning/corners. Bending of pipe is not permitted. Excavation and preparation of trenches-Refer specifications hereinbefore and para 12.49 of MES Schedule Part-I.
21.6.1 LAYING OF PIPE - Refer paras 18.50, 18.51 and 18.56 of MES Schedule Part-I. Unions shall be provided at
suitable places as directed by the Engineer-in-Charge so that in case of repairs etc. long lengths of pipes are not disturbed.
21.6.2 The contractor shall provide screwed plug to all open ends of pipes/fittings at the end of days work and at time
when the work is stopped. 34.13 Concealed pipe work shall be embedded into chases formed/cut in the walls/floors and shall be made good after laying and testing of pipes. Cost of cutting/forming chases/holes in walls/floors and making good the same is included in the lump sum cost of buildings
21.6.3 FIXING WATER SUPPLY FITTINGS AND WATER METER - Refer paras 18.62, 18.63, 18.64, 18.65 and 18.66
of MES Schedule Part-I. 21.7 TESTING - Refer paras 18.50.4 and 18.56 of MES Schedule Part-I.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II (CONTD..)
22. DEMOLITION/ TAKING DOWN/DISMANTLING. 22.1 While taking down and dismantling the existing structure every care should be taken so that the connected
item of materials/works are not damaged, if any such damage is occurred due to contractor’s fault and carelessness the same shall be made good by the contractor to entire satisfaction of the Engr-in-Charge. The decision of the GE on this regard shall be final conclusive and binding.
22.2 All demolition/Dismantling materials shall become the property of Govt and the contractor shall be responsible
for depositing the same to the store yard of the Engr-in-Charge completely except the material listed in credit schedule. Worthless materials to be otherwise disposed of within a distance of not exceeding 100 metre as directed by the Engr-in-Charge. All debris shall be cleared from site to the entire satisfaction of Engr-in-Charge. The contractor shall be responsible for the safe custody of all Govt materials obtained from demolition dismantling till such time and same are handed over to MES representative and proper receipt obtained from the same.
23.1 STEEL AND IRON WORK 23.1.1 GENERAL
All steel including structural steel, steel sheets etc for entire completion of work shall be procured by the contractor at his own cost.
23.1.2 PROCUREMENT
23.1.2.1 The structural steel shall be procured from main producers of steel like SAIL, Rashtriya Ispat Nigam Ltd and TISCO. However if the structural steel is not available with SAIL/RINL/TISCO, it can be procured from the approved secondary producers given in the tender documents with price adjustment.
Note :- Steel section for railings, gates, fencing, guard bar, steel chowkhats and 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 price adjustment. These should also conform to IS-1732 for general engineering purpose. However, tests will not be insisted upon for such steel sections.
23.1.2.2 TMT steel bars for reinforcement shall be procured from main producers of steel like SAIL, Rashtriya Ispat
Nigam Ltd and TISCO, M/s SPS steel Rolling Mills Ltd, M/s Syam Steel industries Ltd and Jai Balaji industries Ltd.
23.1.2.3 The galvanised iron steel sheets and fabric reinforcement for concrete shall be ISI marked and shall be
procured from main manufacturers like SAIL, Rashtriya Ispat Nigam Ltd, TISCO. In case of non-availability of galvanised steel sheets and fabric reinforcement for concrete with main manufacturers, these can be procured from the BIS marked manufacturers subject to minus price adjustment as indicated herein after.
Note: Galvanised steel sheets & Fabric reinforcement for concrete shall be permitted from authorised dealers of main producers.
23.1.2.4 List of secondary approved producers:- 23.1.2.4.A STRUCTURAL STEEL:- As specified in Appendix ‘D’ here-in-after 23.1.2.4.B TMT STEEL FOR REINFORCEMENT- As specified in Appendix ‘D’ here-in-after 23.1.2.5 Minus Price Adjustment: Minus price adjustment wherever indicated for procurement of steel from secondary
producers wherever allowed shall be determined by a BOO on the basis of percentage price difference between main producers & secondary producers of steel. Non-availability certificate shall not be insisted.
23.1.2.6 All finished steel shall be well and clearly rolled to the dimensions, section and weights specified. The finished material shall be reasonably free from cracks, surface flaws laminations, rough, jagged and imperfect edges and other harmful defects and shall be finished in a workman-like manner
23.1.2.6 Tolerance on size and weight of reinforcement bars shall not be more than specified in clause 10.17.4 &
10.17.5 of SSR Part-I
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II (CONTD..)
23.1.3 TESTING OF STEEL 23.1.3.1 The manufacturer is to carry out inspection and testing of steel in accordance with relevant BIS provisions. The
contractor shall submit the manufacturer’s Test Certificate in original along with the test sheet giving the result of each mechanical test as applicable and the chemical composition of the steel or authenticated copy thereof duly signed by the manufacturer with each consignment. The site staff and GE shall verify the original documents in support of the purchase of steel and keep true copy certified by GE The Engineer-in-Charge shall record these details in a steel acceptance register, as given at Appendix ‘C’ after due verification and send a certified true copy of test sheet to GE for his records. The GE/CWE shall also organize independent testing of random samples of steel drawn from various lots from National Test House, SEMT wing, CME, Regional Research Labs, Govt. approved Lab, Zonal Labs etc as per the following minimum frequency:-
STEEL FOR CONCRETE REINFORCEMENT QUALITY Remarks 1.. Bars size less than 10mm 1 Sample; (3 Specimens) for each
test for every 25 tonnes or part thereof.
For various tests, acceptance criteria, tolerance, etc refer to Appendix ‘C’ and relevant BIS codes.
2. Bar size 10mm to 16mm inclusive 1Sample (3 Specimens) for each test for every 35 tonnes or part thereof.
3. Bars size over 16 mm 1 Sample (3 Specimens) for each test for every 45 tonnes or part thereof.
STRUCTURAL STEEL 4. Tensile test 1Test for every 25 tonne of steel or
part thereof 5. Bending test 1Test for every 10 tonnes of steel or
part thereof Notes (i) Independent testing of steel 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 Deptt if the test results are found in order otherwise these shall be borne by the contractor.
(ii) Independent testing of steel 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.
(iii) In both the cases at sub para (i) and (ii) above, the contractor at his cost shall provide all facilities
required for the testing. (iv) Cost of materials used in testing including its transportation shall be borne by the contractor and no
extra claim what so over shall be admissible irrespective of test results. Minimum numbers of tests shall be as mentioned here in before. Wherever same is not indicated, it shall be decided by GE
(v) For various tests, acceptance criteria, tolerance etc refer appendix ‘C’ and relevant BIS codes. (vi) Samples from each lot shall be tested for quality and elongation. The elongation shall not be less than
18%. 23.1.4 DOCUMENTATION 23.1.4.1 Steel Acceptance Register and measurement Book for steel (for record purposes and as “not to be abstracted”)
shall be maintained by the Engineer-in-Charge. The contractor shall submit original machine numbered purchase vouchers from the main manufacturer for the total quantity of steel supplied under each consignment to be incorporated in the work. All consignments received at the work site shall be inspected by the GE alongwith the relevant documents before acceptance. The original purchase vouchers and the test certificates shall be defaced by the Engineer-in-Charge and kept on record in the office of the GE 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 (Civil), Engineer-in-Charge, GE and contractor. The entire quantity of all steel items shall also be suitably recorded in the Measurement Book for record purposes as “not to be abstracted” before incorporation in the work and shall be signed by the Engineer-in-Charge and the contractor.
23.1.5.2 Size type and Gde of steel shall be as shown on drawing (s) However, if Gde and type of steel are not shown on drawing (s) the same shall be TMT bars Gde Fe-500 for reinforcement and MS Gde I Fe-410-s for structural purposes. Various types of steel are given as under :-
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II (CONTD..)
23.1.6.1 Reinforcement Steel:- High strength deformed steel bars produced by thermo mechanical treatment process of Gde Fe-500 and Fe-550
and conforming to IS-1786. The reinforcing steel shall have minimum elongation of 14.50%. 23.1.6.2 Structural Steel (a) Specification of structural steel as given in clause10.4 of SSR Part-I shall be applicable. Standard steel
E-250 (Fe-410-W) conforming to IS-2062 for all types of steel structures including these subject to dynamic loading shall be used.
(b) Ordinary quality steel E-165(Fe-290) conforming to IS-2062 for all non structural use viz, doors, windows guard bars, grills, steel gates, hand railing, fencing posts etc.
23.1.6.3 Galvanised steel sheets (plain and corrugated) shall be conforming to IS-277 of 2003 with medium coating of
zinc, nominal 275 g/Sqm. 23.1.6.4 Fabric reinforcement for concrete shall be conforming to IS-1566 of 1982 23.1.7 STORAGE 23.1.7.1 Steel of different sizes shall be stacked separately for each classification of steel. Separate area shall be
earmarked. Steel shall be marked with distinct painting marks for easy identification. 23.1.7.2 All steel shall be as stored at least 15 cm above the GL Steel shall be stored in a manner so as to prevent
distortion and corrosion. Any section that has deteriorated and corroded or if considered defective by Engineer-in-Charge shall not be used in the work and shall be removed by the contractor without any extra cost. It shall be the responsibility of the contractor to make sure that all possible arrangements are made for the safe custody of the steel. In case of any loss of steel, contractor shall only be responsible and the loss shall be made good without any delay and no claim shall be admissible on this account.
23.1.8 SCHEDULING OF SUPPLY 23.1.8.1 Schedule of supply of steel shall be finalised by the contractor with GE and shall be incorporated in CPM chart as
that supply of steel is monitored in a way to avoid any delay in the completion of work. 23.1.9 The complete requirement of steel of various sizes shall be worked out before making any RAR payment and
procurement of steel by the contractor shall be completed sufficiently in advance of the date of completion. No extension of time shall be considered for non-availability of any section of steel.
23.1.10 WELDING: - Welding shall be metal arc welding in accordance with IS-816 and IS-823. The welding in joints for
steel/iron shall run for full length of perimeters of joints unless specified otherwise. 24 BLANK 25 PAINTING 25.1 All the surfaces to be treated shall be suitably prepared as specified in SSR-2009 Part-I clause 17.10.1 and
17.10.2 of SSR Part-I of 2009
25.2 Brush application Refer clause 17.5.3 on page 338 of SSR Part-I
25.3 Paints to be used in the work shall not be more than 4 liter packing and shall be any of the brands given Appendix ‘D’.
25.4 To comply with the above makes the paint shall be procured by the contractor directly from the manufacturers or their authorized dealers.
25.5 It is obligatory for the contractor to ensure that paints are procured in manufacturer's original packing with name of brand clearly indicated there on. The packing should not more than 4 Liter packing. Engineer-in-Charge should also verify the same before allowing the material to incorporation thereof in the work.
25.6 STORAGE OF PAINT Refer clause 17.2.5 on page 336 of SSR-2009 (Part-I)
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No. ____ PARTICULAR SPECIFICATION SECTION –II (CONTD..)
25.7 Paint for priming coat, under coat and finishing coat shall be of the same manufacturer.
25.8 Tint of paint shall be as mentioned in Sch 'A'. Where the tint of paint is not indicated it shall be a approved by the GE or Engineer-in-Charge.
25.9 All surfaces be treated shall be suitable prepared before applying priming coat as specified in the MES Schedule
25.10 Priming coat on a prepared surface shall be applied only after the surface has been passed by the Engineer-in-Charge and marked as such.
25.11 For wood, pink primer shall be used.
26 PLASTIC EMULSION PAINT Preparation of surface shall be as specified in clause 17.10 of SSR Part-I unless indicated in Sch 'A' . Procurement, workmanship and make shall be as specification here-in-before.
27 WORKMAN SHIP
27.1 White Washing and colour washing : The surface shall be prepared as per clauses 15.12 ,15.12.01, 15.12.2,15.12.2.1, 15.12.2.2, 15.12.2.3, 15.12.2.5, 15.12.3, 15.12.4,15.12.5 to 15.12.6 of SSR Part-I as applicable.
27.2 Cement Base Paint The brand of cement base paint shall as Specified in Appendix ‘D’ and tint shall be as directed by the GE.
27.3 Cement base painting shall be carried out as per clause 15.7 of SSR Part-I
27.4 Dry Distemper: - Dry distemper shall be carried out as per clause 15.5, 15.13.2, 15.13.2.1, 15.13.2.2, 15.13.3, 15.13.4 & 15.13.5 of SSR Part-I & of Make Champion / Goldy.
27.5 Distemper Oil Bound: Oil Bound distemper shall be carried out as per clause 15.14 of SSR Part-I.
27.6 Painting wood work : The painting to wooden surface shall be carried out as per clause 17.10.1, 17.10.3.2, 17.3 of SSR Part-I
27.7 Painting to steel work: Painting to steel surfaces shall be carried out as per clause 17.10.2, 17.3 of SSR Part-I.
28 PRECAUTIONS
28.1 The brush shall be completely dried with turpentine oil by washing with warm soap water before use and brushes shall be washed in water after use.
28.2 No oil base putty shall be used for fillings cracks, splashes. Floor shall be cleaned immediately.
29 SOAKAGE WELL 29.1 Soakage well shall be built with the following specifications :- 29.2 Excavation and earth work :- As specified here-in-before.. 29.3 Reinforcement :- Reinforcements as shall be provided as decided by Engineer-in-Charge, if required 29.4 SUPER STRUCTURE 29.5 Walls :- Brick work shall be in cement and sand mortar (1:4). 29.6 Loose filling :-Over burnt brick bats shall be used for filling as shown on drawings and as specified 29.7 Concrete in foundation :- PCC 1:3:6 using graded stone aggregate 29.8 MS Rungs: - 20mm dia MS rungs made to shape as shown on drawings and shall be painted with two coats of
bituminous paints 29.10 20.11
Inlet Pipe 400 cm long 150 mm dia SGSW pipe is included in the unit rate of soakage well Jodhpur stone patti slab 7.5 to 10 cm thick 25 to 35 cm wide over two stone patti beam 15 X 30 cm
29.12 All other details : All as specified in Sch ‘A’ and directed by the Engineer-in-Charge.
SIGNATURE OF CONTRACTOR AGE (CONTRACTS) DATED FOR ACCEPTING OFFICER
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO _____ APPENDIX ‘A’
MATERIAL AND THEIR TESTS RECOVERY RATES OF TESTING CHARGES
Legend A-Site lab.B-Zonal Lab.C- Approved Test House/Engg College.
Srl No
Material Tests Method of testing
Frequency of tests Level of test
Rate per test
Rs. Ps.
Remarks
1 2 3 4 5 6 7 8 1. Bricks (i) Compressive
Strength IS-3495 (Part-II)
As per IS 5454 as given under ‘A’ 180.00 Checks for visual and dimensional characteristics shall also be carried out
(ii) Water absorption -do- Lot size
Sample Size
Permissible No of defective bricks
‘A’ 150.00 as per IS-5454
(iii) Efflorescence -do-(Part-I) 1001 to 10000 10001 to 35000 35001 to 50000
5 10 15
0 0 1
‘A’ 180.00
2. Coarse aggregate
(i) Sieve analysis IS-2386 (Part-I)
One test for every 15 Cubic Metre of aggregates or part there of brought to site.
‘A’ 120.00
(ii) Flakiness Index -do- -do- ‘A’ 90.00
(iii) Estimation of deleterious materials
-do- One test for every 100 Cubic Metre of aggregates or part there of.
‘A’ 120.00
(iv) Organic impurities IS-2386 (Part-I)
One test per source of supply ‘C’ 120.00
(v) Moisture content IS-2386(Part-II) Regularly as required ‘A’ 120.00
(vi) Specific gravity IS-2386(Part-II) One test for each source of supply ‘B’ 120.00
2.A Cement (i) Setting time IS – 4031 Once for each consignment of 50 MT or part there of
‘B’ 120.00
(ii) Soundness - do - - do - ‘B’ 120.00
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO ______ APPENDIX ‘A’ MATERIAL AND THEIR TESTS
RECOVERY RATES OF TESTING CHARGES 1 2 3 4 5 6 7 8 (iii)Compressive
Strength - do - - do - ‘B’ 120.00
(iv) Fineness - do - - do - ‘B’ 120.00 3. Fine aggregate (i) Sieve analysis IS-2386
(Part-I) One test for every 15 Cubic Metre of fine aggregates or part thereof when brought to site.
‘A’ 180.00
(ii) Test for clay, silt and impurities
-do- (Part-II)
-do- ‘A’ 90.00
(iii) Specific gravity
-do- (Part-II)
One for each source of supply ‘B’ 180.00
(iv) Moisture content
-do- (Part-II)
Regularly as required subject to 2 tests/day when being used.
‘A’ 180.00
(v) Test for organic impurities
-do- (Part-II)
One test for each source of supply ‘C’ 180.00
4. Structural concrete (M-15 grade and above)
(i) Slump test or compacting factor test or vee-bee time
IS-1199 The minimum frequency of sampling of concrete of each grade shall be as under:-
‘A’ 180.00 (i) Random sampling shall be carried to cover all mix units.
(ii) Compressive strength
IS-516 Qty of concrete in the work (Cubic Metre)
No of samples ‘A’ 120.00 (ii) Refer IS-456 2000 Clause 14 for frequency of sampling
1-5 1 6-15 2 16-30 3 31-50 4 51 and above 4+1 for each addl 50 Cubic Metre or part
thereof
5. (a) PCC block for walling (Hollow Block)
(i) Compressive strength
IS-2156-1984 (Appx ‘B’)
08 blocks out of 14 ‘A’ 60.00 Sample:- 14 blocks from consignment of every 5000 blocks or part thereof.
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO ____ APPENDIX ‘A’ MATERIAL AND THEIR TESTS
RECOVERY RATES OF TESTING CHARGES 1 2 3 4 5 6 7 8
(ii) Water absorption
-do- (Appx ‘E’)
03 blocks out of 14 ‘B’ 120.00
(iii) Density -do- (Appx ‘A’)
03 blocks out of 14` ‘B’ 90.00
(b) PCC solid block for walling
(i) Compressive strength
IS-2185 12 blocks out of 18 ‘A’ 60.00 Sample:- 18 blocks from consignment of every 1000 blocks or part thereof.
(ii) Water absorption
-do- 03 blocks out of 18 ‘B’ 120.00 These blocks to be checked for dimension and weight.
(iii) Density -do- 03 blocks out of 18 ‘B’ 120.00 6. Cement flooring
Tiles/Terrazzo tiles (i) Water absorption IS-1237
(Appx ‘D’) 06 tiles out of 18 ‘B’ 180.00 Sample of 18 tiles from each source of
supply selected at random. (ii) Wet transverse
strength -do-
(Appx ‘E’) -do-
‘B’ 144.00
(iii) Resistance to wear
-do- (Appx ‘F’)
-do- ‘C’ 540.00
7. Burnt clay roofing tiles (hand made) As per IS-2690 (Part-II)
(i) Water absorption IS-3495 (Part-II)
06 tiles out of 12 ‘B’ 216.00 Sample:- 12 tiles from each source of supply selected at random.
Length 150 mm to 250 mm
(ii) Compressive strength
-do- (Part-I)
-do- ‘A’ 180.00
Width 100 mm to 200 mm
Thickness 35 mm to 50 mm
8. Mangalore Pattern roofing tiles
(i) Water absorption IS-654 (Appx ‘A’)
06 tiles out of 32 ‘B’
180.00
Samples : 32 tiles from each consignment of 3000 tiles or part thereof. These tiles shall be checked for dimension.
(ii) Breaking load -do- (Appx ‘C’)
-do- ‘B’ 120.00
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO ____ APPENDIX ‘A’
MATERIAL AND THEIR TESTS RECOVERY RATES OF TESTING CHARGES
1 2 3 4 5 6 7 8
9. Timber (i) Specific gravity and
weight IS-1708-
1960 Minimum ‘3’ samples from a lot of 4 Cum or 250 pieces of seasoned timber
‘B’ 120.00
(ii) Moisture content -do- -do- ‘A’ 120.00 10. Water for
construction purposes
(i) Test for Acidity IS-456 & 3015
Once at the stage of approval of source of water.
‘B’ 240.00 Also refer clause 4.3 of IS-456 and its subsequent sub clauses regarding suitability of water.
(ii) Test of Alkalinity -do- -do- ‘B’ 240.00 (iii) Test for solid
content -do- -do- ‘C’ 300.00
11. Welding of steel work Visual inspection test IS-822 Clause 7.1
100% by visual inspection Work site
360.00 Specialised tests, their method and frequency to be decided on consideration of their importance by the Accepting Officer.
12. Timber panelled and glazed Door/Window shutters (including factory made shutters)
(a) Dimensions, sizes, workmanship and finish
IS-1003 (Part-I)
Frequency of sampling from each lot shall be as under:-
‘A’ 180.00
Lot size Sample size
26 to 50 05 51 to 100 08 101 to 150 13 151 to 300 20 301 to 500 32 501 to 1000 50 1001 and above 80
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO ____ APPENDIX ‘A’
MATERIAL AND THEIR TESTS RECOVERY RATES OF TESTING CHARGES
1 2 3 4 5 6 7 8 (b) Strength test (i) Slamming IS-1303 From the each lot 5% of the
factory made shutters shall be manufacturer tested for strength tests.
(ii) Impact indentation
-do-
(iii) Shock resistance
-do-
(iv)Edge loading -do- 13. Plywood
(IS-303) (a) Moisture content IS-1734
(Part-I)
Six test pieces cut from each of the boards selected as per table shall be subjected to tests
‘B’ 240.00 Sampling shall be as per IS-7835 tables.
14. Wood Particle board (Medium density) IS-3097
(a) Density IS-2360 (Part-I)
Three test specimen from each sample (size 150 mm x 75 mm)
‘A’ 60.00 Sampling shall be as per IS-3487 with moisture meter.
(b) Moisture content -do- -do- ‘A’ & ‘B’ 60.00
(c) Water Absorption
-do- (Part-16)
-do-(size 300 mm x 300 mm)
‘A’ 60.00
(d) Swelling due to surface absorption
-do- (Part-17)
-do-(size 125 mm x 100 mm)
‘A’ 60.00
(e) Swelling in water -do- -do- (size 200 mm x 100 mm)
‘A’ 60.00
(f) Modulus of rupture
-do- (Part-4)
Three test specimens as per
IS-2380
‘B’ 90.00
(g) Screw withdrawal strength
-do- (Part-4)
-do- as per IS-2385 ‘C’ 120.00
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO _____ APPENDIX ‘A’
MATERIAL AND THEIR TESTS RECOVERY RATES OF TESTING CHARGES
Notes : -
Testing of materials and recovery of testing charges:-
(a) All the materials shall be tested/got tested by the contractor under his own arrangements as specified in these tender documents. Materials and
arrangements for transportation of the same shall be provided by the contractor all as directed by the Engineer-in-Charge/GE without any extra cost to the Govt.
(b) Recovery of charges for testing of materials where applicable as clarified in these tender documents shall be made from the contractor at the rates
mentioned.
(c) The in-applicable contents given in this appendix for the materials not required in the subject work & for works not covered in this contract shall be
deemed to be deleted in toto.
(d) It may be possible that the contractor has to spent/pay more charges for tests than the charge specified above but no claim whatsoever shall be
entertained on this account.
(e) IS referred in this appendix, if found any variance due to any reasons, IS as applicable with latest amendments as on last date of receipt of tender shall
be considered and no claim/compensation on this account will be entertained. Decision of the GE on this account shall be final, conclusive and binding.
(f) Latest revisions and number of IS upto the last date of receipt of tender will be applicable.
(g) For the tests specified to be carried out in the site lab, the contractor at his option shall be permitted to set up a site laboratory at his own cost. All the
equipments for testing will be provided by the contractor all as directed by the GE at the commencement of work itself. Where the contractor is not willing to
establish his site lab, the tests to be carried out in the site lab shall be got tested by the contractor in the lab, if established by the deptt (if exists) or in the
zonal lab or any other approved govt lab as approved/directed by the GE.
(h) The tests to be carried out in the site lab established by the contractor shall be got done in presence of the Engr-in-Charge/GE.
(j) The test to be carried out in zonal lab, national test house, SEMT WING PUNE & Engineering College may be got done in any other govt lab approved
by GE under the arrangements of the contractor.
(k) The recovery of testing charges as mentioned above in this appendix for the tests carried out in site lab established by the deptt/zonal lab, SEMT WING
PUNE shall only be made.
(l) A percentage/selective checks as desired by the Accepting Officer/GE may be got done independently in the zonal lab/govt, approved laboratory, the
expenditure for such tests shall be borne by the deptt. However, the cost of materials & transportation charges shall be borne by the contractor. In case the test
results are found at variance from the test results obtained from testing carried out by the contractor, then the results obtained from the zonal lab/govt approved
laboratory shall be final & binding. Further if the test results of the above mentioned independent testing are not within the tolerance limits specified in IS/in these
tender documents, the cost of above independent testing shall be recovered from the contractor.
(m) Where provision for issue of water by deptt exists in these tender documents, the tests mentioned for water need not to be carried out and
accordingly no recovery on account of the same shall be made.
SIGNATURE OF CONTRACTOR AGE (CONTRACT) DATED FOR ACCEPTING OFFICER
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO _____ APPENDIX ‘B’
CEMENT SUPPLY/ACCEPTANCE REGISTER 1. CA No & Name of work 2. Control No * 3. Name of manufacturer/Brand name /Gde of Cement (A) Manufacture _______ (b) Brand________ (c) Grade 4. Qty of cement & lot No /Week No (in Bags): (Qty _______ (b) Lot No /Week No ______ 5. Manufacturer’s test Certificate No _________ 6. Random Test Details (a) Physical test report from ________ vide their letter No ___________________________ (Name of approved Lab/Engg College) (b) Chemical test report from ________ vide their letter No ___________________________ (Name of approved Lab/Engg College) 7. Details of Physical & Chemical properties Srl No
Details Physical requirement s (As per IS 4031) Chemical requirement (as per IS-4032)
Spe
cific
sur
face
are
a (M
2 /Kg)
Sou
ndne
ss
by
Le
chat
elle
ar E
xpan
sion
Sou
ndne
ss
by
Aut
o C
lave
Initi
al
setti
ng
Tim
e (M
inut
es)
Fin
al
setti
ng
time
(Min
utes
)
Compressive strengths
Tem
p du
ring
test
ing
0 C
Sta
ndar
d co
nsis
tenc
y (%
)
Lim
e sa
tura
tion
fact
or
(Rat
io)
Alu
min
a iro
n R
atio
(R
atio
)
Inso
lubl
e re
sidu
e(%
)
Mag
nesi
a (%
)
Sul
phur
ic
Anh
ydrid
e(%
)
Loss
on
igni
tion(
%)
Alk
alis
(%)
Chl
orid
es (
%)
0 3
days
(M
pa)
0 7
days
(M
pa)
28 d
ays
(Mpa
) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1. As per relevant
IS
2. As per manufacture’s test certificate
3. As per random test certificate
Remarks with signature Accepted/Rejected Contractor Junior Engineer Engineer-in-Charge Garrison Engineer Remarks of BOO/Inspecting Officer/CWE To be allotted serially by GE consignment wise * To be allotted serially by GE consignment wise.
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE NO _____ APPENDIX ‘C’
STEEL SUPPLY/ACCEPTANCE FORM
1. CA NO & Name of work 2. Control No 3. Name of Manufacturer’s TC No 4. Manufacturer 5. Random Test Details (a) Physical test report from--------------------- vide their letter No ____________________________ (Name of approved Lab/Engg College)
(b) Chemical test report from _____________ vide their letter No ___________________________ (Name of approved Lab/Engg College)
6. Type of steel, Dia & Qty (a) type : TMT/CRS (b) Dia ________mm (c) Actual Wt _______MT (d) Conversion wt _____MT
Srl No
Particulars Chemical Test Mechanical Test Remarks Carbon %
Sulphur %
Phosphorous %
Manganese %
Silicon %
Corrosion resistant element
Wt per Metre
Stress (N/mm2)
0.2%
proof
Tensile strength (N/mm2)
Elongation %
Bend Test
Rebend Test
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1 AS per IS
1786
2 As per manufacture’s test certificate
3 As per independent test
Remarks with Signature Accepted/Rejected Contractor Junior Engineer Engineer-in-Charge Garrison Engineer Remarks of BOO/Inspecting Officer/CWE
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
1 CEMENT OPC/PPC 1 M/S sanghi industries Ltd Brand : “sanghi”
2
M/S CEMENT MANUFACTURING COMPANY LTD BRAND : “ STAR”
3 M/S ULTRA TECH CEMENT LTD. BRAND : “ULTRATECH”
4 M/S OCL INDIA LTD BRAND : “ KONARK”
5 M/S Dalmia Cement (Bharat) Ltd. Brand : “ DALMIA CEMENT”
6 M/S CHETTINAD CEMENT CORPORATION LTD BRAND : “CHETTINAD”
7 M/S HEIDELBERG CEMENT INDIA LTD BRAND : “MYCEM”
8 M/S MY HOME INDUSTRIES LTD BRAND : “MAHA SHAKTI” FOR PSC “MAHA” FOR OPC 43 GR “MAHA SHAKTI” FOR PPC
9 M/s Parasakti Cements Ltd. Brand : “PRASAKTI”
10 M/S Zuari Cement Ltd. Brand : “ZUARI”
11 M/S Toshali Cements Pvt Ltd Brand : “GAJAPATI”
12 M/S Saifco Cement Pvt Ltd Brand: “SAIFCO”
13 M/S Prism Cement Ltd Brand: “PRISM”
14 M/S Shree Guru Kripa Cement (Pvt) LtdBrand: “ SARTAJ”
15 M/S Barak Valley Cements Ltd Brand: “BVCL”
16 M/S Dhruv Industrial Company Ltd Brand: “DHRUV”
17 Madras Cement Brand: “MADRAS”
18 Saurashtra Cement Brand: “SAURASHTRA”
19 Lafarge Cement (Lafarge India Pvt Ltd) Brand: “LAFARGE”
20 The Associated Cement Companies Ltd Brand: “ACC”
21 Grasim Industries Ltd Brand: “GRASIM” 22 The India Cement 23 Andhra Cement Ltd 24 Century Cements Brand:
“CENTURY” 25 Binani Cement Ltd, Brand: “BINANI” 26 Mangalam Cement Ltd
Brand: “MANGALAM” 27 Birla Corporation Ltd
Brand: “BIRLA” 28 Orient Cement
Brand: “ORIENT” 29 Shree Cement Brand: “SHREE” 30 J K Cement Brand: “J K” 31 J K Lakshmi Cement Ltd
Brand: “J K LAKSHMI” 32 JaypeeRewa Cement
Brand: “JAYPEE” 33 Ambuja Cement Ltd Brand: “AMBUJA” 2 STEEL AND IRON WORK A PRIMARY
PRODUCERS FOR TMT STEEL FOR REINFORCEMENT
1 SAIL 6 M/S Jai Balaji Industries Ltd. 5 Bentick Street 1st Floor, Kolkata
2 TISCO 7 M/S SRMB Srijan Ltd SRMB House, 7 Khetra Das Lane Kolkata 700012
4 M/S SPS Steel Rolling Mills Ltd. Elegant Towers 68 A, Ballygunge Circular Road , Kolkata
8 M/S Jindal Steels and Power Ltd. OP Jindal Road, Hissar Haryana-125005
5 M/S Shyam Steel Industries Ltd. Shyam Towers, EN-32, Sector-V , Salt Lake, Kolkata
9 M/S Steel Exchange India Ltd.Sri Ram Puram (Village) L. Kota Mandalam Kothavalsa VIZIANAGARAM DISTRICT (AP)
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
B SECONDARY PRODUCERS OF STEEL (OTHER THAN TMT STEEL FOR REINFORCEMENT)
1 M/S SHYAM STEEL INDUSTRIES LTD, WHITE TOWERS, 115 COLLEGE STREET, 1ST FLOOR KOLKATA - 12
7 M/S TATA STEEL LTD, TATA STEEL STRUCTURAL, TATA STEEL -TUBE DIVISION, JEEVAN TARA BUILDING, 1ST FLOOR, 5 SANSAD MARG, NEW DELHI -110001
2 M/S K L STEEL PVT LTD, POST BOX NO , LAL KUAN BULANDSHAHAR ROAD, GHAZIBAD (UP)
8 M/S MADHAV UDYOG PVT LTD, TALWARA RD SIRHID SIDE, MANDI GOBINDGARH, PUNJAB-147301
3 M/S KASHI VISHWANATH STEEL LTD, NARAIN NAGAR BAZPUR ROAD, KASHIPUR-244713, DISTT US NAGAR ( UTTARANCHAL)
9 M/S SRMB UDYOG LTD, 46 B.B GANGULY STREET, KOLKATA- 700012
4 M/S PUSHPAK STEEL INDUSTRIES PVT LTD, GATE NO 119, ALANDI MARKET ROAD, DHANORE THE KHED PUNE
10 M/S SHREE PARASHNATH RE- ROLLING MILLS LTD, 4C MAHARSHI DEVENDRA ROAD, 3RD FLOOR KOLKATA - 700007
5 M/S AMBA SHAKTI ISPAT LTD, PLOT NO 6, PHASE-II INDUSTRIAL AREA, KALA AMB DISTT SIRMOR-173030 (HP)
11 M/S KL CONCAST PVT LTD
6 M/S SRMB SRIJAN PVT LTD, 07 NO KHETRA DAS LANE, KOLKATA, 700012
12 M/S KARAM STEEL CORPORATION, NARSALI ROAD PO BOX NO 56 MANDI GOBINDGARH -147301
3 SECTION-1 JOINERY
(A) FACTORY MADE PANELLED/ GLAZED/GAUGED WOODEN SHUTTERS FOR DOORS & WINDOWS
1 M/S PIONEER TIMBER, CHANDIGARH 8 SHARAB ENTERPRISES CAMBELL ROAD PATHANKOT,
2 M/S GOYAL INDUSTRIES, NEW DELHI 9 GOYALA INDUSTRIES, FARIDABAD
3 M/S MP WOOD PRODUCTS, INDORE 10 SOHAL INDUSTRIES, CHANDIGARH
4 M/S SURBHI METAL (INDIA) PVT LTD, C-173, MANDORE INDUSTRIAL AREA, JODHPUR
11 GOYAL INDUSTRIES, 162 INDUSTRIAL AREA, CHANDIGARH.
5 M/S JAIN DOORS PVT LTD, HSIDC, INDUSTRIAL AREA, KUNDLI-131028 SONIPAT (HARYANA)
12 DOORKING KOLKATA
6 M/S GOEL BROTHERS, GOEL HOUSE, HEMKUND ROAD, RAIPUR.
13 JAIN WOOD INDUSTRIES
7 M/S GOYAL INDUSTRIAL CORPN, 8743 DB GUPTA ROAD, NEW DELHI.
14 A1 TEAK PRODUCTS PVT LTD, INDORE
(B) FACTORY MADE PVC DOOR SHUTTERS AND FRAMES
1 M/S RAJSHRI PLASTIWOOD LTD 5 DURIAN DOORS 2 M/S SINTEX INDUSTRIES LTD 6 FINNESTA 3 M/S DURA PLAST EXTRUSION 7 EPP COMPOSITE PVT LTD 4
M/S ACCUCELL 8
KUMAR ARCHTECH PVT LTD (ECOCELL)
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
(C) FRP DOOR SHUTTERS AND FRAMES
1 SELECTED PRODUCTS CO (SPC)
(D) WOODEN FLUSH DOOR SHUTTERS
1 M/S GREEN PLY INDUSTRIES LTD (GREEN PLY)
5 DOORKING KOLKATA
2 M/S KIT PLY INDUSTRIES LTD (KITPLY)
6 JAIN WOOD INDUSTRIES
3 M/S CENTURY PLY WOOD LTD (CENTURY)
7 ASHISH ENTERPRISE (ASHISH)
4 M P WOODS, INDORE 8 A1 TEAK PRODUCTS PVT LTD (A-1 FLUSH DOORS)
(E) UPVC DOORS (PANEL DOORS), MODULAR DOORS, WINDOWS AND CHOWKHAT
1 H2O SOLUTION 2 PRIZMA WINSOL PVT LTD (PRIZMA WINDOWS)
4 BUILDERS HARDWARE (A) HYDRAULIC DOOR
CLOSER 1 HARDWYN 5 DYANA
2 UNIVERSAL 6 EVERITE 3 PRABHAT DOOR KING 7 EVEREST 4 PERFECT HYDRAULIC 8 GODREJ (B) FLOOR SPRING 1 EVEREST 2 UNIVERSAL 3 GODREJ (C) ALUMINIUM MONGERY
(ISI MARKED) 1 CROWN 4 JINDAL
2 ALUMINIUM UDYOG UNDER BRAND NAME "GLOBAL"
5 ALUTRAC
3 ALUMINIUM UDYOG 6 DORMA INDIA PVT LTD (D) IRON MONGERY
(ISI MARKED) 1 OXFORD 3 HETTICH
2 CROWN 4 PRAJAPAT (E) LOCKS 1 GODREJ 3 LINK 2 HARRISON 4 JOHNSON (F) PVC HAND RAIL 1 FIXOPEN 2 CALIPLAST (G) DOOR CONTROL,
AUTOMATIC DOOR, GLASS FITTINGS, ENTRY SYSTEMS & MOVABLE WALL
1 DORMA INDIA PVT LTD
5 SECTION - 3 : STEEL, ALUMINIUM AND IRON WORKS (A) STEEL WINDOWS &
VENTILATORS, PRESSED STEEL, DOOR FRAMES SHUTTER FOR CUPBODRDS / WARDROBES AND STEEL LOCKERS
1 M/S AGEW STEEL MFG PVT LTD, AHMEDABAD
9 ESWAR INDUSTRIES MEERUT
2 M/S SEN-HARVIC, MUMBAI 10 MADHU INDUSTRIES, BANGALORE
3 M/S GODREJ & BOYCE STEEL MFG, MUMBAI
11 M/S STEELMANS INDUSTRIES, OLD ADDA KAPURTHALA, JALANDHAR
4 M/S RAYMUS STRUCTURALS AND ENGINEERING, NEW DELHI
12 M/S FRIENDS MANUFACTURING CO OF KOTKAPURA
5 M/S BIHAR BOBBIN & ENGG WORK, KATIHAR
13 M/S S K FABRICATION (INDIA) ST NO 2, JOGA NAGAR, MANSA ROAD BATHINDA PHONE – 9888498000
6 M/S SHIV MULAR, 309, GIDC, B-ROAD, PHASE-I, NARODA, AHMEDABAD.
14 ASHWINI AND SONS, GHAZIABAD
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
7 M/S JANGID ENGINEERING WORKS, H-1, SARNA DOONGER, INDUSTRIAL AREA, JAIPUR (RAJASTHAN)
15 MOHATA ENGG AND CONSTN CO, BIKANER-334001
8 GOEL AND JAIN GHAZIABAD 16 CHANDNI INDUSTRIES, GHAZIABAD (CI)
(B) BOX TYPE MILD STEEL WINDOW (OTHER THAN ‘Z’ SEC) (MANUFACTURERS SHOULD HAVE EFFECTIVE BIS LICENCE ONLY IS MARKED SECTIONS TO BE USED FOR STEEL WINDOWS)
1 M/S SHREE KRISHNA ASSOCIATED ,304 INDUSTRIAL AREA, PHASE-II, PANCHKULA 134109
6 CHANDAN METAL PRODUCTS (P) LTD., VADODARA
2 M/S STEELMANS INDUSTRIES, OLD ADDA KAPURTHALA, JALANDHAR
7 RAJASTHAN STEEL FABRICATIONS, JAIPUR
3 M/S FRIENDS MANUFACTURING CO OF KOTKAPURA
8 CHANDNI INDUSTRIES (CI), GHAZIABAD
4 M/S S K FABRICATION (INDIA) ST NO 2, JOGA NAGAR, MANSA ROAD BATHINDA PHONE – 9888498000
9 ASHWANI & SONS, GHAZIABAD
5 AMBIKA STEEL INDUSTRIES , AHMEDABAD
10 JANGID ENGG WORKS, JAIPUR
(C) ALUMINIUM SECTION OF SHUTTERS/FRAMES FOR DOOR/WINDOW/ VENTIALATOR
1 HINDALCO 4 ASSOCIATED PROFILE & ALUMINIUM LTD
2 INDAL (INDIAN AL COY) 5 NALCO 3 JINDAL 6 STERLITE (D) STEEL ROLLING
SHUTTERS/ GRILLS & COLLAPSIBLE GATES
1 M/S AGEW STEEL MFG PVVT LTD, AHMEDABAD
7 M/S SHIV MULAR, 309, GIDC, B-ROAD, PHASE-I, NARODA, AHMEDABAD.
2 M/S SEN-HARVIC, MUMBAI 8 SK FABRICATION (INDIA) 3 M/S GODREJ & BOYCE STEEL
MFG, MUMBAI 9 GOEL AND JAIN
GHAZIABAD 4 M/S RAYMUS STRUCTURALS
AND ENGINEERING, NEW DELHI
10 ESWAR INDUSTRIES MEERUT
5 M/S BIHAR BOBBIN & ENGG WORK, KATIHAR
6 M/S JANGID ENGINEERING WORKS, H-1, SARNA DOONGER, INDUSTRIAL AREA, JAIPUR (RAJASTHAN)
6 SECTION 4 : ROOF COVERINGS, PVC, GALVANIZED SHEETS, PANELLING,PARTITIONS, HUTS & BATHROOMS
(A) CGI SHEETS : 1 TATA 4 JINDAL 2 RASTRIYA ISPAT 5 NIPPON DENRO 3 SAIL 6 INDIAN STEEL
CORPORATION LTD (ULTRATUFF)
(B) PVC SHEETS 1 JAIN IRRIGATION SYSTEMS LTD
(C) GALVANISED COLOUR/ POWDER COATED STEEL WINDOWS , DOORS, PARTITION AND STRUCTURAL GLAZING
1 NCL ALLTEK & SECCOLOR LTD
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
(D) ALUMINIUN COMPOSITE PANEL
1 ALSTONE INTERNATIONAL
(E) CALCIUM SILICATE PARTITION 1 RAMCO INDUSTRIES LTD (F)FRP/GRP CORRUGATED AND
FLAT SHEETS, SKY LIGHTS 1 EPP COMPOSITE PVT LTD
(G)PREFAB/PORTABLE TOILET BLOCKS,SECURITY CABINS, SITE OFFICE & SHEDS
1 EPP COMPOSITES PVT LTD
(H) PRELAMINATED SHEETS FROM 0.50MM THICKNESS TO 0.4MM THICKNESS
1 KUMAR ARCH TECH PVT LTD
(J)PRE FABRICATED PVC HUT & BATHROOMS
1 KUMAR ARCH TECH PVT LTD
(K) PVC KITCHEN CUPBOARDS, CABINETS & WARDROBES
1 KUMAR ARCH TECH PVT LTD
(L) CRIL BRAND ARCHITECTURAL PRODI\UCTS- HISPAN 975, STEELOCK CONCEALED FIX SHEET, STILE RAINBOW AND ACCESSORIES, FLUSHING & GUTTERS 1 COLOUR ROOF (INDIA) LTD
(M) ZINCALUME/COLOR BOND (HIGH TENSILE PROFILE SHEETS FOR ROOF & WALL), SMARTDEK 51 (STRUCTURAL) DECKING GALVANIZED STEEL SHEET), PE BITE (COMPONENTS MADE OF PREMIUM QUALITY STEEL/GALVANIZED ROLL FRAMES), LYSAGHT SUBTLE, SQUARE FLUTED STEEL CLADDING 1 TATA BLUSCOPE STEEL LTD,
(N) COLOUR COATED PROFILE / TRAPEZOIDAL ROOF SHEETS
1 PRESTAR INFRASTRUC- TURE PROJECTS LTD
2 INDIAN STEEL CORPORATION (ULTRASHINE)
(O) ROOFING PRODUCTS & ACCESSORIES
EVEREST INDUSTRIES LTD
(P) TOP GUARD BRAND ROOFING / CLADDING SHEETS/PANELS (PPGI & PPGL), PURLIN & ACCESSORIES
M/S METCO ROOF PRIVATE LIMITED
7 SECTION- 5 : CEILING AND LININGS (A) PERFORATED PARTICLE
BOARD/TILES FOR INSULATION AND ACCOUSTIC
1 ANCHOR CEILING TILES 5 LAGYP 2 ARM STRONG 6 ETERNITE 3 GYPBOARD 7 AEROLITE 4 BISON PANEL (B) PLYWOOD 1 KITPLY 4 GREEN PLY 2 CENTURY PLYWOOD 5 NATIONAL PLY WOOD
MUMBAI 3 BHUTAN BD (C) BLOCK BOARD 1 KITPLY 4 NATIONAL PLY WOOD
MUMBAI 2 CENTURY PLYWOOD 5 BHUTAN BD 3 GREEN PLY (D) FALSE CEILING BOARDS &
GRID SYSTEM 1 GYPSUM INDIA LTD 3 BISON
2 ARMSTRONG 4 AEROLITE (E) RESIN BONDED GLASS WOOL 1 BGP 2 GLAS INSULATORY
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
(F) CEILING TILES 1 ASIAN GRAMITO 2 AEROLITE (G) PVC FALSE CEILING 1 KUMAR ARCH TECH PVT
LTD
(H) CALCIUM SILICATE BOARDS & TILES IN FALSE CEILING/WALL LINING /PARTITION APPLICATIONS
1 RAMCO INDUSTRIES LTD(RAMCO-HILUX)
2 BHARAT STEEL ROLLS (CALSI CEILINGS)
(J) GYPSUM BOARD 1 GYPSUM BOARD 4 AEROLITE CEILING SYSTEM
2 INDIAN GYPSUM PRODUCT 5 BORAL GYPSUM INDIA 3 ARMSTRONG WORLD INDUSTRIES (K) LAMINATED SHEETS 1 FORMICA 6 CENTURY 2 SUNMICA 7 DURA 3 BACKLYTE HYLUM 8 MERINO 4 ECO BOARD 9 GREEN LAM 5 GREEN PLY 10 ASSOCIATE DÉCOR LTD (L) PLAIN PARTICLE BOARD 1 NOVAPAN 5 CENTURY PLYWOOD 2 ECO BOARD INDUSTRIES,
PUNE 6 ASSOCIATE DÉCOR LTD
3 ANCHORLAM 7 KITPLY 4 BHUTAN BD 8 GREEN PLY (M) PRE LAMINATED
PARTICLE BOARD 1 NOVAPAN 5 ANCHORLAM
2 ECO BOARD INDUSTRIES, PUNE
6 M/S BHUTAN BD
3 KITPLY 7 ASSOCIATE DÉCOR LTD 4 GREEN PLY 8 CENTURY PLYWOOD (N) PRE LAMINATED
PARTICLE BOARD (MDF/HDF BOARD)
1 NOVAPAN 5 ANCHORLAM 2 ECO BOARD INDUSTRIES,
PUNE 6 M/S BHUTAN BD
3 KITPLY 7 CENTURY PLYWOOD 4 GREEN PLY (O) VENEERED PARTICLE
BOARD 1 NOVAPAN 5 ANCHORLAM
2 ECO BOARD INDUSTRIES, PUNE
6 M/S BHUTAN BD
3 KITPLY 7 CENTURY PLYWOOD 4 GREEN PLY 8 SECTION - 6 : FLOOR FINISHES & PAVINGS (A) CERAMIC WALL & FLOOR
TILES 1 JOHNSON 5 ASIAN GRANITO INDIA
LTD (AGL TILES) 2 SOMANY 6 SWASTIK CERACON LTD
(SWASTIK/GABON) 3 KAJARIA 7 VARMORA GRANITO PVT
LTD (VARMORA) 4 ORIENT BELL LIMITED 8 SUNSHINE TILES Co.PVT
LTD (SUNHEART TILES) (B) NON-SKID CERAMIC TILES 1 JOHNSON TILES 5 ASIAN GRANITO INDIA
LTD (AGL TILES) 2 KAJARIA 6 SWASTIK CERACON LTD
(SWASTIK/GABON) 3 SOMANY 7 VARMORA GRANITO PVT
LTD (VARMORA) 4 ORIENT BELL LIMITED 8 SUNSHINE TILES Co.PVT
LTD (SUNHEART TILES)
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
(C) VITRIFIED TILES 1 JOHNSON MARBONITE 6 SWASTIK CERACON LTD (SWASTIK/GABON)
2 KAJARIA 7 ASIAN GRANITO INDIA LTD (AGL TILES)
3 SOMANY 8 VARMORA GRANITO PVT LTD (VARMORA)
4 ORIENT BELL LIMITED 9 SUNSHINE TILES Co.PVT LTD (SUNHEART TILES)
5 EURO TILES (D) TILE ADHESIVE 1 PIDILITE INDUSTRIES LTD 2 SOMANY CERAMICS LIMITED
(SOMANY) 3 M/s STP Limited, New Delhi (Shali Tile Glue, Shali Grout) (F) METTALIC FLOOR 1 IRONITE 2 HARDONITE (F) MOSAIC/CEMENT
FLOORING TILES 1 M/S NITCO, MUMBAI 5 MODERN TILES AND MARBLES
BANGALORE 2 M/S MEHATAB TILES, INDORE 6 MAYUR , BIHLWARA 3 NATIONAL TILES 7 DURACRETE 4 BHARAT TILES AND ENGG
COY, BANGALORE
(G) HEAVY DUTY PARKING TILES
1 ASIAN GRANITO INDIA LTD (AGL TILES)
2 SWASTIK CERACON LTD (SWASTIK/GABON)
(H) ACID RESISTANT TILES 1 M/S JOHNSON, MUMBAI 5 M/S PURSHURAM POTTERY WKS, MARVI
2 SOMANY 6 M/S ISHWAR INDUSTRIES, DELHI
3 KAJARIA 7 M/S REGENCY CERAMICS 4 M/S BURN STANDARD CO,
JABALPUR 8 DURACRETE
(J) CEMENT CONCRETE INTERLOCKING PAVER BLOCKS / TILES, PRE-CAST KERB STONES, CHEQUERED & PRE GLAZED TILES
1 MEHTAB TILES , INDORE 9 SAGAR TILES, SAHARANPUR 2 M/S ULTRA TILES 11 PREMIER BARS PVT LTD,
JAIPUR (UNIT-II) (PAVCON) 3 NITCO 12 SUKHI ENTERPRISE (SUKHI) 4 TOPAZ TILES 13 SUPREME TILES (SUPREME)
(ONLY FOR CE (AF) GZ) 5 NAVYA TILES, JODHPUR 14 SWARN INDIA TILES COMPANY
(SITCO) (ONLY FOR CE BZ) 6 CHOPDAR S-BESS TOJ
CEMENT PRODUCT 15 LUCKY CEMENT BLOCK
WORKS, BHUJ (LC) (ONLY FOR CE (AF) GZ)
7 SWASTHIK 16 NAVYUG TILES , MORBI ( NAVYUG) (ONLY FOR CE (AF) GZ)
8 SAP PAVERS, JODHPUR
(K) PVC SHEET AND TILE FLOORING
1 KRISHNA VINYL TILES 6 PREMIER VINYL, RIKVIN FLOOR LTD., NEW DELHI-49,
2 ARMSTRONG 7 FIXOPEN MACHINERIES PVT LTD., NEW DELHI
3 M/S MARBLEX TILES 8 TESA 4 POLYFIN TILES 9 ASIAN GRANITO 5 SQUARE FOOT 10 NEELKAMAL
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
9 SECTION- 7 : WHITE WASHING, COLOURING & DISTEMPERING
(A) DISTEMPER OIL-EMULSION (OBD)
1 NEROLAC 4 ASIAN PAINTS
2 SHALIMAR PAINTS 5 BERGER PAINTS 3 JENSON & NICHOLSON 6 ICI INDIA (B) ACRYLIC WASHABLE
DISTEMPER 1 NEROLAC 4 ASIAN PAINTS
2 SHALIMAR PAINTS 5 BERGER PAINTS 3 JENSON & NICHOLSON 6 ICI INDIA (C) PLASTIC EMULSION
PAINT 1 NEROLAC 4 ASIAN PAINTS
2 SHALIMAR PAINTS 5 BERGER PAINTS 3 JENSON & NICHOLSON 6 ICI INDIA (D) CEMENT BASE PAINT 1 NEROLAC 4 ASIAN PAINTS 2 SHALIMAR PAINTS 5 BERGER PAINTS 3 JENSON & NICHOLSON 6 ICI INDIA (E) CEMENT PUTTY 1 NEROLAC 4 ASIAN PAINTS 2 SHALIMAR PAINTS 5 BERGER PAINTS 3 JENSON & NICHOLSON 6 ICI INDIA 10 SECTION - 8 : GLAZING (A) SHEET GLASS PLAIN 1 SAINT GOBAIN 4 ATUL GLASS INDUSTRIES 2 MODI FLOAT 5 ASAHI 3 MODIGUARD (B) SHEET GLASS FROSTED 1 ASAHI 3 MODI FLOAT 2 SAINT GOBAIN 4 MODIGUARD (C) HEAT ABSORBING GLASS
& REFLECTIVE SOLAR CONTROL FILM
1 ASAHI 4 MODIGUARD 2 SAINT GOBAIN 5 ATUL GLASS INDUSTRIES 3 MODI FLOAT (D) TOUGHENED GLASS 1 HINDUSTAN PILKINGTON
GLASS WORKS 5 ATUL GLASS INDUSTRIES
2 SAINT GOBAIN 6 GOLD FISH 3 MODI FLOAT 7 ASAHI 4 MODIGUARD (E) ROUGH CAST WIRED
GLASS 1 HINDUSTAN PILKINGTON
GLASS WORKS 5 ATUL GLASS INDUSTRIES
2 SAINT GOBAIN 6 GOLD FISH 3 MODI FLOAT 7 ASAHI 4 MODIGUARD (F) OIL PUTTY 1 GOLD MOHAR 5 BERGER 2 SHALIMAR HARDWARE 6 JENSON & NICHOLSON 3 M/S ATUL DYES AND
CHEMICALS 7 M/S ANGLO DUTCH
COLOUR & VARNISH WKS, NAJAFGARH RD
4 UK PAINT INDUSTRIES, GURGAON
8 M/S BHAGSSON PAINT INDUSTRIES, NAJAFGARH RD
(G) MIRRORS / MIRROR CABINETS
1 MODI 5 ASAHI 2 ATUL 6 SOMANY CERAMICS
LIMITED (SOMANY) 3 SAINT GOBAIN 7 RS INDUSTRIES
(POLYTUF) 4 HINDUSTAN GLASS KOLKATA
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
11 SECTION- 9 : PAINTS (A) SYNTHETIC ENAMEL PAINT 1 ASIAN PAINTS 5 JENSON & NICHOLSON
PAINTS 2 NEROLAC PAINTS 6 ICI PAINT 3 BERGER PAINTS 7 DULUX 4 SHALIMAR PAINTS (B) WALL CARE PUTTY 1 BIRLA WALL CARE PUTTY 3 SHALIMAR 2 BERGER 4 ACRO WALL GUARD (C) PREMOULDED JOINT FILLER 1 TIKTAR INDUSTRIES LTD 3 CAPITAL STEEL &
CHEMICAL 2 STP LTD 4 M/S GARLICK & CO PVT LTD 12 SECTION 10 : WATER SUPPLY, PLUMBING, DRAINS AND SANITARY FITTINGS (A) CI PIPES AND FITTINGS 1 ELECTRO-STEEL 6 KAPILANSH 2 KEJRIWAL 7 KALINGA 3 NECO 8 ZOLOTO 4 SKF 9 BIC 5 KESORAM (B) GALVANISED STEEL PIPES
& TUBES 1 TATA 5 PRAKASH SURYA
2 JINDAL 6 RAWALWASIA STEEL PLANT PVT LTD, HISAR (BST)
3 ZENITH 7 INDIAN TUBE COY 4 SWASTIK (C) MS PIPES & FITTINGS 1 TATA 4 RAWALWASIA STEEL PLANT
PVT LTD, HISAR (BST) 2 JINDAL 5 PRAKASH SURYA 3 ZENITH 6 SWASTIK (D) DI PIPES & FITTINGS 1 JINDAL LTD, GUJRAT 5 SAW PIPES 2 ELECTROSTEEL CASTINGS
LTD, W.B. 6 KUBOTA PIPES LTD
3 TATA METALINKS, KOLKATA 7 RASHMI METALIC LTD 4 LANCO, ANDRA PRADESH 8 ELECTROTHERM (INDIA)
LTD, (ELECTROTHERM) (E) HDPE PIPES & FITTINGS 1 FINOLEX 4 SINTEX 2 SUPREME 5 JAIN IRRIGATION SYS 3 SFMC 6 RELIANCE INDUSTRIES (F) CPVC PIPES AND FITTINGS
(CHLORINATED POLYVINYL CHLORIDE)
1 DUTRON 3 FINOLEX 2 DUPLON (RELIANCE) 4 ASHIRVAD
(G) PVC SOIL, WASTE,
RAINWATER (SWR) & DRAINAGE PIPES
1 FINOLEX 5 SINTEX 2 PRINCE 6 JAIN IRRIGATION SYS 3 SUPREME 7 RELIANCE INDUSTRIES 4 SFMC 8 ASHIRVAD
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
(H) CENTRIFUGALLY CAST CI PIPES (IS-3989) FOR SOIL WASTE PIPES & FITTINGS (SPUN PIPE) C.I MAN HOLE COVERS.
1 NECO, NAGPUR 6 SKF (SINGHAL IRON FOUNDRY, MATHURA)
2 KESORAM 7 DHATU UDYOG 3 KAPILANSH, NAGPUR 8 M/S KALINGA 4 ELECTRO STEEL 9 BIC 5 ANAND FOUNDER &
ENGINEERS 10 BABULAL BAJAJ IRON
FOUNDRY (HIF) (J) RCC PIPES, DRAIN PIPES 1 DHERE CONCRETE
PRODUCT, PUNE 4 INDIAN HUME PIPES
2 EVEREST 5 VARDHAMAN CONCRETE PRODUCT, PUNE
3 HIMALAYA 6 ASWATHY SPUN PIPES (K) HUBLESS CENTRIFUGALLY
CAST IRON PIPES AND FITTINGS (IS : 15905)
1 JAYASWAL NECO INDUSTRIES LIMITED (BRAND NECO)
(L) DUCTILE IRON MANHOLE COVERS, FRAMES AND GRATING AS PER EN-124
1 JAYASWAL NECO INDUSTRIES LIMITED (BRAND NECO)
(M) DWC HDPE PIPES FOR SEWERAGE & DRAINAGE (SI MARKED)
1 ALOM POLY EXTRUSIONS LTD (ALCORR)
(N) SALT GLAZED SWEAGE WASTE PIPE
1 PERFECT JABALPUR 5 GUPTA REFRACTORY GWALIOR.
2 DEVRAJ IND GAZIABAD 6 RAJASHTHAN PIPE INDUSTRIES, BIKANER
3 BURAN 7 BASANT INDUSTRIES BIKANER
4 RK 8 PAL INDUSTRIES, RANI BAZAR BIKANER
(O) GRP/FRP PIPES AND FITTINGS 1 EPP COMPOSITES PVT LTD
5 SANT
(P) AIR RELEASE VALVES 1 LEADER 6 L&T 2 BIR 7 JINDAL 3 KIRLOSKAR 8 TATA 4 VENUS (Q) FOOT VALVES 1 LEADER 5 JINDAL 2 KIRLOSKAR 6 TATA 3 VENUS 7 AUDCO 4 L&T 8 NORMEX VALVES PVT LTD,
PUNE (BRAND - NORMEX) (ONLY FOR CE (AF) GANDHINAGAR ZONE)
(R) FLOAT VALVE 1 LEADER 3 PRAYAG 2 CERA 4 COMMANDER (S) REFLEX VALVES 1 KIRLOSKAR 4 VARUN 2 LEADER 5 VENUS 3 SANT 6 NORMEX VALVES PVT LTD,
PUNE (BRAND - NORMEX) (ONLY FOR CE (AF) GANDHINAGAR ZONE)
(T) SLUICE VALVES 1 LEADER 4 VENUS 2 KIRLOSKAR 5 ZOLOTO 3 L&T
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
(U) BUTTERFLY VALVES/ DISC VALVES
1 LEADER 5 VENUS
2 KIRLOSKAR 6 ZOLOTO 3 UPADHYA 7. NORMEX VALVES PVT LTD, PUNE (BRAND - NORMEX) (ONLY
FOR CE (AF) GANDHINAGAR ZONE) 4 L&T (V) GATE VALVES 1 LEADER 4 L&T 2 KIRLOSKAR 5 VENUS 3 UPADHYA 6 ZOLOTO (W) WATER METER 1 CAPSTAN 6 GEC 2 DASHMESH 7 MECO 3 KAYCEE 8 ASHI 4 CAPITAL 9 ZOLOTO 5 ANAND (X) PVC WATER TANKS 1 SINTEX 6 GANGA 2 POLYCON, JAIPUR 7 KAVERI 3 ROTEX 8 JS POLYPLAST 4 INFRA 9 ERGEN PLASTIC
INDUSTRIES, JODHPUR 5 ASHISH PLAST (Y) CHROMIUM PLATED
BRASS BATH FITTINGS AND FIXTRSCP BIB TAPS, STOP VALVES, PILLAR TAPS (ISI MARKED)
1 JAQUAR 4 MARC 2 SOMANY 5 PLASTOCRAFT SANITARY
INDIA PVT LTD (KINGSTON ) 3 PARRYWARE 6 STATUS SANITECH
(PLAYER) (P) LTD (Z) BATH ROOM FITTINGS,
CHROMIUM PLATED CAST COPPER ALLOY FANCY TYPE BIB TAPS, STOP VALVES AND PILLAR TAPS
1 PARRYWARE ROCA PVT LTD
6 PRAYAG POLYMER PVT LTD
2 KOHLER 7 MARC 3 SOMANY 8 ALUMINIUM UDYOG 4 HINDWARE 9 JAQUAR & COMPANY PVT
LTD, LTD 5 JAINKO AA) BRASS STOP COCK AND
BIB COCK 1 JAYPEE 4 ZOLOTO
2 GMP 5 PRAYAG 3 NETA (AB) SHOWER ROSE 1 JAQUAR 4 KOHLER 2 MARC 5 PARRYWARE 3 SOMANY (AC) WATER CLOSET -
VITREOUS CHINA 1 CERA 4 JOHNSON
2 HINDWARE 5 SOMANY CERAMICS LIMITED (SOMANY)
3 PARRYWARE (AD) PTMT BATHROOM
FITTINGS PLASTIC BIB TAPS, PILLAR TAPS, ANGLE VALVE AND STOP VALVES (ISI MARKED)
1 PRECISION PRODUCTS (PEARL)
3 SHAKTI ENTERPRISES (SHAKTI)
2 R S INDUSTRIES (POLYTUF)
4 AJANTA POLYMERS, DELHI (BRAND - MILLENNIUM)
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
(AE) LOW LEVEL FLUSHING CISTERN ( PVC) (ISI MARKED)
1 CERA 6 HINDUSTAN SANITARY WARE AND INDUSTRIES
2 HINDWARE 7 R S INDUSTRIES (POLYTUF) 3 PARRYWARE 8 PRECISION PRODUCTS (PEARL) 4 JOHNSON 9 SHAKTI ENTERPRISES (SHAKTI) 5 KINGSTON 10 AJANTA POLYMERS, DELHI
(BRAND - MILLENNIUM) (AF) PLASTIC TOILET SEAT
COVERS (PVC) 1 CERA 5 R S INDUSTRIES (POLYTUF)
2 HINDWARE 6 PRECISION PRODUCTS (PEARL) 3 PARRYWARE 7 AJANTA POLYMERS, DELHI
(BRAND - MILLENNIUM) 4 JOHNSON (AG) URINALS - VITREOUS
CHINA 1 CERA 4 JOHNSON
2 HINDWARE 5 SOMANY CERAMICS LIMITED (SOMANY)
3 PARRYWARE (AH) WASH BASINS - VITREOUS
CHINA 1 CERA 4 JOHNSON
2 HINDWARE 5 JAQUAR & COMPANY PVT LTD 3 PARRYWARE 6 SOMANY CERAMICS LIMITED
(SOMANY) (AJ) STAINLESS STEEL
KITCHEN SINKS (ISI MARKED), STAINLESS STEEL PLATE RACKS & DRAINING BOARD (MADE OF SALEM STEEL)
1 NIRALI 6 JAIN BROTHERS SANITATION PVT LTD (JAYNA)
2 PARRYWARE 7 PLASTOCRAFT SANITARY INDIA PVT LTD (KINGSTON / COBRA)
3 NEELKANT 8 BLUESTAR SANITARY INDUSTRIES PVT LTD (SILVERSHINE)
4 PRAYAG POLYMER PVT LTD
9 AJANTA POLYMERS, DELHI (BRAND - MILLENNIUM)
5 ANUPAM INDUSTRIES(BLUE STAR)
(AK) CENTRIFUGAL PUMP 1 KIRLOSKAR 5 MATHER & PLATT 2 BEACON 6 CRI,COIMBATORE 3 CROMPTON GREAVES 7 WASP 4 KSB (AL) SUBMERSIBLE PUMP 1 KIRLOSKAR 5 MATHER & PLATT 2 BEACON 6 MBH PUMPS (GUJARAT) PVT LTD
(MBH) 3 CROMPTON GREAVES 7 CRI,COIMBATORE 4 KSB 8 WASP (AM) SS WASH BASINS/WCs ANUPAM INDUSTRIES (AN) DESIGNER BATH SUITES JAQUAR & COMPANY
PVT LTD
(AO) FLOAT VALVES/BALLCOCKS, COCKROACH TRAPS, GLASS SHELFS
PRAYAG POLYMER PVT LTD
(AP) VERTICLE TURBINE PUMPS
1 KIRLOSKAR 4 JYOTI
2 KSB 5 MATHER & PLATT 3 WASP 6 WORTHINGTON
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
(AQ) NON CLOG SEWAGE SUBMERSIBLE PUMPS
1 KIRLOSKER 5 MBH PUMPS (GUJARAT) PVT LTD (MBH)
2 KSB 6 MATHER & PLATT 3 WASP 7 WORTHINGTON 4 JYOTI (AR) PUMPS FOR FIRE
FIGHTING 1 KIRLOSKAR 5 AREVA
2 MATHER & PLATT 6 BHARAT BIJLEE 3 CROMPTON MOTOR 7 SIEMENS 4 ABB 13 FENCING (A) PUNCHED TAPES
CONCERTINA COILS AND FLATWRAPWELD MESH FOR FENCING
GLOBAL TECHNOCRATS PVT LTD
14 FURNITURE (A) MODULAR OFFICE
FURNITURE SYSTEM, CHAIR & OTHER FURNITURE RELATED TO OFFICE PURPOSE (INCLUDING STEEL FUR).
1 EUROCOUSTIC PRODUCTS LTD
6 NIRMAN
2 GODREJ INTERIO 7 HOF GLOBAL VENTURE 3 WIPRO 8 SANSKRUTI KHADI
GRAMUDYOG PRATHISTAN
4 DURIAN 9 GEEKAN 5 MIT (B) RUBCO RUB WOOD
TREATED RUBBER WOOD FURNITURE
1 KERALA STATE RUBBER CO-OPERATIVE LTD
B&R ITEMS APPROVED BY E-IN-C BRANCH 15 FLOORING, FLOOR PRODUCTS & CONSTRUCTION CHEMICALS (A) CIPY BRAND EPU (EPOXY
POLYURETHANE INDUSTRIAL FLOORING 1 CIPY POLYURETHANE PVT LTD
(B) FLOORING RANGE (EPOXY/POLYURETHANE)
1 PIDILITE INDUSTRIES LTD
(C) CHRYSO- FLOOR HARDNER 1 THE STURCTURAL WATER PROOFING CO PVT LTD CHRYSO PROOFACTYLIC, CHRYSO
EMALITE RTU. CHRYSO EMALITE RTU.
(D) FLOORING:- SIKS CHAPDAR, SIKS CHAPDAR C, SIKA FLOOR 19N PURCEM, SIKAFLOOR 20N PURCEM, SIKAFLOOR 21N PURCEM, SIKAFLOOR 22N PURCEM, SIKAFLOOR 29NPURCEM, SIKAFLOOR 31N PURCEM, SIKAFLOOR 81 EPOCEM, SIKAFLOOR 82 EPOCEM, SIKAFLOOR 83 EPOCEM, SIKAFLOOR 89,
1 SIKA INDIA PVT LTD
(E) Shali Floor NM 1 STP Limited, New Delhi
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
16 WATER PROOFING / COATING (A) DR FIXIT, ROFF & AGEL BRAND
ATERPROOFING RANGE (NEW OAT,RAIN COAT, SOLY SEAL, FASTFLEX, PIDIFIN 2K BATH AL,TORCHSHIELD - APP MODIFIED ITUMEN BASED ATERPROOFING MEMBERANES, BS/SELF ADHESIVE MODIFIED BITUMEN BASED WATERPROOFING MEMBERANES- SAM
1 PIDILITE INDUSTRIES LTD
(B) WATERBAR (FLEXIBLE ADHESIVE STRIP WATERSTOP)
1 PIDILITE INDUSTRIES LTD
(C) CHRYSO RANGE OF WATERPROOFING PRODUCTS (A) INTEGRAL WATER-PROOFING, CHRYSO - TECHNICAL MORTARS (REPAIR & REHABILITATION) CHRYSO STRUCO NO-1,CHRYSO STRUCO NO-3,CHRYSO DP BONDING AGENT, CHRYSO STRUCO NO-1,CHRYSO STRUCO EXCEL, CHRYSO EXCEM
1 THE STRUCTRAL WATER PROOFING CO PVT LTD
(E) SIKAPLAN WP 1120-15HL/20HL, SIKALASTIC 450 H/4501, SIKA CEMFLEX, SIKA TOPSEAL 107, SIKA TOPSEAL 109HI, SIKA2, SIKA 4A, SIKA SWELL PROFILE, SIKA INJECTOFLEX SYSTEM. SIKA INJECTION 101H, SIKA WATERBARH, SIKALASTIC 830N, SIKALASTIC 842BG
1 SIKA INDIA PVT LTD
(F) XYPEX CONCENTRATE, XYPEX ADMIX, XYPEX PATCH N PLUG, XYPEX MEGAMIX II, KUNISEAL C 31 DS AND FLEXIROOF 60
1 APAAR INFRATECH PRIVATE LIMITED, NOIDA
(G) MULTIPLAS- A WATERPROOFING MEMBRANE COMPOSED OF A HIGH DENSITY POLYETHYLENE CORE COVERED ON BOTH SIDES WITH APP &OTHER SELECTED POLYMER MODIFIED PLASTOELESTIC BITUMEN, CONSISTING A TRIPLE CONTINUOUS& FLEXIBLE WATER PROOFING SYSTEM AND
1 M/S TEXSA INDIA LTD , GURGAON
(H) Shali Tex Primer, ShaliCryl 215, STP No 1, Shali SBR Latex, Super Thermo Lay APPPL/MT,Superior Shaliplush,
1 M/s STP Limited, New Delhi
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
17 MEMBRANE & LIQUID MEMBRANE (A) LIQUID APPLIED MEMBRANE.
CHRYSOARMOURCOTE 418, CHRYSOARMOURCRETE, CHRYSO ARMOURCOPTE 525, CHRYSO TAPEELASTIC, CHRYSO RESICRETE 21, CHRYSO STRUCO LATEX, CHRYSO RESICRETE 21LV CHRYSO RYSTALSEAL, CHRYSO RESICRETE 2115CHRYSO BITCOTE,
1 THE STRUCTURAL WATER PROOFING CO PVT LTD
Shali Crete P/R/E, Shaliurethane LHM/BTD 1 STP Limited, New Delhi 18 ADMIXTURE (A) CHRYSO ADMIXTURES
RANGE (C) PREFORMMEMBERANE. CHRYSO SUPAPLAST MMF. CHRYSOARMOURSHIELD. CHRYSO SUPAPLAST RMC 80. CHRYSO MOURSHIELD STICK. CHRYSO ARMOURFLEX. PVC. CHRYSO SUPAPLAST RMC.
1 THE STRUCTURAL WATER PROOFING CO PVT LTD
Shali Plast SP/HP/MCI/PCE 2 STP Limited, New Delhi
(B) PROTECTIVE COATINGS. CHRYSO SUPAPLAST HP CHRYSO AQUAKEM, CHRYSOSUPAPLAST HS, CHRYSO MARINECOTE AND CHRYSO FLUID PREMIA RANGE.
(C) SIKA AER, SIKA FERROGARD 901, SIKA RAPID1, ?SIKA ANTIFREEZE, SIKAMENT 170 PL4, SIKAMENT 170 UV, SIKAMENT 286 PC/3(VC), SIKAMENT 280, SIKAMENT NN, SIKAMENT 170, SIKAMENT HE 200, SIKAVISCOCRETE 10, SIKA VISCODRETE 10 H1, SIKAPLAST 500L , SIKAPLAST 60
1 SIKA INDIA PVT LTD
19 JOINT SEALANT (A) POLYURETHANE & POLYSULPHIDE
SEALANT FOR ALL JOINTS 1 CIPY POLYURETHANES PVT LTD
Shali Seal PS/GG/PG, Shaliseal PU/PU-II 2 STP Limited, New Delhi
(B) RALLITHANE 862 AND RALLIPRIME 190 POLYURETHANE BASED POLYURETHANE SEALANT COMPOUND
1 AMEYA DYECHEM PVT LTD (ADPL)
(C) POLYSULPHIDE / POLYURETHANE 1 PIDILITE INDUSTRIES LTD
(D) JOINT SEALANT- SIKASIL 728NS/SL , SIKAFLEX 68 TF, LGAS IH , SIKA POLYSULPHIDE, SIKAFLEX CONSTRUCTION (J), SIKAFLEX PRO-3WF, SIKADUR COMBIFLEX, SIKAFLEX 2CSL (H) , SIKAFLEX 11FC, SIKACRYL & SIKABOND T2/T8.
1 SIKA INDIA PVT LTD
(E) CHRYSO- JOINT SEALANTS (FOR BUILDING WORK) CHRYSO FREECURE, CHRYSO POLYCAULK PS- POLYSULPHIDE. CHRYSO STICK SBA AND CHRYSO SWELLSEAL STRIP
1 THE STRUCTURAL WATER PROOFING CO PVT LTD
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
(F) SILICON SEALANT
1 ALSTONE INTERNATIONAL
(G) REFURBISHMENT - SIKA WRAP GLASS FIBRE, SIKS WRAP CARBOM FIBRE, SIKA ANCHORFIX 2/3, SIKADUR 31, SIKADUR 32, SIKADUR 32LP, SIKADUR 41. SIKADUR 43, SIKA FERROGARD 903, FRIAZINC R, SIKAGARD 703W, SIKAGARD N550W ELASTIC, SIKA REP MICROCRETE 1/2, S
1 SIKA INDIA PVT LTD
20 GLASS GRID
(A) GTF GLASS GEOGRID, GTF POLYESTER GEOGRID AND GTF GLASS REINFORCEMENT MESH
1 GIRIDHAR TECHFAB PVT LTD
(B) SELF ADHESIVE TECHGLASS TG 100 PSA - GLASS FIBRE GRID.
2 TECH FAB (INDIA) INDUSTRIES LTD
(C) SAINT GOBIN BRAND GLASS GRIDAS FIBRE REINFORCEMENT
3 OOMS AVENHORN HOLDING INDIA PVT LTD
(D) GLASS FIBRE REINFORCEMENT GRID MAC GRID AR VA -10 (12.5 MM X 12.5 MM)
4 MACCAFERRI ENVIRONMENTAL SOLUTIONS PVT LTD
21 BITUMEN EMULSION
(A) BITUMEN EMULSION (RAPID, MEDIUM & SLOW SETTING 1 & 2)
1 SHIVA ASPHALTIC PRODICTS PVT LTD
(B) Shali Mulsion
2 STP Limited, New Delhi
SOIL STABILISER (RBI GRADE 81)
RBI GRADE 81 ALCHEMIST TECHNOLOGY LIMITED 22 IRON ORE, BILLETS & TMT
(a) TMT BARS OF GRADE FE 500 WITH M/S SHYAM METALICS & ENERGY LTD
(b) TMT Bars Fe 500, Fe 500D, Fe 550, Fe 550D and HCRM (High Corrosion resistant Marine) with sizes 0f 8mm to 40mm dia
M/s KAMACHI SPONGE & POWER CORPORATION LTD
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
23 POLE - PRE-STRESSED CONCRETE
1 M/S CEMENT FABRIC INDIA, JODHPUR
8 CEMENT FABRIC INDIA LTD CHANDIGARH PUNJAB
2 M/S HINDUSTAN PRESTRESSED CONCRETE, FARIDABAD
9 PRE-STRESSED CONCRETE LTD CHANDIGARH,
3 M/S INDIAN PCC POLES 10 PRECTO, CHANDIGARH
4 M/S CONCRETE UDYOG JHANSI 11 SRI BALAJI ENTERPRISES
5 M/S SANKLA UDYOG, JHANSI 12 BETON CONCRETE PRODUCT, AURANGABAD
6 M/S SANKHLA UDYOG JODHPUR
13 M/S CONCRETE FABRICS HARYANA
7 MA PRE-STRESSED WORKS JODHPUR
24 POLE - STEEL TUBLAR 1 INDIA TUBE AND CO 8 M/S JINDAL STEEL PRODUCTS, KANPUR,
2 INDIA ELECTRIC POLES MFG CO, MAHARASHTRA
9 BOMBAY TUBES
3 QUALITY STEEL PRODUCTS LTD, KANPUR
10 METAL COATS CHENNAI
4 THE NATIONAL TUBING COMPANY, KANPUR
11 RIDDI POLES VADODARA
5 KALINGA TUBES 12 SURJIT SINGH & CO MOHALI
6 M/S, BHARAT STEEL TUBES, HARYANA
13 M/S ANIL ENGINEERING CORPORATION KANPUR,
7 M/S SOHANLAL, GAZIABAD 14 BHARAT CONDUIT AND STEEL WKS KANPUR
25 INSULATORS HT/LT DISC/PIN/SHACKLE/LOOP/STRING TYPE
1 BHEL 5 PACTIL 2 JAYSHREE 6 MYSORE
3 WS INSULATORS 7 SOUTHERN INSULATIORS
4 SOUTHERN INSULATORS 8 JAIPURA BROTHERS
26 HT/LT INSULATOR / COMPOSITE INSULATORS
1 JAIPURA BROTHERS 3 BHEL
2 BENGAL POTTERIES
27 AIR CIRCUIT BREAKER (ACB) HT/ LT 600 VOLTS/LT ACB 415 VOLTS
1 LARSEN & TUBRO 9 GE BCH
2 SIEMENS 10 HAGER
3 ABB 11 HPL
4 SCHNEIDER 12 STANDARD
5 CROMPTON GREAVES 13 BENTEC ELECTRICAL & ELECTRONICS PVT LTD (BENLO/BENTEC)
6 C & S ELECTRIC LIMITED (C&S) 14 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS PVT LTD (INDOASIAN)
7 GEC 15 HAVELLS INDIA LTD (STANDARD DIVISON)
8 HAVELLS INDIA LTD
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
28 VACCUM CIRCUIT BREAKER (VCB) SUITABLE FOR 36 KV AND 12 KV SYSTEM
1 SIEMENS 5 Indian Transformers & Electricals
2 CROMPTON GREAVES, MUMBAI 6 Megawin switchgear P Ltd
3 ABB LTD, BANGALORE 7 BHEL
4 AREVA T&D LTD
29 POWER FACTOR IMPROVEMENT CAPACITOR BANKS
1 LARSEN & TUBRO 4 GE
2 SIEMENS 5 CROMPTON & GREAVES
3 EPCOS
30 HT SWITCH GEAR 66/33/11KV 3 PHASE, GAS CIRCUIT BREAKER CIRCUIT BREAKER SF-6 TYPE
1 CROMPTON GREAVES, MUMBAI 4 SIMENS LTD, MUMBAI
2 AREVA T&D INDIA LTD, NOIDA 5 SCHNEIDER, NEW DELHI
3 ABB LTD, BANGALORE
31 HT 11 KV, 3 PH AUTOMATIC SWITCH FUSE UNIT
1 SOUTHERN SWITCH GEAR, CHENNAI
4 SCHNEIDER, NEW DELHI
2 ANDREW YULE 5 AREVA T&D INDIA LTD, NOIDA 3 CROMPTON GREAVES, MUMBAI
32 AIR BREAK SWITCH GANG OPERATED (33KV/11 KV) (GO/DO SWITCH)
1 PACTIL, MUMBAI 8 ATLAS
2 MYSORE ELECTRICAL INDUSTRIES
9 ECE
3 MEI 10 AREVA
4 SOUTHERN SWITCHGEAR 11 GEC
5 ANDREW YULE 12 UNIVERSAL
6 ATLAS 13 CROMPTON GREAVES
7 JAIPURIA 14 GR POWER SWITCH
33 ARRESTERS LIGHTENING LT / HT
1 OBLUM 4 CROMPTON & GREAVES
2 BHEL 5 AREVA T&D
3 GEC-ELPRO
34 FLAME PROOF FITTINGS (ISI) MARKED
1 BAJAJ 7 PHILLIPS
2 CROMPTON GREAVES 8 ELECTRON LIGHTING SYSTEM
3 SUDDHIR SWITCHGEARS LTD 9 FCG
4 M/S BALIGA 10 ATLAS INDUSTRIES LTD
5 FLEXPRO ELECTRICALS, NASIK 11 PLUTO
6 SHYAAM SWITCHGEARS PVT LTD, MUMBAI
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
35 LT SWITCH BOARD PANEL, LT PANEL, FEEDER PILLAR BOX, AMF PANEL, APFC PANEL (CPRI TESTED)
1 SCHIENDER 17 MILESTONE 2 ABB 18 ADVANCE
3 POWERWARE 19 UNILEC 4 L&T 20 SUPERTECH POWER
CONTROL PVT LTD 5 ESS ESS KAY POWER SYSTEM
& CONTROL 21 UPS INTERNATIONAL
6 HAVELLS 22 ABHUNIK SWITCHGEARS PVT LTD
7 C & S ELECTRIC LIMITED (C&S) 23 HPL 8 NOVATEUR ELECTRICALS &
DIGITAL SYSTEMS PVT LTD (INDOASIAN)
24 POWERTECH SWITCHGEARS (I) PVT LTD (POWERTECH)
9 HANSON ENTERPRISES PVT LTD (HANSON)
25 SHALABH (INDIA) LTD (SHALABH SWITCHGEAR)
10 SOMBANSI ENVIOR ENGG PVT LTD (SEEPL)
26 SHIV SHAKTI ENGINEERS
11 SS ELECTRO POWER 27 ENGINEERS & ENGINEERS (ELECTRICALS) PVT LTD, JAIPUR (ENGINEERS & ENGINEERS)
12 DYNAMIC CONTROL SYSTEMS, AHMEDABAD (BRAND - DYNAMIC)
28 RAMP TECHNOMATION PVT LTD (RAMP) (ONLY FOR CE (AF) GZ)
13 UNIVERSAL SWITCH GEAR CONTROL
29 STANDARD
14 CROMPTON 30 OSIAN SWITCHGEARS & CONTROLS, JODHPUR (BRAND - OSIAN)
15 BAFNA ELECTRICAL CO, JODHPUR
31 BHANDARI ENGINEERING CO PVT LTD, BATHINDA (BRAND - BHANDARI ENGINEERING CO PVT LTD)
16 INDIASIAN 32 ENERLEC
36 GEYSER 1 BAJAJ 6 HAVELLS
2 USHA 7 JAQUAR & COMPANY PVT LTD
3 CROMPTON GREAVES 8 EON ELETRIC LTD
4 RACOLD 9 MARC ENTERPRISES PVT LTD (MARC)
5 V GUARD
37 CHANGE OVER SWITCH /STARTER/ CONTACTOR DOL/ STAR-DELTA/ SYNCHRONOUS
1 HAVELLS 8 ABB
2 SIEMENS 9 HPL
3 LARSEN & TUBRO 10 SCHNEIDER
4 C & S ELECTRIC LIMITED (C&S) 11 MDS
5 CROMPTON GREAVES 12 STANDARD
6 LEGRAND 13 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS PVT LTD (INDOASIAN) 7 GE
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
38 MAIN SWITCH IRON CLAD
1 HAVELLS 4 INDOASIAN
2 HPL 5 L & T
3 STANDARD
39 POWER TRANSFORMER,33/11 KV, 66/11 KV, 11/0.433, 33/0.433 KV, COPPER WOUND
1 BHEL 9 ALSTOM (GEC)
2 SIMENS LTD, MUMBAI 10 M/S INDO TECH TRANSFORMERS
3 BHARAT BIJLEE LTD, MUMBAI 11 ABB LTD, BANGALORE
4 CROMPTON GREEVES, MUMBAI 12 ANDREW YULE
5 AREVA T&D INDIA LTD, NOIDA 13 KIRLOSKAR
6 C & S ELECTRIC LIMITED (C&S) 14 ELECTRIFIED COMPANY
7 SCHENIDER 15 INDIAN TRANSFORMERS & ELECTRICALS
8 POWERWARE 16 MEGAWIN SWITCHGEAR P LTD
17 VARDHMAN ELECTROMECH
40 TRANSFORMERS 33 KV, CURRENT & POTENTIAL
1 AUTOMATIC ELECTRICAL 3 PRAGATI ELECTRICALS, NEW MUMBAI
2 JOYTI LTD, VADODARA
41 TRANSFORMERS 11 KV, CURRENT & POTENTIAL
1 AUTOMATIC ELECTRICAL (AE) 4 CROMPTON GREAVES, MUMBAI
2 KAPPA ELECTRICALS, CHENNAI 5 CONTROL & SYSTEM
3 PRAGATI ELECTRICALS, NEW MUMBAI
6 ELECTRIFIED COMPANY
42 CABLE JOINTING KIT FOR 11 KV/22 KV
1 RAYCHEMS 6 Y-DENSON
2 DENSONS 7 YAMUNA GASES & CHEMICALS
3 M-SEAL 8 MAHINDRA & MAHINDRA
4 BIRLA -3M 9 SIEMEN
5 CCI 10 RPG
43 UG HT XLPE, PVC INSULATED ALUMINUM CONDUCTOR FOR 33/11 KV SYSTEM
1 CABLE CORPORATION OF INDIA, MUMBAI
5 GLOSTER
2 HAVELLS INDIA LTD 6 POLYCAB WIRES PVT LTD (POLY CAB)
3 UNIVERSAL CABLES LTD, SATNA
7 RPG CABLES
4 ASIAN CABLES (RPG)
44 UG LT XLPE , PVC INSULATED ALUMINUM CONDCTOR FOR 1100 VOLTS
1 CABLE CORPORATION OF INDIA, MUMBAI
4 POLYCAB
2 ASIAN CABLE CO, CHATTISGARH
5 GLOSTER
3 FINOLEX CABLE LTD, PUNE 6 RPG CABLES
45 ALUMINUM CONDUCTOR STEEL REINFORCED (ACSR)
1 ALL-IND 4 NICCO
2 ICC 5 INDIAN ALUMINUM CO
3 BHARAT CONDUCTORS
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
46 STREET LIGHT FITTINGS
1 PHILLIPS 6 CONTROL & SWITCHGEAR
2 WIPRO 7 SURYA ROSHNI
3 CROMPTON GREAVES 8 ORIENT ELECTRIC
4 GE 9 POLYCAB WIRES PVT LTD (POLY CAB)
5 HAVELLS 10 C & S ELECTRIC LIMITED
11 HPL 47 SOLAR STREET LIGHT
FITTINGS
1 PHILLIPS 6 PLAZA POWER
2 BHEL 7 ABS ENGINEERING
3 TATA 8 STARTECH
4 GOLDWIN 9 SANGWAN ENERGY SYSTEM PVT LTD (SE / SANGWAN ENERGY)
5 KRIPA 10 HPL
48 LED STREET LIGHT FITTINGS
1 POLYCAB WIRES PVT LTD (POLY CAB)
4 HAVELLS
2 SYSKA LED LIGHTS PVT LTD (SYSKA)
5 SANGWAN ENERGY SYSTEM PVT LTD (SE / SANGWAN ENERGY)
3 CROMPTON GREAVES LTD 6 C & S ELECTRIC LIMITED
4 HPL
49 HIGH MAST LIGHT 1 BAJAJ 3 GE
2 PHILLIPS 4 CROMPTON
5 HPL 50 FLUORESCENT TUBE
LIGHT FITTINGS/CFL FITTINGS/
1 WIPRO 6 HPL 2 CROMPTON 7 ENGLISH ELECT
3 PHILLIPS 8 GE- LIGHTING
4 SURYA 9 HAVELLS
5 POLYCAB WIRES PVT LTD (POLY CAB)
10 C & S ELECTRIC LIMITED
51 PVC CASING CAPING (ISI MARKED)
1 PRESTO PLAST 6 SUPREME
2 FINOLEX 7 POLYCAB
3 PRECISION 8 AREVA ABB
4 MODI 9 SIEMENS
5 PRINCE 10 CG
11 RICHA CABLE PVT LTD (RICHA)
52 LIGHT FITTINGS LED 1 PHILLIPS 10 Kripa Telecom 2 OSRAM 11 M/s MEGA Energy Solutions, Pune 3 WIPRO 12 M/s Instapower Ltd 4 BAJAJ 13 M/s Surya Roshni Limited 5 HAVELLS INDIA LTD 14 Crompton Greaves Limited 6 M/S RR KABEL LTD 15 GOLDWYN 7 VIN SEMICONDUCTORS 16 SYSKA LED LIGHTS PVT LTD
(SYSKA) 8 ORIENT ELECTRIC 17 C & S ELECTRIC LIMITED 9 KOLORS 18 HPL 19 Pyrotech
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
53 ELECTRONIC / PHOTO ELECTRIC SWITCH FOR AUTO OP OF STREET LTS
1 LARSEN & TUBRO 5 GENUS
2 GE- LIGHTING 6 KAKATIYA ENERGY SYSTEMS PVT LTD
3 INDO-ASIAN 7 LEGRAND
4 BAJAJ
54 MICROPROCESSOR BASED MCCB LT 415 VOLTS
1 LARSEN & TUBRO 6 HAVELLS INDIA LTD
2 ABB 7 C & S ELECTRIC LIMITED (C& S)
3 GE CONTROLS 8 BENTEC INDIA LIMITED (BENTEC/BENLO)
4 SIMENS 9 SHALABH (INDIA) LTD (SHALABH SWITCHGEAR)
5 SCHNEIDER 10 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS PVT LTD (INDOASIAN)
55 AMMETER / VOLTMETER / POWER FACTOR / FREQUENCY METERS
1 IMP 4 HAVELLS
2 AUTOMATIC ELECTRICAL 5 MECO
3 L&T
56 DIGITAL METERS WITH BUILT IN SELECTOR SWITCHES FOR VOLTMETER, AMMETER, FREQUENCY, ENERGY, KW, POWER ANALYSER
1 LARSEN & TUBRO 5 AE
2 AUTOMATIC ELECTRICAL 6 L&T(RISHAB)
3 HPL SOCOMEC 7 CONSERV
4 ENERCON 8 SECURE METER
57 ELECTRONIC ENERGY METERS, (TAMPER PROOF)
1 LARSEN & TUBRO 7 HAVELLS INDIA LTD
2 HPL 8 DELHI CONTROL DEVICES PVT LTD
3 HAVELLS 9 JAIPURIA METERS
4 SECURE METERS 10 CONZREVE
5 GE 11 BENTEC INDIA LIMITED (BENTEC/BENLO)
6 GENUS
58 CEILING FANS & REGULATORS
1 KHAITAN 6 POLAR
2 ORIENT 7 EON ELETRIC LTD
3 CROMPTON GREAVES 8 POLYCAB WIRES PVT LTD (POLYCAB)
4 ALMONARD 9 MARC ENTERPRISES PVT LTD (MARC)
5 HAVELLS
59 EXHAUST FAN / CABIN FAN / WALL MOUNTED FAN / AIR CIRCULATOR
1 CROMPTON 4 BAJAJ
2 KHAITAN 5 ALMONARD
3 USHA 6 HAVELLS
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
60 PVC CONDUIT (FLEXIBLE)
1 FINOLEX 5 SUPREME
2 AVON 6 POLYCAB WIRES PVT LTD (POLYCAB)
3 PRECISION 7 KALINGA CABLE & CONDUIT CO. (KALINGA PREMIUM)
4 GARWARE
61 PVC CONDUITS (RIGID) 1 FINOLEX 6 PRESTO PLAST
2 SUPREME 7 KALINGA CABLE & CONDUIT CO. (KALINGA PREMIUM)
3 PRINCE 8 RICHA CABLES PVT LTD
4 TIRUPATI 9 POLYCAB WIRES PVT LTD (POLYCAB)
5 DUTRON 10 INDO AMERICAN ELECTRICALS
62 MS CONDUIT 1 BEC INDUSTRIES 8 PRAKASH SURYA
2 BHARAT 9 STEEL KRAFT
3 TATA 10 VIMCO SUPREME
4 JINDAL 11 TIRPUTI
5 KALINGA 12 PRECISION
6 BEC 13 GREAVES COTTON
7 AKG
63 RELAY ELECTROMECHANICAL
1 AREVA T&D 4 SIEMENS
2 LARSEN & TUBRO 5 CROMPTON,
3 SCHNIEDER 6 AE
64 RELAY NUMERICAL, STATIC
1 SIEMENS 4 L&T
2 ABB 5 CROMPTON
3 AREVA T&D
65 UPS 1 TATA-LIEBERT 4 SINETRAC
2 APLAB 5 POWER CONVERSION TECH
3 PIXELS
66 DG SET (ENGINE) 1 KIRLOSKAR 4 ASHOK LAYLAND
2 CUMMINS 5 MAHINDRA
3 GREAVES -COTTON 6 TATA
67 DG SET (ALTERNATOR) 1 KIRLOSKAR 5 AREVA
2 CROMPTON GREAVES 6 LEROY SOMER
3 ALSTOM 7 BHARAT BIJLEE
4 CUMMINS 8 MAHINDRA
68 DG SET ASSEMBLED SOUND PROOF
1 KIRLOSKAR 8 ALSTOM
2 CONTROL & SWITCH GEAR 9 CUMMINS
3 MAHENDRA 10 AREVA
4 KIRLOSKAR 11 LEROY SOMER
5 STAMFORD 12 BHARAT BIJLEE
6 JYOTI 13 GREAVES COTTON TATA
7 CROMPTON GREAVES 14 ASHOK LEYLAND
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
69 INDUCTION MOTORS 1 CROMPTON GREAVES 4 SIMENS
2 KIRLOSKAR ELECTRIC 5 JYOTI LTD
3 BHARAT BIJLEE
70 LT CIRCUIT BREAK, MCCB, RCCB,RCBOs, MCB, DB, ELCB ,ISOLATER
1 HPL 11 SCHNEIDER,
2 SINTEX 12 MDS
3 BENTEC INDIA LIMITED (BENTEC/BENLO)
13 HAVELLS INDIA LTD (STANDARD DIVISION)
4 LEGRAND 14 SHALABH (INDIA) LTD (SHALABH SWITCHGEAR)
5 L&T 15 KOLORS
6 C&S ELECTRIC LIMITED (C&S) 16 NOVATEUR ELECTRICAL & DIGITAL SYSTEMS PVT LTD (INDOASIAN)
7 ELS SPELSBERG, 17 M/S ABHUNIK SWITCHGEARS PVT LTD
8 UNIVERSAL SWITCH GEAR CONTROL
18 ABB
9 HPL 19 SIMENS 10 GE/ENGLISH ELCT 20 HAVELLS INDIA LTD
71 FLEXIBLE WIRES AND CABLES (PVC) UP TO 1100 VOLTS (IS 694 :2010) (ISI MARKED)
1 NICCO 9 SHALABH (INDIA) LTD (SHALABH SWITCHGEAR)
2 FINOLEX 10 PLAZA
3 L&T 11 ANCHOR
4 HAVELLS 12 PARAGON
5 POLYCAB WIRES PVT LTD (POLYCAB)
13 RICHA CABLES PVT LTD (RICHA)
6 KALINGA CABLE & CONDUIT CO. (KALINGA PREMIUM)
14 KEI INDUSTRIES LTD
7 BONTON CABLES INDIA PVT LTD (BONTON)
15 BENTEC INDIA LIMITED (BENTEC/BENLO)
8 DNEO CABLES PVT LTD (DCAB) 16 GRANDLAY (COPPER FLEXIBLE WIRE)
72 LT PVC/XLPE CABLES POWER & CONTROL CABLES (ISI MARKED)
1 NICCO 8 KEI INDUSTRIES LTD
2 FINOLEX 9 POLYCAB WIRES PVT LTD (POLYCAB)
3 L&T 10 DIAMOND POWER INFRASTRUCTURE LTD (DIATRON)
4 PARAGON 11 KALINGA CABLE & CONDUIT CO. (KALINGA PREMIUM)
5 HAVELLS 12 BONTON CABLES INDIA PVT LTD (BONTON)
6 ANCHOR 13 HPL INDIA LTD
7 RR KABEL LTD 14 RICHA CABLES PVT LTD (RICHA)
15 GRANDLAY
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
73 HT CABLES, CONTROL CABLES (ISI MARKED)
1 KEI INDUSTRIES LTD 7 PARAMOUNT 2 NICCO 8 CCI
3 FINOLEX 9 RPG
4 POLYCAB WIRES PVT LTD (POLYCAB)
10 DIAMOND POWER INFRASTRUCTURE LTD (DIATRON)
5 HAVELLS 11 ICL 6 ASIANS CABLES
74 STARTERS 1 L&T 3 LEGRAND
2 ABB 4 SIEMENS ENGLISH ELECT
75 SWITCH FUSE UNIT / HRC FUSES
1 L&T 5 HAVELLS INDIA LTD 2 BENTEC INDIA LIMITED
(BENTEC/BENLO) 6 NOVATEUR ELECTRICALS &
DIGITAL SYSTEMS PVT LTD (INDOASIAN)
3 ABB 7 C&S 4 MEGAWIN SWITCHGEAR P LTD 8 SHALABH (INDIA) LTD
(SHALABH SWITCHGEAR) 76 HT RING MAIN UNIT,
VCB, ITE KV
1 ABB 2 AREVA SCHNEIDER
77 RISING MAIN/BUS KEY TRUNKING SANDWITCHED BUSBAR
1 LEGRAND 2 L&T
78 SWITCHES / SOCKETS / BELL PUSH / CEILING ROSE & CALL BELL
1 HAVELLS 8 CRABTREE
2 LEGRAND 9 LEADER
3 SSK 10 LEGRAND
4 MDS 11 PHILLIPS
5 POLYCAB WIRES PVT LTD (POLYCAB)
12 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS PVT LTD (INDOASIAN) 6 HPL
7 ANCHOR
79 MODULAR SWITCHES / SOCKETS
1 ABB 7 HAVELLS INDIA LTD 2 CRABTREE 8 NOVATEUR ELECTRICALS &
DIGITAL SYSTEMS PVT LTD (INDOASIAN)
3 ANCHOR 9 HAVELLS INDIA LTD (STANDARD DIVISION)
4 FINGLOW 10 RR KABEL LTD
5 LEADER 11 POLYCAB WIRES PVT LTD (POLYCAB) 6 KOLORS
80 LAMINATED SHEET 1 EON ELETRIC LTD
2 HYLAM
81 LED BULBS & LAMPS 1 PHILLIPS 6 ELEKTRON LIGHTING SYSTEM 2 BENTEC INDIA LTD
(BENLO / BENTEC) 7 SYSKA LED LIGHTS PVT LTD
(SYSKA) 3 ENGLISH ELECT 8 SANGWAN ENERGY SYSTEM
PVT LTD 4 SIEMENS 9 L&T 5 STAR-TECH 10 C & S ELECTRIC LIMITED
11 Pyrotech
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
82 SELECTOR SWITCH PUSH BUTTONS
1 L&T 3 ABB 2 C&S LIGHT FITTINGS &
ACCESSOIRES
1 PHILIPS 5 HAVELLS 2 ENGLISH ELECT 6 POLYCAB WIRES PVT LTD
(POLYCAB) 3 CG 7 C & S ELECTRIC LIMITED
4 WIPRO 83 BULK HEAD
FITTINGS
1 PHILIPS 3 CG
2 WIPRO 4 HAVELLS
84 VOLTAGE STABILIZER
(A) UPTO 5 KVA 1 VINTEK ELECTRONICS (VOLINA) 4 AE
2 V GUARD 5 VINITEC ELECTRONIC LABORATORY (VINITEC)
3 VINUS
(B) 5 KVA TO 25 KVA
1 VINTEK ELECTRONICS (VOLINA)
4 CG
2 V GUARD 5 VINITEC ELECTRONIC LABORATORY (VINITEC)
3 MICROTEX
(C) ABOVE 25 KVA 1 VINITEC ELECTRONIC LABORATORY (VINITEC)
3 M/S VINTEK ELETRONICS (VOLINA)
2 POWERWARE 4 ANDREW YULE 85 SERVO
CONTROLLED AUTOMATIC VOLTAGE STABILIZER
1 INDIAN TRANSFORMERS & ELECTRICALS
3 VINTEK ELECTRONICS (VOLINA)
2 ELECTRIFIED COMPANY 4 VINITEC ELECTRONIC LABORATORY (VINITEC)
86 MOTOR STARTERS
1 KIRLOSKAR ELECTRIC 4 HAVELLS INDIA LTD 2 AREVA 5 C & S ELECTRIC LIMITED (C&S)
3 CROMPTION 6 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS PVT LTD
87 PUMPS 1 KIRLOSKAR BROTHER LTD 9 WASP
2 CG 10 JYOTI
3 KSB 11 BHEL ENGLISH ELECT
4 JOHNSON 12 ABB
5 BEACON 13 SIEMENS
6 GRUNDFOSS 14 CALAMA
7 ARMSTRONG 15 MBH PUMPS (GUJRAT) PVT LTD (MBH)
8 MATHER & PLATT
88 GI PIPES & TUBING 1 TATA 3 PRAKASH SURYA
2 JINDAL 4 RAWALWASIA STEEL PLANT PVT LTD (BST)
89 CI PIPES & CI FITTINGS / SPECIALS
1 ELECTROSTEEL CASTING LTD 4 SURYA ROSHNI LTD
2 JAISWAL NECO 5 JINDAL SAW LIMITED
3 SKF BRAND
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
90 DI PIPES & DI FITTINGS
1 ELECTRO STEEL CASTING LTD 4 SURYA ROSHNI LTD
2 JINDAL SAW PIPES 5 RASHMI METALIKS LTD
3 SKF BRAND 6 ELECTROTHERM (INDIA) PVT LTD (ELECTROTHERM)
91 HDPE PIPES & FITTINGS
1 LANCO INDUSTRIES LTD 4 SUPREME
2 RELIANCE 5 KISAN MOULDINGS LIMITED
3 FINOLEX 6 JAIN IRRIGATION SYSTEMS ltd
92 DWC HDPE PIPE FOR SEWERAGE & DRAINAGE (ISI MARKED)(IS16098:PART 2: 2013)
ALOM POLY EXTRUSIONS LTD (TELECORR) 93 DWC HDPE PIPE FOR ELECTRICAL CABLE DUCTING (ISI MARKED) IS : 14930;PART 2 :2001) 1 ALOM POLY EXTRUSIONS LTD (TELECORR) 2 L&T 94 SUBMERSIBLE CABLE 1 FINOLEX 3 HAVELLS
2 PLAZA 4 POLYCAB WIRES PVT LTD (POLYCAB)
95 SINGLE PHASE PREVENTOR / SEQUENCE CORRECTOR
1 L&T 2 ABB 96 CHOLORONOME
PLANT,
1 ION EXCHANGE 2 CHLOROMAX
97 BLEACHING DOZER 1 CHLOROMAX 3 RAMCO
2 ION EXCHANGE 4 AVON
98 CHEMICAL DOZER / SODIUM HYPOCHLORITE SOLUTION
1 ALTOC 2 RAMCO
99 PVC/CPVC/UPVC PIPES & FITTINGS
C PVC PIPES 1 ASTRAL 4 DUPLON (RELIANCE)
2 ASHIRVAD 5 FINOLEX
3 DUTRON
PVC PIPES & FITTINGS 1 KISAN MOULDINGS LIMITED 6 SFMC
2 JAIN IRRIGATION SYSTEMS LTD 7 SINTEX
3 PRINCE 8 FINOLEX
4 SUPREME 9 RELIANCE INDUSTRIES
5 ASHIRVAD UPVC CASTING FOR
BORE WELL PIPES
KISAN MOULDINGS LIMITED
100 RUBBER MATS 1 JYOTI
101 PVC SHEET FLOORING
1 FINOLEX
102 BATTERY / BATTERY CHARGER
1 EXIDE 2 AMRON
103 BATTERY MAINTANENCE FREE
1 EXIDE 3 NICCO
2 AMCO
104 PVC LID 1 AMRON 3 ROTEX
2 SINTEX
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
105 ELECTRIC MOTOR 1 POLYWELL 3 SIEMENS
2 CROMPTON GRAVES 4 ABB
106 CONTACTOR 1 KIRLOSKER ELECTRIC 4 LEGRAND
2 ABB 5 ENGLISH ELECT
3 L&T 6 SIEMENS
107 CAPACITORS INCL RELAY
1 ABB 3 GE 2 L&T
108 MEASURING INSTRUMENTS
1 ABB 3 AE 2 L&T
109 PHOTO ELECTRIC TIME SWITCH, SINGLE PAHSE / 3 PHASE
1 L&T 3 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS PVT LTD
2 C&S 4 C & S ELECTRIC LIMITED (C&S)
110 SHADOW LESS LIGHT
1 PHILIPS 3 WIPRO
2 CG
111 POST TOP LANTERN 1 PHILIPS 3 WIPRO LIGHTING
2 BAJAJ 4 ENGLISH ELECT
112 TOOLS (HAND & CRIMING ETC
1 TAPARIA 3 STANLEY
2 EVEREST
113 REFRIGERATORS & FREEZERS
1 WHIRL POOL 3 LG
2 VOLTAS
114 WATER COOLERS 1 BLUE STAR, 3 VOLTAS
2 USHA
115 AVIATION LIGHT 1 WIPRO 2 PHILIPS
116 UNDER WATER LIGHTS
1 PHILIPS
117 UPS 1 MICROTEK
118 FIRE HOSE REEL 1 MINIMEX 2 SAFEX
119 STAND POST TYPE HYDRANT
1 MINIMEX 2 SAFEX
120 PRI HOSE PIPE 1 NEWAGE 3 COSMOS
2 DUNLOP
102 SPRINKLER HEAD 1 TYCO 2 CEASEFIRE
103 PRESSURE SWITCH 1 DANFOSS 3 HONEYWELL
2 EIEMENS 4 DANFOSS
121 ALARM VALVE 1 HD
122 FIRE EXTINGUISHER 1 MINIMAX 3 NEWAGE
2 FIREX
123 SINGLE HEAD LANDING VALVES THREE/ FOUR WAY FIRE BRIGADE INLET, HOSE REEL DRUM AND SHUT OFF NOZZLE ALUMINIUM BRACH PIPE
123 1 MINIMAX 3 SAFEX 2 AGNI SUERMAX
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
124 AIRE HANDING EQUIPMENT AIR HANDLING UNIT (DOUBLE SKIN)
1 ZECO 3 VOLTAS
2 AIRFLOW 4 BLUE STAR
125 COOLING / HEARING COILS 1 VOLTAS 3 ZECO 2 BLUE STAR 4 AIRFLOW 126 FAN COIL UNITS (LOW STATIC) 1 EDGETECH 3 ZECO
2 AIRLOW
127 FAN COIL UNITS (HIGH STATIC) 1 EDGETECH 3 AIRFLOW
2 ZECO
128 VENTILATTION FANS (SECTIONALISED CONSTURCTION AS PER SPECIFICATION)
1 ZECO AIRFLOW
129 CENTRIFUGAL FANS FOR AHUS
1 AIRFLOW 2 NICOTRA
130 INLINE FANS 1 KRUGER 3 COMEFRI 2 SPHERE
131 AXIAL FANS 1 KRUGER 2 FLAKTWOOD
132 CENTRIFUGAL FANS FOR VENTILATION UNITS
1 KRUGER, 2 FLAKTWOOD
133 AIR FILTERS 1 THERMADYNE 3 JOHAN FLOWER
2 KLENZOID 4 BLUE STAR
134 POT STRAINERS 1 EMERALD
135 Y-STRAINERS 1 EMERALD 136 BUTTER VALVES (WATER
DUTY)
1 ADVANCE 4 C & R
2 LEADER 5 NORMEX VALVES PVT LTD, PUNE (BRAND - NORMEX) (ONLY FOR CE (AF) GANDHINAGAR
137 CHECK VALVES (WATER DUTY) 1 ADVANCE 2 NORMEX VALVES PVT LTD, PUNE (BRAND - NORMEX) (ONLY FOR CE (AF) GANDHINAGAR
138 BALL VALVES (WATER DUTY) 1 CIMM 3 ARCO 2 RB 4 NORMEX VALVES PVT LTD,
PUNE (BRAND - NORMEX) (ONLY FOR CE (AF) GANDHINAGAR
139 BALANCING VALVES (WATER DUTY)
1 AUDICO 3 LEADER
2 ADVANCE 4 C & R
140 TWO WAY MOTORIZED MODULATING VALVES (WATER DUTY) FOR AHUS
1 DANFOOS 2 JOHNSON CONTROL
141 PRESSURE GAUGE 1 FEBING 3 TAYLOR
2 HGURU 4 FIEBIG
142 INDUSTRIAL THERMOMETERS 1 EMERALD
143 GLOBE VALVES 1 ADVANCE
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
144 TWO WAY VALVES FOR FAN COIL UNITS
1 HONEYWELL 2 JOHNSON CONTROL
145 ACTUATOR FOR TWO WAY VALVES & FIRE DAMPERS
1 BELIMO
146 WATER FLOW SWITCH 1 DANFOSS,
2 RAPIDCOOL
147 MODULATING MOTORS 1 BELIMO
2 HONEYWELL
148 FLEXIBLE COUPLING FOR PIPES 1 RESISTOFLEX
149 BINDERTEST POINT 1 ANERGY
150 ROOM THERMOSTAT 1 JOHNSON CONTROL 3 DANFOSS
2 HONEYWELL 4 SIEMENS
151 HUMIDISTAT & AIRSTAT 1 JOHNSON CONTROL
152 SAFTEY THERMOSTATE FOR HEATER 1 ANERGY
153 PAN TYPE HUMIDIFIER 1 RAPIDCOOL
154 DIAL THERMOMETER CAPILLARY TYPE 1 PENN
155 AUTO AIR VENT 1 ANERGY
156 MICRO PROCESSOR BASED CONTROLERS
1 ANERGY
157 GI SHEETS 1 SAIL, 3 TATA
2 LLOYD
158 EXTRUDED ALUMINUIM CRILLES / DIFFUSERS
1 RAVISTAR
159 COMBINED FIRE / SMOKE DAMPERS 1 RAVISTAR 3 MAPRO
2 CARYIRE 4 CONAIRE
160 VENTILATION / EXHAUST AIR GRILLES 1 RAVISTAR
161 FACTORY FABBRICATED DUCT 1 TECHNOFAB
162 JET NOZZLES 1 RAVISTAR
163 EXPANDED POLYSTYRENE (TF QAULITY)
1 METTUR-BEARDSELL
164 PRE LAMINATED / PLAIN FIBRE GLASS RIGID BOARDS
1 UPTWIGA
165 PRELAMINATED GALSS WOOL BLANKETS
1 UPTWIGA
166 GLASS WOOL BLANKETS 1 UPTWIGA 167 EXTRUDED POLYSTYRENE 1 SUPREME 168 ELASTOMERIC / CROSS LINKED
POLYETHYLENE FOAM 1 TROCELLENE, 2 PARAMOUNT
169 PREMOULDED PUF SECTION FOR PIPE SUPPORTS
1 MALANPUR
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
170 PROTECTIVE COATING OVER CLOSED CELL ELASTROMETIC (EXPOSED DUCT)
1 POLYBOND
171 FIRE SEALANT 1 HILTI
172 VFD 1 SIEMENS, 2 SCHNIDER
173 AIR WASHER / SCRUBBER 1 NICOTRA, 2 CARYAIR
174 CHEMICAL DEHUMIDIFIERS 1 WHITE WESTINGHOUSE USA-JET-INDIA
175 AIR WASHERS 1 SYMPHONY 2 BLUE STAR
176 ACCOUSTIC ENCLOSURE AND CONOPIES FOR
1 JAKSONS 2 SUDHIR GENSET
177 THIMBLES / STUDS / LUGS 1 DOWELLS 3 INDIANA
178 ELECTRIC HOOTER / SIREN 1 AHUJA, 2 SONA
179 METAL CLAD EARTH PLUG SOCKET 1 LEGRAND
180 THERMO PLASITC SOCKETS & JUNCTION BOXES
1 LEGRAND 3 HENSEL
2 INDOKOP
181 PVC RIDGE PIPE (HEAVY DUTY) 1 FINOLEX 2 TIRUPATI 182 TOTALLY ENCLOSED FITTINGS 1 PHILIPS 3 SUDHIR SWITCH GEAR LTD
2 WIPRO LIGHTING
183 FOOT LIGHTS & WALK OVER LIGHTS 1 PHILIPS 3 M/S ABHUNIK SWITCHGEARS PVT LTD
2 WIPRO 4 M/S SURYA ROSHNI LIMITED
184 CABLE TERMINAL BLOCK 1 ELMEX
185 NON CHEMICAL SCALE PREVENTORS 1 DELTA DEVICE 3 SCALE- OFF 2 SCALE GUARD
186 PACKAGED/ UNIFIED SUB STATION 1 CROMPTON GREVES
3 ABB
2 BHEL 4 SIEMENS
187 RRL HOSE PIPE 1 DUNLOP 3 JAYSHREE
2 COSMOS
188 20 MM DIA RUBBER PIPE 1 JYOTI 3 MINIMAX
2 DUNLOP
189 HOOTER 1 SAFEX 3 MINIMAX
2 HONYWELL
190 AIR HANDLING UNIT 1 CARRIER 4 NATIONAL
2 VOLTAS 5 ZECO
3 BLUESTAR
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
191 AIR CURTAINS 1 ALMONARD 4 SNEHA VARDHAN
2 AIR CON 5 FILTROX
3 CROMPTON GREAVES
192 COOLING TOWERS 1 PAHARPUR 3 DELTA
2 MIHIR 4 EPP COMPOSITES PVT LTD
193 WINDOW TYPE AIR CONDITIONER
1 CARRIER 4 USHA-DAIKIN
2 BLUESTAR 5 LG
3 VOLTAS
194 SPLIT TYPE AIR CONDITIONER
1 CARRIER 4 USHA-DAIKIN
2 VOLTAS 5 HITACHI 3 BLUESTAR 195 COOLING COIL 1 BLUE STAR 3 ZECO
2 VOLTAS 4 LLYOD
196 REFRIGERANT CONTROLS 1 SPORLAN 4 DANFOSS 2 ALCO 5 JHONSON CONTROL
3 HONEYWELL
197 STRAINER 1 RAPID CONTROL 3 SANT
2 EMBERLAND
198 INSULATION CROSS LINK POLTETHELENE WITH ADHESIVE
1 TORCELLEN 3 THERMOFLEX
2 PARAMOUNT
199 THERMOMETERS/PRESSURE GUAGE
1 HGURU 3 FIEBIG 2 TAYLOR 200 ACTUATORS 1 SIEMENS 3 HONEYWELL
2 RAPID CONTROL
201 HEATERS 1 DASPASS 3 BAJAJ
2 RECOLD 202 THERMOSTATIC
EXPANSION VALVES 1 SIEMENS 3 DANFOSS
2 HONEYWELL
203 WATER SOFTENING PLANT 1 ION EXCHANGE 3 PEARL FILTERS 2 THERMAX 4 PANTAIR 204 SOLAR WATER SYSTEM 1 TATA-BP SOLAR SYSTEM 9 M/S NUETECH SOLAR
SYSTEMS (P) LTD, BANGALORE. 2 BHEL 10 M/S ORB ENERGY
(P) LTD, BANGALORE. 3 BEST & CROMPTON NOVAL
ENERGY, NEW DELHI 11 M/S V-GUARD
INDUSTRIES LTD, KOCHI,. 4 SURYA-JOYTI DEVICES,
PUNJAB 12 M/S JAIN JRRIGATION
SYSTEMS LTD, NEW DELHI. 5 SOLCHROME SYSTEMS
INDIA LTD, PARWANOO-HIMACHAL
13 M/S RACOLD THERNO LTD, PUNE.
6 GAWIN SWITCHGEAR P LTD 14 M/S SUDARSHAN SAUR SHAKTI (P) LTD, AURANGABAD.
7 M/S EMMVEE SOLAR SYSTEMS PVT LTD,
15 M/S ANU SOLAR POWER (P) LTD, BANGALORE.
8 M/S INTER SOLAR SYSTEMS (P) LTD, CHANDIGARH.
16 M/S BOSCH LTD, BANGALORE.
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
205 SWR PIPES 1 KISAN MOULDINGS LIMITED 2 JAIN IRRIGATION SYSTEMS LTD
206 PPR PIPES & FITTINGS
1 SAVOIR -FAIRE MANUFACTURING CO PVT LTD
207 COMPOSITE PIPES 1 KISAN MOULDINGS LIMITED
CASING PIPES 1 JAIN IRRIGATION SYSTEMS LTD
ASTM PLUMBING PIPES
1 KISAN MOULDINGS LIMITED
SUUBMERSIBLES PIPES
1 KISAN MOULDINGS LIMITED
Micro irrigation system 1 KISAN MOULDINGS LIMITED
Hot & Cold distribution system
1 SAVOIR -FAIRE MANUFACTURING CO PVT LTD
Under ground drainage pipes
1 JAIN IRRIGATION SYSTEMS LTD
208 MPCBS 1 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS PVT LTD
209 RING MAIN UNITS 1 MEGAWIN SWITCHGEAR P LTD
210 CHANGEOVER SWITCH & SWITCH DISCONNECTOR
1 HAVELLS INDIA LTD 3 HAVELLS INDIA LTD (STANDRED DIVISION)
2 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS PVT LTD (INDOASIAN)
211 ENERGY SAVER 1 M/S MEGA ENERGY SOLUTIONS, PUNE
212 OTHER CATEGORIES OF CABLES Air Bundled Cables 1 Ravin Cables ltd 3 Crystal cable Industries Ltd
2 DIAMOND POWER INFRASTRUCTURE LTD (DIATRON)
213 BOXES
SMC JUNCTION BOX , SMC DISTRIBUTION BOX , SMC SERVICE CONNECTION BOX, SMC METER BOX, SMC FEEDER PILLAR BOX, SMC LT CT'S METER SMC CT'S SMC SHEET SMC CHEQUERED PLALE TRAY TE , SMCTRENCH COVER , SMC DISTRIBUTION BOX FOR TRANSFORMER PROTECTION, FRP LADDER, FRP AERIAL FUSE BOARD, FRP CABLE TRAY , SMC DANGER BOARD/NOTICE PLATE & SMC MOULDED SERVICE CONNECTION BOARDS. AC BOX
1 SINTEX INDUSTRIES LIMITED
214 AC BOX 1 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS PVT LTD
2 HAVELLS INDIA LTD (STANDARD DIVISION)
215 ELASTOMERIC EPDM RUBBER FOAM INSULATION SHEETS & TUBES
ALP AEROFLEX INDIA PVT LTD ( AEROFLEX)
216 ELASTOMERIC NITRILE RUBBER FOAM INSULATION SHEETS & TUBES
1 ALP AEROFLEX INDIA PVT LTD ( AEROCELL)
2 ARMACELL INDIA PVT LTD (BRAND - ARMAFLEX)
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No ___ APPENDIX ‘D’
APPROVED LIST OF MAKES /MANUFACTURERS
Srl MATERIAL NAME OF MANUFACTURERS /BRAND NAME
217 ACOUSTIC INSULATION (NITRILE RUBBER)
1 ARMACELL INDIA PVT LTD (BRAND ARMASOUND)
218 ADHESIVES 1 ARMACELL INDIA PVT LTD (BRAND - ARMAFLEX)
219 INSULATION COVERING SYSTEM
1 ARMACELL INDIA PVT LTD (BRAND - ARMACHECK))
220 SOLAR HOME LIGHTING SYSTEM / SOLAR LANTERN
1 SANGWAN ENERGY SYSTEM PVT LTD (SE / SANGWAN ENERGY)
SIGNATURE OF CONTRACTOR AGE (CONTRACTS) DATED FOR ACCEPTING OFFICER
CA NO GE (N) BKN-TOKEN/56/18-19 SERIAL PAGE No _____ APPENDIX ‘E’
SOURCE OF MATERIALS
Srl No Name of Materials Source of Materials
1. Coarse aggregate for all RCC and PCC works : Randhisar/Chandigarh
2. Fine aggregate (coarse sand ) for all RCC and PCC works : Kolayat /Chandigarh
3. Sand for plastering pointing, brick work and cushioning : Kolayat /Chandigarh
4. Burnt clay Bricks : Sub class ‘B’, best locally available having compressive strength not less than 75 Kg/Sqcm
5. Stone aggregate for hard core : Randhisar /Chandigarh/ Suratgarh
SIGNATURE OF CONTRACTOR AGE (CONTRACTS) DATED FOR ACCEPTING OFFICER
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No._____ 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'.
3. 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.
4. 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.
5. 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.
6. 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.
7. The Garrison Engineer (N) Bikaner will be the Accepting Officer, hereinafter referred to as such for the purpose of this contract.
8. 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'.
9. 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 Accepting officer mentioned in the aforesaid Appendix ‘A' by Scheduled Bank/or receipted treasury Challan the amount being credited to the revenue deposit of the Accepting officer. 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.
10. 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.
CA NO GE (N) BKN-TOKEN/56/18-19 Serial Page No._____ IAFW-2162 (Revised 1960)
NOTICE OF TENDER (CONTD….) 11. 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 GE (N) Bikaner as mentioned in the aforesaid Appendix `A' during office working hours.
12. The tenderers are advised to visit site by making prior appointment with the AGE (concerned) by giving sufficient time.
13. 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. 14. 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. 15. Tenderers must be in possession of copy of MES Schedule of Rates (Part- I)-2009 and (Part- II) 2010 (Rates) including, errata/ amendments thereto. 16. Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for not doing so.
17. This notice of tender shall form part of the contract. 18. The site for execution will be hand over to contractor as and when compliance and requirement reaches to sub division by the user.
(Signature of Contractor) AGE (Contracts) for Accepting Officer