contents name of work: provn of furniture for or … · 4. your attention is also drawn to...

33
CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 1 CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR INSTITUTE FOR 2MT BN AT AMC C&S AND 85 OR'S SINGLE LIVING JCO/OR ACCN OF OFFICERS TRAINING COLLEGE UNDER GE (EAST) LUCKNOW. SN Description Pages From To 1 Contents 1 - 2 Forwarding letter, instructions on filling and submission of tender 3 Notice of tender including Appendix ‘A’ 4 Tender and item rate contracts for works (IAFW-1815- R) 5 BOQ downloaded from website 6 Credit Sch, General summary, Sch B & Tender Page 7 General Conditions of Contracts IAFW-1815-Z (1969 print) - 8 Schedule of minimum wages - 9 Special Conditions 10 Particular specifications Section I and Key specification Section -II 11 List of drawings 12 Amendments to tender documents 13 Relevant correspondence 14. Acceptance letter Drg. Nil Total No of Pages DCWE (Contracts) Signature of Contractor For Accepting Officer

Upload: others

Post on 04-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 1

CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR INSTITUTE FOR 2MT BN AT AMC C&S AND 85 OR'S SINGLE LIVING JCO/OR ACCN OF OFFICERS TRAINING COLLEGE UNDER GE (EAST) LUCKNOW.

SN Description Pages

From To

1 Contents 1 -

2 Forwarding letter, instructions on filling and

submission of tender

3 Notice of tender including Appendix ‘A’

4 Tender and item rate contracts for works (IAFW-1815-R)

5 BOQ downloaded from website

6 Credit Sch, General summary, Sch B & Tender Page

7 General Conditions of Contracts IAFW-1815-Z (1969

print)

-

8 Schedule of minimum wages -

9 Special Conditions

10 Particular specifications Section –I and Key

specification Section -II

11 List of drawings

12 Amendments to tender documents

13 Relevant correspondence

14. Acceptance letter

Drg. Nil Total No of Pages

DCWE (Contracts) Signature of Contractor For Accepting Officer

Page 2: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 2 Tele Mily: 6044 Headquarters Commander Works Engineers Military Engineer Services 229 MG Road Lucknow-226002 82018/E/26/ /E8 Aug 2018 M/S________________________ ___________________________ ___________________________

PROVN OF FURNITURE FOR OR INSTITUTE FOR 2MT BN AT AMC C&S AND 85 OR'S SINGLE LIVING JCO/OR ACCN OF OFFICERS TRAINING COLLEGE UNDER GE (EAST)

LUCKNOW. Dear Sir, 1. Tender documents in respect of above work are uploaded on the site www.eprocuremes.gov.in. The tender is on single stage two cover/two stage two cover/three cover e-tendering system. The contents of Cover I & Cover II are specified in NOTICE OF TENDER. 2. Bids will be received online by ACCEPTING OFFICER up to the date and time mentioned in the NOTICE INVITING TENDER (NIT). No tender/bid will be received in physical form and any tender/bid received in such manner will be treated as non bonafide tender/bid. 3. Bid will be opened on due date and time fixed for opening in the presence of tenderers/bidders or their authorised representatives, who have uploaded their quotation bid and who wish to be present at the time of opening the bids. 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your points on tender documents and/or depute your technical representative for discussion on tender/drawings and to clarify doubts, if any, on or before start date of bid submission. You are requested not to write piece meal points and forward your points duly consolidated before due date viz as specified before. 5. Un enlisted contractors are required to submit the scanned copies (in pdf file) of documents required as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix 'A' to NIT along with EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement portal and submit the physical documents in the office of HQ CWE Lucknow within time limit specified in NIT. Inadequacy/deficiency of documents shall make the bid liable for rejection resulting in disqualification for opening of finance bid. 6. (a) Contractor having not executed standing security bond and standing security deposit in any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before date & time fixed for this purpose. In case of failure to abide by any of these two requirements, the finance bid will not be opened. (b) Contractor having not executed standing security bond and standing security deposit in any MES formation would be required to deposit individual security deposit on acceptance of tender which will be calculated with reference to the tendered cost as per scales laid down by MES for calculation of "EARNEST MONEY" enhanced by 25% subject to maximum of Rs. 1875000/- (Rupees Eighteen Lakhs seventy five thousand only). 7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fee and such other documents as mentioned in Appx 'A' to NIT on e-procurement portal and submit physical documents in the officer of HQ CWE Lucknow before date & time fixed for this purpose. 8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as the Accepting Officer will take no cognizance of any quotations/offer received in any other electronic or physical form like email/fax/by hand/through post from tenderer/bidder even if they are received in time.

Page 3: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 3 9. In view of delays due to system failure or other communication related failures, it is suggested that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due date and time fixed. 10. General Conditions of Contracts (IAFW-1815 Z) and errata and amendments thereto, Schedule of minimum fair wages and MES SSR (Part-I and Part-II) are not enclosed with these documents. These are available for perusal in the office of GE concerned and this office. 11. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION, SPECIFICATIONS LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION, WHATSOEVER, IS LIABLE TO BE REJECTED. 12. (a) Contractor having not executed standing security bond and standing security deposit in any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before date & time fixed for this purpose. In case of failure to abide by any of these two requirements, the finance bid will not be opened. (b) Contractor having not executed standing security bond and standing security deposit in any MES formation would be required to deposit individual security deposit on acceptance of tender which will be calculated with reference to the tendered cost as per scales laid down by MES for calculation of "EARNEST MONEY" enhanced by 25% subject to maximum of Rs. 1875000/- (Rupees Eighteen lakhs seventy five thousand only). Yours faithfully, Encls : (As above) (AK Garg) DCWE (Contracts) For Accepting Officer (Signature of Contractor)

Page 4: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 4

INSTRUCTION ON FILLING AND SUBMISSION OF TENDER 1. EARNEST MONEY DEPOSIT (EMD) Contractor(s) who are not enlisted with MES/who are enlisted but have not executed the Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in one of the following forms, along with their tender/bid:- (a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer/CCE concerned (b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of Garrison Engineer/CCE. It is advisable that Earnest Money is deposited in the form of deposit call receipt from an approved Schedule Bank for easy refund. In case the tenderer/bidder wants to lodge 'EARNEST MONEY DEPOSIT' in any other form allowed by MES, a confirmation about its acceptability will be obtained from the Accepting Officer well in advance of the bid submission end date and time. Earnest Money Deposit shall be submitted in the name of concerned GE. NOTES:- Earnest Money Deposit (EMD) in the form of cheque/Bank Guarantee etc will not be accepted. NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned copy along with Technical Bid & hard copy before the date & time fixed for opening of BOQ) WILL RENDER THE BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID). 2. SECURITY DEPOSIT In case the tender/bid submitted by such contractor who is not enlisted with MES is accepted, the contractor will be required to lodge with the Controller of Defence Accounts INDIVIDUAL SECURITY DEPOSIT calculated with reference to TENDERED COST as notified by the Accepting Officer subject to a maximum of Rs. 18,75,000/. The amount is required to be lodged within 30 (Thirty) days of the receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final bill (See Condition of GCC (IAFW-1815 Z). 3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER CENTRAL COMMAND AND WHO HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF LOWER CLASS In case the tender/bid is accepted, the amount of Additional Security Deposit will be as notified by the Accepting Officer. The amount will be the difference between the "Individual Security Deposit" calculated with reference to the "TENDERED COST" and 'Standing Security Deposit' lodged. The amount is required to be lodged within 30 (Thirty) days of the receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final bill (Refer Condition of GCC (IAFW-1815 Z). 4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CE CENTRAL COMMAND Contractors whose names are on the approved list of any MES formation i.e. other than CE Central Command and who have deposited Standing Security and have executed Standing Security Bond may tender/bid without depositing Earnest Money with the bid and if the Accepting Officer decides to accept the tender/bid, such tenderers will be required to lodge Security Deposit as notified by the Accepting Officer. The amount is required to be lodged within 30 (Thirty) day of the receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final bill. 5. GENERAL INSTRUCTIONS FOR COMPLIANCE 5.1 The bids received only in the electronic form will be considered. All bids shall be submitted on 'eprocuremes.gov.in' portal. Documents should be scanned and forwarded in 'pdf' form and 'xls' form as indicated.

Page 5: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 5 5.2 Bids shall be uploaded on 'eprocuremes.gov.in' portal on or before the bid closing date mentioned in the tender. No tender/bid in any other electronic or physical form like email/fax/by hand/through post will be considered. 5.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents, corrections/alterations shall be signed / initialled by the lowest bidder after acceptance. 5.4 Drawings, if issued in physical form, must be returned duly initialled by the tenderer / bidder in separate envelope indicating his name and address. 5.5 The tender shall be signed, dated and witnessed at all places provided for in the documents after acceptance. All corrections shall be initialled. The Contractor shall initial every page of tender and shall sign all drawings forming part of the tender. Any tender/bid, which proposes alterations to any of the conditions whatsoever, is liable to be rejected. 5.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading the bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole proprietor, scanned copy of an affidavit on stamp paper of appropriate value to this effect stating that he has authority to bind the firm in all matters pertaining to contract including the Arbitration clause, shall be attached in 'pdf' form. In case of partnership concern or a limited company, digital signatory of the bid/tender shall ensure that he is competent to bind the contractor (through partnership deed, general power of attorney or Memorandum and and Articles of Association of the Company) in all the matters pertaining to the contracts with Union of India including arbitration clause. A scanned copy of the documents confirming of such authority shall be attached with the tender/bid in 'pdf' form, if not submitted earlier. The person uploading the bid on behalf of another partner(s) or on behalf of a firm or company using his DSC shall upload with the tender/bid a scanned copy (in 'pdf' form) of Power of Attorney duly executed in his favour by such other or all of the Partner(s) or in accordance with constitution of the company in case of company, stating that he has authority to bind such other person of the firm or the Company, as the case may be, in all matters pertaining to the contract including the Arbitration Clause. 5.7 Even in case of Firms or Companies which have already given Power of Attorney to an individual authorizing him to sign tender in pursuance of which bids are being uploaded by such person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that the said person has authority to bind such partners of the Firm, or the Company as the case may be, including the condition relating to Arbitration Clause, should be uploaded in 'pdf' form with the tender / bid; unless such authority has already been given to him by the Firm or the Company. It shall be ensured that power of attorney shall be executed in accordance with the constitution of the company as laid down in its Memorandum & Article of Association. 5.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing authority well in advance to be received before the date & time fixed for the same. 5.9 Bid (Cover 1 & 2) shall be uploaded online well in time. 5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of IAFW – 1815 Z (General conditions of contract). 5.11 Tenderers / bidders who uploaded their priced tenders/bids and are desirous of being present at the time of opening of the tenders/bids, may do so at the appointed time. 5.12 The tenderer / bidder shall quote his rate on the BOQ file only. No alteration to the format will be accepted; else the bid will be disqualified and summarily rejected. 5.13 In case the tenderer / bidder has to revise/modify the rates quoted in the BOQ (excel sheet he can do so only in the BOQ, through eprocuremes.gov.in site only before the bid closing time and date. 6. REVOKATION/REVISION OF OFFER UPWARD/OFFERING VOLUNTARY REDUCTION, AFTER OPENING OF FINANCIAL BIDS BY LOWES BIDDER

Page 6: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 6 In the event of lowest tenderer / bidder revoking his offer or revision his rates upward/offering voluntary reduction, after closing of bid submission date & time, his offer will be treated as revoked and the Earnest Money deposited by him shall be forfeited. In case of MES enlisted Contractors, the amount equal to the Earnest Money stipulated in the Notice of tender, shall be notified to the tenderer / bidder for depositing the amount through MRO. Bids of such Contractors/bidders shall not be opened till the aforesaid amount equal to the earnest money is deposited by him in Govt Treasury. In addition, bids of such tenderer / bidder and his related firm shall not be opened in second call or subsequent calls. Reduction offered by the tenderer/bidder on the freak high rates referred for review shall not be treated as voluntary reduction. 7. CPM (Critical Path Method) 7.1 The project planning for work covered in the scope of tender is based on CPM. 7.2 The tenderer / bidder is expected to be fully conversant with the CPM technique and employ technical staff who can use the technique in sufficient details. Sufficient books and other literature on the subject are widely available in the market which the tenderer / bidder may make use of. 7.3 The tenderer's / bidder's attention is drawn to special condition of the tender regarding preparation of the detailed network analysis and time schedule for the work and his liability for employing sufficient resources to adhere to this schedule. Any inability on the part of the tenderer / bidder in using the technique will be taken as his technical inefficiency and will affect his class of enlistment and future prospect/invitation to tenders for future works. 7.4 Department may issue amendments/errata in for of CORRIGENDUM to tender / revised BOQ to the tender documents. The tenderer / bidder is requested to read the tender documents in conjunction with all the errata / amendments / corrigendum, if any, issued by the department. 8. These instructions shall form part of the contract documents. DCWE (Contracts) (Signature of Contractor) For Accepting Officer

Page 7: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 7

In lieu of IAFW-2159 MILITARY ENGINEER SERVICES

NOTICE OF TENDER (NIT) 1. A tender is invited for the work as mentioned in Appendix 'A' to this NOTICE INVITING

TENDER (NIT) 2. The work is estimated to cost as indicated in aforesaid Appendix 'A'. This estimate,

however, is not a guarantee and is merely given as a rough guide and if the work cost more or less, a tenderer/bidder will have no claim on that account. The tender shall be based on as mentioned in aforesaid Appendix 'A'.

3. The work is to be completed within the period as indicated in aforesaid Appendix 'A' in

accordance with the phasing, if any, indicated in the tender from the date of handing over site, which will be on or about two weeks after the date of Acceptance of tender.

4. Normally contractors whose names are on the MES approved list for the area in which

the work lies, and within whose financial category the estimated amount would fall, may tender/bid but in case of term contracts, contractors of categories SS to E may tender/bid. In case, where the tender amount is in excess of the financial limit of the contractor and the Accepting officer decides to accept the tender/bid, in which event the tenderer/bidder would be required to lodge additional security deposit as notified by the Accepting Officer in term of conditions of contract. Contractors whose names are on the MES approved list of any MES Formation and who have deposited standing security and have executed standing security bond may also tender/bid without depositing Earnest money along with the tender/bid and if the tender/bid submitted by such a tenderer/bidder is accepted, the contractor will be required to lodge with the controller of Defence Accounts concerned the amount of 'Individual security deposit' within thirty days of the receipt by him of notification of acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor. Not more than one tender/bid shall be submitted/uploaded by one contractor or one firm of contractors. Under no circumstances will a father and his son(s) or other close relations who have business dealing with one another be allowed to tender/bid for the same contract as separate competitors. A breach of this condition will render the tenders/bids of both the parties liable for rejection.

5. The Office of HQ CWE Lucknow will be the Accepting Officer here in after referred to as

such for purpose of the contract. 6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the

tenderer / bidder on or before the date & time mentioned in NIT. A scanned copy of DD with enlistment details/documents shall be uploaded as packet 1/cover-1 ('T' bid) of the tender/bid on e-tendering portal. DD is refundable in case T bid is not accepted resulting in non-opening of 'Q' bid. The applicant contractor shall bear the cost of bank charges for procuring and encashing the DD and shall not have any claim from Government whatsoever on this account.

Page 8: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 8 NOTICE OF TENDER (CONTD....)

6.1 Tender form and condition of contract and other necessary documents shall be

available on eprocuremes.gov.in/eprocure.gov.in site for download and shall form part of contract agreement in case the tender/bid is accepted.

6.2 In case of contractor who has not executed the Standing Security Bond, the Cover-I

shall be accompanied with by Earnest Money of amount as mentioned in Appendix 'A' in the form of deposit at call receipt in favour of concerned CCE/GE/GE(I)/AGE(I) (see Appendix 'A') by a scheduled Bank or in receipted treasury Challan the amount being credited to the revenue deposit of the concerned CCE/GE/GE(I)/AGE(I) (see Appendix 'A').

6.3 A contractor who is not enlisted for the area in which the work lies but whose name is

in the MES approved list of any MES formation and who has deposited standing security and executed standing security Bond may bid without depositing earnest money along with the tender; but if the Accepting officer accepts the tender/bid, the contractor will be required to lodge with the Controller of Defence Accounts concerned the amount of 'Individual security deposit' within thirty days of the receipt by him of notification of acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor.

6.4 A contractor who has executed standing security Bond but not corresponding to the

appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional Security Deposit as notified by the Accepting Officer within thirty days of the receipt of his notification of acceptance of his tender/bid, failing which this sum will be recovered from the first RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor. However, in case where any payment is made to the contractor within thirty days of the receipt by him of notification of acceptance of tender/bid, the amount of additional security deposit shall be recovered from such payment.

6.5 The CCE/GE/GE(I)/AGE(I) will return the Earnest Money wherever applicable to all

unsuccessful tenderers / bidders by endorsing an authority on the deposit-at-call receipt for its refund, on production by the tenderer, bidder a certificate of the Accepting Officer that a bonafide tender/bid was received and all documents were returned.

6.6 The CCE/GE/GE(I)/AGE(I) will either return the Earnest Money to the successful

tenderer/bidder by endorsing an authority on the deposit-at-call Receipt for its refund on receipt of an appropriate amount of Security Deposit or will retain the same in part or full on account of security deposit if such a transaction is feasible.

6.7 Copies of the drawings and other document pertaining to the work signed for the

purpose of identification by the Accepting Officer or his accredited representative, sample of materials and stores to be supplied by the contractor will also be available for inspection by the tenderer / bidder at the office of Accepting Officer and concerned GE/GE(I)/AGE(I) during working hours.

7. The tenderers / bidder are advised to visit the site of work by making prior appointment

with GE/GE(I)/AGE(I)/CCE/Project Manager who is also the Executing Agency of the work (see appendix 'A'). The tenderers / bidders are deemed to have full knowledge of all relevant documents, samples, site etc., whether they have inspected them or not.

8. Any tender/bid which proposes any alteration to any of the conditions laid down or

which proposes any other condition or prescription whatsoever, is liable to be rejected. 9. The uploading of bid implies that bidder has read this notice and the Conditions of

Contract and has made himself aware of the scope and specification of work to be done and of the conditions and rates at which stores, tools and plants etc will be issued to him and local conditions and other factors having bearing on the execution of the work.

Page 9: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO: CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 9 10. Tenderers / bidders must be in possession of a copy of the MES Standard Schedule of

Rates (see appendix 'A') including amendments and errata thereto. 11. Invitation for e-tender does not constitute any guarantee for validation of 'T' bid and

subsequent opening of finance bid of any applicant/bidder, even of enlisted contractors of appropriate class, merely by virtue of enclosing DD. Accepting Officer reserves the right to reject the 'T' bid and not open the finance bid of any applicant/bidder. 'T' bid validation shall be decided by the Accepting Officer based on, inter alia, capability of the firm as per criteria given in Appx 'A' to this NIT. The applicant contractor/bidder will be informed regarding non-validation of his 'T' bid assigning reasons thereof through the eprocuremes website. The applicant contractor / bidder if he so desires may appeal to the next higher Engineer authority viz HQ CELZ on email id: [email protected] with copy to the Accepting Officer on email before the scheduled date of opening of Finance Bid. The decision of the Next Higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder shall not be entitled for any compensation whatsoever for rejection of his bid.

12. The Accepting Officer reserves the right to accept a tender submitted by a Public

undertaking, giving a price preference over other Tender(s)/bids which may be lower, as are admissible under the Government Policy. No claim for any compensation or otherwise shall be admissible from such tenderer / bidder whose tender/bid is rejected.

13. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give

any reason for not doing so. 14. This Notice Inviting Tender (NIT) including Appendix 'A' shall form part of the

contract. Signature of Contractor For Accepting Officer

Page 10: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2017-2018 SRL PAGE NO 13

In lieu of IAFW-1815(R)

TO BE USED IN CONJUCTION WITH GENERAL CONDITIONS OF CONTRACTS (IAFW-1815-Z)

Tele Mily: 6044 Headquarters

Commander Works Engineers Military Engineer Services

Lucknow

TENDER FOR ITEM RATE CONTRACT FOR " PROVN OF FURNITURE FOR OR INSTITUTE FOR 2MT BN AT AMC C&S AND 85 OR'S SINGLE LIVING JCO/OR ACCN OF OFFICERS TRAINING COLLEGE UNDER GE (EAST) LUCKNOW." 1. Shri/M/s_____________________________of______________________is/are hereby

authorised to e-tender for the above mentioned work. 2. The complete tender (BOQ) and other documents is to be uploaded on the MES portal

of www.eprocuremes.gov.in on the date and time at per NIT/ web site, the quoted tender shall be opened on or after the date and time as per NIT/web site in office of HQ CWE, 229. M.G. Road, Lucknow-226002 in the presence of such tenderers who have uploaded their priced tender and who wish to be present.

3. Any correspondence concerning this tender shall be addressed as indicated at the top of

this sheet, quoting the reference as given. 4. The President of India does not bind himself to accept the lowest or any tender. Signature of Contractor Signature of Officer Dated: Issuing the documents Appointment : DCWE (Contracts)

Page 11: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2017-2018 SRL PAGE NO 14

SCHEDULE ‘A LIST OF WORKS AND PRICES

NOTES:- 1. Schedule ‘A’ comprises of one Part only. 2. All supplies shall be delivered at the furniture yard of GE (E) Lucknow. 3. The quantities shown under Column 3 of Schedule ‘A’ are provisional and are given as a

guide only. These shall, however not be varied beyond the limits laid down in Para (a) of condition 5 of IAFW-1815-Z, General conditions of contracts.

4. Contractor shall fill in his unit rates under Column 6 in figure only. In the event of

discrepancies in quotation, the same shall be adjusted in terms of condition 4A of IAFW-1815-Z, General Conditions of contract forming part of tender documents.

5. Period of completion:

The period of completion for the entire work shall be 180 days from the date of commencement indicated in work order No 1.

6. Details of quantities shown in the relevant drawing shall not form part of the tender

documents. The tenderer is required to work out the quantities himself from the details as shown in drawing for completion of the supplies as per CA provision.

7. Description of items in Schedule ‘A’ is brief. This shall be deemed to be amplified by

and read in conjunction with relevant contract drawings and particular specifications. 8. The contractor shall indicate the exact location and address of his workshop in space

provided for in condition – 3 of Special conditions. 9. The rate quoted against item of Schedule ‘A’ is inclusive of labour, materials,

equipment, plant and transport etc, as shall be required in preparation of and to or manufacture of articles of furniture and delivery and stacking thereof at the MES furniture Yard of GE(E) Lucknow.

10. Drawings and sample of furniture articles indicated in Schedule ‘A’ and Key

specifications based on which the items of furniture are to be manufactured and supplied, shall not be issued by the department to the contractor. If the contractor desires to see the drawing and sample of furniture articles, he may visit GE’s office to refer the drawing and sample of furniture articles on any working day before submitting the tender.

Page 12: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2017-2018 SRL PAGE NO 15

11. Form 31 for entry in to the State where Supplies are to be delivered shall be issued by GE if so demanded by the Contractor. Any licence fee for Form 31 shall be borne by the contractor. Issue of aforesaid State entry form does not confer any additional liability on the Department in case no exemption is afforded by the concerned State Govt even after issue of Entry Form. No claim what so ever shall be admissible on this account to the Contractor. No claim whatsoever shall be entertained by the department on account of any misunderstanding in this regard. In view of above, contractor is advised to obtained sufficient information on visiting GE's office as well as concerned departments and as certain factual position before quoting his rates.

12. The Contractor’s quoted rates shall include all taxes (GST, Sales tax, VAT on materials

& work contracts, Turnover Tax, Service Tax, and Labour Welfare cess etc as applicable and issued by State Govt/Central Govt.

(AK Garg) DCWE (Contracts) Signature of Contractor For Accepting Officer

Page 13: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 16-18

SCHEDULE ‘A’ PART-I (BOQ as downloaded from website and uploaded duly priced by tenderer)

Page 14: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 19

SCHEDULE ‘B’

ISSUE OF MATERIALS TO THE CONTRACTOR

(See Condition 10 of IAFW-1815-Z)

Sl No

Particulars Rate at which stores etc. will be issued to the contractor

Place of issue by Name

Remarks

Unit Rate(Rs.)

1 2 3 4 5 6

---------------------- NIL ------------------------ DCWE (Contracts) Signature of Contractor For Accepting Officer

Page 15: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 20

TENDER To The president of India

Having examined and perused the following documents

1. Specifications signed by the DCWE (Contracts).

2. Drawings detailed in particular specifications

3 Schedule ‘A’, & ‘B’ attached hereto

4. General Conditions of Contracts IAFW-1815-Z (1969 Print) together with amendments No 1 to 34 and errata 1 to 32.

5 Should this tender be accepted:-

I/We agree:- (a) That the sum of Rs. 13,500.00 forwarded as Earnest Money shall either be

retained on account of Security Deposit or be refunded by the Government on receipt of appropriate amount as Security Deposit within the time specified in condition 15 of IAFW-1815Z

(b) To supply to the extent to which my/our tender may herein be accepted upon

the terms and conditions contained or referred to in the said documents and at the price or prices quoted by me/us in Schedule ‘A’ hereto, such of the stores and materials listed therein as may be required and demanded of me/us during the period of completion as shown in first work order of contract and in respect where of my/our tender may herein be accepted. I/we further agree that any condition of sale or contract or general reservations, which may be printed or written on any correspondence, delivery notes, invoices, etc submitted by me/us in connection with this contract shall not be applicable hereto and further agree to refer all disputes, as required by Condition 37 to the sole arbitration of an serving Officer having degree in Engineering or equivalent or having passed final/direct final examination of sub division II of Institution of Surveyors (INDIA) recognised by the Government of India to be appointed by Chief Engineer Lucknow Zone or in his absence the officer officiating as Chief Engineer Lucknow Zone, whose decision shall be final, conclusive and binding.

6. Any supplies being manufactured under the provisions of the contract will be made

available for inspection at the premises of store yard of GE (E) Lucknow

Page 16: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 21

Signature ---------------------- Name ------------------------------------------------- in the capacity of ------------------------------------------------- duly authorised to sign the tender for and on behalf of ----------------------------------------------- (IN BLOCK CAPITALS) Witness -------------------------------- Dated ------------------------------- Address -------------------------------- Postal Address ------------------- ------------------------------------------- ---------------------------------------- ------------------------------------------- Telephone No ---------------------

ACCEPTANCE ----------- Alterations have been made in this document and as evident that these alterations

were made before the execution of the Contract Agreement and they have been initialled by the

contractor and Shri AK Garg, DCWE (Contracts). The said Officer is hereby authorised to sign

and initial on my behalf the documents forming part of contract.

The above tender was accepted by me on behalf of the President of India at the item rates

contained in the Schedule ‘A’

Signature --------------------- dated this -------------- day of ------------- 2018

SE Appointment: Commander Works Engineers

229, MG Road Lucknow For and on behalf of the

President of India

Page 17: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 22

GENERAL CONDITIONS OF CONTRACTS (IAFW-1815-Z) 1969 PRINT FOR

(SUPPLY OF STORES AND MATERIALS)

1. It is hereby agreed by me/us that the following documents shall form an integral part of

the tender documents. (a) General Conditions of Contracts including condition 37 pertaining to the

settlement of disputes by Arbitration, IAFW-1815 (Z) (1969 Print) containing 22 pages.

(b) Errata 1 to 32 and amendment 1 to 34 to (IAFW-1815Z 1969 Print) in 25 pages.

2. The tender submitted by me/us is/are subject to the aforesaid documents and copy of

which is in my/our possession and which I/We have read fully and understood before submission of the tender.

3. My/our signature hereunder is in token of my/our having accepted the aforesaid

documents as forming an integral part of this tender. NOTE:- (i) The documents mentioned above can be seen in the office of CWE Lucknow or in

any other MES (CWE/GE) office during working hours. (ii) In case of difference in interpretation due to wordings of English and Hindi

versions, the English version will prevail as per Article 348 of constitution of India.

DCWE (Contracts) Signature of Contractor For Accepting Officer

Page 18: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 23

SCHEDULE OF MINIMUM WAGES

It is hereby agree that the ‘Schedule of Minimum Wages’ as published by Government of India or Provincial Governments notification whichever is higher issued up to date of submission of tender shall form part of these tender documents.

My/our signature hereunder amounts to my/our having signed the aforesaid

documents forming part of tender. NOTE:- Schedule of Minimum Wages referred to above is available for reference, in the office of Commander Works Engineers, Lucknow Signature of Contractor DCWE (Contracts) Dated: For Accepting Officer

Page 19: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 24

SPECIAL CONDITIONS 1. GENERAL

The contractor shall supply the items described in Schedule ‘A’ and as per relevant drawings and specifications, at the MES furniture Yard of GE.

2. DIMENSIONS

Dimensions shown in drawings are finished sizes. However, a tolerance shall be allowed for each dimension to the extent of (Plus or Minus) 1.0 mm only.

3. INSPECTION

The Engineer-in-Charge shall from time to time and particularly at the following stages inspect the articles of furniture in the process of manufacture at the contractor workshop at

(a) First Stage When timber/steel section is procured and cut to sizes before fixing/manufacturing

(b) Second Stage When article is ready in all respects except final finish ie before polishing/painting etc and is ready for delivery.

(c) Third Stage When article is finally finished and brought to the place of delivery. Omission of inspection at any stage or inspection and approval in these stages shall not absolve the contractor of his manufacturing the articles in accordance with the drawings, particular specifications and approved sample.

All items of the furniture shall be produced to the board of officers ordered by the Accepting officer for final check and approval.

4. SAMPLE OF MATERIALS

Immediately on acceptance of tender the contractor shall submit the samples of the materials required for manufacturing articles mentioned in the Schedule ‘A’ to the GE for approval. The approved samples shall be kept with the GE for reference upto a period of 12 months after certified date of completion.

5. IDENTIFICATION LABEL.

The contractor shall affix a metallic label of size 50 x 20mm indicating the name of the contractor and the contract number on each article supplied by him. The label shall be fixed with suitable brass screws to timber furniture and with coach screws riveted/welded at the option of the contractor to steel items. The label shall be fixed at a place not directly visible as decided by the Engineer-in-Charge. The letters/ wording shall be pressed/engraved and not painted.

6. ACCEPTANCE OF TENDER Tender shall remain open for acceptance for a period of sixty days from the date on

which tenders are due to be submitted. 7. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION

If as a result of enemy action, the contractor suffers any loss or damage, the Govt shall reimburse the contractor such loss or damage to the extent in the manner hereinafter provided :- (a) The loss suffered by him on account of any damage or destruction of his plant,

equipment, materials or any part or parts thereof. The amount of loss shall be as assessed by the Accepting Officer of the contract.

(b) The compensation paid by him under any law for the time being in force, to any

workmen employed by him for any injury caused to him or to the workmen’s legal successors for the loss of the workman’s life.

(c) Payment of compensation for loss or damage to any work or part of work carried out, the amount of compensation shall be determined in accordance with General Conditions of Contract (IAFW-1815Z).

(d) No re-imbursement shall be made or any compensation payable under the above

provisions unless the contractor had taken firm Defence precautions ordered in

Page 20: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 25

writing by the GE or in the absence of such order, reasonable precautions. No re-imbursement shall be made nor shall any compensation be payable for any plant, equipment or materials not lying on the site of work at the time of enemy action.

8. SCHEDULE OF QUANTITIES

The Schedule of quantities where ever given in drawings is tentative and is meant for departmental purposes only. These shall not form part of this contract.

9. SAMPLES

The contractor shall produce a sample of each article of furniture for the approval of the GE within 30 days of the date of commencement as indicated in the work order No 1. The said sample (s) of each articles of furniture shall be supplied at the furniture yard of the Engineer-in-Charge. The approved sample shall be signed by both the GE and the contractor and shall be maintained as a sample till such time the entire supply under this contract is completed. Time taken in manufacturing the sample shall be reckoned against the time allowed for the completion of entire supply. All supplies shall strictly conform to the approved samples. Samples shall be allowed to be counted against the supply and shall be paid for at the contract rates in the last supply of respective items.

10. VOUCHERS

Contractor shall produce original printed and machine numbered priced vouchers in respect of approved materials brought and incorporated in the work, to the GE for verification. Copies of these vouchers duly defaced by the Engineer-in-Charge shall be kept in record by the GE.

11. ALTERNATIVE SIZES.

Where ever two alternative sizes and/or thicknesses are shown on drawings, the higher of the two shall be adopted.

12. CONTRACTOR’S AGENTS WORKMEN

The contractor shall employ only Indian Nationals and verify their antecedents and loyalty before employing them on the work. He shall ensure that no person of doubtful antecedents and nationality is in any way associated with the work. If for reasons of technical collaboration or there consideration, the employment of any foreign national is unavoidable, the contractor shall furnish full particulars to the accepting officer at the time of submission of his tender. The Garrison Engineer shall have full powers and without giving reasons to require the contractor immediately to cease to employ in connection with this contract, any representatives, agents, servants and workmen or employees whose continued employment in his opinion is undesirable. The Contractor shall not be allowed any compensation on this account.

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

CONTRACT VALUE (a) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes

(including GST (good & service tax), Sales Tax/VAT on materials, Sales Tax/VAT on Works Contracts, Turnover Tax, Service Tax, Labour Welfare Cess/tax etc) duties, Royalties, Octroi & other levies payable under the respective Statutes. No reimbursement/refund for variation in rates of taxes, duties, Royalties, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other levies shall be made except as provided in Sub Para (b) here-in-below.

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

Sum/Amount shall be termed as “taxes directly related to Contract Value” such as GST, sales Tax/VAT on work contracts, Turnover Tax, Labour Welfare Cess/tax and like but excluding income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the

Page 21: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 26

Govt/deducted by the Govt from any payments due to the Contractor. Similarly imposition of any new “taxes directly related to Contract value” after the last due date for receipt of tenders shall be reimbursed to the Contractor and abolition of any “taxes directly related to Contract value “prevailing on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Govt from the payments due to the Contractor.

(c) The contractor shall, within a reasonable time of his becoming aware of variation

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

(d) The Contractor shall, for the purpose of this condition keep such books of account

and other documents as are necessary and shall allow inspection of the same by a duly authorized representative of Govt and shall further at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other information as the GE may require.

(e) Reimbursement for increase in percentage rates/imposition of “taxes directly

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

14. SUPPLY AND DELIVERY OF FURNITURE: 14.1 The articles of furniture may be manufactured at the contractor’s own workshop(s) at

any one or more stations (To be intimated by contractor in writing) and shall have to be transported under his own arrangements to the place(s) of supply stated in notes to Schedule ‘A’.

14.2 Contractor shall obtain a “certificate of approval” to the articles of furniture brought in

each consignment from the GE before proceeding further with painting, polishing etc. Govt shall not give any assistance on providing railway wages and shall not entertain any delay occurring thereby.

14.3 Any articles of furniture which in the opinion of the GE has been manufactured with

unsound materials, unskilled workmanship or does not comply with the drawings, specifications will be rejected and the contractor at his own cost shall within a reasonable time as required by the GE replace/make good such rejected articles of furniture not with standing whether they had been previously accepted inadvertently by the department. The decision of the GE in this regards shall be final, conclusive and binding on the contractor.

14.4 Contractor may paint the furniture at his workshop or at MES site/yard. In case he

proposes to do the same at his workshop the conveyance for MES inspecting staff shall be arranged by him to and from his work shop.

14.5 If any damage to furniture including painting, polishing etc in caused during

transportation from his workshop to MES site/yard, the same shall be made good to the satisfaction of Engineer-in-Charge without any extra cost to Government.

14.6 SIGNING OF CONTRACT DOCUMENT

The person signing the tender on behalf of another or on behalf of a firm shall attach with the tender, a proper power of attorney duly executed in his favour by such other person or by all the partners stating that he has authority to bind such other person or the firm, as the case may be, in all matters pertaining to the contract including the arbitration clause.

15. SECURITY OF CLASSIFIED DOCUMENTS

Contractor’s special attention is invited to Condition 3 of IAFW-1815Z, General Conditions of the Contract. The contractor shall not communicate any classified

Page 22: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 27

documents/information regarding the work either to any contractor or to others without the approval of Engineer-in-Charge. The contractor shall return all documents on completion of work in all respect to the Engineer-in-Charge.

17. FAIR WAGES PAYABLE BY CONTRACTOR

The contractor shall have no claim whatsoever on account of any regulations or otherwise and required to pay wages in excess of the minimum wages as fixed by the Central Govt or State Govt (whichever higher) as published time to time.

Signature of Contractor DCWE (Contracts)

For Accepting Officer

Page 23: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 28

PARTICULAR SPECIFICATIONS (SECTION-I) 1. GENERAL

The articles of furniture listed in Schedule ‘A’ shall be manufactured in accordance with drawings and notes given therein, these particular specifications (Section I and Section II). In case conflicting provisions exist in the aforesaid documents the order of precedence shall be as given in Condition 4-A of IAFW-1815Z.

2. PLYWOOD 2.1 Commercial ply wood shall comply with IS-303, of grade BWR. The quality requirement

of each face shall not be inferior than type ‘B’. The faces of ply wood shall be reasonably smooth with face veneers of uniform thickness.

2.2 Decorative ply wood shall comply with IS-1328 for veneered decorative ply wood and

shall be Grade I with both of one surface decorative as indicated. Decorative side shall be of Type ‘A’ and the commercial face of Type ‘B’. Ply wood used shall be BWR synthetic resin bonded type.

2.3 Plywood shall be as specified and of any of the following makes as approved by the GE: (a) Century Ply (b) Green Ply (c) Archid ply 3. TIMBER

Unless otherwise specifically mentioned in key specifications, all timber to be used for manufacture of furniture under this contract shall be first class hardwood Teak wood of the best quality available. All timber shall be of the best quality available in the market and conform to the sample kept in GE’s office in all respects. Knots up to 10 mm will be accepted if they are

(a) Not likely to become loose or dead. GE (E/M) Lucknow (b) Are not in cluster or groups.

(c) Do not occur at edges of joints or in underside of a member subjected to tension. (d) Do not disfigure and or prominently show out in finished article.

No timber with bigger knots, dead knots, loose knots, cracks, borer holes, and saw mark will be accepted. However, timber shall be seasoned. Moisture contents up to 12% shall be permitted. Boards, planks and scantling etc. shall be Straight Square, sawn and planed wrought up to the entire satisfaction of the GE/Engineer-in-Charge and to the dimensions shown on drawings. Unless otherwise stated in the key specifications (Section-III) plank used for larger surfaces shall generally be in widths not less than 230 mm. Where the total width of planks does not permit use of plank more than 200 mm wide, the GE may allow to use one plank or planks of lesser width but not less than 100mm. The GE’s decision on this matter shall be final and binding.

4. JOINTS AND PANELS

All joints (except joints of panels) in wood shall either mortise and tenon dovetailed or fillet joint and shall be framed so as to fit fully and truly without wedging filing or making up and shall be hidden from view. All joints before assembling shall be put together with synthetic glue/resin of make/brand fevicol or movicol as directed by Engineer-in-Charge. End joints in panels shall be formed by letting in ends into grooves cut in adjoining members.

5. NAILS, PINS AND SCREWS

Use of nails is prohibited. Wood screws may however be used all as approved by Engineer-in-charge except name tags where stacks could be used. Pins for joints shall be of solid bamboo. Mild steel fittings shall be fixed with mild steel screws and brass fittings with brass screws. The screws shall be driven and not hammered in.

6. IRON AND STEEL WORK

(a) All forging and framing shall be neatly and soundly made to the dimensions given on drawings. Rivet holes shall be drilled unless ordered to be punched. Drilling, punching, fering, riveting shall be done in sound and workmen like manner. (b) Rivets shall be truly shaped and hammered red hot so as to give tight fit and

shall have rounded head.

Page 24: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 29

7. IRON AND BRASS MONGERY FITTINGS FIXTURES If not otherwise specified in the key specification , all iron and brass mongeries fittings, screws, nails, bamboo pins, steel and iron work fittings shall be all as shown in respective drawings. Mongeries shall be heavy quality and shall comply with relevant latest IS specifications.

8. WELDING

Welding shall be metal or electric welding and shall be done in an approved manner. All welds shall be fillet weld and actual throat shall not be less than 3 mm.

9. FINISHES

Wherever the words ‘exposed’ external or visible surface are mentioned, these shall mean that surface of articles which when kept in their normal usual position are visible to man standing or sitting in a normal position and looking from bottom to top

10. CANE WORK 10.1 All cane shall be of plastic strips of uniform width as per sample kept in GE’s office.

Weaving of caning will be carried out as shown in drawings & width of plastic strips shall be 2 mm. Plastic cane used in the work shall be SHAH or MPI make and shall be cream in colour. The work shall consist of four strand in each hole as to produce two Horizontal two verticals and two diagonals except in chair verandah which shall be matting design. Where canning is done as per drawings distance of holes for cane work shall not exceed 2.5 mm from centre to centre. The perimeter of cane work shall be with 3.5 mm cane beading on exposed surface only. Each cane bead shall be provided with 3 No of MS screws 25 mm long except for chair CB with arms steel and chair CB without arm steel. Irrespective what is shown in the drawings, the pattern of caning shall be as specified above and no financial adjustment shall be made for the actual weight of cane used in the work.

10.2 Plastic strip (cane) shall be procured from one of the following manufactured

(a) M/S Plastic packing Limited, Chowpati Chamber, Sendhurst Bridge, Bombay-7 (b) M/S Khira Steel Work Pvt Ltd Bombay/M/S Vijay Sarathi BM Sons, Hyderabad (c) M/S Maharastra Plastic Cane Industries, Bombay

10.3 The code number pertaining to required specifications are given as under or any other

equivalent and approved make:- (a) Code No 1840 GARCANE Plastic cane 1.8 mm wide, 0.40 mm thick (b) Colour Cream Ivory or white as approved (c) Code No 3050 GARCANE for boarders-3.5 mm wide, 0.60 mm thick (d) Colour Cream Ivory or white to match the cane weaving 11 PREPARATORY WORK TO POLISHING

Remove plane marks with a wood scraper and make surface as smooth with sand paper from grade 2 to o. Fill and stop with readymade fillers or a paste filler, prepared from plaster of paris dissolved in water, mixed with colouring pigment to match colour of wood work. In applying the filler, it should be rubbed across the grain. When the surface has dried up wipe off superfluous fillings and allow the surfaces to harden for a period of 4 hours. Rub surface with sand paper grade until it is thoroughly smooth and clean off.

12. FRENCH POLISH

(a) French Polish for wood shall conform to IS-340 1969 specification of French polish (Second Revision).

(b) All unevenness of timber surface shall be rubbed down to give smooth surface with sand paper and surface shall be well dusted. The pores in the wood shall be filled up with filler made of paste of plaster of Paris in water or methylated spirit.

(c) A pad of woollen cloth covered by a fine cloth shall be used to apply the polish. The pad shall be saturated with polish and rubbed hard on the surface in a series of overlapping circles applying the polish sparingly but uniformly over the entire area to give an even surface. A trace of linseed oils on the face of pad facilities this operation. The surfaces shall be allowed to dry and the remaining

Page 25: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 30

coats applied in the same way. To finish off, the pad shall be covered with fresh piece of clean fine cloth slightly damped with mentholated spirit and rubbed lightly and quickly with circular motion. The finished surface shall have a uniform texture and high gloss

13. BLACK JAPAN

The black japan shall be conforming to IS-341-1952 and drying with brilliant gloss. 14. BLACK FINISH

Black finish where specified shall be carried out in the same manner as has been specified for spirit polish except that black pigment shall be added to the solution.

15. PAINTING TO WOOD WORK

The surface shall be sand papered smooth along the lines of grain and dust clean knots shall receive two thin coats of “knotting” and brushed in. The surface shall then be given a coat of priming and allowed to dry. Over primed surface one under coating and one finishing coat shall be supplied after each coat is dried completely. Where two coats work is specified in the key specification, one finishing coat shall be applied after each coat is dried completely. Where two coats work is specified in the key specifications, one finishing coat shall be applied over the primer. Paint shall be of approved manufacturers as approved by GE and of a quality not inferior to that specified in the INDIAN STATNDARD SPECIFICATIONS and of the following make:-

(a) Asian Paint (Apcolite) (b) Jonson and Nicholson paints. Brolac (c) Goodlass & Neroloack Paints (Nerolac) NOTE: Irrespective of whatever specified in the tender documents, complete polishing varnishing, painting etc to all items of furniture included in this tender will be done in furniture store yard of GE (E) Lucknow under the supervisions of Engineer-in-charge

16. DRAWINGS

The contractor is deemed to be in possession of standard furniture Designs (72-73) along with and amendments issued by E-in-C’s Branch up to the date of issue of tender, no claim whatsoever, regarding non availability of any drawings will be entertained at a later date. However any drawing referred to in Schedule ‘A’/ key Specifications, if not available with the contractor may be referred to by him in the office of CWE Lucknow or GE (E) Lucknow during working hours.

17. EMBOSSING MES TRADE MARK & CONTRACTORS PLATE Each articles of furniture supplied under this contract shall be painted with MES mark as directed in addition to the metal labels as specified.

18. QUANTITIES OF MATERIALS

The quantities of materials where given in the respective drawings are only for the guidance of the contractor. However, the actual quantities of the same shall be worked out after carrying out experiments at site by the GE. In case the contractor is required to use more materials on actual requirement or less than that mentioned on drawings for completing the item of furniture, no adjustment shall be made in the rates quoted by the item of furniture, no adjustment shall be made in the rates quoted by the tenderer. In case of any dispute, the decision of the Accepting Officer shall be final and binding.

Signature of Contractor DCWE (Contracts) For Accepting Officer

Page 26: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 31

(KEY SPECIFICATIONS) (SECTION-II)

SN Brief description of item

Relevant Drg Outline specification finish/Fittings

1 2 3 4

1. Chair Easy FD-229 (a) All as shown on Drg and directed by Engineer-in-charge.

(b) Timber shall be of season teak wood.

(c) Seat & back shall be oven with 2mm wide cane plastic Make Premier or equalent. 3 to 4 mm wide cane plastic Make Premier shall be used for covering of caning hole.

(d) Complete chair shall be polished with high class french polish till glossy finish.

(e) Hard PVC Shoe white shall be provided at the bottom of legs.

2. Chair CBA Steel with Arm

FD-386 (a) All as shown on Drg and directed by Engineer-in-charge.

(b) Frame work shall be of 1.6mm tubular steel.

(c) 2mm wide Plastic cane shall be used for weaving of seat and back.

(d) seat and back frame will be of 1st class teak wood duly painted in black colour synthetic enamel paint all as directed by Engr-in-charge.

(e) All steel surfaces shall be painted with two coat of synthetic enamel paint over a coat of primer all as directed by Engr-in-charge.

3. Table Office Clerk Steel

FD-1004 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Overall size shall be 1200 mm long, 610 mm wide and 760 mm high.

(c) Mild steel of wall thickness 1.6mm shall be used for complete frame work and legs of the table.

(d) Irrespective of what shown on the Drg, Top of the table shall be of 18mm thick pre-laminated particle board exterior grade with PVC edging al-around of the top.

(e) All steel surfaces shall be painted with two coat of synthetic enamel paint over a coat of primer all as directed by Engr-in-charge.

(f) Hard rubber/PVC toes shall be provided to the legs of the table.

4. Stool Steel Revolving Adjustable

FD-1026 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Stool Steel shall be painted with two coat of synthetic enamel paint over a coat of primer all as directed by Engr-in-charge and all as shown on the Drg.

5. Ladder Aluminium

FD-1025 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Aluminium stringers with minimum wall thickness of 3.18mm shall be provided all as per details shown in the drawing.

(c) Rungs shall be of 23mm dia aluminium pipe with wall thickness not less than 2.43mm.

(d) Hard rubber caps/shoes shall be fixed at the ends of aluminium rungs and stringers as shown on drawing.

6. Almirah FD-104(M) (a) All as per Drg and specified and directed by

Page 27: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 32

Large Steel Glazed

Engineer-in-charge.

(b) Overall size shall be 1985 mm high, 920 mm wide and 485 mm depth.

(c) All MS sheet to be used for top, back, sides and shelves of the Locker shall be of 1 mm thick.

(d) Almirah shall be fitted with 4 shelves making 5 compartments all as shown on the Drg.

(e) Glazed shutter with be fitted with a handle and locking device all as specified by Engr-in-charge.

(f) All steel surfaces shall be painted with two coat of synthetic enamel paint over a coat of primer all as directed by Engr-in-charge.

7. Table 3'x3' FD-291 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) All wood work shall be of 1st class hard wood (Teak).

(c) Top of table made of 18mm thick prelaminated particle board exterior grade I type II confirming to IS-12823 and 4mm thick teak wood edging alround the table.

(d) All wood surfaces shall be polished with high class french polish till glossy finish.

(e) Hard PVC Shoe white shall be provided at the bottom of legs.

8. Table 3x2 with Drawer

FD- 283 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) All wood work shall be of 1st class hard wood (Teak).

(c) Top of table made of 18mm thick prelaminated particle board exterior grade I type II confirming to IS-12823 and 4mm thick teak wood edging alround the table.

(d) All wood surfaces shall be polished with high class french polish till glossy finish.

(e) Hard PVC Shoe white shall be provided at the bottom of legs.

9. Teapoy FD-382 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) All wood work shall be of 1st class hard wood (Teak).

(c) Top of table made of 18mm thick prelaminated particle board exterior grade I type II confirming to IS-12823 and 4mm thick teak wood edging alround the table.

(d) All wood surfaces shall be polished with high class french polish till glossy finish.

(e) Hard PVC Shoe white shall be provided at the bottom of legs.

10. Receptacle PVC

FD/E-6/MAP/13

(a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Receptacle shall be of covered plastic container of 20 litre capacity made with thick polymer plastic along with lid and handles. Receptacle shall of bright colours i.e. Red, Green, Blue etc as approved by GE.

(c) Receptacle shall be of make blow plast/Neel Kamal/Surpreme/Cello/Polyset/Brite/Syntex.

11. Form with Back

FD-78(M) (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Overall size shall be 1800 mm long, 490mm

Page 28: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 33

wide and 900mm high.

(c) Frame shall be 25mm wide mild steel square tube of 1.6mm wall thickness.

(d) All wood work to be used shall be of 1st class hard teak wood.

(e) All wood surfaces shall be polished with high class french polish till glossy finish.

(f) All steel surfaces shall be painted with two coat of synthetic enamel paint over a coat of primer all as directed by Engr-in-charge.

12. Locker Bed Side Steel

FD-1029 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Overall size shall be 760 mm long, 600 mm wide and 1100 mm high.

(c) All MS sheet to be used for top, back, sides and shelves of the Locker shall be of 1 mm thick.

(d) All steel surfaces shall be painted with two coat of synthetic enamel paint over a coat of primer all as directed by Engr-in-charge.

13. Table Dining 6 persons

FD/MAP-II/03 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Overall size shall be 1500 mm long, 900 mm wide and 750 mm high.

(c) All wood work to be used shall be of 1st class hard teak wood.

(d) Top of the table shall be of 18 mm thick pre-laminated MDF Board exterior grade of approved make with PVC beading al-around as spevified in the Drg.

(e) All wood surfaces shall be polished with high class french polish till glossy finish.

(f) Hard Nylone Buffer/Toes shall be provided to the legs of the table.

14. Table 90x60 cm without drawers

FD-231 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) All wood work shall be of 1st class hard wood (Teak).

(c) Top of table shall be made of 18mm thick prelaminated particle board exterior grade I type II confirming to IS-12823 and 4mm thick teak wood edging alround the table.

(d) All wood surfaces shall be polished with high class french polish till glossy finish.

(e) Hard PVC Shoe shall be provided at the bottom of legs.

15. Chair Verandah

FD/E6/MAP-II/15

(a) All as per Drg and specified and directed by Engineer-in-charge.

(b) 19 mm MS tube of 16 G thick shall be used for frame work.

(c) All MS members shall be powder coated.

(d) 4 mm thick seat and back shall be made out of PVC moulded sheet all as shown on the Drg.

(e) Hard PVC inner shoes shall be provided to the legs duly fixed with adhesive.

16. Teapoy Verandah

FD/E6/MAP/17

(a) All as per Drg and specified and directed by Engineer-in-charge.

(b) 18 mm MS Square pipe shall be used for all frame works.

Page 29: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 34

(c) Top of table shall be made of 18mm thick prelaminated particle board exterior grade I type II confirming to IS-12823 with PVC beading al-around as specified in Drg.

(d) All steel surfaces shall be powder coated.

(e) Hard PVC/Rubber Shoe shall be provided at the bottom of legs.

17. Charpoy with hard top

FD/MAP-II/01 (a) All dimensions given in millimetres.

(b) Charpoy MS tube frame shall be made of 25x65mmx16 gauges MS tube side alround, leg of size 32x32mmx16 gauges MS tube and stiffer of size 25x25mmx16 gauge.

(c) Overall size of charpoy shall be 1980 mm (L) x 900mm(W) x 440mm (H)

(d) Top of charpoy made of 12mm thick BWR grade ply Make - Archid/Century ply/Green ply.

(e) All joints, welding & fixing shall be done in accordance with the standard workmanship/specification. The welding joints shall be filled smooth before application of paint, painting shall be done with two coats of synthetic enamel colour black with spray gun over two coat red oxide primer

(f) All mild steel members shall be spray painted unless otherwise specified.

(g) (MS plate 32x32x5 welded at bottom of legs and over which 3 mm TH rubber sheet fixed with adhesive.

(h) 6 Nos MS plate of size 25x60mm x 6mm MS cleat welded with frame to support ply.

(l) Contract No including contractor's name plate shall be provided in all quantities complete all as directed by Engineer-in-charge.

(j) Rest complete all as specified in drg & directed by Engr-in-Charge.

18. Chair writing FD/280 (a) Timber shall be of season teak wood.

(b) Seat shall be oven with 2mm wide cane plastic Make Premier or equalent. 3 to 4 mm wide cane plastic Make Premier shall be used for covering of caning hole.

(c) Complete chair shall be polished with high class french polish till glossy finish.

(d) Hard PVC Shoe white shall be provided at the bottom of legs. Rest all as per drg.

19. Chair dining FD/279 (a) Frame shall be made of first class seasoned teak wood free from knots, shape and size all as shown in drg and directed by GE/Engr-in-Charge

(b) All joints and fixing shall be done in accordance with standard workmanship and specifications.

(c) All wooden surface shall be french polished with high class french polish all as specified

(d) Rest all as shown on drawing & as directed by Engr-in-Charge.

20. Table 600x600mm

FD/293 (a) All as per Drg and directed by Engineer-in-charge.

(b) Overall size shall be 600x600x760mm. All wood work shall be of 1st class hard wood (Teak).

(c) Top of table made of 18mm thick prelaminated particle board exterior grade I

Page 30: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 35

confirming to IS-12823 and 4mm thick teak wood edging alround the table.

(d) Hard rubber toe shall be provided at the bottom of legs. All exposed surfaces of timber and particle board shall be french polished.

21. Table 3'x2' without Drawer

FD/284 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) All wood work shall be of 1st class hard wood (Teak).

(c) Top of table made of 18mm thick prelaminated particle board exterior grade I type II confirming to IS-12823 and 4mm thick teak wood edging alround the table.

(d) All wood surfaces shall be polished with high class french polish till glossy finish.

(e) Hard PVC Shoe white shall be provided at the bottom of legs.

22. Stool High FD/81(M) (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Stool shall be made of 1mm thick mild steel sheet all as shown on Drg.

(c) All Steelsurfaces shall be painted with two coats of synthatic enamel paint over a coar of primer all as directed.

23. Table cook house

FD/297 (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) All wood work to be used shall be of 1st class hard teak wood.

(c) Top of the table shall be of 25mm thick polished Kotah Stone/Dholpur Black of aaproved quality.

(d) All wood surfaces shall be polished with high class french polish till glossy finish.

(e) Hard Nylone Buffer/Toes shall be provided to the legs of the Stool.

24. Meat & milk safe

FD/47(M) (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Timber shall be first class teak wood seasoned. Aluminium Handle 100mm long shall be fixed on door. Aluminium hasp and staple shall be provided. Wire guage 12 mesh 20 guage shall be provided.

(c) All wooden surface shall be painted with two coats of synthetic enamelled paint over a coat of primer.

25. Hot case FD/46(M) (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Timber shall be first class teak wood seasoned.

(c) Overall size shall be 900mm long, 540mm wide and 840mm high.

(d) Aluminium sheet lining of 22 guage thick shall be fixed/provided all around the inner side of the back, top, sides, bottom and front.

(e) All wooden surfaces shall be painted with two coats of synthetic enamelled paint over a coat of primer.

26. Form without back

FD/77(M) (a) All as per Drg and specified and directed by Engineer-in-charge.

(b) Overall size shall be 1800mm long, 490mm wide and 900mm high.

(c) Frame shall be 25mm wide mild steel square tube of 1.6mm wall thickness.

(d) All wood work to be used shall be of 1st class

Page 31: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 36

hard teak wood.

(e) All wood surfaces shall be polished with high class french polish till glossy finish.

(f) All steel surfaces shall be painted with two coat of synthetic enamel paint over a coat of primer all as directed by Engr-in-charge.

Signature of Contractor

DCWE (Contracts) For Accepting Officer

Page 32: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 37

LIST OF DRAWINGS

SN Description of item Drg No Sheet No

Original date

Revised date of drg

1. Chair Easy FD-229

2. Chair CBA Steel with Arm FD-386

3. Table Office Clerk Steel FD-1004

4. Stool Steel Revolving Adjustable FD-1026

5. Ladder Aluminium FD-1025

6. Almirah Large Steel Glazed FD-104(M)

7. Table 3'x3' FD-291

8. Table 3x2 with Drawer FD- 283

9. Teapoy FD-382

10. Receptacle PVC FD/E-6/MAP/13

11. Form with Back FD-78(M)

12. Locker Bed Side Steel FD-1029

13. Table Dining 6 persons FD/MAP-II/03

14. Table 90x60 cm without drawers FD-231

15. Chair Verandah FD/E6/MAP-II/15

16. Teapoy Verandah FD/E6/MAP/17

17 Charpoy with hard top FD/MAP-II/01

18 Chair writing FD/280

19 Chair dining FD/279

20 Table 600x600mm FD/293

21 Table 3' x 2' without Drawer FD/284

22 Stool High FD/81(M)

23 Table cook house FD/297

24 Meat & milk safe FD/47(M)

25 Hot case FD/46(M)

26 Form without back FD/77(M)

NOTE:- Drawings as above shall be considered amended upto date till last date of receipt of the tender. Signature of Contractor DCWE (Contracts)

For Accepting Officer

Page 33: CONTENTS NAME OF WORK: PROVN OF FURNITURE FOR OR … · 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your

CA NO CWE/LKO/E/26 OF 2018-2019 SRL PAGE NO 38

ERRATA ON TENDER

1. APPX 'A' TO NOTICE OF TENDER (a) Name of work:- For: PROVN OF FURNITURE FOR OR INSTITUTE FOR 2MT BN AT AMC C&S UNDER GE (EAST) LUCKNOW Read: PROVN OF FURNITURE FOR OR INSTITUTE FOR 2MT BN AT AMC C&S AND 85

OR'S SINGLE LIVING JCO/OR ACCN OF OFFICERS TRAINING COLLEGE UNDER GE (EAST) LUCKNOW (b) Estimated Cost:- For: 1,96,000.00 Read: 6,74,000.00 (c) Earnest Money:- For : 4,000.00 Read : 13,500.00 Signature of Contractor DCWE (Contracts) For Accepting Officer