Sie sind auf Seite 1von 143

CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES


(EASTERN COMMAND)
SHILLONG ZONE

PROVN OF CENTRAL AIR CONDITIONING IN MH AT LEIMAKHONG

CONTENTS (E-Tender)

Sl No Description Serial Page No


1 2 3

1 Contents Sheet 1

2 Forwarding letter including Instructions to 2 to 8


e-Tenderers.

3 Notice of Tender IAFW-2162, Including Appendix 9 to 19


'A' to Notice of Tender and amendments thereto and
Integrity Pact (IP)
4 Item rate tender and contract for works required, 20 to 38
IAFW-1779 A (Revised 1955) including
BOQ

5 General Conditions of Contracts (IAFW-2249) 39 to 71


(1989 Print)

6 Errata/amendments to General Conditions of 72 to 88


Contracts, (IAFW-2249 - 1989 Prints)

7 Schedule of Minimum wages 89

8 Special Conditions and requirements 90 to 100

9 Particular Specifications including list of drawings 101 to 186


and Appendix A, B, C, D, D1, E, F & G

10 Errata to tender documents

11 Corrigendum to tender documents

13 Relevant Correspondence/ E-Mail

14 Acceptance Letter

Total Pages ______________ Nos

Encls : Drawings _____Sheets

____________________________
SIGNATURE OF CONTRACTOR JT DIRECTOR (CONTRACTS)
FOR ACCEPTING OFFICER
Dated : _____________________
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 2

e-Tender System
Tele :72-6733(Mil)/0364-2534846 Ekq[;ky; Ekq[; vfHk;URkk
Fax :0364-2537640 HQ Chief Engineer
E-Mail: ceshiz-ec-army@nic.in f”kYkk¡x vkaPky
Shillong Zone
,Lk‐ Ã‐ QkYLk
Spread Eagle Falls
f”kYkk¡x &793011
Shillong-793011

89622/LEI/ 56 /E8 Sep 2019

M/S___________________________
_______________________________
_______________________________

NAME OF WORK: PROVN OF CENTRAL AIR CONDITIONING IN MH AT LEIMAKHONG

Dear Sir(s),
1. Tender documents in respect of above work are uploaded on the site www.eprocuremes.gov.in. The
tender is on single stage two cover 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 upto 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 as mention web site . You
are requested not to write piece meal points and forward your points duly consolidated before due date
as mentioned in web site.
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 alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement portal
and submit the physical documents in the office of HQ Chief Engineer Shillong Zone, SE Falls,
Shillong-793011 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) Please refer condition 19 of IAFW-2249 (As amended under amendment No 47 to IAFW- 2249).
7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fee
and such other documents as mentioned in Appx A' to NIT on e- procurement portal and submit
physical documents in the office of HQ Chief Engineer Shillong Zone, SE Falls, Shillong-793011
before date & time fixed for this purpose .
8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as the Accepting
Officer will take no cognizance of any quotations/offer received in any other electronic or physical
form like email/fax/by hand/ through post from tenderer/bidder even if they are received in time.
9. In view of delays due to system failure or other communication related failures, it is suggested that the
tender/bid be uploaded, if necessary, sufficiently in advance of the last due date and time fixed.
10. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments thereto,
Schedule of minimum fair wages and MES SSR (Part -1 and Part -II) are not enclosed with these
documents. These are available for perusal in the Office of GE concerned and this office.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 3

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. Blank

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

Yours faithfully,
Encls: As above

SIGNATURE OF CONTRACTOR Jt DIR (CONTRACTS)


FOR ACCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 4

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S)

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, alongwith their tender/bid :-
(a) Deposit at Call Receipt from a Scheduled Bank in favour of GE 869 EWS, Leimakhong.
(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of GE 869
EWS, Leimakhong. 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
alongwith 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 PERFORMANCE SECURITY: Please refer condition 19 of IAFW-2249 (As amended under
amendment No 47 to IAFW- 2249).
3 CONTRACTORS ENLISTED WITH CHIEF ENGINEER EASTERN COMMAND AND
WHO HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING
SECURITY DEPOSIT BUT OF LOWER CLASS:-BLANK
4 CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CHIEF
ENGINEER EASTERN COMMAND :- BLANK
5 GENERAL INSTRUCTIONS FOR COMPLIANCE
5.1 The bids received only in the electronic form will be considered. All bids shall be submitted on
‘http://defproc.gov.in’ portal. Documents should be scanned and forwarded in 'pdf form and 'xls'
form as indicated.
5.2 Bids shall be uploaded on ‘http://defproc.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/ initialed by the lowest bidder after acceptance.
5.4 Drawings, if issued in physical form, must be returned duly initialed 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 initialed. The Contractor shall initial every page of tender and
shall sign all drawings forming part of the tender. Any tender/bid, which proposes alterations to
any of the conditions whatsoever, is liable to be rejected.

5.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading the
bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole proprietor,
scanned copy of an affidavit on stamp paper of appropriate value to this effect stating that he has
authority to bind the firm in all matters pertaining to contract including the Arbitration Clause,
shall be attached in 'pdf' form. In case of partnership concern or a limited company, digital
signatory of the bid/tender shall ensure that he is competent to bind the contractor (through
partnership deed, general power of attorney or Memorandum and Articles of Association of the
Company) in all the matters pertaining to the contracts with Union of India including arbitration
clause. A scanned copy of the documents confirming 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.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 5

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S) (Contd…..)

5.7 Even in case of Firms or Companies which have already given Power of Attorney to an individual
authorizing him to sign tender in pursuance of which bids are being uploaded by such person as a
routine, fresh Power of Attorney duly executed in his favour stating specifically that the said
person has authority to bind such partners of the Firm, or the Company as the case may be,
including the condition relating to Arbitration Clause, should be uploaded in 'pdf' form with the
tender/bid; unless such authority has already been given to him by the Firm or the Company. It
shall be ensured that power of attorney shall be executed in accordance with the constitution of the
company as laid down in its Memorandum & Article of Association.

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


5.9 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of
IAFW 2249 (General conditions of contract).
5.10 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.
6 BOQ :-
6.1 The tenderer shall quote his rates on the BOQ EXCEL FILE only as per guide line of e-procure web
portal. No alteration to the format will be accepted and the bid will be disqualified.
6.2 In case the tenderer wish to revise/modify the rates quoted in the BOQ file, he can do so only in
the BOQ files before uploading the tender through www.eprocuemes.gov.in site only before
closing date & time.

6.3 After the uploading of tender, Department may upload the errata/ amendment through
corrigendum. The tenderer/ bidder should submit their offer considering the errata/amendment
carried out through corrigendum issued from time to time.

6.4 While uploading the quotation, the tenderers/ bidders should specifically check whether any
revised BOQ has been uploaded by department through corrigendum prior to Bid submission
start date. Tenderers/ bidders attention is specifically drawn to the fact that they should submit
their offer on revised BOQ only. In case any tenderer submits offer on pre-revised BOQ in lieu of
Revised BOQ, it will be considered as a willful negligence by the tenderer/bidder and
quotation shall be consider as a non-bonafide.

7 REVOKATION/REVISION OF OFFER UPWARD/ OFFERING VOLUNTARY


REDUCTION, AFTER CLOSING OF BID SUBMISSION DATE AND TIME:-In the event
of any tenderer/bidder revoking his offer or revising his rates upward/ offering voluntary reduction,
after closing of bid submission date & time, his offer will be treated as revoked and the Earnest
Money deposited by him shall be forfeited. In case of MES enlisted Contractors, the amount equal
to the Earnest Money stipulated in the Notice of tender, shall be notified to the tenderer/bidder for
depositing the amount through MRO. Bids of such Contractors/bidders shall not be opened till the
aforesaid amount equal to the earnest money is deposited by him in Govt Treasury. In addition,
bids of such tenderer/bidder and his related firm shall not be opened in second call or subsequent
calls. Reduction offered by the tenderer/bidder on the freak high rates referred for review shall not
be treated as voluntary reduction.

8 CPM (Critical Path Method):-


8.1 The project planning for work covered in the scope of tender is based on CPM.
8.2 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.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 6

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED


WITH BY THE TENDERER(S) (Contd…..)

8.3 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.
9 Department may issue amendments/errata in form of CORRIGENDUM to tender /revised BOQ
to the tender documents. The tenderer/bidder is requested to read the tender documents in
conjunction with all the errata/ amendments/corrigendum, if any, issued by the department.
10 These instructions shall form part of the tender documents.

SIGNATURE OF CONTRACTOR Jt DIR (CONTRACTS)


DATED: FOR ACCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO.7

MILITARY ENGINEER SERVICES


NOTICE OF TENDER IAFW-2162
APPLICABLE FOR LUMP SUM/MEASUREMENT CONTRACTS (Contd…..)

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 (i). 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.
(ii). In case, the tender submitted by enlisted as well as un­enlisted contractor is accepted, the contractor
will be required to to lodge “Performance Security deposit” for an amount equivalent to 5% of the contract
Sum/Lump­Sum in favour of the Accepting officer within 28(Twenty eight) days of the receipt by the
contractor of notification of acceptance of his tender/bid in the form of “Bank Guarantee” or FDR. Failure of
the contractor to comply with the requirements of Performance Security shall constitute sufficient grounds
for cancellation of the award of work and forfeiture of the Earnest Money. In case of MES enlisted
contractor, amount equal to the Earnest Money stipulated in the Notice Inviting Tender, shall be notified to
the tenderer for depositing the amount through MRO. Issue of tender to such tenderer shall remain
suspended till the aforesaid amount equal to the Earnest Money is deposited in Government treasury. (Refer
the Condition 19 of General Conditions of contract (IAFW­2249)).
(iii). 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 CHIEF ENGINEER SHILLONG ZONE, SPREAD EAGLE FALLS, SHILLONG – 793011 will
be the Accepting Officer here in after referred to as such for purpose of the contract.
6 The Technical Bid (Cover­1 and Cover­2) 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/cover­1 ('T' bid) of the tender/bid on e­tendering portal. DD is refundable in case ‘T’ bid is not
accepted resulting in non­opening of ·Q· bid. The applicant contractor shall bear the cost of bank charges for
procuring and encashing the DD and shall not have any claim from Government whatsoever on this
account.
6.1 INTEGRITY PACT (IP) duly signed by Accepting Officer / Officer designated by Accepting Officer is
uploaded as part of NIT as Annexure­I of Appendix ‘A’ to NIT and the same shall form part of tender
documents. The scanned copy of INTEGRITY PACT (IP) duly signed on each page by the bidder shall be
uploaded in technical bid (cover­1) and original INTEGRITY PACT (IP) duly signed on each page shall be
forwarded to this office by post alongwith all other documents as required and mentioned in Appendix ‘A’
to NIT and Bidders who do not upload scanned copy of IP duly signed, shall be intimated of the same
alongwith intimation of other such deficient documents, through option of ‘Short Fall Documents’ (in e­
tendering portal) before ‘T’ bid evaluation. Any bidder who fails to forward the copy of IP duly signed
even after this communication, shall be disqualified in the Technical bid (Cover­I).Tender form and
conditions of contract and other necessary documents shall be available on ‘http://defproc.gov.in’ web site
for download and shall form part of contract agreement in case the tender/bid is accepted.
6.2 Tender form and conditions of contract and other necessary documents shall be available on
https://defproc.gov.in web site for download and shall form part of contract agreement in case the
tender/bid is accepted.
6.3 In Case of contractor who has not executed the Standing Security Bond, the Cover­1 shall be accompanied
with by Earnest Money of amount as mentioned in Appendix 'A' in the form of deposit at call receipt in
favour of concerned GE/ GE(I)/ 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 GE/ GE(I)/ AGE(I)
(see Appendix 'A').
6.4 BLANK
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO.8

MILITARY ENGINEER SERVICES


NOTICE OF TENDER IAFW-2162
APPLICABLE FOR LUMP SUM/MEASUREMENT CONTRACTS

6.5 The bidder whose bid is finally accepted shall submit performance security as per condition 19 of
IAFW-2249 (As amended under amendment No 47 to IAFW­ 2249) within the stipulated period failing
which action as per provision given in condition 19 shall be taken.
6.6 The GE/GE(I)/AGE(I) will return the Earnest Money wherever applicable to all unsuccessful
tenderers/bidders by endorsing an authority on the deposit­at­call 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.
6.7 The GE/ GE(I)/ AGE(I) will either return the Earnest Money to the successful tenderer/bidder by endorsing
an authority on the deposit­at­call 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.
6.8 Copies of the drawings and other document pertaining to the work signed for the purpose of identification by
the Accepting Officer or his accredited representative, sample of materials and stores to be supplied by the
contractor will also be available for inspection by the tenderer/bidder at the office of Accepting Officer and
concerned GE/ GE(I)/ AGE(I) during working hours.
7 The tenderers/bidders are advised to visit the site of work by making prior appointment with GE/
GE (I)/ AGE(I) 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.
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 e­tender 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 ‘http://defproc.gov.in’
website. The applicant contractor/bidder if he so desires may appeal to the next higher Engineer authority viz
CE Eastern Command on email id jtdgcontceengrkl-mes@nic.in 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 All disputes arising before acceptance of subject tender shall be decided by court of appropriate jurisdiction
at Shillong only. After acceptance of subject tender, Condition 72 (Jurisdiction of Courts) of IAFW­2249
shall be applicable.
15 This Notice Inviting Tender (NIT) including Appendix 'A' shall form part of the contract.

_____________________________
SIGNATURE OF CONTRACTOR Jt DIR (CONTRACTS)
DATED: ____________________ FOR ACCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 9
SINGLE STAGE TWO COVER SYSTEM FOR ISSUE OF TENDER ONLINE (ई-िनिवदा)
APPENDIX ‘A’ TO िनिवदा आमं ण सूचना (NIT)
1. Name of Work PROVN OF CENTRAL AIR CONDITIONING IN MH AT
काय का नाम LEIMAKHONG
2. Estimated Cost (अनु मािनत लागत) ₹ 422.00 Lakhs /लाख (At par Market)
3. पूरा होने क अव ध/Period of 12 Months/माह For Phase-I
Completion 55 Months/माह For Phase-II
4. Tender Cost (िनिवदा मू ) ₹ 2000/- in the shape of DD/Bankers Cheque from any Scheduled
Bank in favour of GE 869 EWS and payable at Leimakhong
5. वेबसाइट Website /portal address www.defproc.gov.in and www.mes.gov.in
6. Type of Contract The tender shall be Item Rate contract based on IAFW-1779-A and
संिवदा की कार` GCC (IAFW-2249) with Schedule 'A' (list of items of work) to be
priced by the tenderers/bidder electronically in BOQ as per website
instruction. The tenderers are required to quote rates against each item
of parts of Schedule 'A'.
7. Information & details:
जानकर और ववरण
(a) Bid submission start date 14 Oct 2019, 1800 Hrs
(b) Last date of bid submission 19 Oct 2019, 1800 Hrs
(c) Date of bid opening 21 Oct 2019, 1200 Hrs
8. Eligibility Criteria(पा ता मपदं ड)
(A) For MES enlisted contractors All contractors enlisted with MES in class ‘A’ and above and category c(i)
एम.ई.एस म सूचीब संवेदकों के िलये subject to the remarks wrt performance in respect of wks in hand reflected in
Workload return (WLR) circulated by competent engineer authority. Refer
Note – below.
(B) For other contractors (a) The firms not enlisted with MES shall meet the enlistment criteria of ‘A’
अ संवेदकों के िलये class MES contractors & category c(i) i.e. with regard to having
satisfactorily completed requisite value works, Annual turnover,
solvency, working capital, immovable property/fixed assets, T&P,
Engineering establishment, no recovery outstanding in any Govt
Department, Police verification/ Passport etc. As per enlistment criteria
given in para 1.4 and 1.5 of section 1 part of I of MES Manual on
Contracts – 2007 (Reprint 2012) as available in all MES formations and
also with publishers like Jain Book Agency and leading book stores
and authorized government dealers.
(b) These firms shall also submit copy of police verification from police
authority of the area where the registered office of the firm is
located/notarized copy of valid passport of proprietor/each partner/each
Director.
(c) They should not carry adverse remarks in WLR/or any other similar report
of any authority.
(C) For all contractors (a)Contractor will not be allowed to execute the work by subletting or through
सभी संवेदकों के िलये power of attorney holder on his behalf to a third party/another firm except
sons/daughters/spouse of proprietor/partner/Director and firm’s own
employees, Director, Project Manager. This shall be subject to certain
conditions which will be prescribed in the NOT forming part of the tender
documents.
(b)Scanned copy of GST registration letter along with registration
number to be uploaded in cover -1 of e-bid system. In absence of this
Cover-1 shall be liable for rejection.
(c)Scanned copy of Integrity Pact(IP) duly signed on each pages shall
be uploaded in cover -1 of e-bid system. Bidders who do not upload
scanned copy of IP duly signed, shall be intimated of the same
alongwith intimation of other such deficient documents, through
option of ‘Short Fall Documents’ (in e-tendering portal) before ‘T’ bid
evaluation. Any bidder who fails to forward the copy of IP duly signed
even after this communication, shall be disqualified in the Technical
bid (Cover-I).
9 Tender issuing and Accepting Chief Engineer Shillong Zone, Military Engineer Services,
Officer (िनिवदा जारी व ीकार करने SE Falls, Shillong, Meghalaya-793011
वाला अिधकारी)
10. Executing agency
GE 869 EWS, Leimakhong ( दुग अिभयंता, िलमाख ग)
न पादन एजसी
11. Earnest Money(अि म रािश) ₹ 4,97,000.00 in favour of GE 869 EWS payable at Leimakhong
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 10

(APPENDIX ‘A’ TO NOTICE INVITING TENDER CONTD…)


NOTES:-
1. Contractor enlisted upto two class below the eligible class may also bid for this tender. Their
application shall be considered subject to fulfillment of other eligibility criteria give in NIT when
number of applicants of eligible class qualifying for the tender are less than 7 (seven).
2. In case number of eligible class contractors satisfying the eligibility criteria given in NIT are 7 or
more than 7, application of one class below and two class below the eligible class shall not be
considered except those who have previously completed similar works satisfactorily and are
meeting the criteria of up-gradation in respect of past experience and / or average annual turnover
as applicable and financial soundness (solvency / financial soundness and working capital)
provided the value of work is less than twice the tendering limit of such contractors. Contractors
one class below and two class below the eligible class may upload necessary documents wrt
works experience and financial soundness in cover 1 of tender (T bid).
3. Applicants/bids not accompanied by scanned copies of requisite DD/Bankers Cheque towards cost
of tender and earnest money (as applicable) shall not be considered for validation of ‘T’ bid and
their finance bids will not be opened.
4. Contractor should ensure that their original DDs and earnest money (as applicable) are received
within 05 (five) days of bid submission end date.
5. In case of applicants/bids from enlisted contractors of MES, where scanned copies of requisite
DD/Bankers Cheque towards cost of tender have been uploaded but physical copies are not
received by the stipulated date, their finance bids will be opened. However non-submission of
physical copies of cost of tender shall be considered as willful negligence of the bidder with
ulterior motives and such bidder shall be banned from bidding for a period of six months
commencing from the date of opening of finance bid (Cover-2).
6. In case of application/bids from unenlisted contractors, where scanned copies of requisite
DD/Bankers cheque towards cost of tender has been uploaded but physical copies are not received
by the stipulated date, finance bids will not be opened. Names of such Contractors along with
complete address shall be circulated for not opening of their bids for a period of six months
commencing from the date of opening of finance bid (Cover-2).
7. In case of applications/bids (enlisted contractor as well as unenlisted contractor) where scanned
copies of requisite Earnest money (as applicable) were uploaded but the same are not received in
physical form within stipulated time, such bids shall not qualify for opening of finance bid
(Cover-2).
8. Contractors may note that they shall not be loaded beyond their tendering limit as under :-
a. In case of un-enlisted contractors: 2 times the upper tendering limit of class for which
contractor meets the criteria for enlistment.
9. In case any deficiency is noticed, in the documents required to be uploaded by the tenderers as per
NIT, after opening of cover 1 (T bid) and during technical evaluation, a communication in the
form of e-mail / whatsapp/sms/ speed post etc. shall be to the contractor to rectify the deficiency
within a period of 7 days from date of communication failing which financial bid (cover 2) shall
not be opened and contractor shall not have any claim on the same.
10. 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 affidavit on stamp paper of appropriate value to this effect stating that he has
authority to bind the firm in all matters pertaining to contract including the Arbitration Clause,
shall be attached in ‘pdf’ form. In case of partnership concern or a limited company, digital
signatory of the bid/tender shall ensure that he is competent to bind the contractor (through
partnership deed, general power of attorney or Memorandum and Articles of Association of the
Company) in all the matters pertaining to the contracts with Union of India including arbitration
clause. A scanned copy of the documents confirming 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 Arbitration Clause.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 11

(APPENDIX ‘A’ TO NOTICE INVITING TENDER CONTD…)


11. 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 along 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
& Articles of Association
12. The bidder/ tenderer shall also ensure compliance the EPF & MP Act 1952 by the sub-
contractor, if any engaged by the contractor for the subject work.
13. Contractors enlisted with MES will upload following documents for checking eligibility:-
(a) Application for bid in Firm’s letter head.
(b) Enlistment letter
(c) Scanned copy of DD of cost of tender
(d) Works experience and financial soundness and other necessary documents as applicable
as per Para 2 of Notes above for contractors upto one class below and two class below the
eligible class.
(e) Scanned copy of GST registration letter along with registration number to be uploaded
in cover -1 of e-bid system. In absence of this, Cover-1 shall be liable for rejection.
(f) Scanned copy of INTEGRITY PACT (IP) duly signed on each page shall be uploaded
in (cover-1) of e-bid system and original Integrity Pact (IP) duly signed on each page
shall be forwarded by the post. Bidders who do not upload scanned copy of IP duly
signed, shall be intimated of the same alongwith intimation of other such deficient
documents, through option of ‘Short Fall Documents’ (in e-tendering portal) before ‘T’
bid evaluation. Any bidder who fails to forward the copy of IP duly signed even after this
communication, shall be disqualified in the Technical bid (Cover-I).
14. Contractors not enlisted with MES will be required to upload necessary documents to prove
their eligibility for enlistment in eligible class & category of work, including Affidavit for no
recovery outstanding. List of documents required for enlistment in MES has been given in para
1.5 of section 1 of part I of MES manual on contracts 2007 (reprint 2012). Following
documents shall also be uploaded amongst others.
(a) Application for bid in Firm’s letter head.
(b) Details of three highest valued similar nature of works in MES or DG MAP or any
Govt,/State Services or Public sector (Govt undertaking) executed during last five
years, financial year-wise in tabular form giving name of work, Accepting Officer’s
details, viz, Address, Telephone, Fax No, E-mail ID etc, date of acceptance of tender and
actual date of completion. This shall be duly signed by proprietor/all partners/authorized
Director of Pvt/ Public Ltd, as applicable. It should indicate whether extension was
granted or compensation was levied. Attested copy of acceptance letter and completion
certificate shall be enclosed of each work. In case performance report has been given by
the client same shall also be submitted duly attested.
(c) Solvency certificate and working Capital Certificate issued by scheduled bank.
(d) Annual turnover certificate for last 2 Years issued by Chartered Accountant along with
relevant pages of audited balance sheets in support thereof.
(e) Affidavits for possession of movable & immovable properties by proprietor/partner
owning the immovable property along with valuation certificate from Regd Valuer in
support of movable & immovable properties. In case of Limited company, the immovable
property is required to be in the name of company.
(f) 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.
(g) Movable assets like Scooter/Car etc or NSCs/fixed deposits etc should be supported by
certified photocopies of updated RC books, valid current Insurance papers, NSCs/fixed
deposits.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 12

(APPENDIX ‘A’ TO NOTICE INVITING TENDER CONTD…)


(h) Immovable/movable property (minimum reserve) shall be exclusively in the name of Contractor
and not in the name of family members/relatives/others. In case of limited companies
immovable/movable property (considered for minimum reserve) shall be exclusively in the name
of company and should be reflected in the Balance Sheet of the Company.
(i) Scanned copy of INTEGRITY PACT (IP) duly signed on each page shall be uploaded in
(cover-1) of e-bid system and original Integrity Pact (IP) duly signed on each page shall be
forwarded by the post. In absence of this, Cover-1 shall be liable for rejection.
(j) In addition, the un-enlisted contractors shall also furnish affidavit on non judicial
stamp paper in the form of hard copy declaring their turnover for last 2(Two) years.
(k) Scanned copy of GST registration letter along with registration number to be uploaded in
cover -1 of e-bid system. Bidders who do not upload scanned copy of IP duly signed, shall be
intimated of the same alongwith intimation of other such deficient documents, through
option of ‘Short Fall Documents’ (in e-tendering portal) before ‘T’ bid evaluation. Any
bidder who fails to forward the copy of IP duly signed even after this communication, shall
be disqualified in the Technical bid (Cover-I).
(l) Scanned copy of DD of cost of tender and earnest money.
15. In case of rejection of technical/prequalification bid, contractor may appeal to next higher
Engineer authority i.e. HQ CE Eastern Command on email ceengrkl-mes@nic.in or
jtdgcontceengrkl-mes@nic.in against rejection, whose decision shall be final and binding.
However contractor/bidder shall not be entitled to any compensation whatsoever for rejection
of technical/prequalification bid.
16. All dispute arising out of or in respect of this tender before acceptance; Court of the place shall
be Shillong jurisdiction only. After acceptance of tender, Condition 72 (Jurisdiction of Courts)
of IAFW – 2249 shall be applicable.

(वैभव व वकमा)
(VAIBHAV VISHWAKARMA)
संयु त नदे शक (सं वदा)
Jt DIR (CONTRACTS)
कृते वीकार करने वाला अ धकार
FOR ACCEPTING OFFICER

89622/LEI/ 55 /E-8 िदनां क/Dated Sep 2019


Ekq[;ky; Ekq[; vfHk;URkk
HQ Chief Engineer
f‘kYkk¡x vkaPky
Shillong Zone
,Lk‐ Ã‐ QkYLk
Spread Eagle Falls
f‘kYkk¡x&793011
Shillong-793011
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 13
Annexure – I to
Appendix ‘A’ to NIT
INTEGRITY PACT

Tele :72-6733(Mil)/0364-2534846 Ekq[;ky; Ekq[; vfHk;URkk


Fax :0364-2537640 HQ Chief Engineer
E-Mail: ceshiz-ec-army@nic.in f‘kYkk¡x vkaPky
Shillong Zone
,Lk‐ Ã‐ QkYLk
Spread Eagle Falls
f‘kYkk¡x&793011
Shillong-793011

89622/LEI/ 54 /E8 ___Sep 2019

To
_____________________________
_____________________________
_____________________________
_____________________________

SUB: TENDER ID NO. …………………………………………… FOR THE WORK :


PROVN OF CENTRAL AIR CONDITIONING IN MH AT LEIMAKHONG
(CA NO : CESZ/LEI/21 OF 2019-2020)

Dear Sir(s),
1. It is hereby declared that MES is committed to follow the principle of transparency, equity
and competitiveness in public procurement.
2. The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the Integrity Pact, which is an integral part of tender / bid
documents, failing which the tenderer / bidder will stand disqualified from the tendering
process and the bid of the bidder would be summarily rejected.
3. This declaration shall form part and parcel of the Integrity Pact and signing of the same
shall be deemed as acceptance and signing of the Integrity Pact on behalf of the MES.

Yours faithfully,

Chief Engineer / Designated Officer


(Nominated by Chief Engineer)
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 14
Annexure – I to
Appendix ‘A’ to NIT (Contd...)

INTEGRITY PACT

To,

Ekq[;ky; Ekq[; vfHk;URkk


HQ Chief Engineer
f‘kYkk¡x vkaPky
Shillong Zone,
,Lk‐ Ã‐ QkYLk
Spread Eagle Falls
f‘kYkk¡x&793011

SUB: TENDER ID NO. …………………………………………… FOR THE WORK :


PROVN OF CENTRAL AIR CONDITIONING IN MH AT LEIMAKHONG
(CA NO : CESZ/LEI/21 OF 2019-2020)

Dear Sir,

1. I/We acknowledge that MES is committed to follow the Principles thereof as enumerated
in the Integrity Pact enclosed with the tender/bid document.

2. I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the Integrity Pact, which is an integral part of tender documents,
failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE
MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND
ABSOLUTE ACCEPTANCE of the conditions of the NIT.

3. I/We confirm acceptance and compliance with the Integrity Pact in letter and sprit and
further agree that execution of the said Integrity Pact shall be separate and distinct from the main
contract, which will come into existence when tender/bid is finally accepted by MES. I/We
acknowledge and accept the validity of the Integrity Pact, which shall be in line with Para 15 of the
enclosed Integrity Pact.

4. I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Pact,
while submitting the tender/bid, MES shall have unqualified, absolute and unfettered right to
disqualify the tenderer/bidder and reject the tender/bid in accordance with terms and conditions of
the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 15
Annexure – I to
Appendix ‘A’ to NIT (Contd...)

INTEGRITY PACT
GENERAL
1. Whereas the President of India, represented by Chief Engineer, HQ Chief Engineer
Shillong Zone, Spread Eagle Falls, Shillong – 793 011hereinafter referred to as ‘Principal / Owner’
and the first part, has floated the Tender (CA NO: CESZ/LEI/21 OF 2019-2020) and intends to
award, under laid down organizational procedure, contract for PROVN OF CENTRAL AIR
CONDITIONING IN MH AT LEIMAKHONG hereinafter referee to as works / Services and
M/s............................................................................................................. represented by,
............................................................................................................................(which term unless
expressly indicated by the contract, shall be deemed to include its successors and its assignees),
hereinafter referred to as the Bidder / Contractor and the second part is willing to carryout the works
/ services.
2. Whereas the Bidder is a Proprietorship Concern / Partnership Firm / Limited Liability Firm
/ Privet Limited Company / Limited Company / Joint Venture constituted in accordance with the
relevant law in the matter and the Principal / Owner is Chief Engineer (CE) performing its functions
on behalf of the President of India.
OBJECTIVES
3. Now, therefore, the Principal / Owner and the Bidder agree to enter into this pre-contract
agreement, referred to as INTEGRITY PACT(IP), to avoid all forms of corruption by following a
system that is fair, transparent and free from any influence / prejudiced dealings prior to, during and
subsequent to conclusion of the contract to be entered into with a view to:-
3.1. Enabling the Principal / Owner to get the desired works / services at a competitive
price in conformity with the defined specifications of the services by avoiding high cost
and the distortionary impact of corruption on public procurement.
3.2. Enabling Bidders to abstain from bribing or any corrupt practice in order to secure
the contract by providing assurance to them that their competitors will also refrain from
bribing and other corrupt practices and the Principal / Owner will commit to prevent
corruption, in any form, by their officials by following transparent procedures.
COMMITMENTS OF THE PRINCIPAL / OWNER
4. The Principal / Owner commits itself to the following:-
4.1. The Principal / Owner undertakes that, no official of the Principal / Owner,
connected directly or indirectly with the contract will demand, take a promise for or accept,
directly or through intermediaries, any bribe, consideration, gift, reward, favor or any
material or for any person, organization or third party related to the contract; in exchange
for an advantage; in the bidding process, bid evaluation, contracting or implementation
process related to the Contract.
4.2. The Principal / Owner will, during the pre-contract stage, treat all Bidders alike and
will provide to all Bidders the same information and will not provide any such information
to any particular Bidder which could afford an advantage to that particular Bidder in
comparison to other Bidders.
4.3. All the officials of the Principal / Owner will report to the appropriate Government
office any attempted or completed breach(s) of the above commitments as well as any
substantial suspicion of such a breach.
5. In case of any such preceding misconduct on the part of such official(s) is reported by the
Bidder to the Principal / Owner willful and verifiable facts and the same is prima facie found to be
corrected by the Principal / Owner, necessary disciplinary proceedings, or any other action as
deemed fit, including criminal proceedings may be initiated by the Principal / Owner and such a
person shall be debarred from further dealing related to the tender / contract process. In such a case
while an Inquiry is being conducted by the Principal / Owner the tender process / proceedings under
the contract would not be stalled.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 16
Annexure – I to
Appendix ‘A’ to NIT (Contd...)

COMMITMENTS OF BIDDERS
6. The Bidder commits himself to take all measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of his bid or during any pre-contract or post-
contract stage in order to secure the contract or in furtherance to secure it and in particular commits
himself to the following-:
6.1. Bidder will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favor any material or non-material benefit or other advantage,
commission, fee, brokerage or inducement to any official of the Principal / Owner,
connected directly or indirectly with the bidding process, or to any person, organization or
third party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the Contract.
6.2. The bidder further undertakes that he has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour any material or non-
material benefits or other advantage, commission, fees, brokerage or inducement to any
official of the Principal / Owner or otherwise in procuring the Contract or forbearing to do
or having done any act in relation to the obtaining or execution of the contract or any other
Contract with the Government for showing or forbearing to show favor or disfavor to any
person in relation to the Contract or any other Contract with the Government.
6.3. The bidder will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.
6.4. The bidder will not accept any advantage in exchange for any corrupt practice,
unfair mean and illegal activities.
6.5. The bidder would not enter into conditional contract with any Agent(s), broker(s) or
any other intermediaries wherein payment is made or penalty is levied, directly or
indirectly, on success or failure of the award of the contract.
6.6. The Bidder commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts. Complaint will be
processed as per Guidelines for Handling of Complaints in vogue. In case the complaint
is found to be vexatious, frivolous or malicious in nature, it would be construed as a
violation of Integrity Pact.
7. PREVIOUS TRANSGRESSION
7.1. The Bidder declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pacts with any other company in respect of any
corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any
Government Department in India.
7.2. If the Bidder makes incorrect statement on this subject, Bidder can be disqualified
from tender process or the contract and if already awarded, same can be terminated for
such reason.
8. COMPANY CODE OF CONDUCT
8.1. Bidder are advised to have a company code of conduct (clearly rejecting the use of
bribes and other unethical behavior) and a compliance program for the implementation of
the code of conduct throughout the country.
9. SANCTION FOR VIOLATION
9.1. Any breach of the aforesaid provisions by the Bidder or any one employed by him
or acting on his behalf (whether with or without the knowledge of the Bidder) or the
commission of any offence by the Bidder or any one employed by him or acting on his
behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of
Corruption Act 1988 or any other act enacted for the prevention of corruption shall entitle
the Principal / Owner to take all or any one of the following actions, wherever required:-
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 17
Annexure – I to
Appendix ‘A’ to NIT (Contd...)

(i) Technical bid of the Bidder will not be opened. Bidder will not be entitled to
or give any compensation. However, the proceedings with the other Bidder(s)
would continue.
(ii) Financial bid of the Bidder will not be opened. Bidder will not be entitled to
or give any compensation. However, the proceedings with the other Bidder(s)
would continue.
(iii) The Earnest Money Deposit shall stand forfeited either fully or partially, as
decided by the Principal / Owner, in case contract is not awarded to the Bidder and
the Principal / Owner shall not be required to assign any reason therefore. For
enlisted contractors an amount less than or equal to Earnest Money Deposit as
decided by the Principal / Owner shall be deducted from any amount held with the
Department / any payment due.
(iv) To immediately cancel the contract, if already concluded / awarded without
any compensation to the Bidder.
(v) To encash the Performance Security furnished by the Bidder.
(vi) To cancel all or any other Contract(s) with the Bidder.
(vii) To temporarily suspend or temporarily debar / permanently debar the bidder
as per the extant policy.
(viii) If adequate amount is not available in the present tender / contract, the
deficient amount can be recovered from any outstanding payment due to the Bidder
from the Principal / Owner in connection with any other contract for any other
works / services.
(ix) If the Bidder or any employee of the Bidder or any person acting on behalf
of the Bidder, either directly or indirectly, is closely related to any of the officers of
the Principal / Owner, or alternatively if any close relative of an officer of the
Principal / Owner has financial interest / stake in the Bidder’s firm, the same shall
be disclosed by the Bidder at the time of submission of tender. Any failure to
disclose the interest involved shall entitle the Principal / Owner to debar the Bidder
from the bid process or rescind the contract without payment of any compensation
to the Bidder. The term ‘close relative’ for this purpose would mean spouse
whether residing with the Government servant or not, but does not include a spouse
separated from the Government servant by a decree or order of a competed Court;
son or daughter or step son or step daughter and wholly dependent upon
Government servant, but does not include a child or a step child who is no longer in
any way dependent upon the Government servant or of whose custody the
Government servant has been deprived of by or under any law; any other person
related, whether by blood or marriage, to the Govt servant or to the Government
servant’s wife or husband and wholly dependent upon Government servant.
(x) The Bidder shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of the
Principal / Owner and if he does so the Principal / Owner shall be entitle forthwith
to cancel the contract and all other contracts with the Bidder.
9.2. The decision of the Principal / Owner to the effect that a breach of the provisions of
this Integrity Pact has been committed by the Bidder shall be final and binding on the
Bidder. However, the Bidder can approach the Independent External Monitor(s)
(IEMs) appointed for the purposes of this Pact.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 18
Annexure – I to
Appendix ‘A’ to NIT (Contd...)

10. INDEPENDENT EXTERNAL MONITORS (IEMs)


10.1. MoD has appointed the following Independent External Monitors for this pact in
consultation with the Central Vigilance Commission:-
Sl No Name of IEM e-mail ID
(i) Shri Hem Kumar Pande, IAS (Retd), IEM hempande@nic.in
(ii) Shri Anjan Kumar Banerjee, IA&AS (Retd), Ex- anjan.banerjee@gov.in
Dy, C&AG, IEM
10.2. Details of Nodal officer nominated by E-in-C’s Branch are as follows:-
Name : Shri Bhagirathi Pani, Director (Contracts)
E-Mail ID : dircont1einc-mes@nic.in
Mobile No : 9829322881
10.3. In case of any complaint with regard to violation of Integrity Pact, either party can
approach IEMs with copy to the Nodal Officer and the other party. If any such complaint
from bidder is received by the Principal / Owner, the Principal / Owner shall refer the
complaint to the Independent External Monitors for their recommendations / inquiry report.
10.4. If the IEMs need to peruse the relevant records of the Principal / Owner and /or of
the Bidder / Contractor in connection with the complaint sent to them, the Principal /
Owner and/or the Bidder/ Contractor shall make arrangement for such perusal of records
by the IEMs as demanded by them including unrestricted and unconditional access to the
project documentation and minutes of meeting. If records / documents of Sub-Contractor(s)
are also required to be perused by the IEMs, the Bidder shall make arrangement for such
perusal of records by the IEMs as demanded by them. IEMs are under obligation to treat
the information and documents of the Principal / Owner and Bidder / Contractor / Sub-
Contractors with confidentiality.
10.5. The task of the IEMs, is to review independently and objectively, any complaint
received with regard to violation Integrity Pact and offer recommendations or carry out
inquiry as deemed fit. The IEMs are not subject to any instructions by the representatives
of the parties and shall perform their functions neutrally and independently. The report of
inquiry, if any, made by the IEMs shall be submitted to either of the following for a final
and appropriate decision in the matter keeping in view the provision of this Pact:-
(a) Engineer-in-Chief in normal cases
(b) CVO (MES & BRO) / MoD in cases involving vigilance angle
11. EXAMINATION OF BOOKS OF ACCOUNTS
In case of any allegation of violation of any provisions of this Integrity Pact or payment of
commission, the Principal / Owner or its agencies shall be entitled to examine the Books of Account
of the Bidder and the Bidder shall provide necessary information of the relevant financial
documents in English and shall extend all possible help for the purpose of such examination.
12. LAW AND PLACE OF JURISDICTION
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the
Principal / Owner.
13. OTHER LEGAL ACTIONS
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may
follow in accordance with the provisions of the extant law in force relating to any civil or criminal
proceedings.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 19
Annexure – I to
Appendix ‘A’ to NIT (Contd...)

14. SIGNING OF INTEGRITY PACT ON BEHALF OF BIDDER


(a) Proprietorship Concern - The Integrity Pact must be signed by the proprietor or
by an authorised signatory holding power of attorney signed by the proprietor.
(b) Partnership firm - The Integrity Pact must be signed by all partners or by one or
more partner holding power of attorney signed by all partners.
(c) Limited Liability firm - The Integrity Pact must be signed by all partners or by
one or more partner holding power of attorney signed by all partners.
(d) Private Limited/Limited Company - The Integrity Pact must be signed by a
representative duly authorised by Board resolution.
(e) Joint Venture - The Integrity Pact must be signed by all partners and members to
Joint Venture or by one or more partner holding power of attorney signed by all partners
and members to the Joint Venture.
15. Validity
15.1. The validity of this Integrity Pact shall be from date of its signing. It expires for the
Contractor after the final payment under the contract has been made or till the continuation
of Defect Liability Period, whichever is later and for all other bidders, till the Contract has
been awarded.
15.2. Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intentions.

……………………………………………………………

(For and on behalf of Principal/Owner)

……………………………………………………………

(For and on behalf of Bidder/Contractor)

WITNESSES

1. ……………………………………………………..

……………………………………………………..

……………………………………………………..
(Signature, Name and Address)

2. ……………………………………………………

……………………………………………………

……………………………………………………
(Signature, Name and Address)

Place:
Date:
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 20

SCHEDULE ‘A’: NOTES


(IAFW 1779-A REVISED 1955)
(LIST OF WORKS AND PRICES)
(A) NOTES (GENERAL) APPLICABLE TO ALL SECTIONS:
1. The quantities shown in column 3 are approximate and are inserted as a guide only. However,
these shall not be varied beyond the limits laid down in condition 7 of IAFW-2249 General
Condition of contracts.
2. The bidder shall quote/enter unit rate in figures at sky blue space on the BOQ (GENERAL
SUMMARY).
3. BLANK
4. Total amount under column 6 is not firm but will be treated as “CONTRACT SUM” for all the
purpose as referred to in IAFW-2249.
5. UNIT RATE: The tenderer shall calculate his own details and insert unit rates in Column 5
(Sky blue space) against each item of Schedule ‘A’. It is an express condition of this contract
that the rates quoted by the tenderer in the tender for various items shall be deemed to included
for the entire and final completion of the items of work in accordance with provision of the
tender. Government shall not entertain any claim whatsoever on account of
inaccuracies/misunderstanding, if any in the aforesaid rates.
6 Tenderers shall be deemed to include in his unit rate for each item for the provision of all
materials, labour, operations, tools/plants as required and other requirements as detailed in the
Particular Specifications irrespective of whether these appear as specific item or mentioned in
the description of items in Schedule ‘A’ or not and the tenderer shall not be paid any extra for
the same.
7. The under mentioned remarks shall be deemed to have been against each item of BOQ:-
(a) Refer list of drawing
(b) Refer note No: 8 of Schedule ‘A’ Notes
(c) Refer notes to Schedule ‘A’.
8. PERIOD OF COMPLETION:- The entire Work under this Contract including its Connected
Services shall be completed in two phases as under:-
PHASE-I
Supply, installation, testing and Total work under Phase-I shall be completed within 12
commissioning of Central type Calendar Months from the date of commencement of
water cooled, chilled water type work as mentioned in Work Order No 1 to be issued
air conditioning plant with all by the GE after acceptance of tender. Site for all
equipments and accessories and Works and other Services shall be handed over
other connected work complete all as simultaneously and their Completion Period shall run
catered in all Schedule ‘A’ BOQ concurrently.
(Srl Item No. 1 to 6)
PHASE-II
Manning & operations of AC plant Period of completion for Phase-II shall be 55
(As specified under Schedule ‘A’ Calendar Months from the date of commencement of
BOQ, Srl Item No- 7 to 11) work of phase-II. Work catered in phase-II shall
commence from next day to certified date of
completion of work catered in Phase-I.

Notes:-
(i) Completion for each Phase shall be issued separately by GE in terms of condition 49 of IAFW-
2249.
(ii) Final bill for the complete work covered in Schedule ‘A’ BOQ (Srl Item No 1 to 6) shall be
paid to the contractor after satisfactory completion of Phase-I. Final Bill for Manning &
operations of AC plant as covered in Srl Item No 7 to 11 of Sch ‘A’ BOQ shall be prepared and
paid separately after satisfactory completion of Phase-II.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 21

SCHEDULE ‘A’: NOTES


(IAFW 1779-A REVISED 1955)
(LIST OF WORKS AND PRICES)

(iii) Plants for Manning & operations of AC plant will be handed over after physical completion of
Phase I. No claim on account of delay in completion of Phase-I resulting in delay in the
commencement of Phase-II shall be entertained. Irrespective of the variation in prices of
material and labour during period of phase-II i.e Manning & operations of AC plant, No
escalation shall be given to the contractor. The bidder/ firms should quote their rates
accordingly and no claim whatsoever on this account shall be admissible at a later stage.
(iv) Defects liability period for Phase I shall commence after completion of Phase-I as certified by
GE.
9. Unless otherwise specified method of measurement of various items of work shall be as
stipulated in MES standard Schedule of Rates (Part I – 2009 and Part II – 2010).
10. The rates quoted by the tenderer shall be deemed to include any minor details/items of work
and/or construction which are obviously and fairly intended and which may not have been
included in these documents but which are essential for the execution and entire completion of
the work and decision of the accepting officer on this account shall be final, conclusive and
binding.
11. TAX:-
11.1. The rate quoted by the tenderer shall be inclusive of all types of taxes, levies including GST,
labour welfare tax etc as prevailing on the date of submission of tender.
11.2 Certain taxes such as central excise duty, service tax, additional custom duty, state level value
added tax, octori and other levies which were applicable on interstate transportation of goods
are subsumed by GST, thus special condition as per “Reimbursement/refund on variation in
prices in taxes directly related to contract value”for “Reimbursement / refund on variation in
prices in taxes directly related to contract value” of tender shall be deemed to be amended
incorporating GST in lieu of taxes mentioned in the condition but subsumed by GST.
12. Cost of Testing including Transportation of Materials or Equipments or Items, provision of all
facilities for Testing in accordance with Specifications and/or IS shall be borne by the
Contractor unless otherwise mentioned.
13. SAFETY MEASURES, PRECAUTION'S, RISKS ETC.,
13.1. The Work shall be carried out with utmost care to ensure that no damage to Existing/Adjoining
Work is done failing which the damage, if any done shall be rectified by the Contractor to
match with the Existing/ Adjoining Work to the entire satisfaction of Engineer-in-Charge under
Contractor's own arrangement and at his own expenses.
13.2. Suitable Tools, Plants, Equipments, Mechanism, etc., as considered necessary shall be adopted
during execution of the Work. The Contractor shall take all Precautions, Safety Measures, etc.,
to avoid any Damage, Miss-happening, Accident, etc., to the Workmen engaged by him to carry
out the Work. The UNIT RATES quoted by Contractor shall be deemed to have included the
Element of adopting Safety Measures, Precautions and also the Risks, etc. involved in Work
and nothing EXTRA shall be admissible on this account.
14. METHOD OF MEASUREMENTS
14.1. The method of Measurements to be adopted in the Contract shall be as laid down in MES
STANDARD SCHEDULE OF RATES PART-I & II, IS 1200 and other relevant BIS standard
The General Rules, Special Conditions, Preambles and Other Provisions in MES STANDARD
SCHEDULE OF RATES PART-I & II and relevant BIS standard shall be deemed to apply to
the Work under this Contract unless otherwise mentioned in the Tender documents. However,
where the UNITS of Work given in Column 4 against Items of SCHEDULE 'A' are at variance
with that mentioned against respective Items in MES STANDARD SCHEDULE OF RATES ,
the Measurements of Work against such Items of SCHEDULE 'A' shall be done as per the
UNITS given in SCHEDULE 'A'.
14.2. Unless otherwise specifically mentioned, unit rate of Each Item of Work is inclusive of all
'Material & Labour' or 'Supply & Fixing' or 'Supply & Laying' including Tools and Plants,
Installing, Comissioning and Testing complete as required for entire Completion of Works.
15. INTEGRITY PACT (IP):- Integrity Pact (IP) is an integral part of contract and both parties
are bound by its provisions.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 22

SCHEDULE ‘A’: NOTES


(IAFW 1779-A REVISED 1955)
(LIST OF WORKS AND PRICES)
15. VISIT OF SITE
15.1 The Tenderer are advised to visit the work site by taking prior appointment with GE before
uploading of BOQ. The Tenderer shall have no clam what-so-ever on this account at a later
stage whether he has actually inspected the work site or not.
16. Works under this contract lies in ‘UN-RESTRICTED’ Area.
17. DEFECTS LIABILITY PERIOD
17.1. Refer condition 46 of IAFW-2249 & amendment No. 48 of IAFW-2249.
17.2. The defects liability period of the contract shall be 36 calendar months for Phase-I.

SIGNATURE OF CONTRACTOR Jt DIR (CONTRACTS)


DATED : FOR ACCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 34

SCHEDULE ‘B’
LIST OF MATERIALS TO BE ISSUED TO THE CONTRACTOR
(REFER CONDITION 10 OF GENERAL CONDITIONS OF CONTRACTS - 1AFW-2249)

Sl No. Particulars Rate at which Stores, etc. will be issued Place of Remarks
to the Contractor issue
(by name)
UNIT RATE
1 2 3 4 5 6

– NIL –

(SIGNATURE OF CONTRACTOR) Jt DIR (CONTRACTS)


DATED: FOR ACCEPTING OFFICER

(Contractor) JE(QS&C) DD/AD (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 35

SCHEDULE ‘C’
ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE
HIRED BY THE CONTRACTOR
(REFER CONDITION 15, 34 AND 35 OF IAFW-2249)

Ser. Quantity Particulars Details of Hire charges Stand by Place of Remarks


No. MES Crew per unit per charges per Issue
supplied working day unit per
day
1 2 3 4 5 6 7 8

– NIL –

(SIGNATURE OF CONTRACTOR) Jt DIR (CONTRACTS)


DATED: FOR ACCEPTING OFFICER

(Contractor) JE(QS&C) DD/AD (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 36

SCHEDULE ‘D’
TRANSPORT TO BE HIRED BY THE CONTRACTOR
(REFER CONDITION 16, AND 35 OF IAFW-2249)

Sr. Quantity Particulars Rate per unit per Stand by Place of Remarks
No. working day charges per Issue
unit per day
1 2 3 4 5 6 7

– NIL –

(SIGNATURE OF CONTRACTOR) Jt DIR (CONTRACTS)


DATED: FOR ACCEPTING OFFICER

(Contractor) JE(QS&C) DD/AD (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 37

TENDER

To
The President of India

Having examined and perused the following documents : -

1. Specifications signed by Joint Director (Contracts)/ Dy Director (Contracts /Asst Director


(Contracts)/ Addl Asst Director (Contracts)

2. Drawings details in the specifications.

3. Schedule ‘A’, ‘B’, ‘C’, ‘D’ attached hereto.

4. MES Standard Schedule of Rates Part-I (2009) Specifications and Part-II (2010) Rates
(here-in-after and in IAFW-2249 referred to as the MES schedule) together with
Errata/amendment nos 1(a) to 3 for Part-I and 1 to 58 for Part-II as applicable.

5. General Conditions of contracts, IAFW-2249 (1989 print) together with errata No 1 to 20


and amendments 1 to 48.

6. WATER : Water will not be supplied by MES.

Should this tender be accepted, I/We agree

(a) *That the sum of ₹ 4,97,000/-, forwarded as Earnest Money shall either be retained in part
or full as the case may be, on account of Performance Security or be refunded by the
Government on receipt of the appropriate amount as Performance Security within the
time specified in condition 19 of IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions,
contained or referred to therein at the item rates contained in the aforesaid Schedule ‘A’
or at such other rates as may be fixed under the provision of condition 62 of IAFW-2249
and to carry out such deviations as may be ordered vide Condition 7 of IAFW-2249 upto
a maximum of 10% (TEN PERCENT) and further agree to refer all disputes (in case
disagreement with the decision of such DRB or conciliator as applicable as per
condition 71 of IAFW 2249), as required by Condition 70 of IAFW-2249 to the sole
arbitrator of a serving Officer having degree in Engineering or equivalent or having
passed final/direct final Examination of Sub-division II of Institution of Surveyors
(India) recognised by the Government of India to be appointed by the
ENGINEER-IN-CHIEF or in his absence the Officer Officiating as
ENGINEER-IN-CHIEF or DIRECTOR GENERAL OF WORKS if specifically
delegated in writing by the ENGINEER-IN-CHIEF ARMY HEADQUARTERS
NEW DELHI whose decision shall be final, conclusive and binding.

* To be deleted where NOT applicable.


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 38

Brought forwarded ₹............................... (Rupees.............................................................

.....................................................................................................................................)

Signature________________________ (Name of Signatory__________________________) in the

Capacity of _____________________________________________ duly authorised to sign the

TENDER and on behalf of M/S_____________________________________ DATED ____________

(IN BLOCK CAPITALS)

Postal Address .............................................

.............................................
………….............................
………………………….. Witness..........................................
Telephone No. ............................................................. Address.........................................
......................................................
Mobile No 1. ...........................................................
…….. ................................................
(Alternate) 2. ...........................................................

E-Mail ID 1. ……………………..………@……………

2. …………………….……….@……………

Fax No ...............................................................

ACCEPTANCE

...................................................alterations have been made in this document & as


evidence that these alterations were made before the execution of the contract
Agreement, they have been initialed by the contractor and
Shri....................................................

The said officer(s) is/are hereby authorized to sign and initial on my behalf of the
documents forming part of this contract.
The above tender is/was accepted by me on behalf of the President of India for the
lump sum of ₹.......................……………………
(Rupees..........................................................……………………………………………
……………………………………………………………only)

Signature _________________________
Appointment: Chief Engineer Shillong Zone
(For and on behalf of the President of India)

Dated this ___________ day of ________ 2019.


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 39 to 71

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249: PRINT – 1989)

FOR

LUMP SUM CONTRACT (IAFW-2159)

A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249-1989 print) has been


supplied to me/us and is in my/our possession. I/We have read and understood the provisions
contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this
tender and I/We agree that I/We shall abide by the terms and conditions therefore, as modified, if
any, else where in this tender documents.

It is hereby further agreed and declared by me/us, that the GENERAL CONDITIONS OF
CONTRACTS (IAFW-2249-1989 Print ) including condition 70 thereof pertaining to settlement
of dispute by Arbitration, containing 33 pages (Ser Page No 39 to 71) with errata 1 to 20 and
amendment Nos 1 to 48 form part of this tender documents.
It is also agreed by me/us that in case of any discrepancy in the interpretation of the Contents
between ENGLISH and HINDI VERSION, ENGLISH VERSION shall take precedence over
HINDI VERSION.

______________________________ JT DIRECTOR (CONTRACTS)


SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
DATED:

.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 72
MILITARY ENGINEER SERVICES
ERRATA TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

ERRATA
Errata Page Particulars
No No
1 2 3

1. 4 Condition 3, Para 3, Line 1: For “An’ Read “ and”

2. 7 Condition 7, last Para, line 9 ; For “Objection” Read “objection”

3. 7 Condition 7, last Para, line 11 : For “thetein” Read “therein”

4. 8 Condition 8, line 7 “Delete” after the word “necessary”

5. 10 Condition 15, Para 2, line 3, For “actory” Read “ Factory”

6. 11 Condition 15, Para 2, line 6 For “escept” Read “except”

7. 11 Condition 15, Para 2, line 6 For “authorise Read “ authorised”

8. 11 Condition 15, Para 5, line 1, For “Maintence” Read “ Maintenance”

9. 16 Condition 32, Para 1, line 4 For “sitning” Read “siting”

10. 16 Condition 32, Para 2, line 6 For "reinstead" Read"reinstated"

11. 16 Condition 34, line 6 For "revese " Read "revest"

12. 16.17 Condition 36, para 2, line 2 For "conbusitible" Read"combustible"

13. 17 Condition 37, line 3 For "whese " Read "whose"

14 17 Condition 43,line 1 For "shal" Read " Shall"

15. 17 Condition 44, para 2, line 4 For"visit this " Read "visit his"

16. 18 Condition 48, para (a), line 5 For "airising" Read "arising"

17 20 Condition 54, line 1 and 2 illigible word is "Contractor"

18. 20 Condition 54, para below (a), Insert`b' in the exsiting bracket "( )"

19. 30 ANNEXURE `B', Clause 6, line 2 Delete the word "after"

20. 30 ANNEXURE `B', Clause 6 but line 3 Insert fullstop"(.)" after the word
"thereof" and For "laddor" Read "Ladder"

______________________________ JT DIR (CONTRACTS)


SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
DATED :
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 73

MILITARY ENGINEER SERVICES


AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)
Amendment Page No Particulars
No
1 2 3

1. 28 & 29 Annexure `A' Military Engineer Services Contractor's labour


Regulations

(a) Para 2 (a) line 3


For : Not exceeding Rs.400 per month
Read: Not exceeding Rs.500 per month"

(b) Para 11, line 5 Add the following after the words labourers
concerned. "The Garrison Engineer shall payments to the labour
concerned within 45 days from the receipt of the report from the
labour welfare officer or other person authorised as aforesaid, as the
case may be."

2 9 Condition 10(R), Line 2 to 6.


For : Materials which______________________________ as
aforesaid.
Read: "Materials which Govt shall supply are shown in Schedule `B'
which also stipulates place of issue and rate(s) to be charged in respect
thereof".

3. 19 Condition 50, Sub para 4(b) (iii) Delete the existing description
against sub para 4(b) (iii) and insert as under:-

(iii) Where the contract Seven and half percent of the Contract
sum exceeds Rs.20lakhs value of the item or group of items of
work for which a separate period of
but does not exceed completion is given or Rupees seven
Rs. 150 lakhs. and a half lakhs whichever is less.

(iv) Where contract exceeds Five percent of the contract value of


Rs.150 lakhs but does not the item or group of the items of work
exceed Rs. 300 Lakhs. for which a separate period of
completion is given or Rupees twelve
and a half lakhs whichever is less.

(v) Where the contract sum Four percent of the contract value of
exceeds Rs. 300 lakhs. the item or group of items of work
for which a separate period of
completion is given subject to a
maximum of Rupees twenty five
lakhs."
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 74
MILITARY ENGINEER SERVICES
AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)
Amendment Page No Particulars
No
1 2 3
4. 27 CONDITION 70 TO SUB PARA-9
Add the following at the end of the sub para : "If the value of the claims
or counter claims in an arbitration reference exceeds Rs. 1 Lakh the
arbitrator shall give reasons for the award."
5. 14 &15 CONDITION 25
Delete para 2 and 3 of the above condition and substitute the following :-
"Where the contractor is not a qualified Engineer or even if he is so
qualified, he cannot, in the opinion of the GE give his full personal
attention to the works, he shall at his own expense employ a
person/person(s) possessing the following qualifications, and/or
experience as his accredited agent(s)to supervise the works and to
receive instructions from the Engineer-in-Charge:-

(a) For works costing over Two Degree holders in Engineering


Rs. 300 lakhs other than from Government recognised
those covered in(g) below. Institution or equivalent with atleast 5
years practical experience of works.
and
Adequate numbers of Diploma holders
in Engineering from a government
recognized Institution with at least 8
years practical experience of works.

(Note :- The above provision shall be applicable irrespective of the fact


whether contractor himself is a qualified Engineer or not).
(b) For works costing A degree holder in Engineering from a
between Rs.100 lakhs and Government recognised Institution or
Rs.300 lakhs. other than equivalent with at least 4 years practical
those covered in (g) below experience of works
OR
Two diploma holders in Engineering
from a Government recognised
Institution with at least 6 years practical
experience of works

(c) For works costing A degree holder in Engineering from a


between Rs.60 lakhs and Government recognised Institution or
Rs.100 lakhs other than those equivalent with at least 3 years practical
covered in (g) below experience of works.
OR
A diploma holder in Engineering from a
Government recognised Institution with
at least 5 years practical experience of
works.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 75
MILITARY ENGINEER SERVICES
AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)
Amendment Page No Particulars
No
1 2 3

(d) For works costing A degree holder in Engineering from a


between Rs.7.5 lakhs and Government recognised Institution or
Rs.60 lakhs other than those equivalent with at least 2 years practical
covered in (g) below experience of works.
OR
A diploma holder in Engineering from a
Government recognised Institution with
at least 4 years practical experience of
works.
(e) For works costing A degree or diploma holder in
between Rs.2 lakhs and Engineering from a Government
Rs.7.5 lakhs other than those recognised Institution with adequate
covered in (g) practical experience of works.
below
(g) For works of any value A competent person with adequate
for repairs to buildings and practical experience of works. The
roads, periodical Services to employment of Agent(s) as aforesaid
building, term contract, grass shall be to the approval of GE who may
cutting and fencing verify his / their qualifications and
experience by referring to original
degree/diploma/testimonials which shall
be made available to him by the
contractor or by the individual employed
or proposed to be employed.

6 27 Delete the description added at the end of sub para 9 vide amendment
No.4 (1989 Print) and insert as under :-
"The arbitrator shall give reasons for the award in each and every case
irrespective of the value of claims or counter-claims".
7 24 CONDITION 64
Delete para 4 viz `Provided the amount______ shall not exceed Rs. 1.5
lakhs in toto.

8. 26 CONDITION 70 ARBITRATION PARA 1, LINE 4


Amend the words "Engineer Officer" to Read" Serving Officer having
degree in Engineering or equivalent or having passed final/direct final
Examination of of Sub-Division II of Institution of Surveyor (India)
recognised by the Govt. Of India."

9. 2 Add the following new condition under chapter IV:-


"71. Jurisdiction of Courts".
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 76
MILITARY ENGINEER SERVICES
AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amendment No Page No Particulars


1 2 3

27 Add the following new condition:-


"71. Jurisdiction of Courts-Irrespective of the place of issue of
tenders, the place of acceptance of tenders, the place of
execution of contract or the place of payment under the
contract, the contract shall be deemed to have been made at
the place from where the acceptance of tenders has been
issued and the work is executed/executable, The courts of the
place from where the acceptance of the tender has been issued
and the work is executed/under execution shall alone have
jurisdiction to decide any dispute arising out of or in respect
of the contract."

10. 14 & 15 CONDITION 25 AS AMENDED VIDE AMENDMENT


No.5
FOR " Degree holders in Engineering from a Government
recognised Institution or equivalent" wherever occuring.
READ "Degree holders in Engineering from a Government
recognised Institution or equivalent/final or direct final pass
of sub division II of the Institution of Surveyors (India)."
11. 27 CONDITION 70 : ARBITRATION PARA 8
FOR : "The Arbitrator may, from time........... Publishing the
award." READ: "The arbitrator may, from time to time with
the consent of the parties, enlarge the time for making and
publishing the award."
12. 24 Add the following Para 4 after Para 3 (c) :-
"The amount so retained from the contractor shall be called
retention money and shall be released to the contractor
alongwith the final bill. However, in case the amount of this
retention money is more than 1.50 lakhs, then after retaining
an amount of Rs. 1.50 lakhs or 1% of the contract amount
as executed whichever is more, the balance amount of
retention money will be refunded to the contractor at
satisfactory completion of works as certified by the GE."
13. 23 Condition 62 (G) valuation of deviation para 1 line 3
For : "Plus 10 %" Read : "Plus 15 %"
14. 5 (a) Condition 4A(a), Line 4
FOR: "Rs. 2,500/-"
READ :"Rs.5,000/-"
(b) Condition 4A(d), Line 2 & 3
FOR : "Rs. 5,000/-"
READ: 10,000/-
15. 13 Condition 22, Security Deposit, sub para 3,
Line 3 and 4 For : "Controller of Defence Accounts
concerned"
Read : "Accepting Officer"
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 77

MILITARY ENGINEER SERVICES


AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amendment Page No Particulars


No
1 2 3
16. 24 Condition 64
Sub para 7, lines 4 & 5 For:"Controller of Defence Accounts”
Read:"Accepting Officer"

17. 19 (a) Condition 50, Sub Para 2, Line 2a


For : “ Deviation orders on the contractor”
Read : “Deviation order, escalation amount”
(b) Condition 50, Sub Para 4 (b) (i) to 4 (b) (v)
Delete existing sub para 4 (b) (i) to 4 (b) (v) in toto and insert as
under ;
“Ten percent of the contract value of the item or group
of items of work for which a separate period of
Completion is given.”

(c) Condition 50, Sub Para para 5


Add Sub para 5 as under
“Amount of retention money plus compensation during
currency of contract shall not exceed ten percent of contract
value. Contractor shall furnish BGB or Fixed Deposit
Receipt in lieu of retention money and if compensation
amount is not fully met from retention money, the difference
if any shall be recovered from the payments due to the
contractor.”

18. 3 and 4 (a) Condition 1(a), line 4


For : “ the M.E.S. Schedule, the Specifications”
Read : “the M.E.S. Schedule, the Special Conditions, the
Specifications”

(b) Condition 1(b), line 2


For : “ these conditions, and the Specifications”
Read : “these conditions, the Special Conditions and the
Specifications”

(c) Condition 1(b), line 3


For : “ loaned”
Read : “sold”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 78

MILITARY ENGINEER SERVICES


AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amendm Page Particulars


ent No No
1 2 3

18(contd..) (d) Condition 1(g), line 3


For : “ Garrison Engineer” who administers”
Read : “Garrison Engineer” (or Assistant Garrison Engineer (Independent) if
applicable) who administers”

(e) Condition 1(g), line 3


In the end, add the following:-
“ Where the office of the CWE does not exist and the GE is directly under the
Chief Engineer, the authority of the CWE stipulated in these conditions shall vest
in the concerned Chief Engineer.”

(f) Condition 1(h), line 3


For : “the Superintendent Grade I”
Read: “ the Junior Engineer (JE)”

(g) Condition 1(i), line 1


For : “Indian Standards Instiution.”
Read: “ Bureau of Indian Standards.”

(h) Condition 1(p), line 4


For : “air craft and acts of God”
Read: “air craft and natural calamities”

(j) Condition 1(p), line 5


For : “floods and tornado.”
Read: “floods, tornado and Tsunami.”

19. 5 (a) Condition 4A, line 7


For : “Rs. 60,000/-”
Read: “Rs. 1,50,000/-”

(b) Condition 4A(a), line 4


For : “Rs. 2,500/-”
Read: “Rs. 10,000/-”

(c) Condition 4A(c), line 4


For : “Rs. 2,500/-”
Read: “Rs. 10,000/-”

(d) Condition 4A(d), lines 2 and 3


For : “Rs. 5,000/-”
Read: “Rs. 20,000/-”

(e) Condition 4A(f), line 1


For : “Rs. 60,000/-”
Read: “Rs. 1,50,000/-”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 79
MILITARY ENGINEER SERVICES
AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amend Page Particulars


ment No
No
1 2 3
20. 5 (a) Condition 6, subpara 1
The existing contents shall be substituted as under:-
“6. Provisional Items- The amount pertaining to provisional items need not be
deducted from the Contract Sum. The Engineer-in-Charge and Contractor shall set
out the works covered under provisional items and provisional lump sum based on
the description of items, drawings forming part of contract agreement and
considering the ground conditions as encountered at site of works. The statement of
variation in quantities, new items or deletion of items from the contract agreement
as required will be worked out for approval of Engineer-in-Charge who will convey
approval of such changes through site order book. For the purpose of payment the
variation in value of work executed under these items shall be ascertained by
measurement or valuation as for deviation. The variations shall be regularized as per
condition 7.”

21. 6 and (a) Condition 6A, line 6


7 Add following after the words ‘preference to scale.’:-
“However the provisions of any drawing of a later date shall take precedence over
that of a drawing of previous date further subject to the condition that working
drawing will take precedence over a Typical Detail Drawing.”
(b) Condition 6 A(a), line 1
For: “Quantities.”
Read: “Quantities, Schedule ‘B’, ‘C’, ‘D’,”
(c) Condition 6 A(a), subpara 3, line 1
For: “one document forming”
Read: “one document as defined hereinabove forming”
(d) Condition 6 A(A)
(i) Existing subpara (b) to (f) shall be enumerated as subpara (c) to (g)
(ii) Add new subpara (b) after existing subpara (a) as under:-
“(b). Items and their quantities for which no rates or prices have been quoted
shall be deemed to have been covered by the rates and prices quoted for the other
items of Schedule ‘A’ or bill of quantities.”
(e) Condition 6 A(C) (iii)
The existing contents shall be substituted as under:-
(iii) Contract sum exceeding Rs. : Rs. 20,000 plus 2% of Contract
10 lakh but not exceeding Rs. Sum exceeding Rs. 10 lakh subject to
100 lakh a maximum of Rs. 1,00,000/-
(iv) Contract sum exceeding Rs. : 1% of Contract Sum subject to a
100 lakh maximum of Rs. 5 lakh

22. 8 (a) Condition 9 (c), line 19


For: “labour at Site”
Read: “labour and tools and plants at Site”

(b) Condition 9(c), line 19


Add following at the end of para (c) viz line 21:-
“The contractor shall give the details of idle labour, workmen, employees, tools
and plants and such other details as asked by the GE, within seven days of issue of
order of suspension and the GE shall verify the necessity and correctness thereof.
Proper record of these details shall be maintained duly signed by the GE and the
contractor.”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 80

MILITARY ENGINEER SERVICES


AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amend Page Particulars


ment No
No
1 2 3
23. 8, 9 (a) Condition 10 A, subpara 2
and 10 Add in the end after the word “comply” following:-

“However if the cost of particular item of material in a contract exceed Rs. 1


lakh, these materials shall be procured only from the manufactures or from their
authorised dealers/ stockist (except in case of material of local origin) and the
contractor shall furnish proof thereof to the satisfaction of the GE that the material
so comply.”

(b) Condition 10 A, subpara 2


Add in the end after the word “in the Contract.” following:-

“The approved samples of materials which loose their identity after


incorporation in the work shall be preserved with the GE till completion of work.
Thereafter the same shall be removed in ‘as is where is’ condition by the contractor
with prior permission of the GE without any extra cost to the Government.
However, the approved samples of material which do not loose their identity after
incorporation and which can be incorporated in the work as decided by the
Engineer-in-Charge shall be allowed to be used in the sample quarter/ block/ work.”

(c) Condition 10 B, line 1 of last subpara of page 9


For: “cost of loading,”
Read: “cost of carriage, loading,”

(d) Condition 10 B, line 3 of subpara 3 of page 10


For: “the Engineer-in-Charge may,”
Read: “the GE may,”

(e) Condition 10 B, line 5 of subpara 3 of page 10


For: “as decided by the GE.”
Read: “on the date of notifying to the contractor by GE (after technical check of
final bill in CWE’s Office) as decided by the GE or the stock book rate as fixed by
the department, whichever is higher.”

(f) Condition 10 B, line 6 of subpara 3 of page 10


For: “the market rate,”
Read: “the recovery rate,”

24. 10 and (a) Condition 11(A), subpara (i) to (vii)


11 Existing contents of subpara (i) to (vii) shall be replaced as under with sub para (i)
to (iv):-

“(i) by reason of civil commotion, local combination of workmen, strike or


lockout, affecting any of the trades employed on the work, or

(ii) by reason of delay on part of nominated sub contractors, or nominated


suppliers which the Contractor has , in the opinion of G.E., taken all practicable
steps to avoid, or reduce, or

(iii) by reason of delay on the part of Contractors or tradesmen engaged by


Government in executing works not forming part of the contract, or

(iv) by reason of any other cause (except force majeure) which in the absolute
discretion of the Accepting Officer is beyond the Contractor’s control;”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 81

MILITARY ENGINEER SERVICES


AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amend Page Particulars


ment No
No
1 2 3
24 (b) Condition 11(A), last subpara, line 2
(Contd.) For: “G.E.”
Read: “Accepting Officer”
(c) Condition 11(B), last but 3rd line from end
For: “G.E.”
Read: “Accepting Officer”
(d) Condition 11(C)
The existing contents shall be substituted as under:-

“(C) Extension of time if due shall be granted within 45 days of receipt of request
from the contractor along with supporting documents, but before expiry of original/
extended period of completion.

(D) No claim in respect of compensation or otherwise, for idle labour and/ or idle
machinery etc. and/ or business loss or any such loss, howsoever arising, as a result
of extensions granted under Conditions (A) and (B) above shall be admissible. The
decision on reason and quantum of extension shall be final binding.
(E) DELAY ON ACCOUNT OF FORCE MAJEURE –
Should any force majeure circumstances arise, each of the contracting
party will be excused for the non fulfilment or for the delayed fulfilment of any of
its contractual obligations, if the affected party within 15 days of its occurrence
informs the other party in writing.

Force majeure shall mean fires, floods, natural calamities such as earth
quakes, lightening or other acts such as war, turmoils, strikes (otherwise than
contractor’s employees), invasion, act of foreign enemies, hostilities, civil war,
rebellion, revolution, insurrection, military or usurped power, damage from aircraft,
sabotage, explosions, quarantine restrictions, beyond the control of either party.
It is understood and agreed between the parties here to that the rights and
obligations of the parties shall be deemed to be in suspension during the continuance
of the force majeure even as aforesaid and the said rights and obligation shall
automatically revive upon cessation of the intervening force majeure event. The
period within which the rights and obligations of the parties shall be in suspension
due to force majeure event, shall not be considered as a delay with respect of the
period of completion and/ or taking over work under the contract or otherwise to the
detriment of either party.

Not withstanding the provision of the immediately foregoing clauses, it


is further understood and agreed between the parties hereto that in the event of any
force majeure persisting for an uninterrupted period exceeding 6 (Six) months,
either party hereto reserves the right to terminate this contract upon giving prior
written notice of 30 (thirty) days to the other party of the intension to terminate
without any liability other than agreement for the completed work and/ or
contractor’s materials lying at site.”

25. 12 (a) Condition 17, line 1


For: “The Contractor shall not”
Read: “The Contractor including Public Sector undertaking/ Government agency
shall not”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 82
MILITARY ENGINEER SERVICES
AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amend Page Particulars


ment No
No
1 2 3
26 13 (a) Condition 18, line 1
For: “The Contractor shall not”
Read: “The Contractor including Public Sector undertaking/ Government agency
shall not”

27. 14 and (a) Condition 25, the contents of subpara 2 after line 5 shall be substituted as under:-
15
(a) For works costing A Degree holder in Engineering from a Govt
between Rs. 50 lakh recognized Institution or equivalent, with
to 1000 lakh final or direct final passed of Sub Division II
of the Institution of Surveyors (India) with at
least 4 years practical experience of works.

(b) For works costing A Degree holder in Engineering from a Govt


between Rs. 7.5 lakh recognized Institution or equivalent, with
to 50 lakh final or direct final passed of Sub Division II
of the Institution of Surveyors (India) with at
least 2 years practical experience of works.

(c) For works costing A Diploma holder in Engineering from a


below Rs. 7.5 lakh Govt recognized Institution with adequate
practical experience of works.
Notes:-
(1) Engineers (Degree/ Diploma holders) employed should be of the relevant
discipline to which nature of work pertains.
(2) The provision at Serial (b) & (c) above shall be applicable irrespective of the
fact whether contractor himself is a Qualified Engineer or not.
(3) Contractor shall employ additional Engineers as directed by GE where there are
scattered sites.
(4) For works costing more than Rs. 10 crore, the requirement of Engineering staff
shall be as given in the tender documents.
(5) For specialist works/ services Accepting Officer may vary requirement of
supervisory staff in tender documents.

(b) Condition 25, last subpara on page 15:


The contents of last subpara on page 15 shall be substituted as under:-

“ The G.E. shall have full powers, to put the contractor on notice on account of
default either for non-employment of Engineer(s) or absence of Engineer(s) from
site and levy penalty @ Rs. 500/- per day per vacancy upto 30 days period.
Thereafter GE shall have the option to either suspend the work or employ
Engineer(s) at contractor’s cost and recover the amount from contractor’s dues.”

28. 15 (a) Condition 26, last subpara, last line

For: “Rs. 50/-”


Read: “Rs. 5,000/- (Rupees five thousand only)”

29. 16 (a) Condition 31, third subpara, line 2

For: “at the *All India Flat Rate per 1,000 gallons which”
Read: “at the *All in cost Rate per 1,000 gallons subject to a minimum of Rs. 3.75
per every Rs. 1000/- worth of work done priced at contract rates which”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 83
AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amend Page Particulars


ment No
No
1 2 3
30 17 (a) Condition 36, last subpara
Add the following at the end:-
“ Fencing be provided wherever necessary as decided by GE to isolate the
working area to make the area unrestricted from restricted”

31. 17 (a) Condition 44, subpara 3, line 1

For: “rupees one lakh”


Read: “rupees two lakh”

(b) Condition 44, subpara 3, line 2


For: “rupees five lakh”
Read: “rupees ten lakh”

32. 18 (a) Condition 46, subpara 2, line 11 to 14

For: “Provided always that the liability of the Contractor under this Condition shall
not extend beyond the defects liability period except as regards workmanship
which the G.E. shall have previously given notice to the contractor to
rectify.”
Read: “Alternatively, such work, if technically/ structurally acceptable, without
detriment to the safety and utility of the item and the structure may be
permitted to be accepted as devalued and recovery shall decided by
competent authority (CWE in respect of contract concluded by himself and
GE’s and AGE(I) and CE in respect of contract concluded by him) or he may
reject the work outright without any payment and/ or get it and other
connected and incidental items rectified, or removed and re-executed at the
risk and cost of the contractor. Whether any particular defect is due to
unsound, imperfect or unskillful workmanship or due to normal wear & tear
or user’s negligence, decision of GE shall be final and binding. Provided
always that the liability of the contractor under this Condition shall not
extend beyond the defects liability period except as regards workmanship
which the G.E. shall have previously given notice to the contractor to rectify.
Govt. further reserves the right to get the work technically inspected during
currency of the contract and also during defects liability period by the
Additional Director General of Technical Examination and/ or his Officers or
any other agency. The defects observed as a result of such technical
examination shall be rectified by the contractor as notified by the GE.
However, if the defects are not rectified, the devaluation of the work shall be
carried out and recovery thereon shall be affected. ”

33. 19 (a) Condition 49, subpara 2, line 2,3 and 4


For: “within such period as may be notified by the Engineer-in-Charge, to the place
of issue against written receipt from the Engineer-in-Charge.”
Read: “to the place of issue as stipulated in Condition 10(B) here-in-before against
written receipts from the Engineer-in-Charge.”

(b) Condition 49, subpara 5, line 3,4 and 5


For: “before the completion of entire group, but for all purposes of the contract
except for compensation for delay, the completion of the entire group shall
be taken into account.”
Read: “before the completion of the entire group. In such event, the grouping
(phasing) of items as catered for in the contract shall be deemed to have
been amended accordingly.”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 84

MILITARY ENGINEER SERVICES


AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amend Page Particulars


ment No
No
1 2 3
33. (c) Condition 49, subpara 7
(Contd.) Existing contents shall be substituted as under:-

“On receipt of notice from the Contractor that the work has been completed,
the G.E. shall within seven days certify to the Contractor the Date(s) on which the
items or group of items of works are completed and taken over and the state thereof
or shall notify the details of incomplete items of work to the contractor. In case of
dispute between G.E. and the Contractor over completion of work, the decision of
Accepting Officer or CWE in case of G.E.’s contract shall be final and binding.”

34. 21 (a) Condition 55


Existing contents shall be substituted as under:-

“55. Termination of Contract for Death—Without prejudice to any of the


rights or remedies under this contract, if the Contractor dies, the Accepting Officer
shall have the option of terminating the Contract without compensation to the
Contractor. If proprietor has nominated a person during his lifetime, the nominee
will be allowed by the GE to complete the balance work. However if the nominee is
not willing or in the opinion of Accepting Officer is not capable of completing the
work as contracted for, he shall terminate the contract without any compensation to
the nominee. The decision of the Accepting Officer whether the nominee is capable
or not shall be final and binding.”

35. 21 and (a) On page 2 against Sl 59, Blank, add following in description
22 “Determination of contract in the event of Force Majeure_”

(b) On page 22, against SL 59, Blank


Insert new condition 59 in lieu of Blank as under:-

“59. Determination of Contract in the event of Force Majeure— The


contract may be determined at the option of either party by giving 30 days notice
in writing to the other party should any event of ‘Force Majeure’ continue to
prevail for an uninterrupted period of six months and no progress of work is
achieved owing to such circumstances during theses six months. On receipt of
notice from one party to other explaining circumstances of ‘Force majeure’ the
Garrison Engineer and contractor will carry out joint inspection of works and an
inventory of completed, incomplete works and the materials collected for
incorporation in the work shall be prepared for processing of final bill. The
contractor shall have no claim to payment of any compensation on account of
any profit or advantage which he may have derived from the execution of work
in full but which he could not derive due to determination of contract on account
of ‘Force Majeure.”

36. 22 (a) Condition 61, Last but one para, line 6

For: “Rs. 500/-”


Read: “Rs. 5,000/-”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 85
MILITARY ENGINEER SERVICES
AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amend Page Particulars


ment No
No
1 2 3
37. 24 (a) Condition 64, subpara1 and 2
Substitute existing contents with following:-

“64. Advances on Account-- The contractor may at intervals of not less than
30 days for contracts of value less than Rs. 50 lakhs and 15 days in case of contracts
more than 50 lakhs submit claims on I.A.F.W. – 2263 provided the payment due is
not less than Rs. 50,000/- and for Term Contracts, contractor may prefer not more
than two claims for payment of advances on account of work done and of materials
delivered in connection with Measurement and Lump Sum Contracts. However such
claim for work done, which are required to be measured, shall be submitted only
after recording joint measurements in the MES Measurement Book IAFW-2261.”

(b) Condition 64, subpara 3, line 3

For: “Engineer-in-Charge:-”
Read: “Garrison Engineer:-”

(c) Condition 64, subpara 8 and 9


Insert a new subpara between subpara 8 and 9 as follows:-

“ Provided further, the contractor may be paid advance on account to the full
value of materials such as fittings and fixtures and other manufactured items as
decided by the GE which do not lose their identity, brought on the site, on his
furnishing Guarantee Bond(s) or Fixed Deposit Receipt(s) from Schedule Bank for
the amount of retention money which should otherwise be recoverable from him
under the contract. The Guarantee Bond and Fixed Deposit Receipt shall be
executed and kept valid in a manner as described here-in-before.”

38. 25 (a) Condition 66, line 2

For: “the period being”


Read: “the period to be”

(b) Condition 66, line 3

For: “by the G.E.”


Read: “by the Engineer-in-Charge”

(c) Condition 66(a)

For: “Four months”


Read: “Six months”

(d) Condition 66(b)

For: “Six months”


Read: “Nine months”

39. 27 Existing Condition 71 Jurisdiction of Courts shall be renumbered as Condition 72


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 86
MILITARY ENGINEER SERVICES
AMENDMENT TO GENERAL CONDITIONS OF
CONTRACT IAFW - 2249 (1989 PRINT)

Amend Page Particulars


ment No
No
1 2 3
40. 27 Add a new Condition 71 Conciliator as under:-

“71. Conciliator—If a dispute (other than those for which the decision of the
CWE or any person is by the contract expressed to be final and binding) of any kind
whatsoever arises between the parties to the contract during the execution of the
works, or after completion or after determination cancellation/ termination of the
contract, including any disagreement by either party with any action, inaction,
opinion, instruction, certificate or valuation by the Accepting Officer or his
nominee, the matter in dispute shall, in the first place be referred to the Disputes
Resolution Board (DRB) in case of contracts valuing Rs. 10 crore or more and to
conciliation, by a sole conciliator, in case of contracts valuing less than Rs. 10 crore.
In case of disagreement with the decision of such DRB or conciliator, any party may
invoke arbitration clause.

Procedure for the constitution/ appointment of DRB/ Conciliator shall be as


laid down in the Contract Agreement.”

41 13 Condition 22. Security deposit:


Security deposit including all its sub para as existing be deleted in toto and read as
“BLANK”

42 20 Condition 53, Three paragraph after 53(c)


Substitute existing contents with following:-

“Whenever the Accepting Officer exercises his authority to cancel the Contract
under this condition, he may complete the Works by any means independently
without risk and cost of the original contractor.
On cancelation of contract, the performance security and retention money upto last
paid RAR shall be forfeited. All T&P and material of contractor lying at site shall be
confiscated by Government and shall be absolutely at the disposal of the president of
India and No compensation whatsoever shall be allowed by the department.
If the failed contractor is a Company, or a Firm then every member/partner/Director
of Company, or Firm shall be barred from participating in the tender for the balance
work either in his/her individual capacity or as a partner of any other
Company/Firm.”

43 20 and Condition 54, Paras after 54(d)


21 Substitute existing contents with following:-

“The Accepting Officer may without prejudice to any other right or remedy which
shall have accrued or shall accrue thereafter to the Government, cancel Contract as a
whole or only such Work Order(s) or items of Work in default from the Contract.
Whenever the Accepting Officer exercises his authority to cancel the Contract under
this condition, he may complete the Works by any means independently without risk
and cost of the original contractor.
On cancelation of contract, the performance security and retention money upto last
paid RAR shall be forfeited. All T&P and material of contractor lying at site shall be
confiscated by Government and shall be absolutely at the disposal of the president of
India and No compensation whatsoever shall be allowed by the department.
If the failed contractor is a Company, or a Firm then every member/partner/Director
of Company, or Firm shall be barred from participating in the tender for the balance
work either in his/her individual capacity or as a partner of any other Company/
Firm.”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 87
44. 25 (i) Condition 67(a), line 10
For: “Security Deposit or Security Bond amount”
Read: “Performance Security amount (or from the Contractor’s Standing Security
Deposit amount or Security Bond if Performance Security amount is not adequate)”

26 (ii) Condition 67(g), line 5


For: “Security Deposit or Security Bond amount”
Read: “Performance Security amount (or from the Contractor’s Standing Security
Deposit amount or Security Bond if Performance Security amount is not adequate)”

45 26 (a) Condition 68
Existing contents shall be substituted as under:-
“68. Refund of Performance Security:- The Performance Security Deposit
mentioned in Condition 19 above may be refunded to the Contractor after the
expiration of the defects liability period (vide Condition 46) by the G.E. provided
always that the Contractor shall first have been paid the Final Bill and have rendered
a No-Demand Certificate (I.A.F.W.-451).”

46 26 (a) Condition 70 Arbitration: sub para 3


Deleted the existing contets and shall be substitude as “BLANK”

47 13 Condition 19
For: “BLANK”
Read: “19. Performance Security:-
19.1. Within 28 days of receipt of the Letter of Acceptance, the successful
contractor shall deliver to the Accepting Officer a Performance Security in any of
the forms given below for an amount equivalent to 5% of the contract sum.
(a) A Bank Guarantee in the prescribed form.
(b) Government Securities, FDR or any other Government Instruments
stipulated by the Accepting Officer.
19.2. If the performance security is provided by the successful Contractor in the
form of a Bank Guarantee, it shall be issued by Nationalized/Scheduled Indian Bank
but its confirmation shall be done only from the Head Office of the Bank.
19.3. Failure of the successful contractor to comply with the requirements of sub-
clause 19.1 shall constitute sufficient grounds for cancellation of the award of work
and forfeiture of the Earnest Money. In case of MES enlisted contractor, amount
equal to the Earnest Money stipulated in the Notice Inviting Tender, shall be
notified to the tenderer for depositing the amount through MRO. Issue of tender to
such tenderers shall remain suspended till the aforesaid amount equal to the Earnest
Money is deposited in Government Treasury.
19.4. All compensation or other sums of money payable by the contractor to the
Government under the terms of this contract or under any other contract with
Government may be deducted from, or paid by the sale of a sufficient part of the
Performance Security or from the interest arising there from or from any sums
which may be due or become due to the contractor by the Government on any
account whatsoever and in the event of his Performance Security being reduced by
reason of any such deduction, or sale as aforesaid, the contractor shall within ten
days thereafter make good in cash or securities, endorsed as aforesaid, any sum or
sums which may have been deducted from or realized by the sale of his Performance
Security or any part thereof.
Government shall not be responsible for any loss of securities or any
depreciation in the value of securities while in their charge nor for loss of interest
thereon.
19.5. In the event of contract being cancelled, under Condition 52, 53 & 54 of
General Conditions of Contract, the Performance security shall be forfeited in full
and shall be credited into Consolidated Fund of India.”
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 88
48 17 and Condition 46, Inspection of the works, Second Para, lines 1 to 5
18
For: “Should the G.E. consider, at any time during the construction or
reconstruction or prior to the expiration of period of a twelve calendar months after
the works have been handed over to Government (hereinafter referred to as the
“defects liability period”) that any work has been executed with unsound, imperfect
or unskilful workmanship or of a quality inferior to that contracted for or not
otherwise in accordance with the Contract.........”
Read: “Should the G.E. consider, at any time during the construction or
reconstruction or prior to the expiration of period of:-
(a) Thirty six calendar months after the works have been handed over to
Government (hereinafter referred to as the “defects liability period”) for
Runway works, Marine & Harbour works, High Altitude works & Specialist
works of Hospitals & Medical Equipment/Medical Gas.
(b) Twenty four calendar months after the works have been handed over to
Government (hereinafter referred to as the “defects liability period”) for works
other than mentioned in sub para (a) above.

(The period of defects liability period shall be specified in the tender documents.)

that any work has been executed with unsound, imperfect or unskilful workmanship
or of a quality inferior to that contracted for or not otherwise in accordance with the
Contract.............”

______________________________ JT DIR (CONTRACTS)


SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
DATED :
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 89

SCHEDULE OF MINIMUM WAGES

1. It is hereby agreed that the "Schedule of Minimum wages" as published by Govt of


India/State Govt/Govt local authorities whichever is highest and which specifies minimum rates of
wages for various categories of workman as applicable on the last due date of receipt of this tender
shall form part of these tender document.

The minimum rates of wages shall consist of all inclusive rates and include also the wages
for weekly day of rest.

My/our signature here under amount to my/our having signed the aforesaid documents
forming part of this tender.

______________________________ JT DIR (CONTRACTS)


SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
DATED :
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 90
SPECIAL CONDITIONS
1. GENERAL
1.1 The following Special Conditions shall be read in conjunction with the General Conditions of Contracts,
IAFW-2249 and IAFW-1779-A including errata/amendments thereto. Any provision in these special
conditions if at variance with that of the aforesaid documents shall take precedence thereover. The term
General specification used in any of the documents forming part of the contract refer to the specification
contained in the MES Schedule.
2. ADMISSION TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS OWN
INFORMATIONS
2.1 Refer paras 7 and 9 of Notice of Tender (IAFW-2162) and Condition 4 of IAFW-2249. The tenderer shall
be deemed to have satisfied himself before submitting his tender as to the nature of the ground and sub-soil
( so far as it is practicable), the climatic conditions, the form and nature of the site, nature of work and the
manner of access to the site and the accommodation he may require. In general, the tenderer shall be
deemed to have himself obtained all necessary information’s on inspection of site, as to risks,
contingencies and other circumstances, which may influence or effect his tender. No extra payment
consequent on any mistake or misunderstanding or otherwise on this account shall be allowed.
2.2 The tenderer shall be deemed to have visited the site(s) before quoting rate and made themselves familiar
with the working conditions, whether he actually inspect the site(s) or not.
3. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS, ACCOMMODATION FOR
LABOUR ETC
3.1 Delete the following from lines 5 to 9 of sub para 1 of Condition 24 of IAFW-2249 General Conditions of
Contracts and insert as under in lieu thereof :-
"The contractor shall be permitted to store his materials including erecting temporary sheds
thereof; temporary Workshops and the like at the area of land, marked for this purpose, on the site
plan/shown by the GE free of rent, if it is on class A-1 land. For other types of land he shall be charged
license fee Re 1/- per year or part of a year for each and every separate area of land allotted to him. No
land shall be allotted to the contractor for construction of huts for accommodation of labour”.
4. CONDITIONS OF WORKING
4.1 The work lies in UNRESTRICTED AREA. However, the contractor, his agents, employees, work people
and vehicles may pass through the unit lines in which case the Engineer-in-Charge shall, at his discretion
have the right to issue passes, control their admission to the site of work or any part thereof. The contractor
shall on demand by the Engineer-in-Charge submit a list of personnel, etc. concerned and shall satisfy the
Engineer-in-Charge as to the bonafides of such people. Passes shall be returned at any time on demand by
the Engineer-in-Charge and in any case on completion of work.
4.2 The contractor and his agents, employees and work people shall observe all the rules promulgated by the
authority controlling the area in which the work is to be carried out e.g. prohibition of smoking, lighting and
fire precaution, search of persons at entry and exit, keeping to specified routes, restricted hours of working
etc. Any person found violating the security rules laid down by the authority, shall be immediately expelled
from the area without assigning any reasons what so ever and the contractor shall have no claim on this
account. Nothing shall be admissible for any man-hours lost on this account.
4.3 WORK ON HOLIDAYS:-The contractor shall not carry out any work on gazetted holidays, weekly
holidays and other non-working days except when he is specially authorized in writing to do so by the GE.
The GE may at his sole discretion declare any day as holiday or non-working day without assigning any
reason for such declaration. Nothing extra shall be admissible on this accounted for any man hours lost.
5. CONTRACTOR'S REPRESENTATIVES AND WORKMEN
5.1 Refer Condition 25 of IAFW -2249. The contractor shall employ only Indian Nationals as his
representatives, servants and workmen and verify their antecedents and loyalty before employing them for
the works. He shall ensure that no person of doubtful antecedents and nationality is in any way associated
with works. If for reasons of technical collaboration, or other consideration employment of any foreign
national is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at
the time of submission of his tender.
6. SECURITY OF CLASSIFIED DOCUMENTS.
6.1 Contractor's special attention is drawn to Conditions 2-A and3 of IAFW-2249 (General Conditions of
Contracts). The contractor shall not communicate any classified information regarding the work
either to subcontractors or others without the prior approval of the Engineer-in-Charge. The contractor
shall also not make copies of the design/drawings and other documents furnished to him in respect of
the work, and shall return all document son completion of the works or earlier on determination/
Termination/cancellation of the contract. The contractor shall alongwith the final bill, attach a receipt of
his having returned the classified documents as per condition 3 of IAFW-2249 (General Conditions of
Contracts).
(Contractor) Jt DIR / DIR (Contracts)
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 91

SPECIAL CONDITIONS (CONTD……)

7. MINIMUM WAGES PAYABLE.


7.1 Refer Condition 58 of IAFW-2249. The contractor shall not pay wages lower than minimum wages for
labour as fixed by the Govt of India/State Govt/Union Territory under Minimum Wages Act or Contract
Labour (Abolition and Regulation Act) whichever is higher.
7.2 The fair wage referred to in condition 58 of IAFW-2249 shall be deemed to be the same as the minimum
wages payable as referred to above.
7.3. The contractor shall have no claim whatsoever, if on account of local factors and/or regulations, he is
required to pay the wages in excess of minimum wages as described above during the execution of
work.
8. CO-OPERATION WITH OTHER AGENCIES
8.1 The contractor shall permit free access and generally afford reasonable facilities to other agencies or
departmental workmen engaged by the Govt to carry out their part of the work, if any, under separate
arrangements. The contractor shall not be allowed any extra payment on this account.

9. QUARRIES
9.1 Quarries are not available on land, which is in the charge of the MES authorities. Condition 14 of
IAFW-2249 shall thus be treated as deleted.

10. WATER
10.1 Refer Condition 31 of General Conditions of Contracts (IAFW–2249).
10.2 Water will not be supplied by the MES. The Tenderers are advised to visit the Site of Works to ascertain
availability of Water from Civil Sources or from nearby Natural Sources outside Ministry of Defence
Land. The Contractor shall be allowed, if he so desires, to install Hand Pumps, Tube Wells at Site of Work
at Places as approved by Engineer-in-Charge and nothing shall be charged from the Contractor. The
Contractor shall remove the Hand Pumps, Tube Wells as and when asked to do so by Engineer-in-
Charge/GE and in any case on Completion of the Work and before issue of Completion Certificate, unless
GE desires that these Hand Pumps, Tube Wells be left in Position and the Contractor agrees to do so
without Claiming Cost thereof from Department. No Compensation whatsoever shall be admissible to the
Contractor, if he is required to remove the Pump(s), Tube Wells before Completion of Work. Use of
Water from such Sources shall only be permitted if, found after Testing, Potable and Fit for use in the
Work. The Water from such Sources shall be got tested by the Contractor from Laboratory approved by
the GE, who shall after satisfying himself permit the Contractor to use the Water from such Sources.
Testing Charges shall be borne by the Contractor. The contractor shall however, ensure that water drawn
from such sources is clean and free from all impurities and is suitable for mixing of concrete, mortar,
washing, aggregate and curing of concrete as specified in IS-456.

11. SUPPLY OF ELECTRICITY.


11.1 In case the contractor desires to buy electricity from MES, he shall be charged for the Electric energy
consumed at Rs 12.23 per unit for lighting and power.
11.2 Electric supply required for the work shall be made available by the MES. The main switch and KWH
meters to register the electric energy supplied shall be provided and installed by the MES. Contractor shall
provide all necessary cables, fittings etc. from the main switch in order to ensure a proper and suitable
supply of electricity for execution of work. All contractor's installation shall conform to and be strictly in
accordance with Indian Electricity Act and Rules. More over the layout of cables etc as proposed by him
shall be as per plan approved by the Engineer-in-Charge. Any risk either for materials or personnel will be
the contractor's responsibility.
11.3 GE or his representative shall be free to inspect all power consuming devices or any electric lines provided
by the contractor. Any device or electric line provided by the contractor which is not to the satisfaction of
the GE shall be disconnected from the supply, if so desired by him.
11.4 MES do not guarantee for continuity of supply and no compensation whatsoever shall be allowed for
supply becoming intermittent or for breakdown in the system.

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 92

SPECIAL CONDITIONS (CONTD……)

12. SAMPLE OF MATERIALS


12.1 Refer condition 10 of I.A.F.W. 2249 and Clause No.1.6 & 1.7 of MES Sch Part I.
12.2 The tenderers are advice to inspect sample of the materials, which are displayed in the office of the
Garrison Engineer before submitting his tender. The tenderers shall be deemed to have inspected the
samples and satisfied himself as to the nature and quality of materials, he is required to incorporate in the
work, irrespective of whether he has actually inspected or not. The materials to be incorporated in the work
by the contractor shall conform to or shall be superior in quality to the sample displayed and shall comply
with the specifications given hereinafter.
12.3 The contractor shall not procure materials unless the samples are first approved by the Garrison Engineer.
12.4 The materials other than materials of local origins shall comply with the requirement of the latest IS.
12.5 The cost of testing of material shall be borne by the contractor while quoting their lump sum. This aspect
shall be kept in mind and nothing extra shall be admissible on this account.
13. RECORD OF MATERIALS.
13.1 The quantity of materials such as cement, steel, paints, water proofing compound, chemicals for ant termite
treatment and the like, as directed by the Engineer-in-Charge (the quantity of which cannot be checked
after incorporation in the works), shall be recorded in measurement books and signed by the contractor and
the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for
incorporation in the work.
13.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge and those already recorded
in Measurement Book shall be suitably marked for identification.
13.3 Contractor shall be produce vouchers/invoices from the manufacturers and/or their authorized agents for
the full quantity of the following materials as a pre-requisite before submitting claims for payment for
advances on account-of the work done and/or materials collected in accordance with Condition 64 of
General Conditions of Contracts-IAFW-2249 :
All items for which payment is claimed in RAR as Cement
“ Material lying at site”
APFC Panel/ LT Panels Transformer / Voltage Stabilizer/Pump sets

Reinforcement/ Structural steel. LT/HT XLPE Cable


MCCB/ MCB/DB PVC conduit/ Casing caping
All items related to central type Air conditioning PVC cable/wire for 1100 volt
Plant
All other non-perishable material as decided by GE
13.4 The contractor shall ensure that the materials are brought to site, in original sealed containers/packing,
bearing manufacturer's marking except in the case of the requirement of materials(s) being less than
smallest packing.
13.5 The vouchers/invoices will clearly indicate the contract number and the IS No., specific alternative to
which the material conforms in case of various alternative in IS.
14. PHOTOGRAPHS

14.1 The contractor shall provide minimum 50(fifty) photographs (coloured) in duplicate with soft copy CD of
the important stages of the work in progress as directed by GE/ Engg-in-charge. The contractor shall
arrange the equipment or any other attachment for taking the photograph.
14.2 The photograph shall be postcard size and shall be sharp, neat and clean and of standard as approved by
GE. Cost of photographs shall be borne by the contractor.
14.3 In case photography is prohibited in this area, the photographs shall not be taken and no price adjustment
shall be made on this account. The contractor shall not allowed to carry the camera or the equipment
connected with the photographs in the area/buildings without permission of the Engineer-in-Charge.
15. VALIDITY OF TENDER

15.1 The tender shall remain open for acceptance for a period of 90 (Ninety days) from the due date of its
submission excluding the date of submission of tender.

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 93

SPECIAL CONDITIONS (CONTD……)

16. CPM NET WOPK DIAGRAM

16.1 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
shall be drawn jointly by the GE and the contractor soon after acceptance of tender. The time scheduling
of the activities shall be done by the contractor so as to finish the work within the stipulated time. On
completion of the time schedule a firm calendar date schedule shall be prepared and submitted by the
contractor to the GE who shall approve it after due scrutiny. The schedule shall be submitted in four
copies within two weeks from the date of handing over the site. In case the contractor fails, to submit the
CPM net work diagram, the network prepared by the GE shall be binding on him.
16.2 During the currency of the work, the contractor is expected to adhere to the time schedule and this
adherence shall be a part of his/their 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.
These reviews may be undertaken at the discretion of the GE, either as a periodic appraisal measure or
when the quantum of work ordered on the contractor is substantially changed through deviation orders or
otherwise. Any revision of the time schedule as a result of the review, shall be submitted within a week by
the contractor to the GE for his approval after due scrutiny.
16.3 The contractor shall adhere to the revised time schedule there after. In case of contractor disagreeing with
revised schedule, the same shall be referred to the Accepting Officer whose decision shall be final,
conclusive and binding. GE's approval to the revised schedule resulting in a completion date beyond the
stipulated date of completion shall not automatically amount to a grant of extension of time. Extension of
time shall be considered and decided by the appropriate authority mentioned in condition 11 of
IAFW-2249 and separately regulated.
16.4 Contractor is expected to mobilize and employ sufficient resources to achieve the detailed schedule within
the broad frame work of the accepted methods of working and safety.
16.5 No additional payment will be made to 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.
17. RELEASE OF PERFORMANCE SECURITY

17.1 Refer Conditions 19 and 68 of IAFW-2249 (As amended vide amendment No 47 and 45 to IAFW- 2249).

18. SITE FOR EXECUTION WORK

18.1 Site for execution of work shall be available as soon as the work is commenced on the date as mentioned
in the work order No 1. However, in case due to unavoidable circumstances it is not possible to make the
entire sites available on the date of the commencement, the contractor shall have to arrange his
programme accordingly. No claim whatsoever for not getting the entire site on the date of commencement
of work & for giving the site gradually shall be tenable.
19. RECOVERY CHARGES FOR TESTING OF MATERIALS
19.1 Where testing of contractor's materials is carried out in zonal/National test house/SEMT wing/Engineering
college by the department, the contractor shall be liable to pay the testing charges as stated in Appendix `F'
to particular specifications and shall be recovered from the contractor's running payment/final bill as the
case may be.
20. SAFETY PRECAUTION
20.1 The contractor shall take every/precaution to control traffication road keeping danger boards, necessary
lighting arrangements, fencing and watchman to avoid any damage. In case due to excavation or others the
road is to be blocked the contractor shall, without any extra cost to the Govt. provide separate bypass so
that normal traffic is not disturb.
20.2 Any damages to the existing road/building etc, shall be made good by the contractor with the same
specifications as per existing work, without any extra cost to the Govt. In the event of contractor not fully
complying with the above provisions to the satisfaction of the GE, the GE may provide the same for which
the expenses incurred shall be recovered from the contractor.

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 94

SPECIAL CONDITIONS (CONTD……)

21. RECORD OF CONSUMPTION OF CEMENT


21.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialed
by Engineer-in-Charge against numbering showing quantities of cement records and used in the work daily
and balance at the end of each day. The form of record shall be as approved by Engineer-in-Charge. The
register shall be signed daily by the representative of MES and the contractor in token of verification of its
correctness and shall be checked by Engineer-in-Charge, at least once a week and on the days cement is
issued to the contractor.
21.2 The register shall be kept at site safe custody of the contractor representative during the progress of the
work and shall on demand, be produced for verification to the inspecting officers.
21.3 On completion of the work the contractor shall deposit the cement register with the Engineer-in-Charge for
record.
22. REIMBURSEMENT/REFUND ON VARIATION IN PRICES -Refer Condition 63 of IAFW-2249
23. RETENTION MONEY/COMPENSATION FOR DELAY
23.1 Refer condition 64 of IAFW-2249 (Advances on account) and Condition 50 of IAFW-2249 (Compensation
for Delay).
23.2 For the purpose of calculating retention money and liquidated damages under condition 64 of IAFW-2249
and compensation for delay in completion of work under condition 50 of IAFW-2249, the value of contract
as revised by above mentioned price variation under modified condition 63 of IAFW -2249 shall be taken
into account.
24. OFFICIAL SECRET ACT
24.1 Refer Condition 24 of General Condition of Contract IAFW-2249. The contractors attention is invited to
Indian Official Secret Act 1923 (xxx of 1923) particularly Sec 5 thereof. The contractors shall be bound
by the provision of this Act.
25. DAMAGE TO EXISTING STRUCTURE/BUILDING
25.1 Any damage caused to the existing structure during the execution of work shall be made good by the
contractor at his own cost and the site of work left clean and tidy on completion. Rectifications/ making
good etc. shall conform to the standard of materials originally used in the work and finished work shall
match with existing work in all respects to the entire satisfaction of the GE. In case of any dispute on this
account the matter shall be referred to the CE whose decision in writing shall be final, conclusive and
binding.
26. ROCK MET IN EXCAVATIONS
26.1 If during excavation, rock is met with GE shall be informed of this in writing by the contractor. The
nature/type of rock met with shall be decided by the GE, whose decision is final and binding. If the nature
of rock met with is `Hard Rock' the same shall be priced and paid as excavation in hard rock at the rates as
applicable to this contract. Hard rock obtained from excavation shall be properly stacked, measured and
recorded in measurement book and will be the property of the Contractor. Credit at the rate of Rs 500.00
per cubic metre of hard rock obtained sall be recovered from the contractor. The measurement shall be
signed by Engineer-in-charge and contractor. Hard rock obtained thus can be reused in the execution under
this contract subject to fulfillment of requisite specification specified here-in-after and after written
approval of Garrison Engineer.
27. ADVANCE ON ACCOUNT OF MATERIALS WHICH DOES NOT LOSS IDENTITY
27.1 Refer condition 64 of the General Condition of Contract (IAFW- 2249) including amendment thereof shall
be followed for payment of advance on account during currency of the contracts.
27.2 Blank
27.3 The Bank Guarantee Bonds shall be executed for a period of 24 months and on a form as directed by the
Accepting Officer. The contractor shall further arrange to extend the period of Guarantee Bond if and
when necessary, as directed by the Accepting Officer or shall furnish fresh guarantee bond(s) of similar
value in lieu.

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 95

SPECIAL CONDITIONS (CONTD……)

28. FEMALE LABOUR


28.1 If the contractor desires to employ female labour on works to be carried out inside the area of a Factory,
Depot, Park etc and a female searcher is not borne on the authorised strength of the Factory, Depot, Park
etc, at the time of submission of the tender, he shall be deemed to have allowed in his tender for pay and
allowances etc. for a Female Searcher (Class (IV) servant/GP `D' servant) calculated for the period, female
labour is employed by him inside that area. If more than one contractor has/have to employ female
searcher in addition to the autorised strength of the Factory, depot, park etc the salary and allowances paid
to additional female searcher(s) shall be distributed on an equitable basis between the contractors
employing female labour taking into consideration the value and period of completion of their contracts.
The GE`s decision in regard to the amount recoverable on this account from any contractor shall be final
and binding.
29. GUARANTEE FOR ANTITERMITE TREATMENT: - Blank
30. GUARANTEE FOR WATER PROOFING TREATMENT: - Blank
31 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 Sales Taxes/VAT
on materials, Sales Tax/VAT on works contracts, Turnover Tax, Service Tax, Labour welfare cess/tax
etc.), duties, Royalities, Octroi & other levies payable under the respective statutes. No other levies, and/or
imposition/abolition of any new/existing taxes, duties, Royalities, Octroi & other levies shall be made
except as provided in para (b) here-in-below.
(b) (i) The taxes which are levied by Govt at certain percentages rates of contract sum/Amount shall be
termed as “taxes directly related to contract value” such as 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 ie. bid submission end date as mentioned in website. 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 ie. bid submission end date shall be reimbursed to the contractor and any
decrease in percentage rate of “taxes directly related to contract value” with reference to prevailing rates
on last due date for receipt of tenders ie. bid submission end date shall be refunded by the contractor to
the Govt/deducted by Govt from any refunded due to the contractor. Similarly imposition of any new
“taxes directly related to contract value” after the last due date for receipt of tenders ie. bid submission
end date 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 ie. bid submission end date shall be refunded by
the contractor to the Govt/deducted by the Govt from the payments due to the contractor.
(ii) The contractor shall, within a reasonable time of his becoming aware of variation in percentage
rates and/or imposition of any further “taxes directly related to contract values”, 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’s as the GE may required.
(iii) The contractor shall, for the purpose of this condition keep such books of account and other
documents as are necessary and shall allow inspection of the same by a duly authorised representative of
Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may require,
any documents so kept and such other informations as the GE may require.
(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to contractor
value” shall be made only if the contractor necessarily & properly pay 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.

32. OUTPUT OF ROAD ROLLER: - Blank

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 96

SPECIAL CONDITIONS (CONTD……)

33. CONTRACTOR SITE LABORATORY AND TESTING CHARGES :-


33.1 A site laboratory shall be set up by the contractor for carrying out the tests as required under the contract.
The laboratory shall fully equipped and shall be approved in writing by the Garrison Engineer. The
calibration of equipment shall be periodically checked by the Garrison Engineer.
33.2 The types of test and frequency of tests to be carried out in such site laboratory are attached as Appendix
'E". However keeping in view the nature of work, Garrison Engineer may add additional test checks to this
list or modify the list as required.
33.3 The contractor shall be responsible for such tests to be carried out and for that they shall employ a
competent technical representative as approved by the Garrison Engineer and all such tests shall be carried
out in the presence of Engineer-in-Charge.
33.4 The charges for the tests carried out in site laboratory of the contractor shall not be recovered, as the test
shall be carried out by the contractor at his own cost in his site laboratory. However, the charges for test
shall be recovered from the contractor only if he does not carry out the tests catered for in the contract and
these are got done at MES laboratory.
33.5 Where testing of contractor's materials is carried out in Zonal Laboratory/ Command Testing Laboratory
shall be recovered from the contractor's running payment/final bills as the case may be.
33.6 A percentage/selected checks as decided by the Accepting Officer, shall got done independently in the
zonal/Govt laboratory and expenditure for such tests shall be borne by the department.
33.7 The lump sum amount quoted by the contractor is deemed to be inclusive of the expenditure towards tests
to be carried out as per Appendix ‘E’ enclosed here-in-after
33.8 Level of testing shown in legend as "A", "B" & "C" are defined as under :
LEVEL ‘A'
(a) "Site lab" means own site lab established by Contractor at the work site for such tests. This lab
shall house all the facilities including T& P, machinery, equipment, manpower, etc required for
conducting tests. This lab shall be operative for the entire duration of the contract till its
completion. Tests shall be carried out in the presence of Engineer-in-Charge to be nominated by
GE or any other departmental official to be nominated by the GE. Random check of compliance
of frequency of testing shall be done by GE.
(b) Records shall be maintained at work site. These test results shall be signed by Contractor or this
authorised representative and aforesaid departmental official.
(c) Within 15 days of placement of work order No. 1, site lab shall be established and fact reported
by the contractor to GE in writing who will verify the fact and satisfy himself of the facilities
provided. There after GE shall issue a certificate to this effect in writing listing out equipment
particulars etc of each material test. Only after issue of this certificate by GE the tests shall be
carried out and materials so approved shall be incorporated in the work.
(d) Manpower, material and infrastructure like electricity, water etc required for conducting these
tests shall be provided by the Contractor.
(e) Tenderer is deemed to cater for above provisions in his quoted lump sum.
(f) Remedial measures, if any, required to achieve/obtain desired results for each test shall be taken
promptly by Contractor.

(g) In case, during any point of time, Contractor fails to adhere to the laid down frequency of the tests
for any reasons whatsoever, the Contractor shall get the tests done from any other lab whose name
shall be approved by GE in writing. The testing charges payable by Contractor to such labs shall
be paid by the Contractor. Contractor's quoted lum sum is deemed to include for this eventuality
and nothing extra shall be payable to the Contractor. No extension of time shall be admissible on
this account.

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 97

SPECIAL CONDITIONS (CONTD……)

LEVEL ‘B'
(a) " Zonal Laboratory/ Command Testing Laboratory " means lab of CE Eastern Command Test
Laboratory or at any other location within the N.E. Region as notified by the Accepting Officer.
(b) The tests shall be conducted as per frequencies laid down for these tests in these labs for which
Contractor shall provide all requisite facilities like samples, cubes, material etc, transportation to
these labs for testing purpose. It will be Contractor's responsibility to adhere to the laid down
frequency of testing. Test results shall be sent by lab to the GE whose copies can be made
by Contractor at his own expense. Testing charges for the tests so conducted shall be
recovered at the rates indicated in Appx `E' from the running payments. The Contractor's quoted
lump sum is deemed to quote for above provision.
LEVEL ‘C'
(a) Level ‘C’ lab stands for National Test House, SEMT Wing CME, Regional Research labs, IITs,
National Institutes of Technology,NABL Labs, Govt Engineering Collage or Any Govt
laboratories where such facilities exists.
(b) Rest provision contained in para (b) of Level `B' above shall be applicable here except that
Contractor shall obtain test results from these labs and handover to GE. The testing charges
payable to these labs for conducting these tests shall be borne by the Contractor and his quoted
lump sum is deemed to include this provision.

34. TRAINING OF MES STAFF


34.1 The contractor shall give training to MES staff as detailed by the Engineer-in-Charge for 15 days period
regarding operation, running and maintenance of various equipments, installed by him, as desired by the
Engineer-in-Charge. Unit rates lump sum quoted by the contractor shall be deemed to have include the
rates for the same and no extra payment shall be made to the contractor on this account.
35 QUALIFIED TRADESMEN:
35.1 The compliance with the condition 26 of IAFW-2249 (General Conditions of Contract), the contractor
shall employ skilled/semi skilled tradesmen who are qualified and possessing certificate in particular trade
from Industrial Training Institute (ITI)/National Institute of Construction Management and Research (NIC-
MAR)/ National Academy of construction (NAC) Hyderabad Similar reputed and recognised Institute by
State/Central Government to execute the works of their respective trade. The number of such qualified
tradesmen shall not be less than 25% of total skilled/semi skilled tradesmen required in each trade. The
contractor shall submit the list of such tradesmen alongwith requisite certificates to Garrison Engineer for
verification and approval. Notwithstanding the approval such tradesmen by GE, if the tradesmen are found
to have inadequate skill to execute the work of their trades, leading to unsatisfactory workmanship, the
contractor shall revoke such tradesmen within a week after written notice to this effect by the GE and shall
engaged other qualified tradesmen after prior approval of GE. GE's decision whether a particular
tradesmen possesses requisite qualification, skill and expertise commensurate with nature of work, shall be
final and binding. No compensation whatsoever on this account shall be admissible.
36. CLEANING DOWN
36.1 Refer condition 49 of IAFW-2249 ( General conditions of contracts).
36.2 The contractor shall clean all floor, walls, remove cement/lime/paint marks/drops, etc clean the joinery
glass panes etc, touch up all painters work and carryout all other necessary items of work in connection
herewith and leave the whole premises clean and tidy before handing over the building(s).

37. GRANITE STONE PLATE FOR GUARANTEE: - Blank

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 98

SPECIAL CONDITIONS (CONTD……)

38. CONCILIATION
38.1 CONCILIATION BY DRB OR CONCILIATORS:-In this connection please refer condition 71 of
IAFW 2249 amended as per amendment No. 40 vide Govt of India, MOD, New Delhi letter No. PC-1 to
33487/ IAFW-2249/R/01/2011/D (works-II) dt 24 Mar 2015.
38.2 APPOINTMENT OF DRB/ CONCILIATOR:- During execution of the works or after completion or
after determination/cancellation/termination of the contract all dispute between the parties to contract
arising out of the contract (except those for which decision of Accepting Officer or any other officer (CWE
and/or GE) is expressed to be final and binding), including any disagreement by either party with any
action, inaction, opinion, instruction, certificate or valuation by the Accepting Officer or his nominee, the
matter is dispute shall, in the first place be referred to the Dispute Resolution Board (DRB) (for Contracts
valuing more than Rs 10 crore) and to sole conciliator (for the Contracts valuing less than Rs 10 crore)
viz Serving Officer having degree in Engineering or equivalent or having passed final/direct final
examination of sub division-II of Institution of Surveyors (India) to be appointed by the Engineer-in-
Chief, Army HQ, New Delhi or in his absence the officer officiating as Engineer-in-Chief or
Director General of Works specifically delegated by the Engineer-in- Chief in writing. In case of
disagreement with the decision of such DRB or conciliator, any party may invoke arbitration clause.
38.2.1 The constitution of the DRB shall be a three member body as under :-
(i) Chairman : Joint DG (Contracts) of the concerned Command Chief Engineer. Where JT
DG (C) is not posted in the Comd, any other Chief Engineer/Brig level
Officer posted in CE Comd shall be nominated by Comd CE at his sole
discretion.

(ii) Member 1
Col/Director rank officers of Comd CE or any other Zonal CE to be
to nominated by Comd CE.
(iii) Member 2

38.2.2 The name of Chairman and Members shall be notified by the Accepting officer within one month of the
date of acceptance of contract.
38.2.3 Once the DRB is constituted the members and Chairman shall disclose in writing their neutrality and
impartiality about any personal interest in the work.
38.2.4 The dispute shall be referred to the Chairman of the DRB by the concerned party after giving notice to
the other party for invoking of this clause.
38.2.5 The DRB shall decide the dispute in accordance with the terms of the contract, principle of natural
justice, equity and fair play.
38.2.6 The DRB may fix oral hearing at a place, date and time as decided by the Chairman.
38.2.7 The requisite administrative support to the DRB shall be provided by the Accepting Officer.
38.2.8 All the contract documents pertaining to the case shall be provided by the Accepting Officer for
reference by the DRB.
38.2.9 DRB shall give its decision on the disputes within three months of notice from any party invoking the
DRB clause. This period can be extended by one month with the consent of the parties.
38.2.10 All the decisions given by the DRB shall be by majority and such decisions shall be communicated in
writing by Chairman to the parties.
38.2.11 If the decision of the DRB is not to the satisfaction of either party or if the DRB fails to give decision
within the laid down time either party shall indicate his reservations on the decision to Accepting
Officer within 30 days of such decision and to refer that dispute for arbitration within the provision of
condition 70 of IAFW 2249 General Conditions of Contract.
38.2.12 It shall be mandatory for the party invoking arbitration on any particular dispute to have first exhausted
the remedy provided under the DRB clause for that particular dispute.
38.2.13 The mandate of the DRB shall terminate on completion of one year from the date of
completion/determination/cancellation/termination of the contract.
38.2.14 If any member or Chairman of the DRB is unable to function due to any reason whatsoever, or he
resigns his appointment, Chief Engineer Command as the case may be, shall fill the vacancy so caused
within 15 days of happing of such vacancy.

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 99

SPECIAL CONDITIONS (CONTD……)

38.2.15 Any dispute referred to the DRB and having been decided by the DRB and not objected to by either
party within 30 days shall attain finality and shall not be referable to arbitration.
38.2.16 Accepting officer shall ensure implementation of the decision of the DRB which attain finality, i.e,
except those which are objected by him or by contractor within 30 days as per Para 38.2.11 above.
38.2.17 Findings and decision of DRB shall be admissible as evidence, to the extern permissible as per law, in
the subsequent Arbitration and /or litigation.
38.2.18 DRB Chairman/Members shall not, in any case, be liable to be called as witness or to produce any
evidence in any Arbitration or departmental proceedings of any kind.
38.2.19 During execution of work the disputes may be referred to the DRB as per the requirement of each party
after having exhausted the decision making process provided in the contracts. In case of completion of
work or after determination/cancellation/termination of the contract all the disputes including
payment/non-payment/delay in final bill shall be simultaneously referred to the DRB within six months
of completion/determination/cancellation/termination of the contract.
38.2.20 The department case before the DRB shall be presented by Accepting Officer himself and/or Dir
(Contract) of CE Zone assisted by CWE and his DCWE (Contract), GE and his AGE (Contracts) and
any other officer and legal counsel nominated by Accepting Officer. The Contractor may present his
case by himself and/or by his nominated reps & authorized legal/technical counsel.

38.3 STATUS OF EFFECT OF SETTLEMENT AGREEMENT :- The settlement agreement signed by the
parties as a result of conciliation proceedings shall have the same status and effect as it is an arbitral award
on agreed terms.
39 PERFORMANCE EVALUATION AND MONITORING OF WORKS
(a) The works shall be inspected by Accepting Officer and performance evaluation and monitoring of
works shall be done as under:-
(i) First Evaluation Within two months from the date of commencement of work
as per Work Order No 1
(ii) Second / Intermediate Every six months from the date of commencement of work
Evaluation as per Work Order No 1
(iii) Third Evaluation Evaluation one month prior to original / extended date of
completion.
(iv) Final Evaluation One month after actual date of completion.
(b) The details of performance evaluation and monitoring of works to be exercised have been issued
vide IHQ of MOD E-in-C’s Branch letter No A/37696/OSDPL/Pol E2W (PPC) dt 13 Aug 2014,
A/37696/OSDPL/Pol/E2W (PPC) dt 25 Aug 2014, A/37696/OSDPL/pol/E2W(PPC) dt 29 Dec
2014 & 66546/Manual/18/E8 dt 10 Dec 2018. These letters can be seen in any of the MES
formations and are also available on MES web site www.mes.gov.in.
(c) Contractor are advised to be fully aware with these instructions and the requirements.
40. FEES CHARGABLE BY POLICE AUTHORITIES FOR VERIFICATION OF ANTECEDENTS
40.1 Verification of antecedents of Proprietor/Partners/Directors of the firm in connection with issue of tender
and of Enlistment shall be Govt responsibility and accordingly payment to police authorities towards
verification of antecedents shall be borne by Govt.
40.2 Verification of antecedents of Contractor’s representatives/labour deployed at site in connection with
execution of work under the contract, as per security requirement of User Unit/Installation shall be the
responsibility of the contractor and all expenses in connection with verification of antecedents by Police
Authority/Security Agency shall be borne by the contractor.
41. APPROACHES :- The contractor shall make arrangements for and provide at his own cost all temporary
approaches, if required to the site(s), after obtaining approval in writing of the GE to the layout of such
approaches.
42. DAMAGE TO EXISTING STRUCTURES Any damage to the existing structures, any existing road
etc, during the execution of work shall be made good by the contractor at his own expense. Rectification,
replacement, making good any touching up etc shall be carried out, conforming to the materials and
workmanship originally provided and to the satisfaction of the Engineer-in-Charge. In case of any dispute
on this account, the decision of the GE shall be final, binding and conclusive.
43. Location of Buildings and Works. There may be some changes in location/siting of building/wall shown
in site (layout) plan (s) to suit local conditions and/or departmental requirements. The contractor shall
have no claim what-so-ever consequent to such changes in the location/sitting of works.

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 100

SPECIAL CONDITIONS (CONTD……)

44. Handing Over of Site. Site for execution of work will be available as soon as the work is awarded. In
case it is not possible to make the entire site available on the award of work, the contractor will have to
arrange his working programme accordingly. No claim whatsoever, for not giving entire site on award of
work and for giving site gradually, will be tenable.

45. CONDITION 25 OF IAFW-2249 (GENERAL CONDITION OF CONTRACTS) AND


AMENDMENT NO 27:- Refer Amendment No 27 Of IAFW 2249

46. REQUIREMENT OF T&P


46.1 Contractors to note that they will be required to strictly ensure deployment of ‘T&P, Machinery &
Transport’ as decided by GE. Inadequate deployment of T&P shall be considered as serious lapse
attracting ban/removal/downgrading/debarment of the firm/company or any other action as deemed fit
will be taken by the Accepting officer/Department.

____________________________ ____________________
SIGNATURE OF CONTRACTOR Jt DIR (CONTRACTS)
DATED : FOR ACCEPTING OFFICER

(Contractor) Jt DIR/ DIR (Contracts)


CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 101
PARTICULAR SPECIFICATIONS (CONTD…..)

1. GENERAL
1.1. GENERAL REQUIREMENTS
1.1.1. The Work under this CONTRACT shall be carried out in accordance with SCHEDULE ‘A',
PARTICULAR SPECIFICATIONS, DRAWINGS and GENERAL SPECIFICATIONS and other
provisions in MES STANDARD SCHEDULE OF RATES 2009 (PART I - SPECIFICATIONS) and
MES STANDARD SCHEDULE OF RATES 2010 (PART II - RATES) (here in after called as MES
SCHEDULE) read in conjunction with each other.
1.1.2. General Specifications referred to/mentioned in GENERAL CONDITIONS OF CONTRACTS
(IAFW 2249) (1989 - PRINT) and in other documents mean Specifications including other provisions
given in MES Schedule including Amendments and Errata as applicable.
1.1.3. Materials & Workmanship required for these Works/Services shall be as described against
‘Specifications & Workmanships’ in the various Trade/Sections of the MES Schedule duly modified
by these Particular Specifications here-in-after.
1.1.4. Reference to some Paragraphs of MES Schedule has been made in these Particular Specifications, but
other Paragraphs and Provisions as applicable are also to be followed e.g. reference to Clause No.
pertaining to General Workmanship for Brick Masonry, Joinery, Iron and Steel Work, etc. have not
been made but provisions therein as required for the work are applicable.
1.1.5. Provisions contained in the MES Schedule Part II in the Preambles to the relevant Items of
SCHEDULE ‘A’ shall also be read in conjunction with the Provisions contained in these documents.
1.1.6. Where Specifications/Provisions for any Item of Work given in these Particular Specifications are at
variance with the Provisions/Specifications given in MES Schedule, Specifications/Provisions given
in these Particular Specifications shall be followed. However for pricing of Deviation Orders, Rates
given in MES Schedule Part II shall be adopted.
1.1.7. Where Specifications for any Item of Work are not given in MES Schedule or in these Particular
Specifications, Specifications given in relevant Indian Standard Specifications or Code of Practice
shall be followed.
1.1.8. Particular Specifications given here-in-after shall be read in conjunction with the Provisions in the
MES Schedule and relevant Bureau of Indian Standards referred to thereto and in these Particular
Specifications. In case of any discrepancy, the Provisions in these Particular Specifications shall take
precedence.
1.1.9. Materials/Accessories/Equipments for which MAKE have not been specified in these Particular
Specifications, shall be of BIS Makes and shall strictly comply with Current Appropriate BIS
Specifications, for which BIS Specification has not been issued/available, they shall comply with the
Currents BS Specifications or as approved by GE.
1.1.10. The tendered rates shall be deemed to include all minor connected work required in erection of plant
like structure to be fabricated for mounting the equipment, providing suitable openings in walls, floors
of any other situations and making good to match with adjoining surface and other incidental works
for the entire completion of the job.
1.1.11. These Particular Specifications shall deem to be includes the APPENDICES attached here-in-after.
1.2. SCOPE OF WORK
1.2.1. This Contract includes for the full, final and entire completion of Works described in SCHEDULE ‘A'
included in GENERAL SUMMARY and specified in these Particular Specifications and shown on
Drawings forming part of the Tender documents.
1.2.2. Tenderers are advised to visit the SITE(S) and ascertain for themselves the exact scope of Work and
its Working Conditions, viz Working Hours, Availability of Site(s), etc. and quote their Tenders
accordingly. Any Claim whatsoever, on such/these accounts will not be entertained by the
Government at a later Date/Stage.
1.2.3. The work to be carried out under this contract comprise of the following:-
(a). Supply (Wherever mentioned in schedule), installation, testing and commissioning of chilled
water (water cooled screw chiller) central AC plant with three number chiller units each of 50% of
plant capacity (such that one unit would act as standby unit) for the following buildings of 183 MH to
maintain specified conditions of temperature, dust level, noise level and humidity as per shown on
drawings and mentioned its Appx ‘A’.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 102
PARTICULAR SPECIFICATIONS (CONTD…..)

(b). The proposed plant shall comprise of company assembled water cooled chilling unit, cooling
tower and its accessories, condenser and chilled water circulating pumps, AHU’s, supply and
return air ducts, electrical control panel, cables, masonry work, piping work and other connected
items which are essential for proper and efficient functioning of the complete plants as described
in Schedule ‘A’ and specified herein after and particular specifications.
(c). The layout to building/rooms to be air conditioned and the location of air conditioning plant room
and AHU rooms are enclosed with the tender complete with constructional details specifications.
The tenderer rates shall be deemed to include for all connected works, required in the erection of
plant viz foundations of plant machinery, providing suitable openings in walls, and making good
surfaces including supply of all necessary materials thereof for starting from incomer main
switch in the plant rooms and other incidental work for the entire work. The design data giving
the details of equipment load, occupancy, lighting, fresh air changes and inside conditions are
mentioned in Appendix ‘A’.
1.2.3.1. Detailed specifications of the pant offered by tenderer shall be furnished as required bide
Appendix ‘B’ to these specifications within one month of acceptance of the tender to the
Accepting Officer with copy to GE.
1.2.3.2. The tenderer shall supply detailed design/calculations in support of the capacity of the plant and
other equipments within one month of acceptance of the tender to the Accepting Officer with
copy to GE.
1.2.3.3. The tenderer shall work out his own heat/cooling load calculations for each season i.e. summer,
winter and monsoon and provide AHU and Ducting of adequate capacity to maintain inside
conditions of temperature and humidity, The plants thus provided by the tenderer shall suit the
size of the plant room including air handling units rooms.
2. The following shall be the responsibility of the contractor at the time of Acceptance within one
month of acceptance of tender and before placing order for various equipment :-
2.1. AC plant room and AHUs rooms are shown on the Drg. Inside design conditions required are
shown in Appendix ‘A’. The following items are to be designed by the contractor and details as
per Appendix ‘B’ shall be submitted for approval with supporting details and technical literature
to the Accepting Officer within one month of acceptance of tender:-
a. Schematic diagram and details of all equipment, cable, panel, control system, pipes etc.
b. Design and details of Head of condenser pump, chilled water pump, AHUs, Cooling
coils, Ducting (Gauge shall be as per IS), Strip heaters for preheat and reheat. Starting
velocity in supply air duct shall not exceed 1200 FPM. Velocity in return air duct
shall not exceed 80% of supply air velocity.
c. All items required for complete installation of AC plant to achieve design conditions
shall be deemed to be included in the quoted rate.
d. Contractor shall submit the following to the Accepting Officer for approval:-
(i). Contractor shall submit details drawing and calculations for chilled water and
condenser water piping layout and sizes clearly tabulating Qty of flow & friction loss in
each length of pipe, locations of valves, air vents, pipe supports, fitting etc.
(ii). Contractor shall also submit details drawing for supply and return air duct layout
including size of duct, Qty of flow in each section of duct, locations of grills/diffusers
etc.

3. BASIS OF DESIGN
Refer Appx ‘A’ attached here-in-after.
3.1. SITE OF WORK
3.1.1. The Works shall be carried out at different Locations/Site(s). The Contractor shall finalize the
program with the Engineer-in-Charge well in advance in such a way that neither the USERS feel
inconvenience nor Work is delayed.
3.1.2. Building is under construction by other agency where Works are to be executed, the Contractor shall
make himself aware about the Nature of the Work involved for carrying out Works against the Items
catered for in SCHEDULE 'A'. The Contractor is deemed to have inspected the Site of Work and
nothing extra shall be admissible to Contractor on this ground.
3.1.3. The proposed Location of Various Works shall be as directed by the Engineer-in-Charge at Site(s)
of Works.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 103
PARTICULAR SPECIFICATIONS (CONTD…..)

3.2. VISIT TO SITE


3.2.1. The Tenderers are advised to Contact GE on any Working Day during Working Hours, who will
arrange for their Visit to Site of Work.
3.2.2. The Tenderer shall be deemed to have visited the Site of Work before Quoting their LUMP SUM
AMOUNT/ PERCENTAGE/UNIT RATES and no Claim for any EXTRA PAYMENT on account
of any misunderstanding, etc. will be entertained by the Department, irrespective of the fact whether
they have actually visited the Site or not.
4. MATERIALS
4.1. GENERALLY
4.1.1. All Materials to be supplied by the Contractor for incorporation in the Work shall conform to
relevant IS Specifications. In case Specification of any Materials needed for incorporation in work
is not contained in any of the Contract Documents, the Specification of such Materials/Articles to be
incorporated in work shall be got approved in writing from the GE before their incorporation in
work by the Contractor without any Price Adjustment.
4.1.2. The relevant Bureau of Indian Standards shall be of Latest Revision including Amendments if
any. The Contractor shall incorporate in the work Materials complying with the requirements of
relevant Bureau of Indian Standards of the Latest Publication (Edition) including all
amendments/revision issued by Bureau of Indian Standards on and before bid submission end
date, thereof without any Price Adjustment in the Quoted Lump Sum.
4.1.3. As far as practicable all manufactured Materials/Articles other than those manufactured in
Contractor's Workshop at Site shall bear IS Certification Marks. In case, any Article not bearing IS
Certification Marks but conforming to relevant Specification is proposed to be incorporated in the
Work, Samples of the same shall be got approved in writing from GE before their incorporation in
work. The Contractor shall submit sufficient evidence to the GE to show that such Articles conform
to the relevant Specifications and no Price Adjustment shall be made on this account.
4.1.4. Manufactured Materials/Articles shall be brought at Site in Original Sealed Containers/Packing
bearing Manufacturer's marking unless the quantity required is a fraction of smallest packing.
4.1.5. Materials of Proprietary nature such as Paints, Water Proofing Compound, Chemicals for Anti-
Termite Treatment and the like, Quantity of which cannot be Checked after incorporation in the
Work shall be Measured and Recorded in the MEASUREMENT BOOK as soon as those are
brought at Site. These Measurements shall be signed both by the Engineer-in-Charge and the
Authorised Representative of the Contractor. ORIGINAL STAMP RECEIPTED BILLS alongwith
the relevant INVOICES from the Manufacturers or their AUTHORISED DEALERS (if any) in
support of having brought the Full Quantity required for incorporation in the Work, shall be
produced to Engineer-in-Charge.
4.1.6. The Contractor shall carry out such Instructions that are given to him in Writing by the Engineer-in-
Charge to ensure that Full Quantity of such Materials goes in to Work.
4.2. APPROVED MAKES/BRAND OF MATERIALS
4.3. Materials/Accessories/Equipments for which MAKE have not been specified in these Particular
Specifications, shall be of Standard Makes and shall strictly comply with Current Appropriate BIS
Specifications, for which IS Specification has not been issued/available, they shall comply with the
Currents BIS Specifications or as approved by GE.
4.4. A list of certain items for which specific manufacturers/ make only are to be provided in this
contract are given in Appendix ‘G’.
4.5. APPROVED SOURCES OF LOCAL ORIGIN MATERIALS
4.5.1. Materials such as Bricks, Aggregates, etc., shall generally conform to the Samples kept in GE's
Office in addition to their conformity with relevant Specifications given in the Tender documents.
The Sources and Sample for all such Materials shall be got approved from GE in writing before
these Materials are brought at Site in bulk.
4.5.2. Contractor at his own may procure materials from any other sources without any extra cost to the
Department provided that the same conform to respective IS as stated here-in-before.
4.6. APPROVAL OF SAMPLES/MATERIALS
4.6.1. Approval of Samples/Materials by GE shall be recorded in a Register labeled as ‘SAMPLE
APPROVAL REGISTER’ to be maintained by the Engineer-in-Charge which interalia shall
mention Sources of Supply, Name of Manufacturer, Trade Name/Brand (if applicable) and reference
to Clause of Tender Documents containing Specifications of Particular Materials.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 104
PARTICULAR SPECIFICATIONS (CONTD…..)

4.7. Letters conveying Approval of Samples/Materials by Garrison Engineer shall interalia mention
sources of Supply, Name of Manufacturer, Trade Name/Brand (if applicable) and reference to
Clause of Tender documents containing Specifications of Particular Materials.
4.8. STANDARD OF QUALITY & WORKSMANSHIP
4.8.1. GENERAL
4.8.2. The Work shall strictly comply with the provisions contained in the Latest Edition of INDIA
STANDARD CODE OF PRACTICE and/or IS SPECIFICATION as applicable, Works except
where such Regulations and Rules are modified by these Particular Specifications.
4.9. All Works shall be carried out by properly Skilled Tradesman. The Contractor shall on demand shall
produce such evidence of Qualifications of his Workmen/Skilled Tradesman/Supervisors/Engineers,
either at the commencement of Work or at any time thereafter/during currency of the Contract. The
entire Work shall be High Class with the best Workmanship and to the entire satisfaction of
Engineer-in-Charge/ GE.

5. AIR-CONDITIONING WORK
5.1. SCOPE OF WORK
5.1.1. A Central Air Conditioning System has been designed for Air Conditioning of Military Hospital at
Leimakhong, Manipur.
5.1.2. The System is designed to clear Air Conditioning requirements with a centralized chilled water
system. The areas to be airconditioned included Operation Theatres (OT), Intensive Care Unit
(ICU), Treatment Room, Patient Rooms, etc.
5.1.3. INSIDE DESIGN CONDITION
Refer Appx ‘A’ attached here-in-after.

6. WATER COOLED SCREW CHILLER


6.1. GENERAL
6.1.1. Factory assembled, Liquid Chiller shall consist of Compressor with initial Oil and Refrigerant
Operating Charge, Water Chiller, Condenser, Control and Safety Devices, Motors, Lubrication
System, Oil Cooler, Microprocessor Control System and documentation required prior to start up.
Compressor Motor Starter and local disconnect services units shall be mounted on the same frame,
wired and tested by the chiller manufacturer. Chiller shall be charged with R-134a refrigerant or
equivalent.
6.1.2. The Compressor, if of foreign origin must have base for service in this country.

6.2. TECHNICAL PARAMETERS


6.2.1. Compressor Type : Semi-hermetic/Hermetic
6.2.2. Capacity of chiller shall be certified by EUROVENT / ARI.
6.2.3. Each chiller package shall comprise of Compressor, Motor and Starter, Chiller and Condenser,
Lubrication System, Expansion Device, Power Control & Distribution Panel with Automatic
Electronic Control System and Controls.
6.3. COMPRESSOR
6.3.1. Compressor shall be of screw type. The Compressor shall be provided with a lubrication system to
deliver oil under pressure to the bearings. Its sound level should not exceed 85 db at a distance of
One Meter. Its Vibration level shall not to exceed 2 mm/s.
6.4. MOTOR AND STARTER
6.4.1. Motor shall be squirrel cage induction type either hermetically sealed or distinctly coupled suitable
for operation under 400V  10%, 3 Ph. 50 Hz 6%, power supply and confirming to IS:325 with
automatic soft starter. For hermetic motors, load limit mechanism and solid state sensors shall be
provided for positive thermal and current over load protection. The control provision should be made
so as to ensure that more than 5 attempts per hour are not permitted.
6.5. CHILLER AND CONDENSER
6.5.1. These heat exchangers shall be horizontal shell and tube type designed for efficient heat transfer with
special refrigerant distributor. Chillers shall be flooded and designed for duty specified in the
Schedule of Equipment. Shell shall be Carbon steel and Tubes shall be of copper and not less than
16mm. dia. Tubes shall be removable without affecting the strength and durability of support or
causing any leakages in the adjacent tubes. Tubes shall be adequately supported to prevent vibration.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 105
PARTICULAR SPECIFICATIONS (CONTD…..)

6.5.2. Chiller shall be designed for test pressure of 15 Kg/Sq Cm on refrigerant side and 10 Kg/Sq Cm on
water side. Chiller shall be selected considering a tube-fouling factor of 0.0001025. The Chillers
shall be complete with the following accessories :-

(a) Liquid refrigerant float valves and liquid level indicator


(b) Thermostatic expansion valves
(c) Refrigerant shut - off valve.
(d) Eliminator, distributor and rapture disk.
(e) Water inlet and outlet connections with temperature sensors, necessary drain valve, air vent,
differential pressure type flow sensor, etc.
6.5.3. The Chiller shall be factory insulated with nitrile insulation properly pasted using a suitable adhesive.
It is seen that many times this insulation is damaged during transportation and erection. Therefore it
is essential that the damaged insulation is removed and replaced before commissioning and handing
over.
6.5.4. The condenser shall be water cooled of shell and tube type. The Condenser shall be complete with hot
gas inlet and liquid out let connection, relief valve, purge valve and refrigerant shut-off valve.
6.6. LUBRICATION SYSTEM
6.6.1. The lubrication system will ensure that the oil is distributed throughout the compressor. Oil separator
and return system shall be designed to ensure that oil is adequately returned to the compressor and
does not collect in the heat exchangers.
6.7. EXPANSION DEVICE
6.7.1. The refrigerant circuit will be equipped with necessary expansion device that allows precise
refrigerant flow to evaporator including shut off valves, filters, drier, liquid site glass, etc. as per
manufacturer’s standard.
6.8. POWER CONTROL & DISTRIBUTION PANEL WITH AUTOMATIC ELECTRONIC
CONTROL SYSTEM
6.8.1. The panel shall be unit mounted. The microprocessor based automatic controller as per specification
shall also be housed in a separate enclosure forming a part of the unit mounted power control &
distribution panel. The panel shall be complete with incoming MCCB/Disconnector SFU, Star/Delta
starter, all internal wiring, control/interlock terminals, control fuses, contactors, operating & safety
controls as per manufacturer's system requirement.
6.9. CONTROLS
6.9.1. The chiller shall be provided with a factory installed and wired microprocessor control system with
individually replaceable modular component construction. The system shall include a control center,
temperature (thermostat) and pressure (transducer) sensors, and all necessary auxiliary devices
required for proper operation. Controls shall be provided with a 15 year battery backup to prevent the
loss of configuration information in case of power failure.

7. PUMPS
7.1. SCOPE
7.1.1. This section of specification covers the supply, installation, testing and commissioning of water
pumps along with its accessories, conforming to these specifications and in accordance with the
requirement of Drawings, ‘Technical Schedule of Equipment’ and of the ‘Schedule of Quantities’.
7.2. TYPE
7.2.1. All chilled /hot water, condensing water pumps shall be of capacity and size in accordance with the
requirements indicated in the Drawings, Technical Schedule of Equipment, Schedule of
Quantities/BOQ/ Bill of Quantities and pumps shall confirm to IS:1520-1960.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 106
PARTICULAR SPECIFICATIONS (CONTD…..)

7.3. CONSTRUCTION
7.3.1. The Pumps shall be of single stage horizontally split casing / mono-block centrifugal type with the
following material of construction.

Sl No. TYPE MONOBLOC/HORIZONTAL SPLIT CASING

1. Duty Chilled/Hot/ Condenser water


2. Casing Cast iron
3. Impeller Bronze
4. Shaft High tensile steel
5. Bearings Heavy duty ball/roller
6. Base plate Caste iron/fabricated MS
7. Seal Mechanical
8. Flanges Standard companion IS-1536/1960
9. Speed(Max) 3000 RPM
10. Drive TEFC Motor up to 7.5 HP
11. Starter Star Delta above 7.5 HP
12. Other Components Wearing rings, sleeves and any other standard accessories.

7.3.2. Pumps shall be selected for the rated conditions indicated the pumps shall be selected for very high
efficiency at the rated conditions. Selection charts and curves for selected models shall be submitted
to consultant for approval Pump shall.
7.3.3. Impellers shall be statically and dynamically balanced supported by test certificates of manufacturers.
7.4. DRIVE
7.4.1. Drive ratings are only tentative and Tenderer shall select motors at least 5% excess of the maximum
BHP of the pump and transmission losses if any but not less than the specified HP. Motors shall be
TEFC, Squirrel Cage type suitable for 415V+6 %, 50 Hz AC Supply.
7.5. ACCESSORIES AND FITTINGS
7.5.1. Pump shall be complete with :-
(a) Lubrication Fittings
(b) Gland drain (25mm min) Piping
(c) Test and air vent cocks.
(d) Water seal piping connections
(e) Suction, discharging pressure gauge not less than 150mm diameter and of appropriate range,
with globe valves
(f) Suction and discharge shut off butterfly valves
(g) Discharge check Valve and non return valve
(h) Y or pot Type strainer at suction of each pump shall be provided in common header.

7.5.2. Also GI glande drain piping (Item (b)) up to nearest drain point shall be provided.

7.6. INSTALLATION
7.6.1. Pump shall be installed as per manufacturer’s recommendations. Pump set shall be mounted on the
concrete blocks constructed by owner as per contractor’s drawings the contractor shall ensure that the
foundation bolts are correctly embedded; otherwise it is the responsibility of the contractor to rectify
the same at his cost.
7.6.2. The concrete base shall be isolated from main floor with resist flex pads covered with waterproof
heavy gauge polythene sheet.
7.6.3. Pump sets shall be factory aligned. Whenever necessary site alignment is done, it shall be done by
competent persons.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 107
PARTICULAR SPECIFICATIONS (CONTD…..)

7.6.4. The pump insulation shall be done in the manner the maintenance could be carried out without
causing damage to the insulation.
7.7. TESTING
7.7.1. Tenderer shall submit the performance curves of the pumps and he shall check the capacity and head
requirements to match his own piping and equipment layout. Performance test, mechanical running
test of the pumps shall be taken if required at works as well.
7.7.2. On completion of the entire installation, the contractor shall test these pumps and the results shall
tally with the specifications and performance curves.
7.7.3. The contractor shall furnish the required instruments for performance testing and arrange for their
connections if required.
7.8. PAINTING
7.8.1. After completion of installation and testing, pump accessories and fittings shall be given two coats of
approved color paint over a coat of primer.
7.9. INSULATION
7.9.1. The pumps for chilled water along with its accessories and fittings shall be insulated as specified in
section on insulation the cost of this insulation should be included in the cost of the pump. Insulation
should be applied so that top of split casing can be removed. (Wherever applicable)
7.9.2. Pumps shall be insulated only after they have been tested and test results have been approved by the
Garrison Engineer.
NOTE : All the hardware required for the installation shall be supplied by the Contractor.
8. FLOOR MOUNTED AIR HANDLING UNITS
8.1. SCOPE
8.1.1. This section of specification covers the supply, installation, testing and commissioning of double skin
construction Air Handling Units along with its accessories, conforming to these specifications and in
accordance with the requirement of Drawings, ‘Schedule of Quantities’, Drawings and ‘Technical
Schedule of Equipment’.
8.2. TYPE
8.2.1. The Air Handling Units shall be double skin sectional, draw through type comprising of varius
sections such as mixing chamber (wherever Return air and Fresh air are ducted), pre-filter section,
hot/chilled water coil section, fan section, as per details given in drawings and Schedule of
Equipment.
8.3. CAPACITY
8.3.1. The Air handling capacities, maximum motor hp static pressure shall be as shown on drawing and in
Schedule of Quantities.
8.4. CONSTRUCTION
8.4.1. The AHU housing shall be of double skin construction with main structure made of extrude
aluminium hollow sections. The panels shall be double skin sandwich type with 0.6 mm colour
coated GSS /pre plasticized on the outside and 0.6 mm galvanized sheet inside with 25 mm thick PU
insulation material injected in between. These panels shall be screwed with soft rubber gasket fixed in
built in groove of aluminium frame in between to make the joints airtight. Framework for each
section shall be joined together with soft rubber gasket in between to make the joints airtight. Suitable
airtight access door/ panels with nylon hinges and locks shall be provided for access to various
sections for maintenance. The entire housing shall be mounted on roller-formed GSS channel
framework having pressure die cast aluminium jointers.

8.5. DRAIN PAN


8.5.1. The drain pan shall be of 18 G stainless steel with necessary slope to facilitate fast removal of
condensate. It shall be provided with drain connection of suitable size complete with 25 mm rigid
insulation. Necessary arrangement will be provided to slide the coil in the drain pan.
8.6. COOLING COIL
8.6.1. The chilled water coil shall be of seamless copper tubes not less than 0.5 mm thick and 12mmOD.
Coil face areas shall be such as to ensure rated capacity from each unit and such that air velocity
across each coil shall not exceed 150 meters per minute. The coil shall be pitched in the unit casing
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 108
PARTICULAR SPECIFICATIONS (CONTD…..)

for proper drainage. The fins shall be spaced by collars forming integral part of the fins. The tubes
shall be staggered in the direction of air flow.
8.6.2. The fins shall be uniformly bonded to the tubes by mechanical expansion of the tube for minimum
thermal contact resistance with fins. Fin spacing shall be 11 to 13 FPI. The coils shall be tested
against leaks at a hydraulic pressure of 21 kg/sq cm. This pressure shall be maintained for period of 2
hours. No drop should be observed indicating any leaks the water heads shall be completed with
water in/out connection vent plug on top and drain at bottom and designed to provide water velocity
between 2 to 6 fps.

8.7. FAN SECTION WITH FAN


8.7.1. The fan shall be forward curved, double width type. The wheel & housing shall be fabricated from
heavy gauge galvanized steel. The fan impeller shall be mounted on a solid shaft supported to
housing with angle iron frame & pillow block heavy duty ball bearing. The impeller & fan shaft shall
be statically and dynamically balanced. The fan outlet velocity shall not be more than 550mpm. Fan
housing with motor shall be mounted on a common extruded aluminium base mounted inside the air
handling housing on ant vibration spring mounts or cushy foot mounts. The fan outlet shall be
connected to casing with the help of fire retardant canvas. The fan shall be selected for a noise level
less than 85db (a).
8.8. FILTER SECTION
8.8.1. Each unit shall be provided with a factory assembled filter section containing synthetic media
washable air filters with efficiency of 90% down to 10-micron particle size. Filters shall have
aluminium or moulded plastic frame. Filter face velocity shall not exceed 150 meters per minute.

8.8.2. Filter shall fit so as to prevent by pass. Holding frames shall be provided for installing number of
filter cells in blanks. These cells shall be held within the frames by sliding the cells between guiding
channels.

8.9. FRESH AIR INTAKES


8.9.1. Extruded aluminium construction duly anodized fresh air louver with bird screen and extruded
construction dampers shall be provided in the clear opening in masonry walls of the air handling unit
room having atleast one external wall. Fresh air louver, damper, pre-filters, duct and fresh air fan
(where specified in Schedule of Quantities) with speed regulators shall be provided. Fresh air
dampers shall be of the interlocking, opposed blade louver type. Blades shall be rattle free. Damper
shall be similar to those specified in ‘air distribution’.
8.10. ACCESSORIES
8.10.1. Each air handling unit shall be provided with manual air vent at highest point in the heating/cooling
coil. In addition, the following accessories may be required at air handling units.

(a) Stem type thermometer at coil inlet and outlet with tubing and gauge cock

(b) Pressure gauge with globe valves at inlet and outlet of coil with tubing
(c) Butterfly valves or Ball Valves at inlet and outlet of the coil
(d) Balancing valves at the outlet of the coil
(e) Y Strainer at inlet of coil
(f) Union and condensate drain piping from the unit upto the trap as described in section piping
(g) Motorized two/three way mixing valves located in chilled water lines connected to the coil.
This valve shall be operated by the cooling/heating thermostat and shall control the flow of
chilled/hot water .
(h) Cooling/heating thermostat located in return air stream
(j) Flexible connection between the fan outlet and duct
(k) Vibration isolators of 90% efficiency.

8.11. SAFETY FEATURES


8.11.1. Each air handling unit must have safety features as under:-
(a) The fan access door must have micro switch interlocked with fan motor to enable switching off
the fan motor automatically in the event of door opening.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 109
PARTICULAR SPECIFICATIONS (CONTD…..)

(b) The access door shall further have perforated GI screen as an added feature, bolted on to the
unit frame.
(c) Fan and motor base shall be properly earthed from the factory.
(d) All screws used for panel fixing and projecting inside the unit shall be covered with PVC caps
to avoid human injury.
8.12. DRIVE
8.12.1. Fan drive shall be 3 phase-squirrel cage totally enclosed fan cooled motor suitable for 415 ± 6 % v,
50 hz ac supply. Motor shall be specially designed for quite operation and motor speed shall not
exceed 1440rpm. Drive to fan shall be provided through belt drive arrangement. Belts shall be of oil
resistant type of approved make only.

8.13. DESIGN DATA FOR AIR HANDLING UNITS


(a) Fan outlet velocity shall not exceed 350 mpm.
(b) The air velocity across coil shall not exceed 150 mpm.
(c) The air velocity across air prefilter shall not exceed 150 mpm.
(d) The air velocity across filter shall not exceed 150 mpm.
(e) Motor ratings are only tentative and shall be suitable for the duty but not less than the specified
hp.

(f) The AHU fan shall be selected for a total static pressure as per design.

8.14. INSTALLATION
8.14.1. Unit shall be installed inside the plant room to permit the removal of all the parts of AHU for any
maintenance work without dismantling other equipment such as plenum, pipes, ducts etc. Air
handling unit installation shall be carried out as per manufacturer’s recommendation and mounted on
rubber pads.
8.15. PERFORMANCE DATA
8.15.1. Air handling unit shall be selected for the lowest operating noise level of the equipment. Fan
performance rating and power consumption data with operating points clearly indicated shall be
submitted and verified at the time of testing, commissioning of the installation.
8.16. TESTING
8.16.1. Cooling/heating capacity of all air-handling units shall be computed from the measurements of air
flow and dry and wet bulb temperatures of air entering and leaving the coil.
8.16.2. Flow measurements shall be measured by a digital anemometer and temperature measurements by a
digital thermostat capable of reading both dry and wet bulb temperatures. Computed result shall
conform to the specified capacities and quoted ratings. Consumption shall be computed from
measurements of incoming voltage and input current.

9. CEILING MOUNTED AIR HANDING UNITS


9.1. SCOPE
9.1.1. The scope of this section comprises the supply, erection, testing and commissioning of ceiling
mounted air handling units, conforming to these specifications.
9.2. TYPE
9.2.1. The air handling units shall be double skin ceiling mounted, draw through type comprising of various
sections such as prefilter section, chilled water coil section, fan section.
9.3. CAPACITY
9.3.1. The air moving and coil capacities shall be as per design.
9.4. UNIT CONSTRUCTION
9.4.1. The housing/casing of the air handling unit shall be double skin construction. The framework shall be
of extruded aluminium hollow sections. All the frame shall be assembled using pressure die cast
aluminium/PVC joints to make a sturdy, strong & self supporting frame work for various sections.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 110
PARTICULAR SPECIFICATIONS (CONTD…..)

9.4.2. 25mm thick double skin panels shall be made of 0.63mm pre colour coated / pre-plasticized GSS
sheet on outside and 0.63mm galvanized sheet inside with P.U. insulation injected in between. These
panels shall be screwed on to the framework with soft rubber gasket on aluminium frame to make the
joints air tight. Insulation material shall be of 38 Kg/m3 density minimum. Detachable steel drain pan
with necessary slope to facilitate fast removal of condensate shall be provided. Necessary outlet from
the drain pan shall be provided. The unit shall be suitably insulated from inside to avoid condensation
on out surface. Necessary provision for ceiling suspension shall be provided.

9.4.3. THE ALUMINIUM PROFILE USED WILL BE THERMAL BREAK PROFILE WITH THERMAL
BARRIER TO PREVENT SWEATING DURING MONSOON.

9.5. FAN AND MOTOR


9.5.1. The fan shall be DIDW centrifugal forward curved fan having single phase motor as specified. The
fan shall be in 100% galvanized construction and shall be statically and dynamically balanced. The
fans shall carry AMCA certification.
9.5.2. The fan motor shall be three phase squirrel cage TEFC type suitable for 415 ± 6%, 50 Hz supply.
Fan and motor shall be directly coupled or shall be belt driven.

9.6. COIL
9.6.1. The chilled water coil shall be seamless copper tubes not less than 0.4mm thick and 12mm OD. Coil
face areas shall be such as to ensure rated capacity from each unit and such that air velocity across
each coil shall not exceed 150 meters per minute. The coil shall be pitched in the unit casing for
proper drainage. The fins shall be spaced by collars forming integral part of the fins. The tubes shall
be staggered in the direction of airflow.
9.6.2. The fins shall be uniformly bounded to the tubes by mechanical expansion of the tube for minimum
thermal contact resistance with fins. Fin spacing shall be 11 to 13 FPI & shall be .017 to .02 mm
thick. The coils shall be tested against leaks at a hydraulic pressure of 21 kg/sq cm. This pressure
shall be maintained for period of 2 hours. No drop should be observed indicating any leaks the water
headers shall be completed with in /out connections, vent plug on top and drain at bottom and
designed to provide water velocity between 2to 6 FPS. The coils exceeding 6 rows depth should be in
two equal parts.

9.7. FILTER
9.7.1. Each unit shall be provided with a factory assembled filter section containing synthetic media
washable air filters with efficiency of 90% down to 10-micron particle size. Filters shall have
aluminium frame. Filter face velocity shall nit exceed 150 meters per minute. Filter shall fit so as to
prevent by pass. Holding frames shall be provided for installing number of filter cells in blanks.
These shall be held within the frames by sliding the cells between guiding channels.
9.8. ACCESSORIES
9.8.1. Each air handling unit shall be provided with manual air vent at highest point in the cooling coil in
addition, the following accessories may be required at air handling units. Their detailed specifications
are in individual sections and quantities separately identified in ‘schedule of Quantities’ except Items
(j) to (m) here-in-below.
(a) Ball Valve with strainer in inlet
(b) Ball Value without strainer in outlet
(c) Thermo well at coil inlet position
(d) Pressure test point at coil inlet and outlet position
(e) Balancing valve at the outlet of the coil
(f) Union and condensate drain piping from the unit upto the drain trap as described in section
piping.
(g) Motorized two/three way mixing valve located in chilled water lines connected to the coil. This
valve shall be operated by the cooling/heating thermostat and shall control the flow of chilled
/hot water as per section ‘Automatic Controls and Instruments’ for detailed specification.
(h) Cooling/heating thermostat as per specification in section ‘Automatic controls and
Instruments’ shall be located in return air stream.
(j) Flexible connection between the fan outlet and duct.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 111
PARTICULAR SPECIFICATIONS (CONTD…..)

(k) Vibration isolators of minimum 90% efficiency.


(l) Motor & drive package
(m) Air purge valve on top of coil header and drain cock at bottom.

9.9. DESIGN DATA FOR AIR HANDLING UNITS


(a) The air velocity across coil shall not exceed 150 MPM.
(b) The air velocity across air prefilter shall not exceed 150 MPM.
(c) The AHU fan shall be selected for a total static pressure as per design.

9.10. INSULLATION
9.10.1. Unit shall be installed above the false ceiling in a manner so as to permit the removal of all the parts
of AHU for any maintenance work without dismantling other equipment such as plenum, pipes, ducts
etc. Air handling unit installation shall be carried out as per manufacturer’s recommendation. Rubber
in shear type suspension hangers shall be provided for vibration isolation.
9.11. PERFORMANCE DATA
9.11.1. Unit shall be installed above the false ceiling in a manner so as to permit the removal of all the parts
of AHU for any maintenance work without dismantling other equipment such as plenum, pipes, ducts
etc. Air handling unit installation shall be carried out as per manufacturer’s recommendation. Rubber
in shear type suspension hangers shall be provided for vibration isolation.
9.12. TESTING
9.12.1. Cooling/heating capacity of various Air-Handling Unit Models shall be computed from the
measurements of airflow and dry and wet bulb temperatures of air entering and leaving the coil.
10. Blank
11. Blank
12. AUTOMATIC CONTROLS & INSTRUMENTS
12.1. SCOPE
12.1.1. The scope of this section comprises supply, installation, testing and commissioning of automatic
controls and instruments conforming to these specifications.
12.2. THREE WAY VALVE
12.2.1. Three way motorized/ modulating valve for each air handling units shall be provided in chilled water
line at each air handling units. Each valve shall be actuated by a space or duct mounted thermostat.
Constant space condition shall be maintained by continuous proportional modulation of the chilled
water through the coil. The valve shall return to fully by pass position when fan is shut off. Motor
shall be proportional modulating motor. Motor shall be suitable for 24 volts supply and shall have a
cover mounted 220/24 volts transformer factory- installed. The unit is suitable for outdoor installation
in the open space.
12.2.2. Valve shall be similar to Honeywell two position diverting valves 15 cm (1/2inch) diameter with flare
connection. Valve shall be selected for water flow rate of 5-6 USGPM. Pressure drop across the valve
shall not exceed 2PSI. Valve shall have the facility to replace motor & actuator without removing the
valve body.

12.3. FLOW SWITCHES


12.3.1. Flow switches may be provided in the condensing water line (outlet) and chiller line (outlet) only
near the chilling machine.
12.4. THERMOSTATS
12.4.1. Thermostats shall be electrical mode, fixed differential type with sensing element located in the return
air stream.
12.5. PROPORTIONAL CONTROL THERMOSTATS
12.5.1. Proportional control thermostats for air conditioning application for actuating the two way or three
way modulating valve at each air handling units, as shown on drawings and included in Schedule of
Quantities. Thermostat shall be similar to Honey well model T921B/T92A or equivalent, line voltage
cooling thermostat. Range shall be 56°F – 84°F, differential shall be 3°F.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 112
PARTICULAR SPECIFICATIONS (CONTD…..)

12.6. SNAP ACTING FIXING DIFFERENTIAL THERMOSTAT


12.6.1. SNAP acting fixing differential thermostat for FCU shall be Honeywell make and model T649A OR
T4039 cooling thermostat or any approved equivalent with temperature range of 13°C – 29°C
differential 37°C with ON /OFF, HI/LOW fan switch, normal-cool setting switching off must break
fan circuit.
12.7. INSTRUMENTS
12.7.1. THERMOMETER
12.7.1.1. Thermometers shall be dial type 100 mm dia or V from industrial type. Body shall be aluminium
alloy, anodized gold coloured surface. The casing shall be adjustable side ways for reading from the
front. The glass capillary shall be triangular in shape with blue mercury filled in glass for better
visibility. Scale of reading shall be of the range 0°C to 80°C and + 32°F to 200°F. Graduation of scale
shall be 1 deg in both readings. Ranges of scales shall be 30°F – 90°F (0-70°C) for all conditioning
applications of cooling only.

12.7.1.2. Thermometer shall be suitable for 15mm connection. Thermometer for chilled water shall be with
long stem so that thermometer is removable without damaging the insulation ms socket to be welded
on pipes shall be provided with thermometer. Thermometer shall be installed of chilled water supply
and return at each air handling unit, Supply and return of each chiller, condenser.

12.7.2. PRESSURE GAUGE


10.7.2.1. Pressure gauge shall be installed on suction head and at discharge side of each pump in the chilled
water supply and return at each air handling unit, at inlet and outlet of each chiller. Suction side
gauge at pump suction header shall be compound gauge with 150 MM dia, range 75 cm vacuum to 10
kg pressure. Discharge side gauge at pumps and at all other locations shall be 150mm range 0-10 kg
per sq cm(0-150 PSI) Pressure.
13. SHEET METAL WORKS & ACESSORIES
13.1. SCOPE
13.1.1. The scope of this section includes supply, fabrication, installation & testing of all sheet metal ducts,
supply, installation, testing & balancing of all grills & diffusers as per specifications & drawings.
Except as otherwise specified all ductwork and related items shall be in accordance with these
specifications. Duct work shall mean all ducts, casings, dampers, access doors, joints, stiffeners and
hangers.
13.2. DUCT MATERIALS
13.2.1. The ducts shall be fabricated from galvanized steel sheets class VII – light coating of Zinc
conforming to ISS: 277-1962 (REVISED) and with a galvanizing thickness of 80 Gm/Sq Mtr surface
area. Aspect ratio shall be upto 1:3.
13.2.2. Only new, fresh, clean (unsoiled) and bright GI sheets shall be used. The Owner / Consultants reserve
the right to reject- summarily sheets not meeting these requirements. Fabrication of ducts shall be
through lock formers only. No manual lock forming will be allowed as it not leak proof and thus
reduces efficiency of the system.
13.2.3. All duct work, sheet metal fabrication unless otherwise directed, shall strictly meet requirements as
described in IS:655-1963 with Amendment- I (1971 Edition).

Longer side GI Sheet Type of Joints Branch


of Duct Thickness
(mm)
Up to 750 0.63 mm GI Flange -

751-1000 0.80 mm 25x25x3 mm angle iron frame with 8mm 25x25x3mm @1.0 Metre
Dia nuts & bolts
1001-1500 0.80 mm 40x40x5 mm angle iron frame with 8mm 40x40x50mm @ 1.0 Metre
Dia nut & bolts
1501-2250 1.00 mm 50x50x5 mm angle iron frame with 10 mm 40x40x3mm @ 1.2 Metre to be
Dia nuts & bolts at 125mm center braced diagonally
2251 & 1.25 mm 50x50x6 mm angle iron frame with 10mm
above Dia nuts & bolts at 125mm center
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 113
PARTICULAR SPECIFICATIONS (CONTD…..)

13.2.4. Duct larger than 450 mm shall be cross broken, duct sections up to 1200mm length may be used with
bracing angles omitted.
13.2.5. Changes in section of ductwork shall be affected by tapering the ducts with as long a taper as possible.
All branches shall be taken off at not more than 45 deg Angle from the axis of the main duct unless
otherwise approved by the Engineer-in-Charge.
13.2.6. All ducts shall be supported from the ceiling/slab by means of M.S. angle at the bottom of size 40 mm
x 40 mm x 6mm for sizes upto 1500 mm at 3m intervals. Above size 1500 mm upto 2250, support
shall be provided with 10 mm dia. MS rod and MS angle size 50 mm x 50 mm at bottom at 2.5 m
intervals. Above size 2250 mm support shall be provided with 12 mm dia MS rod and MS angle size
50 mm x 50 mm at bottom.
13.2.7. All ducts shall be fabricated and installed in workman like manner, generally conforming to relevant
BIS codes. Round exposed ducts shall be die formed for achieving perfect circle configuration.
13.2.8. Ducts so identified shall be acoustically lined and thermally insulated as described in the section
‘Insulation’. Duct dimensions shown in drawings are overall sheet metal dimentions inclusive of the
acoustic lining where required .
13.2.9. Ducts shall be straight and smooth on the inside with neatly finished joints. All joints shall be made air
tight.
13.2.10. All exposed ducts upto 60 cm width within conditioned spaces shall have slip joints. The internal ends
of the slip joints shall be in the direction of airflow. Ducts and accessories within ceiling spaces visible
from air conditioned areas shall be provided with two coats of matt black finish paint.
13.2.11. Change in dimensions and space of ducts shall be gradual. Air turns shall be installed in all vanes
arranged to permit the air to make the turn without appreciable turbulence.
13.2.12. All ducts shall be rigid and shall be adequately supported and brace where required with standing
seams, tees of ample size to keep the duct true to shape and to prevent buckling, vibration or breaking.
13.2.13. All sheets metal connections, partitions and plenums required to confine the flow of air to and through
the filters and fans shall be constructed of 18 Gauges GSS thoroughly stiffened with 25mm
x25mmx3mm angle iron braces and fitted with all necessary inspection doors as required to give
access to all parts of the apparatus. Doors shall be not less than 45cm x45cm size.
13.2.14. Plenums shall be panel type and assembled at site. Fixing of MS angle iron flanges of duct pieces shall
be with rivet heads inside i.e. Towards G.S. sheet and riveting shall be done from outside.
13.2.15. Rubber gasket 3mm thick shall be used between duct flanges and between duct and duct supports
instead of felt in all ducting installation for complete sealings.
13.2.16. During the construction, the Contractor shall temporarily close duct openings with sheet metal covers
to prevent debris entering ducts and to maintain opening straight and square, as per direction of
Engineering-in-Charge.
13.2.17. Great care should be taken to ensure that the duct work duct work does not extend outside and beyond
height limits as noted on the drawings.
13.2.18. All duct work shall be of high quality approved galvanized sheet steel guaranteed not to crack or peel
on bending or fabrication of ducts. All joints shall be tight and shall be made in the direction of air
flow. The ducts shall be re-inforced where necessary, and must be secured in place so as to avoid
vibration of the duct on its support.
13.2.19. All air turns of 45 degrees or more shall include curved metal blades or vanes arranged so as to permit
the air to make the abrupt turns without an appreciable turbulence. Turning vanes shall be securely
fastened to prevent noise or vibration. All ducts shall be fabricated and installed in accordance with
modern design practice. The sheet metal gauges and fabrication procedures as given in I.S.S/
specifications shall be adhered to and shall be considered as an integral part of these specifications.
13.2.20. The duct work shall be varied in shape and position to fit actual conditions at building. All changes
shall be in accordance with accepted duct design and subject to the approval of the engineer-in-charge.
The Contractor shall verify all measurements at building and shall notify the Engineer-in-Charge of
any difficulty in carrying out his work before fabrication.
13.2.21. Sponge rubber or approved equal gasket shall be installed between all connections of sheet metal ducts
to walls. Sheet metal connections shall be made to walls and floors by means of galvanized steel angles
anchored to the building structure with anchor bolts and with the sheet bolt to the angles. Sheet metal
connections shall be as shown in the drawings or as directed by Engineer-in- Charge.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 114
PARTICULAR SPECIFICATIONS (CONTD…..)

13.2.22. All ductwork shall be independently supported from building construction. All horizontal ducts shall
be rigidly and securely supported, in an approved manner, with trapeze hangers formed of galvanized
steel rods and galvanized steel angle/channel under ducts. All vertical ductwork shall be supported by
structural members on each floor slab. Duct supports may be through galvanized steel insert plates left
in slab at the time of slab casting. Galvanized steel cleat with a hole for passing the hanger rods shall
be welded to the plates. Trapeze hanger formed of galvanized steel rods and angles / channels shall be
hung through these cleats. Wherever use of metal insert plates is not feasible, duct support shall be
through dash / anchor fasterner driven into the concrete slab by electrically operated gun. Hanger rods
shall then hang through the cleats.
13.2.23. Where ducts pass through brick or masonry openings, it shall be provided with 25mm thick TF quality
thermocole around the duct prior to sealing of the opening.
13.2.24. All ducts shall be totally free from vibration under all conditions of operation. Whenever ductwork is
connected to fans, air handling units or blower coil units that may cause vibration in the ducts, ducts
shall be provided with a flexible connection, located at the unit discharge. Flexible connections shall be
constructed of fire retarding flexible heavy canvas sleeve atleast 10 cm long securely but not more than
200 mm bounded and bolted on bolt sides. Sleeves shall be made smooth and the connecting ductwork
rigidly held by independent supports on both sides of the flexible connection. The flexible connection
shall be suitable for pressure at the point of installation.
13.2.25. Flanges and supports are to be black, mild steel and are to be primer coated on all surfaces before
erection and painted with aluminium thereafter. Accessories such as damper blades and access panels
are to be of materials of appropriate thickness and the finish similar to the adjacent ducting, as
specified.
13.2.26. The ductwork should be carried out in a manner and at such time as not to hinder or delay the work of
the other agencies especially the boxing or false ceiling Contractors.
13.3. DAMPERS
13.3.1. At the junction of each branch duct with main duct and split of main duct, volume control dampers
must be provided. Dampers shall be rigid in construction to the passage of air.
13.3.2. The volume dampers shall be of an approved type, level operated and complete with suitable level
links & quadrants, locking devices which will permit the dampers to be adjusted and locked in any
position.
13.3.3. The dampers shall be of opposed blade or louver type. The damper blade shall not be less than 1.25mm
(18) gauge and shall not be over 225 mm wide. Automatic and manual volume opposed blade dampers
shall be complete with frames and bronze bearing as per drawings. Damper frames shall be constructed
of 16 gauge steel
13.3.4. After completion of the duct work, dampers are to be adjusted and set to deliver the required amount of
air as specified in the drawings.
13.4. ACCESS PANEL
13.4.1. A hinged and gasketed access panel shall be provided on duct work before each control device that
may be located inside the duct work. Doors shall be provided with neoprene rubber gaskets. Angle
joints shall be provided with neoprene rubber gasket for leak tightness of the joints. Access door/panels
shall be :-
(a) Near each smoke sensor
(b) Any other place specifically mentioned in the drawing or if asked by
Owner/Consultants during execution stage.
13.5. MISCELLANEOUS
13.5.1. Sponge rubber gaskets also to be provided behind the flange of all grills.
13.5.2. Each shoot from the duct, leading to a grille, shall be provided with an air deflector to divert the air
into the grille through shoot.
13.5.3. Inspection doors measuring at least 450mm x450 mm are to be provided in each system at an
appropriate location, as directed by Engineer-in-Charge.
13.5.4. Diverting vanes must be provided at the bends exceeding 600 mm and at branches connected into the
main duct without a neck.
13.5.5. Proper hangers and supports should be provided to hold the duct rigidly, to keep straight and to avoid
vibrations. Additional supports are to be provided where required for rigidity or as directed by
Engineer-in- Charge.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 115
PARTICULAR SPECIFICATIONS (CONTD…..)

13.5.6. All duct supports, flanges, hangers and damper boxes etc. Shall be given 2 coats of red oxide paint
before installation and one coat pf Aluminium paint after the erection, at no extra cost.
13.5.7. All angle iron flanges are to be welded electrically and holes to be drilled.
13.5.8. All angle iron flanges are to be connected to the GSS ducts by rivets at 100 mm centers.

13.6. GRILLS / DIFFUSERS


13.6.1. SUPPLY AND RETURN AIR DIFFUSERS
13.6.1.1. Supply and return air diffusers shall be made of extrude aluminium section. The diffusers shall be
powder coated in finish. Supply air diffusers shall be provided with screw operated opposed blade
volume control devices of extruded aluminium in black anodised finish. The diffusers shall be suitable
for concealed fixing arrangement.
13.6.1.2. The diffusers shall be provided with removal central core. All diffusers shall be selected as per
selection curves. All diffusers shall have soft continuous rubber/foam gasket between the periphery of
the diffusers and the surface on which it has to be mounted.

13.6.2. LINEAR GRILLS


13.6.2.1. Linear continuous supply or return air drills shall be extruded aluminium construction with fixed
horizontal bars at 15 degree inclination with flanges on both sides. The thickness of fixed bar louvers
shall be 5mm in front and the flange shall be 20 mm wide with round edges. The grille shall be suitable
for concealed fixing and horizontal bars of the grille shall be mechanically crimped from the back to
hold them.
13.6.2.2. Volume control device of extruded aluminium construction in black anodized finish shall be provided
in S.A. duct collars.

13.6.3. DOUBLE ADJUSTABLE LOUVERED SUPPLY/ RETURN AIR GRILLS WITH


HORIZONTAL/VERTICAL OR VERTICAL /HORIZONTAL LOUVER ARRANGEMENT
13.6.3.1. The grille shall be adjustable as each louver shall be pivoted to provide pattern with 100 to plus or
minus 150 ARC up to 300 deflections down towards. The louvers shall hold deflection settings under
all conditions of velocity and pressure. The rear louver of the register shall be in black shade.
13.6.3.2. Volume control device of extrude Aluminium construction with black anodized finish shall be
provided in S.A. grills.

13.6.4. EXHAUST AIR REGISTER


13.6.4.1. Exhaust air register shall be made of extrude Aluminium with fixed horizontal louvers at 40° angle
setting on a 20 mm lovers pitch. The register shall have 20 mm wide flange with round edges all
around. The register shall be suitable for front screw fixing.
13.6.4.2. Volume control device of extrude Aluminium construction with black anodized finish shall be
provided.

13.6.5. MULTI-SLOT CELING DIFFISERS


13.6.5.1. Multi-slot ceiling diffusers shall be made of extruded Aluminium with various slot width and air
pattern deflectors. Deflectors in each slot provide an adjustable air pattern of 180° full. A special
plenum shall be provided for each supply air diffuser. The linear diffusers shall have alignment strips
to give straight look while installation.
13.6.5.2. Hit & Miss Type Volume Control Damper of extruded Aluminium construction with mill finish shall
be with multi-slot supply air diffuser.

13.6.6. LINEAR CEILING MOUNTED DIFFUSERS


13.6.6.1. Linear ceiling mounted air terminals shall be made of extruded Aluminium surface mounted one way
or two patterns. The linear terminal shall have alignment strips to give straight look while installation.
13.6.6.2. Volume control device of extruded Aluminium construction in mill finish shall be provided in S.A.
diffuser.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 116
PARTICULAR SPECIFICATIONS (CONTD…..)

13.7. FRESH AIR INTAKE LOUVERS


13.7.1. Fresh air intake louvers 50 mm deep (minimum) wherever required as per shop drawing will be made
of extruded with the intake louvers. The blades are inclined at 45° on a 40 mm blade pitch to minimize
water ingress. The lowest blade of the assembly shall extended out slightly to facilitate disposal of
rainwater without falling in door/ wall on which it is mounted.
13.7.2. Wherever specified, the intake louvers shall be provided with factory fitted all Aluminium construction
volume control dampers in black anodized finish.
13.8. FIRE DAMPERS- FUSIBLE LINK OPERATED
13.8.1. All supply and return air ducts at AHU room crossing (or ducts as applicable ) and at all floor crossings
shall be provided with approved make fire dampers of at least 90 Minutes fire rating certified by CBRI
ROORKEE as per UL 555:1973
13.8.2. Fire damper blades and outer frame shall be formed of 1.6 mm Galvanised Sheet Steel. The damper
blade shall be provided on both ends using chrome plated spindles in self-lubricated bronze bushes.
Stop seals will be provided on top and bottom of the damper housing made of 16 Gauge Galvanize
Sheet Steel. For preventing smoke leakage side seals will be provided.
13.8.3. In normal position damper blade shall be held in open position with the help of a stainless steel spring
loaded fusible link, duly stamped by preferably UL (Underwriter Lab) or any approved testing
authority.
13.8.4. The damper shall be installed in accordance with the installation method recommended by the
manufacturer.
13.9. FINISHING
13.9.1. All grilles, and diffusers, shall be powder coated in Colour as approved by Architect/ Consultant before
installation.
13.9.2. All ducts immediately behind the grilles /diffusers etc. Are to be given two coats of black paint in Matt
finish.

13.10. TESTING
After completion, all duct system shall be tested for air leakage.
13.10.1. The entire air distribution system shall be balanced to supply the air quantity as required in various
areas and the final balance of air quantity through each outlet shall be submitted to the Engineer-in-
Charge for approval. Measured air quantities at fan discharge and at various outlet shall be identical
to or less than 5% in excess of those specified and quoted. Branch duct adjustments shall be
permanently marked after air balancing is completed so that these can be restored to their correct
position if disturbed at any time.

13.11. QUALITY CHECKS ON DUCTING


Sl No. DESCRIPTION YES-OK REMARKS
NO-X
1 Whether material adheres to Fabrication Standards as specified
(Lock from Quality Sheets)
2 Valid for construction Drgs. At site.

3 Cross breaking, bracing/ reinforcements are as per standard.


4 Air tightness of transverse/ Longitudinal joints ensured.
5 Grease and heat resistant sealant for kitchen exhaust duct.
6 Neoprene gaskets for pharmaceutical and clean room projects
used
7 Check following aspects of duct supporting system
7.1 Hanger space
7.2 Anchor bolts size and quality
7.3 Primer painting of supports
7.4 Check allowable load on trapeze angle for bigger ducts
8 Check whether contractor has provided
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 117
PARTICULAR SPECIFICATIONS (CONTD…..)

8.1 Vanes in elbows


8.2 Clinched collar at take OFFs
8.3 Splitters
9 Check transition & offsets slopes & fabrication.
10 Whether the installed ducting is as per layout approved, check
locations, headroom’s etc.
11 Whether grills/diffusers are as per approved shade.
12 Check the method of installation for Grilles / Diffusers
13 Repair / paint damaged surfaces.
14 Check the coordination of following activities as per the given
sequence:-
14.1 Main Ducts Cut for taking collars
14.2 Match/ Fabricate collar taking false ceiling framework for
diffuser into account
14.3 Fix grilles / diffusers framework in false ceiling
14.4 Install the collar
14.5 Install diffusers
15 All elbows / turning points and banches to be properly
supported
16 Access door is provided at serviceable position for fan and fire
damper
17 Air balancing for room is studied
18 Air replacement is considered for air exhausted from room
19 PVC or strainless steel material is used for corrosive fume
exhaust system.
20 Anti vermin netting installed for louvers removal and
serviceable
21 Water or gas vent outlet is not installed near air intake louver.
22 Kitchen exhaust is not short circuited to outdoor air intake
louver.
23 Kitchen room pressure is slightly below the surrounding area.
24 Sound level of fan is studied.
25 Face velocity for louvers/grills/diffusers is studied.
26 Air distribution of the room is studied.
27 Cross break all flat surfaces to prevent vibrations or buckling
due to air flow.
28 Side of ducts having collar for grills should nit be cross broken
to facilitate alignment if grills.
29 All bends and collars should have vanes
30 If duct passes through fire chamber increase sheet thickness.
31 Kitchen exhaust ducts to be tapered at bottom for oil/grease
collection.
32 Avoid flanged joints in kitchen exhaust duct above false
ceiling.
33 When aluminium ducts are used with steel angles, steel to be
painted with Zinc chromate paint
34 Provide check nuts with duct hangers
35 Ducts below250 mm should not be more than 1m long to
facilitate proper joining.

36 Plenums should have flange and bolted ends for rigidity and
easy maintenance.
37 Avoid ‘U’ bends in ducts
38 Provide long radius bends and offsets.
39 No collars to be taken from op.
40 Install duct spool pieces near equipment for easy removal.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 118
PARTICULAR SPECIFICATIONS (CONTD…..)

14. PIPING & FITTINGS


14.1. SCOPE
14.1.1. The scope of this section comprises supply and laying of pipes required for Chilled Water; Condenser
Water & Drain Water conforming to these specifications and in accordance with the requirement of the
‘Technical Schedule of Equipment’ and Schedule ‘A’.
14.2. MATERIALS
14.2.1. WATER PIPING & FITTINGS
14.2.1.1. Water piping fittings and valves shall be of the following makes or approved equal make and shall
conform to IS Standard as indicated below :-

Pipes upto 150 mm : MS, Class C (Heavy Class)as per IS:1239 (Part I & II)
1990/ 1992
Pipes 200 mm & above : Welded Black Steel Pipe Class 2 (6.3 MM Thickness)
as per IS:3589 (Latest)
Condensate Water Pipes : GI Class ‘B’(Medium Class) as per IS:1239
(Part I & II ) & 4736

14.2.1.2. All welding shall be done by qualified welders and shall strictly conform to Standard Code of
practice for manual metal arc, welding of Mild Steel

14.2.1.3. First butt weld of each welder shall be fully radio graphed for testing purposes. Upon approval pf
welding joints the concerned welder shall be allowed to carry further welding of pipes. Rest of the
welds shall have 100% visual inspection.

14.2.1.4. All welded joints (except pipe welded end-to-end) shall be made by use of forged one-piece welding
flanges, caps, nozzles, elbows branch outlets and tees of approved make. Cut samples shall be
submitted for approval, if directed. All such fittings etc., shall be of a type which maintain full wall
thickness at all points, simple radius and fillets, and proper bevels or shoulders at ends. All job
welding shall be done by the electric arc welding process in accordance with the following:-

14.2.1.5. All joints shall have 45° bevel type, pipe mill-beveled or machine-beveled by the contractor.
14.2.1.6. All scale and oxide shall be removed with hammer, chisel or file and bevel left smooth and clean.
14.2.1.7. Pipe lengths shall line up straight with abutting pipe and concentric. Both conductors from the
welding machine shall be extended to locations at which welding work is being done. The leads from
welding machine to location of welding work shall be held together with tape or other approved
means as to prevent induced current in structural steel, in piping or in other metals within the
building. The ground lead shall be connected to length of pipe through joints in pipe, structural steel
of building or steel pipe supports.

14.2.2. GATE & GLOBE VALVES


14.2.2.1. Make: As approved. Shall be heavy duty non rising spindles as per IS:780, 778 and flanges as per is
IS:1536 and factory tested for 10 Kg/ Sq Cm test pressure

Sl No. Size Construction Ends

(a) 15 mm to 40 mm Gun metal body Screwed


(b) 50 mm and above Cast Iron Body and Spindle Valve, Seat Flange
Wedge, etc., of Brass or Gun Metal

14.2.3. BALANCING VALVES


14.2.3.1. The balancing valves control and shut off valves with built in pressure drop and flow measuring
facility shall be provided in the water outlet pipes of condensers and chillers, AHUs or wherever
show in tender drawings.
(a) 15-50 mm Size : Gunmetal ASTM B-6 2 Screwed ends conforming to BS 5154
(b) 65mm and above : Cast iron, flanged ends with stainless steel trim.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 119
PARTICULAR SPECIFICATIONS (CONTD…..)

14.2.3.2. The valve shall have PTFE/SS disc with special erosion/ corrosion proof sealing. The valves shall
have temper proof adjustable and lockage arrangement for required water quantity after
commissioning. The valves shall be complete with pressure test cock and drain cocks.

14.2.3.3. To enable accurate and practical operation, measurement of flow and differential pressure shall be
made with a computerized balancing instrument which shall enable the operator to read the flow
directly without the use of diagrams or tables. In addition to measuring flow rate, differential pressure
and temperature, computerized balancing instrument shall have a computer programs to provide the
following functions:-
(a) To balance the HVAC installation and calculate the necessary valve settings, based on system
measurements.
(b) To store the results of balancing.
(c) To log measured valves from a valve (differential pressure, flow rate or temperature)
(d) To printout saved data in computerized measurement protocol (CMP) consisting of:-
– Name and size of Balancing Valve (BV)
– Presetting position of BV
– AP at BV
– Flow at BV
– Design Flow
(e) Flanges shall be of approved make. The supply of flanges shall form part of piping (not
separately identified in Schedule of Quantities) and shall also include supply of bolts, washers,
nuts and suitable rubber insertion gaskets (minimum 3 mm thick).

14.2.4. BUTTERFLY VALVES


(a) Body : Cast Iron
(b) Seat : Resilient lining molded black nitrile rubber
(c) Disc : SG Iron conforming to IS: 1865 SG 400/12 & GR 420/12 Nylon Coated
The handle shall have arrangement for locking in any position. Valve shall be suitable for 16 Kg/ Sq
Cm working pressures.

14.2.5. NON RETURN VALVES


14.2.5.1. No return valves shall be dual plate check valve provided as shown on the Drawings, and identified in
Schedule of Quantities conforming to relevant Codes and in accordance with the following
Specifications:-
Sl No. Size Construction Ends

(a) 50 mm to 150 mm Body Caste Iron, Gun Metal Plate Flanged


(b) 200 mm to 450 mm Body Caste Iron, Plate Carbon Steel with 13% Flanged
chrome overlay

14.2.5.2. The spring and hinge/ stop pin shall be SS314 and bearing PTFE material. Valves shall be suitable for
not less than 10 Kg per Sq.cm. gage working pressure.
14.2.6. STRAINERS
14.2.6.1. Strainers shall be ‘Y’ type or Pot type Strainers as shown on drawings and included in BOQ. ‘Y’
strainer shall be fabricated out of Mild Steel ‘C’ class pipe two size higher than that of Strainer pipe
size. Flanges as per B.S.10 shall be provided at inlet and outlet connectors. The body shall be
pressure tested at 10 Kg/ Sq Cm and shall hot dip galvanized. Permanent magnet shall be provided in
the body of the Strainer to arrest MS particles. Filter element shall be of non magnetic 20 gauge SS
sheet with 3mm perforation. Strainers shall be provided at in let of each Air Handling Unit and Pump
as shown in drawings and included in BOQ.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 120
PARTICULAR SPECIFICATIONS (CONTD…..)

14.2.6.2. Pot Strainers body shall be fabricated out of Mild Steel Plate IS: 226. Thickness of sheet shall be as
per size of the strainer chamfered pipes with flanges shall be provided at inlet / outlet connection of
the strainer. The tangential entry of water shall create a centrifugal action and due to velocity shall
separate sediments and deposit on the inner surface of Filter Element and at bottom of the strainer.
Butterfly valves shall be provided at inlet/ outlet connections as shown in drawing and included in
BOQ. The strainer body shall have two separate chambers properly sealed to avoid mixing of filtered
and unfiltered water. A powerful magnet shall be provided in the body to arrest MS particles. Filter
element of Pot strainer shall be of non-magnetic 18 gauge SS sheet properly reinforced to avoid
damage of the element. A cone with sufficiently to flush out foreign particles. This arrangement shall
avoid frequent opening of Pot Strainer for cleaning of filter element. Gage connections shall be
provided at inlet and outlet connection.
14.2.6.3. A set of MS flanges with tongue and groove arrangement and neoprene rubber gasket shall be
provided on the top cover and Pot Strainer flange with sufficient bolts and nuts to make the join water
tight. Bearing loaded top cover lifting and swinging arrangement shall be provided. The Pot strainer
body shall be properly de-rusted and epoxy coated from inside and outside. Manufacturers Test
Certificated Shall be provided with each Pot Strainer.
14.2.6.4. Size of various Pot Strainer, Filter Element and Thickness of Mild Steel shall be as detailed below :-

Sl No. Size (mm) Pot Dia Pot HT (mm) Element Dia Element HT MS Plate
(mm) (mm) (mm) Thickness (mm)
1. 50 300 400 200 240 6
2. 80 350 450 250 250 6
3. 100 450 500 300 280 6
4. 125 500 600 330 340 8
5. 150 540 700 360 390 8
6. 200 610 815 400 470 8
7. 250 800 955 550 510 8
8. 300 1000 1105 750 580 8
9. 350 1190 1300 895 678 12
10. 400 1350 1500 1020 785 12
11. 450 1518 1700 1060 890 12
12. 500 1690 1800 1100 900 12
13. 600 2000 2200 1500 1160 12

14.2.6.5. Each pot strainer shall be provided with a test certificate.


14.2.6.6. All chilled water piping and fittings shall be pressure tested, painted and then insulated as described
under the section “Insulation”.
14.2.7. AUTO AIR VENT VALVES
14.2.7.1. Air vent valves shall be provided at all higher points in piping system for venting and of following
sizes:-
(a) Up to 100 mm dia pipes : 25 mm dia
(b) Air vent valves shall be Gun metal and tested up to pressure of Class I pressure rating.

14.2.8. FITTINGS
14.2.8.1. The dimensions of the fittings shall conform to IS 1239/69 Part II (as per latest amendment) unless
otherwise specified in Specification.
14.2.8.2. All bends in sizes up to and including 150 mm dia shall be readymade of heavy duty, wrought steel of
appropriate class.
14.2.8.3. All fittings such as branches, reducers etc in all size shall be fabricated from pipes of same dia and
thickness and length at least twice the dia of pipe.
14.2.8.4. The branches may be welded straight to main line.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 121
PARTICULAR SPECIFICATIONS (CONTD…..)

14.2.8.5. Blank ends are to be formed with flanged joints and 1 mm thick blank insertion of rubber gasket
between flange pair for 150 mm and over in case where a future extension is to be made otherwise
blank end discus of 6 mm thickness are to be welded on with additional cross stiffeners.
14.2.8.6. The tender drawings shows schematically the size and local of pipes but this is contractors guidance
only. Pipe runs may be changed to meet the site conditions.
14.3. PIPE HANGERS
14.3.1. All piping work shall be carried out in workman like manner causing minimum disturbance to the
existing services.
14.3.2. Piping shall be of steel, primer coated with rust prevent paint and finished with approved shade. Pipe
supports shall not exceed the following spacing :-

14.3.3. MAXIMUM SPACING OF PIPE SUPPORTS

Sl No. Size of Pipe (mm) Spacing (Metre) Rod Size

(a) 25 mm 2.0 10 mm
(b) 30 mm to 75 mm 2.5 10 mm
(c) 100 mm and above 3.0 12.5 mm

Pipe hangers shall be fixed on walls and ceiling by means of metallic rawl bolts or approved shear
fasteners.
14.3.4. Piping shall be properly supported on, or suspended from, stands, clamps, hangers as specified and as
required. The contractor shall adequately design all the brackets, saddle, anchors, clamps and hangers
and be responsible for their structural sufficiency.
14.3.5. Vertical risers shall be parallel to walls and columns. Risers passing from floor to floor shall be
supported at each floor by clamps or collars attached to pipe and with a 10 mm thick rubber pad or
any resilient material. Where pipes pass through the terrace floor, suitable flashing shall be provided
to prevent water leakage. Risers shall also have a duck foot elbow or steel support welded to the pipe
at the lowest point. On risers drain valves shall be provided at heels.
14.3.6. Pipe sleeve of 50 mm larger than the pipe diameter shall be provided wherever pipes pass through
walls and the annular space filled with felt and finished with retaining rings. In case of an insulated
pipe the diameter shall be inclusive of insulation.
14.3.7. Insulated piping shall be supported in such a manner as not to put undue pressure on the insulation.
Metal sheet shall be provided between the insulation and clamp, saddle or roller extending at least
150 mm on bolt side of clamp, saddle or roller.
14.3.8. PRESSURE GAUGES & THERMOMETERS
14.3.8.1. One pressure gauge each shall be provided to measure pressure at the inlet and outlet of each heating
coils shall be not less than 100 mm Dia and shall be complete with shut off (globe) valve. Care shall
be taken to protect pressure gauge during pressure testing, ranges shall not exceed 50 % above normal
measurement.
14.3.8.2. Thermometer shall be stem type and shall be provided at inlet and outlet of each heating coil.
14.4. TESTING
14.4.1. All water piping shall be tested to hydrostatic test pressure of at least one and a half times the
maximum operating pressure but not less than 10 kg / Sq Cm for a period of not less than 24 Hours.
All leaks and defects in joints revealed during the testing shall be rectified to the satisfaction of the
Consultant.
14.4.2. Pipes repaired subsequent to above pressure shall be rested in same manner. Piping may be tested in
section and such sections shall be securely capped.
14.4.3. The Contractor shall ensure that proper noiseless circulation of fluid is achieved through all coils and
other heat exchange equipment in the system concerned. If proper circulation is not achieved due to
air bounded connections, the Contractors shall rectify the defective connections. He shall bear all the
expenses for carrying out above rectification involving tearing up and refinishing of floor walls, etc.
as required. The Contractor shall give sufficient notice to all other agencies at site, of his intention to
test a section or sections of piping and all testing shall be witness and recorded by Engineer in-Charge
at site.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 122
PARTICULAR SPECIFICATIONS (CONTD…..)

14.4.4. The contractor shall provide temporary pipe connections to initially by-pass condenser/chiller and
circulate water through condenser / chilled water pipe lines for minimum 8 Hours. Water should be
drained out from the lowest point. The temporary lines shall be removed and blanked with dead
flanges. Pot strainers and Y strainers shall be cleaned and fresh water filled in the circuits.

14.4.5. After the piping has been installed, tested and run for at least three days of eight hours each, all un
insulated exposed piping in plant room shall be given two finish coats, 3 mills each of approved
Colour, conforming to relevant BIS Codes. The direction of flow of fluid in the pipes shall be visibly
marked with identifying arrows. For painting of insulated and clad pipes refer to insulation section.

14.4.6. After testing, all systems shall be chemically cleaned. After cleaning, the pipe work should be rinsed
multiples times unit the system is neutral. The contractor shall make a report conforming the above to
Engineer-in-Charge for records.

14.4.7. The contractor shall provided all materials tools equipment, services and labour required to perform
the test and to remove water resulting from cleaning and testing.

14.5. BALANCING
14.5.1. After completion of the installation, all water systems shall be adjusted and balanced to deliver water
quantities as specified.

14.5.2. Instruments required for the water balancing shall be accurately calibrated in an approved manner
before taking any measurements. Calibrated orifices and portable flow meters shall be used to balance
the water flow. Orifices used for testing and balancing shall be installed with straight length up
stream and down stream as recommended by the manufactures and shall be left permanently installed
in the system.

14.5.3. Automatic control valve and three way valves shall be set for full flow conditions during balance by
procedure. Water circuit shall be adjustable by balancing cocks provided for balancing. These shall
be permanently marked after balancing is completed so that they can be restored to their correct
positions of disturbed.

14.6. PAINTING
14.6.1. In case of pipe to be insulated after thorough anti grease and rust removal treatment, clean the pipe
and then apply two coats of epoxy primer before applying in insulation treatment as specified
elsewhere. All uninsulated pipes after the rusting will be provide with two coats of epoxy primer
followed by epoxy paint of approved shade.
14.7. PREINSULATED PIPES
14.7.1. GENERAL
14.7.1.1. All underground and aboveground chilled water piping shall be insulated with Pre-insulated
Polyurethane Foam.
14.7.2. PIPE
14.7.2.1. The pipe shall be MS ERW as specified in the Piping Section.
14.7.3. INSULATION
14.7.3.1. The pipe insulation shall be polyurethane foam with 36 kg/cu m minimum density, 90% minimum
closed cell content, minimum compressive strength of 40 psi and initial thermal conductivity of 0.14
Btu/hr.ft2 0F. The insulation shall completely fill the annular space between the service pipe and
jacket and shall be bonded to both, the service pipe & jacket.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 123
PARTICULAR SPECIFICATIONS (CONTD…..)

14.7.3.2. The insulation (PUF) shall be provided to the minimum thickness with cladding of minimum
thickness as specified below:-

Sl. No. MS Pipe dia. PUF Thickness OPTION-A OPTION-B


(mm) (mm) Thickness of G.I. Thickness of AL.
(spirally wounded) (spirally wounded)
Cladding / (Gauge) Cladding / (Gauge)

1. 20 mm 33 26g 24g
2. 25 mm 32 26g 24g
3. 32 mm 33 26g 24g
4. 40 mm 30 26g 24g
5. 50 mm 31 26g 24g
6. 65 mm 36 26g 24g
7. 80 mm 42 26g 24g
8. 100 mm 42 26g 24g
9. 125mm 41 26g 24g
10. 150 mm 41 26g 24g
11. 200 mm 52 26g 24g
12. 250 mm 62 26g 24g
13. 300 mm 51 26g 24g
14. 350 mm 46 26g 24g
15. 400 mm 46 26g 24g
16. 450mm 45 26g 24g
17. 500mm 57 24g 22g
18. 550mm 57 24g 22g
19. 600mm 57 24g 22g
20. 650mm 56 24g 22g
21. 700mm 56 24g 22g
22. 750mm 55 24g 22g
23. 800mm 55 24g 22g

14.7.4. UNDER GROUND PIPING & INSULATION EXECUTION


14.7.4.1. Underground systems shall be buried in a trench of not less than 600 mm deeper than the top of the
pipe & not less than 450mm wider than the combined OD of all piping systems. A minimum
thickness of 600mm of compacted backfill over the top of the pipe is desirable.

14.7.4.2. Trench bottom shall have a minimum of 150mm of sand, pea gravel or specified backfill material,
consolidated to suit operating weight and to act as a cushion for the piping.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 124
PARTICULAR SPECIFICATIONS (CONTD…..)

14.8. BURIED PIPING


14.8.1. The outer protective insulation jacket shall be seamless, extruded, black, uv resistant, high-density
polyethylene (HDPE). The minimum thickness of the HDPE jacket and PUF shall be as follows :-

Sl. No. MS Pipe dia. PUF Thickness (mm) Thickness of HDPE


(mm) Cladding (mm)
1. 20 mm 29 2.5
2. 25 mm 36 2.5
3. 32 mm 31 2.5
4. 40 mm 36 2.5
5. 50 mm 37 3.0
6. 65 mm 39 3.0
7. 80 mm 43 3.0
8. 100 mm 40 3.2
9. 125mm 39 3.5
10. 150 mm 53 4.4
11. 200 mm 63 5.0
12. 250 mm 57 6.3
13. 300 mm 58 7.0
14. 350 mm 64 7.8
15. 400 mm 68 8.8
16. 450 mm 77 9.8
17. 500 mm 50 11.1
18. 550 mm 65 11.1
19. 600 mm 83 12.5
20. 650 mm 58 12.5
21. 700 mm 82 13.0
22. 750 mm 104 15.0
23. 800 mm 79 15.0

14.8.2. However the exact thickness could vary marginally for underground piping based on the exact sizes
of HDPE pipes available as per the chart given here-in-after.
14.9. FITINGS
14.9.1. Fitting can be fabricated at site over the carrier pipe and correct quantity of PUF shall be poured
manually.
14.10. FIELD JOINTS INSULATION
14.10.1. Field joints insulation shall consist of PUF poured manually in a site-fabricated GI cladding fixed
around the joint.
15. INSULATION
15.1. SCOPE
15.1.1. The scope of this section comprises supply, and fixing of insulation conforming to these
specifications.
15.2. DUCT WORK THERMAL INSULATION
15.2.1. MATERIALS
(a) Insulation material shall be Closed Cell Elastomeric Nitrile Rubber
(b) Density of Material shall be between 40 to 60 Kg/m3
(c) Thermal conductivity of elastomeric Nitrile rubber shall not exceed 0.035 W/mK at mean
temperature of 0C.
(d) The insulation shall have fire performance such that it passes Class 1 as per BS476 Part 7 for
surface spread of flame as per BS 476 and also pass Fire Propagation requirement as per BS476 Part
6 to meet the Class ‘O’ Fire category as per 1991 Building Regulations (England & Wales) and the
Building Standards (Scotland) Regulations 1990.
(e) Material should be FM (Factory Mutual), USA approved.
(f) Water vapour permeability shall not exceed 2.48 x 10-14 Kg / (m.s.Pa), i.e. Moisture Diffusion
Resistance Factor or ‘µ’ value should be minimum 7000.
12.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 125
PARTICULAR SPECIFICATIONS (CONTD…..)

15.2.2. THICKNESS – Thickness of the insulation on ducting shall be as detailed below:-

SI No Thickness of Insulation
(a) Supply Air Duct 25 mm
(b) Return Air 13 mm
(c) Exhaust Air 13 mm
(d) Fresh Air 13 mm
To be insulated from outside with 25mm
(e) Plenums thick insulation and lined internally with 10
mm thick insulation

15.2.3. APPLICATION OF INSULATION


15.2.3.1. The application of insulation shall be carried out as under:-

(a) Duct surface to be cleaned thoroughly. Particularly remove all oil/grease residuals in the duct
surface.
(b) Spread a thin film of rubberized adhesive on the insulation and duct surface
(c) When the adhesive is tack dry place the insulation on the duct surface and press while
removing any air bubble in between.
(d) Special care should be taken that the edges are fixed properly
(e) Finally seal the edges with nitrile insulation tape or aluminium foil tape depending on the
insulation.
(f) Additionally the insulation should be harnessed with strapping roll patti at 1200c/c intervals.
15.2.4. DUCT ACCOUSTIC LINING
15.2.4.1. The ducts so identified and marked on drawings and in ‘Schedule of Quantities’ shall be provided
with acoustic lining of thermal insulation material as follows:-
15.2.4.2. MATERIALS FOR DUCT LINING
(a) Materials shall be engineered Nitrile Rubber open cell foam
(b) The material should be fiber free
(c) The density of the same shall be within 140-180 Kg/m3
(d) It should have antimicrobial product protection, and should pass Fungi Resistance as per
ASTM G 21 and Bacterial Resistance as per ASTM E 2180.
(e) The material should have a thermal conductivity not exceeding 0.047 W/mK @ 20 Deg. C
(f) The material should withstand maximum surface temperature of +850C and minimum surface
temperature of -200C.
(g) The material should conform to Class 1 rating for surface spread of Flame in accordance to BS
476 Part 7 & UL 94 (HBF, HF 1 & HF 2) in accordance to UL 94, 1996.

(h) The insulation should pass Air Erosion Resistance Test in accordance to ASTM Standard C
1071-05 (section 12.7).

15.2.4.3. THICKNESS – Thickness of the insulation on ducting shall be as detailed below:-

Thickness of Insulation
(a) Supply Air Duct 10 mm internally – first 5.0 Metre of ducts
(b) Plenums 10 mm internally – all plenums
NOTE : All acoustically lined ducts will also be thermally insulated from outside.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 126
PARTICULAR SPECIFICATIONS (CONTD…..)

15.2.5. APPLICATION OF INSULATION


15.2.5.1. The application of insulation shall be carried out as under:-
(a) Duct surface to be cleaned thoroughly. Particularly remove all oil/grease residuals in the duct
surface.
(b) Spread a thin film of rubberized adhesive on the insulation and duct surface
(c) When the adhesive is tack dry place the insulation on the duct surface and press while
removing any air bubble in between.

(d) Special care should be taken that the edges are fixed properly
(e) Finally seal the edges with nitrile insulation tape or aluminium foil tape depending on the
insulation.
15.3. PIPE INSULATION
15.3.1. MATERIALS OF INSULATION
(a) Insulation material shall be Closed Cell Elastomeric Nitrile Rubber
(b) Density of Material shall be between 40 to 60 Kg/m3
(c) Thermal conductivity of elastomeric Nitrile rubber shall not exceed 0.035 W/mK at an average
temperature of 0C
(d) The insulation shall have fire performance such that it passes Class 1 as per BS476 Part 7 for
surface spread of flame as per BS 476 and also pass Fire Propagation requirement as per BS476
Part 6 to meet the Class ‘O’ Fire category as per 1991 Building Regulations (England & Wales)
and the Building Standards (Scotland) Regulations 1990
(e) Material should be FM (Factory Mutual), USA approved.
(f) Water vapour permeability shall not exceed 0.017 Per inch (2.48 x 10-14 Kg/m.s.Pa), i.e.
Moisture Diffusion Resistance Factor or ‘µ’ value should be minimum 7000.

15.3.2. THICKNESS – Thickness of the insulation on pipes shall be as detailed below:-

Pipe Thickness Thickness of Insulation


A. Chilled/Hot Water Pipes
(i) 15 – 32 mm 32 mm
(ii) 40 – 125 mm 40 mm
(iii) 150 - 250 mm 44 mm
B. Condensate Water Pipe
(i) 15 – 32 mm 32 mm
(ii) 40 – 100 mm 40 mm

15.3.3. APPLICATION OF INSULATION


15.3.3.1. The application of insulation shall be carried out as under:-

(a) Pipe surface to be cleaned thoroughly. Particularly remove all oil/grease residuals in the duct
surface.
(b) Spread a thin film of rubberized adhesive on the insulation and pipe surface
(c) When the adhesive is tack dry place the insulation on the pipe surface and press while
removing any air bubble in between.
(d) Special care should be taken that the edges are fixed properly
(e) Seal the edges with nitrile insulation tape or aluminium foil tape depending on the insulation.

15.3.4. MECHNICAL PROTECTION OF PIPE INSULATION REMAINING INDOORS ABOVE CEILING


(a) Apply a thick coat of UV Paint on the insulation surface
(b) Cover the surface will fiber glass chopped strand mat (0.5mm thick minimum)
(c) Finally finish with 2 thick coats of UV paint and allow the surface to dry out completely
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 127
PARTICULAR SPECIFICATIONS (CONTD…..)

15.3.5. ADDITIONAL MECHNICAL PROTECTION OF PIPE INSULATION INSIDE PLANT


ROOM AND RISERS
15.3.5.1. 26G Aluminium Cladding will be provided after the UV Painting and Chopped mat strand is fixed
and finished to provide additional mechanical protection to insulation inside plant room area, duct
riser areas and ahu rooms which is accessible to human intervention on a regular basis.
16. ELECTRIALS
16.1. SCOPE
16.1.1. The scope of this section comprises supply, erection, testing & commissioning of electrical
equipment, switchgear and wiring conforming to these specifications and in accordance with schedule
of quantities.
16.2. GENERAL
16.2.1. Work shall be carried out in accordance with the accompanying specifications and shall comply with
the latest relevant Indian Standards and Electricity Rules and regulations.
16.2.2. All motor control centers shall be CPRI approved and shall be suitable for operation on 3 phase /
single phase 415 / 230 volts, 50 cycles power supply system.

16.3. ELECTRICAL SUPPLY


16.3.1. The motor and switchgears required for various items shall generally be as per specifications given
below. All electric motors shall be suitable for 3 phase, 50 cycles,415 volts A.C. Supply 4 wire
system.
16.4. MAIN MOTOR CONTROL CENTER (MCC)
16.4.1. The motor Control Centre (MCC) electrical panels shall be sheet cabinet for outdoor / indoor
installation as shown on accompanying drawings, dead front, floor mounting/ wall mounting type.
The control panel shall be totally enclosed, completely dust and vermin proof and shall be with
hinged doors with Neoprene gasket.
16.4.2. The main L.T. Panel board shall be extendible type on both sides, having in it all switches, starters
and accessories and completely factory prewired. It shall be suitable for voltage systems upto 500
volts, 3 phase, 50 Hz, 4 wire supply cable of functioning satisfactorily in temperatures of 45 Degree
C and rupturing capacity not below 31 MVA.
16.4.3. The boards shall be fabricated from 2.0 mm thick, cold roll M.S. Sheets. The front opening door
panels shall be from 2 mm thick, cold rolled M.S. sheets. Suitable stiffeners shall be used in
fabricating the housing. A clear space of 200 mm shall be left at the bottom. All steel members shall
first be decreased, and then descaled using dilute sulphuric acid and a suitable phosphating process
then the boards shall be powder coated with approved shade. The switch board shall be dust proof
and vermin proof. The panel shall be confirming to IS 8623. A base channel frame made out of
ISMC-75 shall also be provided.
16.4.4. The control panel shall be of adequate size with a provision of 25% space to accommodate possible
future breakers. Breakers shall be arranged in multi-tier. Knockout holes of appropriate size and
number shall be provided in the Motor Control Centre in conformity with the location of cable/
conduit connections Removable sheet steel plates shall be provided at the top to make holes for
additional cable entry at site, if required. Every cabinet shall be provided with Trifoliate or engraved
metal name plates. All panels shall be provided with circuit diagram mounted on inside of door
shutter protected with helium sheet. All live accessible connections shall be shrouded and minimum
clearance between phase and earth be 20 mm and phase to phase shall be 25mm.
16.4.5. Cable compartment of adequate size shall be provided in the main distribution board for easy
termination of all incoming and outgoing cables entering from bottom or top. Adequate support shall
be provided in cable compartment to support cables. All incoming and outgoing switch terminals
shall be brought out to terminal block.
16.4.6. All switches below upto 40 Amps shall be Miniature Circuit Breakers (MCB) of appropriate rating or
as specifically called for in ‘Schedule of Quantities”. The MCB shall be type C confirming to
IEC898-1995 allow momentary increase in current due to inductive load.
16.4.7. No switches, starter or accessories shall be provided in the bottom 200 mm of the panel. The height
of operating handle, push button etc. shall be restricted between 300mm & 2000mm from finished
floor level.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 128
PARTICULAR SPECIFICATIONS (CONTD…..)

16.4.8. CIRCUIT COMPARTMENT


16.4.8.1. Each circuit breaker, contactor and relay shall be housed in separate compartment and shall have steel
sheets on top and bottom of compartment. Sheet Steel hinged lockable door shall be duly interlocked
with the breaker in the “On” position. Safety interlocks shall be provided to prevent the breaker from
being drawn-out when the breaker is in ‘ON position. The door shall not form an integral part of the
draw-out portion of the panel. Sheets steel barriers shall be provided between the tiers in a vertical
section.
16.4.9. TEMPERATURE- RISE LIMIT
16.4.9.1. Unless otherwise specified, in the case of external surface of enclosures of bus bar trunking system
which shall be accessible but do not need to be touched during normal operation, an increase in the
temperature rise limits of 25ºC above ambient temperature shall be permissible for metal surface and
of 15ºC above ambient temperature for insulation surfaces as per relevant BIS codes.
16.4.10. BUS-BAR
16.4.10.1. The bus-bars shall be of aluminium strips, electrolytic grade E-91 as per IS-5082 of minimum
specified ratings and of rectangular cross section suitable for carrying the rate full load current
without overheating of phase and neutral bus bar and shall be extendable on either side. Bus bar and
interconnections shall be insulated with heat shrinkable sleeve and shall be colour coded and shall
be supported on glass fiber reinforced thermosetting plastic insulated supports at regular intervals to
withstand the force arising from in case of short circuit in the system. All bus bar shall be provided
in a separate chamber and all connection shall be done by bolting. Additional cross sectional areas
shall be bar and breaker shall be through solid aluminium strips of proper size to carry full rated
current as approved in construction shop drawing and insulated with insulating sleeves. Bus bar
shall be rated for current density of 1.28 Amp/Sq mm cross sectional area.
16.4.11. AMMETERS, SWITCHES, ETC.
16.4.11.1. Items such as ammeters, switches etc shall be located close to the corresponding switchgear, and
otherwise all items shall be arranged in a neat symmetrical pattern.
16.4.12. STARTER/CONTACTOR ETC.
16.4.12.1. Every starter/contactor etc shall be controlled by a switch/MCB/MCCB of adequate rating to suit
the duty application.
16.4.13. VOLTMETER AND AMMETER
16.4.13.1. A Digital type voltmeter and ammeter shall be provided to indicate incoming voltage along with a
rotary phase selection switch for Main HVAC Panel.
16.4.13.2. Analog type Ammeters shall be provided for all motors of 10 HP and higher ratings.
16.4.13.3. Each switch, ammeter etc, shall be provided with a name plate to indicate controlled items.
16.4.13.4. Panel fabrication drawings shall be got approved before fabrication for each outgoing & incoming.
16.4.14. INDICATING LAMPS
16.4.14.1. LED type indicating lamps in approved colours shall be provided for the 3 phase and for ON/OFF
status of all controlled devices.
16.4.14.2. All the switch/breakers shall be interlocked with door so that the unit cannot be closed unless the
unit door is closed. The interlocked shall also prevent opening the unit door unless the
switch/breaker is in off position.
16.4.14.3. Defeat arrangement shall be provided for deliberate inspection of switch/breaker without having to
switch off the unit.
16.4.14.4. All the units pertaining to a motor shall be incorporated in one cabin i.e switch, starter, CTS
ammeter single phasing preventer, indicating lamps, etc.
16.4.14.5. In case MCG controlled motor feeder where interlock with door is not feasible, suitable shrouding
of terminals to be provided with fire retarded insulating material to enhance the safety of
maintenance.
16.4.14.6. All the switch gear shall be earthed to the bus. Earth shall be extended to each compartment to the
door by means of a flexible, insulated copper conductor with crimped legs on either side.
16.4.14.7. Etched plastic name plates shall be provided for all the incoming, outgoing switch gears etc.
16.4.14.8. The doors of the switch compartments and cable access shall be hinged type and that of busbar shall
be fixed type.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 129
PARTICULAR SPECIFICATIONS (CONTD…..)

16.4.14.9. The Knobs of the hinged doors shall be provided with a locking arrangement to prevent them from
failing down when they are unscrewed for opening the doors.
16.4.14.10. All panel doors shall have rubber gasket. The enclosure protection shall be IP-52 as per IS- 13947,
Part-3, for indoor application & IP-54 for outdoor application.
16.4.14.11. All the control and auxiliary wiring shall be carried out with PVC insulated copper conductor of
proper colour code.
16.4.14.12. Ammeters for all the motors upto 7.5 HP shall be direct reading type.
16.4.14.13. Ammeters for motors of 50 HP and above and for incoming current shall be operated with a sector
switch.
16.4.14.14. Each panel shall be provided with suitable size of earth bus at the rear of the panel and two earth
terminals on either side.
16.4.14.15. Suitable printed PVC ferrules shall be provided for all the conductors for easy identification.
16.4.14.16. The power wiring from the switch/unit breakers to the starters shall be carried out using colour
coded, PVC insulated colour code copper conductor crimped with lungs. The outgoing of starter
shall also be PVC insulated colour code copper conductor crimped with lungs and terminated on a
terminal block of proper rating.
16.4.14.17. A danger notice plate of 200 mmx150 mm size as per IS -2551 with inscriptions in signal red colour
with white background shall be provided on the panel board.
16.5. AIR CIRCUIT BREAKERS (ACBs)
16.5.1. Circuit breakers shall be :-
(a) Break draw out type, mounted along with its operating mechanism on a wheeled carriage
moving on guides, designed to align correctly and allow easy movements.
(b) of the shunt trip type.
(c) Provided with an operating mechanism of the type specified.
(d) Provided with mechanically operated targets to show ‘Open’, ‘closed’, ‘Service’ and ‘Test’
positions of the circuit breaker.
(e) Provided with mechanical operated, red ‘trip’ push button, shrouded to prevent accidental
operation.
(f) Provided with locking facilities in the ‘Service’, ‘Test’ and ‘Isolated’, positions. In test position
the breaker will be tested without energizing the power circuits. The breaker shall remain fully
housed inside the compartment in the test position.
(g) Provided with 6 No and 6 NCs potential free auxiliary contracts, rated 10 A at 240 V AC and A
(inductive breaking) at 220 V DC.
(h) Provided with ‘red’,’ green’ and ‘amber’ indicating lamps to show ‘closed’, ‘open’ and
‘autotrip’ conditions of the circuit breaker waken breaker operation is controlled by a control
switch.
(j) Circuit breakers shall be provided with the following interlocks:-
(i) It shall not be possible to plug in a closed circuit breaker unless it is in the fully
plugged-in, test, or fully isolated position.
(ii) Circuit breaker closing and trip coils shall be rated for satisfactory operation.
(iii) Closing and Trip Coil shall operate satisfactory under following conditionsof supply
voltage variation:-
(aa) Closing coils-85 % to 110 % of rated voltage.
(ab) Trip coils-50 % 110 % of rated voltage.
(k) The breakers controlling motors shall operate satisfactory under following condition:-
(i) Direct-on-line starting of the specified motor.
(ii) Breaking no load current of the specified motor.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 130
PARTICULAR SPECIFICATIONS (CONTD…..)

16.6. OPERATING MACHANISM


16.6.1. Power operated mechanism shall be of the motor wound spring charging stored energy type.
16.6.2. The closing action of the circuit breaker shall change the tripping spring ready for tripping.
16.6.3. Speed of closing of contacts shall be independent of the speed with which the handle is operated.
16.6.4. All stored energy mechanisms shall be provided with mechanical indicators to show the ‘charged’
and ‘Discharged’ conditions of the spring.
16.6.5. Circuit breakers provided with stored energy operating mechanisms shall be provided with the
following inter locks:-
(a) The circuit breaker shall not close unless the spring is full charged.
(b) Shock, vibrations, or failure of springs shall not operate the breaker or prevent intended
tripping.
16.6.6. Power operated mechanisms shall be :-
(a) Provided with a universal motor suitable for operation on AC and DC control Supplies.
(b) Designed to enable a continuous sequence of closing and operation as long as power is
available and at least one operation on power supply failure.
(c) Provided with emergency manual charging facilities.
(d) Providing with facilities for remote panel closing and opening operations.

16.6.7. Spring charging time for power operated mechanisms shall not exceed 15 Seconds. Power operating
mechanism shall be provided with the following additional features.
16.6.8. Closing of the circuit breaker shall automatically initiate recharging of the spring ready for the next
close stroke.
16.6.9. The motor shall be mechanically decoupled as soon as the emergency manual charging handle is
coupled.
16.6.10. The circuit breaker mechanism shall make one complete closing operation once the control switch
has been operated and the first device in the control scheme has responded even though the control
switch is released before the closing operation provided there is no counter trip impulse.
16.6.11. Closing controls shall be so arranged that only one closing operation of the circuit breaker shall
result from each close initiating impulse, even if the breaker trips while the initial device is held in
the ‘close’ position. An electrical anti- pumping relay shall be provided on the circuit breaker
chassis for this purpose, in additional to the mechanical anti-pumping feature incorporated in the
circuit breaker. It shall be the responsibility of the vendor to fully coordinate the overload and
shortcircuit tripping of the circuit breakers with the upstream and downstream circuit
breakers/fuses/motor starters, to provide satisfactory discrimination.
16.7. MOULDED CASE CIRCUIT BREAKERS
16.7.1. All MCCB’s shall be motor duty and Current Limiting type, and comprise of Quick Make-break
switching mechanism, preferably Double Break Contract system, arc extinguishing device and the
tripping unit shall be contained in a compact, highly strength, heat resistant, sub flame retardant,
insulating module case with high withstand capability against thermal and mechanical stresses. All
MCCB’s shall be capable of defined Variable overload adjustment. All MCCB’s rated 200 Amps
and above shall have adjustable magnetic short circuit pick up.
16.7.2. The trip command shall override all other commands. MCCB shall employ maintenance free double
break contract system to minimize the let thru’ energies and capable of achieving discrimination
upto full short circuit capacity of downstream MCCB. The manufacturer shall provide both
discrimination tables and let thru energy curves.
16.7.3. The breaking capacity of MCCB,s shall be as asked for in the schedule of quantities. The breaking
capacities specified with be ICS i.e., type -2 Co-ordination as per relevant BIS and IEC Codes.
16.7.4. The MCCB’s shall be provided with rotary handle operating mechanism. The handle position shall
given indication of ‘ON’, ‘OFF’ or ‘Tripped’ thus qualifying to Disconnections as per the IS/IEC
indicating the true position of all the contracts. In case of 4 poles MCCB the neutral shall be defined
and capable of offering protection.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 131
PARTICULAR SPECIFICATIONS (CONTD…..)

16.8. SUB PANELS FOR AIR HANDILING UNITS/VENT. FANS


16.8.1. Local disconnect panels shall be provided for air handling units and ventilation fan units.
16.8.2. These panels shall be totally enclosed rendered dust and vermin proof. The panels shall be fully
compartmentalized. The fabrication shall be out of 14 SWG CRCA sheets adequately reinforced to
provide necessary strength to the structure and rigid support ti all components. Joints of any kind in
sheet metal shall be seam welded, all welding slag grounded off and welding pits wiped smooth
with plumber metal.
16.8.3. The panels shall be wall hung type and as compact as possible.
16.8.4. The bus bars shall be of aluminium strips of minimum specified ratings with PVC heat shrinkable
sleeves of appropriate colour. There shall be adequate clearance between phase to phase and phase
to neutral strips, all accessible live connections shall be properly shrouded.
16.8.5. Every starter/ contractor etc. shall be controlled by a switch of adequate rating.
16.8.6. A Analog type voltmeter and ammeter shall be provided to indicate incoming voltage along with a
rotary phase selection switch.
16.8.7. Each switch, ammeter etc. shall be provided with a name plate to indicate controlled items.
16.8.8. Panel fabrication drawings shall be got approved before fabrication.
16.8.9. All voltmeters and ammeters where specified shall be of 96x96 MM size and direct reading type.
16.8.10. All the switches/breakers shall be interlocked with doors so that the unit cannot be closed unless the
unit door is closed. The interlock shall also prevent opening the unit door unless the switch/breaker
is in off position.
16.8.11. Defeat arrangement shall be provided for deliberate inspection of switch/ breaker without having to
switch off the unit.
16.8.12. All the switch gear shall be earthed to the earth bus.
16.8.13. Etched plastic name plates shall be provided for all the incoming, outgoing switch gears etc.
16.8.14. The doors of the switch compartments and cable access shall be hinged type and that of bus bars
shall be fixed type.
16.8.15. The knobs of the hinged doors shall be provided with a locking arrangement to prevent them from
falling down when they are unscrewed for opening the doors.
16.8.16. The doors shall have rubber gasket. The enclosure protection shall be IP-52 as per IS -13947, Part -
3, for indoor application & IP -54 for outdoor application.
16.8.17. All the control and auxiliary wiring shall be carried out with PVC insulated copper conductor of
proper colour code.
16.8.18. Each panel shall be provided with suitable size of earth bus at the rear of the panel and two earth
terminals on either colour code.
16.8.19. Suitable printed PVC ferrules shall be provided for all the conductors for easy identification.
16.8.20. The power wiring from the switches/ unit breakers to the starters shall be carried out using colour
code.PVC insulated copper conductors crimped with lungs.
16.8.21. The outgoing of starter shall also be PVC insulated colour code copper conduction crimped with
lungs and terminated on a terminal block of proper rating.
16.8.22. A danger notice plate of 200 mmx150 mm size as per IS-2551 with inscriptions in signal red colour
with white background shall be provided on the panel board.
16.8.23. LED type indicating lamps in approved colours shall be provided for the 3 phase and for on status of
all controlled devices.
16.9. SQUIRREL CAGE MOTORS
16.9.1. The squirrel cage motors shall be totally enclosed fan cooled as stated in “schedule of equipment”
All motors shall conform to IS 325/ 1978. Motors shall also confirm to IS: 1231 for foot mounted
motors.
16.9.2. The stator windings shall be with class ‘F’ insulation.
16.9.3. Motors shall be provided with ball/ roller bearings. Bearings shall have ample capacity to deal with
any axial thrust. Suitable grease nipple shall be provided for regressing the bearings.
16.9.4. Motors shall be provided with a cable box terminating the PVC insulated, PVC sheathed armored
aluminium cables.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 132
PARTICULAR SPECIFICATIONS (CONTD…..)

16.10. STARTERS
16.10.1. The type of starters to be provided for the motors shall be as follows :-

(a) Squirrel Cage Motors:-


Up to 7.5 HP : direct on line
Above 7.5 HP : Star Delta
(b) All starters shall have auxiliary contracts for interlocking indicating lights, controls etc.
(c) All Starters shall be provided with separate single phasing preventers.
(d) The direct online starters shall have heavy duty air break contractors of suitable rating.
(e) These starters shall be complete with adjustable overload relays on all Three Phases, Single
Phase Preventing Device and under Voltage Release. The Starters should be “Hand Reset” Type.

(f) The “No volt Coil” of these starters shall be 220 Volt. There shall be ON-OFF push button for
each starter.
(g) Motor starter shall be in accordance with IS-13947, Part 4. The starter shall be totally enclosed
metal clad, dust and vermin proof construction when installed separately. The starter shall be of
continuous rating.
(h) Contractors shall have the number of poles as required for appropriate duty. The making
capacity of the starters shall be AC-23 Duty.
(j) Star Delta starters shall have heavy duty air break contractors of suitable ratings along with an
adjustable timer to automatically switch the motor connections from star to delta connections.
(k) Each Star Delta starter shall be complete with adjustable overload relays on all three phases
under voltage release. The starters should be “hand rest” type.
(l) The no Volt coil shall be of 220 volts rating. There shall be ON-OFF push button for each
starter unless remote operation of the starter is required.
17. POWER & CONTROL WIRING
17.1. WIRING FOR MOTORS
17.1.1. The wiring for above equipment shall be carried out in conduits or using PVC armored cables.
17.1.2. The PVC armored power cable for use on 415 Volts System shall be 3 or 3½ Core with aluminium
conductors and be of 650/110 Volts grade, as per IS 1554 Part I -1964. The across section of the
cable shall be to suit the load or rating of the equipment. The cable shall be aluminium conductor
PVC insulated single wore/strip armored with overall PVC sheathing.
17.2. CONDUITS
17.2.1. Conduits and Accessories shall conform to relevant Indian Standards. Wall thickness shall be 16
gauge upto 32 mm dia. And 14 gauge above 32 mm dia conduit. Screwed GI conduits shall be used.
Joints between conduits and accessories shall be securely made, to ensure earth continuity. All
conduits and accessories shall be threaded type only. All raw metal shall be painted with bitumastic
paint. Only approved make of conducts and accessories shall be used. Conduits shall be delivered to
the site of construction in original bundles and each length of conduct shall bear the lable of the
manufacturer.
17.2.2. Maximum permissible number of 650/110 Volt grade PVC insulated wires that may be drawn into
rigid metallic or GI Conduits are given below:

Size of Wires Nominal Cross Maximum No. of Wires within Conduit size (mm)
Section Area (Sq.mm.) 20 25 32 40 50

1.5 5 10 17 - -
2.5 5 8 12 - -
4 3 7 10 - -
6 2 5 8 - -
10 - 3 5 6 -
16 - 2 3 - 6
25 - - 2 4 6
35 - - - 3 5
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 133
PARTICULAR SPECIFICATIONS (CONTD…..)

17.3. INSTALLATION
17.3.1. The Cables shall be laid as per IS-1255/1967. Indian Standard Code of Practice.
17.3.2. The cables shall be laid, as per drawings or along a short and convenient route between switch board
and the equipment, either in trenches, on wall or on hangers, supported from the slab. Cable routing
shall be checked on the site to avoid interference with structure, equipment etc. Where more than
one cables are running close to each other, proper spacing should be provide between them.
17.3.3. The radius of bends of the cable should not be less than 12 times the radus of cable to prevent undue
stress and damage at the bends, the cables should be supported with wooden cleats fixed on M.S
Supports, when running in trenches, wall or ceiling suspended hangers. When laid under ground the
cables should be covered with fine soft earth and protected with cement concrete covering. Suitable
PVC Pipe shall be used wherever the cable comes out of the connected surface and clamped
properly.
17.3.4. Rubber bushes shall be provided at the ends of pipes through which cables are taken in walls and
floors.
17.3.5. All cables shall be terminated using suitable size cable glands and lungs.
17.3.6. The wiring in conduits shall be 1100 volts grade.
17.3.7. The conduits use shall be of high quality, all joints shall be made with sockets. The bends and
elbows shall have inspection covers fixed with grease free screws. The joints shall be water tight.
Approved metal saddles shall be used to secure the exposed conduits at a space of 1 meter or less.
The connection of the conduit to switches etc., shall be secured by a check nut and ebonite bushes
provided at the end of conduits.
17.3.8. Flush inspection covers shall be provided in case of concealed, recessed conduits. The staples for
the conduits shall not be spaced more than 0.60 meters apart. Before filling up the chase with
concrete the conduits should be given a coat of rust proof plant.
17.3.9. The wires shall be drawn only after the conduits have been properly fixed in position.
17.3.10. Cable lungs shall be made of copper and suitable for soldering in case of solid conductor and
crimping for stranded conductors. These shall be suitable for connection to aluminium cables.
17.3.11. Saddles shall be used for fixing cables on walls and shall be fabricated out of MS /GI strips duly
painted for rust proofing.
17.3.12. Cable trays shall be fabricated out of slotted angle and in ladder shape construction. Alternatively,
prefabricated perforated GI steel trays shall be used. The trays shall be firmly supported and
distance between hangers shall not exceed 1500mm. All nuts and bolts shall be galvanized steel.
The layout of the cable trays shall be got approved from site in charge before undertaking the work.
17.3.13. Power wiring, cabling shall be following sizes :-
(a) Upto 5 HP Motors/ 5 3x6 sq.mm aluminium conductor wires
KW Heaters
(b) From 6 HP to HP 3x6 sq.mm aluminium conductor wires
Motors 6 KW to 7.5
KW Heaters
(c) 12.5 HP Motors 2 No. 3x6 sq.mm aluminium conductor wires
(d) From 15 HP to 25 HP 2 No. 3x10 sq.mm aluminium conductors wires
Motors
(e) From 30 HP to 35 HP 2 No. 3x16 sq.mm aluminium conductor armored cable
Motors
(f) From 40 HP to 50 HP 2 No. 3x25 sq.mm aluminium conductor armored cable
Motors
(g) From 60 HP to 75 HP 1 No. 3x70 sq.mm aluminium conductor armored cable
Motors
(h) 100 HP Motors 1 No. 3x150 sq.mm aluminium conductor armored cable

(j) 150 HP Motors 1 No. 3x240 sq.mm aluminium conductor armored cable
(k) 250 HP Motors 2 No. 3x240 sq.mm aluminium conductor armored cable
(l) 400 HP Motors 3 No. 3x240 sq.mm aluminium conductor armored cable
(m) 600 HP Motors 3 No. 3x400 sq.mm aluminium conductor armored cable
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 134
PARTICULAR SPECIFICATIONS (CONTD…..)

17.3.14. All the switches, contractors, push button stations, indicating lamps shall b distinctly marked with a
small description of the service installed. The following capacity contactors and overload relays
shall be provided for different capacity motors or as per manufacturer’s recommendation.

Motor Rating – HP Type or Starter Contractor Current Overload Relay Range -


Capacity- Amps Amps
5 DOL 16 6-10
7.5 DOL 16 9-15
10 DOL 25 9-15
12.5 Star-Delta 16 9-15
15 Star-Delta 25 9-15
20 Star-Delta 32 14-23
25 Star-Delta 32 14-23
30 Star-Delta 40 20-33
35 Star-Delta 40 20-33
40 Star-Delta 40 30-50
50 Autm.Star-Delta 70 30-50
60 Autm.Star-Delta 110 30-50
75 Autm.Star-Delta 110 90-150
100 Autm.Star-Delta 200 CT operated relay
125 Autm.Star-Delta 200 CT operated relay
150 Aoto Transformer 300 CT operated relay
200 Aoto Transformer 300 CT operated relay
250 Aoto Transformer 400 CT operated relay
300 Aoto Transformer 400 CT operated relay
400 Aoto Transformer 600 CT operated relay
600 Aoto Transformer 900 CT operated relay

17.3.15. Two Speed Motors when specified, shall be provided with DOL Starter irrespective of its rating.

17.4. CONTROL WIRING


17.4.1. Control cables shall be 1100 Volts grade as per IS:1554 made from copper conductor of 1.5/2.5 Sq.
mm PVC insulated single / multi core armoured with an overall PVC sheathing.
17.5. EARTHING
17.5.1. All equipment connected with electric supply shall be provided with double earthing continuity
conductors. The size of copper / GI earthing conductors shall be:-

Size of Phase Wire Size of Copper Conductor Size of GI Conductor


Sq.mm Aluminium Tape / wire (SWG) Tape/ Wire (SWG)

(a) 25-6 8 SWG 6 SWG


(b) 4 10 SWG 8 SWG
(c) 35-50 6 SWG 4 SWG
(d) 70-95 4 SWG 25x3 mm GI Strip
(e) 120-300 25 x 3 mm 25x6 mm GI Strip

17.6. MISCELLANEOUS
17.6.1. The final connections to the equipment shall be through flexible connections in case of conduit
wiring and also where the equipment is likely to be moved back and forth, such as on slide rails.
17.6.2. The entire installation shall be tested as per electricity rules and I.S.S 732- 1973 with amendments
1, 2 & 3 prior to the commissioning of the plant and a suitable test report furnished by a competent
and authorized person. The test report will be obtained by contractor himself at his own expenses.

17.6.3. All exposed frame work; conduits, hangers etc. shall be given 2 coats of suitable pant of approved
colour, when all work has been completed.

17.7. PAINTING
17.7.1. All sheet steel work shall undergo a process of degreasing, pickling in acid, cold rising,
phosphating, passiveting and then powder coated of approved shade and stoved.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 135
PARTICULAR SPECIFICATIONS (CONTD…..)

18. Blank
19. Blank
20. Blank
21. Blank
22. LIST OF BUREAU OF INDIAN STANDARD CODES

1. IS 1239 (Patr-I)1979 : Mild Steel Tube


2. IS 123(Patr-I)1982 : Mild Steel Tubular and Other Wrought Steel Pipe Fittings
3. IS 4736- 1986 : Hot Dip Zinc Coatings of Steel Tubes
(Reaffirmed)
4. IS 823-1964 : Code of Procedure For Manual Metal Arc Welding of Mild
Steel
5. IS 780-1984 : Slvice Valves For Water Works Purpose
6. IS 778-1980 : Copper Alloy Gate, Globe and Check Valves For Water
Works Purpose
7. IS 1536-1976 : Flanges Configuration
8. IS 5312 (Part -I)1984 : Swing Check Type Reflux Non Return Valves For Water
Works
9. IS 2379-1963 : Colour Code For Identification of Pipelines
10. IS 554-1975 : Dimension For Pipe Thread Where Pressure Tight Joints
Are Reqoired On Threads
11. IS 655-1963 : Metal Air Ducts
(Reaffirmed 1991)
12. IS 277-1992 : Galvanised Steel Sheet For Fencing
13. IS 4O64 Part II-1978 : Specific Requirements For Direct Switches of Individual
Motors
14. IS 3854- 1969 : Switches For Domestic & Similar Purpose
15. IS 732 (Part III-1902) : Inspection and Testing of Installation
16. IS 659 - 1964 : Air Conditioning Safety Code
(Reaffirmed 1991)
17. IS 660 - 1963 : Mechanical Refrigeration (Safety Code)
(Reaffirmed 1991)
18. IS 1894- 1991 : Test Code For Centrifugal Fan
19. IS 3103- 1975 : Code of Procedure For Industrial Ventilation
(Reaffirmed 1994)
20. IS 7240 - 1981 : Application & Finishing of Thermal Insulation Material
21. IS 325 : Specifications For Three Phase Erection Motor
22. IS 3142 - 1993 : V Grooved Pulley
23. BS-EN779-1993 : Particulate Air Filters for General Ventilation
24. IS 702-1988 : Industrial Bitumen
25. IS 8183 - 1993 : Bonded Mineral Wool
26. IS 2494-1993 : V Belts for Industrial Purposes
27. IS 2062 - 1992 : General Purpose Steel
28. ASHRAE HAND : American Society of heating, refrigeration and air
BOOKS conditioning books
- Applications 1999
- Fundamentals 1997
- System and equipment 1996
- Indoor air quality 62 - 1999
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 136
PARTICULAR SPECIFICATIONS (CONTD…..)

23. SYSTEM TESTING ADJUSTMENT AND BALANCING


23.1. SCOPE
(a) Testing, adjusting and balancing of heating, ventilating and air-conditioning systems at site.
(b) Testing, adjusting and balancing of HVAC Hydronic system at site.
(c) Testing, adjusting and balancing of exhaust system at site.
(d) Comply with current editions of all applicable practices, codes, methods of standard prepared
by technical societies and associations including:-

ASHRAE : 1999 HVAC Application


SMACNA : Manual for the Balancing and Adjustment for air distribution system

23.2. PERFORMANCE
(a) Verify design conformity.
(b) Establish fluid flow rates, volumes and operating pressures.
(c) Take electrical power readings for each motor.
(d) Establish operating sound and vibration levels.
(e) Adjust and balance to design parameters.
(f) Record and report results as per formats specified.

23.3. DEFINITIONS
TEST : To determine quantitative performance of equipment.

ADJUST : To regulate for specified fluid flow rates and air patterns at Terminal equipment
(e.g. reduce fan speed, throttling, etc.).
BALANCE : To proportion within distribution system (sub mains, branches and Terminals) in
accordance with design quantities.
23.4. TESTING ADJUSTING AND BALANCIN (TAB) PRECEDURES
23.4.1. The following procedures shall be directly following in TAB of the total system. Before
commencement of each one of the TAB procedure explained hereunder, the contractor shall
intimate the Project Manager about his ready to conduct the TAB procedures in the format given in
these specifications.

23.5. DESCRIPTION OF SYSTEM AND REQUIREMENT


(a) Adjust and balance the following system to provide most energy efficient operation compatible
with selected operating conditions.
(b) All supply, return and outside air systems.
(c) All exhaust air systems
(d) All chilled water systems.
(e) All cooling tower (condenser) water systems.
(f) Emergency purge systems

23.6. AIR SYSTEMS


23.6.1. AIR HANDLERS PERFORMANCE
The TAB procedure shall established the right selection and performance of the AHUs with the
following results:-
(a) Inlet air Dry and Wet bulb temperatures.
(b) Outlet air dry and Wet bulb temperatures.
(c) Air leaving dew point temperature
(d) Sensible heat pickup
(e) Latent heat Pickup
(f) Sensible heat factor
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 137
PARTICULAR SPECIFICATIONS (CONTD…..)

23.6.2. AIR DISTRIBUTION


23.6.2.1. Both supply and return air distribution for each AHU and for areas served by the AHU shall be
determined and adjusted as necessary to provide design air quantities. It shall cover balancing of air
through main and branch ducts utilizing telescoping probes of Electronic Rotating Vane
Anemometers and Accubalance for grilles and diffusers.
23.6.3. PREPARATORY WORK
(a) To conduct the above test, following preparatory works are required to be carried out including
the availability of approved for construction shop drawings and submittals.
(b) All outside air intake return air and exhaust air dampers are in proper position.
(c) All system volume dampers and fire dampers are in full open position.
(d) All access doors are installed & are air tight.
(e) Grilles are installed & dampers are fully open.
(f) Provision and accessibility of usage of TAB instruments for transverse measurements are
available.
(g) All windows, doors are in position.
(h) Duct system are of proper construction and are equipped with turning vanes and joints are
sealed.
23.7. HYDRONIC SYSEM BALANCING
23.7.1. The hydronic system shall involve the checking and balancing of all water pumps. Piping network
(main & branches), the heat exchange equipment like cooling and heating coils, condensers and
chillers and cooling towers in order to provide design water flows.
23.7.2. The essential preparation work, must be done by the HVAC contractor prior to actual testing,
adjusting and balancing of HVAC system and ensure following:
23.7.3. The essential preparation work, must be done by the HVAC contractor prior to actual testing,
adjusting and balancing of HVAC system and ensure following:
23.7.4. Availability of co- ordinate drawings and approved submittals and system sketch with design water
flows specified thereon.
23.7.5. Hydronic system is free of leaks, is hydrostatically tested and is thoroughly cleaned, flushed and
refilled.
23.7.6. Hydronic system is vented.
23.7.7. The contractor shall confirm completion of the basic procedures and prepare checklists for readiness
of system balance.
23.7.8. Check pumps operation for proper rotation and motor current drawn etc.
23.7.9. Confirm that provisions for TAB measurements (Temperature, pressure and flow measurements)
have been made.
23.7.10. Open all shut-off valves and automatic control valves to provide full flow through coils. Set all
balancing valves in the present position, if these valves are known. If not, shut all riser balancing
valves except the one intended to be balanced first.
23.7.11. Balancing work for both Chilled Water System and Condenser Water System Shall be carried out in
a professional manner and test reports in the specified format shall be prepared and presented to the
Consultant / Project manager for approval.
23.8. READINESS FOR COMMENCENT OF TAB
23.8.1. Prior to commencement of any test, the readiness to do so should be as per the prescribed checklist

23.9. TAB INSTRUMENTS


23.9.1. AIR MEASUREMENT INSTRUMENTS
23.9.1.1. For measuring DB and WB temperature, RH and dew point, microprocessor based TSI USA make
VelociCalc Plus Meter, Model 8386, or equivalent shall be used, This instrument shall be capable of
calculating the sensible, latent total heat flows, sensible heat factor and giving printouts at site and
have data logging / downloading facility.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 138
PARTICULAR SPECIFICATIONS (CONTD…..)

23.9.1.2. For measuring Air velocity. DB temperature and Air volume, TSI USA make VelociCalc meter
model 8345 or equivalent shall be used. It shall be able to provide instant print out of recorded Air
Volume readings.

23.9.2. PILOT TUBE.


(a) Electronic Rotary Vane Anemometer TSI make or equivalent
(b) Accubalance Flow Measuring Hood TSI make or equivalent.

[All above instruments shall have NIST rectification (US Institute of Science and Technology)
Calibration Certificate]

23.9.3. HYDRONIC MEASURING INSTRUMENTS


(a) For measurement of water flow differential pressure and temperature, CBI measuring
instrument of water flow rate and temperature.
(b) Rotation Measuring Instrument
(c) Electronic Digital Tachometer

23.9.4. TEMPERATURE & RH MEASURING INSTRUMENT


(a) TSI VelociCalc Model 8386 and VelociCalc Model 8345 or equivalent.
(b) Electrical Measuring Devices
(c) Clamp on Volt ammeter
(d) Continuity Meter.
(e) Vibration and Noise Levels

23.9.5. Vibration and alignment field measurements shall be taken for each circulating water pump, water
chilling unit, air handling unit and fan driven by a motor over 10 HP. Readings shall include shaft
alignment, equipment vibration, bearing housing vibration, and other test as directed by the Project
Manager.

23.9.6. Sound level readings shall be taken at ten(10) locations in the building as selected by the Project
Manager. The readings shall be taken on an Octava Band Analyzer in a manner acceptable to him.
The contractor shall submit test equipment data and reporting forms for review. In order to reduce
the ambient noise level the readings shall be taken at night. All test shall be performed in the
presence of Consultant / Project Manager.

24. DECLARATION OF PERFORMANCE OF AIR-CONDITIONING


24.1. DECLARATION OF PERFORMANCE
24.1.1. Air-conditioning plant shall be capable to achieve the designed temperature and humidity conditions
inside the space to be air-conditioned. After starting of conditioning units, within a period of 2 to
two and half hour the inside parameters shall be attained. The actual performance of the plant shall
be recorded during Phase – I and Phase – II tests.

24.2. TESTS OF AIR-CONDITIONING


24.2.1. The installation shall be taken over after the plant has been commissioned and after the accepting
Officer through his authorised representative is satisfied on the points given below which constitute
Phase – I test (for taking over provisionally) and Phase – II test.

24.2.1.1. PHASE – I TEST – This shall constitute of the following :-


(a) That the plant, equipments and accessories provided are as per contract specifications.

(b) That the plant, equipments and accessories are mechanically sound and other related items of
air-conditioning work are of adequate structural strength and the installation is in conformity with
the specifications contained in the contract.

(c) That the finish and the general appearance of the work is as per the contract specification.

(d) That all pipes, fittings etc., are of specified type, quality, design and workmanship and are
neatly laid, fixed and painted to match the surrounding work.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 139
PARTICULAR SPECIFICATIONS (CONTD…..)

(e) Designed inside conditions are achieved and maintained during the test conducted for 24 Hours
continuously irrespective of any variation in ambient conditions. These test will be recorded in
Appendix ‘D’ and Annexure ‘D1’ and Appendix ‘E’. These shall be signed by the Engineer-in-
charge, User Rep and Contractor.

(f) An E/M Officer will be detailed by the accepting Officer to carry out Phase – I test, to record
inside design conditions achieved and maintained during test taken for 24 hours continuous
irrespective of any of variation in specified equipment and occupancy loads which may vary 50%
and irrespective of any variation in the ambient conditions. The test shall be recorded in the format
attached as APPENDIX ‘D’ here-in-after and COP to be calculated as per the guidelines in
APPENDIX ‘E’.

(g) If the performance and/or the results of the tests as detailed above are not found satisfactory,
the contractor shall, at his own expense, rectify/ replace, within seven days time, the defective
installation or any part thereof as directed by the accepting Officer or his authorised representative.
The decision of the Accepting Officer in this regard shall be final, conclusive and binding. The plant
shall be offered for re-test by the contractor as per Sl No. (a) to (e) above after the rectification/
replacement of installation or parts thereof as mentioned above.

(h) All the condensing units shall be run in rotation.

24.2.1.2. PHASE – II TESTS – The Phase-II tests shall be carried out by the Accepting Officer or his
authorised representative in the presence of the contractor or his authorized representative. The
authorised representative of the users shall also be associated during this Phase-II tests. Each test
shall last continuously for 72 hours. The contractor shall afford all facilities and make all necessary
arrangements for these tests. The Phase-II tests shall be carried out as soon as the stipulated load and
weather conditions are available but not later than 18 months after the Phase-I tests. In case the
required load is not available, arrangement shall be made by the Contractor at his own cost to
provide artificial load. These tests comprise of the following:-

(a) SUMMER/ HOT WEATHER : To be conducted in May/June. The performance of the plant as
TEST a whole shall be recorded in the format attached here-in-after
as APPENDIX ‘D’.

(b) MONSOON TEST : To be carried out in July/August and performance recorded on


Appendix ‘D’ and Annexure ‘D1’.

(c) WINTER TEST : To be carried out in December/January and performance


Recorded on Appendix ‘D’ and Annexure ‘D1’..

NOTE : The inside conditions to be maintained during above tests shall be strictly as per the details. In all the
above tests Time- dry bulb temperature and Time- inside, Relative humidity are to be plotted on
Graph as per Appx ‘F’ .COP to be calculated for Summer and Monsoon only. However, capacity of
all major equipments to be worked out as per recorded data.

24.2.1.3. The Phase – II tests shall be carried out continuously for 72 hours (minimum) to one week based on
satisfactory test results at the direction of the Conducting Officer.

24.2.1.4. If the Phase- II tests does not show satisfactory results, the contractor shall, at his own expenses,
rectify/ replace the defective installation or any part theteof as directed by the accepting Officer or
his authorised representative within 30 days. The decision of the accepting Officer in this respect
shall be final, conclusive and binding. The installation shall be subjected to re-test after such
rectification of defects.

24.2.1.5. The installation shall be finally taken over after the contractor has given satisfactory Phase – II tests
as certified by the Accepting Officer or his authorised representative countersigned by the
authorised representative of the users in token of his satisfaction of the results of the tests.

24.2.1.6. All the compressor/ condensing units shall be run in rotation.

24.2.1.7. The water and electricity required for carrying out Phase – I and Phase – II tests shall be issued by
the department to the extent required without any cost to the contractor.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 140
PARTICULAR SPECIFICATIONS (CONTD…..)

24.3. CATALOGUES/ LITERATURE


24.3.1. The contractor shall supply 3 sets (one for E4 Section of CE’s Office, one for GE Office and one for
AGE E/M Office) of the following literature in English for approval of the equipments : -
(a) Chiller Package
(b) Cooling Tower
(c) Motors
(d) Microprocessor Control Panel
(e) Controls
(f) Humidifier
(g) Package Plant
(h) On completion of work:
(i) Manufacturer’s instruction books on maintenance, operation and repair
equipment.
(ii) Layout of the ducting, pipe layout, plant layout, electric circuits, panel details – 3
Sets
(iii) Payment of Final Bill to be released only after getting receipt from CE, GE and
AGE E/M

24.4. TRAINING OF PERSONNNEL DEPUTED FOR MAINTENANCE AND RUNNING OF


THE PLANT AFTER TAKING OVER
24.4.1. The contractor shall during the installation of the plant be responsible for training of personnel
deputed by the Government (One Refg Mechanic and One AGE/JE from GE office and One rep
from Chief Engineer office for 2 days training at Manufacturer’r premises of Chiller Package).

24.4.2. After the plant has been completely erected and all necessary tests have been carried out to the
satisfaction of the Accepting Officer or his authorised representative and the plant has been finally
taken over by the Government after Phase – I and Phase – II tests, the contractor’s representative
shall remain available at site for a period of atleast 08 (Eight) weeks to instruct the aforesaid
deputed personnel for running and maintenance of the installation.

24.4.3. The expenditure towards the training of personnel as detailed above shall be deemed to be included
in the unit rate(s) quoted by the contyractor for various components of the air-conditioning plant.

25. EXTERNAL ELECTRIFICATION


25.1. STANDARD OF QUALITY & WORKSMANSHIP
25.1.1. KNOWLEDGE OF WORK:- The tenderers shall be deemed to have thorough working
knowledge of the exact requirement of the job. In case of any doubt clarification may be sought
from CESZ before tender is submitted. Tenderers are advised to visit the site and get themselves
conversant with site conditions. No claim what so ever shall be entertained/accepted in case the
tenderer is coming up with an excuse of having incomplete knowledge of work involved.
25.1.2. WORK IN ACCORDANCE WITH SPECIFICATION:-Work under this contract shall be
carried out as per brief description given in Schedule 'A', Particular Specifications and as shown
on drawings. Work shall also be in conformity with IE Rules, relevant IS specification and MES
Schedule which are forming part of the contract. The entire work shall be carried out properly
with due care and under the supervision of competent technical personnel.
25.2. GENERAL
25.2.1. Refer Clause No. 19.2 of MES Schedule Part-I and requirements of Clause No. shall be strictly
followed.
25.2.2. Supply and Installation of Electrical Equipments and Accessories shall strictly comply with the
provisions contained in the Latest Edition of India Standard Code of Practice and/or IS
Specification as applicable, Works except where such Regulations and Rules are modified by
these Particular Specifications.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 141
PARTICULAR SPECIFICATIONS (CONTD…..)

25.2.3. All Electrical Work shall be carried out in conformity with the requirements of the Indian
Electricity Act 1910, Indian Electricity Rules 1956 framed there under, Indian Standard Codes of
Practice, Fire Insurance Act as applicable and also the relevant Regulations for Electric Supply
and Installations of all Electrical Equipments, Fittings and Accessories as amended from time-to-
time.
25.2.4. The supply and installation of all Electrical Equipments and Accessories shall strictly comply
with the provisions contained in the latest edition of Indian Standard code of Practice IS
Specification as applicable to above mentioned work except where such regulations and rules are
modified by these specifications.
25.2.5. QUALIFIED ELECTRICAL SUPERVISORS/ENGINEERS:-Refer Condition 25 of General
Conditions of Contracts, IAFW–2249. All Electrical Works shall be carried out by properly
Skilled and Licensed Electricians under the supervision of qualified Electrical Supervisors/
Engineers. The Contractor shall on demand shall produce such evidence of qualifications of his
Workmen/ Supervisors/Engineers, either at the commencement of Work or at any time
thereafter/ during currency of the Contract. The entire Work shall be High Class with the best
Workmanship and to the entire satisfaction of Engineer-in-Charge/ GE.
25.2.6. LAYOUT OF EQUIPMENT:-Layout of various Equipments, Cables, Poles, etc., shown on
various Drawings attached with this Tender are tentative. Exact layout shall be as directed by the
Engineer in Charge to suit the site requirements. No adjustment in the Quoted Rate/Amount shall
be made on account of such varied layout.
25.2.7. TECHNICAL LITERATURE:-Technical literature of Gen Set, various Pumps, Starter
containing Operation and and Maintenance Instructions, Spare Parts, Catalogue shall be
submitted to the department.
25.2.8. Six copies of the above said drawings and literature shall be supplied in calico bound book form.
Drawings should not be submitted on Ammonia print but it shall be a Xerox copy on white
paper. Front and back cover shall be of laminated hard material or any other superior material
approved by GE. Any cost incurred on this account is deemed to be included in the quoted rate
for the Gen set. It should also indicate part list of all major items like pumps, motor, Gen set and
list of tools and spares.
25.2.9. SUBMISSION OF COMPLETION OF E\M PORTION:-On physical completion of work,
contractor is to submit the following drawings and other relevant literature as enumerated below
to the deptt. This is a pre-requisite before Completion Certificate is issued to the Contractor.
25.3. DRAWINGS
25.3.1. The contractor shall submit Six copies Auto CAD-2008 with soft copy of the below said
drawings and literature shall be supplied in calico bound book form with duly signed by him and
the Engineer-in-Charge on completion of the work.
25.3.2. Schematic Diagram of Power Wiring including cable sizes.
25.3.3. LT Cable Route/ HT/ LT over head line route from tapping point to termination.
25.3.4. Power Distribution Net Work.
25.4. EXCAVATION, EARTH WORK, CONCRETE, FORM WORK, STEEL WORK, ETC.
25.4.1. Refer respective Clause No. of MES Schedule Part-I and as specified here-in-before.
25.5. CABLE WORK
25.5.1. GENERAL:- Refer clauses 19.19 & 19.73 to 19.96 of MES Schedule Part-I. Where the cables
are to be laid in the trenches, 80 mm thick cushion of clean dry sand shall be provided below the
bottom of cable. The cable shall be covered by a further layer of clean dry sand above the
bottom of the Cable, to the height as mentioned in MES Schedule. The Cable Cover shall be laid
dry and side by side to protect the cable from Mechanical Injury, the cables shall be looped at
ends for furthers joints. The above additional length of cable as directed by Engineer-in-Charge
shall also be measured and paid for under the respective items of cable in Schedule ’A'. Laying
Bricks at places where Cables are laid, shall be done as directed by the Engineer-in-Charge shall
also be Measured and Paid for under the respective Items of in Schedule ‘A'. Cable gland shall
be provided at Cable Termination in the DBS and Feeder Pillar Box, the cost of which is deemed
to be included in the Rate of Cable.
25.5.2. All Jointing Materials such as Tape, Cables Compound and Cable Boxes, etc. for Straight Joints
shall be provided by Contractor without Extra Cost to Government.
25.5.3. The cables being of Short Length for various Connections, there shall be no Straight Through
Joints. The cable shall be terminated in Switch Fuse Units through suitable Pin Type Lugs.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 142
PARTICULAR SPECIFICATIONS (CONTD…..)

25.5.4. The cost of cutting through Roads/Drains/Path for laying cable under the Road/Drain/Path and
Making Good shall be deemed to be included in the Unit Rate/Amount quoted against GI Pipes.
25.5.5. SAND CUSHIONING :The sand shall be local sand as approved by GE. For laying of Cable in
trenches, provision of cushioning shall be carried out all as specified in Clause No. 19.75 and
19.77 of MES Schedule Part-I.
25.5.6. LAYING OF CABLES
25.5.6.1. The LT underground cables shall be of 1100 volts, grade PVC armoured, heavy duty
underground cable, conforming to IS-1554.
25.5.6.2. The cable should be laid at a depth of not less than 460 mm.
25.5.6.3. LT cable shall bear ISI certification mark.
25.5.6.4. Both ends of pipe protecting the cable shall be sealed with wooden bushes cut into two halves of
appropriate size.
25.5.6.5. The cable shall be protected by means of 15 cm of Sand Cushion on top and under the cable as
described in MES Schedule Part-I. On top of Sand Cushion, Pre-cast Cover shall be provided as
protection.
25.5.6.6. Earth Work, Sand Cushioning and Cable Protection shall be Measured and Paid separately.
25.5.6.7. Cable path indicators shall be provided at a distance of 30 Metre and Every Turning Point and
Cost of the same is deemed to be included in Unit Rates/Amount.
25.5.6.8. The scope of work will include proper laying of Cable in trenches/in pipes/on wall, fixing
Identification Tags, crimping with Crimping Lugs, fixing Compression Glands at Termination
Point in Panel/Marshalling Box. The above shall be deemed to be part of the installation work
and the Contractor shall not be eligible for any Extra Charges other than those specifically
mentioned in Schedule ‘A’.
25.5.6.9. LT Cable shall be 3½ Core aluminum conductor PVC insulated inner sheathed armoured and
PVC sheathed conforming to IS-1554 suitable for 1100 Volt grade. LT Cables shall be laid on
Cable Trays in Pipes /on stanchion as directed by Engineer-in-Charge. Cable shall be laid as per
provision of IS-1255- 1983. The cable drum and the cables shall be handled in the correct
manner so as to ensure safety for personal and obviating kinks or other damage to the cable
insulation, armouring or cable sheath.
25.5.6.10. All LT Cables shall be tested at manufacturer works as laid down in relevant Indian Standard
Specifi-cations including Physical Tests, Insulation Resistant Test and Voltage Tests. The Test
Certificate shall be submitted to the Engineer-in-Charge. Termination of cable shall be carried
out by means of crimping socket of aluminium. The glands shall be of brass double compression
type and shall be provided at the termination. Armouring of cable shall be bonded to the earthing
system at the termination through the Compression Glands. Joints in cable length is not
permitted unless length of the cable between two terminating Ends is more than 400 Metre.
25.5.7. TEST:- After laying the HT and LT Cables, each core of HT/LT cables will be subjected to High
Voltage Tests before commissioning. High Voltage Value for HT and LT Cable shall be as
given in MES Schedule Part-I vide Clause No. 19.94. Each core of cable shall be subjected to
high voltage for a duration of 15 Minutes. The results will be recorded and submitted to
Engineer-in-Charge. Testing shall be done in the presence of Department Representative.
Contractor is to make arrangements for High Voltage Test of cable at no Extra Cost to the
Department. Apart from this Test, IR Value Test will also be conducted as given in IS-1255 and
in MES Schedule Part I. The Contractor shall note that these Tests shall be carried out before
connecting Cable to Switches.
25.6. Blank
25.7. Blank
25.8. Blank
25.9. Blank
25.10. Blank
25.11. Blank
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 143
PARTICULAR SPECIFICATIONS (CONTD…..)

25.12. AUTOMATIC POWER FACTOR CORRECTION (APFC) PANEL:-


25.12.1. APFC panel shall be indoor type, floor mounting, extensible type dust and vermin proof and
suitable for climate conditions as specified. The design shall be including all provisions for
safety of operating and maintenance personals. The general construction shall be confirming to
IS: 8623/77 for factory assembled panel and IP – 42 protections. Panel shall be fabricated out of
2(two) mm thick rust inhibited CRCA steel sheet, truly bolted in construction with hinged doors
with proper earthing and key type locks, undrilled 10 SWG bottom gland plate. The panel shall
be provided with ISMC mounting channel and earthing bus (Aluminum).
25.12.2. Panel boards shall be obtained from the specified manufacturers and panels shall be epoxy
powder coated factory made and tested as per IS.
25.12.3. Black aluminum anodized engraved plates for panel rating, incoming, outgoing, A/M switch and
indicators should be mounted with the help of screws.
25.12.4. The panel shall be provided with Electrolytic grade copper bus bars with PVC insulated heat
shrinkable sleeves with standard color code as per IS: 375 and maintaining minimum clearances
as per standard (between phases, phase to neutral and phase to earth) with SWC / DMC supports.
25.12.5. The contractor shall design & submit drawings of panel board before bringing same to the site.
25.12.6. The cable chamber of the board shall be with adequate space for housing cable and connecting
for safety of working and for avoiding accidental contacts with live parts by providing barriers.
25.12.7. Each capacitor unit shall be connected to main bus bar through thyristor of suitable rating with
safety margin. Protective HRC fuses/MCBs of suitable rating shall be provided with base/holder
as mentioned in the drawing. Connection shall be made with suitable size PVC insulated copper
cables having soldered cooper lugs.
25.12.8. Digital controller shall be provided with minimum indication of line voltage and current,
capacitor current, Power factor, active power/reactive power/apparent power, injected capacitive
KVAR, Capacitive KVAR, CT ratio selected, switching time.
25.12.9. LED indication for capacitor bank step switched ON, power factor leg/lead shall be provided.
25.12.10. The thyristorised switching system shall be inclusive of following facilities.
(a) Over voltage protection.
(b) Under voltage protection.
(c) Over temperature protection.
(d) Voltage imbalance protection in each phase.
(e) Facility of manually operating capacitor bank and test mode.
25.12.11. In case nothing is mentioned in Sch ‘A’ bus bar shall be copper.
25.12.12. DANGER BOARDS: Refer clauses 19.18 of MES Schedule Part-I
25.13. DANGER NOTICE PLATES
25.13.1. Danger Notice Plate shall be provided on all Electrical Equipment like Transformer, HT/LT
Switch Gear, Bus Duct, etc. The Danger Notice Plate shall conform to IS-2551-1963 250 x 250
mm and 200 x 150 mm size Danger Notice Plate for 11 KV and 433/380 Volts respectively shall
be provided as directed by Engineer-in-Charge.
25.13.2. The Plates shall be made from 1.6 mm thick Mild Steel Sheet, Vitreous Enamel White. The
Letter, Figures and Conventional Skull and Bones in Signal Red Colour shall be on Front Side.
The Danger Notice Board shall be fixed either with 25 x 3 mm GI Clamps or Rivet/Nut Bolts.
25.14. LIGHTNING PROTECTION
25.14.1. Arrangement for lightning protection shall be made on Locations as directed by Engineer-in-
Charge. The arrangement shall conform to IS-2309. On Ridge of Building aluminium Strip of
25 x 3.150 mm shall be fixed with J Bolts on both side of Ridge as shown in Drawing. Both
side, aluminium Strip shall be in contact with each other through Air Termination Point. If Air
Termination Point is separately fixed and not giving contact to both the aluminium strip in that
case at every 10 Metre both the aluminium Strip shall be connected separately by a piece of same
aluminium Strip so that Lightning have an easy and Shortest Passage to ground.
25.14.2. All the Roof Conductors and Down Conductors (i.e aluminium Strip 25 x .15mm) and Air
Termination Copper Rod (12 mm dia & 300mm long) shall be mounted on suitable size of
Porcelain Insulator. Due care be taken to ensure that any portion of the Lightning Protection Air
Termination Rod and the Strip are not in contact with the Building. The cost of porcelain
insulator is deemed to be included in the Quoted Rate/ Amount of the concerned.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 144
PARTICULAR SPECIFICATIONS (CONTD…..)

25.15. DISTRIBUTION / FEEDER PILLARS BOX


25.15.1. Refer clauses 19.21 of MES Schedule Part-I. , IS 5039 and TD drawing
25.15.2. The feeder pillars box shall be factory made and CPRI approved. Feeder pillars box shall be
obtained from the specified manufacturers and shall be epoxy powder coated factory made and
tested as per IS. All feeder pillars boxes shall have extra space for installing one MCCB in
future.
25.15.3. The contractor shall design & submit drawings of panel board before bringing same to the site.
25.15.4. The cable chamber of the board shall be with adequate space for housing cable and connecting
for safety of working and for avoiding accidental contacts with live parts by providing barriers.
25.15.5. In case nothing is mentioned in Sch ‘A’ bus bar shall be copper.
25.15.6. In case mounting of panel board has not been mentioned in Sch ‘A’ the same shall be floor
mounted and the fixing arrangement shall be provided by the contractor and the unit rate quoted
shall be deemed to inclusive for the same.
25.16. LT SWITCH GEAR PANEL:-
25.16.1. Refer Para (including sub paras) 19.100 of MES Schedule Part-I and IS 2147.
25.16.2. The panel board shall be factory made and CPRI approved. Panel boards shall be obtained from
the specified manufacturers and panels will be epoxy powder coated factory made and tested as
per IS. All LT panels shall have extra space for installing one MCCB in future.
25.16.3. The contractor shall design & submit drawings of panel board before bringing same to the site.
25.16.4. The cable chamber of the board shall be with adequate space for housing cable and connecting
for safety of working and for avoiding accidental contacts with live parts by providing barriers.
25.16.5. In case nothing is mentioned in Sch ‘A’ bus bar shall be copper.
25.16.6. In case mounting of panel board has not been mentioned in Sch ‘A’ the same shall be floor
mounted and the fixing arrangement shall be provided by the contractor and the unit rate quoted
shall be deemed to inclusive for the same.
25.17. AIR CIRCUIT BREAKERS (ACBS) :-
25.17.1. Air circuit breakers shall be suitable for operational voltage of 415 V AC, 50 Hz, 3 phase 4 wire
system for a rated current at ambient temperature of 50 C and conforming to IS : 13947 (Part 3,
1993) and IEC : 60947 (Part I & 2).
25.17.2. In case nothing is mentioned in Sch ‘A’ breakers shall be electrically operated (AC motor &
control) draw out type with cradle with 4 positions in draw out to facilitate maintenance. It shall
be suitable for modular construction with Ultimate Breaking Capacity (Icu) of 50 KA (rms),
Making capacity of 105 KA (Peak) and short time with stand capacity of 50 KA (Peak) for 1.0
second. The breakers shall withstand Mechanical and Electrical endurance cycles of 2500 and
500 respectively.
25.17.3. The operating mechanism shall be of Robust design with a minimum number of linkages to
ensure maximum reliability and shall be of aesthetically elegant design incorporating the
following features:
(a) Unique ‘Rating Error Prevention Device’ to ensure matching of breakers rating with
corresponding cradle.
(b) Flag indication for Service/Test/Isolated positions.
(c) Common panel cut out for all ratings of draw out breakers to ensure greater flexibility.
(d) Easy racking on telescopic rails.
(e) Racking handle with housing facility.
(f) Safety of operating personnel during operation and maintenance with following inter locking
arrangements: -
(i) Door interlock.
(ii) Locking in isolated position.
(iii) Racking interlock
(iv) Shutter assembly to prevent access to live terminals when breaker is in draw out position.
(g) Micro switches for. -
(i) Position indication
(ii) Fault indication
(iii) Operation through volumetric/Electronic releases
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 145
PARTICULAR SPECIFICATIONS (CONTD…..)

(h) Lockable trip push button for inter locking


(j) In built mechanical anti pumping
(k) Mechanical operation counters suitable to display total number of breaker

25.17.4. PROTECTION DEVICES:- Breaker shall be provided with CT operated ‘Solid State Analog
Releases’ to ensure comprehensive protection against over load, short circuit and ground fault
(Earth Fault). The relay shall be self powered type requiring no external power and shall trip the
ACBs through Flux Shift Device providing the protections as described below:-
(a) Overload Protection: - The release shall provide inverse time-current characteristics against
over load and shall be adjustable from a range of 50% to 100 % of the nominal current. It shall
also be suitable for three different trip time of 2.5 second, 13 second and 25 second at six times
the rated current.
(b) Short Circuit Protection: - The release shall provide a wide range of protection against short
circuit conditions: -
(i) Current continuously adjustable for 2 to 10 times the nominal current,
(ii) Time delay continuously adjustable from instantaneous to 400 m sec.
(c) Ground Fault (earth Fault) Protection:- The release shall provide time-delayed protection
against ground fault. The device shall have current and ‘Time Delay’ adjustable continuously
from a range of 0.2 to 0.5 times the nominal current and 100m sec to 400 m sec respectively.
25.17.5. Under-Voltage release:-Breaker shall also be provided with “Under-Voltage release’ to trip the
system on low system voltage. It shall be of Type MVR with a built in time delay of 3+ 1 Sec to
prevent undesirable tripping of breaker in case of voltage dips due to transient faults. It shall be
suitable for 415 V, 50 Hz with range of operation as under –
(a) Pick up : 80% of standard voltage.
(b) Drop off: From 35% to 65% of standard voltage.
25.18. Moulded Case Circuit Breakers (MCCBs):-
25.18.1. Moulded case circuit breakers (MCCBs) shall be suitable for operational voltage of 415V AC, 50
Hz, 3 phase, 4 wire system for a rated current and ultimate breaking capacity and it shall conform
to IS : 13947 (Part 3, 1993) and IEC-60947 (Part 2).

25.18.2. MCCBs shall be provide earth leakage module type.

25.18.3. MCCBs shall be of compact and elegant design suitable for reversible load and line terminations
without affecting its performance. MCCBs shall be suitable for fixing flush on the panels and
shall be provided with handle operating mechanism including Rotary Handle vari-depth type.

25.18.4. The insulating case and cover of MCCBs shall be made of high resistant and flame retardant
thermosetting insulating materials. The switching mechanism shall be quick make, quick break
and trip free. The position of the operating knob/handle shall clearly indicate ON, OFF and TRIP
position.

25.18.5. Each pole shall be provided with a pair of contacts, which shall open at a high speed over a large
distance under short circuit faults. The special designed arc chutes of insulating materials shall be
provided to contain the arc by providing effective arc quenching device.

25.18.6. The tripping mechanism shall be hydraulic type or Electronic release or thermal magnetic release
for protection for over load and short circuit as per the details given below. –
Capacity Of Ultimate Overload release Short circuit release
MCCBs breaking
Capacity
Upto 125 16 KA Adjustable Thermal Fixed magnetic type suitable
Amps release (0.7 to 1.0 In) for 10.0 In.
160 or 250 36 KA Adjustable Thermal Adjustable magnetic release
Amps release 0.64 to 1.0 In (3.5 to 10.0 In)

400 and 630 36 KA Electronic release with Electronic release with Short
Amps over load Zone of circuit Zone of adjustment
adjustment 0.4 to 1.0 In 1.5 to 10.0 Ir. (Adjusted
current) with time.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 146
PARTICULAR SPECIFICATIONS (CONTD…..)

25.18.7. Under voltage trip, mechanical interlocks etc shall be provided as per standard practice and ISS.
Under voltage trip shall be designed to operate when the control voltage drops below a tripping
threshold i.e. 20% to 70% of rated voltage and shall be suitable for operation on 230V/415V AC.
25.18.8. The terminals shall be suitable for both copper terminations.
25.18.9. In case number of poles of MCCB are not specified in Sch A then 4 pole shall be provided.
25.18.10. After erection at site and before being connected to the power supply, all items of electrical
equipment, all circuits shall be fully tested to prove correct connection, defects in installation
pointed out/noticed shall be rectified immediately by repairing or replacing the defective part of
the equipment at no extra cost. All instruments appliances, oil, grease and other materials etc,
required for carrying out the test shall be provided by the contractor at his own cost. The
insulation and other safety measures will be inspected and checked by electrical inspector before
commissioning. The electrical inspector shall be nominated by the Accepting Officer.
25.18.11. If owing to storage or other cause, the electrical insulation resistance has deteriorated, the
equipment shall be thoroughly dried out or replaced or other steps taken to restore proper
insulation resistance before connection it to the power supply.
25.18.12. After installation of the equipment and laying and jointing of cables, necessary tests including
relay co-ordination as per relevant ISS shall be carried out by the contractor to the satisfaction of
GE.
25.18.13. After connection the power supply, the whole of the installation shall be tested to demonstrate its
ability to operate satisfactorily.
25.18.14. The installation shall be deemed to be complete only after satisfactory completion of all tests.
Approval by the Engineer-in-Charge for materials, workmanship etc, during manufacture of
items at site will not relieve the contractor from his obligations to comply with all the
requirements of the contract. The contractor shall supply schematic diagrams (Three copies) of
the equipment installed by him on completion of the work.
25.18.15. One month before expiry of the defects liability period, the contractor shall arrange an
experienced Engineer together with any additional labour required to attend at the site to open up
the equipment to check the various connections clearances etc. The detail checks shall be done
by the contractor in the presence of the GE before the end of the defects liability period.
25.19. EARTHING
25.19.1. Earthing shall be carried out by Earth Electrodes as shown in Electrical Plate No. 3 of MES
Schedule Part-I and as specifed in IS-3043 including upto date amendments therto. The Earth
Electrodes shall be placed all as shown on Drawings and 2.0 Metre away from the Main
Structure. The surplus soil obtained from the excavation shall be removed to distance not exc. 50
Metre. The Concrete for Chamber shall be PCC 1:3:6 (using 20 mm graded stone aggregate) and
exposed surfaces need to be finished fair. Funnel shall be prepared out 3.15mm thick PGI Sheet
by welding and shall be leak proof. It shall be provided with wire gauge with 1.18mm average
width of aperture and 0.45mm average dia of wire soldered to Funnel Cover. Dust shall be used
for Medium Grade 20mm with 12mmdia holes drilled staggered @ 300mm C/C through out
Pipe. The bottom of Pipe shall be layed at an angle of 45º. Two numbers Earthing shall be
interconnected with 32 x 6mm into GI Strip. GI Pipe for Earthing shall not be issued under
Schedule ‘B’.
25.19.2. The following Tests shall be carried out to the entire satisfaction of the Engineer-in-Charge :-
(a) Earth Resistance Test : Resistance of each Earthing shall be measured individually and shall
not exceed 1 Ohm in ordinary soil and 3 Ohm in Rocky situation.

(b) In case the Resistance is more than as specified, the Contrctor shall increase the depth of the
Bore hole, quantity of Charcoal, Salt and length of Electrodes to bring the Resistance of Earth to
the Value specified above, whithout any Extra Cost to the Government.
25.20. TRANSFORMER
25.20.1. The transformers supplied shall strictly comply all norms given in IS-1180-2014
25.20.2. Refer Para 19.14, 19.14.1 to 19.14.3 & 19.97 (including sub clause) of MES Schedule Part-I.
25.20.3. The Maximum Total Losses Up to 11 kV Class Transformer shall be energy efficiency level-3 as
specified in table -6 of IS 1180-2014 (part-I).
25.20.4. The transformer shall be step down type suitable for 3 phase, 50 cycle/sec application and shall be
indoor type/outdoor type, naturally cooled, oil immersed, core type.
25.20.5. The contractor shall submit preliminary drawing to GE before dispatch of transformer from
factory and same shall be approved by CWE.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 147
PARTICULAR SPECIFICATIONS (CONTD…..)

25.20.6. VOLTAGES: - The primary voltage and secondary voltages shall be as given in Schedule A.
25.20.7. VECTOR GROUP: - The vector group shall be DYN 11 with primary winding connected in
delta and secondary in star.
25.20.8. WINDINGS: - The windings primary and secondary shall be of copper. The windings
round/strips shall conform to IS-7404 (Part I & II).
25.20.9. CORE: - The core materials shall be in accordance with IS and treated in such a way that the no
load losses are minimized. The laminations shall be stress free and shall be of cold rolled steel
grain.
25.20.10. Tapping Ranges and Tapping Methods:- refer para-7.7 of IS 1180-2014 (part-I).
25.20.11. TANK: - The tank shall be of robust design and with adequate mechanical stiffness of pressed
steel sheets radiator shall be used for sufficient cooling and heat dissipation to limit the
temperature rise within tolerance limits specified in IS-2026.
25.20.12. TRANSFORMER OIL: - The transformer shall be provided with first fill of transformer oil
and oil shall conform to IS-335-1983.
25.20.12.1. Transformer shall be provided with built in protection for winding, temperature alarm and
tripping with visual indication. Cable end box on HT side shall be suitable for Epoxy joint for
XLPE cable with suitable size cable entry gland for upto 400 mm 3 core cable. LT side terminal
box shall be suitable for entry of four aluminium strips 50x5mm and suitably separated duly
insulated at the entry position of terminal box to avoid short circuiting.
25.20.12.2. Terminal marking, temperature rise, insulation levels and dielectric strength shall be in
accordance with IS-2026 (Part-II, III & IV) 1977.
25.20.13. Fittings and accessories of transformers shall be conforming to IS- and SSR part -I.
25.20.14. Erection on installations:- Installation of transformer shall be carried as explained in clause Nos
19.97.1, 19.97.2, 19.97.3, 19.97.4 and 19.97.6 on Srl Page No 19.24 of SSR Part-I.
(a) Measurement of winding resistance
(b) Measurement of voltage rating and check for voltage vector relationship.
(c) Measurement of impedance voltage/short circuit (Principal tapping) and load less
(d) Measurement of no load loss and current.
(e) Measurement of insulation resistance.
25.20.15. Type test:-
(a) Impulse voltage withstand test
(b) Temperature rise tests.
25.20.16. A certificate for type tests shall be produced and submitted to GE.
25.20.17. TRAINING: - The contractor will impart training at least for one week within one month of the
completion of whole work to the persons authorized by the Department. The training will cover
the following aspects –
(a) Starting/stopping procedure
(b) Maintenance of fuel, lubricating system, starting control panels and Alternators
(c) Dismantling and assembling of certain components like fuel, filter elements, lubricating oil
filter, changing of oil air cleaner etc.
25.20.18. Pre-commissioning shall be done by SEI. Testing equipments shall be provided by the contractor.
25.21. Blank
25.22. VOLTAGE STABLIZER
25.22.1. Voltage stabilizers shall be oil cooled, servo type conforming to IS. 9815 (Part-II) and as specified
in clause No. 19.100A of MES SSR Part – I, 2009 and suitable for 3 phase AC system to give a
guaranteed output voltage of 415 V ± l% without spikes at 50 Hz. Speed of correction of voltage
shall be high enough to give jerk less output voltage and in any case it shall not be less than 50
volts per second per phase without under/overshooting.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 148
PARTICULAR SPECIFICATIONS (CONTD…..)

25.23. GUARANTEE/ PRODUCTION OF TEST CERTIFICATE


25.23.1. After completion of work the contractor shall guarantee that materials and workmanship of the
equipment, power system and connected items offered and installed by him are new and best
quality in every respect and he will make good the defects, damages which are not attributed to
normal wear and tear or misuse for which decision of the GE is final and binding. Contractor shall
be responsible for repairing and or replacing at his cost any parts which are rendered defective and
unserviceable during the defect liability period.
25.24. Manufacturer’s test certificate in respect of HT/LT cables, water cooler, washing machine, air
cooler, refrigerator, transformer, DG Set other equipment as directed by GE are to be submitted
to the GE by the contractor before any payment from Department.

25.24.1. INSPECTIONS MANUFACTURERS WORKSHOP PREMISES AND TESTING: -All


equipments such as HT/LT cables (more then 500merte each type), DG Set and transformer shall
be tested in the manufacturers workshop according to tests specified in the relevant Indian
Standard Specification and elaborated in these specifications. The equipment shall bear the IS
testing marks where manufactured accordingly. The HT/LT cables, DG set and transformer shall
be inspected in presence of the rap of the Accepting Officer in factory/ manufacturers workshop
premises before dispatch of the material. The contractors shall be facilitating for inspection/testing
in factory/ manufacturers workshop premises. The contractor shall give one month notice to the
Accepting Officer indicating readiness of equipments for testing. The cost of the representative’s
1st visit to the factory shall be borne by the Department.
26. MANNING AND OPERATION OF AIR CONDITIONING PLANT DURING DEFECTS
LIABILITY PERIOD AND AFTERWARDS
26.1. The scope of work (phase-II) includes manning, operation, maintenance, repair and servicing of
AC Plant including commissioned by the contractor upto 55 (Fifty Five) months (approximate)
from the date of commencement of work of phase-II. Work catered in phase-II shall commence
from next day to certified date of completion of work catered in Phase-I. It will be the
responsibility of the contractor to ensure safe, smooth and un-interrupted functioning of the
system in sound condition during the period mentioned above.
26.2. GE's decision as to what constitutes major/minor repairs shall be final and binding. Major
repairs to AC Plant are outside the scope of work in Phase-II. BOQ rates shall be deemed to
include for minor repairs, repairs and rectification necessitated due to negligence or wrong
operation of the AC Plant on the part of the operator/helper. The decision of the GE whether the
repair/rectification is necessitated due to negligence on the part of operator/helper or not shall be
final and binding. However all repairs & rectification whichever arise during defect liability
period of Phase-I has to be carried out as intimated by GE.
26.3. The contractor will submit the following details to the Engineer-in-Charge regarding each person
employed by him under this contract:-
(a) Name of person along with photograph.
(b) Father’s Name.
(c) Date of Birth.
(d) Qualification & Experience certificates.
26.4. Operator & Helper shall have minimum essential qualification as following:-

(i) Operator for AC Plant Industrial training Institute pass certificate from a
recognized institute in attendant operator (chemical
plant)/fitter/ general mechanic with 2 years experience
in relevant field.
(ii) Helper for AC Plant Class-X Passed

26.5. The contractor shall provide the necessary attendance record of both employee of AC Plant
before enter AC Plant & before leave from AC Plant of every shift with digital system i.e.
biometric attendance and print out duly signature of AGE & contractor before any payment and
also record proper log book attendance register for reflecting and measurements parameters of
the plant up to the entire satisfaction of Engineer-in-Charge/GE. The cost of biometric machine
shall be borne by contractor.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 149
PARTICULAR SPECIFICATIONS (CONTD…..)

26.6. Before commencement of work and taking over any installation for operation, contractor is
responsible for submitting original qualification and/or experience certificates of persons to be
employed, in original and two photocopies to the Engineer-in-Charge for approval. During
currency of the contract, the department reserves the right to ask for such certificates for
verification. The decision of the GE regarding the suitability of an individual to a particular trade
shall be final and binding.
26.7. In case change of operator/helper is required, the same process of approval as brought out here-
in-before shall be required.
26.8. The persons working in installations are expected to exhibit a high sense of discipline,
punctuality and neat turnover. They should not leave the installation unattended without prior
permission of Engineer-in-Charge. The persons employed by the contractor shall be amenable to
the discipline and other security and standing order issued by the defence authorities for
installation from time to time. The persons employed should not consume alcohol / liquor, drugs
or smoke while on duty. They shall work in cohesion with other defense employees and shall be
capable of working as a team. They shall take orders / instructions from Engineer-in-Charge of
the installation and shall implement the same with great care and interest. Accepting officer has
the right for removal of those persons whose performance and integrity is not satisfactory. The
contractor shall replace such persons with one week notice. The decision of the Accepting
Officer in this regard shall be final and binding and the contractor shall have no claim of
compensation on this account.
26.9. The contractor shall take all the necessary safety measures pertaining to plant and plant room of
AC Plant in addition to over all safety and security to plant and plant room.
26.10. The operating staff shall have thorough knowledge of safety precautions during emergency
cases. They must be able to operate and use all safety equipment. Necessary notice boards
containing instructions for precautions to be followed in case of emergency/risks/accidents shall
be displayed at locations as required and as directed by Engr-in-Charge.
26.11. The particulars for qualification and experience of staff/operators shall be submitted to GE for
approval before engaging them for maintenance & operation purpose.
26.12. The maintenance technicians/trade-men employed by the contractors shall be fully responsible
for maintaining the AC Plant in consultation with Engineer-in-Charge.
26.13. The persons employed by the contractor shall have the basic knowledge of using firefighting
equipment such as fire extinguisher etc., maintained in the installation. In case of fire, they shall
ring the fire gang and telephone the fire fighting units nearby and Engineer-in-Charge and GE
for further help / assistance. They will not risk their lives containing the fire / damage to the
installations. No compensation shall be paid by the department to the persons employed for any
injuries/death caused in such acts.
26.14. Safety procedures and instructions for working in low, medium and high voltage mains and
apparatus and safety practices listed in IS: 5216-1982 guide for safety procedures and practices
in electrical works shall be followed to the extent applicable.
26.15. The contractor will provide and maintain first-aid/medical box and first aid chart in plant room
and quoted rate shall be deemed to include cost of the same.
26.16. The operating personnel shall be provided with protective clothing, hand gloves (shock-proof),
safety belt, rubber shoes, ladder, torch etc. all mandatory safety measures as per IE rules and
dress with logo & shoes shall have to be issued by the contractor to the operator & the operator
shall be well equipped with hand tools mobile phones without camera to carryout necessary
repair & to make contact with concerned JE in any emergency situation and quoted rate shall
deem to include it.
26.17. The contractor shall be solely responsible for settling all claims/ compensation whatsoever
arising due to accident/fatal injury or partial disability/loss of life or any reason for the workmen
employed by him. Department will have the right to recover any sum indicated /claimed by
labour commission /court directive. GE however will ensure that the contractor has provided all
adequate and required means to the workmen. The contractor may get his personnel insured at
his own discretion. However nothing extra shall be paid to contractor on this account.
26.18. In the event of any loss or damage caused to the installation or any part thereof except for the
accepted risks as per condition 48 of IAFW -2249 shall be made good by the contractor under his
own arrangement as per the specifications given in the contract without any extra cost to the
Government. If the contractor fails to do so, the government reserves the right to make
recoveries from the contractor for the loss or damage at double the prevailing market rates as
decided by the Garrison Engineer whose decision shall be final and binding.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 150
PARTICULAR SPECIFICATIONS (CONTD…..)

26.19. The contractor shall be responsible for any claim whatsoever arising due to any reason for the
workmen employed by him.
26.20. The contractor shall comply with all the provisions laid down in Contract Labour Act such as
payment of minimum fair wages.
26.21. The contractor shall make payment to the persons employed directly in their bank account and
quarterly employee payment statement i.e. bank account statement of contractor shall be
submitted to department for proof of the same.
26.22. Contractor will ensure that during the operation of the AC Plant, a constant vigilance is kept on
the running of AC Plant by the operator and in case of any break down or any abnormality
whatsoever will be reported to Engr-in-Charge and The contractor will be responsible to keep the
AC Plant and surroundings the fenced area or area of distance of 6 meters neat and clean every
day.
26.23. All the stationeries required during the currency of the contract like registers, log books etc are
covered under the scope of work and quoted rate shall be deemed to include cost of the same.
26.24. The contractors shall provide necessary spares, tools/tool box at operation room to attend any
minor repair and to measure and record the performance of plant required at site to the entire
satisfaction of the Engineer-in-Charge.
26.25. The contractor is required deployment in such a manner that no person/individual should work
for a period of more than 11 (Eleven) months.
26.26. No individual deployed will work more than 48 hours in a week.
26.27. Routine maintenance schedule shall be carried out by the contractor and the same shall be
recorded in proper preformed duly countersigned by the GE/Engineer-in-Charge.
26.28. The contractor shall provide printed log sheets to the operators & helper on duty for AC Plant
separately for each day as directed by the Engineer-in-charge and entries as per the running of
the AC Plant will be recorded by the operator which shall be produced for verification on
demand.
26.29. The contractor shall ensure that daily, weekly, monthly, quarterly yearly, half yearly and yearly
schedules of maintenance of Plant etc as per OEM’s instructions are carried out properly and
same shall be recorded in proper format duly countersigned by GE/Engineer-in-Charge. The
quoted rates shall deem to include it.
26.30. All records of testing and consumables shall be recorded on the register maintained at plant on
daily basis by the contractor and signed by Engineer-in-Charge and the same shall be randomly
checked by GE/ his representative at any time.
26.31. Any material / repairs not covered in this work and required for efficient operation shall be
brought to the notice of Engineer-in-Charge for immediate supply of spares / repairs through
other agencies.
26.32. On completion of each month, a completion certificate is to be issued by the Engineer-in-Charge
for purpose of interim payment to contractor supported by attendance register duly signed by
contractor and Engineer-in-Charge.
26.33. In case the operators & helper are not employed on any shift or operators & helper are found
absent from the installation and recovery shall be made at double the minimum fare wages as
applicable at that time.
26.34. In case the Plant remains un-operational i.e. in case the Contractor fails to run the plant for a
period of more than 2 hours, the GE shall take over the plant immediately after 24 hours and the
cost of running/maintaining the plant shall be recoverable from the contractor in addition to a
penalty of Rs 1,500/- per Hour per plant for entire period of non operation.
26.35. All records of testing and consumable shall be recorded on the register maintained at plant on
daily basis by the contractor and signed by AGE and the same shall be randomly checked by
AGE/ GE/ his representative at any time.
26.36. In case the any plant un-operational more than 2 hours, the cost consumable material shall be
recovery of Rs 500/- per Hour of AC Plant or present market rate of consumable material that
period whichever higher.
26.37. Two month consumables material and required spares shall always be kept at site.
26.38. Water & Electricity shall be supplied by the MES to contractor free of cost for Phase-II.
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 151
PARTICULAR SPECIFICATIONS (CONTD…..)

26.39. Maintaining necessary records such as log sheet, manpower and attendance register etc shall be
provide by the contractor and signed by AGE and the same shall be randomly checked by GE/
his representative at any time.
26.40. Temperature and Relative Humidity of each AHU’s shall be recorded in the log sheet (Format to
be approved by the GE) on Hourly basis.
26.41. The contractor shall ensure that daily, weekly, monthly, quarterly yearly, half yearly and yearly
schedules of maintenance of Plant etc as per manufacturer’s instructions are carried out properly
and records maintained. The quoted rates shall deem to include it.
26.42. The installation shall be operated on all days irrespective of holidays and Sundays. Contractor
shall be required to employ reserve operators if performance of contract is discontinued
consequent on labour regulation statute on working of personnel on national holidays etc and
also on any day when operator(s) is/are absent from duty. However nothing extra shall be paid to
contractor on this account.
26.43. After completion of 55 months of manning & operation period, the contractor shall arrange 30
days training for operation of AC Plant to the DEL/ person deployed by the department, without
any extra cost before handing over the plant.
27. DEMOLITION/DISMANTLING:
27.1. PRECAUTIONARY MEASURE: Precautionary measure prior to demolition/dismantling as
described in SSR Part-I shall be adopted and work shall be executed as per Schedule ‘A’.
27.2. REMOVAL/SITE CLEARANCE: Old demolished materials considered under Schedule of
credit shall be the property of the contractor and will remove by the contractor at his custody.
Debris and other materials if any shall be disposed off and sites to be cleared to the entire
satisfaction of the GE.

SIGNATURE OF CONTRACTOR JT DIR (CONTRACTS)


DATED: FOR ACCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 152
PARTICULAR SPECIFICATION(CONT….)
LIST OF DRAWINGS
1 2 3 4 5 6

Ser Description Drawings No Sheet Date


No No Original Last
revision
1 2 3 4 5 6
MAIN DRAWINGS

1. CENTRAL AC PLANT OF GROUND FLOOR LK/AC/45 1R/3 26-04-2019 23-08-19


2. CENTRAL AC PLANT OF FIRST FLOOR LK/AC/45 2R/3 26-04-2019 23-08-19
3. CENTRAL AC PLANT OF SECOND FLOOR LK/AC/45 3R/3 26-04-2019 23-08-19
TD DRAWINGS

4. E/M NOTES & LEGENDS TD/EM/07 1/1 24-08-00 28-01-05

NOTES :

1. Under column 3 of List of Drawings (TD drawings covered in booklet), reference to drawings No. "CESZ/TD,
CESZ/STD and Site plan" have been made and not attached alongwith tender documents. Contractor are deemed to
be in possession of all said standard drawings amended upto date as issued by "Chief Engineer Shillong Zone",
Shillong / Engineer – in -Chief, New Delhi. These drawings including site plan may however be referred to in this
HQ/CWE/GE office during working hours. No claim whatsoever shall be admissible to the contractors on account
of any misunderstanding if any on this account.
2. In case of varying provisions between main drawing and typical drawing (TD), the main drawing(s) shall take
precedence over TD drawings.
3. In case of varying provisions between 2015 series (CESZ//2015/TD or CESZ/STD) TD drawing and Older version
typical drawing, the provision catered in 2015 series (CESZ//2015/TD or CESZ/STD) TD drawing (s) shall take
precedence.

SIGNATURE OF CONTRACTOR JT DIR (CONTRACTS)


Dated : _______________ FOR ACCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 153
STATION : LEIMAKHONG Appx 'A'

INSIDE DESIGN CONDITIONS REQD WHERE STRINGENT AIR QUALITY IS TO BE MAINTAINED IN THE AIR CONDITION ROOMS (183 MH LEIMAKHONG)

Sr No Loc Dry Bulb Toleranc RH Tolerance Suggested Fresh Airr Flow Machaneries Occupan Sound Level No of hours Dust Remarks
e load in KW cy the AC is reqd Filteration
to be operated

1 2 3 4 5 6 7 8 9 10 11 12 13

Ground Floor
1 Expensive Med Store 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 2 - 24 90% down to
10 Micron
2 IV Fluids 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 2 - 24 - do -

3 OIC 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 2 - 24 - do -

4 Cold Storage 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 2 - 24 - do -

5 MO Room -1 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 3 - 24 - do -

6 MO Room -2 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 3 - 24 - do -

7 Spl Consultant 1 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

8 Spl Consultant left 2 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

9 ECG Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 5 - 24 - do -

10 MO's Room 3 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 3 - 24 - do -

11 MO's Room 4 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 3 - 24 - do -

12 Waiting family JCO's/OR's 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 20 - 24 - do -

Contd/..
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 154
STATION : LEIMAKHONG Appx 'A'(Contd...)
13 Waiting Offrs 1 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

14 Spl Consultant 3 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

15 Dressing 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

16 Conference Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

17 CO's Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

18 Principle Matron 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

19 Admin Officer 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

20 Telemedicine store 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

21 Telephone exchange 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

22 Office 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

23 Laser Therapy 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

24 Combined treatment 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

25 Waiting Offr 2 Right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

26 Waiting JCO's family 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

27 MO exam Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

28 Additional MO's Exam Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

29 Treatment Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

Contd/..
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 155
STATION : LEIMAKHONG Appx 'A'(Contd...)
30 Injection Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

31 Nursing Offr Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

32 Drug Store 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

33 Prep comp, disg 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

34 Duty MO's Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

35 Minor surgery 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

36 Recovery Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

37 USG 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 4.00 5 - 24 - do -

38 Film Store 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 5 - 24 - do -

39 100 MA 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 6.00 5 - 24 - do -

40 Dark Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 5.00 5 - 24 - do -

41 200 MA 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 8.00 5 - 24 - do -

42 Chemical Path 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

43 Grossing Processing 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

44 Speciman Store 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

45 Heamatology Lab 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

46 Micology 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

Contd/..
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 156
STATION : LEIMAKHONG Appx 'A'(Contd...)
47 Officer I/C 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

48 Officer Waiting (lab) 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

1 st Floor

49 CTR 1 Left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 24 0.5 Micron

50 Pre OP 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 24 - do -

51 MO's Room left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 24 - do -

52 Sigle Bedded room 1 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 24 - do -

53 Sister duty room left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 10 40 24 - do -

54 Nursing duty stn 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 24 - do -

55 Signgle bedded room 2 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 24 - do -

56 Single bedded room 3 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 24 - do -

57 Single bedded room 4 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 24 - do -

58 Double bedded room 1 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 10 40 24 - do -

59 Double bedded room 2 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 10 40 24 - do -

60 ICU 23 C +/- 2 55% +/- 5 % Min 6 Fresh air changes, 38.00 10 40 24 - do -


Min 20 total air changes for
OT complex
61 Heat Stroke Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

Contd/..
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 157
STATION : LEIMAKHONG Appx 'A'(Contd...)
62 Treatment /Dressing 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

63 Eqpt Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

64 CTR 2 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

65 MO's Room 2 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

66 Sister duty Room 2 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

67 Clean utility store 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

68 OR duty room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

69 Scrub up 1 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.50 2 - 24 - do -

70 Trolley laying 1 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.50 5 - 24 - do -

71 Theatre work prep 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

72 Nurse change Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.50 3 - 24 - do -

73 OR's Change Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.50 3 - 24 - do -

74 Doctor's Change room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.50 3 - 24 - do -

75 CTR 4 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

76 Single bedded room 7 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

77 Sister duty room 4 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

Contd/..
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 158
STATION : LEIMAKHONG Appx 'A'(Contd...)
78 Nursing duty Stn 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

79 Treatment Room 2 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

80 MO's room 4 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

81 Single bedded room 8 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

82 Ward No 7 right 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.50 20 - 24 - do -
Min 6 total air changes for OT
complex
83 Ward No 8 right 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.50 20 - 24 - do -
Min 6 total air changes for OT
complex
84 Ward No 9 right 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.20 10 - 24 - do -
Min 6 total air changes for OT
complex
85 Ward No 10 right 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.20 10 - 24 - do -
Min 6 total air changes for OT
complex
86 Ward No 11 right 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.50 20 - 24 - do -
Min 6 total air changes for OT
complex
87 Ward No 12 right 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.50 20 - 24 - do -
Min 6 total air changes for OT
complex
88 Major OT 1 23 C +/- 2 55% +/- 5 % Min 6 Fresh air changes, 10.00 8 30 db 24 0.3 Micron
Min 20 total air changes for
OT complex
Contd/..
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 159
STATION : LEIMAKHONG Appx 'A'(Contd...)
89 Major OT 2 23 C +/- 2 55% +/- 5 % Min 6 Fresh air changes, 10.00 8 30 db 24 - do -
Min 20 total air changes for
OT complex

90 Recovery room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 8 40 db 24 0.5 Micron

91 OT Matron room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 db 24 - do -

92 Anaes Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 db 24 - do -

93 Scrub up 2 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.50 2 40 db 24 - do -

94 Trolley laying 2 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 db 24 - do -

95 Anaes Exam room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 db 24 - do -

96 Pre -operative 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 40 db 24 0.3 Micron

97 Minor OT 1 23 C +/- 2 55% +/- 5 % Min 6 Fresh air changes, 3.00 5 30 db 24 - do -


Min 20 total air changes for
OT complex
98 Minor OT 2 23 C +/- 2 55% +/- 5 % Min 6 Fresh air changes, 3.00 5 30 db 24 0.5 Micron
Min 20 total air changes for
OT complex
99 CTR 3 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

100 Single bedded room 5 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

Contd/..
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 160
STATION : LEIMAKHONG Appx 'A'(Contd...)
101 Sister duty room 3 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

102 Treatment room 1 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

103 Mos room 3 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

104 Single bedded room 6 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

105 Ward No 1 left 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.50 20 - 24 - do -
Min 6 total air changes

106 Ward No 2 l;eft 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.50 20 - 24 - do -
Min 6 total air changes

107 Ward No 3 left 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.20 10 - 24 - do -
Min 6 total air changes

108 Ward No 4 left 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.20 10 - 24 - do -
Min 6 total air changes

109 Ward No 5 left 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.50 20 - 24 - do -
Min 6 total air changes

110 Ward No 6 left 23 C +/- 2 55% +/- 5 % Min 2 Fresh air changes, 1.50 20 - 24 - do -
Min 6 total air changes

Contd/..
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 161
STATION : LEIMAKHONG Appx 'A'(Contd...)
2 nd Floor
111 CTR 1 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 90% down to
10 Micron
112 Double Bedded Room left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 10 - 24 - do -

113 Pantry Dinning 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 10 - 24 - do -

114 Single Bedded room 1 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

115 Single bedded roon 2 left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

116 Sister duty room left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

117 Treatment room left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

118 MO,s room left 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

119 CTR Right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

120 Family Room 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 10 - 24 - do -

121 Single bedded room 1 Right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

122 Single bedded room 2 Right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

Contd/..
CA NO: CESZ/LEI/21 OF 2019-2020 PARTICULAR SPECIFICATION (CONTD......) SERIAL PAGE NO : 162
STATION : LEIMAKHONG Appx 'A'(Contd...)
123 Sister duty room right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

124 Sitting /dining room 1 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 20 - 24 - do -

125 Sitting /dinning room 2 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 20 - 24 - do -

126 Treatment room right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

127 MO,s room right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

128 Single bedded room 3 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

129 Single bedded room 4 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -

130 Double bedded room 1 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 10 - 24 - do -

131 Double bedded room 2 right 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.00 10 - 24 - do -

132 Ward 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 1.50 20 - 24 - do -

133 Nurses duty station (Isolation 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -
ward)
134 Nurses duty stn (Offrs/family 23 C +/- 2 55% +/- 5 % Min 2 fresh air changes 0.75 5 - 24 - do -
ward)

Note : For Balance Rooms/Locations AC Design will be carried out as per conventional practice.

SIGNATURE OF CONTRACTOR JT DIR (CONTRACTS)


DATED : FOR ACCCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 163
APPX ‘B’
PARTICULAR SPECIFICATIONS (CONTD…..)

TECHNICAL DATA

1.1 WATER COOLED SCREW CHILLER


Operating condition
(a). Condenser water flow LPM
(b). Condenser water in temperature ̊C
(c). Condenser water Out temperature ̊C
(d). Condenser Fouling factor MKS
(e). Chiller water flow LPM
(f). Chiller water in temperature ̊C
(g). Chiller water Out temperature ̊C
(h). Chiller Fouling factor MKS
1.1.2 Compressor
(a). Manufactures’ Name
(b). Model
(c). Type of Compressor
(d). (Open/Hermitic/Semi-hermitic)
(e). No of compressor per Machine
(f). Capacity of each machine at specified
condition
(g). RPM of Compressor
(h). RPM o f drive
(i). Type of gear
(j). Refrigerant used
(k). Quantity of refrigerant used
Power consumption (in KW per TR of
refrigeration used)
Full load 100%
IKW at 100 % load
IKW at 75% FL
IKW at 50% FL
IKW at 25% FL
(l) Type of capacity control
(m) Range of capacity variation
1.1.3 Motor (Compressor)
(a). Make of motor
(b). Type of motor
(c). Motor KW rated
(d). Class of insulation
(e). RPM
(f). Type of starter
(g). Electrical characteristics (Voltage/frequency
fluctuation permissible )
(h). Make of starter
(i). Full load current (A)
(j). Starting current (A)
(k). No of thermistor

(l) Overload/ under load / Voltage / Single phase


protections provided (Yes or No)
1.1.4 Condenser
(a). Manufactures ‘Name
(b). Model
(c). Number of condensers in each package
(d). Shell dia OD (mm)
(e). Tube dia OD (mm)
(f). Number of tubes
(g). Length of tube (mm)
(h). Material of shell

Contd..../-
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 164
APPX ‘B’
PARTICULAR SPECIFICATIONS (CONTD…..)

(i) Length of condenser (mm)


(j) Fouling factor MKS
(k) Shell thickness (mm)
(l) Material of tube
(m) Tube thickness (mm)
(n) Water flow rate LPM
(o) No of circuits
(p) Water in temperature ̊C
(q) Water Out temperature ̊C
(r) Condenser Fouling factor MKS
(s) Refrigerant condenser ̊C
(t) Quantity of refrigerant used
(u) Whether any sub-cooling circuit in
included(Say Yes or No)
(v) Heat rejection capacity Kcal/hour
(w) Pressure drop
1.1.5 Chiller
(a). Manufactures ‘Name
(b). Model
(c). Type of chiller
(d). Number of chillers in each package
(e). Shell dia OD (mm)
(f). Tube dia OD (mm)
(g). Tube material
(h). Shell thickness(mm)
(i) Tube thickness (mm)
(j) No of tube
(k) No of circuits
(l) Water flow LPM
(m) Water in temperature ̊C
(n) Water Out temperature ̊C
(o) Pressure drop
(p) Chilling capacity in Kcal/hour
(q) Whether any super heat provided
(r) Fouling Factor (MKS)
1.1.6 Overall size of water chilling machine
(a). Overall dimension (mm)
(b). Type of vibration isolator
(c). Operating weight (Kg)
1.1.7 Microprocessor for chilling Machine
(a). Is microprocessor included?
(b). Give salient features of the microprocessor
1.2 PUMPS
1.2.1 Condenser pump sets
(a). Make
(b). Type
(c). Model
(d). Discharge (LPM)
(e). Head (M)
(f). Pump Power (in KW)
(g). Efficiency
(h). Impeller dia (mm)
(i) Material of seal
(j) Type of seal
(k) Motor rating in Kw
(l) Make of Moter

1.2.2 Chiller water pump sets

Contd..../-
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 165
APPX ‘B’
PARTICULAR SPECIFICATIONS (CONTD…..)

(a). Make
(b). Type
(c). Model
(d). Discharge (LPM)
(e). Head (M)
(f). Pump Power (in KW)
(g). Efficiency
(h). Impeller dia (mm)
(i) Material of seal
(j) Type of seal
(k) Motor rating in Kw
(l) Make of Moter
1.3 Cooling Towers
(a). Make of cooling tower
(b). Type of cooling tower
(c). Number of cells
(d). Overall dimensions in mm (LxWxH)
(e). Dry weight (kg)
(f). Operating weight (kg)
(g). Water flow rate (LPM)
(h). Design approach of cooling tower Heat
rejection
(i) Range of cooling tower
(j) No of fans
(k) Fan diameter (inch)/ No of blades
(l) Fan motor power in Kw
(m) Fan RPM
(n) Drifts loss(%)
(o) Evaporation loss (%)
1.3.1 Fan Motor
(a) Make
(b) Type of Motor
(c) Motor rating in Kw
(d) RPM of Motor
1.4. AIR HANDLING UNITS
(a). AHU Model
(b). AHU Make
(c). Air quantity CFM
(d). Fan Make
(e). Fan Model
(f). Fan Type
(g). Fan Static Pressure (mm WC)
(h). Fan Speed (RPM)
(i) F.O. Velocity)m/s)
(j) Fan BKW
(k) Motor KW
(l) Motor Speed (RPM)
(m) Coil row deep
(n) Coil face velocity(MPM)
(o) No of fins per inches
(p) Filter Material
(q) Filter Area (Sq. ft.)
(r) Filter efficiency
(s) Length(mm)
(t) Width (mm)
(u) Height (mm)
(v) Qty

1.7 Supply Air Grills

Contd..../-
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 166
APPX ‘B’
PARTICULAR SPECIFICATIONS (CONTD…..)

(a). Area of grill Sq m


(b). Velocity m/h (FPM)
(c). Air flow rate CMH (CFM)
(d). Temp DB C
(e). Temp WB C
1.8 FILTERS
(a). Total Area Sq m
(b). Effective Area Sq m
(c). Velocity of air m/h (FPM)
(d). Quantity of air CMH (CFM)
1.9 FRESH AIR
(a). Total Area Sq m
(b). Effective Area Sq m
(c). Velocity of air m/h (FPM)
(d). Quantity of air CMH (CFM)
1.10 ELECTRICAL ACCESSORIES
Please indicate the makes of followings
(a). Panel (Manufactures ‘Name)
(b). Remove control console (Manufactures’
name)
(c). ACB/MCCB/FSU
(d). HRC FUSES
(e). Rotary switch
(f). Starter D|OL/Star Delta
(g). Soft starter
(h). Indicating lights
(i) Push Buttons
(j) Control cables
(k) Power cables
(l) Ammeter
(m) Voltmeter
(n) Single phase preventer
(o) Current transformer
1.11 PIPES Diameter Diameter
(a). Make
(b). Class
(c). Wall thickness (dia wise mm)
1.12 VALVES
(a). G.M. Gate valves upto 65 mm dia make
(b). C.I. Gate valves upto 65 mm dia make
(c). Check valves make
(d). Balancing valves make
(e). Is flow measuring facility/built in balancing
valve
(f). Ball valve make
(g). Y strainer make
(h). Material/ Gauge/ perforation of basket in Y
strainer
1.12 PIPE INSULATION Acoustic Thermal Acoustic Thermal
(a). Manufactures’ Name
(b). Marital
(c). Density Kg/Cm
(d). Thermal conductivity Kcal/Hour

SIGNATURE OF CONTRACTOR JT DIR (Contracts)


DATED: FOR ACCEPTING OFFICER

Contd..../-
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO : 167
PARTICULAR SPECIFICATION (CONTD......) Appx 'C'

AC CALCULATION
LATITUDE OF PLACE -
LONGITUDE OF PLACE -
HEIGHT ABOVE MSL -

OUTSIDE CONDITIONS
MONTH DB WB RH
SELECTED
SUMMER
MONSOON
WINTER

DESIGNED INSIDE CONDITIONS


SRL NO ROOM NO TEMP REQD RH REQD NO OF FRESH FRESH AIR CFM FILTRATION COOLING ANY SPL REMARKS
AIR CHANGES LEVEL & LOAD TR CONDITION FOR
CONSIDERED FILTER TYPE +VE PR, -VE PR
WITH RESPECTED
TO ADJ BLDG
1
2
3
4
5
6
7
8
9
10

Contd.../...
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO : 168
PARTICULAR SPECIFICATION (CONTD......) Appx 'C'(Contd...)

RECOMMENDATION OF EQUIPMENT
TYPE OF PLANT SUGGESTED
(a) Chilled water plant with Reciprocating/Centrifugal/Screw/Scroll Comp - Air Cooled / Water Cooled
REASONS FOR SELECTION FOR PARTICULAR TYPE
DETAILS ABOUT AHU's
(a) No of AHU's Proposed
(b) Type of AHU - Horizontal/Vertical/Ceiling Mounted
(c) Reason for Selection of Particular type of AHU

SRL NO AHU NO MEANT FOR PR OF DEHUMIDIFIE NO OF DEEP BF OF COIL ADP SIZE OF AHU REMARKS
WHICH BLOWER D AIR CFM ROWS OF COIL
ROOMS INCHES OF
WG

1
2
3
4
5
6
7
8
9
10

Contd.../...
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO : 169
PARTICULAR SPECIFICATION (CONTD......) Appx 'C'(Contd...)

Supply air arrangement - Side Grill, Diffuser etc.


Insulated Duct appx__________________Sqft
Uninsulated Duct appx__________________Sqft
Return of air arrangement - Side Grill, Diffuser etc.

Insulated Duct appx__________________Sqft


Uninsulated Duct appx__________________Sqft

DETAILS ABOUT PUMPS

Centrifugal Monoblock/Split casing/pull back type

Reason for selection of a particular type of pump

SIGNATURE OF CONTRACTOR JT DIR (CONTRACTS)


DATED : FOR ACCCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 170
APDX ‘D’(CONTD....)
PARTICULAR SPECIFICATIONS (CONTD…..)

Format of Test Readings at Site


Performance Test readings
Season –
Date -
The following test reading shall be taken recorded hourly during the seasonal tests.
1.1 OUTSIDE CONDITIONS
(a) Season
(b) Dry bulb temperature – C̊
(c) Wet bulb temperature – ̊C
1.2 INSIDE CONDITIONS (For each area 1 2 3 4 5 6
served by each AHU)
(a) Dry bulb temperature – ̊C
(b) Wet bulb temperature – C̊
(c) Relative humidity - %
1.3 Compressor (Each) Compressor at
100%, 75%, 50% and 25% )
(a) Suction Pressure Kg/Cm
(b) Discharge pressure Kg/Sq. Cm
(c) Oil pressure Kg/Cm (PSI)
1.4 COMPRESSOR Motor (Each motor to be recorded at 100%, 75%, 50% and
25% load )
(a) Motor current (A)
(b) Voltage (V)
(c) Power (Kw)
(d) Power Factor
1.5 CONDENSER (To be recorded at 100%, 75%, 50% and 25% load but with
constant flow for each condenser for clean tube and after 3 months)
(a) Water flow rate (LPM)
(b) Entering water temperature ̊C
(c) ̊
Leaving water temperature C
(d) Pressure drop through condenser (Kg/Sq.
Cm) (PSI)
(e) Tube condition
1.6 EVAPORATOR (To be recorded at 100%, 75%, 50% and 25% load but with
constant flow for each condenser for clean tube and after 3 months)
(a) Water flow rate (LPM)
(b) Entering water temperature ̊C
(c) ̊
Leaving water temperature C
(d) Pressure drop through condenser (Kg/Sq.
Cm) (PSI)
(e) Tube condition
1.7 PUMPS SETS (Chilled water) (To be recorded at each pump)
(a) Flow rate (LPM)
(b) Suction Pressure Kg/Cm
(c) Discharge pressure Kg/Sq. Cm
(d) Motor
1.8 PUMP MOTOR (To be recorded at each pump motor)
(a) Voltage (V)
(b) Current (A)
(c) Power (Kw)
(d) Power Factor
1.9 Air Handling Units & Fan Coil Units
(a) Air Velocity FPM
(b) Coil Face Area Sq. M
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 171
APDX ‘D’(CONTD....)
PARTICULAR SPECIFICATIONS (CONTD…..)

(c) Air Quantity CFM


(d) Entering Air Temperature DB ̊
C
(e) Entering Air Temperature WB C ̊
(f) Leaving Air Temperature DB C ̊
(g) Leaving Air Temperature WB C ̊
(h) Entering Water Pressure Kg/Sq. Cm
(i) Leaving Water Pressure Kg/Sq. Cm
(j) MOTOR
(i) Rated Horse Power HP
(ii) Rated Voltage Volts
(iii) Rated Current Amp
(iv) Actual Voltage Volts
(v) Actual Current Amp
(vi) Actual Power KW
1.10 SUPPLY AIR GRILLS
(a) Area of grill Sq m
(b) Velocity m/h (FPM)
(c) Air Flow Rate CMH (CFM)
(d) Temp DB ̊
C
(e) Temp WB C ̊
1.11 FILTERS
(a) Total Area Sqm
(b) Effective Area Sqm
(c) Velocity of Air m/h (FPM)
(d) Quantity of Air CMH (CFM)
1.12 FRESH AIR
(a) Total Area Sqm
(b) Effective Area Sqm
(c) Velocity of Air m/h (FPM)
(d) Quantity of Air CMH (CFM)

SIGNATURE OF CONTRACTOR JT DIR (CONTRACTS)


DATED: FOR ACCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO: 172
PARTICULAR SPECIFICATION(CONTD....) Annexure D1

KWH Meter
Date Time Voltage Ambient Temp Compressors(1)/(2)/(3) Motor Condensers(1)/(2)/(3) Chiller (1)/(2)/(3) Cooling water pump motor
Reading
Oil Delivery Motor
Suction Discharge RPM
DB ̊F WB ̊F RH % Pressure RPM Inlet ̊F Outlet ̊F Inlet ̊F Outlet ̊F Pressure
Pressure (PSI) Pressure (PSI) Ampier
(PSI) (PSI) RPM Amp
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19

Signature of the contractor Signature of the Engineer-in-Charge Signature of the Testing Officer

Signature of the contractor Jt Dir (Contract)


Dated For Accepting Officer
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO: 173
PARTICULAR SPECIFICATION(CONTD....) Annexure D1

Room Temp ̊F
Chilled water pump motor AHU (1)/(2)/(3)/(4)/(5)/(6)
Cooling (1)/(2)/(3)/(4)/(5)/(6)/(7)
Air Velocity at Inlet Fresh air intake
Tower fan Room Sound level DB Remarks
Delivery Motor Blower Part of Cooling Coil Velocity
Motor
Pressure Motor Chilled water ̊F Coil Air ̊F DB WB RH%
(PSI) RPM Amp Amp In Out In Out
20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35

Signature of the contractor Signature of the Engineer-in-Charge Signature of the Testing Officer

Signature of the contractor Jt Dir (Contract)


Dated For Accepting Officer
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO 174
APPENDIX ‘E’
PARTICULAR SPECIFICATIONS (CONTD…..)

AIR CONDITIONING TEST SHEET FOR SUMMER /WINTER/MANSOON

STATION :

BUILDING :

Particulars of equipment installed Date of Test :

MOTOR COMPRESSOR
MAKE SL NO MAKE SL NO

Set 1
Set 2
Set 3
4. Electrical Meter Reading Initial KWH
5. Total electricity consumed KWH
6. Duration of test Hrs
7. Electricity consumer per hour KWH
8. Average temp of the air (Fresh and return) DB OF
Entering the weather Maker
WB OF
9. Average temp of the air leaving the weather Maker DB OF

WB OF
10. Total Quantity of air (Fresh and return) in lbs/hr
delivered at the inlet to the weather maker
11. Heat load on the basis of data 8 Minute 9 above
BTU/Hrs
12. Overall efficiency of the plant (Co-efficient of Output in BTU/Hrs
overall performance) Input in KWH/Hr x 3410
NOTE:- Heat added by strip heaters and blower motor should be as far as possible be taken into
account when working out the output.
Humidifier may be shut down, say after steady state conditions have been attained to
eliminate any effort while taking reading against item 8 and 9 for the purpose of
calculating efficiency.

SIGNATURE OF CONTRACTOR JT DIR (CONTRACTS)


DATED: FOR ACCEPTING OFFICER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO: 175
PARTICULAR SPECIFICATION (CONTD....) APPENDIX 'F'

TIME TEMPARATURE CHART

1
2
3
4
5
6
7
8
9
10
11
12
90 85 80 75

Contd...
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO: 176
PARTICULAR SPECIFICATION(CONTD....) APPENDIX 'F' (Contd....)

TIME TEMPARATURE CHART

13
14
15
16
17
18
19
20
21
22
23
24
115 110 105 100 95

Signature of the contractor Signature of the Engineer-in-Charge Signature of the Testing Officer

Signature of the contractor Jt Dir (Contract)


Dated For Accepting Officer
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 177
APPENDIX ‘G’
LIST OF PRODUCTS FOR WHICH SPECIFIC MAKES ARE TO BE INCORPORATED IN WORKS

GENERAL
Materials to be incorporated in the Work shall be any one of the following MAKE as approved by the GE in
writing before incorporated in the Work. These shall strictly comply with latest appropriate Indian Standard
Specification or where IS Specification is not available these shall comply with the latest BS Specification.

Sl No. MATERIALS MAKE / NAME OF MANUFACTURER


1 2 3
A. BUILDING MATERIALS
1. ATT CHEMICALS – ISI Marked with valid CML NO of BIS
2. PLASTICISER – M/S FOSROC CHEMICALS INDIA LTD./
MC-BAUCHEMIE (INDIA) PVT. LTD./ SIKA
QUALCRETE LTD./ HINDCON CHEMICALS LTD
3. WATER PROOFING COMPOUND – BAUCHEMIC INDIA / CICO / FOSROC / PIDILITE /
ROFF/ HINDCON CHEMICALS LTD/ BERGER
(CEMENT MIX PLUS)
4. FACTORY MADE 2ND CLASS HARD – M/S ASCU HICKSON LIMITED.
WOOD PANELED DOOR 7A, Elgin Road, Calcutta -700020 Phone : 2401174/247059
SHUTTER/SKELETON Fax : 2470598/2263167/2254478
SHUTTER/FLUSH DOOR SHUTTER
– M/S DOORKING INDUSTRIES
(Sample of Item as per Scales of
27 Gr block, Sector –V, Salt Lake, Kolkata
Testing given in IS:1003 shall be
Phone : 033-22511334
subject to Testing at reputed Test
House/Govt. Test House as approved – M/S GOYAL INDUSTRIES CORPORATION, (Factory)
by GE at Contractor's Cost and after 14/5 Milestone, Mathura Road, Faridabad (Haryana)
getting satisfactory Test Result Tele : (019) 91-275828
Payment shall be released)
– M/S JOINERY WOOD PRODUCTS PVT LTD.
Mamorani, Digboi Road, Makum Jn, Assam – 786170
TelE (RES) : 0374-22643
– M/S KAJI RANGA WOOD PRODUCTS, PVT LTD.
517 Shimanta Market, AT Road, Guwahati, Assam
– M/S NARMADA WOOD PRODUCTS
Industrial Area (Kheda) Itarsi (MP)

– M/S PREMIER WOOD CRAFTS (P) LTD.


Jessore Road,PO Ganganagar, Dist-24 Parganas (WB)

– M/S PURBANCHAL INDUSTRIES


C/O Purbanchal Wood Products
Near Ganesh Mandir, RP Road, Dispur, Guwahati
Phone : 0361-2222130
– M/S DOORKING
20 Central South Road Kolkata-15
Phone : 033-22511334
– M/S VINOD PATTERNS & FURNITURE INDUSTRY
I, Industrial Area, Govind Pura, Bhopal - 462023 (MP)

– M/s Jain Wood Industries (Brand: JAYNA)


A-228, Vardhaman Grand Plaza, Mangalam Place, sector-3,
Rohini, New delhi-85
Tele: 9313694205 / 8860055818
5. PVC DOORS & FRAMES, – M/S RAJSHRI PLASTIWOOD/ M/S ACCUCEL
WINDOWS, PARTITIONS, FALSE POLYTECH PVT LTD/ M/S SINTEX INDIA LTD. /
CEILINGS & WALL CLADDINGS DUROPLAST
6. FRP DOOR – KRAFTO DOOR/ M/S Fibreways technology(254 A/1, Gr
floor, TK House, Malviya Nagar Delhi-17) , M/S Syntax
Ind. Ltd, M/S Deelux Poly Fab Pvt Ltd, M/S S M Fibre, M/S
Ashoo Model Arts, M/s Jain Wood Industries (Brand:
JAYNA)
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 178
APPENDIX ‘G’ (contd…)

1 2 3

7. MILD STEEL BUILDER’S HARD- – CROWN/ EVERLITE/ GODREJ/ HARRISON/


WARES VIZ BARREL TOWER MOWJEE/ SANDHU/ SARTAJ/ UNIVERSAL OR ANY
BOLT, SLIDING DOOR BOLT, BUTT MAKE BEARING IS CERTIFICATION MARK
HINGE, HANDLE, DOOR CLOSER,
ETC.
8. AUMINIUM BUILDER’S HARD- – ARGENT/ CLASSIC/ POINEER OR ANY MAKE
WARES VIZ BARREL TOWER BEARING IS CERTIFICATION MARK
BOLT, SLIDING DOOR BOLT,
HANDLE, DOOR CLOSER, ETC.
9. ALUMINIUM DOOR & WINDOW – HINDALCO/ INDALCO/ JINDAL / HALCO / M/S
SECTION, ALUMINIUM SNAP GRID TRISUL INDUSTRIES
or any other ALUMINIUM SECTION
10. FACTORY MADE STEEL – M/S DOORWYN INDUSTRIES, 55, Dharamtalla Road,
WINDOWS/ VENTILATORS (IS Salkia, Howrah
1038-1980) & FACTORY MADE
– M/S HOPES METAL INDUSTRIES LTD. P-23,
PRESSED STEEL DOOR FRAMES
Transport Depot Road, Calcutta - 700 027
(ISI -4531) AND SHALL BE FLASH
BUTT WELDED
– M/S MADHU INDUSTRIES 63, N.S Palya, Banner
(Sample of Item as per Scales of Testing Ghatla Road, Bangalore - 560 076
given in IS:1038 shall be subjected to Phone : 080-6688907/6685195/ 6682263, Fax :
Testing at reputed Lab/Govt. Test
House as approved by GE at 080-6688907
Contractor's Cost and after getting – M/S MODERN FABRICTORS
satisfactory Test Result Payment shall 23-J, Radhamadhab Dutta Garden Lane, Calcutta - 700
be released) 010
Phone : 3507353 (Office), Fax : 3505379
– M/S MULTIWYN INDUSTRIAL CORP,
Camac Street (B Block, 2nd Floor), Calcutta - 700 016
Phone : 033-2299543/2297525/2298904, Fax :
033-2290748

– M/S PURBANCHAL INDUSTRIES


C/O Purbanchal Wood Products
Near Ganesh Mandir, RP Road, Dispur, Guwahati
Phone : 0361-2222130
– M/S STEEL ENGINEERS
203, Kabiguru Ravindra Path, Kancharapara -743145
– M/S THE ANKUR INDUSTRIES
726, Andul Road (Podra), P.O. Danesh Sheikh Lane
Howrah - 711 109
– M/S TRISUL INDUSTRIES
284-A, Chappel street Meerut Cant (UP)-250001,
Phone: 0121-4026578, Mo-9557770202
11. PRE-COATED FACTORY MADE – (i) TATA Steel, Mumbai,
STEEL WINDOWS/VENTILATORS (ii) Ashwani & Sons, 4-66, Rajnagar, Ghaziyabad(UP)
(IS-1038-1980) & (Sample of item as (iii) JINDAL, 2-32, Gurgaon, Haryana-122001
per Scales of Testing given in IS:1038 (iv) Ashish Industries, 1337, Manapur Industrial Area,
shall be subjected to Testing at reputed Meerut Road(UP), Pin-201003, Ph-9891542779
Lab/Govt. Test House as approved by (v) NCL Alltek & Seccolor Ltd, Reg. & Admin Ofc:1,
GE at Contractor’s Cost and after Ganga enclave, Petbasheerabad,Hyderabad-500067
getting satisfactory Test Result
Payment shall be released)

12. ROLLING SHUTTER – ANY MAKE BEARING IS CERTIFICATION MARK

13. PRE-ENGINEERING /GALVALUME – DURASHINE/LYSAGHT BY M/S TATA


SHEET as per IS 15965 BLUE SCOPE/DURA ROOF

– ALUCOLOR/GALVACOLOR BY BHUSHAN
POWER & STEEL
– COLOURON PLUS BY JSW / DYNA ROOF
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 179
APPENDIX ‘G’ (contd…)

1 2 3

14. Pre-Engineered Building (PEB) – M/s Paramount Building Solution Pvt Ltd
{Designing, Manufacturing, Supply and Plot No : 531, Vivekananda Nagar Colony, Kukatpally,
Execution of Steel Structure} Hyderabad, Telangana-500072
Phone: 9848024348/9951231222/9000993002
15. CGI/PGI STEEL SHEET – JINDAL/ SAIL / TATA
16. Wire mesh for wire crate – ISI Marked with valid CML No of BIS
17. Poly carbonate sheet – TUFLITE/ FLEXITUFF/ STARPLAST/ PRIME
ROOFING/ PRESTAR INFRASTRUCTURE PVT LTD/
GE/ FIBREWAYS TECHNOLOGY
18. Fiber glass / Mineral wool for thermal – TWIGA INSULATION, UP TWIGA FIBER GLASS
insulation of ceilings(Under deck LTD, LLOYD INSULATION / ARMACELL
insulation )

19. Prelaminated playwood/ Plywood – GREEN PLY /KIT PLY / CENTURY PLY./ ARCHID
Grade BWR type BB /decorative PLY / SHIRDI INDUSTRIAL LTD (ASIS)/ NEPAL
plywood BOARD
20. Plastic Laminated Sheet – GREEN LAM / ARCHID LAM / CENTURY LAM/ KIT
LAM
21. Veneered Particle Boards – ECOBOARD/ NOVAPAN/ BHUTAN BOARD /
CENTURY PLY / ARCHID PLY / GREEN PLY/
SHIRDI INDUSTRIAL LTD (ASIS)/ NEPAL BOARD
22. Prelaminated Particle Board/ – GREEN LAM / ARCHID LAM/CENTURY LAM / KIT
Prelaminated MDF LAM// SHIRDI INDUSTRIAL LTD (ASIS)/ NEPAL
BOARD
23. Aluminium Composite Panel ALSTONE INTERNATIONAL / ALUMINIUM TECH
INDUSTRIES / MODERN FABRICATOR
24. Adhesive – FEVICAL / DR FIXIT / DENDRITE
25. APP MODIFIED WATER PROOFING – MOPLY-FP (M/S TEXSA INDIA LTD.)/ IWLHYPERPLAS
MEMBRANES POLYSTER (M/S IWL)/ SUPER
THERMOLAY( M/S STP LIMITED) / TORCHSHIELD AP
BY PIDILITE INDUSTRIED/ HINDCON CHEMICALS LTD/
BERGER(PROSHIELD MEMBRANE)

26. BITUMEN PRIMER, BITUMEN, ETC – MAKE BEAR IS CERTIFICATION MARK


FOR ROOF TREATMENT ONLY
27. High Pressure Steam Cured Non – ARMSTRONG/ SAINT GOBAIN (GYPROC)/
Asbestos Fibre Cement Board as per IS EVEREST
14862
28. GYPSUM BOARDS – ARMSTRONG/ SAINT GOBAIN ( GYPROC)/USG
BORAL

29. TERRAZZO TILES (IS-1237:1980) – ISI MARKED


30. CHEQUERED TILES (IS-13801) – CONFORMING TO IS (TILES SHALL NOT BE MADE
AT SITE. ITEMS SHALL BE GOT TESTED AT NTH
AT CONTRACTOR’S COST. PAYMENT SHALL BE
RELEASED ONLY AFTER GETTING
SATISFACTORY TEST RESULTS)
31. Ceramic Tiles( Antiskid/Non skid/ – FIRST QUALITY OF JOHNSON TILES, SOMANY,
Glazed tiles), Outdoor Vitrified NITCO, CERA, KAJARIA / SUNSHINE / VARMORA
Paving Tiles GRANITO PVT LTD
32. Acid resistance Ceramic – JHONSON (ENDURA, HEAVY DUTY) COATED
Tiles(Industrial type) as conform to SERIES or equivalent quality SOMANY, REGENCY,
IS 4457 with chemical resistant EURO TILES, ASIAN, KAJARIA, NITCO as approved
mortar by GE
33. VITRIFIED TILES – FIRST QUALITY OF JOHNSON TILES, SOMANY,
KAJARIA, NITCO /SUNSHINE/ VARMORA GRANITO
PVT LTD
34. SHEET GLASS – MODIGUARD FLOAT GLASS / SAINT GOBAIN
GLASS(SSG)
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 180
APPENDIX ‘G’ (contd…)

1 2 3

35. PRECAST INTERLOCKING PAVER – (I)ANJALI TILES, (II) ULTRA TILES PVT. LTD.,
BLOCK (III) TERRA FIRMA, (IV) BANSAL, (V)WONDER
CRETE, (VI) A-ONE TILES, (VI) MEHTAB
36. CEMENT BASE PAINT – Shalimar (Maha Cemkote) / Snowcem Plus / Durocem /
Robbiacem (J&N) / Acrocem Ultra / Ecocem (TATA
Plgments)
37. Dry Distemper / Oil bound Distemper / – ASIAN PAINTS (TRACTOR UNO), BERGER (BISON)
Acryclic Distemper / DULUX WEATHERSHIELD ( Signature of power
flex) of ICI
38. Acryclic emulsion / Weather proof paint – ASIAN PAINTS (ROYAL), BERGER (SILK),
ICI(DULUX VELVET TOUCH)
39. Acryclic based polymer modified – ACRECRETE & ACROCOTE, CICO, FORSOC, MYK
cementitious water proofing LATICRETE, HI TECH, PIDILITE, SIKA, BASF IND LTD,
BLUE SEAL/ HINDCON CHEMICALS LTD/ BERGER
40. Plastic Emulsion Paint – ACROCEM/ DUROCEM/ SUPER SNOWCEM/
BERGER (XTRCE M-76 SUPERIOR CEMENT
PAINT) / ASIAN PAINT ( GUTUCAM)
41. SYNTHETIC PAINT (FIRST – ASIAN PAINTS (APPCOLITE), BERGER
QUALITY) (LUXOL), ICI(DULUX SUPERGLOSS)
42. PVC CISTERN (ISI MARKED) & – CERA/ COMMANDER/ HINDWARE/ JOHNSON
PLASTIC SEAT COVER (SOILD PEDDAR/ PARRYWARE/ SPEED FLO (BLUE STAR
HEAVEY DUTY) POLYMERS)
43. STAINLESS STEEL SINK/ PLATE – ANJALI/ BLUE STAR/ DIAMOND/ LOTUS/ NIRALI
RACK
44. MIRROR – ATUL/GOLDFISH/KOHINOOR/MODI/SAINT
GOBAIN/SWASTIK
45. BATH ROOM CHROMIUM PLATED / – JAQUAR(CONTINENTAL) / MARC/ PARRYWARE/
CAST COPPER ALLOY FANCY BIB HINDWARE
TAPS, STOP VALVES & PILLAR
TAPS (IS:8931-1993) IS-8934-1978)
46. PREFABRICATED PVC HUT & _ KUMAR ARCH TECH PVT LTD/ PRESTAR
BATHROOMS
47. PVC OVER HEAD TANK (MULTI – ROTAX/ SINTEX/ POLYCON/ DIPLAST/
LAYERED CONSTRUCTION AS PER NILKAMAL
IS-12701:1996)
WATER SUPPLY ITEMS
48. GI PIPE (ANY GRADE) – BANSAL/ BST/ JINDAL/ NEZONE (NTL)/ PRAKASH/
TATA/ SWASTIK/ ZENITH
49. GI FITTINGS – AA OR MAKE BEARING IS CERTIFICATION MARK
50. PP-R PIPES & FITTINGS – PRINCE/ RELLIANCE/ SAVOIR-FAIRE
MANUFACTURING CO. PVT LTD. (SFMC)/ VECTUS/
WET FLOW/ FUSION
51. CAST COPPER BIB COCK/STOP – SEICO/LEADER/JINDAL/GEM/SONA.
VALVE
52. GUN METAL GATE VALVE – KIRLOSKAR/ L&T/ LEADER/ZOLOTO
53. CAST IRON PIPE – NECO CENTRI/ BIC/ AIC/ PIC/ JAI BALAJI
(CENTRIFUGALLY CAST) INDUSTRY / SHRIKALAHASTI PIPES LTD/
ELECTRO STEEL/ KALINGA/ KESORAM/ TISCO
54. CAST IRON PIPE (VERTICALLY – JINDAL/ KEJRAWAL
CAST)
55. Vitreous China, WC/HWB/ Urinal/Soap – HINDUSTAN SANITARY WARE (Hindware) (Regular)
Dish/ Urinal Partition Wall/ Laboratory / PARRYWARE (SUPERFINE) / CERA (Regular)/
sink with ISI Marked JAQUAR
56. DUCTILE IRON PIPE – ELECTROTHERM INDIA /ELECTROSTEEL
CASTINGS LIMITED / JINDAL SAW LIMITED /
TATA METALIKS KUBATA PIPES/ JAI BALAJI
INDUSTRIES LTD
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 181
APPENDIX ‘G’ (contd…)

1 2 3

57. CI /DUCTILE IRON SPECIALS – ELECTROSTEEL/ELECTRO-THERM/JINDAL/


KESORAM/ LANCO
58. MILD STEEL PIPE – BANSAL/ BST/ HINDUSTAN/ JINDAL/ NEZONE
(NTL)/ PRAKASH/ SWASTIK/ TATA/ ZENITH
59. HDPE /PVC PIPES & FITTINGS – JAIN IRRIGATION /ANANT/ OM SREE PRODUCTS/
TUSKER/ORI-PLAST/ SUPREME/ PRINCE/
RELLIANCE / HALLMARK/KISAN/FINOLEX/AJAY
FLOW
60. UPVC / RWP/CPVC – ANANT EXTRUSIONS LTD. (KAMAL)/ KISAN/ PARAS/
PRIME/ SUPREME/ PRINCE/ RELLIANCE/ASHIRVAD /
PRECISION PLASTIC/ JAIN IRRIGATION/ ORI-PLAST
61. SLUICE VALVE/ REFLUX VALVE – KIRLOSKAR(KBL)/ L&T/ LEADER
62. AIR RELEASE VALVE/ FOOT – KIRLOSKAR(KBL)/ L&T/ LEADER
VALVE/ NON-RETURN VALVE
63. BLEACHING DOZER – AQUAPURA/ AVON/ ION EXCHANGE/ MAIC-INDIA
64. GRANULAR CHLORINATION – BRIOZING/ DECLIBAC (ALTOCH “GP”)/ POWER &
WATTS
65. LIQUID CHLORINE – DECLIBAC/ HYDRIOL/ RMCO
66. CHLORONOME PLANT – AQUA/ CANDY FILTERS/ MAIC/ NATIONAL TIMBERS
/CHLORINATOR LTD./ PATTERSON/ PEARL FILTERS
67. LIQUID CHLORINE DOZING – DECLIBAC/ MILTON ROY/ RMCO/ TECHNOMAC
68. WATER METER – CAPSTON / DASHMESH / KIRLOSKAR
69. CENTRIFUGAL PUMP – CROMPTON GREAVES/ JOHNSON/ KIRLOSKAR/ KSB/
MATHER & PLATT
70. SUBMERSIBLE PUMP – KIRLOSKAR / KSB/ CROMPTON GREAVES
71. SOLAR WATER HEATER – M/S BEST & CROMPTON/ M/S BHARAT HEAVY
ELECT LTD./ SUN TECHNICS ENERGY SYSTEMS
PVT./ TATA BP SOLAR INDIA LTD.
72. VERTICAL TURBINE – JOHNSTON/ KIRLOSKAR/ KSB/ WORTHINGSTON
73. WATER TREATMENT PLANT/ – M/S THERMAX LTD/ M/S SATHYA SAI AQUA PURA
PRODUCT SERVICES/ M/S OPTIMUS ENVIROPRO PVT. LTD. / ION
EXCHANGE PVT LTD/M/S SOPHISTICATED
INDUSTRIAL MATERIALS ANALYTIC (SIMA) LABS
PVT LTD/ M/S SOMBANSI ENVIRO ENGG. PVT
LTD(SEEPL) / M/S PRISTINE WATER
ELECTRICAL ITEMS –
74. POINT WIRING CABLES – FINOLEX/HAVELLS/R R KABEL/RPG /ANCHOR /
MESCAB / CRYSTAL/POLYCAB / KEI
75. PIANO SWITCHES, SOCKETS etc – ISI MARKED PRODUCTS OF ANCHOR /
KINJAL / HAVELLS / LEGRAND
76. PVC CASING CAPPING – FINOLEX / MODI / PRESTO PLAST/ PLAZA/ KALINGA
/RICHA CABLE
77. PVC CONDUITS – FINOLEX / MODI / PRESTO PLAST/ PLAZA/ KALINGA
78. STEEL CONDUITS – TATA/JINDAL/AKG/SWASTIK/PRAKASH
79. MODULAR SWITCHES/ FIXTURES – CRABTREE/ LEGRAND/ SCHNEIDER/L&T/ SIEMENS/
ABB/ MK/ PHILIPS/ANCHOR / HAVELLS/ INDOASIAN
80. MCBs & DBs & ISOLATOR – LEGRAND/ SCHNEIDER (MERLIN GERIN)/
SIEMENS/ABB / HAVELLS / INDOASIAN
81. EXHAUST FANS / CEILING FAN – CROMPTOM GREAVES / KHAITAN / BAJAJ /
HAVELL’S / ORIENT / ANCHOR
82. ELCB / RCCB / RCBO – LEGRAND/ SCHNEIDER (MERLIN GERIN)/ SIEMENS /
ABB / HAVELLS/ INDOASIAN
83. MCCBs – ABB/ LEGRAND/ SCHNEIDER/ SIEMENS/ INDOASIAN
84. SWITCH FUSE – L&T/ SCHNEIDER (MERLIN GERIN)/ SIEMENS /ABB/
INDOASIAN
85. ALL TYPE FLUORESCENT FITTING/ – BAJAJ/ CROMPTON GREAVES/ HAVELL’S/ PHILIPS/
HPMV / HPSV / CFL etc WIPRO
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 182
APPENDIX ‘G’ (contd…)

1 2 3

86. ALL TYPE LED LIGHT FITTINGS – BAJAJ/ PHILIPS/ WIPRO/ SYSKA LED / HAVELLS /
JAGUAR LIGHTING / HPL ELECTRIC &
POWER/CENTURY LED (Brand-MAGIK)
87. HIGH MAST GI POLE – BAJAJ/ CROMPTON GREAVES/ NEZONE (NTL)/
UTKARASH / K-LITE
88. FLAME PROOF FITTINGS – BALIGA / FLEXPRO / SUDHIR / FCG/ CROMPTON
GREAVES/ BAJAJ
89. SOLAR STREET LIGHT FITTING – TATA POWER SOLAR /BAJAJ/PHILIPS/ CROMPTON
GREAVES / AXXON TECH
90. EXHAUST FANS/CEILING FAN – CROMPTON GREAVES , KHAITAN, BAJAJ,
HAVELL'S, ORIENT
91. HEATER WATER STORAGE – Bajaj / HAVELLS / CROMPTOM GREAVES/
TYPE ELECTRIC GEYSER VENUS
92. STREET LIGHT TIME SWITCHES – GE CONTROLS / L&T/ LEGRAND / SR
COMMUNICATIONS/ INDOASIAN
93. STEEL POLES (ISI MARKED) – BANSAL POLES / CALCUTTA POLES / JINDAL
POLES / KWALITY STEEL-KOLKATA / NATIONAL
TUBING COMPANY/NEOZNE / K-LITE / SUBHAM
POLES
94. HT INSULATORS – BHLE/ JAYSHREE/ MYSORE/ RASTRIYA
95. GOD WITH ISOLATOR – PACTIL/ JAIPURIA/BHEL
96. LIGHTNING ARRESTOR – ALPRO / AREVA/ OBLUM/ RASHTRIYA/ RAYCHEM
/ BHAL
97. CHANGE OVER SWITCHES – L&T / SCHNEIDER / SIEMENS / HAVELLS/
INDOASIAN
98. STARTERS – BCH (BHARAT CUTTLER HAMMER)/ CROMPTON
GREAVES/ L&T/ SIEMENS
99. LT XLPE/ PVC CABLES (UG) – ASIAN (RPG)/ GLOSTER/ FINOLEX/ HAVELLS /
(ARMOURED & UNARMOURED) MESCAB / CRYSTAL / UNIVERAL / PARAGON/
POLYCAB/R R KABEL/ KEI
100. HT XLPE/ PVC CABLES (UG) – ASIAN (RPG)/ CCI/ NICCO/GLOSTER/HAVELLS /
(ARMOURED & UNARMOURED) CRYSTAL / UNIVERSAL/ POLYCAB/ KEI
101.HT XPLE CABLE JOINTS – DENSON/ M-SEAL/ RAYCHEM / 3M
102. LT ACB – ABB/ L&T/ SCHNEIDER (MERLIN GREEN)/
SIEMENS/ INDOASIAN
103. HT OCB/VCB, 33KV & 11KV – ABB/ BHEL/ CROMPTON GREAVES/
(INCLUDING PANEL) SCHNEIDER (MERLIN GREEN)/ SIEMENS
/ANDREW YULE (MAKE OF ACCESSORIES LIKE
CT’s, PT’s, ETC. SHALL BE AS APPROVED BY
MANUFACTURER OF OCB/ VCB PANEL)
104. 33 KV CTs / PTs – AE / AREVA/ CROMPTON GREAVES/ KAPPA
105. CURRENT TRANSFORMER & – AREVA/ ELECTRICAL CONTRL & SYSTEM/ KAPPA/
POTENTIAL TRANSFORMER 11 KV PRAGATI
RANGE
106. RELAY (ELECTRO MECHANICAL – ABB / AREVA / GE CONTROLS / L&T
107. RELAY NUMERICAL – ABB / AREVA / GE CONTROLS / L&T
108. ELECTRONIC MULTI-FUNCTION – HPL SOCOMEC / L&T / NEPTUNE / SECURE
ENERGY METER/KWH METER METERS/AE / HPL ELECTRIC & POWER
109. THERMO-PLASTICS ENCLO-SURES – HENSEL / SECURE METERS/L&T
FOR METERS / DBS
110. INDICATOR LAMP – GE CONTROLS / HAVELL'S / L&T / SIEMENS
111. SELECTOR SWITCH – GE CONTROLS/ HAVELL'S/ HPL LTD/ KAYCEE/
L&T/ SIEMENS
112. AMMETER, VOLTMETER, ETC. – AE/ HAVELL’S/ L&T/ LEGRAND/ MECO/ RISHAB
113. CONTACTORS – BCH/ CROMPTON GREAVES/ GE CONTROLS/
HAVELLS/ L&T / SIEMENS/ INDOASIAN
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 183
APPENDIX ‘G’ (contd…)

1 2 3

114. LT PANEL BOARD/ LT FEEDER – ANY MAKE HAVING CPRI APPROVED


PILLAR BOX
115. CAPACITOR BANK/ APFC PANEL – CROMPTON GREAVESS/ L&T/ NEPTUNE/
SIEMENS/ABB/ BCH (BHARAT CUTTLER
HAMMER)
116. TRANSFORMER 11KV/0.433KV – ABB/ BHEL/ CROMPTON GREAVES/ NGEF/
BELOW 315KVA BELOW VOLTAMP / PME/ ANDREW YULE
117. TRANSFORMER 11KV/0.433KV – ABB/ ANDREW YULE/ BHEL/ CROMPTON
ABOVE 315KVA & ABOVE GREAVES/ VOLTAMP (BARODA)
118. TRANSFORMER 33KV/11KV – ABB/ BHLE/ CROMPTON GREAVES/ SIEMENS/
VOLTAMP (BARODA)
119. BATTERY CHARGERS – AMARA RAJA / MASSTECH / STATCON
120. BATTERY MAINTENANCE FREE – AMARA RAJA/ AMCO/ EXIDE/ OKAYA/
PRESTOLITE
121. VOLTAGE STABILIZER – AE / BRENTFORD / ITE-GURGAON / VINITEK
(Brand Name VOLINA)
122. ELECTRIC MOTORS – ABB/ AREVA/ CROMPTON GREAVES/ KIRLOSKAR/
SIEMENS
123. PACKAGE/UNIFIED SUB – ABB / BHLE / SCHNEIDER / SIEMENS
STATION
124. ENGINE FOR DG SET (ANY – ASHOK LEYLAND/ CUMMINS INDIA LTD./ GREAVES
RANGE) COTTON/ KIRLOSKAR OIL ENGINES LTD.
125. ALTERNATOR FOR DG SET – CROMPTON GREAVES/ KIRLOSKAR ELECTRIC/
STAMFORD/BHEL
126. ENERGY AUDIT SERVICES – CPRI / DATAGEN / DESCON LIMITED/ DSCL / ESCO
127. REFRIGERATOR/ WATER – LG /SAMSUNG/ VEDIOCON / GODREJ/ VOLTAS/
COOLER/ DEEP FREEZER/SPLIT WHIRLPOOL/ BLUE STAR
& WINDOW& CASSETTE TYPE
AC UNIT
128. VOLTAGE STABILIZER – SINETRAC, BRENTFORT, VINITEC, AE,
AUTOMATIC OPERATION MICROTECH, APLAB, VOLINA ,LG, SAMSUNG
SINGLE PHASE
129. BUS BAR TRUNKING – L&T, CONTROL & SWITCH GEAR, SCHNEIDER,
SIEMEN, GE INDIA
AIR CONDITIONING ITEMS
130.CHILLER – BLUESTAR / VOLTAS/ TRANE / YORK / CARRIER
131.COOLING TOWER – ADVANCE 2020 / PAHARPUR
132.PUMPS – GRUNDFOS / BELL & GOSSET / KIRLOSKAR
133.AIR HANDLING UNITS – CARYAIRE / CITIZEN / ZECO
134.COOLING/HEATING COILS – CARYAIRE / CITIZEN / ZECO
135.TREATED FRESH AIR UNITS – DRI / LENNOX / HEATEX AB
136.CENTRIFUGAL FANS – NICOTRA / COMEFRI / KRUGGER
137.INLINE FANS – CARYAIR / ABB / KANALFLAKT / KRUGGER /
BLOWTECH
138.AXIAL FANS – NUAIRE / ABB / KRURER / BLOWTECH
139.FILTERS – THERMADYNE / ANFILCO
140.MS / GI PIPING – JINDAL / TATA / NEZONE
141.POT STRAINERS – SANT / RAPIDCONTROL / EMERALD
142.Y-STRAINERS – SANT / RAPIDCONTROL / EMERALD
143.BUTTERFLY VALVES (WATER – ADVANCE / KARTAR / AUDCO
DUTY)
144.CHECK VALVES (WATER DUTY) – ADVANCE / INTERNET VALVE
145.GATE VALVES (WATER DUTY) – LEADER / KIRLOSKAR
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 184
APPENDIX ‘G’ (contd…)

1 2 3

146.BALANCING VALVES (WATER – ADVANCE / ECONOSTO


DUTY)
147.TWO WAY/ THREE WAY VALVES – HONEYWELL / JOHNSON CONTROL
148.PRESSURE GAUGES – H.GURU / FEIBIG
149.THERMOMETERS – EMERALD / JAPSIN
150.WATER FLOW SWITCH – RAPIDCOOL / DANFOSS / HONEYWELL
151.MODULATING MOTOR / – HONEYWELL / JOHNSON / BELIMO
PROPORTIONAL THERMOSTAT
152.AIR DISTRIBUTION/DUCTING GI – SAIL / JINDAL / TATA
SHEETS
153.EXTRUDED ALUMINIUM GRILLS – CARYAIRE / RAVISTAR / MAPRO / DYNACRAFT
/DIFFUSERS
154.FIRE / SMOKE DAMPERS – CARYAIRE / RAVISTAR / MAPRO / DYNACRAFT
155.EXPANDED POLYSTYRENE – BEARDSELL / STYRENE PACKING / INDIAN
INSULATION PACKING SERVICE / EQUIVALENT
156.FIBRE GLASS INSULATION – UP TWIGA / OWENS CORNING / KIMMCO
157.NITRILE INSULATION – ARMAFLEX / ISOPIPE / KAIMANN / FIREOFLEX
158.VIBRATORS ISOLATORS – RESISTOFLEX / FLEXIONICS (USA)
159.ELECTRIC MOTORS – SIEMENS / ABB / CROMPTON / KEL
160.RP TISSUE – UP TWIAGA / STYRENE PACKING
161.RED OXIDE, ZINC CHROMATE – ICI / BERGER
PRIMER
162.CPRX – SHALIMAR
163.DASH FASTENERS – CANNON / CHECK
164.EXTRUDED ALUMINIUM – MAHAVIR / JINDAL
SECTIONS
165.EXPANDED POLYSTYRENE – BEARDSELL / STYRENE PACKING / INDIAN
INSULATION PACKING SERVICE / EQUIVALENT
166.FIBRE GLASS INSULATION – UP TWIGA / OWENS CORNING / KIMMCO
167.NITRILE INSULATION – ARMAFLEX / ISOPIPE / KAIMANN / FIREOFLEX
168.VIBRATORS ISOLATORS – RESISTOFLEX / FLEXIONICS (USA)
169.ELECTRIC MOTORS – SIEMENS / ABB / CROMPTON / KEL
170.RP TISSUE – UP TWIAGA / STYRENE PACKING
171.RED OXIDE, ZINC CHROMATE – ICI / BERGER
PRIMER
172.CPRX – SHALIMAR
173.DASH FASTENERS – CANNON / CHECK
174.EXTRUDED ALUMINIUM – MAHAVIR / JINDAL
SECTIONS
175.PROPELLER FAN – GEC / KHAITAN
176.BALL VALVES(WITH & – CIM / RAPID CONTROL
WITHOUT STRAINER)
177.ELECTRICAL PANELS – CPRI APPROVED VENDOR ONLY
178.STARTERS / SWITCHES / – L&T / SIEMENS / SCHNIEDER / ABB
CONTACTORS
179.ACB/ MCCB – L&T / SIEMENS / SCHNIEDER / ABB
180.DRIVE- VFD – ABB / SIEMENS / DANFOSS
181.POWER CABLES – HAVELLS/ GLOSTER
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 185
APPENDIX ‘G’ (contd…)

1 2 3

182.CONTROL CABLES – HAVELLS/ GLOSTER


183.CENTRAL HEATING SYSTEM
184.PUMPS GRUNDFOS / WILO / KIRLOSKAR
185.HOT WATER GENERATOR RAPIDCONTROL / KHOKHAR ELECTRICALS
186.FAN COIL UNITS – CARYAIRE / ZECO / MIDEA
187.COOLING/HEATING COLIS – CARYAIRE / ZECO / MIDEA
188.PREFILTERS – THERMADYNE / ANFILCO
189.PIPING (CHILLED/HOT/ DRAIN) –
JINDAL / TATA
UPTO 200 MM DIA
190.POT STRAINERS – SANT/RAPIDCONTROL/EMERALD
191.Y-STRAINERS – SANT/ RAPIDCONTROL/EMERALD
192.BUTTERFLY VALVES(WATER –
ADVANCE /AUDCO / INTERVALVE
DUTY)
193.CHECK VALVES (WATER DUTY) – ADVANCE /AUDCO / INTERVALVE
194.GATE VALVES(WATER DUTY) – ADVANCE /AUDCO / INTERVALVE
195.BALANCING VALVES(WATER –
ADVANCE / ECONOSTO
DUTY)
196.TWO WAY/ THREE WAY VALVES – HONEYWELL / JOHNSON
197.PRESSURE GAUGES – H.GURU / FEIBIG
198.THERMOMETERS – EMERALD/ JAPSIN
199.WATER FLOW SWITCH – RAPIDCOOL / DANFOSS / HONEYWELL
200.MODULATING MOTOR / –
HONEYWELL / JOHNSONV / BELIMO
PROPORTIONAL THERMOSTAT
201.AIR DISTRIBUTION/DUCTING GI –
NIPPON / TATA
SHEETS
202.EXTRUDED ALUMINIUM GRILLS –
CARYAIRE /RAVISTAR/ MAPRO / CONTINENTAL
/DIFFUSERS
203.FIRE / SMOKE DAMPERS – CARYAIRE /RAVISTAR/ MAPRO / CONTINENTAL
204.NITRILE INSULATION – ARMAFLEX / ISOPIPE / KAIMANN / FIREOFLEX
205.VIBRATORS ISOLATORS – RESISTOFLEX/ FLEXIONICS
206.ELECTRIC MOTORS – SIEMENS / ABB / CROMPTON / KEL
207.BALL VALVES (WITH & –
CIM / RAPID CONTROL
WITHOUT STRAINER)
208.ELECTRICAL PANELS – CPRI APPROVED
209.STARTERS/SWITCHES/CONTACT –
L& T, SCHNIEDER, ABB, SIEMENS
ORS
210.ACB/ MCCB – L& T, SCHNIEDER, ABB, SIEMENS
211.PRESSURIZATION PUMP UNIT – ANERGY, KIRLOSKAR, GRUNDFOS
212.CLOSED EXPANSION TANK – ANERGY, GRUNDFOS
213.CENTIFUGAL AIR SEPARATOR – ANERGY, KIRLOSKAR, ADVANCE

MISCELLANEOUS

214. SEALING COMPOUND & JOINT – STP LIMITED/ SHALIMAR (TAR)/ M. K. PETRO
FILLER PRODUCTS (INDIA) PVT. LTD/CICO/BASF/DR
FIXED/ FOSROC/ BASF INDIA LTD/ HINDCON
CHEMICALS LTD/ / BERGER (Joint Seal
GG/PG)
CA NO: CESZ/LEI/21 OF 2019-2020 SERIAL PAGE NO. 186
APPENDIX ‘G’ (contd…)

1 2 3

215. WATER PROOF COMPOUND – WATER SEAL, MYK LATICRETE, STP NO 1,


PEDILITE (DR FIXIT), ACCO PROOF, FOSROC,
CICO. BENGAL BITUMEN, SIKA, BASF INDIA
LTD, BLUE SEAL, M/s IWL India Ltd, M/s Hindcon
Chemicals Limited / HINDCON CHEMICALS LTD/
BERGER
216. ROAD SAFETY ANY TYPE – TATA BP/ ABS ENGINEERING / DARK EYE /3M /
FITTING or ROAD FURNITURE AVERYDENNISON

Note:-
1. The makes have been given trade wise only for the purpose of easily locating the items and otherwise
makes given are applicable to the entire contract.
2. Wherever word “equivalent make” has been specified the option of equivalent make will only be considered
after taking approval from Accepting Officer and only where products of brand/ manufacturer specified are not
available in market.

SIGNATURE OF THE CONTRACTOR Jt DIR (CONTRACTS)


DATE: FOR ACCEPTING OFFICER

Das könnte Ihnen auch gefallen