puri tender.pdf

41
 Contractor 1.  2. SECTIO 3. SECTIO 4. 5. SECTIO 6. SECTIO 7. SECTIO 8. SECTIO 9. SECTIO 10. SECTIO 11. SECTIO 12. Sold to M/s……… ………………………… ………………………… ………………………… ………………………… Dt…………………Page TENDER D : FORM OF TENDE -I : Notice Inviting Te  -II : CHECK LIST : DOCUMENT SUB  -III : Instruction to Te  -IV : General Con di ti o -V : General Condit io -VI : Special Conditi on -VII : Technical Specific  -VIII : Schedule of Work  -IX : Annexure : Certificate of Fam  ……………………………………………… ……………………………………………… ……………………………………………… ……………………………………………… …………………….. against M.R. N … for ` ………………………… issue of 41 DS  CUMENTS nder ISSION derer  s of Contract s of Tender s of Contract ations s iliarization ………………………………..…………… ……………………………………………… ……………………………………………… ………………………………………………  o………………………………………………  by Divisional Cashier/KUR/V  E-II/KUR …………………… …………………….. …………………….. …………………….. ……………………. KP/SBP.

Upload: ashutosh-kumar

Post on 06-Oct-2015

233 views

Category:

Documents


0 download

TRANSCRIPT

  • Contractor

    1.

    2. SECTION

    3. SECTION

    4.

    5. SECTION

    6. SECTION

    7. SECTION

    8. SECTION

    9. SECTION

    10. SECTION

    11. SECTION

    12.

    Sold to M/s

    .. against M.R. No

    Dt for

    Page 1

    TENDER DOCUMENTS

    : FORM OF TENDER

    SECTION-I : Notice Inviting Tender

    SECTION-II : CHECK LIST

    : DOCUMENT SUBMISSION

    SECTION-III : Instruction to Tenderer

    SECTION-IV : General Conditions of Contract

    SECTION-V : General Conditions of Tender

    SECTION-VI : Special Conditions of Contract

    SECTION-VII : Technical Specifications

    SECTION-VIII : Schedule of Works

    SECTION-IX : Annexure

    : Certificate of Familiarization

    Sold to M/s..

    .. against M.R. No

    Dt for ` issued by Divisional Cashier/KUR/VSKP/SBP.

    1 of 41

    DSTE

    TENDER DOCUMENTS

    : FORM OF TENDER

    : Notice Inviting Tender

    : DOCUMENT SUBMISSION

    : Instruction to Tenderer

    : General Conditions of Contract

    : General Conditions of Tender

    : Special Conditions of Contract

    : Technical Specifications

    : Schedule of Works

    Certificate of Familiarization

    ..

    .

    .. against M.R. No

    issued by Divisional Cashier/KUR/VSKP/SBP.

    DSTE-II/KUR

    ..

    ..

    ..

    .

    issued by Divisional Cashier/KUR/VSKP/SBP.

  • Contractor

    From:

    Full Address: __________________________

    __________________________

    __________________________

    To

    The President of India

    Sr.Divl. Signal & Telecommunication Engineer

    East Coast Railway, Khurda Road.

    Sir,

    I/We______________________________________________________

    have read the various conditions of the Tender attached thereto and hereby agree to abide

    by the said conditions. I/We also agree to keep this tender open for acceptance for a period

    of ____________ days from the date fixed for opening the same and in de

    I/We will be liable for forfeiture of my/our EMD. I/We offer to do that work for the above, at

    the rates quoted to the attached schedules and hereby bind myself/ourselves to complete

    all the works as per Clause of additional special condition

    agree to abide by the General and Special Conditions of contract and to carry out the work

    according to the Specifications for materials and works laid down by the Railway for the

    present contract.

    2. A sum of

    of the earnest Money shall stand forfeited without prejudice to any other rights of

    remedies if;

    a) I/We do not execute the contract documents within seven days after receipt

    of notice issued by the

    b) I/We do not commence the work within ten days after receipt of

    orders to that effect.

    Until formal agreement is prepared and executed, acceptance of the Tenders shall

    constitute a binding contract between

    agreed to between us and indicated in the letter of acceptance of my/our offer for this

    work.

    a) I /We attached herewith Divl. Cashier/KUR/VSKP/SBPs Receipt No _______________

    Dated:_______________ showing

    Page 2

    FORM OF TENDER

    __________________________

    __________________________

    __________________________

    The President of India

    Sr.Divl. Signal & Telecommunication Engineer

    East Coast Railway, Khurda Road.

    I/We______________________________________________________

    have read the various conditions of the Tender attached thereto and hereby agree to abide

    by the said conditions. I/We also agree to keep this tender open for acceptance for a period

    of ____________ days from the date fixed for opening the same and in de

    I/We will be liable for forfeiture of my/our EMD. I/We offer to do that work for the above, at

    the rates quoted to the attached schedules and hereby bind myself/ourselves to complete

    all the works as per Clause of additional special condition

    agree to abide by the General and Special Conditions of contract and to carry out the work

    according to the Specifications for materials and works laid down by the Railway for the

    present contract.

    A sum of `.______________ is herewith forwarded as Earnest Money. The full value

    of the earnest Money shall stand forfeited without prejudice to any other rights of

    remedies if;

    I/We do not execute the contract documents within seven days after receipt

    of notice issued by the Railway that such documents are ready, or

    I/We do not commence the work within ten days after receipt of

    orders to that effect.

    Until formal agreement is prepared and executed, acceptance of the Tenders shall

    constitute a binding contract between us subject to modifications, as may be mutually

    agreed to between us and indicated in the letter of acceptance of my/our offer for this

    a) I /We attached herewith Divl. Cashier/KUR/VSKP/SBPs Receipt No _______________

    Dated:_______________ showing deposit of earnest money of

    2 of 41

    DSTE

    FORM OF TENDER

    __________________________

    __________________________

    __________________________

    I/We______________________________________________________

    have read the various conditions of the Tender attached thereto and hereby agree to abide

    by the said conditions. I/We also agree to keep this tender open for acceptance for a period

    of ____________ days from the date fixed for opening the same and in de

    I/We will be liable for forfeiture of my/our EMD. I/We offer to do that work for the above, at

    the rates quoted to the attached schedules and hereby bind myself/ourselves to complete

    all the works as per Clause of additional special conditions of contract. I/We also hereby

    agree to abide by the General and Special Conditions of contract and to carry out the work

    according to the Specifications for materials and works laid down by the Railway for the

    ___ is herewith forwarded as Earnest Money. The full value

    of the earnest Money shall stand forfeited without prejudice to any other rights of

    I/We do not execute the contract documents within seven days after receipt

    Railway that such documents are ready, or

    I/We do not commence the work within ten days after receipt of

    Until formal agreement is prepared and executed, acceptance of the Tenders shall

    us subject to modifications, as may be mutually

    agreed to between us and indicated in the letter of acceptance of my/our offer for this

    a) I /We attached herewith Divl. Cashier/KUR/VSKP/SBPs Receipt No _______________

    deposit of earnest money of ` ________________.

    DSTE-II/KUR

    I/We_______________________________________________________

    have read the various conditions of the Tender attached thereto and hereby agree to abide

    by the said conditions. I/We also agree to keep this tender open for acceptance for a period

    of ____________ days from the date fixed for opening the same and in default thereof

    I/We will be liable for forfeiture of my/our EMD. I/We offer to do that work for the above, at

    the rates quoted to the attached schedules and hereby bind myself/ourselves to complete

    s of contract. I/We also hereby

    agree to abide by the General and Special Conditions of contract and to carry out the work

    according to the Specifications for materials and works laid down by the Railway for the

    ___ is herewith forwarded as Earnest Money. The full value

    of the earnest Money shall stand forfeited without prejudice to any other rights of

    I/We do not execute the contract documents within seven days after receipt

    Railway that such documents are ready, or

    I/We do not commence the work within ten days after receipt of

    Until formal agreement is prepared and executed, acceptance of the Tenders shall

    us subject to modifications, as may be mutually

    agreed to between us and indicated in the letter of acceptance of my/our offer for this

    a) I /We attached herewith Divl. Cashier/KUR/VSKP/SBPs Receipt No _______________

    ________________.

  • Contractor

    b) I/We have already made a standing deposit of

    the ____________________ Railway, vide Agreement

    No._______________________________, Dated:_____________ and as

    such no fresh Earnest

    to Tenders and I/We further agree and declare that in case I/We fail to abide

    by the conditions of keeping open this offer for a period of

    _________________ days, I/We shall have no objection to the f

    the Security Deposit portion of the Earnest money amounting to

    `._____________ and the said amount may be realized by the President of

    India also from my/our said lump

    I/We have in my/our possession a copy

    and Vol.II, 1974 corrected up

    rates, specifications etc. embodied therein and agree to abide by the same.

    Contractors Address

    ________________________________

    ________________________________

    ________________________________

    Signature of Witness to the signature of Tenderer(s)

    1. _________________________

    Address________________________ Address_____________________

    ________________________________ _________________________

    ________________________________ __________________________

    _______________________________ __________________________

    *Strike out whichever is not applicable.

    Page 3

    I/We have already made a standing deposit of

    the ____________________ Railway, vide Agreement

    No._______________________________, Dated:_____________ and as

    such no fresh Earnest Money is being deposited in terms of the Instructions

    to Tenders and I/We further agree and declare that in case I/We fail to abide

    by the conditions of keeping open this offer for a period of

    _________________ days, I/We shall have no objection to the f

    the Security Deposit portion of the Earnest money amounting to

    ._____________ and the said amount may be realized by the President of

    India also from my/our said lump

    I/We have in my/our possession a copy

    and Vol.II, 1974 corrected up-to-date and have gone through all the conditions of contract,

    rates, specifications etc. embodied therein and agree to abide by the same.

    Contractors Address

    ________________________________

    ________________________________

    ________________________________

    Signature of Witness to the signature of Tenderer(s)

    _________________________ 2. _________________________

    Address________________________ Address_____________________

    ________________________________ _________________________

    ________________________________ __________________________

    _______________________________ __________________________

    whichever is not applicable.

    3 of 41

    DSTE

    I/We have already made a standing deposit of `.__________________ with

    the ____________________ Railway, vide Agreement

    No._______________________________, Dated:_____________ and as

    Money is being deposited in terms of the Instructions

    to Tenders and I/We further agree and declare that in case I/We fail to abide

    by the conditions of keeping open this offer for a period of

    _________________ days, I/We shall have no objection to the f

    the Security Deposit portion of the Earnest money amounting to

    ._____________ and the said amount may be realized by the President of

    India also from my/our said lump-sum deposit of `._________________.

    I/We have in my/our possession a copy of the S.E.Rly Schedule of rates 1992 Vol.I

    date and have gone through all the conditions of contract,

    rates, specifications etc. embodied therein and agree to abide by the same.

    Signature of Contractor(s)

    Dated_______________

    Signature of Witness to the signature of Tenderer(s)

    2. _________________________

    Address________________________ Address_____________________

    ________________________________ _________________________

    ________________________________ __________________________

    _______________________________ __________________________

    Sr.D.S.T.E./KUR.

    For & on behalf of the President of India

    DSTE-II/KUR

    .__________________ with

    the ____________________ Railway, vide Agreement

    No._______________________________, Dated:_____________ and as

    Money is being deposited in terms of the Instructions

    to Tenders and I/We further agree and declare that in case I/We fail to abide

    by the conditions of keeping open this offer for a period of

    _________________ days, I/We shall have no objection to the forfeiture of

    the Security Deposit portion of the Earnest money amounting to

    ._____________ and the said amount may be realized by the President of

    ._________________.

    of the S.E.Rly Schedule of rates 1992 Vol.I

    date and have gone through all the conditions of contract,

    Contractor(s)

    Dated_______________

    2. _________________________

    Sr.D.S.T.E./KUR.

    For & on behalf of the President of India

  • Contractor

    No.S&T/OT/Mela shed

    For and on behalf of President of India, Sr.Divisional Signal & Telecom Engineer, East

    Coast Railway, Khurda Road invites sealed Tenders in prescribed tender forms for the under

    mentioned works.

    Item

    No.

    1

    Provision of

    PURI Station in con

    development

    Ministry of Tourism

    The prescribed non

    from the offices of Sr.DSTE/KUR /VSKP/SBP on remittance of cost of tender forms (non

    refundable) either by Crossed DD drawn in favour of FA & CAO/East Coast Railway /

    Bhubaneswar or Sr.Divl. Finance Manager/ East Coast Railway /Khurda Road on any

    Nationalized / Scheduled Bank payable at Bhubaneswar /Khurda Road or in the form of

    money receipt issued by Divisional Cashier/KUR/VSKP/SBP of this Railway in support of deposition of requisite money with him. An amount of

    by post.

    The Last date and time of issue of Tender Form

    The last date and time of receipt of tenders

    Date and time

    If date of opening happens to be BANDH or declared as holiday for any reason

    tender will be opened at the same time on the following working day.

    The tender documents will also be available in the

    www.eastcoastrail.indianrailways.gov.in

    19.03.2015 and can be down loaded and used as tender documents for submitting the

    offer. Separate Demand Dr

    shall have to be enclosed in addition to earnest money while submitting the tender,

    otherwise, the tender will be summarily rejected. Railway Administration shall not be

    responsible for any de

    reason whatsoever.

    Tenders will also be accepted by post. However, Railway shall not be responsible for

    any postal delay.

    In case of any discrepancy between the tender documents down l

    and the master copy available in the office, the latter shall prevail and will be binding on the

    Tenderer (s). No claim on this account will be entertained.

    Page 4

    East Coast Railway

    Notice Inviting Tender

    Mela shed-PURI/KUR Division/40

    For and on behalf of President of India, Sr.Divisional Signal & Telecom Engineer, East

    Coast Railway, Khurda Road invites sealed Tenders in prescribed tender forms for the under

    mentioned works.

    Name of work

    Provision of Passenger information system at

    PURI Station in connection with Joint

    development of PURI Station in association with

    Ministry of Tourism.

    The prescribed non-transferable Tender forms are obtainable on any working day

    from the offices of Sr.DSTE/KUR /VSKP/SBP on remittance of cost of tender forms (non

    refundable) either by Crossed DD drawn in favour of FA & CAO/East Coast Railway /

    r or Sr.Divl. Finance Manager/ East Coast Railway /Khurda Road on any

    Nationalized / Scheduled Bank payable at Bhubaneswar /Khurda Road or in the form of

    money receipt issued by Divisional Cashier/KUR/VSKP/SBP of this Railway in support of quisite money with him. An amount of

    The Last date and time of issue of Tender Form

    The last date and time of receipt of tenders

    Date and time of opening of Tenders

    If date of opening happens to be BANDH or declared as holiday for any reason

    tender will be opened at the same time on the following working day.

    The tender documents will also be available in the

    www.eastcoastrail.indianrailways.gov.in during the period from

    and can be down loaded and used as tender documents for submitting the

    offer. Separate Demand Draft towards the cost of tender documents as mentioned at Col

    shall have to be enclosed in addition to earnest money while submitting the tender,

    otherwise, the tender will be summarily rejected. Railway Administration shall not be

    responsible for any delay/difficulties/inaccessibility of the down loading facility for any

    reason whatsoever.

    Tenders will also be accepted by post. However, Railway shall not be responsible for

    any postal delay.

    In case of any discrepancy between the tender documents down l

    and the master copy available in the office, the latter shall prevail and will be binding on the

    Tenderer (s). No claim on this account will be entertained.

    4 of 41

    DSTE

    East Coast Railway

    Notice Inviting Tender

    For and on behalf of President of India, Sr.Divisional Signal & Telecom Engineer, East

    Coast Railway, Khurda Road invites sealed Tenders in prescribed tender forms for the under

    Tender

    Value (`)

    EMD (`)

    Passenger information system at

    nection with Joint

    of PURI Station in association with 12185358 210930

    transferable Tender forms are obtainable on any working day

    from the offices of Sr.DSTE/KUR /VSKP/SBP on remittance of cost of tender forms (non

    refundable) either by Crossed DD drawn in favour of FA & CAO/East Coast Railway /

    r or Sr.Divl. Finance Manager/ East Coast Railway /Khurda Road on any

    Nationalized / Scheduled Bank payable at Bhubaneswar /Khurda Road or in the form of

    money receipt issued by Divisional Cashier/KUR/VSKP/SBP of this Railway in support of quisite money with him. An amount of `500/- extra has to be paid if required

    The Last date and time of issue of Tender Form Up to 12.00 hrs of

    The last date and time of receipt of tenders Up to 15.00 hrs of

    At 15.30 hrs of

    If date of opening happens to be BANDH or declared as holiday for any reason

    tender will be opened at the same time on the following working day.

    The tender documents will also be available in the

    during the period from 18

    and can be down loaded and used as tender documents for submitting the

    aft towards the cost of tender documents as mentioned at Col

    shall have to be enclosed in addition to earnest money while submitting the tender,

    otherwise, the tender will be summarily rejected. Railway Administration shall not be

    lay/difficulties/inaccessibility of the down loading facility for any

    Tenders will also be accepted by post. However, Railway shall not be responsible for

    In case of any discrepancy between the tender documents down loaded from internet

    and the master copy available in the office, the latter shall prevail and will be binding on the

    Tenderer (s). No claim on this account will be entertained.

    DSTE-II/KUR

    Section-I

    Dt.03.02.2015

    For and on behalf of President of India, Sr.Divisional Signal & Telecom Engineer, East

    Coast Railway, Khurda Road invites sealed Tenders in prescribed tender forms for the under

    Cost of

    tender document (`)

    930 5000

    transferable Tender forms are obtainable on any working day

    from the offices of Sr.DSTE/KUR /VSKP/SBP on remittance of cost of tender forms (non-

    refundable) either by Crossed DD drawn in favour of FA & CAO/East Coast Railway /

    r or Sr.Divl. Finance Manager/ East Coast Railway /Khurda Road on any

    Nationalized / Scheduled Bank payable at Bhubaneswar /Khurda Road or in the form of

    money receipt issued by Divisional Cashier/KUR/VSKP/SBP of this Railway in support of extra has to be paid if required

    19.03.2015

    19.03.2015

    19.03.2015

    If date of opening happens to be BANDH or declared as holiday for any reason,

    The tender documents will also be available in the website

    18.02.2015 to

    and can be down loaded and used as tender documents for submitting the

    aft towards the cost of tender documents as mentioned at Col-5.

    shall have to be enclosed in addition to earnest money while submitting the tender,

    otherwise, the tender will be summarily rejected. Railway Administration shall not be

    lay/difficulties/inaccessibility of the down loading facility for any

    Tenders will also be accepted by post. However, Railway shall not be responsible for

    oaded from internet

    and the master copy available in the office, the latter shall prevail and will be binding on the

  • Contractor

    Qualifying Criteria:

    Item

    No.

    1

    i. The tenderer should have completed at least one work of similar nature for a minimum

    value of

    years (i.e. current year and three previous financial years). Tenderer has to produce

    supporting documents/certificates from the organization with whom they have worked

    along with the tender offer. Certificates from private individuals for whom such works

    are executed shall not be accepted.

    ii. Total contract amount received by the Tenderer duri

    current financial year should be a minimum of

    Tenderer has to produce attested certificates from the employer/client/ audited balance

    sheet duly certified by Chartered Accountant etc. alon

    iii. Similar nature of work means:

    Any telecom installation work involving Integrated Passenger Information system as per

    RDSO Spn. No. RDSO/SPN/TC/61/2007 Rev.

    CCTV/ PA Systems/LED or LCD or T

    networking and software for the respective item (subject to conditions as given in

    Note.2)

    Note 2: Where ever the tender telecom work involves OFC system, ISDN/NGN,

    Networking, IT & if the tenderer is not R

    additionally he shall have an MoU with RDSO/TEC approved vendor (OEM) for the

    respective items for the supply, installation, testing & commissioning of the same as

    covered in the tendered work. Such MoU should have

    tender opening and covering the entire period of the contract. OEM to certify that all the

    installation and commissioning has been done as per OEMs quality and installation

    standards.

    1. Document submission

    The following documents should be specified for submission along with tender.

    a) List of personnel, organization available on hand and proposed to be engaged

    for the subject work.

    b) List of plant & machinery available on

    inducted (own and hired to be given separately) for the subject work.

    c) List of works completed in the last three financial years giving description of

    work, organization for whom executed, approximate value of contract at the

    time of award, date of award and date of scheduled completion of work, date

    of actual start, actual completion and final value of contract should also be

    given.

    d) List of works on hand indicating description of work, contract value and

    approximate value of ba

    e) The tenderer should have executed 35% of the tendered value confirming to

    RDSO spn No.RDSO/SPN/TC/61/2007 Rev.2.0 or latest in the last three

    financial years (i.e. current year and three previous financial years

    N O T E:

    Page 5

    Qualifying Criteria:

    Qualifying criteria

    The tenderer should have completed at least one work of similar nature for a minimum

    value of 35% of the advertised tender value of the work in the last three financial

    years (i.e. current year and three previous financial years). Tenderer has to produce

    upporting documents/certificates from the organization with whom they have worked

    along with the tender offer. Certificates from private individuals for whom such works

    are executed shall not be accepted.

    Total contract amount received by the Tenderer duri

    current financial year should be a minimum of

    Tenderer has to produce attested certificates from the employer/client/ audited balance

    sheet duly certified by Chartered Accountant etc. alon

    Similar nature of work means:

    Any telecom installation work involving Integrated Passenger Information system as per

    RDSO Spn. No. RDSO/SPN/TC/61/2007 Rev.

    CCTV/ PA Systems/LED or LCD or T

    networking and software for the respective item (subject to conditions as given in

    Note.2)

    Note 2: Where ever the tender telecom work involves OFC system, ISDN/NGN,

    Networking, IT & if the tenderer is not R

    additionally he shall have an MoU with RDSO/TEC approved vendor (OEM) for the

    respective items for the supply, installation, testing & commissioning of the same as

    covered in the tendered work. Such MoU should have

    tender opening and covering the entire period of the contract. OEM to certify that all the

    installation and commissioning has been done as per OEMs quality and installation

    standards.

    Document submission (for works costing above

    The following documents should be specified for submission along with tender.

    List of personnel, organization available on hand and proposed to be engaged

    for the subject work.

    List of plant & machinery available on

    inducted (own and hired to be given separately) for the subject work.

    List of works completed in the last three financial years giving description of

    work, organization for whom executed, approximate value of contract at the

    ime of award, date of award and date of scheduled completion of work, date

    of actual start, actual completion and final value of contract should also be

    given.

    List of works on hand indicating description of work, contract value and

    approximate value of balance work yet to be done and date of award.

    The tenderer should have executed 35% of the tendered value confirming to

    RDSO spn No.RDSO/SPN/TC/61/2007 Rev.2.0 or latest in the last three

    financial years (i.e. current year and three previous financial years

    5 of 41

    DSTE

    Qualifying criteria

    The tenderer should have completed at least one work of similar nature for a minimum

    of the advertised tender value of the work in the last three financial

    years (i.e. current year and three previous financial years). Tenderer has to produce

    upporting documents/certificates from the organization with whom they have worked

    along with the tender offer. Certificates from private individuals for whom such works

    are executed shall not be accepted.

    Total contract amount received by the Tenderer during the last three years and in the

    current financial year should be a minimum of 150% of advertised tender value.

    Tenderer has to produce attested certificates from the employer/client/ audited balance

    sheet duly certified by Chartered Accountant etc. along with the Tender offer.

    Similar nature of work means:

    Any telecom installation work involving Integrated Passenger Information system as per

    RDSO Spn. No. RDSO/SPN/TC/61/2007 Rev. 3.0 or latest and or video conferencing/

    CCTV/ PA Systems/LED or LCD or True Colour or Plasma displays including computer

    networking and software for the respective item (subject to conditions as given in

    Note 2: Where ever the tender telecom work involves OFC system, ISDN/NGN,

    Networking, IT & if the tenderer is not RDSO/TEC approved vendor for the same then

    additionally he shall have an MoU with RDSO/TEC approved vendor (OEM) for the

    respective items for the supply, installation, testing & commissioning of the same as

    covered in the tendered work. Such MoU should have been signed before the date of

    tender opening and covering the entire period of the contract. OEM to certify that all the

    installation and commissioning has been done as per OEMs quality and installation

    (for works costing above ````50 lakh):

    The following documents should be specified for submission along with tender.

    List of personnel, organization available on hand and proposed to be engaged

    List of plant & machinery available on hand (own) and proposed to be

    inducted (own and hired to be given separately) for the subject work.

    List of works completed in the last three financial years giving description of

    work, organization for whom executed, approximate value of contract at the

    ime of award, date of award and date of scheduled completion of work, date

    of actual start, actual completion and final value of contract should also be

    List of works on hand indicating description of work, contract value and

    lance work yet to be done and date of award.

    The tenderer should have executed 35% of the tendered value confirming to

    RDSO spn No.RDSO/SPN/TC/61/2007 Rev.2.0 or latest in the last three

    financial years (i.e. current year and three previous financial years

    DSTE-II/KUR

    The tenderer should have completed at least one work of similar nature for a minimum

    of the advertised tender value of the work in the last three financial

    years (i.e. current year and three previous financial years). Tenderer has to produce

    upporting documents/certificates from the organization with whom they have worked

    along with the tender offer. Certificates from private individuals for whom such works

    ng the last three years and in the

    of advertised tender value.

    Tenderer has to produce attested certificates from the employer/client/ audited balance

    g with the Tender offer.

    Any telecom installation work involving Integrated Passenger Information system as per

    .0 or latest and or video conferencing/

    rue Colour or Plasma displays including computer

    networking and software for the respective item (subject to conditions as given in

    Note 2: Where ever the tender telecom work involves OFC system, ISDN/NGN,

    DSO/TEC approved vendor for the same then

    additionally he shall have an MoU with RDSO/TEC approved vendor (OEM) for the

    respective items for the supply, installation, testing & commissioning of the same as

    been signed before the date of

    tender opening and covering the entire period of the contract. OEM to certify that all the

    installation and commissioning has been done as per OEMs quality and installation

    The following documents should be specified for submission along with tender.

    List of personnel, organization available on hand and proposed to be engaged

    hand (own) and proposed to be

    inducted (own and hired to be given separately) for the subject work.

    List of works completed in the last three financial years giving description of

    work, organization for whom executed, approximate value of contract at the

    ime of award, date of award and date of scheduled completion of work, date

    of actual start, actual completion and final value of contract should also be

    List of works on hand indicating description of work, contract value and

    lance work yet to be done and date of award.

    The tenderer should have executed 35% of the tendered value confirming to

    RDSO spn No.RDSO/SPN/TC/61/2007 Rev.2.0 or latest in the last three

    financial years (i.e. current year and three previous financial years).

  • Contractor

    i) In case of items (c) and (d) above supportive documents/ certificates from

    the organizations with whom they worked/are working should be enclosed.

    ii) Certificate from private individuals/organizations for whom such works are

    executed/

    2. Tenderers should submit all documents as mentioned above along with their offer, failing

    which their offer shall be summarily rejected.

    3. The tender form is not transferable.

    4. The tender should be accompanied by a deposit towards Earnest Money to be made in

    cash or in any of the following forms.

    i. Cash, Bankers Cheque,

    CAO/E.Co.Railway,Bhubaneswar

    State Bank of India or of any of the Nationalized Banks. No confirmatory advice from the

    Reserve Bank of India will be necessary.

    ii. Cash, Bankers Cheque,Pay Orders or Demand Drafts

    (other than the State Bank of India and the Nationalized Banks) approved by the

    Reserved Bank of India for this purpose. The Earnest Money is to be endorsed in favour

    of FA & CAO, E.Co.Railway, Chandrasekharpur, Bhubaneswar

    `2,10,930/-

    iii. The tenderer shall hold the offer open for a period of 90 days from the date fixed for

    opening the same, it is being understood that the tender documents have been

    sold/issued to the tenderer and the tenderer is being permitted to tender in

    consideration of the stipulation on his part that after submitting his tender, he will not

    resile from his offer or modify terms and conditions thereof, in a manner not acceptable

    to the Chief Signal & Telecom. Engineer/Divisional Railway Manager/ Sr.Divl.Sig. &

    Telecom. Engineer/Divl.Sig. & Telecom. Engineer of the East Coast Railway. Should the

    tenderer fail to observe or comply with the foregoing stipulation the aforesaid amount specified as

    liable to be forfeited to the Railways. Government securities, stock certificates, bearer

    bonds promissory notes/cash certificates etc. will not be accepted.

    5. Tenders submitt

    6. Tender forms purchased from one office may be dropped in the tender boxes at any of

    three offices mentioned in the item No.7 below.

    7. The tender to be deposited in the box available at the Offices of

    SBP and the box will be sealed at

    opened at 15.30 Hrs. on

    tenderers. In case the date of opening is declared as holiday the tenders will be opened

    on the next working day at the same time and same place.

    8. The Tender Notice is also available in the website

    www.eastcoastrail.indianrailways.gov.in

    9. Railway reserves the right to accept or reject any tender without assigning any reason

    whatsoever.

    10. The tenderers are required to observe the web site to

    slips issued subsequent to uploading of the tender notice an schedule.

    Page 6

    In case of items (c) and (d) above supportive documents/ certificates from

    the organizations with whom they worked/are working should be enclosed.

    Certificate from private individuals/organizations for whom such works are

    executed/being executed will not be accepted.

    Tenderers should submit all documents as mentioned above along with their offer, failing

    which their offer shall be summarily rejected.

    The tender form is not transferable.

    The tender should be accompanied by a deposit towards Earnest Money to be made in

    cash or in any of the following forms.

    Bankers Cheque, Pay Orders or Demand Drafts

    CAO/E.Co.Railway,Bhubaneswar. These forms of Earnest Money cou

    State Bank of India or of any of the Nationalized Banks. No confirmatory advice from the

    Reserve Bank of India will be necessary.

    Bankers Cheque,Pay Orders or Demand Drafts

    (other than the State Bank of India and the Nationalized Banks) approved by the

    Reserved Bank of India for this purpose. The Earnest Money is to be endorsed in favour

    of FA & CAO, E.Co.Railway, Chandrasekharpur, Bhubaneswar

    (` Two lakh ten thousand nine

    The tenderer shall hold the offer open for a period of 90 days from the date fixed for

    opening the same, it is being understood that the tender documents have been

    ssued to the tenderer and the tenderer is being permitted to tender in

    consideration of the stipulation on his part that after submitting his tender, he will not

    resile from his offer or modify terms and conditions thereof, in a manner not acceptable

    e Chief Signal & Telecom. Engineer/Divisional Railway Manager/ Sr.Divl.Sig. &

    Telecom. Engineer/Divl.Sig. & Telecom. Engineer of the East Coast Railway. Should the

    tenderer fail to observe or comply with the foregoing stipulation the aforesaid amount fied as `2,10,930/- (` Two lakh ten thousand nine hundred thirty) only

    liable to be forfeited to the Railways. Government securities, stock certificates, bearer

    bonds promissory notes/cash certificates etc. will not be accepted.

    Tenders submitted without earnest money will be summarily rejected.

    Tender forms purchased from one office may be dropped in the tender boxes at any of

    three offices mentioned in the item No.7 below.

    The tender to be deposited in the box available at the Offices of

    SBP and the box will be sealed at 15.00 Hrs. on

    opened at 15.30 Hrs. on 19.03.2015 in the respective offices in presence of the

    tenderers. In case the date of opening is declared as holiday the tenders will be opened

    on the next working day at the same time and same place.

    The Tender Notice is also available in the website

    www.eastcoastrail.indianrailways.gov.in.

    Railway reserves the right to accept or reject any tender without assigning any reason

    The tenderers are required to observe the web site to

    slips issued subsequent to uploading of the tender notice an schedule.

    6 of 41

    DSTE

    In case of items (c) and (d) above supportive documents/ certificates from

    the organizations with whom they worked/are working should be enclosed.

    Certificate from private individuals/organizations for whom such works are

    being executed will not be accepted.

    Tenderers should submit all documents as mentioned above along with their offer, failing

    which their offer shall be summarily rejected.

    The tender should be accompanied by a deposit towards Earnest Money to be made in

    Pay Orders or Demand Drafts in favour of FA &

    . These forms of Earnest Money could be either of the

    State Bank of India or of any of the Nationalized Banks. No confirmatory advice from the

    Bankers Cheque,Pay Orders or Demand Drafts executed by the Scheduled Banks

    (other than the State Bank of India and the Nationalized Banks) approved by the

    Reserved Bank of India for this purpose. The Earnest Money is to be endorsed in favour

    of FA & CAO, E.Co.Railway, Chandrasekharpur, Bhubaneswar for the amount

    nine hundred thirty) only.

    The tenderer shall hold the offer open for a period of 90 days from the date fixed for

    opening the same, it is being understood that the tender documents have been

    ssued to the tenderer and the tenderer is being permitted to tender in

    consideration of the stipulation on his part that after submitting his tender, he will not

    resile from his offer or modify terms and conditions thereof, in a manner not acceptable

    e Chief Signal & Telecom. Engineer/Divisional Railway Manager/ Sr.Divl.Sig. &

    Telecom. Engineer/Divl.Sig. & Telecom. Engineer of the East Coast Railway. Should the

    tenderer fail to observe or comply with the foregoing stipulation the aforesaid amount lakh ten thousand nine hundred thirty) only

    liable to be forfeited to the Railways. Government securities, stock certificates, bearer

    bonds promissory notes/cash certificates etc. will not be accepted.

    ed without earnest money will be summarily rejected.

    Tender forms purchased from one office may be dropped in the tender boxes at any of

    three offices mentioned in the item No.7 below.

    The tender to be deposited in the box available at the Offices of Sr.DSTE/KUR /VSKP/

    15.00 Hrs. on 19.03.2015 and the tender box will be

    in the respective offices in presence of the

    tenderers. In case the date of opening is declared as holiday the tenders will be opened

    on the next working day at the same time and same place.

    The Tender Notice is also available in the website

    Railway reserves the right to accept or reject any tender without assigning any reason

    The tenderers are required to observe the web site to find out if any correction

    slips issued subsequent to uploading of the tender notice an schedule.

    Divl. Sig. & Telecom. Engineer,

    E.Co.Railway, Khurda Road.

    For and on behalf of President of India

    DSTE-II/KUR

    In case of items (c) and (d) above supportive documents/ certificates from

    the organizations with whom they worked/are working should be enclosed.

    Certificate from private individuals/organizations for whom such works are

    Tenderers should submit all documents as mentioned above along with their offer, failing

    The tender should be accompanied by a deposit towards Earnest Money to be made in

    in favour of FA &

    ld be either of the

    State Bank of India or of any of the Nationalized Banks. No confirmatory advice from the

    executed by the Scheduled Banks

    (other than the State Bank of India and the Nationalized Banks) approved by the

    Reserved Bank of India for this purpose. The Earnest Money is to be endorsed in favour

    for the amount

    The tenderer shall hold the offer open for a period of 90 days from the date fixed for

    opening the same, it is being understood that the tender documents have been

    ssued to the tenderer and the tenderer is being permitted to tender in

    consideration of the stipulation on his part that after submitting his tender, he will not

    resile from his offer or modify terms and conditions thereof, in a manner not acceptable

    e Chief Signal & Telecom. Engineer/Divisional Railway Manager/ Sr.Divl.Sig. &

    Telecom. Engineer/Divl.Sig. & Telecom. Engineer of the East Coast Railway. Should the

    tenderer fail to observe or comply with the foregoing stipulation the aforesaid amount lakh ten thousand nine hundred thirty) only shall be

    liable to be forfeited to the Railways. Government securities, stock certificates, bearer

    Tender forms purchased from one office may be dropped in the tender boxes at any of

    Sr.DSTE/KUR /VSKP/

    and the tender box will be

    in the respective offices in presence of the

    tenderers. In case the date of opening is declared as holiday the tenders will be opened

    The Tender Notice is also available in the website

    Railway reserves the right to accept or reject any tender without assigning any reason

    find out if any correction

    slips issued subsequent to uploading of the tender notice an schedule.

    Divl. Sig. & Telecom. Engineer,II

    E.Co.Railway, Khurda Road.

    For and on behalf of President of India

  • Contractor

    No.S&T/OT/Mela shed

    Copy forwarded to:

    1. Sr.DFM/E.Co.Railway/ KUR/VSKP/SBP. They are requested to depute Accounts

    representative on the date of opening of the tender for witness.

    2. Divl. Cashier, E.Co.Railway, Khurda Road/ VSKP/ SBP for information

    action. They may please receive and credit the cost of tender form to the allocation

    Z-652.

    3. CSTE/ E.Co.Railway/ Bhubaneswar for kind information please.

    4. All DRM (S&T) over E.Co.Railway for information and wide circulation.

    5. CVO/BBS & Sr.Divl.A

    6. Notice Board.

    Page 7

    Mela shed-PURI/KUR Division/40

    Copy forwarded to:

    Sr.DFM/E.Co.Railway/ KUR/VSKP/SBP. They are requested to depute Accounts

    representative on the date of opening of the tender for witness.

    Divl. Cashier, E.Co.Railway, Khurda Road/ VSKP/ SBP for information

    action. They may please receive and credit the cost of tender form to the allocation

    CSTE/ E.Co.Railway/ Bhubaneswar for kind information please.

    All DRM (S&T) over E.Co.Railway for information and wide circulation.

    CVO/BBS & Sr.Divl.Audit Officer, E.Co.Railway, Khurda Road for information.

    Notice Board.

    7 of 41

    DSTE

    Dt.03.02.2015

    Sr.DFM/E.Co.Railway/ KUR/VSKP/SBP. They are requested to depute Accounts

    representative on the date of opening of the tender for witness.

    Divl. Cashier, E.Co.Railway, Khurda Road/ VSKP/ SBP for information

    action. They may please receive and credit the cost of tender form to the allocation

    CSTE/ E.Co.Railway/ Bhubaneswar for kind information please.

    All DRM (S&T) over E.Co.Railway for information and wide circulation.

    udit Officer, E.Co.Railway, Khurda Road for information.

    Divl. Sig. & Telecom. Engineer

    Khurda Road.

    DSTE-II/KUR

    Dt.03.02.2015.

    Sr.DFM/E.Co.Railway/ KUR/VSKP/SBP. They are requested to depute Accounts

    Divl. Cashier, E.Co.Railway, Khurda Road/ VSKP/ SBP for information and necessary

    action. They may please receive and credit the cost of tender form to the allocation

    All DRM (S&T) over E.Co.Railway for information and wide circulation.

    udit Officer, E.Co.Railway, Khurda Road for information.

    Divl. Sig. & Telecom. Engineer,II

    Khurda Road.

  • Contractor

    CHECK LIST OF ITEMS TO BE COMPLIED BY TENDERERS

    Tender Notice No.

    Sl. No.

    1. Submission of tender in Railways form duly signed by the Tenderer at every page.

    2 All documents to be furnished in English.

    3. Partnership deed, if any Constitution of the firm and copies of connected legal

    documents.

    4. Full and clear postal address.

    5. Earnest money:

    Earnest Money should be in cash or in any of the following forms.

    I. Cash, Bankers Cheque

    a. Validity to be at least up to the validity date of the tender

    b. To be hypothecated to FA & CAO/E.Co.Rly/BBS.

    6. Attested copies of certificates from the Employer/ Client/ Audited balance sheet duly

    certified by Charted Accoun

    7. Validity of the tender offer (90 days or as specified).

    8. Credential in support:

    a. Experience and expertise in S&T field.

    b. Financial Capacity.

    c. Resourcefulness in respect of assured supply of ma

    d. Details of technical personnel with qualification and experience employed by the

    firm.

    e. Details of Supervisors and skilled & unskilled staff with qualification and

    experience for field supervision & execution.

    f. Details of special equipmen

    available the firm

    9. Time schedule for supply of materials and execution of works.

    10. If working through contract labour, the Contractor must register with Labour

    Commissioner. Nec

    before signing of Contract Agreement.

    11. Corrections, if any, to be attested by the Tenderer.

    12. Acknowledgment of letter of Acceptance

    13. For successful tenderer,

    security deposit and the balance towards security deposit to be deducted (@ 10%)

    from on account bill unless the whole security deposit is made by the tender.

    14. Contract Agreement to be executed

    days from the date of issue of Acceptance letter.

    NOTE: The above check list is not exhaustive. The Tenderer must go through carefully the

    entire booklet and submit the tender complying with all the

    conditions/provisions/instructions mentioned therein irrespective of the fact that they have

    been highlighted i

    Page 8

    East Coast Railway

    CHECK LIST OF ITEMS TO BE COMPLIED BY TENDERERS

    No.S&T/OT/Mela shed-PURI/KUR Div

    1. Submission of tender in Railways form duly signed by the Tenderer at every page.

    All documents to be furnished in English.

    3. Partnership deed, if any Constitution of the firm and copies of connected legal

    4. Full and clear postal address.

    Earnest money:

    Earnest Money should be in cash or in any of the following forms.

    Bankers Cheque, Pay Orders or Demand Drafts.

    a. Validity to be at least up to the validity date of the tender

    b. To be hypothecated to FA & CAO/E.Co.Rly/BBS.

    Attested copies of certificates from the Employer/ Client/ Audited balance sheet duly

    certified by Charted Account in support of financial turn over for last three years.

    Validity of the tender offer (90 days or as specified).

    Credential in support:-

    a. Experience and expertise in S&T field.

    b. Financial Capacity.

    c. Resourcefulness in respect of assured supply of ma

    d. Details of technical personnel with qualification and experience employed by the

    e. Details of Supervisors and skilled & unskilled staff with qualification and

    experience for field supervision & execution.

    f. Details of special equipments, tools and plants and machinery, vehicle etc.

    available the firm for execution of contract work.

    Time schedule for supply of materials and execution of works.

    If working through contract labour, the Contractor must register with Labour

    Commissioner. Necessary license to the submitted with tender or to be produced

    before signing of Contract Agreement.

    Corrections, if any, to be attested by the Tenderer.

    Acknowledgment of letter of Acceptance

    For successful tenderer, the earnest money to be retained by the Railway as a part of

    security deposit and the balance towards security deposit to be deducted (@ 10%)

    from on account bill unless the whole security deposit is made by the tender.

    Contract Agreement to be executed by the successful tenderer within a period of 15

    days from the date of issue of Acceptance letter.

    The above check list is not exhaustive. The Tenderer must go through carefully the

    entire booklet and submit the tender complying with all the

    conditions/provisions/instructions mentioned therein irrespective of the fact that they have

    been highlighted in the check list or not.

    8 of 41

    DSTE

    East Coast Railway

    CHECK LIST OF ITEMS TO BE COMPLIED BY TENDERERS

    /KUR Division/40 Dt.03.02.2015

    Item

    1. Submission of tender in Railways form duly signed by the Tenderer at every page.

    3. Partnership deed, if any Constitution of the firm and copies of connected legal

    Earnest Money should be in cash or in any of the following forms.

    Pay Orders or Demand Drafts.

    a. Validity to be at least up to the validity date of the tender

    b. To be hypothecated to FA & CAO/E.Co.Rly/BBS.

    Attested copies of certificates from the Employer/ Client/ Audited balance sheet duly

    t in support of financial turn over for last three years.

    Validity of the tender offer (90 days or as specified).

    a. Experience and expertise in S&T field.

    c. Resourcefulness in respect of assured supply of materials.

    d. Details of technical personnel with qualification and experience employed by the

    e. Details of Supervisors and skilled & unskilled staff with qualification and

    experience for field supervision & execution.

    ts, tools and plants and machinery, vehicle etc.

    for execution of contract work.

    Time schedule for supply of materials and execution of works.

    If working through contract labour, the Contractor must register with Labour

    essary license to the submitted with tender or to be produced

    Corrections, if any, to be attested by the Tenderer.

    Acknowledgment of letter of Acceptance- within 7 days from the date of issue.

    the earnest money to be retained by the Railway as a part of

    security deposit and the balance towards security deposit to be deducted (@ 10%)

    from on account bill unless the whole security deposit is made by the tender.

    by the successful tenderer within a period of 15

    days from the date of issue of Acceptance letter.

    The above check list is not exhaustive. The Tenderer must go through carefully the

    entire booklet and submit the tender complying with all the

    conditions/provisions/instructions mentioned therein irrespective of the fact that they have

    DSTE-II/KUR

    Section II

    CHECK LIST OF ITEMS TO BE COMPLIED BY TENDERERS

    Dt.03.02.2015.

    1. Submission of tender in Railways form duly signed by the Tenderer at every page.

    3. Partnership deed, if any Constitution of the firm and copies of connected legal

    Attested copies of certificates from the Employer/ Client/ Audited balance sheet duly

    t in support of financial turn over for last three years.

    d. Details of technical personnel with qualification and experience employed by the

    e. Details of Supervisors and skilled & unskilled staff with qualification and

    ts, tools and plants and machinery, vehicle etc.

    If working through contract labour, the Contractor must register with Labour

    essary license to the submitted with tender or to be produced

    within 7 days from the date of issue.

    the earnest money to be retained by the Railway as a part of

    security deposit and the balance towards security deposit to be deducted (@ 10%)

    from on account bill unless the whole security deposit is made by the tender.

    by the successful tenderer within a period of 15

    The above check list is not exhaustive. The Tenderer must go through carefully the

    entire booklet and submit the tender complying with all the

    conditions/provisions/instructions mentioned therein irrespective of the fact that they have

  • Contractor

    The following documents should be submitted along with the tender.

    1 Submission of tender in Railways form duly signed by the

    Tenderer at every page

    2 All documents

    3 Partnership deed, if any Constitution of the firm and copies of

    connected legal documents.

    4 Full and clear postal address.

    5

    Earnest money in prescribed form.

    Cash, Pay Orders

    a) Validity to be at least up to the validity date of the tender

    b) To be hypothecated to FA & CAO/E.Co.Rly/BBS or

    Sr.DFM/E.Co.Rly/Khurda Road.

    6 Corrections, if any, to be attested by the Tenderer.

    7

    The tenderer should be

    RDSO approved vendor (OEM)

    installation, testing & commissioning of the same as covered in the

    tendered work. Such MoU should have been signed before the date

    of tender opening and covering the entire pe

    OEM to certify that all the installation and commissioning has been

    done as per OEMs quality and installation standards.

    must submit the relevant documents in proof of the OEM

    MOU with the OEM

    considered that tender does not have requisite qualification.

    tenderer should have executed 35% of the tendered value

    confirming to RDSO spn No.RDSO/SPN/TC/61/2007

    Rev.2.0 or latest in the last three financial years (i.

    current year and three previous financial years).

    8

    The tenderer must submit evidence of having executed similar

    work and their performance certificate from the customers (not

    below the rank of JAG officer of Indian Railway or equivalent rank

    in other

    9

    The tenderer should have completed in the last three financial

    years (i.e. current year and three previous financial years): at

    least one similar single work, for a minimum value of 35% of

    advertised tender value of work.

    Advertised tender value (

    10

    The tenderer should have total contract amount received during

    the last three years should be a minimum of 150% of advertised

    tender value. The tenderer (s) is/are

    with the tender the attested copies of certificates from the

    employer/Client/ audited balance sheet duly certified by Chartered

    Accountant in support of financial turnover.

    Advertised tender value (

    Page 9

    DOCUMENTS SUBMISSION

    The following documents should be submitted along with the tender.

    Submission of tender in Railways form duly signed by the

    Tenderer at every page.

    All documents to be furnished in English.

    Partnership deed, if any Constitution of the firm and copies of

    connected legal documents.

    Full and clear postal address.

    Earnest money in prescribed form.

    Cash, Pay Orders, Bankers Cheque or Demand Drafts

    a) Validity to be at least up to the validity date of the tender

    b) To be hypothecated to FA & CAO/E.Co.Rly/BBS or

    Sr.DFM/E.Co.Rly/Khurda Road.

    Corrections, if any, to be attested by the Tenderer.

    The tenderer should be RDSO approved (O

    RDSO approved vendor (OEM) for the respective items for

    installation, testing & commissioning of the same as covered in the

    tendered work. Such MoU should have been signed before the date

    of tender opening and covering the entire pe

    OEM to certify that all the installation and commissioning has been

    done as per OEMs quality and installation standards.

    must submit the relevant documents in proof of the OEM

    MOU with the OEM. In absence of documentary evidence, it will be

    considered that tender does not have requisite qualification.

    tenderer should have executed 35% of the tendered value

    confirming to RDSO spn No.RDSO/SPN/TC/61/2007

    Rev.2.0 or latest in the last three financial years (i.

    current year and three previous financial years).

    The tenderer must submit evidence of having executed similar

    work and their performance certificate from the customers (not

    below the rank of JAG officer of Indian Railway or equivalent rank

    in other Government Deptt.).

    The tenderer should have completed in the last three financial

    years (i.e. current year and three previous financial years): at

    least one similar single work, for a minimum value of 35% of

    advertised tender value of work.

    Advertised tender value (`) 35% of Advertised Tender value

    12185358

    The tenderer should have total contract amount received during

    the last three years should be a minimum of 150% of advertised

    tender value. The tenderer (s) is/are

    with the tender the attested copies of certificates from the

    employer/Client/ audited balance sheet duly certified by Chartered

    Accountant in support of financial turnover.

    Advertised tender value (`) 150% of Advertised Tender

    12185358

    9 of 41

    DSTE

    DOCUMENTS SUBMISSION

    The following documents should be submitted along with the tender.

    Submission of tender in Railways form duly signed by the

    to be furnished in English.

    Partnership deed, if any Constitution of the firm and copies of

    or Demand Drafts

    a) Validity to be at least up to the validity date of the tender

    b) To be hypothecated to FA & CAO/E.Co.Rly/BBS or

    Corrections, if any, to be attested by the Tenderer.

    RDSO approved (OEM) or having MoU with

    for the respective items for supply,

    installation, testing & commissioning of the same as covered in the

    tendered work. Such MoU should have been signed before the date

    of tender opening and covering the entire period of the contract.

    OEM to certify that all the installation and commissioning has been

    done as per OEMs quality and installation standards. The tenderer

    must submit the relevant documents in proof of the OEM or the

    documentary evidence, it will be

    considered that tender does not have requisite qualification. The

    tenderer should have executed 35% of the tendered value

    confirming to RDSO spn No.RDSO/SPN/TC/61/2007

    Rev.2.0 or latest in the last three financial years (i.e.

    current year and three previous financial years).

    The tenderer must submit evidence of having executed similar

    work and their performance certificate from the customers (not

    below the rank of JAG officer of Indian Railway or equivalent rank

    The tenderer should have completed in the last three financial

    years (i.e. current year and three previous financial years): at

    least one similar single work, for a minimum value of 35% of

    35% of Advertised Tender value (`)

    4264875

    The tenderer should have total contract amount received during

    the last three years should be a minimum of 150% of advertised

    tender value. The tenderer (s) is/are required to produce along

    with the tender the attested copies of certificates from the

    employer/Client/ audited balance sheet duly certified by Chartered

    Accountant in support of financial turnover.

    150% of Advertised Tender value

    (`)

    18278037

    DSTE-II/KUR

    Please put

    (a) mark if

    submitted

    Submission of tender in Railways form duly signed by the

    Partnership deed, if any Constitution of the firm and copies of

    b) To be hypothecated to FA & CAO/E.Co.Rly/BBS or

    MoU with

    supply,

    installation, testing & commissioning of the same as covered in the

    tendered work. Such MoU should have been signed before the date

    riod of the contract.

    OEM to certify that all the installation and commissioning has been

    The tenderer

    or the

    documentary evidence, it will be

    The

    tenderer should have executed 35% of the tendered value

    confirming to RDSO spn No.RDSO/SPN/TC/61/2007

    e.

    The tenderer must submit evidence of having executed similar

    work and their performance certificate from the customers (not

    below the rank of JAG officer of Indian Railway or equivalent rank

    The tenderer should have completed in the last three financial

    years (i.e. current year and three previous financial years): at

    least one similar single work, for a minimum value of 35% of

    The tenderer should have total contract amount received during

    the last three years should be a minimum of 150% of advertised

    required to produce along

    with the tender the attested copies of certificates from the

    employer/Client/ audited balance sheet duly certified by Chartered

  • Contractor

    11 List of personnel, organization available on hand and proposed to

    be engaged for the subject work.

    12

    List of plant & machinery available on hand (own) and proposed to

    be inducted (own and hired to be given

    work.

    13

    List of works completed in the last three financial years giving

    description of work, organization for whom executed, approximate

    value of contract at the time of award, date of award and date of

    scheduled completion

    completion and final value of contract should also be given.

    14

    List of works on hand indicating description of work, contract

    value, approximate value of balance work yet to be done and date

    of award.

    NOTE :

    i.) In case of items (13) and (14) above supportive documents/ certificates from the

    organizations with whom they worked/are working should be enclosed.

    ii.) Certificate from private individuals

    executed/being executed will not be accepted.

    Address for Correspondence:

    Office of Sr.Divl.Sig. & Telecom. Engineer,

    DRMs Office Building, East Coast Railway,

    Khurda Road,At/P.O. Jatni,

    Dist. Khurda (Od

    Page 10

    List of personnel, organization available on hand and proposed to

    be engaged for the subject work.

    List of plant & machinery available on hand (own) and proposed to

    be inducted (own and hired to be given

    List of works completed in the last three financial years giving

    description of work, organization for whom executed, approximate

    value of contract at the time of award, date of award and date of

    scheduled completion of work Date of actual start, actual

    completion and final value of contract should also be given.

    List of works on hand indicating description of work, contract

    value, approximate value of balance work yet to be done and date

    of award.

    i.) In case of items (13) and (14) above supportive documents/ certificates from the

    organizations with whom they worked/are working should be enclosed.

    Certificate from private individuals/organizations

    executed/being executed will not be accepted.

    Address for Correspondence:

    Office of Sr.Divl.Sig. & Telecom. Engineer,

    DRMs Office Building, East Coast Railway,

    Khurda Road,At/P.O. Jatni,

    disha),PIN: 752050

    10 of 41

    DSTE

    List of personnel, organization available on hand and proposed to

    List of plant & machinery available on hand (own) and proposed to

    be inducted (own and hired to be given separately) for the subject

    List of works completed in the last three financial years giving

    description of work, organization for whom executed, approximate

    value of contract at the time of award, date of award and date of

    of work Date of actual start, actual

    completion and final value of contract should also be given.

    List of works on hand indicating description of work, contract

    value, approximate value of balance work yet to be done and date

    i.) In case of items (13) and (14) above supportive documents/ certificates from the

    organizations with whom they worked/are working should be enclosed.

    organizations for whom such works are

    executed/being executed will not be accepted.

    DSTE-II/KUR

    List of personnel, organization available on hand and proposed to

    List of plant & machinery available on hand (own) and proposed to

    separately) for the subject

    List of works completed in the last three financial years giving

    description of work, organization for whom executed, approximate

    value of contract at the time of award, date of award and date of

    of work Date of actual start, actual

    List of works on hand indicating description of work, contract

    value, approximate value of balance work yet to be done and date

    i.) In case of items (13) and (14) above supportive documents/ certificates from the

    for whom such works are

  • Contractor

    1. The tenderers are required to scrutinize carefully all clauses appearing in the Tender

    documents and to sign in token thereof every page of the Tender Document.

    2. General conditions, special conditions of Tender/Contract, Instructions to tenderers,

    standard specification for works and materials are laid down in General conditions of

    contract and standard specifications of Engineering Department, Conditions of Tenders,

    General conditions of contract, Special conditions of contract, Instructions to the

    tenderers for S&T works on E.Co.Railway, all corrected upto date, which will be binding

    on the tenderers/contractors and can be seen at the office of Senior Divisional Signal &

    Telecom Engineer, E.Co.Railway, Khurda Road.

    3. The Tenderers should quote rates in figures and in words. Wherever there is a difference

    between the rates quoted in figures and in words, the rate quoted in words will be taken

    as correct.

    4. All details and drawi

    the Senior Divisional Signal & Telecom Engineer, E.Co.Railway, Khurda Road during

    office hours.

    5. No reference to previous deposit of Earnest Money for adjustment against the present

    tender will be accepted or any request for recovery from outstanding bills towards the

    Earnest Money against the present tender will be entertained.

    6. All expenses in drawing up the agreement and the cost of the stamp duty, if any, shall

    be borne by the

    7. The cancellation of any document such as power of attorney, partnership deed etc. shall

    forthwith be communicated by the contractor to the Railway in writing failing which the

    Railway shall have no responsibility or liability for any action on the stre

    documents.

    8. The contractor will be permitted to make use of the service roads already existing within

    the Railway possession. If additional service roads are required within Railway premises

    the contractor may be allowed to make them at his own

    the Railways Engineer. All service roads required outside Railway boundary shall be

    constructed by the contractor at his own risk and cost. These roads shall be maintained

    by the contractor at his own cost. The railway res

    service roads as and when necessary without any payment to the contractor.

    9. If the original work order issued to the contractor is lost by him for any reason what

    ever and contractor demands for supply of a duplicate

    Rs.100/- (Rupees one hundred) only for each work order will be imposed on him for the

    issue of duplicate copy of the work order. Contractor should return work order(s) along

    with final bill.

    10. The Tenderer/Contractor may be require

    of the E.Co.Railway, if found suitable up to the extent of 20 (twenty) persons for each

    lakh or part thereof or the value of the contract during the currency of the contract. The

    terms of employment between suc

    mutually agreed terms subject to the statutory provisions contained in the labour

    regularizations and inactments. The contractor shall indemnify the railway against any

    claim arising out of employment of such

    disputes etc. arising out of the employment of such labour by the Tenderer/Contractor.

    11. No lead on Railways / Contractors materials shall be payable for the works executed

    under this contract.

    12. When the tender is received by the Railway Administration, it will be understood that the

    tenderer/s has/have gone through carefully in details all the instructions, conditions

    general and special instructions of the contract and all general and special instruction

    execution of the work and that the tenderer/s has/have got himself/themselves clarified

    in all points and doubts and interpretations by the proper authorities of the Railway

    Administration.

    Page 11

    East Coast Railway

    INSTRUCTIONS TO THE TENDERERS & CONDITIONS

    The tenderers are required to scrutinize carefully all clauses appearing in the Tender

    documents and to sign in token thereof every page of the Tender Document.

    conditions, special conditions of Tender/Contract, Instructions to tenderers,

    standard specification for works and materials are laid down in General conditions of

    contract and standard specifications of Engineering Department, Conditions of Tenders,

    al conditions of contract, Special conditions of contract, Instructions to the

    tenderers for S&T works on E.Co.Railway, all corrected upto date, which will be binding

    on the tenderers/contractors and can be seen at the office of Senior Divisional Signal &

    Telecom Engineer, E.Co.Railway, Khurda Road.

    The Tenderers should quote rates in figures and in words. Wherever there is a difference

    between the rates quoted in figures and in words, the rate quoted in words will be taken

    All details and drawings pertaining to the works are available can be seen in the office of

    the Senior Divisional Signal & Telecom Engineer, E.Co.Railway, Khurda Road during

    office hours.

    No reference to previous deposit of Earnest Money for adjustment against the present

    er will be accepted or any request for recovery from outstanding bills towards the

    Earnest Money against the present tender will be entertained.

    All expenses in drawing up the agreement and the cost of the stamp duty, if any, shall

    be borne by the contractor.

    The cancellation of any document such as power of attorney, partnership deed etc. shall

    forthwith be communicated by the contractor to the Railway in writing failing which the

    Railway shall have no responsibility or liability for any action on the stre

    The contractor will be permitted to make use of the service roads already existing within

    the Railway possession. If additional service roads are required within Railway premises

    the contractor may be allowed to make them at his own

    the Railways Engineer. All service roads required outside Railway boundary shall be

    constructed by the contractor at his own risk and cost. These roads shall be maintained

    by the contractor at his own cost. The railway res

    service roads as and when necessary without any payment to the contractor.

    If the original work order issued to the contractor is lost by him for any reason what

    ever and contractor demands for supply of a duplicate

    (Rupees one hundred) only for each work order will be imposed on him for the

    issue of duplicate copy of the work order. Contractor should return work order(s) along

    with final bill.

    The Tenderer/Contractor may be required to engage surplus/retrenched casual labours

    of the E.Co.Railway, if found suitable up to the extent of 20 (twenty) persons for each

    lakh or part thereof or the value of the contract during the currency of the contract. The

    terms of employment between such labour and the tenderer/contractor may be on

    mutually agreed terms subject to the statutory provisions contained in the labour

    regularizations and inactments. The contractor shall indemnify the railway against any

    claim arising out of employment of such labour and the railway shall not be party to any

    disputes etc. arising out of the employment of such labour by the Tenderer/Contractor.

    No lead on Railways / Contractors materials shall be payable for the works executed

    under this contract.

    tender is received by the Railway Administration, it will be understood that the

    tenderer/s has/have gone through carefully in details all the instructions, conditions

    general and special instructions of the contract and all general and special instruction

    execution of the work and that the tenderer/s has/have got himself/themselves clarified

    in all points and doubts and interpretations by the proper authorities of the Railway

    Administration.

    11 of 41

    DSTE

    East Coast Railway

    INSTRUCTIONS TO THE TENDERERS & CONDITIONS

    The tenderers are required to scrutinize carefully all clauses appearing in the Tender

    documents and to sign in token thereof every page of the Tender Document.

    conditions, special conditions of Tender/Contract, Instructions to tenderers,

    standard specification for works and materials are laid down in General conditions of

    contract and standard specifications of Engineering Department, Conditions of Tenders,

    al conditions of contract, Special conditions of contract, Instructions to the

    tenderers for S&T works on E.Co.Railway, all corrected upto date, which will be binding

    on the tenderers/contractors and can be seen at the office of Senior Divisional Signal &

    Telecom Engineer, E.Co.Railway, Khurda Road.

    The Tenderers should quote rates in figures and in words. Wherever there is a difference

    between the rates quoted in figures and in words, the rate quoted in words will be taken

    ngs pertaining to the works are available can be seen in the office of

    the Senior Divisional Signal & Telecom Engineer, E.Co.Railway, Khurda Road during

    No reference to previous deposit of Earnest Money for adjustment against the present

    er will be accepted or any request for recovery from outstanding bills towards the

    Earnest Money against the present tender will be entertained.

    All expenses in drawing up the agreement and the cost of the stamp duty, if any, shall

    The cancellation of any document such as power of attorney, partnership deed etc. shall

    forthwith be communicated by the contractor to the Railway in writing failing which the

    Railway shall have no responsibility or liability for any action on the stre

    The contractor will be permitted to make use of the service roads already existing within

    the Railway possession. If additional service roads are required within Railway premises

    the contractor may be allowed to make them at his own cost with the prior approval of

    the Railways Engineer. All service roads required outside Railway boundary shall be

    constructed by the contractor at his own risk and cost. These roads shall be maintained

    by the contractor at his own cost. The railway reserves the right to make use of these

    service roads as and when necessary without any payment to the contractor.

    If the original work order issued to the contractor is lost by him for any reason what

    ever and contractor demands for supply of a duplicate of the same, panel levy of

    (Rupees one hundred) only for each work order will be imposed on him for the

    issue of duplicate copy of the work order. Contractor should return work order(s) along

    d to engage surplus/retrenched casual labours

    of the E.Co.Railway, if found suitable up to the extent of 20 (twenty) persons for each

    lakh or part thereof or the value of the contract during the currency of the contract. The

    h labour and the tenderer/contractor may be on

    mutually agreed terms subject to the statutory provisions contained in the labour

    regularizations and inactments. The contractor shall indemnify the railway against any

    labour and the railway shall not be party to any

    disputes etc. arising out of the employment of such labour by the Tenderer/Contractor.

    No lead on Railways / Contractors materials shall be payable for the works executed

    tender is received by the Railway Administration, it will be understood that the

    tenderer/s has/have gone through carefully in details all the instructions, conditions

    general and special instructions of the contract and all general and special instruction

    execution of the work and that the tenderer/s has/have got himself/themselves clarified

    in all points and doubts and interpretations by the proper authorities of the Railway

    DSTE-II/KUR

    SECTION - III

    The tenderers are required to scrutinize carefully all clauses appearing in the Tender

    documents and to sign in token thereof every page of the Tender Document.

    conditions, special conditions of Tender/Contract, Instructions to tenderers,

    standard specification for works and materials are laid down in General conditions of

    contract and standard specifications of Engineering Department, Conditions of Tenders,

    al conditions of contract, Special conditions of contract, Instructions to the

    tenderers for S&T works on E.Co.Railway, all corrected upto date, which will be binding

    on the tenderers/contractors and can be seen at the office of Senior Divisional Signal &

    The Tenderers should quote rates in figures and in words. Wherever there is a difference

    between the rates quoted in figures and in words, the rate quoted in words will be taken

    ngs pertaining to the works are available can be seen in the office of

    the Senior Divisional Signal & Telecom Engineer, E.Co.Railway, Khurda Road during

    No reference to previous deposit of Earnest Money for adjustment against the present

    er will be accepted or any request for recovery from outstanding bills towards the

    All expenses in drawing up the agreement and the cost of the stamp duty, if any, shall

    The cancellation of any document such as power of attorney, partnership deed etc. shall

    forthwith be communicated by the contractor to the Railway in writing failing which the

    Railway shall have no responsibility or liability for any action on the strength of said

    The contractor will be permitted to make use of the service roads already existing within

    the Railway possession. If additional service roads are required within Railway premises

    cost with the prior approval of

    the Railways Engineer. All service roads required outside Railway boundary shall be

    constructed by the contractor at his own risk and cost. These roads shall be maintained

    erves the right to make use of these

    service roads as and when necessary without any payment to the contractor.

    If the original work order issued to the contractor is lost by him for any reason what-so-

    of the same, panel levy of

    (Rupees one hundred) only for each work order will be imposed on him for the

    issue of duplicate copy of the work order. Contractor should return work order(s) along

    d to engage surplus/retrenched casual labours

    of the E.Co.Railway, if found suitable up to the extent of 20 (twenty) persons for each

    lakh or part thereof or the value of the contract during the currency of the contract. The

    h labour and the tenderer/contractor may be on

    mutually agreed terms subject to the statutory provisions contained in the labour

    regularizations and inactments. The contractor shall indemnify the railway against any

    labour and the railway shall not be party to any

    disputes etc. arising out of the employment of such labour by the Tenderer/Contractor.

    No lead on Railways / Contractors materials shall be payable for the works executed

    tender is received by the Railway Administration, it will be understood that the

    tenderer/s has/have gone through carefully in details all the instructions, conditions

    general and special instructions of the contract and all general and special instruction for

    execution of the work and that the tenderer/s has/have got himself/themselves clarified

    in all points and doubts and interpretations by the proper authorities of the Railway

  • Contractor

    13. Should a tenderer find discrepancies in or omission from the

    tender forms or should he have any doubt as to their meanings, he should at once notify

    the authority inviting tender who may send a written instructions to all tenderers. It

    should be understood that every endeavour has been made t

    materially affect the basis of the tender and the successful tender shall take upon

    himself and provide for the risk or any error which may subsequently be discovered and

    he shall make no subsequent claim on account thereof.

    14. The contractors who are working in the establishment through contract labour

    (Regulation and abolition) Act 1970 and Central Rule, 1971 and obtain a licence from

    the Assistant Labour (Central) concerned and produce the same to the Railway either

    along with th

    awarded will be terminated on the ground that they have not complied with legal

    provisions of the said act and Earnest Money forfeited.

    15. Railway will not arrange for release of foreign exch

    16. INSPECTION CHARGES:

    materials supplied by the contractor in works contract, inspection charges @ 1% of the

    cost of the materials including all taxes, excise duty, etc

    inspection are to be borne by the contractor.

    17. Eligibility Criteria. With the intention of bringing good & experienced contractor in the

    tenders the eligibility criteria in all tenders shall be as under.

    17.1 As given in the table belo

    (i) Should have completed in the

    last three financial years (i.e.

    current year and three

    previous financial years).

    (ii) Total contract amount

    received during the last three

    financial years and in the

    current financial year.

    18. Though this work is for limited stations over Khurda Road Division. However, depending

    upon the requirement/urgency, the tenderer shall execute the work at any station/

    section under Khurda Road division.

    19. Earnest Money Deposit:

    the tender for the due performance with the stipulation to keep the offer open till such

    date as specified in the tender, under the conditions of tender. The earnest money shall

    be as under:

    Value of the work ( Te

    For works estimated to cost upto

    crore

    For works estimated to cost more than `1 crore

    The earnest money shall be rounded to the nearest

    applicable for all modes of tendering.

    19.1 The Tender must be accompanied by a sum, as mentioned in item No.2 of Form of

    Tender, as Earnest Money. Earnest Money should be in cash or in any of the following

    forms:-

    (i) Bankers Cheque

    be either of the State Bank of India or of any of the nationalized banks. No confir

    advice from the Reserve Bank of India will be necessary.

    Page 12

    Should a tenderer find discrepancies in or omission from