regulations for tenders and contracts condition of tender ... 04… · for and on behalf of...
TRANSCRIPT
- 1 -
RAILWAY ELECTRIFICATION
WORKS CONTRACT
Regulations for Tenders and Contracts
Condition of Tender
Tender Agreement Form
Item No. 04 of Tender Notice No. RE/MS/Civil/1/2014 dated 20.01.2014
1. Name of the Tenderer to whom the
Tender form is issued
2. Address
3. Serial No. assigned to the Tender form
4. Date of sale
5. Signature of the issuing official
(Name in Block Capitals)
Note:-
1. Tender form is not transferable.
2. The tender documents should be submitted in full comprising of the regulations for
tenders and contracts, conditions of tender, tender agreement form special conditions of
contract as included in the tender forms, schedules and annexures complete along with
additional documents called for in the tender without any pages being removed. Failure
to comply with this will render the tender liable to be rejected.
- 2 -
IMPORTANT DATES TO BE NOTED
1.
Commencement of sale of tender forms
10.02.2014
2.
Last date for sale of tender forms
27.02.2014 (Upto 17.00 Hours)
3.
Last date for submission of tender forms
14.00 Hours on 28.02.2014
4.
Date of opening of tender forms
14.30 Hours on 28.02.2014
NOTE:
1. If the tenderer desires to furnish Demand drafts towards cost
of tender form, the DD should be drawn on ‘Senior Assistant Financial Adviser, Railway Electrification, Chennai Egmore’.
2. If the tenderer desires to furnish Fixed Deposit Receipts for Earnest Money Deposit, the FDR should be drawn on ‘Senior Assistant Financial Adviser, Railway Electrification, Chennai Egmore’.
3. THE FDR SHOULD BE WITH AUTOMATIC RENEWAL
FACILITY ONLY. IT SHOULD BE CLEARLY
MENTIONED IN THE FDR BY THE ISSUING BANK. IF
IT IS NOT MENTIONED, A STAMP SHOULD BE
AFFIXED ON THE FDR BY ISSUING BANK UNDER
CLEAR ACKNOWLEDGEMENT.
Signature of the agency
- 3 -
ENCLOSURE TO TENDER FORM
1. Name of Agency:
2. Address
3. Contact person’s name with Phone No.
4. EMD Particulars with complete postal address of the issuing bank (in case of
FDR) for sending the FDR for confirmation:
5. Cost of tender form:
6. Tenderer’s Bank details:
(i) Account No.:
(ii) Bank Name & Branch:
(iii) IFS Code of the Bank:
Signature of the agency
Note: The tenderer / contractor should sign all the
pages in the tender document.
- 4 -
INDIAN RAILWAYS
RAILWAY ELECTRIFICATION
TENDER NOTICE NO. RE/MS/CIVIL/1/2014 dated 20.01.2014
For and on behalf of President of India, the Deputy Chief Engineer, Railway Electrification, Chennai
Egmore, invites Separate sealed tenders for the following works, which will be received up to 14.00 hrs. on the date
mentioned below at the following office and opened on the same day at 14.30 hrs. at the same office.
Item
No.
Date of tender
opening Place of tender opening
1 & 2 26.02.2014 Office of the Dy.Chief Electrical Engineer, Railway Electrification, First Floor over Crew
Booking Office, Kozhikode -1.
3 27.02.2014 Office of the Chief Project Manager, Civil Engineering Section, Railway Electrification, Periyar
E.V.R. Salai, Egmore, Chennai – 600 008.
4 to 10 28.02.2014 Office of the Deputy Chief Electrical Engineer, Railway Electrification, First Floor over C&W
Office, Kallukuzhi P.O., Tiruchirappalli Junction.
Item
No. Name of work
Approx.
Cash Value
(in lakhs of
rupees)
Earnest
Money
deposit in
rupees
Cost of
tender
form in
rupees
Period of
completion
in months
1 Proposed construction of staff quarters Type II - 17 units, Type III – 8 units
and Type IV – 2 units (in ground / first floor) at various stations between
Shoranur – Kannur in Palghat Division of Southern Railway.
597.21 448605 10960 EIGHTEEN
Months
2 Proposed construction of staff quarters Type II - 20 units, Type III – 9 units
and Type IV – 3 units (in ground / first floor) at various stations between
Kannur – Mangalore Jn. in Palghat Division of Southern Railway.
702.97 501485 10960 EIGHTEEN
Months
3 [a] Proposed construction of SSE/W/RE/MS office, driver room and Audit
section at Chennai Egmore in Chennai Division of Southern Railway.
[b] Improvement and repairs activities (such as decorative wall tiles in east
face, plumping repairs, provision of new PVC overhead tanks duly
dismantling existing one, open terrace floor repair works, renovation of
officers’ toilets, provision of window curtains, repairs to doors, colour
washing) in CPM/RE/MS office building at Chennai Egmore in Chennai
Division of Southern Railway.
[c] Repairs and Improvement activities (such as repairs to windows, doors,
aluminium partition, colour washing) in RE Camp office at Chennai Egmore
in Chennai Division of Southern Railway. (Re-tender).
41.56 83120 3288 NINE
Months
4 Proposed strengthening of leaning mast by supplying and providing earth
around of OHE mast foundation in Dindigul – Madurai section in Madurai
Division of Southern Railway. (Re-tender).
17.44 34880 2192 FOUR
Months
5 [a] Proposed construction / raising of RR compound wall adjacent to SP
Madurai for avoiding the entering of public at Madurai in Madurai Division
of Southern Railway.
[b] Proposed filling of low level area by contractor’s own earth at adjacent /
around to Vadipatti SP to preventing of stagnation of rain water in Vadipatti
SP in Dindigul – Madurai section in Madurai Division of Southern Railway.
[c] Proposed construction of rain water drain arrangements for the SSP
Kodaikanal Road in Madurai Division of Southern Railway. (Re-tender).
4.76 9520 1096 FOUR
Months
6 Cutting and removing of trees available within Railway boundaries and
identified as infringing the OHE wires between Villupuram and
Thirukovilur stations in Tiruchirappalli division of Southern Railway (Re-
tender). (Re-tender).
2.52 5040 1096 TWO
Months
7 Cutting and removing of trees available within Railway boundaries and
identified as infringing the OHE wires between Thirukovilur and
Tiruvannamalai stations in Tiruchirappalli division of Southern Railway.
(Re-tender).
2.57 5140 1096 TWO
Months
8 General maintenance and upkeeping of RE camp office at Villupuram for a
period of two years in Tiruchchirppalli Division of Southern Railway. 5.66 11320 2192 TWENTY
FOUR
Months
9 General maintenance and upkeeping of RE camp office at Madurai for a
period of two years in Madurai Division of Southern Railway. 6.56 13120 2192 TWENTY
FOUR
Months
10 General maintenance and upkeeping of RE camp office at Dindigul for a
period of two years in Madurai Division of Southern Railway. 6.34 12680 2192 TWENTY
FOUR
Months
(Items TEN only)
Tender document can be downloaded from the website www.core.indianrailways.gov.in. If the proof of
paying the cost of tender form (demand draft or Railway cash receipt) is not enclosed with the down loaded tender
documents, the tender will be summarily rejected. For other details tenderers are advised to refer to the detailed
tender notice in the above website.
Deputy Chief Engineer,
Railway Electrification,
Chennai Egmore – 600 008
for and on behalf of President of India
- 5 -
Other conditions:
1. The tenders will be opened in the presence of the tenderers / their authorized
representatives, who are present at the respective offices, where the tenders are to be
opened at the time of tender opening.
2. In case the date of tender opening happens to be a holiday, the tenders will be received
and opened on the next working day at the same time and place.
3. Tender forms may also be obtained through speed post by sending requisition well in
advance on an additional payment of Rs. 500/- (Rupees five hundred only) in addition to
the cost of tender form mentioned in the advertised tender notice.
4. Though every effort will be taken for prompt dispatch of the tender documents, Railways
will not be responsible for any postal delay.
5. The Lump sum Earnest Money Deposit with any Railway unit will not be considered.
The contractors / tenderers shall pay separate Earnest Money for each work.
6. The Chief Project Manager reserves the right to reject any (or) all tenders without
assigning any reason there for.
7. Tender papers (Not transferable) may also be obtained from the Office of the Deputy
Chief Engineer, Railway Electrification, Chennai Egmore during office hrs. from
10.02.2014 to up to 17.00 hours on the previous working day of tender opening against
the valid Cash Receipt obtained from any Railway Station over Indian Railways or
Account payee demand draft drawn in favour of Senior Assistant Financial Adviser,
Railway Electrification, Chennai Egmore, payable at Chennai.
8. If there is any difference in the details, like value of work, EMD, date and place of tender
opening, period of completion, between the tender notice and tender documents, the
details given in the tender notice is final.
9. For other details, terms and conditions, the tenderers are advised to refer to the tender
documents.
Eligibility Criteria (Works costing 50 lakhs and above):-
1 Should have completed in the
last 3 financial years (i.e.,
current year and three previous
financial years):
They should have satisfactorily completed one similar
single work for a minimum value of 35 % of advertised
tender value of work. in the last three financial years
(i.e., current year and three previous financial years) upto
the date of opening of tender.
2 Total contract amount received
during the last 3 financial years
and in the current financial
year:
Should be a minimum of 150 % of advertised tender
value. The Tenderer has to produce attested copies of
certificates from the employer / client, audited balance
sheet duly certified by the Charted Accountant etc., with
the tender documents.
Dy.CE/RE/MS
- 6 -
Note:
1. With respect to Railways, the experience certificate should have been issued by atleast a
JA Grade officer. With respect to other Government departments and PSUs, the
certificate issued at the level of Deputy Chief Engineer and above can be taken as valid.
2. The tenderer shall note that the credentials / experience certificate for the works
executed by them as sub-contractor to main contractor of govt. department / PSUs
will not be considered and the credentials / experience certificate for the works executed
by them directly for Govt. Department / PSUs as main contractor will only be considered.
Experience certificates issued by private individuals / firms will also not be
accepted. 3. All documents to support fulfillment of eligibility criteria (For works costing more than
50 Lakhs) should be furnished along with the tender and should be available at the
time of tender opening. Tenders not accompanied by documentary evidence in support
of eligibility criteria will be rejected. No post tender communication, in any form will
be made or entertained, after opening of tenders, in this regard.
4. As regards, the contract amount, received during the last three financial years and in the
current financial year, documentary evidence in the form of attested certificate from the
employer / client, audited balance sheet duly certified by the Charted Accountant etc.,
will be accepted.
Single Similar work for Eligibility criteria:
Item Nos. 1& 2 Civil Engineering Works like sheds, roads, embankment, buildings,
bridges and steel structures (except Track / P.Way Works).
Item Nos. 3 to 10 No eligibility criterion has been fixed.
Tenders without Earnest money deposit and cost of tender form will be summarily
rejected.
Deputy Chief Engineer,
Railway Electrification,
Chennai Egmore – 600 008
for and on behalf of President of India
- 7 - INDIAN RAILWAYS
RAILWAY ELECTRIFICATION
REGULATIONS FOR TENDER AND CONTRACTS
For the Guidance of Engineers and Contractors for CIVIL ENGINEERING WORKS
Meaning of Terms
1. Definitions:
In these Regulations for Tenders and Contracts the following terms shall have the
meanings assigned hereunder except where the context otherwise requires:-
(a) “Railway” shall mean the President of the Republic of India or the Administrative
Officers of the Central Organization Railway Electrification, or of the Successor
Railway authorized to deal with any matters, which these presents are concerned on
his behalf.
(b) “General Manager” Shall mean the officer in Administrative charge of the whole of
Central Organization Railway Electrification.
(c) “Chief Engineer” shall mean the officer-in-charge of the Engineering Department of
Central Organization Railway Electrification and shall also include the Chief Project
Manager, Railway Electrification, Chennai Egmore.
(d) “Tenderer” shall mean the person, the firm or company who tenders for the works
with a view to execute the works on contract with the Railway and shall include their
authorized representatives, successors and permitted assigns.
(e) “Limited Tenders” shall mean tenders invited from all or some Contractors on the
approved list of Contractors with the Railway.
(f) “Open Tenders” shall mean tenders invited in open and public manner and with
adequate notice.
(g) “Works” shall mean the works contemplated in the drawings and schedules setforth
in the Tender Forms and required to be executed according to specifications.
(h) “Specifications” shall mean the specifications for materials and works, Southern
Railway, as applicable and issued under the authority of the Chief Engineer or as
amplified, added to or superseded by special specifications if any, appended to
Tender Forms.
(i) “Schedule of Rates of Southern Railway” shall mean the schedule of rates issued
under the authority of the Chief Engineer from time to time.
(j) “Drawings” shall mean the drawings, plans and tracings or prints thereof annexed to
the Tender Forms.
2. Singular and plural
Words importing the singular number shall also include the plural and vice versa
where the context requires.
- 8 -
3. Interpretation:
These Regulations for Tenders and Contracts shall be read in conjunction with the
General Conditions of Contract, which are referred to herein and shall be subject to
modifications, additions or super session by special conditions of contract and / or special
specifications, if any, annexed to the Tender Forms.
4. Testimonials:
A contractor who has not carried out any work so far on this Railway should furnish
particulars regarding:-
(a) His position as an independent Contractor.
(b) His capacity to undertake and carry out works satisfactorily, as vouched for by a
responsible official or firm.
(c) His previous experience on works similar to that to be contracted for in proof of
which original certificate or testimonials may be called for and their genuineness
verified, if need be, by reference to the signatories thereof.
(d) His knowledge from actual personal investigation of the resources of the zone or
zones in which he offers to work.
(e) His ability to supervise the work personally or by competent and duly authorized
agents.
(f) His financial position.
5. Omissions and Discrepancies:
Should a Tenderer find discrepancies in, or omissions from the drawings or any of the
Tender Forms or should he be in doubt as to their meaning, he should at once notify the
authority inviting tenders who may send a written intimation to all Tenderers. It shall be
understood that every endeavour has been made to avoid any error which can materially
affect the basis of the tender and the Successful Tenderer shall take upon himself and
provide for the risk of any error which may subsequently be discovered and shall make
no subsequent claim on account thereof.
6. Earnest Money
(a) The Tenderer shall be required to deposit the sum of Rs.6,976/- with the Tender as a
Security Deposit for the due performance of the stipulation to keep the offer open till
such date as might be specified in the tender, it shall be understood that the tender
documents have been sold / issued to the Tenderer and the Tenderer is 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 the terms and conditions thereof in a
manner not acceptable to the Dy. Chief Engineer, Railway Electrification, Chennai
Egmore. Should the Tenderer fail to observe or comply with the said stipulation, the
aforesaid amount and amount mentioned in (b) shall be liable to be forfeited to the
Railway.
- 9 -
(b) The Tenderer shall also be required to deposit a sum of Rs.27,904/- towards the
earnest money with the tender. The sum mentioned in (a) above together with the
sum mentioned in (b) above constitute the earnest money. If his tender is accepted
this earnest money will be retained as part security for the due and faithful fulfillment
of the contract in terms of Clause 16 of the General Conditions of Contract. The
earnest money of other Tenderers shall, save as herein before provided, be returned
to them, but the Railway shall not be responsible for any loss or depreciation that
may happen thereto while in their possession, nor be liable to pay interest thereon.
7. Care in submission of Tenders.
(a) Before submitting a tender, the Tenderer will be deemed to have satisfied himself by
actual inspection of the site and locality of the works, that all conditions liable to be
encountered during the execution of the works are taken into account and that the
rates he enters in the Tender Forms are adequate and all inclusive to accord with the
provisions in Clause 37 of the General Conditions of Contract for the completion of
works to the entire satisfaction of the Engineer.
(b) When work is tendered for by a firm or company of Contractors, the tender shall be
signed by the individual legally authorized to enter into commitments on their behalf.
The Railway will not be bound by any power of attorney granted by the Tenderer or
by changes in the composition of the firm made subsequent to the execution of the
contract. It may, however, recognize such power of attorney and changes after
obtaining proper legal advice, the cost of which will be chargeable to the Contractor.
8. Opening of Tenders
Tenders received will be opened and, if practicable the names of the Tenders and rates
will be read out by the Dy. Chief Engineer, Railway Electrification, Chennai Egmore or
his representative at 14.30 hours on 28.02.2014 in the presence of such of the Tenderers,
or their agents as may choose to attend.
9. Right of Railway to deal with Tenders
The Railway reserves the right of not to invite tenders for any work or works, or to invite
open or limited tenders, and when tenders are called, to accept a tender in whole or in
part or reject any tender or all tenders without assigning reasons for any such action.
CONTRACT DOCUMENTS
10. Execution of Contract Documents
The Tenderer whose tender is accepted shall be required to appear at the Office of the
Dy. Chief Engineer, Railway Electrification, Chennai Egmore in person, or if a firm or
corporation, a duly authorized representative shall so appear, and to execute the contract
documents within 7 days after notice that the contract has been awarded to him / them.
Failure to do so shall constitute a breach of the agreement effected by the acceptance of
the tender in which case the full value of the earnest money accompanying the tender
shall stand forfeited without prejudice to any other rights or remedies.
- 10 -
In the event of any Tenderer whose tender is accepted shall refuse to execute the contract
documents as herein before provided, the Railway may determine that such Tenderer has
abandoned the contract and thereupon his tender and the acceptance thereof shall be
treated as cancelled and the Railway shall be entitled to forfeit the full amount of the
earnest money and to recover the liquidated damages for such default.
11. Form of Contract Documents
For contracts for specific works the document required to be executed by the Tenderer
whose tender is accepted shall be the agreement at page.
12. Form of Quotation
(a) The tender shall be submitted in the prescribed form annexed hereto quoting a
percentage above or below or at par for Schedules ‘A’ & ‘B’ and individual rates
for items given in Schedule ‘C’. The quotations will be subject to the general
instructions of the Southern Railway’s Unified Standard Schedule of Rates 2011
and Special Conditions of Contract attached to the tender to which the Tenderers’
special attention is drawn. The percentage quoted must be clearly written in figures
and in words, and will apply to all items in all the chapters of the schedule.
(b) In the case of tender for collection and training out of ballast, the percentage quoted
will apply to all the items in Chapter XX only. Tenderers are not permitted to quote
different percentages for different chapters or different items, and in the percentage
quoted no fraction is permitted. The percentage / rates quoted must be firm, precise
and unconditional.
(c) If any item is excluded by the Tenderer in submitting his tender, the Railway may
reject the tender.
(d) In the case of tenders for collection and training out of ballast 14 cu.dm. of stone
ballast shall be submitted as sample to show quality from each of the depots
concerned along with the tender.
Place Signature of Tenderer
Date
- 11 -
CONDITIONS OF TENDER
1. The drawings for the works can be seen in the Office of the Dy. Chief Engineer, Railway
Electrification, Chennai Egmore at any time during office hours.
2. The tenderer / Tenderers shall quote a percentage rate for ‘A’ & ‘B’ and individual
rates for items given in Schedule ‘C’. The quantities shown in the attached schedule/s
are given as a guide and are approximate only and are subject to variation according to
the needs of the Railway. The Railway accepts no responsibility for their accuracy. The
Railway does not guarantee work under each item of the schedule.
3. Tenders containing erasures and alterations of the tender documents are liable to be
rejected. Any corrections made by the Tenderer / Tenderers in his / their entries must be
attested by him / them.
4. The works are required to be completed within a period of FOUR Months from the date
of issue of acceptance letter. The work will have to be maintained for a period of
THREE months after the completion of the work.
5.
(a) The Tenderer / Tenderers is / are required to deposit as Earnest Money a sum of
Rs.34,880/- by Pay Orders or Demand Drafts / Deposit Receipts in favour of the
Senior Assistant Financial Adviser, Railway Electrification, Chennai Egmore.
(b) The Tenderer shall hold the offer open till such date as may be specified in the
tender. It is 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 form his offer
or modify the terms and conditions thereof in a manner not acceptable to the
Railway. Should the Tenderer fail to observe or comply with the foregoing
stipulation the amount deposited as security for the due performance of the above
stipulation shall be forfeited to the Railway. If the tender is accepted, the amount of
earnest money will be held as Security Deposit for the due and faithful fulfillment of
the contract. The earnest moneys of the unsuccessful Tenderer will save as herein
before provided be returned to the unsuccessful Tenders but the Railway shall not be
responsible for any loss or depreciation that may happen to the security for the due
performance of the stipulation to keep the offer open for the period specified in the
tender documents or to the earnest money while in their possession, nor be liable to
pay interest thereon.
6. It shall not be obligatory on the said authority to accept the lowest tender and no Tenderer
/ Tenderers shall demand and explanation for the cause of rejection of his / their tender.
7. If the Tenderer deliberately gives / Tenderers deliberately give wrong information in his /
their tender or creates / create circumstances for the acceptance of his / their tender, the
Railway reserves the right to reject such tender at any stage.
- 12 -
8. If a Tender expires after submission of his tender or after the acceptance of his tender, the
Railway shall deem such tender as cancelled. If a partner of a firm expires after the
submission of their tender or after the acceptance of their tender, the Railway shall deem
such tender as cancelled, unless the firm retains its character.
9. The earnest money including the amount taken as Security Deposit for the due
performance of the stipulation to keep the offer open till the date specified in the tender
will be refunded to the unsuccessful Tenderer / Tenderers within a reasonable time. The
earnest money deposited by the successful Tenderer Tenderers will be retained towards
the Security Deposit for the due and faithful fulfillment of the contract but shall be
forfeited if the Contractor fails / Contractors fail to executed the Agreement Bond or start
the work within a reasonable time (to be determined by the Engineer-in-charge) after
notification of the acceptance of his / their tender.
10. Attested copies of Documents testifying to the Tenderer’s fulfilling the eligibility criteria,
previous experience and financial status should be enclosed with tender. Originals of the
documents should be produced when called for by the Dy. Chief Engineer, Railway
Electrification, Chennai Egmore, within the time period specified, failing which the
tender is liable to be rejected.
11. Tenders must be enclosed in sealed covers, super scribed “Tender for
Proposed strengthening of leaning mast by supplying and providing earth around of
OHE mast foundation in Dindigul – Madurai section in Madurai Division of Southern
Railway.
and must be sent by Registered Post to the relevant office address mentioned in the
tender notice so as to reach that office not later than 14.00 hours on the 28.02.2014 or
deposited in the special box allotted for the purpose in the relevant offices mentioned in
the tender notice. This will be sealed at 14.00 hours on the 28.02.2014.
12. Non-compliance with any of the conditions setforth herein above is liable to result in the
tender being rejected.
13. The Railway does not bind itself to accept the lowest or any other tender nor does
undertake to assign reasons for declining to consider any particular tender or tenders.
14. The successful Tenderer / Tenderers shall be required to execute an Agreement with the
President of India acting through the Dy. Chief Engineer, Railway Electrification,
Chennai Egmore for carrying out the work according to the General Conditions of
Contract and Specifications for Works and Materials of the Railway including the
correction slips issued from time to time.
- 13 -
15. The Tenderer shall keep the offer open for a minimum period of 90 days from the date of
opening of the tender within which period the Tenderer cannot withdraw his offer,
subject to the period being extended further if required, by mutual agreement from time-
to-time. Any contravention of the above condition will make the Tender liable for
forfeiture of his EMD.
16. The Administration does not agree to pay Sales Tax / Value Added Tax in addition to the
price quoted.
17. Should a Tenderer be a retired Engineer of the Gazetted rank or any other Gazetted
officer working before his retirement, whether in the executive or administrative
capacity, or whether holding a pensionable post or not, in the Engineering Department of
any of the Railways owned and administrated by the President of India for the time being,
or should a Tenderer being partnership firm have as one of its partners a retired Engineer
or a retired Gazetted officer as aforesaid, or should a tenderer being an incorporated
company have any such retired Engineer or retired officer as one of its directors, or
should a Tenderer have in his employment any retired engineer or retired Gazetted officer
from the said service and in cases where such Engineer of officer had not retired from
Government service at least two years prior to the date of the submission of the tender as
to whether permission for taking such contract, or if the Contractor be a partnership firm
or an incorporated company, to become a partner or Director as the case may be, or to
make employment under the Contractor, has been obtained by the Tenderer or the
Engineer or the officers as the case may be from the President of India or any officer duly
authorized by him in this behalf, shall be clearly stated in writing at the time of
submitting the tender. Tenders without the information above referred to or a statement
to the effect that no such retired Engineer or retired Gazetted officer is so associated with
the Tenderer, as the case may be, shall be rejected.
18. Should a Tenderer of Contractor being an individual on the list of approved Contractors,
have a relative employed in Gazetted capacity in the ……………Department of the
……… Railway, or in the case of a partnership firm or company incorporated under the
Indian Company Law should a partner or a relative of the partner or a shareholder or a
relative of a shareholder be employed in Gazetted capacity in the ……………Department
of the ………… Railway, the authority inviting tenders shall be informed of the fact
subsequently comes to light, the contract may be rescinded in accordance with the
provisions in Clause 61 of the General Conditions of Contract.
Place Signature of Tenderer
Date
- 14 -
Proforma to be filled in and signed by the Tenderer and submitted along with the tender
with reference to Clauses 18 and 19 of the Conditions of Tender
(strike out whichever is not applicable)
I. The under signed:-
(a) is a retired Gazetted officer holding prior to retirement a pensionable / non-
pensionable post in the Engineering Department of ………………………. Railway.
(b) is a partnership firm having as one of its partners a retired Engineer or a retired
Gazetted officer as aforesaid.
(c) is an incorporated company having any such retired Engineer or retired officer as
aforesaid, as one of its directors.
(d) is having in my employment any retired Engineer or retired officer as aforesaid.
(e) has no such retired Engineer or retired officer so associated with me as stated above.
II. If failing under any of the above categories (a) to (d) particulars of the officer may be
furnished hereunder:-
I. Post held before retirement
:
II. Date of retirement
:
III. If not retired at least two years prior to date of
submission of tender state whether permission
for taking such contracts has been obtained
from the President of India or any officer duly
authorized in this behalf.
:
III. If the Tenderer or in the case of a firm or company, any of the share holders has a relative
or relatives employed in Gazetted capacity in the Engineering Department of the
Railways, particulars of such relatives in the Railway may be furnished hereunder:-
1. Name
:
2. Designation
:
3. Relationship
:
Signature of Tenderer
- 15 - ANNEXURE – I
TENDER
To
THE PRESIDENT OF INDIA Acting through the Dy. Chief Engineer, Railway Electrification, Chennai Egmore
1. I / we …………………………………………………. have read the conditions of tender attached
hereto and agree to abide by such conditions. I / we have perused the General Conditions of
Contract and Specifications for materials of the Southern Railway and that I / we am / are fully
aware that I / we will have to perform the contract if my / our tender is accepted subject to General
Conditions of Contract aforesaid and also subject to any special conditions that have been attached
in the tender documents. I / we offer to do the works for
Proposed strengthening of leaning mast by supplying and providing earth around of
OHE mast foundation in Dindigul – Madurai section in Madurai Division of Southern
Railway.
at the rates shown in the printed USSOR 2011 applicable to Madurai division as corrected by
and upto date correction slip upto date At Par / Enhanced / Diminished by …………… percent in
respect of Schedules ‘A’ & ‘B’ (Items covered by USSOR 2011) and individual rates for
items given in Schedule ‘C’and hereby bind myself / ourselves to complete the work in
FOUR months from the date of issue of letter of acceptance.
2. A sum of Rs.27,904/- is herewith forwarded as earnest money in addition to the sum of Rs.6,976/-
as “Security Deposit” mentioned above. The full value of the earnest money and security deposit
shall stand forfeited without prejudice to any other rights or remedies if:
(a) 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)
(b) I/we do not commence the work within ten days after receipt of orders to that effect.
3. Until a formal agreement is prepared and executed acceptance of this tender 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 work.
4. I / we also undertake to carry out the work in accordance with the said (plans) Specifications and
General Conditions of Contract, and to find and provide such of the materials (other than those to
be supplied by the Railway) for, and to do all such things which in the opinion of the Engineer may
be necessary for, or incidental to the construction, completion and maintenance thereof and to
complete the whole of the said works in all respects, and hand them over to you or your
representatives within the period specified; and to maintain the same for the period and in the
manner provided in the Conditions of Contract.
Tenderer / Contractor’s Address Signature of Tenderer / Contractor
Date
Signature of witness:-
1. ………………………….
2. ………………………….
- 16 -
ACCEPTENCE OF TENDER
I accept the Tender and agree to pay the rates as per basic Schedule of Rates for
……………………………..Division ….……….. At Par / Enhanced / Diminished by
…………… percent in respect of Schedules ‘A’. (Items covered by BSR) and at the rates entered
in schedules…………………..(Items not covered by BSR) and lump sum rates for the item
given in schedule …………..
Chief Project Manager,
Railway Electrification,
Chennai Egmore
on behalf of the PRESIDENT OF INDIA
Witness:-
1. ………………………….
Division
2. ………………………….
Date
- 17 -
C.E 493-A
C.E.15-A(Revised) (Old) October 1961
ANNEXURE II
AGREEMENT FOR WORKS
I. CONTRACT AGREEMENT No……………………… dated ………………… ARTICLE OF
AGREEMENT MADE this ……………………… day of ……………………… between the “President of India”
acting through the …………………………………………………………………………………
…………………………………………of Indian Railways Administration hereinafter called the “Railway” of the
one part and ……………………………………………………………………………
………………………………………………………………………….… hereinafter called the “Contractor” of the
other part.
II. WHEREAS the contractor has agreed with the Railway for the performance of the works
…………………………………………………..………………………………………………………………………
…………………………………………………………………………………………………………………………
……………setforth in the schedule hereto annexed and in conformity with specifications of the Southern Railway
and special conditions and special specifications and drawings hereto annexed, if any, and General Conditions of
Contract AND WHEREAS the performance of the said works in an act in which the public are interested.
III. AND WHEREAS the contractor has deposited a sum of Rs. ……………………… towards the earnest
money AND WHEREAS the balance in the security deposit after adjustment of earnest money of Rs.
……………………… originally paid by the Contractor at the instance of the Contractor recovered at 10 percent of
the value of the running bills till all the amount of security deposit of Rs. ……………………… is fully recovered.
This amount of security deposit is subject to variation according to increase or decrease in the value of agreement as
determined from time to time.
IV. NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the
Railway, the Contractor will duly perform the said works in the said schedules setforth and shall execute the same
with great promptness, care and accuracy in a workmanlike manner to the satisfaction of the Railway and will
complete the same in accordance with the said specifications and said drawings and said conditions of contract on
or before the ……………………… ……………………… and will observe, fulfill and keep all the conditions
therein mentioned (Which shall be deemed and taken to be part of this contract as if the same had been fully
setforth herein), AND the Railway doth hereby agree that if the Contractor shall duly perform the said works in the
manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to
the Contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates
setforth in the printed schedule of Rates, as corrected by and correction slip upto date for ………………………
portion of ……………………… Division at at par / enhanced / diminished by …………………… in respect
of Schedules ‘A’ (Item covered by BSR) and at the rates shown in Schedule ………………………(for items not
covered by USSOR 2011
V. It is hereby agreed and declared that all the provisions of the said specifications, conditions of contract
which have been carefully read and understood by the Contractor, and the printed Basic Schedule of Rates including
the General Instructions thereof, shall be as binding upon the Contractor and upon the Railway Administration as if
the same had been repeated herein and shall be read as part of these presents.
VI. The cost of stamp duty on the agreement shall be borne by the Railway Administration.
Signature of witnesses with
address to signature of
Contractor
1.
Signature of Contractor
Address:
2.
- 18 -
INDIAN RAILWAYS
RAILWAY ELECTRIFICATION
TENDER FORMS (FIRST SHEET) ANNEXURE-II (PART-I)
To
The President of India
Acting through the Chief Project Manager,
Railway Electrification/
Dy. Chief Engineer, Railway Electrification, Chennai Egmore.
I/We have read the various conditions to
tender attached hereto and hereby agree to abide by the said conditions, I/We also agree to keep
this tender open for acceptance for a period of Ninety days from the date fixed for opening the
same and in default thereof. I/We will be liable for forfeiture of my/our ‘Security Deposit’. I/We
offer to do the work for
Proposed strengthening of leaning mast by supplying and providing earth around of OHE
mast foundation in Dindigul – Madurai section in Madurai Division of Southern Railway.
at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the
work in FOUR months from the date of issue of Letter of Acceptance of the Tender. 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 work laid down by the Railway for the present
contract.
2. A sum of Rs.27,904/- is herewith forwarded as Earnest Money in addition to the sum of
Rs.6,976/- as Security Deposit mentioned above. The full value of the Earnest money and
security deposit shall stand forfeited without prejudice to any other rights or remedies if:-
a) I/We do now execute the contract documents within seven days after receipt of notice
issued by the Railway that such documents are ready.
(or)
b) I/We do not commence the work within ten days after receipt of orders to that effect.
3. Until a formal agreement is operated and executed acceptance of this letter 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 work.
Place: SIGNATURE OF
CONTRACTOR(S)
Date: CONTRACTOR’S ADDRESS;
- 19 -
SPECIAL CONDITIONS OF CONTRACT
Name of work: Proposed strengthening of leaning mast by supplying and providing earth around of
OHE mast foundation in Dindigul – Madurai section in Madurai Division of
Southern Railway.
The General conditions of contract for works of the Southern Railway will normally
apply and when the special conditions contained herein contravene any of the general
conditions; these special conditions only shall prevail.
1. Schedule ‘A’ : The items indicated in Schedule `A’ are based on the Southern Railway’s
Unified Standard Schedule Of Rates 2011. The rates quoted by the tenderer / contractor for
each of the items shall not include the cost of cement and reinforcement steel, which will not be
supplied by the Railway; but will be procured by the contractor and paid by the Railways as per
his rates quoted in Schedules ‘B’ & ‘C’. The tenderer shall quote his rate ‘At par’ or a
collective percentage ‘Above’ or ‘Below’ the Southern Railway’s Unified Standard Schedule
Of Rates 2011 applicable to Madurai division with all correction slips upto date. No fraction is
allowed in the percentage quoted.
2. Schedule ‘B’ : This Schedule also provides for the items covered by the Southern
Railway’s Unified Standard Schedule Of Rates 2011. The tenderer shall quote his rate ‘At
par’ or a collective percentage ‘Above’ or ‘Below’ the Southern Railway’s Unified Standard
Schedule Of Rates 2011 applicable to Madurai division with all correction slips upto date. No
fraction is allowed in the percentage quoted.
3. Schedule ‘C’: This Schedule provides for the items that are NOT covered by the Southern
Railway’s Unified Standard Schedule Of Rates 2011. The rates quoted by the tenderer /
contractor for each of the items shall not include the cost of cement (if required). The tenderer
should quote individual rates for each item of work in both words and figures.
SITE INSPECTION BY THE CONTRACTOR:
4. The Tenderer/Contractor is required to inspect the sites of works and acquaint himself with
the site conditions, availability of materials, approaches for transportation of men and materials,
working area and other factors regulating to the works, availability of labour, electricity and
water, etc., before quoting his rates.
The special conditions of contract, “The Unified Standard Schedule Of Rates 2011,
Southern Railway Engineering Department” with correction slips upto date, Specifications for
materials and works” of the Engineering department Southern Railway upto date correction
slip, “The Regulations for Tenders and Contracts”, “Conditions of Tender”, “Tender agreement
Form”, “General Conditions of Contract 1984” corrected upto the date of submission of Tender,
The “Contract Labour (Regulation and Abolition) Act 1970” and “Central Rules 1971” as
amended from time to time, and specific drawings issued for the purpose of this work govern
under this contract. It may be noted that the “General Conditions of Contract” together with its
correction slips is not attached to the tender form.
The drawings referred to in the list of plans are intended only to give a rough and general
idea of the location and rough details of work to be done. No claim whatsoever will be
admissible in respect of any alteration / addition / deletion / change in the type of works. If
there is any variation between the description in the tender and the detailed plans, the Engineer-
in-charge will operate the correct description and his decision is final and binding on the
tenderer/contractor.
- 20 -
The materials that are to be supplied and used for the work by the contractor should be got
approved by the Engineer-in-charge before use/procurement.
The Contractor should make his own arrangements for the required vehicles and/or Earth
moving equipments such as poclain, dozers, scrappers, treascavators, dumpers, tippers, tractors,
cranes, lorries etc., and other tools and plants, road machinery like Air Compressors, Concrete
mixers, Vibrators, curing appliances etc., for the expeditious progress of work and operate them
at his own cost with his men and consumable stores.
5. VARIATIONS IN QUANTITIES:
The procedure detailed below shall be adopted for dealing with variations in quantities during
execution of works contracts:
(i) Individual NS items in contracts shall be operated with variation of plus or minus 25 % and
payment would be made as per the agreement rate. For this, no finance concurrence would be
required.
(ii) In case an increase in quantity of an individual item by more than 25 % of the agreement quantity
is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a
fresh tender for operating that item is considered not practicable, quantity of that item may be
operated in excess of 125 % of the agreement quantity subject to the following conditions:
(a) Operation of an item by more than 125 % of the agreement quantity needs the approval of an
officer of the rank not less than S.A. Grade.
(i) Quantities operated in excess of 125 % but upto 140 % of the agreement quantity of the
concerned item, shall be paid at 98 % of the rate awarded for that item in that particular
tender
(ii) Quantities operated in excess of 140 % but upto 150 % of the agreement quantity of the
concerned item, shall be paid at 96 % of the rate awarded for that item in that particular
tender
(iii) Variation in quantities of individual items beyond 150 % will be prohibited and would be
permitted only in exceptional unavoidable circumstances with the concurrence of associate
finance and shall be paid at 96 % of the rate awarded for that item in that particular tender
(b) The variation in quantities as per the above formula will apply only to the individual items of the
contract and not on the overall contract value.
(c) Execution of quantities beyond 150 % of the overall agreemental value should not be permitted
and, if found necessary, should be only through fresh tenders or by negotiating with existing
contractor, with prior personal concurrence of Financial Adviser & Chief Accounts Officer,
Central Organization for Railway Electrification, Allahabad and approval of General Manager,
Central Organization for Railway Electrification, Allahabad.
(iii) In cases where decrease is involved during execution of contract:
(a) The contract signing authority can decrease the items upto 25 % of individual item without finance
concurrence.
(b) For decrease beyond 25 % for individual items or 25 % of contract agreement value, the approval
of an officer not less than rank of S.A.Grade may be taken after obtaining ‘No Claim Certificate’
from the contractor and with finance concurrence, giving detailed reasons for each such decrease
in the quantities.
(c) It should be certified that the work proposed to be reduced will not be required in the same work.
(iv) The limit for varying quantities for minor value items shall be 100 % (as against 25% prescribed
for other items). A minor value item for this purpose is defined as an item whose original
agreement value is less than 1 % of the total original agreement value.
- 21 -
(v) No such quantity variation limit shall apply for foundation items.
(vi) As far as USSOR items are concerned, the limit of 25 % would apply to the value of USSOR
schedule as a whole and not an individual USSOR items. However, in case of NS items, the
limit of 25 % would apply on the individual items irrespective of the manner of quoting the rate
(single percentage rate or individual item rate).
(vii) For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by
the authority in whose powers revised value of the agreement lies.
(viii) For tenders accepted by General Manager, variations upto 125 % of the original agreement value
may be accepted by General Manager.
(ix) For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the
original agreement value may be accepted by General Manager.
(x) The aspect of vitiation of tender with respect to variation in quantities should be checked and
avoided. In case of vitiation of the tender (both for increase as well as decrease of value of
contract agreement), sanction of the competent authority as per single tender should be obtained.
6. Vitiation Clause:
In case of vitiation arising due to variation in quantities with respect to the rates of the first
3 valid tenderers, the same will be to the contractor’s account.
7. CONCRETING
(i) All concrete i.e. plain as well as reinforced cement concrete shall be machine mixed
and vibrated unless otherwise permitted by the Engineer. Curing/vibrating of the
concrete and RCC works shall be done by the contractor as specified in relevant IS
Codes. Test cubes should be cast at regular intervals and tested to ascertain the
strength of concrete.
Consumption of cement:
(ii) For M.20, M.25, M.40 Mix etc., quantity of cement will be decided based on the
DESIGN MIX. For concreting under water 10 % extra quantity shall be used. The
contractor should submit design for the same before starting the work and after
getting the trial mix approved by the Engineer-in-charge, follow the same for
execution of work.
(iii) The cement consumption for the work which are not based on design mix, shall be as
per the “cement schedule” and also as per the “specifications for materials and works”
of Southern Railway. Any excess quantity of cement left over on completion of the
work will have to be disposed off by the contractor.
8. Concrete for all the works shall be mixed with concrete mixers. In special cases with
permission of the Engineer-in-charge concrete may be mixed without the use of mixers.
9. If curing is not being done to satisfactory standard, the Engineer may get it done at the
contractor’s cost without any notice to him as the curing cannot wait for any such notice, time
etc. The Engineer’s decision shall be final and binding as to whether satisfactory curing is
being done or not.
10. The water, fine and coarse aggregates shall be got chemically tested from time to time by
the contractor at his cost for ensuring proper quality as per required standards. The results in
original shall be submitted to the Engineer and approval obtained to use these ingredients.
- 22 -
SERVICE ROADS:
11. The Railway does not undertake to provide any service roads for the movement of the
contractor’s vehicles. The contractor can however make use of the service roads, where they
exist free of charge. However, the railway shall not undertake to maintain them and the
contractor shall maintain them at his own cost.
12. Precautions to be taken while permitting plying of vehicles adjacent to running lines to
prevent accidents to trains.
13. Whenever a lorry or any other form of road transport is required to ply along or in the
vicinity of a running line or any other Railway track where railway engines or trains are
scheduled to move, the contractor shall inform the Engineer, inviting of such requirements
specifying the locations and the duration or time over which such specified road vehicles have to
operate in the area (for loading leading or unloading of earth ballast or any other material or
plant or equipment without any obstructions of dislocation to the running of trains, the contractor
shall also furnish the particulars of vehicles and the names and photographs of driver and
attendants retained for each vehicle to enable the Engineer to issue necessary permits allowing
the holder to operate the vehicles with such restrictions regarding the duration and/or location as
are considered necessary such permit shall be returned to the Engineer as the work for which it is
issued is over.
14. The contractor shall execute a bond undertaking to Rly. The road vehicles in a safe and
satisfactory manner and strictly in accordance with the stipulations and other conditions specified
by the Engineer and to engage and retain only the permit holder to be contractor’s agent in
charge of the vehicles while driving or at rest.
15. No separate payment will be made for site clearance or jungle clearance or shrubs
clearance, brush wood, gross or other obstructions including small trees of girth not exceeding
30cm either in connection with buildings etc., and the rates accepted in this contract are deemed
to include all such costs except dismantlement of structure if any which will be paid for suitably
under USSOR 2011 as per the percentage agreed under Schedule ‘A.
16. The classifications of soils in excavation shall be decided by the Engineer-in-charge and
his decision shall be final and binding on the contractor. Merely the use of explosives in an
excavation will not be considered as a reason for higher classification unless blasting is clearly
necessary in the opinion of the Engineer-in-charge.
17. The contractor shall be responsible for anti-larval work at his cost during progress of
works as may be prescribed by the Engineer on the advice of the Railway Medical Authority and
where the used of insecticides is involved, it shall be made in accordance with the provision of
the Act and Rules in this behalf, at the cost of the Contractor, who shall also be solely
responsible for any acts or omissions under the provision of the aforesaid rules.
18. CONTRACT LABOUR RULES:
The contractor shall thoroughly familiarize about the provision of the Contract Labour Act 1970
and Contractor Labour Central Rules 1971 and submit a certificate to the Engineer-in-charge of
the work indicating whether the provision of said Act and Rules are applicable and the
contractor shall take action as indicated.
19. The contractor shall observe all the formalities, perform all the acts and abide by all the
provisions contained in the Contract Labour Act 1970 and Contractor Labour Central Rules 1971
which in addition to other stipulating inter-alia provide that:
(i) The contract shall obtain license from the appropriate licensing officer of the area
before commencement of the work and shall produce a copy thereof along with the
original to the Engineer-in-charge of the work immediately of commencement of the
work. The original will be returned to the contractor after verification. Similar
action will be taken by the contractor at the time of renewal of license.
- 23 -
(ii) The contractor shall provide rest rooms, canteens, latrines and urinals, washing
facilities and the first aid strictly in accordance with the provision of Section 40 to 62
of the Contractor Labour Central Rules 1971. If these facilities are not provided by
the contractor within the stipulated time, the same will be provided by the Railway
and the cost for the same will be debited to the contractor.
(iii) The contractor shall pay wages to his labour in a manner laid down in the section 63
to 71 of the Contractor Labour Central Rules 1971 in the presence of Engineer-in-
charge or his authorized representatives. In case the contract labour performs the
same or similar kind of work as the workmen directly employed by the Engineer-in-
charge, the wage rates, holiday, hours of work and other conditions of service of the
workmen employed by the Engineer-in-charge shall be applicable to the contractor’s
labour also.
(iv) The contractor shall keep & maintain necessary Register, record issue Employment
Cards/service Certificate and display notice in accordance with Section 75 to 82 of
the Contractor Labour Central Rules 1971.
20. The Contractor shall employ the following minimum technical staff during the execution of this
work.
a) One qualified Graduate Engineer when the cost of the work to be executed is Rs.200 lakhs and above.
b) One qualified diploma holder (overseer) when the cost of the work to be executed is more than Rs.25
lakhs but less than Rs.200 lakhs.
c) Provided further that if the contractor himself is a graduate Engineer for works of value more than
Rs.200 lakhs / Diploma holder for works of value more than Rs.25 lakhs but less than Rs.200 lakhs and
he himself supervises the work personally, the requirement of engaging technical staff is deemed to be
met with and he need not engage additional technical staff. The contractor’s Engineer / the contractor
acting as Site Engineer should provide complete supervision during execution of works.
21. The Contractor should also maintain a site office at his own cost. In case, the Contractor fails to
employ the technical staff as aforesaid, he shall be liable to pay a reasonable amount not exceeding a sum
of Rs.40000/- (Rupees forty thousand only) for each month of default in case of Diploma holder
(Overseer) a sum of Rs.25000/-(Rupees twenty five thousand only) for Graduate Engineer.
INCOME TAX
22. Income -Tax will be deducted at 2 % (Two percent) and also surcharge, if any, at source
from each bill, unless otherwise authorized by Income Tax Department.
LEVY OF SALES TAX / VALUE ADDED TAX
23. If applicable, Sales Tax / Value Added Tax will be levied on the value of works done as
per the rules in force of the respective State in which the work is carried out and the same will be
recovered from the running bills of the contractor. The above mentioned Sales Tax / Value
Added Tax on Works Contract is distinct from the Sales Tax / Value Added Tax elements that
might have gone into the price of various raw materials used by the contractor in the work
concerned and in respect of which the Railway will not reimburse any Sales Tax / Value Added
Tax and which will continue to be done by the contractor as hitherto.
23[a] OTHER TAXES
The quoted rates are deemed to include all taxes direct or indirect leviable under Central /
State or local bodies Act or Rules, Octroies, Tolls, Royalities, Seigniorages, Cess and similar
imports that may be prevailing from time to time in respect of land, structures and all materials
supplied in the performance of the contract.
EXCISE DUTY
24. Excise duty if any in respect of the above work has to be borne by the contractor and is
deemed to be included in the rates quoted by him. No reimbursement of the same will be made
by the Railway.
- 24 -
25. If available, Rly may supply materials such as rails, cribs, etc., on hire, to the Tenderer /
contractor for use during the execution of the works on normal terms and conditions.
26. Payments as specified in the schedule will alone be admissible. No site installation
charges will be payable and the tenders with such conditions are liable to be rejected.
27. The works should be carried out without any interference to the normal working of the
Railway structures.
28. The Contractor shall be responsible for any loss/damage to Railway and Public property
or this party’s property if it occurs during the course of execution and the Railway reserves its
right to have the damages made good by the Contractor.
29. Contractor must ensure safety of laborers engaged by him during the course of execution of
work and the Railway will not be responsible for any injury sustained by the laborers or for any
fatal accident and the Contractor should bear all the loss and expenditure involved.
30. Special attention is drawn to clause 31 of the General Conditions of Contract and it is
advised for the guidance of the Tenderer/Contractor that there is no possibility of any Railway
source from supply of water to their works. The Tenderer/Contractor has to make necessary
arrangements for supply of potable water at his own cost for concreting, curing and for any other
use. Chemical analysis of water and other ingredients shall be done from time to time as desired
by the Engineer at the cost of the Contractor. Kayla water should not be used.
31. Railways do not guarantee supply of electricity to any of the Contractor’s works. The
Contractor shall make his own arrangements at his cost, for the supply of electricity for this
various works.
SETTING OUT WORKS
32. The contractor shall be responsible for the true and proper setting out of the works for
correctness of the position, levels, dimensions and alignment of all parts of the work and for
provisions of all necessary pegs, reference pillars, instrument, equipments and appliances and
labour in connection there with. If, at any time during the progress of the work, any error shall
appear or arise in the position of levels, dimensions, or alignments at any part of the works, the
contractor on being required to do so by the satisfaction of the Engineer-in- charge and he shall
carefully protect, preserve, secure all bench marks, site rails, pegs, reference pillars and other
things used in setting out of the works.
33 PERFORMANCE GUARANTEE:
The procedure for obtaining Performance Guarantee is outlined below:
(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days
from the date of issue of Letter Of Acceptance (LOA). Extension of time for submission of PG
beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the
Authority who is competent to sign the contract agreement. However, a penal interest of 15 %
per annum shall be charged for the delay beyond 30 (thirty) days. i.e. from 31st day after the date
of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from
the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if
any payable against that contract. The failed contractor shall be debarred from participating in re-
tender for that work.
(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following
forms, amounting to 5 % of the contract value:
(i) A deposit of Cash;
- 25 -
(ii) Irrevocable Bank Guarantee
(iii) Government securities including State Loan Bonds at 5 % below the market value
(iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee bonds. These forms of
performance guarantee could be either of the State Bank of India or of any of the
Nationalized Banks
(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks
(vi) A Deposit in the Post Office Savings Bank,
(vii) A Deposit in the National Savings Certificates,
(viii) Twelve years National Defense Certificates
(ix) Ten years Defense Deposits,
(x) National Defense Bonds and
(xi) Unit Trust Certificates at 5 percent below market value or at the face value whichever is
less
Also FDR in favour of “Senior Assistant Financial Adviser, Railway Electrification, Chennai
Egmore” (free from any encumbrance) may be accepted.
Note; The instruments as listed above will also be acceptable for Guarantees in case of Mobilization
Advance.
(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter Of
Acceptance (LOA) has been issued, but before signing of the contract agreement. This PG
shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In
case, the time for completion of work gets extended, the contractor shall get the validity of PG
extended to cover such extended time for completion of work plus 60 days.
(d) The value of PG to be submitted by the contractor will not change for variation upto 25 %
(either increase or decrease). In case during the course of execution, value of the contract
increases by more than 25 % of the original contract value, an additional Performance
Guarantee amounting to 5% (five percent) for the excess value over the original contract value
shall be deposited by the contractor.
(e) The Performance Guarantee (PG) shall be released after physical completion of the work
based on ‘Completion Certificate’ issued by the competent authority stating that the contractor
has completed the work in all respects satisfactorily. The Security Deposit shall, however, be
released only after expiry of the maintenance period and after passing the final bill based on
“No Claim Certificate” from the contractor.
(f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the
Performance Guarantee shall be encashed. The balance work shall be got done independently
without risk and cost of the failed contractor. The failed contractor shall be debarred from
participating in the tender for executing the balance work. If the failed contractor is a JV or a
Partnership firm, then every member / partner of such a firm shall be debarred from
participating in the tender for the balance work in his/her individual capacity or as a partner of
any other JV/partnership firm.
- 26 -
(g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to
which the President of India is entitled under the contract (not withstanding and / or without
prejudice to any other provisions in the contract agreement) in the event of:
(i) Failure by the contractor to extend the validity of the Performance Guarantee as
described herein above, in which event the Engineer may claim the full amount of the
Performance Guarantee.
(ii) Failure by the contractor to pay President of India any amount due, either as agreed by
the contractor or determined under any of the Clauses / Conditions of the Agreement,
within 30 days of the service of notice to this effect by Engineer.
(iii) The contract being determined or rescinded under provision of the GCC, the
Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of
the President of India.
SECURITY DEPOSIT
34. The security deposit will be 5% of the contract value.
35. The security deposit will be recovered at the rate of 10% only from each of the running bills of the
Contractor till the full security deposit amount is recovered and no other modes will be accepted.
PROGRAMME OF WORK:
36. Immediately on issue of letter of acceptance of this tender, the contractor should submit a
programme of work showing the activities work wise for completing the whole work within the stipulated
period of completion, in consultation with the Executive Engineer-in-charge of the work. If so desired by
the Engineer, the Contractor shall submit further programme from time to time, taking into consideration
the latest progress achieved till then.
37. This is to reiterate that the Railway reserves the right of terminating the contract at any stage of
review of the progress as above, if the above agreed programme(s) are not adhered to within the margin
of 10% as envisaged in clause 62(1) (viii) of the General conditions of Contract.
38. Non submission of the programme as envisaged above shall also entitle Railway to terminate the
contract under Clause 62 of the General Conditions of Contract.
39. Special attention of the tenderer is also drawn to para 9 of the above regulations of Tender and
contract form CE/493 reproduced.
“The Railway reserve the right of not to invite tender for any work or works, to invite open or limited
tender and when tenders are called to accept a tender in whole or in a part or reject any tender or all
tenders without assigning any reason for such action.”
MAINTENANCE PERIOD
40. Maintenance period shall be three months for all works from the date of completion.
COMPLETION PERIOD 41. The work shall be completed in all respects within FOUR months from the date of issue of letter
of acceptance of this tender.
LABOUR CESS
42. The tenderer for carrying out any work in any state must get themselves registered from the
registering officer under section 7 of the Building and other Construction Workers Act 1996 and rules
made there to by the concerned state government (Labour department) for enactment of this Act, the
tenderer shall be required to pay cess @1% of the cost of construction work to be deducted from each
bill. Cost of materials shall be outside the purview of cess, who supplied under a separate schedule item.
- 27 -
43. Submission of Bill of quantities
The contractor has to submit ‘Bill of Quantities’ for all part bills & final bill atleast one
week in advance to process them early. It is desirable that ‘Bill of Quantity’ submitted should
cover atleast 10% of the agreement value. The Engineer-in-charge has to scrutinize the quantities
submitted by the contractor after physical measurement and verification at site before
preparation of bill.
Finishing of RCC:
The exposed surface of RCC work shall be plastered with cement mortar 1:3 (1 cement
and 3 fine sand) of thickness not exceeding 6mm to give smooth and even surface true to line
and form. Any RCC surface which remains permanently exposed to view in the completed
structure shall be considered exposed surface for the purpose of this specification. Where such
exposed surface exceeding 0.5 sqm in each location is not plastered with cement mortar 1:3 (1
cement : 3 fine sand) 6mm thick, necessary deduction shall be made for plastering not done.
PLACE: SIGNATURE OF TENDERER/CONTRACTOR
DATE: ADDRESS:
- 28 -
SPECIAL CONDITIONS FOR SUPPLY OF CEMENT
1. The cement required for the works will be arranged by the contractor at his own cost.
2. Cement will be procured by contractor from the main producers/their authorized
dealers/authorized stock holders. Cement should conform to relevant BIS Specifications.
3. Cement bags should bear the following information in legible markings.
a) Manufacturer’s name
b) Registered Trade mark of Manufacturer, if any.
c) Type of cement
d) Weight of each bag in Kgs or No. of Bags/Tonne
e) Date of manufacture, (Generally marked as week of the year/year of manufacture,
e.g.30/93 which means 30th week of 1993). For each lot of cement brought at site, the
contractors will be required to produce Test Certificate from manufacturer/reputed
firm/institute/lab (as decided by Engineer-in-charge) and the same shall conform to relevant BIS
Specifications. Some of the tests which may be carried out are
i) Compressive strength
ii) Initial and final setting time
iii) Consistency
iv) Soundness
4. The written approval of the Engineer-in-charge will have to be taken by the contractor
before using the cement brought at site.
5. Whenever the term “Bag” is used in the context of consumption of cement, it shall be for
50 kgs. quantity of cement.
6. Railways may also take samples of cement during the course of execution of work and
get the same tested to ascertain its conformity to relevant BIS Specifications. The cost of the
sample and the charges for testing will have to be borne by the contractor.
7. The consumption of cement will be regulated as per the ratio prescribed for individual
item of Master Schedule and Non-Schedule items in the Tender documents/Basic Schedule of
Rates (BSR).
8. No extra payment will be made to the contractor for the wastage/excess consumption of
cement etc.
9. The payment for cement consumed for the work will be made to the contractor for the
work successfully executed and certified by the Engineer-in-charge. Same will be calculated in
terms of Para 7 and 8 above under relevant Schedule/Non/Schedule item provided for in the
tender schedule.
10. No payment will be made to the contractor for the cement brought at site, but not
consumed such payments will be made in terms of Para 9 above only.
11. In case, however, where the quantity of cement used on the work is less than what is
prescribed for the item, the recovery will be made at twice the market rate for the quantity of
cement less consumed. This will be subject to certificate by Engineer-in-charge towards the
work being not of substandard quality found of being acceptable.
12. Empty cement bags would be the property of the contractor and shall be disposed of by
the contractor himself.
- 29 -
SPECIAL CONDITIONS FOR SUPPLY OF REINFORCEMENT STEEL
1. The reinforcement steel required for the works will have to be arranged by the contractor
at his own cost.
2. The stipulations, if any, made in the Standard Schedule of Rates, Non-Schedule items,
Standard Specifications and in the Tender documents towards supply of reinforcement steel by
Rlys. standard modified to the extent that now the steel will have to be arranged by the
contractor at his own cost.
3. The reinforcement steel required for the work will be procured by the contractor from the
main producers/authorized dealer/authorized stock holders and the same should conform to
relevant BIS Specifications indicated below.
i) Plain reinforcement steel conforming to IS-432/1984 or latest edition
ii) Tor/reinforcement steel conforming to IS-1786/1979.
4. Before using such steel procured by contractor written approval of Engineer-in-charge
will have to be obtained by the contractor.
5. Railways will be at liberty to take samples during the course of execution of work and get
the same tested to ascertain the quality of steel conforming to relevant specification. The cost of
sample and the charges for testing will have to be borne by the contractor.
6. The consumption of steel will be regulated as per bar bending Schedule and drawings
issued to the contractor and/or as directed by the Engineer-in-charge.
7. For the purpose of calculating gross weight of the reinforcement consumed for the work,
standard weight of concerned section of reinforcement steel bar used will be multiplied by the
total length of the bar used for the work.
8. It shall be noted that for the purpose of payment only, authorized overlaps will be
accounted for. Unauthorized overlaps, wastage, excess consumption etc., will not be paid for to
the contractor.
9. The payment for the reinforcement steel consumed for the work will be made to the
contractor for the work successfully executed and certified by the Engineer-in-charge for the
payment and the same will be calculated in terms of para 6,7 and 8 above.
10. No payment will be made to the contractor for the reinforcement steel brought at site but
not consumed. Such payment will be made in terms of para 9 above only.
PLACE: SIGNATURE OF TENDERER/CONTRACTOR
DATE: ADDRESS
- 30 -
General And Operating Instructions of Indian Railways Unified Standard Schedule
Of Rates & Standard Specifications 2011
1. General Instructions :
1.1 These instructions & guidelines are applicable for all items included in all Chapters.
1.2 Cost of cement is not included in any item except where specifically mentioned in the item.
However, in case of pre fabricated CC/RCC items, which are to be purchased from market, cost
of cement in manufacturing these items is included in rate. Cost of white cement, wherever
required is included in the rate of relevant item.
1.3 Cost of carriage of materials upto the site of work is included in the input cost of basic items.
1.4 In Rate Analysis, misc. expenditure has been taken care of under the heading ‘Sundries’
(indicated by Item Code 9999 in the Basic Rates Sheet). Rate for ‘Sundries’ has been taken as
1.00 and will remain constant for all Zonal Railways. This shall be increased @ 5% per annum,
i.e. rate after one year shall be changed from 1.00 to 1.05.
1.5 Design Mix Cement Concrete of all grades from M-15 to M-40 will be paid at same rate
irrespective of grade mentioned in the item. Grade mentioned is for guidance purpose. However,
grade of RCC to be used at site shall be mentioned in the BOQ.
1.6 Polyester Triangular Fibre may be added in CC/RCC/Plaster/Flooring/Concrete Pavement &
other Misc. items of any Chapter, e.g. Chapters - 3, 4, 5, 9, 10, 11, 17, 19, 20 & 23 and wherever
required. However, relevant item is given in Chapter 4 (RCC) as Item no. 045030 (Specifications
- Para 4.11).
1.7 Cost of Admixture shall be paid extra unless specified in the item.
1.8 Items in Chapter-21 are for works not requiring traffic block unless otherwise specified in the
relevant item. All items are for clear span upto 45.7m, unless otherwise specified.
1.9 Consumption of cement, if any has been mentioned against the relevant item in the SOR.
Quantity indicated is in quintal required for execution of one unit quantity of relevant item. In
case of Design Mix, cement consumption shall be as per approved mix. However, indicative
cement consumption has been given. In case of hollow/solid block masonry, consumption of
cement shall be assessed at site as it depends upon size/shape/type of block.
1.10 Cost of shuttering, wherever required, has to be paid separately and is not included in the
rate of item except where specifically mentioned. Shuttering shall be paid only for the area
coming in contact with the concrete surface.
1.11 Fusion bonded epoxy-coated reinforcement bars as per relevant item in Chapter 4 shall be
used in coastal areas or as decided by the Engineer-in-charge.
1.12 For bridge works, items mentioned in Chapters – 19, 20, 21 and 22 shall be used. These
items shall not be used for any work other than bridge works.
1.13 Species of suitable wood to be used against items mentioning country wood shall be
identified and approved by Zonal Railway. New items may have to be derived by Railways, if
there is rate difference in different species.
1.14 Use of asbestos fibre cement items in new structures shall be discouraged and these items
shall be used only for maintenance of existing structures.
1.15 PL-AL-PL and CPVC pipes shall be used with specific approval of competent authority, as
these are very costly.
PLACE: SIGNATURE OF TENDERER/CONTRACTOR
DATE: ADDRESS
- 31 -
Clause 46A of GCC - PRICE VARIATION CLAUSE
Not Applicable
- 32 -
- 33 -
- 34 -
- 35 -
- 36 -
- 37 -
TECHNICAL CIRCULAR No. 1/2013 dated 17.01.13 (Instructions to be followed)
1. The exposed surfaces of RCC work (Surfaces which remains permanently exposed to view in the completed surface) to be plastered with cement mortar 1:3 of thickness not exceeding 6 mm to give smooth and even surface. Necessary deduction in payment will be made for plastering not done for such exposed surfaces exceeding 0.5 sq m.
2. Ceramic floor tiles of group B-II (class II) alone to be adopted except for RE camp offices.
3. Keep top of RCC plinth beam above ground level at-least 50mm and this has to be ensured.
4. A minimum of 100 mm brickwork is required between top of floor level and top of plinth beam for fixing joineries.
5. Styles of PVC door shutter should be reinforced by inserting galvanised MS tubes. Products with this specification are available in all District headquarters.
6. Concealed beams to be provided in the roof slabs wherever partition wall is coming above.
7. Acid proof tiles to be provided to the required height specified in the Type drawing and not to be increased.
8. Wherever heavy earth filling is involved, framed structures with RCC footing type foundation only to be adopted.
9. RCC footings (isolated / combined / continuous) in foundation, edge thickness not to exceed 200 mm (as per design) otherwise a minimum of 150 mm is to be adopted.
10. RR masonry walls width, not to exceed 750 mm for providing stability in foundations. Where excess width has to be adopted, RCC cantilever/ counterfeit retaining walls are to be adopted for better stability.
11. There is no classification such as “Made up” or “Filled soil”. Soil is to be well compacted before laying levelling course with CC. Wherever the area is water logged and water table met at lesser depth, sufficient trial pits are to be made to determine the SBC of soil and type of foundation. Work has to be taken up only after competent authority’s approval for any positive variations/ introduction of new items.
12. Shallow foundations are to be adopted up-to a depth of 1.50 m below ground level. Beyond, deep foundations (Pile/ Raft) with prior design approval, new item/ positive variations as applicable are to be worked out and execution to be taken up only after competent authority’s approval.
13. As a general practice other than type plans, continuous RCC footing (load bearing wall type) depth of foundation below ground level not to exceed 1200mm and for RCC framed structures (isolated and combined footings) not to exceed 1500 mm. width of continuous RCC footings not to exceed 900 mm. Other than type plans, floor level of buildings above ground level not to exceed 450 mm. As per Bridge Code, bottom of PCC for foundations from ground level not to be less than 1000 mm and this has to be ensured. The distance between bottom of PCC (foundations) and Ground Floor-floor level top given in type plan/ Approved plan not to be exceeded. This distance is the governing criterion. The depth of foundation below ground level given in type plan is only for guidance and not a governing criterion.
14. For foundations other than water logged areas, for walls of half/full bricks (non-load bearing type)/ compound wall of half/ full brick thickness up-to 1.5 m height , bottom of CC levelling course not to exceed 750 mm from ground level. Maximum width of CC levelling course not to exceed 600 mm and a minimum of 450mm is to be provided. Compound wall with half brick, additional brick work as stiffener (column like projections) for a width not exceeding 345mm at intervals not less than 3m centre to centre to be provided and at all corners. Height of compound wall not to exceed 1500mm above ground level.
- 38 -
15. For all buildings, all-round for a minimum width of 750mm and a maximum of 1250 mm (depending upon site conditions and approved by competent authority), CC paving to be provided. CC paving of thickness 75mm above ground level with 20mm metal, supported by CC 100 mm thickness with 40mm metal. Before providing base CC, the earth to be well profiled and compacted.
16. Wherever building is to be located on a sloppy ground, the plot to be leveled to fix the ground level. When extreme slopes met, difference greater than 1m in the plot, ground level to be fixed in consultation with Tender accepting authority.
17. For four wheeler and two wheeler parking areas, CC flooring above ground level to be with 20 mm metal thickness 75 mm and a base CC with 40 mm metal for a thickness of 100 mm are to be adopted. The base concrete to be made on the required and well compacted earth profile.
18. RCC framed buildings, continuous lintel to act as tie beam shall be provided. Depth not to exceed 200 mm and width matching the wall thickness.
19. Other than special structures and staff quarters, all service buildings are designed for G+1 floor loadings. Site plans approved in water logged areas, SBC to be determined before taking up the execution, positive variations if any, and introduction of new items duly approved by competent authority.
20. In case of water logged areas, compound wall foundations to be designed on pile. Before taking up the execution, positive variations if any and introduction of new items are to be approved by competent authority.
21. Sand filling not to be operated. Wherever earth filling above Ground level and below Floor level is required only good earth to be used. Necessary new item shall be operated if Railways earth found not suitable and item not provided in the Schedule.
22. Plastering to be adopted as per specifications given in type plans and approved plans only.
23. Any positive variations in Tender Schedule quantities and new items are to be carried out only after competent authority’s approval (Ref: Para A.2.10 of Schedule of powers -2011, issued by Central Organization for Railway Electrification, Allahabad and various provisions given in Tender documents).
24. Drawings for reference No. CPM/RE/C/Misc/ 01-13 (sketches 1-6) dt. 17.01.2013. Note:
(i) Works carried out with additional thickness, reinforcement and sections prescribed deserves no payment.
(ii) Sections given can be reduced with the approval of Engineer- in-charge duly certifying for structural safety.
- 39 -
SCHEDULE – A
- 40 -
- 41 -
SCHEDULE – B
- 42 -
SCHEDULE – C
- 43 - ANNEXURE - U
STATEMENT OF WORKS ON HAND
Present
Sl.No Name of Name of work Date of Original date Place of Value of physical Likely
Organisation Award of completion work work Progress date of
In % completion
1 2 3 4 5 6 7 8 9
1 SOUTHERN RAILWAY
i) Openline in the 5
Dns of S.Rly.
ii) CN Organisation
under CN/MS
Unit
iv) Metropolitan
transport project
under
CAO/MTP/MS
v) Railway
Electrification
Projects
v) Others
2 Other Railways
3 Other public
sector
undertakings
4 Private sector
undertakings
1 The information furnished above are correct and complete to the best of our/my knowledge and belief. 2
We are/I am aware that if the information furnished above are found to be wrong or incomplete or any relevant information is found to have been suppressed, the tender is liable to be rejected at any stage.
3 We are/I am aware that if the declarations as above in the tender are found to be not true, any agreement that may be entered into is also liable to be terminated by the Railway.
Signature of Tenderer/contractor
Date
Address