tender notice no. wat/elect (genl)/09-10/wc/17...

52
- 1 - EAST COAST RAILWAY TENDER NOTICE NO. WAT/ELECT (GENL)/09-10/WC/17 Dt. 01/01/2010 SUB: A) Various Electrical works in Waltair division at Visakhapatnam Settlement (Visakhapatnam Complex, Simhachalam, Pendurti, Kottavalasa, Kantakapalli, Alamanda station areas) B) Trenching, Laying, erection of poles and earthing etc. over Waltair Division at Visakhapatnam Settlement (Visakhapatnam Complex, Simhachalam, Pendurti, Kottavalasa, Kantakapalli, Alamanda station areas) I N D E X S.NO. DESCRIPTION ANNEXURE NO.OF SHEETS 01] TENDER NOTICE A 2 02] TENDER OFFER B 1 03] SCHEDULE OF QUANTITIES And SCOPE OF WORK C 10 04] TECHNICAL SPECIFICATION D 1 05] TENDER FORM E 1 06] MEMORANDUM OF TERMS AND CONDITIONS AND INSTRUCTIONS TO TENDERERS / CONTRACTORS F 17 07] ARBITRATION & CONCILIATION ORDINANCE 1996. G 3 08] SAFETY, GENERAL AND SPECIAL CONDITIONS H 8 09] FOR ATTENTION OF TENDERERS I 1 10] CERTIFICATE OF FAMILARISAION J 1 11] INDEMNITY BOND FOR ON ACCOUNT PAYMENTS K 1 12] REVISED MODEL FORM OF BANK GUARANTEE BOND (GUARANTEE BOND FOR SECURITY DEPOSIT) L 2 13] GUARANTEE BOND FOR PERFORMANCE GUARANTEE M 2 14] ELECTRONIC FUND TRANSFER MANDATE FORM N 1 TOTAL = 51 + 1 TENDER SOLD TO M/S. _______________________ _______________________ _______________________ VIDE MONEY RECEIPT NO. __________________ DATED : Tenders.IndiaMart.com

Upload: duongtram

Post on 23-Feb-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

- 1 -

EAST COAST RAILWAY

TENDER NOTICE NO. WAT/ELECT (GENL)/09-10/WC/17 Dt. 01/01/2010

SUB: A) Various Electrical works in Waltair division at Visakhapatnam Settlement

(Visakhapatnam Complex, Simhachalam, Pendurti, Kottavalasa, Kantakapalli,

Alamanda station areas) B) Trenching, Laying, erection of poles and earthing etc. over Waltair Division

at Visakhapatnam Settlement (Visakhapatnam Complex, Simhachalam, Pendurti, Kottavalasa, Kantakapalli, Alamanda station areas)

I N D E X

S.NO. DESCRIPTION ANNEXURE NO.OF SHEETS

01] TENDER NOTICE

A 2

02] TENDER OFFER

B 1

03] SCHEDULE OF QUANTITIES And SCOPE OF WORK

C 10

04] TECHNICAL SPECIFICATION D 1

05] TENDER FORM

E 1

06] MEMORANDUM OF TERMS AND CONDITIONS AND INSTRUCTIONS TO

TENDERERS / CONTRACTORS

F 17

07] ARBITRATION & CONCILIATION ORDINANCE 1996.

G 3

08] SAFETY, GENERAL AND SPECIAL

CONDITIONS

H 8

09] FOR ATTENTION OF TENDERERS I 1

10] CERTIFICATE OF FAMILARISAION J 1

11] INDEMNITY BOND FOR ON ACCOUNT PAYMENTS

K 1

12] REVISED MODEL FORM OF BANK

GUARANTEE BOND (GUARANTEE BOND FOR SECURITY DEPOSIT)

L 2

13] GUARANTEE BOND FOR PERFORMANCE

GUARANTEE

M 2

14] ELECTRONIC FUND TRANSFER MANDATE FORM

N 1

TOTAL = 51 + 1

TENDER SOLD TO M/S. _______________________

_______________________

_______________________

VIDE MONEY RECEIPT NO. __________________ DATED :

Ten

ders

.India

Mar

t.com

- 2 -

ANNEXURE-A EAST COAST RAILWAY

(DEPARTMENT : ELECTRICAL / General)

NOTICE INVITING TENDER

1. Tender Notice No. WAT/ELECT (GENL)/09-10/WC/17 Dt.01/01/2010 2. For and on behalf of President of India Sr.DEE/Genl/WAT, East Coast Railway,

invites sealed Tenders in prescribed tender forms for the under mentioned works

Item No

Name of the work Approximate Cash Value

(Rs.)

EMD (Rs.)

Cost of Tender

Documents

(Rs)

1 2 3 4 5

1. A) Various Electrical works in Waltair

division at Visakhapatnam Settlement (Visakhapatnam Complex,

Simhachalam, Pendurti, Kottavalasa,

Kantakapalli, Alamanda station areas) B) Trenching, Laying, erection of

poles and earthing etc. over Waltair

Division at Visakhapatnam Settlement (Visakhapatnam Complex,

Simhachalam, Pendurti, Kottavalasa, Kantakapalli, Alamanda station areas)

14,57,618/- 29,160/- 2,000/-

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

day from the office of the Sr.DEE/Genl/WAT on remittance of Rs.2,000/-

towards cost of Tender form (non refundable) and or in the form of money receipt issued by Divisional Casher / East Coast Railway / Waltair in support

of deposition of requisite money with him allocated to 93065299. Apart from the above,

If any Tender Form is to be sent by Regd. Post, additional Postal expenses @

Rs.500/- per Tender Form will be charged. EMD as per Col. No. 4 above shall be deposited in cash or in any of the

following forms : Deposit Receipts, Pay Orders, Demand Drafts. These forms

of earnest money could be either of the State Bank of India or of any of the nationalized banks. No confirmatory advise from the Reserve Bank of India

will be necessary. Deposit receipts executed by the Scheduled banks (other

than the State Bank of India and the Nationalized Banks) approved by the Reserve Bank of India for this purpose. The Railways will not however accept

deposit receipt without getting in writing the concurrence of the Reserve Bank

of India. The EMD may be drawn on banks situated at Visakhapatnam in favour of FA & CAO / East Coast Railway / Bhubaneswar payable at

Visakhapatnam 4. Tenderer (s) can drop their tenders in a sealed cover duly super scribing the

Tender Notice No. and name of the work in the tender box provided in the

office of Sr.DEE/Genl/ Waltair. 5. The tender forms will be available for sale from : 18/01/2010

6. The last date and time of issue of tender form : up to 12.00hrs of 18/02/2010

7. The last date and time of receipt of tenders : up to 15.00hrs of 19/02/2010 8. Date and time of opening of Tenders : at 15.30 hrs of 19/02/2010

9. Completion Period : 18 months from the date of LOA

Cont…

- 3 -

10. If the date of opening happens to be a BANDH or Holiday, the tender will be opened at the same time on the following working day.

11. The Tender documents will also be available in the website at http://www.eastcoastrailway.gov.in & http://tenders.gov.in during the period

18/01/2010 to 18/02/2010 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. No. 5 shall have to be enclosed in

addition to earnest money while submitting the tender, other wise; 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. Tender will also be accepted also by Post. However, Railway shall not be responsible

for any postal delay.

12. In case of any discrepancy between the tender documents down loaded from internet and the master copy available in the office of Sr.DEE/Genl/WAT, the

latter shall prevail and will be binding on the Tenders(s). No claim on this

account will be entertained. The tenderers are required to watch the website for any corrigendum’s issued subsequent to the uploading of the tender

notices in the website. 13. Eligibility criteria :

(i) The tenderer should have valid Electrical Contractor License. They shall

submit the copy duly attested by any Gazetted officer.

Divl. Rly Manager (Elect.(G)) East Coast Railway, Waltair.

Copy to:

1. G.M(Elect)/BBS for kind information please. 2. DRM/WAT, ADRM/WAT, DRM/Elect/NGP,KUR,CKP,BSP,ADA,SBP, KGP

3. Sr.DFM/WAT. He is requested to depute Accounts Representative on the date

and time of opening to witness the tender opening. 4. CVO/ECoR/BBS for Kind Information please.

5. Divl. Cashier/E.Co.Railway/Waltair. He is requested to issue Money Receipt to the intending tenderer towards the cost of the tender form on submission of

form for deposit of the same duly countersigned by Sr. D.E.E(G)/WAT or his

authorised representative. 6. EEE/Con/S&C/VSKP.

7. Asst Labour Commissioner, Visakhapatnam

8. Notice Board.

- 4 -

ANNEXURE-B

EAST COAST RAILWAY

TENDER OFFER

To The President of India,

Acting through DRM(Elect),

E.Co.Railway, Waltair.

1. I/WE have read various conditions to tender here to attached and here by agree by the said

conditions. I/We also agree to keep this tender open for acceptance for a

period of 90 (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 as detailed below at the rates quoted below.

Name of work Approxi-mate value

of contract

QUOTED TENDER RATES ( % AGE ABOVE/ BELOW) IN

FIGURES AND WORDS)

A) Various Electrical works in Waltair

division at Visakhapatnam Settlement

(Visakhapatnam Complex, Simhachalam, Pendurti, Kottavalasa, Kantakapalli,

Alamanda station areas) B) Trenching, Laying, erection of poles

and earthing etc. over Waltair Division at

Visakhapatnam Settlement (Visakhapatnam Complex, Simhachalam,

Pendurti, Kottavalasa, Kantakapalli,

Alamanda station areas)

14,57,618/-

________ % _______ ( In

figures) ______________ ________________________%

( In words) Percentage above/ below /at

par the estimated rates given in

scheduled quantities enclosed.

NOTE :

I. The Tenderer shall quote only one uniform percentage (%) Rate (in Annexure –

B) ABOVE/ BELOW / AT PAR, the departmental rates shown in Annexure – A. II. I/We hereby bind myself/overselves to complete the works within the time

limits specified in the conditions of tender. I/We also hereby agree to abide by

the General conditions of contract and to carryout the works according to the Standard specifications for materials and works laid down by the Railway for

the present contract.

III. No special conditions will be accepted and the tender will be treated as non-responsible in case of any conditions quoted by the tenderer summarily

rejected. IV. A sum of Rs. 29,160/- (Rupees twenty nine thousand one hundred and

sixty only) is hereby forwarded as earnest money deposit. The full value of

the earnest money 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 10 days after receipt of the orders to

that effect.

V. i) Any tender received with different percentage (%) for different items of the schedule will be liable for rejection.

ii) In case there is different between figures and words in the quoted rates, the

rate indicated in words will be taken as correct for consideration. In case ABOVE / BELOW / AT PAR is not indicated in the quoted rate, the same will be

considered for taking the rates quoted as above the departmental rates.

SIGNATURE OF TENDERER(s) /CONTRACTOR(s)

WITNESS TO THE CONTRACTOR’s SIGNATURE CONTRACTOR’’s ADDRESS:

- 5 -

ANNEXURE-C

EAST COAST RAILWAY

Name of the work: . Various Electrical Works in Waltair division at Visakhapatnam

Settlement(Visakhapatnam Complex, Simhachalam, Pendurti, Kottavalasa, Kantakapalli,

Alamanda station areas)

Estimate No: EL/WAT/25/2008 Cost: Rs 5,94,874/

SCHEDULE-I

Sl

No

Description of work Unit Qty Rate Total

1 Concealed wiring of light & fan points with copper wire ( 3 to 6 meters)

Point 120 300 36000

The rate includes concealed wiring of light/fan points (upto 6mtrs )complete with supply of

materials, testing & commissioning with PVC insulated multi stranded copper conductor of size 1.5sqmm 1100V grade and drawn inside suitable size of PVC pipe. Connection is to

be tapped off from the nearest junction box, the angular lamp holder should be fixed properly on suitable PVC circular box. In case of FL light point and fan point connection

is to be terminated in a PVC ceiling rose 5 amps instead of angular lamp holder fixed on

PVC circular box of suitable size. 1.0 sq. mm PVC insulated copper conductor is to be drawn along with the PVC pipe up to ceiling rose as earth wire. The control switch shall be

of 5 amps capacity and fitted on MS switch board top covered with 3mm thick hylem

sheet. The switch board should be of suitable size as per site condition.

2 Concealed wiring of light fan points with

copper wire and modular Switch ( 3 to 6 meters)

Point 40 350 14000

The rate includes concealed wiring of light/fan points (upto 6 mtrs) complete with supply

of materials, testing & commissioning with PVC insulated multi stranded copper conductor of size 1.5sqmm 1100V grade and drawn inside suitable size of PVC pipe. Connection is to

be tapped off from the nearest junction box, the angular lamp holder should be fixed

properly on suitable PVC circular box. In case of FL light point and fan point connection is to be terminated in a PVC ceiling rose 5 amps instead of angular lamp holder fixed on PVC

circular box of suitable size. 1.0 sq. mm PVC insulated copper conductor is to be drawn

along with the PVC pipe up to ceiling rose as earth wire. The control switch shall be of modular type of 5 amps capacity and fitted on suitable switch box for fixing of modular

switch. The switch board should be of suitable size as per site condition.

3 Concealed wiring of light & fan point with

copper wire (6 to 10 meters)

Point 60 426 25560

The rate includes concealed wiring of light/fan points (above 6 mtrs.) complete with supply

of materials, testing & commissioning with PVC insulated multi stranded copper conductor of size 1.5sqmm 1100V grade conforming and drawn inside suitable size of PVC pipe.

Connection is to be tapped off from the nearest junction box, the angular lamp holder

should be fixed properly on suitable PVC circular box. In case of FL light point and fan point connection is to be terminated in a PVC ceiling rose 5 amps instead of angular lamp

holder fixed on PVC circular box of suitable size. 1.0 sq. mm PVC insulated copper

conductor is to be drawn along with the PVC pipe upto ceiling rose as earth wire. The control switch shall be of 5 amps capacity and fitted on MS switch board top covered with

3mm thick hylem sheet.

- 6 -

4 Concealed wiring of light point with modular

Switch (6 to 10 Meters)

Point 20 476 9520

The rate includes concealed wiring of light/fan points (above 6 mtrs.) complete with supply

of materials, testing & commissioning with PVC insulated multi stranded copper conductor of size 1.5sqmm 1100V grade and drawn inside suitable size of PVC pipe. Connection is to be

tapped off from the nearest junction box, the angular lamp holder should be fixed properly

on suitable PVC circular box. In case of FL light point and fan point connection is to be terminated in a PVC ceiling rose 5 amps instead of angular lamp holder fixed on PVC circular

box of suitable size. 1.0 sq. mm PVC insulated copper conductor is to be drawn along with the PVC pipe up to ceiling rose as earth wire. The control switch shall be of modular type of

5 amps capacity and fitted on suitable switch box for fixing of modular switch.

5 Concealed wiring of socket point (Medium)

with copper wire

Point 40 285 11400

The rate includes concealed wiring of plug points complete with supply of materials, testing

& commissioning with PVC insulated multi-stranded copper conductor of size 1.5sqmm

1100V grade each for phase & neutral conforming and drawn inside suitable size of PVC pipe. 1.0 sq. mm PVC insulated copper conductor is to be drawn along with the PVC pipe up

to plug socket as earth wire. The control switch and socket shall be of 5 amps capacity of and fitted on MS switch board top covered with 3mm thick hylem sheet.

6 Concealed wiring of socket point with

copper wire and modular Switch and

Socket

Point 12 335 4020

The rate includes concealed wiring of plug points complete with supply of materials, testing

& commissioning with PVC insulated multi-stranded copper conductor of size 1.5sqmm

1100V grade each for phase & neutral drawn inside suitable size of PVC pipe. 1.0 sq. mm PVC insulated copper conductor is to be drawn along with the PVC pipe up to plug socket as

earth wire. The control switch and socket shall be of modular type of 5 amps capacity and fitted on suitable switch box for fixing of modular switch.

7 Sub Main wiring concealed with copper

wire(by 6 sq mm wire)

Mtr 120 200 24000

The rate includes concealed wiring of sub main wiring from Main distribution board to the

Sub-main distribution board/Junction box complete with supply of materials, testing & commissioning with single core PVC insulated multi stranded copper conductor of size 6 sq

mm 1100V grade and drawn phase & neutral inside of PVC pipe. Connection is to be tapped

off from the Main distribution board/Sub distribution board and to be terminated with junction box / Energy Meter. 1.5 sq. mm PVC insulated copper conductor is to be drawn as

earth wire.

8 Sub Sub-Main wiring concealed with copper wire(4 sq mm wire)

Mtr 160 150 24000

The rate includes concealed wiring of sub main wiring from Sub distribution board to the

Switch board complete with supply of materials, testing & commissioning with single core

PVC insulated multi stranded copper conductor of size of 4 sq mm 1100V grade for phase and neutral. The wiring shall be drawn inside of suitable size of PVC pipe. Connection is to be

tapped off from the Main distribution board. 1.5 sq. mm PVC insulated copper conductor is

to be drawn as earth wire.

9 Sub Main wiring surface with copper wire (6

sq mm)

Mtr 120 170 20400

The rate includes surface wiring of sub main wiring from Main distribution board to the Sub-main distribution board/Junction box complete with supply of materials, testing &

commissioning with single core PVC insulated multi stranded copper conductor of size of 6 sq

mm 1100V grade for phase and neutral and shall be drawn inside of suitable size of PVC Pipe. Connection is to be tapped off from the Main distribution board/Sub distribution board

and to be terminated with junction box / Energy Meter. 1.5 sq. mm PVC insulated copper

conductor is to be drawn as earth wire.

- 7 -

10 Sub Sub-Main wiring surface with copper

wire(4 sq mm)

Mtr 160 120 19200

The rate includes surface wiring of sub main wiring from Main distribution board to the Sub-main distribution board/Junction box complete with supply of materials, testing &

commissioning with single core PVC insulated multi stranded copper conductor of size of 4 sq

mm 1100V grade for phase and neutral. The wiring shall be drawn inside of suitable size of PVC Pipe. Connection is to be tapped off from the Main distribution board/Sub distribution

board and to be terminated with junction box / Energy Meter. 1.5 sq. mm PVC insulated

copper conductor is to be drawn as earth wire.

11 Rewiring for light & fan point without pipe

(for concealed existing point)

Point 160 240 38400

The rate includes concealed rewiring of light / fan points complete with supply of

materials(except PVC pipe,) testing & commissioning with single core PVC insulated multi

standard copper conductor of size 1.5sqmm 1100V grade and drawn inside existing concealed PVC Pipe. Connection is to be tapped from the Distribution board / junction box,

the angular lamp holder should be fixed properly on suitable PVC circular box. 1.0 sq. mm

PVC insulated copper conductor is to be drawn as earth wire. The control switch shall be of 5 amps capacity and fitted on existing MS switch board. Top cover to be with 3mm thick hylem

sheet.

12 Surface wiring of lighting & fan points with

copper wire ( 3 to 6 meters)

Point 160 282 45120

The rate includes surface PVC Pipe wiring of light points complete with supply of materials, testing & commissioning with single core PVC insulated multi stranded copper conductor of

size 1.5sqmm 1100V grade and drawn inside suitable size PVC pipe. Connection is to be

tapped off from the nearest junction box, the angular lamp holder should be fixed properly on suitable PVC circular box. In case of FL light point and fan point connection is to be

terminated in a PVC ceiling rose 5 amps instead of angular lamp holder fixed on PVC circular

box of suitable size. 1.0 sq. mm PVC insulated copper conductor is to be drawn along with the PVC pipe as earth wire. The control switch shall be of 5 amps capacity and fitted on MS

switch board top covered with 3mm thick hylem sheet. The switch board should be of

suitable size as per site condition.

13 Surface wiring of lighting fan points with

copper wire and modular Switch ( 3 to 6 meters)

Point 40 332 13280

The rate includes surface PVC Pipe wiring of light points complete with supply of materials,

testing & commissioning with single core PVC insulated multi stranded copper conductor of size 1.5sqmm 1100V grade and drawn inside suitable size PVC pipe. Connection is to be

tapped off from the nearest junction box, the angular lamp holder should be fixed properly

on suitable PVC circular box. In case of FL light point and fan point connection is to be terminated in a PVC ceiling rose 5 amps instead of angular lamp holder fixed on PVC circular

box of suitable size. 1.0 sq. mm PVC insulated copper conductor to be drawn along with the

PVC pipe upto ceiling rose as earth wire. The control switch shall be of modular type of 5 amps capacity and fitted on modular box.

14 Surface wiring of 5A socket point Medium

with copper wire

Point 40 185 7400

The rate includes surface PVC pipe wiring of plug points complete with supply of materials,

testing & commissioning with single core PVC insulated multi-stranded copper conductor of

size 1.5sqmm 1100V grade each for phase & neutral and drawn inside suitable size of PVC pipe. 1.0 sq. mm PVC insulated copper conductor is to be drawn along with the PVC pipe as

earth wire. The control switch and socket shall be of 5 amps capacity and fitted on MS

switchboard top covered with 3mm thick hylem sheet. The rates shall be inclusive supply of 230V 5Amps capacity plug socket & switch and fixing on the switchboard.

- 8 -

15 Surface wiring of 5A socket point medium with copper wire and modular Switch and

Socket

Point 10 235 2350

The rate includes surface PVC pipe wiring of plug points complete with supply of materials, testing & commissioning with single core PVC insulated multi-stranded copper conductor of

size 1.5sqmm 1100V grade each for phase & neutral and drawn inside suitable size of PVC

pipe. 1.0 sq. mm PVC insulated copper conductor is to be drawn along with the PVC pipe up to plug socket as earth wire. The control switch and socket shall be of 5 amps capacity of

modular type and fitted on modular box.

16 Supply, fixing, testing and commissioning of

20 Amps SPN Main switch

No. 20 405 8100

The rate includes supply of 20 A capacity SPN main switch suitable to operate on 240 V, 50 Hz, Single phase supply. The cost shall also include fixing charge of Main switch as per site

instruction of site incharge.

17 Earthing arrangements No. 20 1698 33960

The price shall include the cost for excavation of earth pits in any kind of soil , supply and

erection of earth cone and strip including refill with salt, charcoal as per CEE/BBS’s latest Drawing No. CEE/GS/Earthing/02(mod-1). The work shall also cover the cost of materials

and labour charges for construction of sump as shown in the aforesaid drawing and the

earth treated to obtain earth resistance of as per Rule. Connection of earth electrode should be made by providing clamp, nuts, bolts and 8 SWG GI wire. The price shall cover for

supply and erection of earth pit cover made by RCC and make it complete in all respects as

per above drawing. The price also cover 8 SWG GI wire run from earth pit to nearest main supply point / installation.

18 Wiring & fixing of Split AC unit with all material.

No. 8 3180 25440

The rate includes for wiring, fixing, testing & commissioning of Railway supply split type air

conditioner with all fixing arrangement such as MS angles, MS Plate duly secured with nut and bolts. Rate also inclusive of Welding & fixing of suction pipe, discharge pipe and drain

pipe supplied along with unit and also supply of additional quantities as per site requirement.

The rate also inclusive of supply of drain pipe of suitable sizes of PVC pipe as per site requirement. A through hole should be provided at suitable place in the wall to run the

suction, discharge, drain pipes and PVC pipes etc. The rate also includes charges for all masonry works as per site requirement and as per instructions of site incharge.

19 Fixing of mirror optic fitting with suitable fixture with false ceiling.

No. 8 130 1040

The rate inclusive of fixing, testing and commissioning of Railway supply mirror optic fittings

as per instructions of site incharge, complete with contractors material, labour, tools and

plants etc.

20 Fixing ceiling fan with suitable fixture/down rod.

No. 20 150 3000

The rate inclusive of fixing, testing and commissioning of ceiling fan and regulator as per

instructions of site incharge, a suitable down rod etc. to be provide as per site requirement & complete with contractors material, labour, tools and plants etc.

21 Fixing exhaust fan with suitable fixture. No. 8 148 1184

The rate inclusive of fixing, testing and commissioning of Railway supply exhaust fan and

require fixture as per instructions of site incharge, complete with contractors material, labour, tools and plants etc. and also including of civil engg work like wall cutting , dressing

etc.

- 9 -

22 Supply, fixing, testing and commissioning of

distribution board.

No. 8 9300 74400

Supply, fixing, testing& commissioning of LT distribution board made of sheet steel powder coated / painted to accommodate the following:

Incoming - 63 Amps 25KA (TPN) MCCB.- 1no,

Outgoing - 32 Amps 10 KA (DP) MCB.- 2 nos 16 / 32 Amps 10KA (SP) MCB – 4 Nos.

The rate inclusive of cost of all MCCBs/ MCBs; Fixing of MCCBs / MCBs in DB and associated

wiring to make it complete and functional. The rate is also inclusive of Connection of incoming cable / wires, outgoing cable / wires,

testing and commissioning to make it functional as per instruction of site incharge. Drawing to be approved before execution of the work.

23 Supply, fixing, testing and commissioning of

sub-distribution board.

No. 12 2100 25200

Supply, fixing, testing& commissioning of LT distribution board made of sheet steel powder coated / painted to accommodate the following:

Incoming - 32 Amps (DP) MCB ,- 1no,

Outgoing - 10/16 Amps (SP) MCB- 4nos .

The rate inclusive of cost of all MCBs; Fixing of MCBs in DB and associated wiring to make it

complete and functional. The rate is also inclusive of Connection of incoming cable / wires, outgoing cable / wires,

testing and commissioning to make it functional and as per instruction of site incharge.

24 a) Supply of switch board with 5/6A capacity modular switch.

No. 20 500 10000

The rate inclusive of supply of modular switch board of suitable size to accommodate 4 nos

of 5/6A Capacity modular switch.

b) Erection of switch board with 5/6A

capacity modular switch.

No. 20 50 1000

The rate inclusive of fixing, testing and commissioning of modular switch board at site as per

site requirement and as per instructions of site incharge, complete with contractors material,

labour, tools and plants etc.

25 Replacement of 5/6A capacity Modular

switch.

No. 20 90 1800

The rate is inclusive of replacement of 1 no of 5/6A Capacity Modular switch and it will fixed with existing board as per instructions of site incharge, complete with contractors material,

labour, tools and plants etc.

26 Dismantling of existing point wiring. point 40 10 400

The rate includes dismantling of existing wiring complete and released material shall be

handover to concerned in-charge office.

27 Supply, fixing, testing & commissioning of glow sign board with flexi sheet.

Sft 120 329 39480

The rate includes Fabrication and supply of Glow sign boards made of M.S. Square/chanel of

size 19mm X 19mm X 2mm with powder coated aluminium sheet with flexi sheeting duly

stretched base covered with Computerized color printing of various colors with subject matter made of Flexy sheeting of different sizes in one side or in both side complete with

20/40 watts TFL fittings with copper ballast & lamp. The rate also includes internal wiring

of the fittings with proper size of insulated multi strand copper wire. The board should have ventilation arrangement to disperse of the heat generated by the electrical fittings. The

ventilation holes or louvers should be covered with wire mesh on the inside to prevent entry of insects.

- 10 -

28 Supply, fixing, testing & commissioning of glow sign board with poly carbon sheet.

Sft. 120 371 44520

The rate includes Fabrication and supply of glow sign board made of M.S. angle of size

19mm X 19mm X 2mm with powder coated aluminium sheet with Poly- carbonate sheeting duly stretched base covered with translucent cast vinyl stickering of various colors with

subject matter made of opaque vinyl sheeting (different colors) of different sizes in one side

or in both side complete with 20/40 watts TFL fittings with copper ballast & lamp. The rate also includes internal wiring of the fittings with proper size of insulated multi strand copper

wire. The board should have ventilation arrangement to disperse of the heat generated by

the electrical fittings. The ventilation holes or louvers should be covered with wire mesh on inside to prevent entry of insects.

29 a)supply of 2x11w mirror optic fitting with lamps

No. 20 1300 26000

The rate shall include supply of 2 x 11 W indoor decorative surface mounted mirror optic

Luminaire similar to Philips model No. FBS 518/211 complete with all accessories duly wired along with 2 x 11 W CFL.

b)Fixing of 2x11w mirror optic fitting with

lamps

No. 20 130 2600

The rate inclusive of fixing, testing and commissioning of 2 x 11W fittings at site as per site

requirement and as per instructions of site incharge, complete with contractors material,

labour, tools and plants etc.

30 supply of 1x11w mirror optic CFL lamps No. 20 105 2100

The rate shall include supply of 1 x 11 W CFL Lamp suitable for mirror optic luminairy of

reputed make like Philips, Bajaj, CG, Osram.

TOTAL 5,94,874/-

Note:- The detailed approved manufacturers list with IS No. and specification No, make and model No is enclosed as Annexure ‘D’. The supply materials should be as per the

Annexure ‘D’ and should be got approved by Rly. Before executing.

DRM(Elect/G)WAT

- 11 -

EAST COAST RAILWAY

Name of the work: Trenching, Laying, erection of poles and earthing etc.

over Waltair Division (Visakhapatnam Complex, Simhachalam, Pendurti,

Kottavalasa, Kantakapalli, Alamanda station areas)

Estimate No: EL/WAT/26/2008

Cost Rs. 8,62,744/-/-

SCHEDULE-2

Sl

No

Description of Work Unit Qty Rate Total

1 Laying of Single U/G cable along the road/track (in normal soil)

Mtr. 600 102 61200

The price shall cover the cost of transporting the UG cable from work incharge office,

store, other premises as directed by site incharges to work site. Laying the same after

excavation of earth in any type of soil. The dimension of trench no bricks sand bedding etc., shall be confirming to the CEE/ECoR/BBS latest drawing No. CEE/GS/Cable

Trench/01 (Mod-1). The cost is also inclusive of refilling of earth, leveling of earth to be

done by contractors labour, tools and materials.

2 Laying of Single U/G cable across the

Road/Track (in normal soil)

Mtr. 160 319 51040

The price shall cover the cost of transporting the UG cable from work incharge office,

store, other premises as directed by work incharge to work site. & laying of cable with contractors men & material. Rate is including supply of reinforced spun concrete pipe. The

cable laying shall be in accordance with CEE/BBS’s latest drawing No. CEE/GS/Cable

trench/01 (mod-01). Price is also inclusive of refilling leveling and dressing of earth to be done contractors labour, tools and materials.

3 Laying of Single U/G cable along the road/track (in hard soil/concrete

surface.)

Mtr. 120 265 31800

The price shall cover the cost of transporting the UG cable from work incharge office, store, other premises as directed by site incharges to work site. Laying the same after

excavation of hard soil/concrete soil through spun concrete pipe suitable size. The cost is

also inclusive of supply of spun concrete pipe and refilling of earth, leveling of earth to be done by contractors labour, tools and materials. The price shall cover bring back the

excavated / dug surface to the original leveling and surface condition with cement concrete / plastering / black top as per site requirement.

4 Laying of Single U/G cable along the

road/track (in rocky land.)

Mtr. 80 349 27920

The price shall cover the cost of transporting the UG cable from work incharge office to

work site. Laying the same after excavation of earth in Rocky soil. The price shall be inclusive of laying of cable through spun concrete pipe of suitable size. The cost is also

inclusive of supply of spun concrete pipe and refilling, leveling and dressing of earth to be done by the contractor’s labour, tools and materials.

5 Fixing of cable in open air with GI

Pipe/GI Tray etc.

Mtr. 80 280 22400

The unit price shall cover for fixing of the cable through GI Pipe/GI tray supply by contractor on Wall/Structure/column/Beam to be done by Clamp of suitable size as per

site requirement. The distance of each clamp should not be more than 1 meter. The work

has to be completed with contractors materials, tools & plants etc. GI Tray has to be got approval by Railway before execution of the work.

- 12 -

6 Erection of tubular pole / Rail pole Nos. 20 2300 46000

Price shall cover the cost of transportation of pole to the work site. Necessary earth work for

excavation of pit. Erection of pole with concreting of 1/6th length of 2 polex0.5 mtrs.x0.5 mtrs. The concrete mix shall be of ratio 1:3:6 cement; sand and Ballast and provision of copping of 0.3

x 0.3 x 0.45 mtrs above the ground with cement plastering is to be done with the contractor’s

men and material.

7 Erection of DP Structure including

fabrication work etc.

No. 6 20120 120720

The rate shall include Design, Fabrication, Erection and Commissioning of 2 pole structure consisting of 2 Nos. of 11 Mtrs. Long rail pole with MS channel of 100mm x 50mm x 6mm for

horizontal bracing and MS angle 50mm x 50mm x 6mm for cross bracing as per the drawing and fitted suitably with MS clamp, GI nuts and bolts wherever required. The required MS channel with

suitable fasteners for mounting insulators supporting AB switch, DO fuse, Lightening Arrestors

etc are included in the contractor scope of work. The cost includes the painting of structure with one coat of anti-corrosive red oxide primer and two coats of aluminium paint.

The price shall also cover the cost of excavation of earth in any type of soil and erection of the

above rail poles in the excavated pit of size 1 x 1 x 2 Meters with contractor’s cement, ballast of size 40mm or below and sand and provision of copping of 0.3 x 0.3 x 0.45 mtrs above the

ground with cement plastering is to be done with the contractor’s men and material. The price

also includes all arrangements of connections with required jumpers, busbars etc. The rail poles will be supplied by Railways and the contractor has to make loading and unloading arrangements

and shift the same to the site of erection at his own cost.

8 Erection of 4 pole Structure including fabrication work etc.

No. 1 40120 40120

The rate shall include Design, Fabrication, Erection and Commissioning of 4 pole structure

consisting of 4 Nos. of 11 Mtrs. Long rail pole with MS channel of 100mm x 50mm x 6mm for horizontal bracing and MS angle 50mm x 50mm x 6mm for cross bracing as per the drawing and

fitted suitably with MS clamp, GI nuts and bolts wherever required. The required MS channel with

suitable fasteners for mounting insulators supporting AB switch, DO fuse, Lightening Arrestors etc are included in the contractor scope of work. The cost includes the painting of structure with

one coat of anti-corrosive red oxide primer and two coats of aluminium paint.

The price shall also cover the cost of excavation of earth in any type of soil and erection of the above rail poles in the excavated pit of size 1 x 1 x 2 Meters with contractor’s cement, ballast of

size 40mm or below and sand and provision of copping of 0.3 x 0.3 x 0.45 mtrs above the ground with cement plastering is to be done with the contractor’s men and material. The price

also includes all arrangements of connections with required jumpers, busbars etc. The rail poles

will be supplied by Railways and the contractor has to make loading and unloading arrangements and shift the same to the site of erection at his own cost.

9 a)supply of D0 fuse No. 20 2540 50800

The price shall include supply of 11 KV, 100A,8KA expulsion type Drop Out fuse assembly (1

no.=3 phase sets) barrel type. Before supply DO fuse set got to be approved by Railways.

b)Erection of D0 fuse No. 20 422 8440

The rate shall also include cost of Erection, Testing and Commissioning of DO fuse to be erected in conjunction with triple pole gang operated AB switch mounted on 4/2 pole structure and

complete in all respects with contractors men and material.

10 a)supply of AB switch. No. 20 8921 178420

The price shall include the supply (one no. consists of 3 units) of triple pole gang operated AB

switch, 11 KV 200 A capacity complete with base frame insulators, operating rods, handle with locking arrangement. Before supply AB Switch got to be approved by Railways.

b)Erection of AB switch. No. 20 1094 21880

The price also includes the cost of Erection, Testing and Commissioning of AB switch on 4P/2P structure with required fasteners and jumper of suitable wire connection from Over Head line bus

bar to AB switch terminal and equivalent size of standard ACSR conductor from Dropout fuses to

- 13 -

AB switch terminal.

11 a)Supply of LA. No. 20 2965 59300

The price shall cover for supply of one no. consists of a set of 3 nos. of lightening arrestors

suitable for 11 KV supply system. Before supply Lightening arrestor got to be approved by

Railways.

b) Erection of LA. No. 20 446 8920

The rate shall also include cost of Erection, Testing and Commissioning of Lightening arrestors and connection of the same to be done by the contractor and make it complete in all respects by

his labour and cost.

12 supply erection of 11 KV HT Pin insulator

No. 20 133 2660

The rate shall include the cost of supply of 11 KV Pin insulator along with hardware. The insulator

shall confirm to relavant IS. The rate shall also include erection of Pin insulator and hardware with required fasteners on the structure as directed by site engineer. Binding of conductor shall

be sufficiently firm with aluminium wire / conductor. The end of binding wire shall be tightly

twisted in a close spaced spiral around the conductor to ensure good electrical contact and strengthen the conductor.

13 supply erection of 11 KV HT Disc

insulator

No. 20 372 7440

The rate shall include the cost of supply of 11 KV disc insulator. The insulator shall confirm to

relevant IS.

The rate shall also include erection of Disc insulator and hardware with required fasteners on the structure as directed by site engineer.

14 supply erection of 1.1 KV LT Pin

insulator

No. 20 35 700

The price shall cover the supply of LT Pin insulators , 1100 Volts grade complete with galvanized

stack, nuts, washers and lock nuts of good quality.

The rate shall also include the cost of erection, Testing and Commissioning of Pin insulator on 4/6 pin galvanized brackets fixed on rail pole and as directed by Site Engineer.

15 supply erection of 1.1 KV LT Shackle

insulator

No. 20 44 880

The rate shall include cost of supply of shackle insulators, along with hard ware, 1100 V grade of

good quality.

The rate shall also include the cost of erection, Testing and Commissioning of LT Shackel insulator on 4/6 pin galvanized brackets fixed on rail pole and as directed by Site Engineer.

16 Dismantling of tubular pole/Rail pole No. 20 250 5000

The rate includes dismantling of existing tubular / Rail pole complete with material etc and

handing over the released material to concerned in-charge office.

17 Fixing wiring of out door fitting with tubular/rail pole with all wiring

materials.

No. 30 1200 36000

The rate includes supply of required clamp and wiring, fixing of out door fitting and Junction box (supplied by Railways) with supply of all wiring materials, testing, commissioning with single core

PVC insulated multistranded copper conductor of size 1.5 sq.mm 1100V grade. drawn through

19mm dia GI Pipe. Confirming to relevant I.S and shall be of reputed make. Like Kalinga : TNT, Jindal etc. Connection is to be tapped off from the junction box supplied by Railways. 1 Sq.mm

PVC multistranded copper conductor to be drawn as earth wire from Junction box to fitting.

18 Painting of pole. No. 30 500 15000

The rate shall include cost of supply of Red Oxide/ Paint Primer and Paint aluminium of reputed

make and to be painted on poles with one coat of primer and two coats of Aluminium with contractors men and materials. This includes the scarping and cleaning of surface of rail poles

wherever necessary.

- 14 -

19 Supply, Erection, Testing and

Commissioning of Earthing

arrangements.

No. 6 1698 10188

The price shall include the cost for excavation of earth pits in any kind of soil wherever

necessary, supply and erection of earth cone and strip including refill with salt, charcoal as per

CEE/BBS’s latest Drawing No. CEE/GS/Earthing/02(mod-1) . The work shall also cover the cost of materials and labour charges for construction of sump as shown in the aforesaid drawing and the

earth treated to obtain earth resistance of as per Rule. Connection of earth electrode should be

made by providing clamp, nuts, bolts and 8 SWG GI wire. The price shall cover for supply and erection of earth pit cover made by RCC and make it complete in all respects as per above

drawing. The price also cover 8 SWG GI wire run from earth pit to nearest main supply point / installation.

20 Erection, Testing and Commissioning

of cable termination kit.

No. 4 181 724

The rate shall also include the cost of erection of Railway supplied Termination kit of suitable size along with accessories and make it complete in all respects with contractors tools and labour.

21 a)Supply of cable termination kit(HT

33 KV,3X95sq mm)

No. 4 8348 33392

The price shall cover supply of 33 KV XLPE (E) grade armoured cable outdoor joints (heat

shrinkable type) of 95 sq.mm ISI make as approved by Railways.

b)Erection, Testing and

Commissioning of cable termination kit.

No. 4 296 1184

The erection and testing shall be done by expert cable jointer. The HT Outdoor termination kits of

size 30/50/70/95 sq.mm shall be supplied by Railways, erection shall be done with contractors tools and labour and make it complete in all respects into serviceable condition.

22 Supply. erection, of cable route

marker.

No. 8 67 536

Cable Route marker shall be provided along straight runs of cables and at change in direction

locations and in general at intervals not exceeding 25 meter in straight run. The rate shall include

the cost of cable route marker and its installation as per CEE/BBS’s latest Drawing No. CEE/GS/Cable Trench/01 or latest and as instructed by Site Engineer. voltage grading, size of

cable shall be inscribed on the marker.

23 Transformer plinth. Cum 8 2510 20080

The price shall cover for making transformer plinth on cement concrete with superior quality of

cement, sand and aggregate of natural sources of size 40 mm and down of ratio 1:3:6 plastering and cement punning as per Civil Engineering code of practice and make it complete in all

respects by the contractors labour and tools. Price shall also include for provision of suitable ramp for handling the transformer. The plinth along with ramp shall be made as per the drawing

no. Sr. DEE/G/WAT/PS/2005.

TOTAL 8,62,744/-

SUMMARY

SCHEDULE – 1 TOTAL 5,94,874/-

SCHEDULE – 2 TOTAL 8,62,744/-

GRAND TOTAL 14,57,618/-

Note:- The detailed approved manufacturers list with IS No. and specification No, make and model No is enclosed as Annexure ‘D’. The supply materials should be as per the

Annexure ‘D’ and should be got approved by Rly. Before executing.

DRM(Elect/G)WAT

- 15 -

ANNEXURE - D TECHNICAL SPECIFICATION OF MATERIALS

The detailed approved manufactures list along with IS No. and specification

No. are given below for supply of materials in the contract. The contractor has to supply the following approved make materials only with approval of competent

authority. Sl No.

Description Name of the leading Manufactures (make)

IS specification No.

1 MCCB, MCB, Changeover switch SEIMENS / ABB / GE / LEGRAND / C&S / L&T / Indo-Asian / HPL

IS: 8828 of 1996

2 AIR CIRCUIT BREAKER ABB / GE / L&T / C&S / Indo-Asian IS: 13947 – II of 1993

3. PVC insulated multistranded copper conductor 1100 volts grade 1.0/1.5/ 2.5/ 4 / 6 sq.mm

Finolex / L&T / Poly-cab / BCH / Indo-Asian/NICCO/Anchor/Standard

IS: 694-1990

4 Piano type switches 5A/6A / 15A

5 Modular type switches 5A/6A /15A

ABB / SIEMENS / Legrand / Schneider / SSK / Indo-Asian / Anchor/CONA/R.K. Lite/ Indo Asian

IS: 3854 of 1997

6 Ceiling rose -do- IS: 371 of 1999

7 Piano type plug sockets 5 / 15A -do-

8 Modular type plug sockets 5 / 15A

-do-

IS: 1293 of 1998

9 Fuse / switch fuse unit

10 Kit kat fuse

L&T / C&S / SIEMENS / ABB / Indo-Asian/ Anchor /SSK / HPL

IS: 2086 of 1993

11 Call Bell Legrand / ANCHOR / CONA / SSK / Schneider

12 Electronic fan regulator (modular- non modular)

ABB / LEGRAND / SIEMENS / Indo-Asian / ABB / HPL/Anchor/Cona

IS-11037-1984

13 ELCB L&T / Legrand / SIEMENS / Indo-Asian / ABB / HPL/Standard

IS: 12640/II/2001 & 12640/I

14 On load change over switch L&T / ABB / HPL / C&S / Indo-Asian/Standard

IS: 13947-3/IEC: 947-3

15 Voltmeter, Ammeter

16 Energy meter

Legrand / AE/ HPL / ABB / L&T / SIEMENS/Secure

IS 1248 Pt.-9

17 Relay SIEMENS / L&T / ABB / GEC/

18 DB L&T / LEGRAND / ABB / GE / Hensel / C&S / Indo-Asian / HPL

IS: 8623, BS:5486

19 Luminaries Philips / Bajaj / CG

20 Ceiling fan, USHA/ HAVELLS/ CG/ ALMONARD/ BAJAJ

Energy efficient

21. Exhaust tower fan

22. Wall mounted fan

-do-

23 Jointing kit Denson / Raychem/M SEAL

24. Lighting arrestor OBLUM/ALSTOM/RAYCHEM IS: 3070

25. Pin insulator 11KV IS: 731-1971

26. Disc insulator 11KV

27. Post top insulator 11 KV

WSI/SEI/ABI

28 Paint class(A) Nerolac / Shailmar / Berger/ Asian

29 Capacitor Bank SHAKTI / SARADA / SHREEM / EPCOS

Divl. Rly Manager (Elect.(G)) East Coast Railway, Waltair

- 16 -

ANNEXURE-E EAST COAST RAILWAY

(Tender From - First Sheet )

To

The President of India,

Acting through, The Divisional Railway Manager (Elect),

E.Co.Railway / Waltair.

Dear Sir,

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 90 (Ninety) from the date of opening the same and in

default thereof I / We will be fixed for opening the same and in default thereof.

I/We will be liable for forfeiture of my / our Earnest Money Deposit.

I / We offer to do the work in connection with the work of “A) Various Electrical works in Waltair division at Visakhapatnam Settlement (Visakhapatnam Complex,

Simhachalam, Pendurti, Kottavalasa, Kantakapalli, Alamanda station areas),

B) Trenching, Laying, erection of poles and earthing etc. over Waltair Division at Visakhapatnam Settlement (Visakhapatnam Complex, Simhachalam, Pendurti,

Kottavalasa, Kantakapalli, Alamanda station areas)”

I / We also hereby agree to abide by the General and special conditions of

Contact and to carry out the work according to the standard specifications for

materials and works laid down by the E.Co.Railway.

2. A sum of Rs. 29,160/- is hereby forwarded as Earnest Money. The full

security deposit or the difference in cost whichever is more shall stand forfeited without prejudice to any other rights or remedies if : -

a) I / We not execute the contact 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 15 ( Fifteen ) days after

receipt of orders to that effect:

3. Until a formal agreement is prepared and executed acceptance of this Tender

shall continue 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.

Yours faithfully,

SIGNATURE OF CONTRACTORS ( S )

Signature of Witness:

CONTRACTORS ( S ) ADDRESS:

- 17 -

ANNEXURE-G

MEMORANDUM OF TERMS AND CONDITIONS AND INSTRUCTIONS TO TENDERERS / CONTRACTORS

TENDER FOR :A) Various Electrical works in Waltair division(Visakhapatnam

Complex, Simhachalam, Pendurti, Kottavalasa, Kantakapalli, Alamanda station areas)

B) Trenching, Laying, erection of poles and earthing etc. over Waltair Division(Visakhapatnam Complex, Simhachalam,

Pendurti, Kottavalasa, Kantakapalli, Alamanda station areas)

1. Sealed Tenders in prescribed Forms are invited from experienced contractors for

and on behalf of the President of India acting in the premises through the

Divl.Rly.Manager(Elect-G)/ E.Co.Railway, Waltair (herein after referred to as the Railway Administration) for “A) Various Electrical works in Waltair division at

Visakhapatnam Settlement (Visakhapatnam Complex, Simhachalam, Pendurti, Kottavalasa, Kantakapalli, Alamanda station areas), B) Trenching, Laying,

erection of poles and earthing etc. over Waltair Division at Visakhapatnam

Settlement (Visakhapatnam Complex, Simhachalam, Pendurti, Kottavalasa,

Kantakapalli, Alamanda station areas) covered under Tender No. WAT/ELECT (GENL)/09-10/WC/17 Waltair, Dt: 01/01/2010. (enclosed with this document)

of E.Co.Railway inclusive of all costs, Sales-Tax and all other charges.

"Tenders must be enclosed in sealed covers superscribed “A) Various Electrical works in Waltair division at Visakhapatnam Settlement (Visakhapatnam Complex,

Simhachalam, Pendurti, Kottavalasa, Kantakapalli, Alamanda station areas), B) Trenching, Laying, erection of poles and earthing etc. over Waltair Division at

Visakhapatnam Settlement (Visakhapatnam Complex, Simhachalam, Pendurti,

Kottavalasa, Kantakapalli, Alamanda station areas) covered under Tender No. WAT/ELECT (GENL)/09-10/WC/17 Waltair, Dt: 01/01/2010 and must be sent by

Registered post to the address of the Divl.Rly.Manager (Electrical) E.Co.Rly,

Waltair, so as to reach his office not later than 15-00 hrs. on the opening date mentioned in the Tender notice or must be deposited in the special box allotted

for this purpose in his office before 15-00 hrs on the opening date mentioned in

Tender notice. The Tenders will be opened at 15-30 hrs in the presence of such Tenderers OR their representatives as may be presented. Tenderers are

requested to be present at the time of opening of Tenders. 2. The Principal item of work is ““A) Various Electrical works in Waltair division at

Visakhapatnam Settlement (Visakhapatnam Complex, Simhachalam, Pendurti,

Kottavalasa, Kantakapalli, Alamanda station areas), B) Trenching, Laying, erection of poles and earthing etc. over Waltair Division at Visakhapatnam

Settlement (Visakhapatnam Complex, Simhachalam, Pendurti, Kottavalasa,

Kantakapalli, Alamanda station areas) covered under Tender No. WAT/ELECT (GENL)/09-10/WC/17 Waltair, Dt: 01/01/2010 (enclosed with this document) as

per details in schedule

3. The work should be completed within a period of 18 (EIGHTEEN) months from the date of issue of letter of acceptance of the Tender.

4. The materials to be used in the execution of the work included be strictly in accordance with the samples which shall be submitted on demand and approved

by the Divl.Rly.Manager(Elect.G) E.Co.Rly/Waltair or his authorised

representative. 5. The S.E.Railway schedule of labour and material rates Part-I, Volume-I Revised

Edition 1992 for Waltair Division and Part-II, III, IV of Volume-2 of 2001

containing General conditions of contract and standard specification with all corrections upto date applicable to this contract and binding on the contractors.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 18 -

7. Any information relating to the Tender may be obtained from the office of the

Divl.Rly.Manager(Elect-Genl) E.CoRly, Waltair on any day during the office hours.

If any Tenderer desires, prior to Tendering to inspect the site and locality of the work he may do so at his own cost. All information should be asked for and

obtained in writing.

8. Tenders containing erasures and alternations of the Tender documents shall be

rejected. Any corrections made by the tenderer or tenderers in his/their entries should be attested by him/them.

9. The submission of Tender by a Tenderer shall be deemed to imply and taken as indicating that he has read and abides by the conditions stated therein and also

general Terms & Conditions of Railway contracts.

10.

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 work are taken

into account and that the rates he enters in the Tender forms are adequate and all inclusive.

b) When the work is Tendered for by a Firm or company of contractors the Tender shall be signed by the individual legally authorised to enter into the

commitments on their behalf.

c) Should a Tenderer or contractor have a relative or relatives, or in the case of a

Firm or company of contractors one or more of its share holders or a relative or

relatives of the share holders employed in Gazetted capacity in the Electrical department of the E.Co.Railway, the authority inviting the same shall be informed

of the fact at the time of submission of the Tender, failing which the tender may

be disqualified or if such fact subsequently comes to light, the contract may be rescinded.

11. Except where it has been specially provided in the rates, the Rly. freight on the

specified materials is to be borne by the Rly. Contractor's materials required for

the execution of the work will have to be carried at the public rate of Rly. Freight and no concession in the rate of Rly. Freight will be applicable or extended.

12. Tenderers should specifically and fully disclose in their respective tenders their respective constitutions and submit along with tenders attested copies of

documents like partnership deed, articles and memorandum of association,

certificate of incorporation etc. if any in support of such disclosures. If a Tender is a firm (i, e) a partnership business, it should be stated whether the same is

registered under the Indian Partnership Act, and the names and addresses of all the partners of the firm should be fully disclosed. The Rly. Administration shall

always have the liberty to seek production of the originals of the said documents

and also to make such further and other requisitions regarding the constitution of a Tenderer as may be considered necessary from time to time.

13. If the Tenderer, deliberately gives wrong information in his/their tender or creates/ create circumstances for the acceptance of his/their tender, the Railways

reserve the right to reject such tender at any stage.

14.The tender should sign each page of the document.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 19 -

15. The quantity and cost of the work shown in the Tender is Approximate and liable for variation to an extent of +/- 25% on either side subject to limitation of

powers of sanctioning authority.

16. All the items are to be supplied as per latest IS Specification nos and approved

manufactures (Make).

GENERAL INSTRUCTIONS : It may be noted here that the conditions of General

Conditions of Contract (GCC) of S.E.Railway 2001, Volume-2 all provisions of relevant codes , manuals, circular etc, are generally applicable unless specifically

mentioned otherwise in this paper.

The intending tenderer before submission of tender is advised in his own interest to

study the tender papers carefully without prejudice to the generality of the foregoing

and the tenderer shall inspect the site and surrounding of the works specified in the tender documents and shall satisfy himself by careful examination before submission

of the tender as the nature of site Soil and local conditions, availability of labour and

materials for execution of work. The means of access to site supply of power, water, availability of accommodation etc and shall make local and independent inquiries as

to matters for and things referred to or implied in the tender documents Railways shall not entertain the tenderer in any form or plea of ignorance, difficulties, doubts,

misconception and mis-appreciation thereof effecting the execution and completion

of work CLARIFICATION :

Clarification required by the tenderer may be obtained from the Office of the

Sr.Divisional Electrical Engineer (Genl), East Coast Railway, Waltair.

01] SCOPE OF WORK :

Scope of work is given in Annexure-C of tender document. 02] CONSIGNEE :

As per the work order issued by Railways, from time to time the materials (not less

than 10% of total quantity of the schedule value) will be taken into books by SSE/ELG/SOUTH,NORTH,DLS /WAT with test certificates, inspection certificates etc.

The SSE/ELG/SOUTH, NORTH, DLS/WAT will in turn issue the materials to on challan, on written request of contractor based on actual requirement to execute the work at

the concerned location.

03] COLLECTION AND DELIVERY: 3.1 : The materials to be supplied for the execution of the work shall be clearly

specified and approved by Divisional Railway Manager (Elect. Genl) / East Coast

Railway / Waltair or his authorized representative 3.2 : Test Certificates for Power Supply Installations and all related electrical

equipment are to be submitted before charging of the same.

3.3 : Railway has full right to reject the Tender without assigning any reasons.

3.4 : Transportation of materials of the contract will be responsibility of firm in all circumstances. The firm has to make their own arrangement for transporting the

materials to the work spot. All the materials connected with this work whether to be

supplied by the Railways or the contractors have to be transported from Railway stores depot over the particular division to the site by the contractor only.

3.5 : In the abnormal conditions where there is no road approach or any means of

approach to the site the contractor may avail Railway Transport. Railway will arrange transport on request from the contractor. The charges for the transportation as

claimed by Railways are to be borne by the Contractor. This facility has been given

to the contractor in order to expedite the execution of work to complete the same in the stipulated period.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 20 -

04] PRICES:

4.1 : The Tenderer(s) should quote only (uniform percentage one % age only) above/below / at par the rates of all items given in the schedule. Any tender received

with different %age for different items of the schedule will be liable for rejection.

4.2 : No special condition should be written in the tender form. If required special conditions should be quoted in a separate paper and attached to the tender form

4.3 : Conditional tender will be summarily rejected 4.4 : Tenders containing erasures and alterations of the tender documents are liable

to be rejected. Any corrections made by the tenderer in this entries must be attested

by them. 4.5 : The rate Tendered are to be inclusive of all charges including all Taxes levied

by the Union of India or State Govt. including Sales Tax. (The Tenderers should

quote their rates both in words and figures.) 4.6 : RATES: The rates accepted for each item of the schedule should be all inclusive

of lead and lift and shall cover all the operations described under scope of work.

4.7a All rates quoted in the tender shall be deemed to be Inclusive of all taxes / royalties payable by the contractor(s) to the Government or public body or local

authority except service tax and no additional amount will be paid or claim entertained on this account of the Railway.

4.7b Offer of the tenderers who quote service tax inclusive will be summarily

rejected, unless the amount of service tax reckoned by them is indicated separately and clearly.

4.7c Actual Service tax without interest applicable if any will be reimbursed subject

to production of authentic documentary evidence of this tax having been actually paid to the Government of India by contractor during execution of work or before

passing of final bill.

4.7d The documentary evidence must indicate agreement No. / Acceptance letter

No. along with name of work duly indicating the amount of service tax actually

paid by the contractor to the Government of India and this should be produced either during the currency of the contract or before the passing final bill.

05] PAYMENT :

5.1 : The rate quoted by the tenderer and accepted by the Railways shall hold good

till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates.

5.2 : The rate quoted by the tenderer shall include the cost of materials, all taxes,

erection, testing and commissioning including all incidental charges like freight, transport, loading / unloading, handling of materials, lifting, descent, insurance

coverage or Bankers charges, Indemnity bond, stamp, sales tax, excise duty, Octroi

and other taxes and duties etc. D-form will be issued by Railways for supply of items on demand.

5.3 : The rate quoted by the tenderer shall include the cost of materials including all taxes and duties. Incidental charges mentioned in 5.2 above in case of specifically

directed by Railways for supply only.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 21 -

5.4 : The rate quoted by the tenderer shall include the cost of supply, erection,

testing and commissioning including incidental charges in case of the materials

supplied by the purchaser. 5.5 : On account payment :

a). Payment for items involving supply & Erection: * 70% payment will be made after supply of material, 20% payment will be

made after installation and commissioning. Remaining 10% will be paid along with final bill.

* Final bill will be made after successful commissioning of the work

b). Payment of items involving Erection / execution only:

* In on account bills 90% will be made

* Balance 10% of all on account bills will be paid along with the final bill. * Final bill will be made after successful commissioning of the work.

c). For works costing upto Rs.50 lakhs: * On Account payment will be made only after completion of every 25% of

contract value. e). For Works costing above Rs.50 lakhs:

• On Account payment will be made only after completion of every 10 % of

contract value. For supply of materials the payment will be made only to the extent of materials

required at site installation work. The contractor will safe guard against the theft

etc., of materials till the complete assets are taken over by the Railways. 5.5.1 : TAX DEDUCTION : Income Tax as applicable on the amount to be paid by

the contractor in pursuance of the contract which will be deducted from the bills

preferred by him in accordance with section 1204C of the Income tax Act 1961 as introduced through Finance Act of 1972 or as amended from time to time. Applicable

State Works Contract Sales Taxes, Service Tax as applicable will be deducted from

the bills for the work in the particular state in addition to Cess is also recoverable if the site of work falls under the Railway settlement limit.

5.6 : Final payment : Final payment will be made by Sr. DEE/Genl/WAT through the final bill only after satisfactory completion of the entire contractual work,

satisfactory operation and handing over the assets to the Railways duly tested and

commissioning subject to compliance of the following as application : (i) On supply of catalogue and operation manual / instruction books wherever applicable. (ii) The

supply of as erected drawing of the equipment / installation

(iii) On stocking of space at site for expedite replacement during the guarantee period duly certified by the purchasers representative (iv) The No claim certificate in

favour of Railway is issued by the Contractor.

5.7 : Release of payment through ECS/EFT :

(i) Tenderer to give consent in a mandate form for receipt of payment through ECS/EFT. (Enclosed at Annexure-N)

(ii) Tenderer to provide the details of Bank A/c in line with RBI guidelines for the

same. These details will include Bank Name, Branch Name & Address, Account type, Bank A/c. No. and Bank & Branch code as appearing on MICR Cheque issued by

bank.

(iii) Tenderer to attach certificate from their bank certifying the correctness of all above mentioned information (as mentioned in para-ii above)

(iv) In case of non payment through ECS/EFT or where ECS/EFT facility is not

available, payment will be released through cheque.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 22 -

5.8 : MEASUREMENT :

5.8.1 : Payment for the work shall be made in accordance with the specifications,

approved designs and drawings and measured in relevant units. The measurement will be made generally in accordance with the Tender Schedule in conformity with

the Explanatory Notes of the Tender Schedule, specification and standard

engineering practices. 5.9 : MEASUREMENT OF WORKS :

The contractor shall be paid for the works at the rates in accepted schedule of rates and on the measurement taken by the Engineer or the Engineer’s representative in

accordance with the rules prescribed for the purpose of the Railway.

i) The quantity for items, the unit for which it is prevalent accepted schedule of rates should be recorded.

ii) Such measurement will be taken of the work in progress from time to time and at

such intervals as in the opinion of the Engineer or his representative shall be proper having regard to the progress of work. The date and time on which the

measurements are to be made shall be communicated. The contractor who shall be

present at the site and shall sign the results of the measurement which shall also be signed by the Railway’s Engineer or the Engineer’s representative recorded in the

official measurement book as an acknowledgement of his acceptance of the accuracy of the measurement.

In the event of failure on the part of the contractor to attend the work may be

measured in his absence and such measurements shall not withstanding such absence be binding upon the contractor whether or not he shall have sign the

measurement book provided always that any objection made by him to any

measurement shall be duly investigated and considered in the manner set out below.

a) It shall be open to the contractor to take specific objection to any recorded measurement or classification on any ground with 3 days from the date of

measurement. Any measurement taken by the Engineer or his representative in the

presence of the contractor or in his absence after due notice has been given to him on consequence of the objection made by the contractor, shall be final and binding

on the contractor and no claim whatsoever shall thereafter be entertained regarding the accuracy and classification of the measurement.

b) If any objection raised by the contractor is found by the Engineer to be incorrect,

the contractor shall be liable to pay the actual expenses incurred in the measurements.

5.9.3 : POST PAYMENT AUDIT : It is an agreed term of the contract that the Railway reserves to itself the right to

carryout a post payment audit and or technical examination of the works and the

final bills, including all supporting vouchers, abstracts etc, and to make a claim on the contract for the refund of any excess amount paid to him if as a result of such

examination any over payment to him is discovered to have been made in respect of any work done or alleged to have been done by him under the contract.

06] GUARANTEE / WARRANTEE CLAUSE : The contractor shall guarantee satisfactory working of the installation erected by him

for a period of 12 months from the date of final handing over to the Administration

after energisation and certified by the Sr.Divisional Electrical Engineer/Genl / East Coast Railway or his authorized representative.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 23 -

All replacement of fittings caused by defective manufacture, workman-ship etc., and all rectifications in the wiring noticed there of should be carried out by the contractor

at his cost. He shall also maintain a representative with sufficient materials at the

place for replacements as reported and certified by the Subordinate The decision of the East Coast Railway in regard to the cause of failure and nature of

rectification / modification to be carried out by the contractor shall be final and

binding on the part of the contractor. During warrantee, repair materials required and to and fro transport charges will be borne by the contractor.

PERFORMANCE GUARANTEE : (a) The successful bidder shall submit a Performance Guarantee (PG) in the form of

an irrevocable bank guarantee amounting to 5% of the contract value.

The successful bidder may give performance guarantee amounting to 5% of the contract value in any of the following forms : -

(i) a deposit of cash,

(ii) Irrevocable Bank Guarantee (iii) Government Securities including State Loan Bonds at 5 percent 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 Deposit Receipts tendered by all scheduled banks

(vi) A deposit in the Post Office Saving Bank

(vii) A deposit in the National Savings Certificates (viii) Twelve years National Defence Certificates

(ix) Ten years Defence Deposits.

(x) National Defence Bonds and (xi) Unit Trust Certificates at 5 per cent below market value of at the face value

whichever is less.

Also FDR in favour of FA&CAO/C (free from any encumbrance) may be accepted. (b) A Performance Guarantee shall be submitted by the successful bidder after the

letter of acceptance has been issued, but before signing of the agreement. The

agreement should normally be signed within 15 days after the issue of LOA and the Performance Guarantee shall also be submitted within this time limit. This guarantee

shall be initially valid up to 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 performance Guarantee extended to cover such extended time for

completion of work plus 60 days. (c) The Performance Guarantee (PG) shall be released after the physical completion

of the work based on the ‘Completion Certificate’ issued by the competent authority

stating that the contractor has completed the work in all respects satisfactorily. The security deposit, however, shall be released only after the expiry of the maintenance

period and after passing the final bill based on ‘No Claim Certificate’.

(d) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encashed and 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 a balance work either in his / her individual capacity or as a partner of any other JV / partnership

firm.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 24 -

(e) 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.

(f) Performance Guarantee in form of irrevocable bank guarantee issued by Nationalized / Scheduled Bank will be acceptable.

(g) The validity period and amount of performance bank guarantee shall

simultaneously be extended/enhanced along with request for sanction of extension of time to the original contract period as well as enhancement in original contract value

(if any). The contractor has to extend the validity of the performance bank guarantee on his own while applying for extension of time or before the execution of

supplementary agreement covering such extension.

(h) For works without maintenance period, the above performance bank guarantee shall be valid upto 60 day beyond the date of completion ie., upto

dt…………….

07] EARNEST MONEY : 7.1 : The amount of earnest money required to be deposited with the tender, as

follows :

(a)

Value of the work (Tender Value) EMD

For works estimated to cost upto Rs.1 Crore 2% of the estimated cost of the

work

For works estimated to cost more than Rs.1

Crore

Rs.2 Lakhs plus ½ % (half percent)

of the excess of estimated cost of

work beyond Rs.1 Crore subject to the maximum of Rs.1 Crore.

(b) It shall be understood that the Tender documents have been sold/issued to the Tenderer(s) and the Tenderer(s) is/are permitted to Tender in consideration of the

stipulation on his/ their part that after submitting his/their Tender he/they will not

resale from his/their offer or modify the terms and conditions there of in a manner not acceptable to the Railway Administration should the tenderer(s) fails/fail to

observe or comply with the said stipulation, the aforesaid amount shall be liable to

be forfeited to the Railway.

(c) If his tender is accepted this earnest money mentioned in sub clause (a) above 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

tenders, 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.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 25 -

7.2 : The earnest money should be in cash of in any of the following :

(a) Deposit Receipts, Pay Orders, Demand Drafts. These forms of earnest money

could be either of the State Bank of India or of any of the nationalised banks. No confirmatory advise from the Reserve Bank of India will be necessary. Deposit

receipts executed by the Scheduled banks (other than the State Bank of India and

the Nationalised Banks) approved by the Reserve Bank of India for this purpose. The Railways will not however accept deposit receipt without getting in writing the

concurrence of the Reserve Bank of India. (b) Earnest money may be accepted in the following forms :

(i) A deposit in cash,

(ii) Government securities at 5% below the market value (iii) Deposit receipts or demand drafts of the nationalised banks

(iv) A deposit in the post office savings bank

(v) National Savings Certificates (vi) Twelve year National Defence Certificates

(vii) Ten year defence deposits

(viii) National Defence bonds (ix) National savings certificates

(x) Time deposit Account which came into force on 16.03.1970 and notified under Ministry of Finance, Notification no. F3(7) NS/ 70 dated 28.02.1970.

(xi) IRFC bonds

Note : (vi) to (viii) these certificates / bonds may be accepted at their surrender value.

7.3 : The Tenderers shall be required to deposit a sum of Rs.72,480/- with the

tender as earnest money deposit for due performance of the stipulation to keep the offer open for a Period of 3 months minimum from the date fixed for opening the

same. In case the offer needs to be kept open for more some Railway has right to

request the tenderers to extend their validity of offer for some more time. “In making such deposits the name of the work for which the money is deposited

must be clearly stated in writing in favour of FA & CAO/ BBS at VSKP.

“On no account The tenderer should is send the amount in Government currency notes under insured or registered cover, Govt. Securities (Stock certificates, Bearer

Bonds, Promissory Notes, Cash Certificates other than those specified above) shall not be accepted.”

The earnest money deposited should be in the form of Fixed Deposit Receipts,

Demand Drafts from the Schedule banks. Bank Guarantee bonds in the form of earnest money are not acceptable. “No reference to previous deposits of earnest

money for adjustment against the present Tenders will be accepted.”

7.4: Tenders submitted with cheques in lieu of earnest money deposit receipts will not only be considered for acceptance but will also be summarily rejected.

7.5 : “The earnest money of the unsuccessful Tenders will have as here in before

provided, be returned to the unsuccessful Tenderer(S) within a reasonable time 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 or to the earnest money while in their possession, nor be liable to

pay interest thereon.”

7.6 : 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 moneys of other unsuccessful tenderer will be

returned, to them but the Railway shall not be responsible for any loss or depreciation that may happen there to while in their possession/not be liable to pay

interest thereon.

No interest will be paid on the said security when deposited with the Railway.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 26 -

7.7 : The tenderer whose tender is accepted shall be required to appear at the office

of the Sr.Divl. Elect. Engineer,/Genl/East Coast Railway / Waltair in person or if a

firm or Corporation a duly authorized representative shall so appear and execute the contract documents within a weeks time after notice that the contract has been

awarded to him. Failure to do so shall constitute a breach of the agreement effected

by the acceptance of the tender in which case earnest money accompanying the tender shall be forfeited by the Railway as liquidated damages for such fault.

7.8: In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as herein before provided by the Railway, the Railway may

determine that such tenderer has abandoned the contract and there upon his

Tender and the acceptance there of shall be null and void and the Railway shall be entitled, to forfeit the earnest Money as liquidated damages for such default.

08] SECURITY DEPOSIT : 8.1 The earnest money deposited by the contractor with his tender will be retained

by the Railways as part of security for the due and faithful fulfillment of the contract

by the contractor. The balance to make up the security deposit, the rates for which are given below

may be deposited by the contractor in cash may be recovered by percentage deduction from the contractor’s “on account” bills. Provided also that in case of

defaulting contractor the Railway may retain any amount due for payment to the

Contractor on the pending “On account bills” so that the amounts so retained may not exceed 10% of the total value of the contract.

8.2 : Unless other wise specified in the special conditions, if any the security deposit

/ rate of recovery / mode of recovery shall be as under :- (a) Security deposit for each work should be 5% of the contract value

(b) The rate of recovery should be at the rate of 10% of the bill amount till the full

security deposit is recovered (c) Security deposits will be recovered only from the running bills of the contract and

no other mode of collecting SD such as SD in the form of instruments like BG, FD

etc., shall be accepted towards security deposit. The security deposit, however, shall be released only after the expiry of the

maintenance period and after passing the final bill based on ‘No Claim Certificate’. The Competent Authority shall normally be the authority who is competent to sign

the contract if this competent authority is of the rank lower than JA Grade, then a JA

Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that

all the contractual obligations have been fulfilled by the contractors and that therei s

no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the

contractor concerned should be obtained.

No Interest will be payable up ion the Earnest Money and Security Deposit or amounts payable to the Contractor under the contract, but Government Securities

deposited in terms of Sub Clause (1) of this clause will be payable with interest accrued thereon.

Request for transfer of the Security Deposit of any other work even if it is free of all

obligations will not be accepted for the purpose of Security Deposit in this case. 9] PLACE OF WORK :

The place of work for this tender is as per the schedule of works attached to this

Tender Notice given in Annexure-C.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 27 -

10] INDEMNITY BOND :

On receipt of order the Contractor shall furnish an Indemnity Bond for the contract

value awarded. Proforma of the indemnity bond is enclosed at Annexure –K. Indemnity bond / Bank guarantee should be submitted before execution of

agreement.

11] TENDERERS CREDENTIALS : Apart from the eligibility criteria as laid in tender notice at Annexure-A.

11.1 : The Tenderer shall furnish full information regarding his experience and the machinery and plant and testing facilities available with him for executing the work

etc.

11.2 : Tenderers should specifically and fully disclose in their respective Tenders their respective constitutions and submit along with Tenders attested copies of

documents like partnership deed, Articles and memorandum of association,

certificate of incorporation etc, if any in support of such disclosures. If a Tender is a Firm (i.e.) a partner ship business, it should be stated whether the same is

registered under the Indian Partnership act, and the names and addresses of all the

partners of the Firm should be fully disclosed.

The Railway Administration should always have the liberty to require production of the originals of the said documents and also to make such further and other

requisitions regarding the constitution of a Tenderer as may be considered necessary

from time to time. If the Tenderer / tenderers deliberately give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their

tender, the Railways reserves the right to reject such tender at any stage.

11.3 : INCOME TAX AND SALES TAX CLEARANCE CERTIFICATE The tenderer is required to produce along with the tender the current and valid

Income tax and sales tax clearance certificate in original (which will be returned

when done with without which the tender are liable for rejection. The successful tenderer shall have to send current income tax and sales tax clearances along with

the bill without which no payment would be made to him.

11.4 : LICENSE AND ELECTRICAL CONTRACTORS LICENSE : Along with tender, the tenderer shall have to submit valid Electrical Contractor's

License issued by the Government in favour of the Contractor to execute the work and valid Electrical Supervisory Certificate to Supervise the Electrical works.

Alternately the firm must be a Registered Company under State / Central

Government for carrying out business in Electrical Construction work. The requisite Electrical Contractors License is mentioned in Tender notice as Annexure-A

12] ELIGIBILITY CRITERIA: See Annexure - A

13] SUBMISSION OF TENDER :

The Tender shall be submitted with Earnest Money Deposit and other documents. The Tender can be sent either by Registered Post addressed to the Sr. Divisional

Elect. Engineer [Genl]/East Coast Railway/Visakhapatnam [A.P] or deposited in the Tender box in the office of the Sr.Divisional Elect. Engineer [Genl]/EAST COAST

RAILWAY/Visakhapatnam,. No Xerox copy or original Tender document purchased by

them. Railways will not be responsible for non-receipt of tenders by post.

14] VALIDITY OF THE TENDER :

14.1 The Tender shall remain open for acceptance for a period of 90 days from the date of receipt of Tender. Within this period the Contractor/Tenderer cannot

withdraw his offer subject to the period being extended further if required by mutual

agreement from time to time. Any contravention to the above condition will make the Tenderer liable forfeiture of his E.M.D.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 28 -

14.2 : 18.4.18 : Variation and extension of contract, In the event of any of the

provisions of the contract requiring to be modified after the contract documents have

been signed, the modifications shall be made in writing and signed by the Railway and the contractor, and no work shall proceed under such Modifications until this has

been done.

Any verbal or written arrangement abandoning modifying, extending, reducing or supplementing the contract of any of the terms thereof shall be deemed conditional

and shall not be binding on the Railway unless and until the same is incorporated in formal instruments and signed by the Railway and the contractor and till then the

Railway shall have the right to repudiate such arrangement.

Variation in contract quantities (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 of increase in quantity of an individual item by more than 25% of the

agreement quantity is considered as unavoidable, the same shall be got executed by

floating a fresh ender is considered not practicable, negotiations may be held with the existing contractor for arriving at reasonable rates for additional quantities in

excess of 125% of agreement quantity.

(iii) 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.

(iv) No such quantity variation limit shall apply for foundation items. (v) As far as SOR items are concerned, the limit of 25% would apply to the value of

SOR schedule as a whole and not on individual SOR 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 or individual item rate)

(vi) For the tenders accepted at a Zonal Railways level, the variation in the

quantities will be approved by the authority in whose powers the revised value of the agreement lies.

(vii) For tenders accepted by General Manager, variations up to 125% of the original agreement value (even if the revised agreement value is beyond GM’s competence to

accept tenders) may be accepted by General Manger.

(viii) For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value may be accepted by General Manager.

(ix) The aspect of vitiation of tender with respect to variation in quantities should be

checked and avoided. Price Variation Clause :

Price variation clause (PVC) shall be applicable for tenders of value more than Rs.1

Crore irrespective of the contract completion period and PVC shall not be applicable to tenders of value less than Rs.1 Crore.

The present stipulation that “price Variation Clause will not apply if the price variation is up to 5% and that reimbursement recovery due to variation in prices will

continue to be made only for the amount in excess of 5% of the amount payable to

the contractor.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 29 -

15] ACCEPTANCE OF TENDER : 15.1 : The acceptance of the Tender will rest with the Sr.Divisional Elect.

Engineer [Genl]/ A.D.R.M./ D.R.M./ EAST COAST RAILWAY / Waltair of who

reserves the right to divide the Tender amongst more than one Tenderer if deemed necessary and also to reject any or all Tenderer received without

assigning any reason and does not bind himself to accept the lowest or any

Tender. 15.2 : In case of non-acceptance of a tender by the Railway Administration for

any reason what so ever, the Tenderer shall not put any claim the expenses incurred by him in submitting tender for the work, or any other account.

16] OPENING OF TENDER :

Tenders will be opened at 15.30 hrs. as per tender notice. Tenderer may if they desire they can depute their authorized representatives to attend the Tender

opening with a written authorization letter in original.

17 : AGREEMENT : The successful tenderer/tenderer shall be required to execute an agreement with the President of India acting through the Divl. Rly.

Manager (Electrical)/ Genl of East Coast Railway / Waltair for carrying out the work according to the general conditions of contract and specification for works and materials as given in the specification and the agreement to be executed will

be in the Form specified by Sr. Divl. Elect. Engineer, Genl E.Co. Railway, Waltair for the purpose. The provision contained in the tender papers shall form part of

the contract. In any respect about which any of the Provision in the said

agreement Form cannot be reconciled to any of the provision in the tender papers, the letter shall prevail

18 : COMPLETION PERIOD OF THE WORK : The work shall be completed in all

respects within 18 MONTHS from the date of issue of Letter of Acceptance. 19] VALIDITY OF THE CONTRACT :

19.1 : The work will be carried on a fixed Programme as approved and the

method and system of carrying out the works will be described by Sr.DEE(Genl), or his authorized representative.

19.2 : The Railway Administration may extend the period of contract for any

period if finds necessary whatsoever by giving notice to the Contractor and the Contractor is bound to complete the work within the period so extended and the

original terms and conditions of the contract will be operative during the extended period.

19.3 : In case the Contractor fails to the work in targeted time and Administration

felt inconvenience with the belated completion of work, charges towards liquidated damages shall be recovered as per extant rules

19.4 : Safety, General and Special conditions will also be applicable in detailed in

Annexure-H 19.5 : If the work is cancelled before commencement or is terminated during

execution in accordance with the prescribed conditions, the Railway

Administration reserves the right to invite fresh tenders for the whole or any portion of the work. In case of failure by the contractor the contract will be terminated and fresh tenders will be invited at the risk and cost of the contractor.

19.6 : Additional Works: If any additional asset become ready for similar works

before this Agreement is completed, the Administration may consider to extend contracted value/quantities to the same Contractor without inviting fresh

quotations.

20] PENALTY: The time for the execution of the work or part of the works specified in the

contract documents shall be deemed to be the essence of the contract and the

works must be completed not later than the date(s) as specified in the contract. If the contractor fails to complete the works within the time as specified in the

contract for the reasons other than the reasons specified in clause 17 & 17-A of general conditions of contract (GCC) of S.E.Railway, 2001 (Vol.2), the Railway

may, if satisfied that the works can be completed by the contractor within

reasonable short time thereafter, allow the contractor such further extension of time as the Engineer may decide.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 30 -

On such extension the Railway will be entitled without prejudice to any other right and remedy available on that behalf, to recover from the contractor as agreed

damages and not by way of penalty a sum equivalent to ½ of 1% of the contract

value of the works for each week or part of the week.

For the purpose of this clause, the contract value of the works shall be taken as

value of work as per contract agreement including any supplementary work order / contract agreement issued. Provided also, that the total amount of liquidated

damages under this condition, shall not exceed the undernoted percentage value or of the total value of the item or groups of items of work for which a separate

distinct completion period is specified in the contract.

(i) For Contract value up to Rs.2

Lakhs

10% of the total value of the contract

(ii) For contracts valued above Rs.2 Lakhs

10% of the first Rs.2 Lakhs and the 5% of the balance.

Provided further, that if the Railway is not satisfied that the works can be completed by the contractor and in the event of failure on the part of the

contractor to complete the work within further extension of time allowed as

aforesaid, the Railway shall be entitled, without prejudice to any other right or remedy available in that behalf, to appropriate the contractor’s security deposit

and rescind the contract under clause 62 of these conditions, whether or not

actual damage is caused by such default.

20.1 : TIME SCHEDULE AND PROGRAMME :

After receiving Work order, the firm / contractor has to submit detailed execution plan and weekly progress report is to be submitted.

21] TERMINATION OF CONTRACT :

Notwithstanding the provisions under other papers the Railway Administration

may at any time by a notice in writing summarily terminate the contract without liability to pay any compensation to the contractor in respect thereof in any of

the following event i) Insolvency - The contractor being an individual or a firm any partner in the Contractor's firm shall at any time by adjudged insolvent or shall take any

proceedings for liquidation on composition under any law relating to insolvency

for time being enforce to make any conveyance or assignment of his assets or enter into any arrangements or composition with his creditors or suspend

payment or is the firm be dissolved under the partnership Act.

ii) Liquidation - If the contractor being company shall pass a resolution or the court shall make an order for the liquidation of its affairs or a receivers or a

Manager on behalf of debenture holders to appoint a receiver or Manager. iii) Breach of Contract - If the contractor commits any breach of his contract not

herein specifically provided always that such termination shall not prejudice any

right of action or remedy which shall have accrued or accrue thereafter to the Railway Administration and provided also that the contractor shall be liable to the

purchase any extra expenditure which the Railway Administration is thereby put

to but shall not be entitled to any gain on repurchase in the event of such termination without prejudice to the other right and remedies of the Railway

Administration shall be entitled to have the work or the undone portion thereof

performed, executed and or carried out by any other Agency at the cost and risk of the contractor liable for reimbursement in the event of any loss on this

account. 21.1 : EXPECTATIONS :

Termination of contract will not arise in case of voluntary liquidation meant for

alteration or reorganisation provided with the newly formed company takes over the fully responsibility and liabilities of the liquidated firm and it is acceptable to

the Railway Administration.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 31 -

22] PROCUREMENT OF MATERIALS FROM APPROVED SOURCES:

All the materials required for execution of the work are to be procured from the

suppliers / manufactures approved by Railways. The list of approved suppliers for various items can be obtained from Sr. DEE/Genl/WAT office on written request of

contractor.

23 : SPECIFIED RAILWAY STORES : Materials which are to be supplied by the Railway as specified in Annexure for

execution of the work will be handedover to the contractor by the consignee from his store against indemnity bond (Form-6) . The loading, handling and

transportation of such materials to the work sites shall have to be done by the

contractor at his own cost. 24] All other materials as may be required to execute the work and to make the

installation, complete in all respects according to the specification and schedule of

work shall be supplied by the contractor and cost thereof included in the schedule of prices. The transportation of the materials to the work site shall be borne by

the contractor. 25] DISPOSAL OF RELEASED MATERIAL All the released materials during and after the execution of work shall be

transported and handed over to the incharge of Depot concerned or as directed.

26 : COMMUNICATION TO BE IN WRITING :

All notices communications reference and complaints made by the purchaser of his Engineer or the Engineer's Representative or the contractor in tense

concerning the works shall be in writing and no notice communications reference

or complaint not in writing shall be recognised. The list of addresses to which correspondences and documents relating to the contract should be sent as

indicated in the tender papers

27 : LAW OF INDIA : This contract shall be governed by the laws for the time being in force in the

Republic of India.

28. Rescinding of Contract risk & cost clause : Determination of contract

owing to default of contractor – (I) if the contractor should ….. (i) Becomes bankrupt or insolvent, OR

(ii) Make an arrangement with of assignment in favour of his creditors, or agree

to carry out the contract under a committee of inspection of his creditors, OR (iii) Being a company or corporation, go into liquidation (other than a voluntary

liquidation for the purpose of amalgamation or reconstruction) , OR

(iv) Have an execution levied on his goods or property on the works, OR (v) Assign the contract or any part thereof otherwise than as provided in clause 7

of these conditions, OR

(vi) Abandon the contract or (vii) Persistently disregard the instructions of the Engineer, or contravene any provision of the contract, OR (viii) Fail to adhere to the agreed programme of work by a margin of 10% of the

stipulated period, OR

(ix) Fail to remove materials from the site or to pull down and replace work after receiving from the Engineer notice to the effect that the said materials or works

have been condemned or rejected clause 25 and 27 of these condition, OR

(x) Fail to take steps to employ competent or additional staff and labour as required under clause 26 of the conditions, OR

(xi) Fail to afford the Engineer or Engineer’s representative proper facilities for

inspecting the works or any part thereof as require under clause (28) of the conditions, OR

(xii) Promise, offer or give any bribe, commission, gift or advantage either himself or through his partner, agent or servant to any officer or employee of the

Railway or to any person on his or on their behalf in relation to the execution of

this or any other contract with this Railway.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 32 -

(xiii) (A) At any time after the tender relating to the contract has been signed and

submitting by the contractor, being a partnership firm admit as one of its

partners or employ under it or being an incorporated company elect or nominate or allow to act as one of its directors or employ under it in any capacity

whatsoever any retired engineer of the gazetted rank or any other retired

gazetted officer working before his retirement, whether in the executive or administrative capacity or whether holding any pensionable post or not, in the

Engineering Department of the Railways for the time being owned and administered by the President of India before the expiry of two years from the

date of retirement from the said service of such Engineer or Officer unless such

Engineer or Officer has obtained permission from the President of India or any officer duly authorized by him in this behalf to become a partner or a director or

to take employment under the contractor, as the case may be, OR

(B) Fail to give at the time of submitting the said tender : (a) The correct information as to the date of retirement of such retired engineer

or retired officer from the said service, or as to whether any such retired engineer or retired officer was under the employment of the contractor at the time of submitting the said tender, OR

(b) The correct information as to such engineers or officers obtaining permission to take employment under the contractor, OR

(c) Being a partnership firm, the correct information as to, whether any of this

partners was such a retired engineer or a retired officer, OR (d) Being an incorporated company correct information as to whether any of its

directors was such a retired engineer or a retired officer, OR

(e) Being such a retired engineer or retired officer suppress and not disclose at the time of submitting the aid tender the fact of his being such a retired engineer

or a retired officer or make at the time of submitting the said tender a wrong

statement in relation to his obtaining permission to take the contract or if the contractor be a partnership firm or an incorporated company to be a partner or

director of such firm or company as the case may be or to seek employment

under the contractor, and after expire of 48 hours notice a final termination notice (proforma as Annexure V) should be issued.

Then and in any of the said clause, the Engineer on behalf of the Railway may serve the Contractor with a notice (proforma at annexure III) in wiring to that

effect and if the contractor does not within seven days after the delivery to him of

such notice proceed to make good his default in so far as the same is capable of being made good and carry on the work or comply with such directions as

aforesaid to the entire satisfaction of the Engineer, the Railway shall be entitled

after giving 48 hours notice (proforam at Annexure IV) in writing under the hand of the Engineer to reseind the contract as a whole or in part or parts (as may be

specified in such notice).

(2) Right to Railway after rescission of contract owing to default of contractor – In the event of any or several of the courses, referred to in sub-clause (I) of this clause, being adopted. (a) The contractor shall have no claim to compensation for any loss sustained by

him by reason of his having purchased or procured any materials or entered into

any commitments or made any advances on account of or with a view t the execution of the works or the performance of the contract and contractor shall

not be entitled to recover or be paid any sum for any work there to for actually

performed under the contract unless and until the Engineer shall have certified the performance of such work and the value payable in respect thereof and the

contractor shall only be entitled to be paid the value so certified.

(b) The Engineer or the Engineer’s Representative shall be entitled to take possession of any materials, tools, implements, machinery and buildings on the

works or on the property on which these are being or out to have been executed, and to retain and employ the same in the further execution of the works of any

part thereof until the completion of the works without the contractor being

entitled to any compensation for the use and employment thereof or for wear and tear or destruction thereof.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 33 -

(c) The Engineer shall as soon as may be practicable after removal of the

contractor fix and determined ex-parte or by or after reference to the parties or

after such investigation or enquires as he may consider fit to make or institute and shall certify what amount (if any) had at the time of rescission of the contract

been reasonability earned by or would reasonability accrue to the contractor in

respect of the work then actually done by him under the contract and when was the value of any unused, or partially used materials, any constructional plant and

any temporary works upon the site. The legimate amount due to the contractor after making necessary deductions and certified by the Engineer should be

released expeditiously.

The contractor shall then be entitled to receive only such sum or sums (if any) as the Engineer may certify would have been due to him upon due completion by

him after deducting the said amount, but if such amount shall exceed the sum

which would have been payable to the contractor, then the contractor shall upon demand pay to the Railway the amount of such excess and it shall be deemed a

debt due by the Contractor to the Railway and shall be recoverable accordingly. 29] ARBITRATION & CONCILIATION ORDINANCE 1996-

The various provisions are given in Annexure –G of TENDER document. All the conditions of tender will form the part and parcel of the contract.

30] UPTO DATE GCC: UPTO DATE G.C.C: The General Conditions of contract

will means, the General conditions of contract as amended and/or corrected from time to time upto the date of opening, it shall be the responsibility of the

contractor before submitting his tender to ascertain all amendments and/or

correction made to the said general conditions of contract

Divl. Rly Manager (Elect.(G))

East Coast Railway, Waltair

FOR & ON BEHALF OF PRESIDENT OF INDIA The above particulars, instructions have been gone through fully and are

understood and accepted by me / us. We are bound by all the conditions referred in above.

SIGNATURE OF TENDERER(S)

- 34 -

Annexure G

ARBITRATION & CONCILIATION ORDINANCE 1996.

REF: LETTER NO.96/CE-1/CT/29 DT.06-08-97 FROM SRI V.K. BAHMENI

EXECUTIVE DIRECTOR,CIVIL ENGINEER.(G) RAILWAY BOARD TO GENERAL MANAGER S.E.RLY/ GRC.

Clause No. 63 & 64 of General Conditions of contract (GCC) have been revised in View of the promulgation of the Arbitration and conciliation Ordinances 1996.

Revised Arbitration Clause have been approved as follows :-

1 : 63. Matters finally determined by the Railway, all disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether

during the progress of the work or after its completion and whether before or

after the determination of the contract shall be referred by the contractor to the Railway and the Railway shall within 120 days after receipt of the contractor’s

representation make and notify decisions on all matters referred to by the contractor in writing provided that matter for which provisions has been made in Clauses 8 (a) 18,22, (5),39,43 (2),45 (a), 55,55-A(5), 57,57-A. 01 (1), 61 (2)

and 62 (1) (b) of General conditions of contract or in any clause of the special conditions of the contract shall be deemed as excepted matters and decisions of

the Railway authority, there on shall be final and binding on the Contractor

Provided further, that excepted matters shall stand specifically excluded from the purview of the arbitration clause and not be referred to arbitration.

2.1 : 64. (i) (i) Demand for Arbitration:-

In the event of any dispute or differences between the parties hereto as to the construction or operation of this contract or the respective rights and liabilities of

the parties on any matter in question, dispute or difference on any account or as

to the with holding by the Railway of any certificate to which the contractor may claim to be entitled to or if the Railway fails to make decision within 120days,

then and in any such case, but except in any of the excepted matters referred to

in clause 63 of these conditions, the contractor, after 120 days but within 180 days of his presenting his final claim on disputed matters, shall demand in writing

that the dispute or difference be referred to arbitration. 2.2 : 64 (i) (ii):-

The demand for arbitration shall specify the matters which are in question or

subject of the dispute or difference as also the amount of claim item wise. Only such dispute(s) or difference(s) in respect of which the demand has been made,

together with counter claims or set off shall be referred to

(a) The Arbitration proceedings shall be assumed to have commenced from the day, a written and valid demand for arbitration is received by the Railway.

(b) The claimant shall submit his claim stating the facts supporting the claims

along with all relevant documents and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitral Tribunal. (c) The Railway shall submit its defense statement and counter claim (s) if any,

within a period of 60 days of receipt of copy from Tribunal thereafter, Onless,

otherwise, extension has been granted by Tribunal. 2.3 : 64 (i) (iii):

No new claim shall be added during proceedings by Tribunal party. However, a

party may amend or supplement the original claim or defense thereof during the course of arbitration proceedings subject to acceptance by Tribunal having due

regard to the delay in making it.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 35 -

2.4 : 64 (i) (iv):

If the Contractor(s) does/do not prefer his/their specific and final claims in

writing, within a period 90 days of receiving the intimation from the Railways that the final bill is ready for payment, he/they will be deemed to have waived

his/their claim (s) and the Railway shall be discharged and released to all

liabilities under the contract in respect of these claims. 3 : 64 (2):

Obligation during tendency of arbitration work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration proceedings,

and no payment due to payable by the Railway shall be withheld on account of

such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should continue during arbitration

proceedings.

4 : 64 (3) (a) (i) : In cases where the total value of all final claims added together does not exceed

Rs.10,00,000/- (Rupees ten lakhs only), the Arbitral Tribunal consist of a able arbitrator who shall be either the General Manager or a Gazetted Officer of Rly, not below the grade of J.A.Grade nominated by the General Manager in that

behalf. The Arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration is received by Railway.

4.1 : 64 (3) (a) (ii):

In cases not covered by Clause 64 (3) (a) (i), the Arbitral Tribunal shall consist of a panel of three Gazetted Railway Officers not below JA Grade as the

arbitrators. For this purpose, the Rly. Will send a panel of more than 3 names of

Gazetted Railway Officers of one or more departments of the Railway to the Contractor who will be asked to suggest to General Manager 2 names out of the

panel for appointment as contractors nominee. The General Manager shall

appoint at least one out of them as the contractor nominee and will also simultaneously appoint the balance number of arbitrators either from the panel or

from outside the panel duly indicating the presiding arbitrator from amongst the 3

arbitrators so appointed. While nominating the arbitrators it will be necessary to ensure that one of them is from the Accounts department.

An officer of Selection Grade of the Accounts Department shall be considered of equal status to the officers in SA Grade of other departments of the Railway for

the purpose of appointment of arbitrators.

4.2 : 64(3) (a) (iii): If one or more of the arbitrators appointed as above refuses to act as arbitrator,

withdraws from his office as arbitrators, or vacates his/their office, offices or

is/are unable or unwilling to perform his functions as arbitrator for any reasons whatsoever or dies or in the opinion of the general manager fails to act without

any delay, the General Manager shall appoint new arbitrator, arbitrators to act in

his/their place in the same manner in which the earlier arbitrator/arbitrators had been appointed. Such re-constituted Tribunal may, at its discretion, proceed with the reference from the stage at which it was left by the previous arbitrator(S). 4.3 : 64 (3) (a) (iv) :

The arbitral Tribunal shall have powers to call for such evidence by way of

affidavits or otherwise as the arbitral Tribunal shall think proper, and it shall be the duty of the parties here to do or cause to be done all such things as may be

necessary to enable the Arbitral Tribunal to make the award without any delay.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 36 -

4.4 : 64(3) (a) (v):

While appointing arbitrator (s) under Sub-clause (i), (ii), and (iii) above, due care

shall be taken that he/they is/are not the one/those who had an opportunity to deal with the matters to which the contract relates or who in the course of

his/their duties as Railway Servant (s) expressed views on all or any of the

matters under dispute or differences. The proceedings of the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid merely for the

reason that one of more arbitrator, had in the course of his service, opportunity to deal with the matters to which the contract relates or who in the course of

his/their duties expressed views on all or any of the matters under dispute.

4.5 : 64(3) (b) (i): The arbitral award shall state item wise, the sum and reasons upon which it is

based.

4.6 : 64(3) (b) (ii) : A Party may apply for corrections if any computational errors, any typographical

or Clerical errors or any other error of similar nature occurring in the award and interpretation of a specific point of award to tribunal within 30 days of receipt of the award.

4.7 : 64(3) (b) (iii): A party may apply to tribunal within 30 days of receipt of award to make an

additional award as to claims presented in the arbitral proceedings omitted out

from the arbitral award. 5 : 64.4:

In case of the Tribunal, comprising of three Members, any ruling or award shall

be made by a majority of Members of Tribunal. In the absence of such a majority the views of the presiding Arbitrator shall prevail.

6 : 64.5 :

Where the arbitral award is for the payment of money no interest shall be payable on whole or any part of the money for any period till the date of which

the award is made.

7 : 64.6 The cost of arbitration shall be borne by the respective parties. The cost shall

inter allia include fee of the arbitrator (s) as per the rates fixed by the Railway Administration from time to time.

8 : 64.7

Subject to the provisions of the aforesaid Arbitration and conciliation Act 1996 and the rules there under and any statutory modification there of shall apply to

the arbitration proceedings under this clause.

9. During the execution of the works against this contract the Contractor[s] will be responsible works at his/their own cost.

10. Submission of tender by a Contractor implied that he/they has have read

and abides/abide by the conditions stated therein and in the notice to the contractor accompanying the tender forms and in the S.E. RAILWAY General conditions of contract Pt.II, III and IV, Volume/II printed in 2001 with upto date correction slips.

Divl. Rly Manager (Elect.(G))

East Coast Railway, Waltair FOR & ON BEHALF OF PRESIDENT OF INDIA

The above particulars, instructions have been gone through fully and are understood and accepted by me / us. We are bound by all the conditions referred

in above.

SIGNATURE OF TENDERER(S)

- 37 -

ANNEXURE- H

SAFETY, GENERAL AND SPECIAL CONDITIONS

SAFETY

1 : SAFE WORKING METHOD: The Contractor shall at all times adopt such safe

method of work as well ensure safety of structure / equipment and labour, if at any time. If the railway finds the safety arrangements inadequate or unsafe, the

contractor shall take immediate corrective action as directed by railway’s representative at site. Any direction in the matter shall in no way absolve the

contractor of his sole responsibility to adopt safe working method. The

contractors have to adopt all required safety measures during the execution of the work.

2 : ACCIDENTS AND DAMAGES TO INSTALLATION ETC. : It shall be noted by the

contractor that the work involve working in close proximity to the existing track. The contractor shall be responsible for all repairs and rectification of damage to

installations erected or under erection due to accident or any other cause during the course of the contractors work at site inclusive of the guarantee period at no extra cost to the Railway.

All costs, damages or expense which the Railway may incur, for which under the terms of contract, the contractor is liable may be either deducted by

the Railway at his discretion from any money due or to become due to

refundable by the Railway to the contractor under the contract or may be recovered by action of law or otherwise from the contractor. The Railway reserve

the right and shall be entitled to retain payments due to the contractor under his

contract and to set off the same against all claims whether arising out of this contractor out of any other transaction whatever with the contractor.

3: The Contractor shall make his own security arrangements till the work is

handed over to the Railways at his own cost. Only storage space can be offered as per the convenience of Railways. All materials shall be stored in a clean and

dry location

4 : No compensation towards any accident either to you or your representative or your labour will be paid by the Railway and you have to meet all the statutory

obligations and liabilities in this regard. While working in track circuited areas, care should be taken to ensure that no metal piece or rod is placed by the labour

across the rails that the track circuit does not fail. The measuring instruments like

track gauge and level etc. should all be insulated type

WORKING

5 : Employment of staff :– (a) contractor should employ only qualified staff to supervise and carry out the work on traction installations. The supervisor should

have first class Elect. Supervisor’s certificate issued by the State Government

names of supervisor’s employed should be furnished to the Sr. Divisional Electrical Engineer (Genl). Any change in the staff should also be similarly advised. (a) (i) PROVISION OF EFFICIENT AND COMPETENT SUPERVISOR :

The erection of all equipments according to the specification will be done by the

contractor at his cost. For this purpose the contractor shall place and keep on the works at all times efficient and competent representative to give necessary

directions to his workmen and see that they execute their work in sound and

proper manner and shall employ only such supervisors. Workman and labours in or about the execution of any of the works as are careful and skilled in their

various trades and callings. The said representative shall be present at site during

work in hours and any written orders or instructions which the Engineer may give to the said representatives of the Contractor shall be deemed to have been duly

given or communicated to the Contractor.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 38 -

The Contractor shall furnish the name and address of his agent or representatives

for the purpose of this clause. The contractor or his agent or representative will

accompany the Engineers on inspection and or proceed to their offices whenever called upon do so.

The Contractor shall at once remove from the works any representative

permitted sub-contractor, supervisor, workmen or labour who shall be objected to by the Engineer and he shall submit a correct return showing the names of all

staff and workmen employed by him. In the event of the Engineer being of the opinion that the contractor is not employing on the works a sufficient number of

staff and worker as is necessary for the proper completion of work within the time

prescribed. The contractor shall forthwith on receiving intimation to this effect take on the additional number of staff and labour specified by the Engineer within

seven days of being so required.

Failure on the part of the contractor to comply with the above instructions will entitle the purchaser to rescind the contract under clause 1.1.45 i.e. Right of

Railway to determine contractor of the conditions thereof. (b) The supervisor employed for supervising the installation work should be one who will conduct himself in a responsible manner and empowered to make any

minor changes in the installations as per Sr.DEE’s (Genl) instructions without waiting for the proprietor or Engineer of the contractor/ firm.

(c) WAGES TO LABOUR : The contractor shall be responsible to ensure

compliance with the provisions of the Minimum Wages Act 1948 as modified up to date therein after referred to as the said Act and the rules made there under in

respect of any employees employed by him directly or through petty

contractors, sub-contractors for the purpose of carrying but this contract. If in compliance with the terms of the contract, the contractor directly or

through petty contractors or sub-contractor supplies any labour to be used,

wholly or partly under the direct orders and control of the purchaser whether in connection with any work being executed by the contractor or otherwise for the

purpose of the purchaser such labour shall for the purpose of this clause shall be

deemed to be persons employed by the contractor. If any money, shall be a result of any claim or application and under the said

Act be paid by the purchaser such money shall be deemed to be payable to the Railway by the contractor and on failure by the contract or to repay the

purchaser and moneys paid by it as aforesaid within seven days after the same

shall have been demand the Railway shall be entitled to recover the same from any moneys due to accruing to the contractor under this or any other contract

with the Railway.

(d) RAILWAY PASSES : No free Railway passes will be issued for the contractor (e) SERVICE OF NOTICES ON CONTRACTORS : The contractor shall furnish to the

Engineer the name, designation and address of his authorized agent and all

complaints, notices, communications and references shall be deemed to have been so duly given to the contractor if delivered to the contractor or his authorized agents or left at or posted to the address so given in the case of posting on the day on which would have reached such address in the ordinary

course of post or on the day on which they were so delivered or left in the case of

contract by partners any change in the constitute of the firm shall be forthwith notified by the contractor to the Engineer.

(f) PROVISION OF PAYMENT OF WAGES ACT :

The contractor shall comply with the provisions of the payment of Wages Act, 1936 and the rules made there under in respect of all employees directly or

through the petty contractors or sub-contractors employed by him in the works.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 39 -

If in compliance with the terms of the contract, the contractor directly or through

petty contractors or sub-contractors shall supply any labour to be used wholly or

partly under the direct orders and control of the Engineer whether in connection with the works to be executed hereunder or otherwise for the purpose of the

Engineer such labour shall nevertheless by deemed to comprise of person

employed by the contractor and any moneys which may be ordered to be paid by the Engineer shall be deemed to be moneys payable by the Engineer on behalf

of the contractor and Engineer may on failure of the contractor to repay such money to the Railways deduct the same for any moneys due to the contractor in

terms of the contract. The Railway shall be entitled to deduct from any moneys

due to the Contractor in terms of the contract. The Railway shall be entitled to deduct from any moneys due to the contractor (whether under this contract or

any other contract) all moneys paid or payable by the Railway by way of

compensation of aforesaid or for costs of expenses in connection with any claim thereto and the decision of the Engineer upon any question arising out of the

effect or force of this clause shall be final and binding upon contractor. 6: The names of the workmen with proper identification cards shall be produced to Sr.DEE(Genl) or his authorized representative when demanded besides the list

is produced before commencement of the work. You shall employ and post at site Technical Supervisor who should be adequately qualified and well experienced in

the Execution of Electrical Work.

The name and particulars of technical qualifications and record of experience of the Supervisor employed should be advised to the Engineer-in-Charge. If the

Supervisor is not fit to be in charge of the work, he should be replaced forthwith.

In this matter the opinion of Engineer-in-charge will be final and binding on you. 7: Accommodations: Contractor will be required to make his own

arrangements for the accommodation of his staff, material, & Tools etc.

8: Shifting of labour camps from place to place as the work agencies will be done at your cost.

WORKMENSHIP AND SUPERVISION 9: COMPLIANCE TO ENGINEERS INSTRUCTIONS : The work shall be executed

strictly as per the direction at site by the Sr. DEE (Genl) / WALTAIR or his authorized representative. The Engineer shall direct the order in which the

several parts of the works shall be executed and contractor shall execute without

delay all orders given by the Engineer from time to time but the contractor shall not be relieved thereby from responsibility for the due performance of the works

in all respects.

Alterations to be authorized. No alterations in or additions to or commission or abandonment of any part of the works shall be deemed authorized except under

instructions from the Engineer and the contractor shall be responsible to obtain

such instruction in each and every case 9.1 : POWER OF MODIFICATION TO CONTRACT : The Engineer Incharge of the execution of the work on behalf of the Railway shall be entitled by order in writing to enlarge or extend, diminish or reduce the works

or make any alterations in their design, character, position site quantities,

dimensions or in the method of their execution or in the combination and use of materials for the execution or thereof or to order any additional works to be

done or any works not to be done and the contractor will not be entitled to any

compensation for any increase/reduction in the quantities of work but will be paid only for the actual amount of work done and for approved materials supplied

against a specific order.

Unless otherwise specified in the special conditions of the contract, the accepted variation in quantities for each individual item of the contract would be 25% of

the quantity originally contracted. The contractor shall be bound to carry out the worj at the agreed rates and shall not be entitled to any claim or any

compensation whatsoever up to the limit of 25% variation in quantity of

individuals item of works.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 40 -

The enlargement extensions, dimensions, reductions, alternations or additions

referred to clause 1.1.36.1 in no degree affect the validity of the contract but

shall be performed by the contractor as provided therein and be subject to the same conditions, stipulations and obligations as if they had been originally and

therein and be subject to the same conditions stipulations and obligations as if

they had been originally and therein and be subject to the same conditions stipulations and obligations as if they had been originally and expressly included

and provided for in the specifications and drawings and the amount to be paid therefore shall be calculated in accordance with the accepted schedule of rates,

any extra items quantities of work falling outside the purview of the provisions of

the sub-clause 1.1.36 above shall be paid for the at the rates determined (i.e. rates for extra items of work of these conditions.)

10 : Works will be done to the satisfaction of the SSE and officer In-charge of the

work who is responsible for the safety of track and passage of trains. Any detention of trains due to unsatisfactory work done by you and not justified will

be your responsibility. The cost of detention charges for engine/wagons will be recovered from you and you will be penalized according to the seriousness of incident and the penalty will be decided by the Railway Admn. which will be final

& binding on you. 11 : The work should be executed by a workmen like manner to the satisfaction

of the Engineer-in-Charge. You will be primarily responsible for the safety of

traffic that move on the opened up track not with standing the presence of Rly’s supervisory staff at site.

12 : You should ensure that all your workmen are given equipment as is

necessary to work in all adverse conditions of weather. 13. In the event of any reduction in the quantity to be executed for any reasons

what so ever the contractor shall not be entitled to any compensation but shall be

paid only for the actual amount of work done. 14 : Full particulars of the contractors license, indicating clearly the number and

class of license held by him as also the name, License number and class of

license held by his supervisors, must be kept at site by Contractor and to be produced on demand.

15 : SUB-LETTING : The contractor shall not sublet or assign this contract or allow any person to become interested there in any manner without the written

permission of the Sr. Divisional Electrical Engineer(Genl). In the event of the

contractor subletting or assigning the contract or any part thereof without such written permission the Railway Administration shall be entitled to cancel the

contract, and also to payment of any less or damage from such cancellation, the

amount of which will be determined by the Sr. Divl. Elect. Engineer /Genl. 16 : You will co-operate with the consignee/ authorised railway representative in

maintaining various register, charts and records etc. connected with the work and

materials. 17. Should a tenderer final discrepancies in, or omissions from drawings or any of the tender Forms or should be in doubt as to their meaning he should at once notify the authority inviting tenders who may send a written instruction to all

tenderers. It shall be under-stood that every endeavor has been made to avoid

any error which can materially affected the basis of the Tender and the successful Tenderer shall take up in himself and provide for the risk of any error which may

subsequently be discovered and shall make no subsequent claim on account

thereof.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 41 -

18 : The contractor shall carry out the work in such an efficient and perfect

manner with good workmanship and with fittings of superior quality and cable

approved by ISI, that the installations will have its full life as required by statutory conditions.

Tenders are used any other cables are liable to be rejected out right. All works

shall strictly conform to the I.E. Rules in force. In the event of the Sr. Divisional Electrical Engineer(Genl) or his authorized representative finding the works being

carried out in a defective or in inefficient manner or at a slow rate, the Sr.Divisional Electrical Engineer may give seven days written notice to call upon

the contractor to either remove the defects at the contractor’s own cost and

expedite the works and do it efficiently and on the contractor’s failure to comply with such directions, forthwith Sr.DEE(Genl) will terminate the contract and forfeit

the security deposit in whole as liquidated damages. He shall not be considered

for any further contract for a period of one year after such an act. 18.1. WORKS BY OTHER AGENCIES : Any other works undertaken at the same

time by the Railway direct or through some other agency at the same site where the contractor is carrying out his work, will not entitle the contractor to prefer any claim regarding any delays or hindrances he may have to face on this account.

The contractor shall comply with any instruction which may be given to his by the Railway in order to permit simultaneous execution of his own works and of

those undertaken by other contractors or the Railway without being entitled on

this account to any extra charge. If the Railway is unable to supply materials to the contractor as specified in the contract in time, the contractor shall not be

entitled to

any extra payment on account or such delay in supply however such delays in supplies will be reasonable ground for extension of completion dates for the

works.

Tools and plants etc. 19. All tools required for the work have to be arranged by the contractor at his

own cost required for execution of the work.However, the Railway reserves the

right to issue tools and plant subject to availability on hire recovery basis as per extent rules. You will take reasonable care and precaution when the tools are not

attributable to normal wear and tear the cost of the same including departmental charges as per extant rules will be recovered from your dues.

20 : While unloading and carrying and laying materials in the block section or in station yards in tunnels, or outside the tunnel will ensure that no damage is

caused to traction masts and their foundations traction bonds structure bonds

etc. belonging to Railway Traction organization. Care should also be exercised while handling released materials and stacking them to ensure that no damage is

caused to the above structure. In case of damage the loss is to be made good by

you at your cost. 21. CARRAGE OF MATERIALS : No forwarding orders shall be issued by the Railway for the transportation of Contractors materials, tools and plant by rail or

by road to the work site which may be required for use in the works and the

contractor shall pay full freight charges at Public tariff rates therefore No Road Permit for Contractor’s supply material will be issued by Railways.

22. SUPPLY OF SPARE PARTS : The supply of spare parts, components, standby equipments shall be so regulated that all the necessary items that have been

ordered shall be delivered at site only after the erection of the main equipments

but before the testing and commissioning of system. If the spare parts standby equipments are to be supplied in advance necessary

written and specific permission shall be taken from the Engineer

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 42 -

23. ADHERENCE TO SPECIFICATION AND DRAWINGS : The whole of the works

shall be executed in perfect conformity with specifications and drawings of the

contract if the contractor performs any work in manner contrary to the specification of drawings or any of them and without such reference to the

engineer, shall have to bear all the costs arising of ensuring and shall be

responsible for the losses to the Railway.

24 : The Contractor shall contact the Sr.Divl.Elect.Engineer(Genl) or his authorized representative for any clarifications / disputes. However, the decision

of Railways is final

25 : While executing the works, any damages made to the walls or any

deficiencies caused to the existing structures etc., should be made good by the

Contractor at his own cost.

26 : Sample of the materials are to be submitted to the Sr. Divl. Elect. Engineer (Genl) or to his authorized representative for approval before starting the execution of work. The materials shall be brought to the site by the Contractor in

original packing with seal intact and shall not be installed unless approved by the Sr. DEE (Genl) or his authorized representative. No work shall be allowed to

commence without the approval of samples.

26.1: The make, brand of all the materials to be supplied shall be from the approved list. The items not covered in the approved list shall be from a reputed

make with ISI mark and should be got approved by SR.DEE(G) or his authorized

representative before execution of work. 26.2: The contractor/tenderer should offer all the materials for inspection before

execution of work and inspection will be done by the authorized Rly.

Representative.

26.3: Any item/items of the work should be done by the contractor as per the

specifications. However, for any modification/alterations of the items/work as per site conditions/requirements should be done as desired by Railway site engineer.

26.4: The drawings mentioned in the specification/schedule may be verified in

the Sr.DEE(G)/WAT’s office during the working days.

27 : You are responsible for breakage/loss on transit and handling the Railway

materials and cost thereof will be recovered from your dues.

28 : Released materials and left over new materials will be handed over back by

you to the SE after completion of the work at the Hd.Qrs. Station or at any other

stations as directed by SE of the section. 29 : Fittings released from the works are to be separated and stacked by you at nominated locations as directed.

30 : Watch and ward of new and released materials will be your responsibility till such time they are handed over after completion of the work and returned to the

SE and correctly accounted for.

31 : On completion of all electrical installations they shall be tested as per latest

rules and regulations of railways before it is accepted. Before leaving the work

spot the installation shall be checked to the satisfaction of the SR.D.E.E.(Genl) or his authorized representative.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 43 -

32 : DISPUTE : In all matters of dispute the decision of the Sr.Divisional Electrical

Engineer, Genl/ East Coast Railway / Waltair shall be final and binding.

33 : Deviations: Deviation from any of the Clauses of the above must be clearly

pointed out in a letter which must accompany the tender. Clauses not so

commented on will be taken as having met with the approval of the Tenderer and will, therefore, be binding on the Contractor.

34 : The work will be done under the supervision of the railway. Before

commencing the work of Genl. Joint inventory of existing materials at site is to

be taken by the Railway’s representative and your self and signed jointly.

35 : In case the contractor fails to attend the meeting after being notified to do

so or in the event of no settlement being arrived at the railway shall be entitled to execute the extra works by other means and the contractor shall have no claim

for loss or damage that may result from such procedure. 36 Conservancy Cess - when work is executed within the limits of any station

committee or where conservancy work is being systematically done by the Railway the contractor will be liable to pay any conservancy water or any other

ceses levied by such committee of the Railway.

Amount of conservancy cess will be calculated as per Annexure to Board’s Letter No. F(X)I-91/1/1 Dated: 31-05-2006

The following Rate of recovery of Conservancy cess charges with effect from

01-06-2006.

Railway

Contractors

Average No. of Labourers or

Workmen employed per day

Proposed Conservancy

Cess charges to be recovered Per month

1 to 5 Rs. 64/-

6 to 10 Rs.126/-

Elect. Works

Contracts

11 to 25 Rs. 317/-

37. ILLEGAL GRATIFICATION : Any bribe, commission, gifts or advantages given, promised or offered by or on

behalf of the contractor or his partner, agent or servant or any one of his or on

their behalf in relation to the obtaining or the execution of this or any other contract with the Railway shall in addition to any original liability which he may

incur subject to the contractor to the rescission of the contract and all other

contracts with the Railway and to the payment of any loss or damage resulting from such recession and the Railway or damage resulting from such rescission

and the Railway shall be entitled to deduct the amount so payable from any

money due to the contract under the contract or any other contracts with the Railway. The contractor shall not lend or borrow from or have or enter into any

monetary dealings or transactions either directly or indirectly with any employee

of the Railway and if he shall do so the Railway shall be entitled forthwith to rescind the contracts and all other contracts with the Railway. Any question or

dispute as to the commission of any offence or compensation payable to the Railway under this clause shall be settled by the General Manager in such manner

as he shall consider fit and sufficient and his decision shall be final and

conclusive. In the event of rescission of the contract under this clause, the contractor will not be paid any compensation whatsoever except payments for the

work done upto the date of rescission.

Tenderer(s) DRM(Elect-G)/ECoR/WAT

- 44 -

38. RATES FOR EXTRA ITEMS OF WORK :

Any item of work carried out by the Contractor on the instruction of the Engineer

which is not included in the accepted Schedules of rates shall be executed at the rates setforth in the ‘ Schedule of Rates, South Eastern Railway’ modified by the

tender percentage and such items are not contained in the latter, at the rate

agreed upon between the Engineer and the Contractor before the execution of such items of work and the Contractors shall be bound to notify the Engineer at

least 7 days before the necessity arises for the execution of such items of work that the accepted schedule of rates does not include rate or rates for the extra

work involved. The rates payable for such items shall be decided at the meeting

to be held between the Engineer and Contractor in as short a period as possible after the need for the special item has come to the notice. In case the contractor

fails to attend the meeting after being notified to do so or in the event of no

settlement being arrived at the Railway shall be entitled to execute the extra works by other means and the contractor shall have no claim for loss or damage

that may result from such procedure. Provided that if the contractor commences work or incurs any expenditure in

regard thereto before the rates as determined and agreed upon as lastly hereon to aforementioned, then and in such a case the contractor shall only be entitled to

be paid in respect of the work carried out or expenditure incurred by him prior to

the date of determination of the rates as aforesaid according to the rates as shall be fixed by the Engineer. However if the Contractor is not satisfied with the

decision of the Engineer in this respect he may appeal to the Chief Engineer

within 30 days of getting the decision of the Engineer, supported by analysis of the rates claimed. The Chief Engineer’s decision after hearing both the parties in

the matter would be final and binding on the Contractor and the Railway.

I. The subject work is linked with the work of Civil Engineering as well as S&T. The progress will be made according to the progress made by other

departments. The DOC mentioned in the “NIT” is tentative which may be

extended as per the requirement for which contractor will have no claim. II The contractor has to deposit security money and execute performance

guarantee within the 15 days from the issue of the LOA, failing which it would be presume that the contract is not interested in accepting the award of the

contract and necessary action will be initiated in terms and conditions of the

tender. III Immediate after issue of LOA the contractor has to submit planning for

availability of the materials and the planning for execution of the complete

works, in bar chart with a copy to CESE/ECoR/BBS & DRM/ECoR for information.

IV The successful tenderer after issuing of LOA has to commence the work within

a month failing which the contract will be terminated at risk & cost of the contractor.

V The contractor has to deploy qualified, competent and experienced skill and un-skilled workers and supervisor. The staff deployed should have adequate

no. of mobiles so as to have the communication among the staff as well as

the railways. VI The staff deployed at the work site should have proper and adequate tools &

tackles & M&Ps to execute the work.

Divl. Rly Manager (Elect.(G))

- 45 -

ANNEXURE-I FOR ATTENTION OF THE TENDERERS

01. Tenderer shall sign on all the pages of the tender documents at the bottom of such page on the left side.

02. TENDERER SHOULD QUOTE UNIFORM PERCENTAGE ON THE RATES GIVEN

IN THE SCHEDULE. 03. Tenderer shall not quote any rates other than those required as per the

schedule of work, or special conditions if any on any page of the Tender documents.

04. However, the Tenderers if they desire to stipulate any specific condition or

original rates not included in the schedule or wish to furnish any information which they feel necessary, they may furnish the same on a separate paper

and enclose the same to the tender documents placing on top, for

consideration. 05. In case the above instructions are violated and the special conditions and

additional rates are quoted on the tender documents, such tenders will not be considered and shall be summarily rejected.

06. Any corrections. Over writing or omissions must be initialed by the tenderer.

07. Along with offer tenderer must submit the original tender document sold to them by railway and offer must be given on original tender document only.

08. No correspondence will be entertained after opening of tender. Tenderer

must ensure all documents credentials and certificates in original offer. 09. The conditions given in general conditions of contract Vol-II of 2001 of S.E.

RAILWAY will form and part and parcel of the Agreement.

10. If a tenderer expires after the 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.

10. Non-compliance with any of the conditions set forth here in above is liable to

result in the tender being rejected.

11. It shall not be obligatory on the Railway administration to accept the lowest

tender or any Tender. The tenderers shall not demand any explanation for the

cause of, rejection of his/their tender.

12. The authority for the acceptance of the tender will rest with the Competent

Authority who does not bind himself to accept the lowest or any other tender.

13. The Divl. Railway Manager (Elect-G)/E.Co.Rly/Waltair reserves the liberty at

any time after acceptance of a tender to keep back from the contractor and carryout in other ways or by other agency any portion of the work that he

may think without assigning any reasons.

15. (a) List of Personnel, Organization available on hand and proposed to be

engaged for the subject work.

(b) List of Plant & Machinery available on hand (own) and proposed to be

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

16) Certificates from private individuals for whom such works are executed /

being should not be accepted.

Divl. Rly Manager (Elect.(G)) East Coast Railway, Waltair

- 46 -

ANNEXURE-J CERTIFICATE OF FAMILARISATION

I/We hereby solemnly declare that, I/We visited the site of the above works and have familiarized my self/our selver of the working conditions therein in all

respects and in particular the following.

1. Topography of the area

2. Conditions at the site of work

3. Availability of local labour, both skilled and un skilled and the prevailing labour rate

4. Availability of Water and Electricity

5. The existing roads and access to the site of work

6. Availability of space for putting labour camps, offices, stores, go down,

engineering yard etc.

Signature of the Tenderer (s)/Contractor (s)

- 47 -

ANNEXURE-K INDEMNITY BOND FOR ON ACCOUNT PAYMENTS

We M/S______________________________________________ hereby undertake that we hold at (*)_______________________for and on

behalf of the president of India acting in the premises through the Chief Electrical

Engineer/ East Coast Railway/ CSP / Bhubaneswar Sr. Divl .Electrical Engineer (Genl)/ East Coast Railway/Waltair hereinafter referred to as the Electrical

(Purchaser) and as his property in trust for him all materials works for which on account payments have been made to us against the Contract

for________________________________________ vide letter of Acceptance of

Tender No.______________________________________________ Dated___________ until such time the materials/works are duly installed/and

commissioned or otherwise handed over to him.

We shall be entirely responsible for the safe custody and protection

of the said materials against all risk till they are duly delivered as installed/and commissioned to the purchaser or as he may direct otherwise and shall indemnify the purchaser against any loss, damage or deterioration what so ever in respect

of the said materials while in our possession. The said materials shall at times be open for inspection by any Officer authorized by the Chief Electrical Engineer/

East Coast Railway/BBS/ Sr.Divl.Elect.Engineer /Genl / ECOR/ WAT

Should any loss, damage or deterioration of materials/works occur

and refund become due, the purchaser shall be entitled to recover from us the full

cost without prejudice to any other remedies available to him by deduction from any sum due or any sum such which at any time hereafter becomes due to us

under the said or any other contract.

This bond is valid for the amount Rs _________________

Dated__________Day of ___________________________ For and on behalf of.

Messers____________________________________

_

(Contractor) 1)Signature of Witness: _____________________________________________

Name of witness in: _______________________________________________

(Block Letters) ______________________________________________

Address: _______________________________________________

_______________________________________________

2)Signature of Witness: _____________________________________________

Name of witness in: ________________________________________________

(Block Letters) ________________________________________________

Address: _______________________________________________

_______________________________________________

*Fill in the name of location.

- 48 -

ANNEXURE-L

[REVISED MODEL FORM OF BANK GUARANTEE BOND] [ GUARANTEE

BOND FOR SECURITY DEPOSIT ]

1] In consideration of the President of India [here in After called ‘The

Government ‘ having agreed to exempt __________ [ here-in-after called “The said Contractor[s]” from the demand, under the Terms and conditions of an

Agreement dated ___________ made between _____________ and ________ for repairs [ here-in-after called the said agreement”] of Security Deposit for the

fulfillment by the said contractor[s] of the Terms and conditions contained in the

said agreement on production of Bank guarantee for Rs.____________________only]. We __________ the bank] indicated the name

here-in-after referred as ‘The Bank’ ] at the request of M/s.______________ [

Contractor[s] do hereby undertake to pay to the Government an amount not exceeding Rs.____________ against any loss of damage caused to or suffered or

would be caused to or suffered by the Government by reason of any breach by the said contractor[s] of any of the terms of conditions contained in the said agreement.

2] We______________ [ indicate the name of the Bank ] do hereby

undertake to pay the amounts due and payable under this guarantee without any

demur, merely on demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by

the Government by reason of breach by the said contractor[s] of any of the terms

and conditions contained in the said agreement of by reason of the contractor[s] failure to perform the said agreement. Any such demand made on the bank shall

be conclusive as regards the amount due and payable by the Bank under this

guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.____________ .

3] We undertake to pay to the Government any money so demanded not withstanding any dispute raised by the Contractor[s] supplier[s] in any suit or

proceeding pending before any court of tribunal relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be valid discharge of

our liability for payment there under and the contractor[s] supplier[s] shall have no claim against us for making such payment.

04] We______________ [ indicate the name of Bank] further agree that the

guarantee herein contained shall remain in ful-force and effect during the period that would be taken for the performance of the said agreement and that it shall

continue to be force able till all the dues of the Government under or by virtue of

the said agreement have been fully paid and its claims satisfied or discharged or till _________ office /department], Ministry of___________ certified that the terms conditions of the agreement have been fully and properly carried out by the said contractor[s] and accordingly discharges this guarantee, unless a demand or

claim under this guarantee made in us in writing on or before the expiry of the

contract, we shall be discharged from all liability.

5] We _______________ [ indicate the name of Bank] further agree with the

Govt. that the Govt. Shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to very any of the terms and

conditions of the said/agreement or to extent time of performance by the said

contractor[s] from time to time or performance by the said contractor[s] from time to time or to postponed for any time or from time to time any of the powers

exercisable by the Government against the said contractor[s] and to for bear or enforce any of the terms and conditions relating to the agreement and we shall

not be reliever from our liability by reason of any such variation, or extension

being granted to the said contractor[s] or for any for bearence, act or commission of the part of the Government of any includence by the Government to the said

contractor[s] or any such matter or thing what is ever which under the law

relating to sureties would but for this provision have effect of so relieving us.

- 49 -

6] This guarantee will not be discharged due to the change in the constitution

of the bank or the contractor[s] / Supplier[s].

7] We___________ [ indicate the name of Bank] lastly undertake not to

revoke this guarantee during its currency except with the permission of the Govt.

in writing.

8] Guarantee will be valid for two years i.e. up-to __________ date the _________ day of _______________.

For

___________________________

INDICATE THE NAME OF BANK

- 50 -

ANNEXURE-M

GUARANTEE BOND FOR PERFORMANCE GUARANTEE

1] In consideration of the President of India [here in After called ‘The

Government ‘ having agreed to exempt __________ [ here-in-after called “The

said Contractor[s]” from the demand, under the Terms and conditions of LOA dated ___________ made between _____________ and ________ for repairs [

here-in-after called the said agreement”] of Performance Guarantee for the fulfillment by the said contractor[s] of the Terms and conditions contained in the

said agreement on production of Bank guarantee for

Rs.____________________only]. We __________ the bank] indicated the name here-in-after referred as ‘The Bank’ ] at the request of M/s.______________ [

Contractor[s] do hereby undertake to pay to the Government an amount not

exceeding Rs.____________ against any loss of damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by

the said contractor[s] of any of the terms of conditions contained in the said agreement.

2] We______________ [ indicate the name of the Bank ] do hereby undertake to pay the amounts due and payable under this guarantee without any

demur, merely on demand from the Government stating that the amount claimed

is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor[s] of any of the terms

and conditions contained in the said agreement of by reason of the contractor[s]

failure to perform the said agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this

guarantee. However, our liability under this guarantee shall be restricted to an

amount not exceeding Rs.____________ .

3] We undertake to pay to the Government any money so demanded not

withstanding any dispute raised by the Contractor[s] supplier[s] in any suit or proceeding pending before any court of tribunal relating thereto our liability under

this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of

our liability for payment there under and the contractor[s] supplier[s] shall have

no claim against us for making such payment.

04] We______________ [ indicate the name of Bank] further agree that the

guarantee herein contained shall remain in full-force and effect during the period that would be taken for the performance of the said agreement and that it shall

continue to be force able till all the dues of the Government under or by virtue of

the said agreement have been fully paid and its claims satisfied or discharged or till _________ office /department], Ministry of___________ certified that the terms conditions of the agreement have been fully and properly carried out by the said contractor[s] and accordingly discharges this guarantee, unless a demand or

claim under this guarantee made in us in writing on or before the expiry of the

contract, we shall be discharged from all liability.

5] We _______________ [ indicate the name of Bank] further agree with the

Govt. that the Govt. Shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to very any of the terms and

conditions of the said/agreement or to extent time of performance by the said

contractor[s] from time to time or performance by the said contractor[s] from time to time or to postponed for any time or from time to time any of the powers

exercisable by the Government against the said contractor[s] and to for bear or enforce any of the terms and conditions relating to the agreement and we shall

not be reliever from our liability by reason of any such variation, or extension

being granted to the said contractor[s] or for any for bearence, act or commission of the part of the Government of any includence by the Government to the said

contractor[s] or any such matter or thing what is ever which under the law

relating to sureties would but for this provision have effect of so relieving us.

- 51 -

6] This guarantee will not be discharged due to the change in the constitution

of the bank or the contractor[s] / Supplier[s].

7] We___________ [ indicate the name of Bank] lastly undertake not to

revoke this guarantee during its currency except with the permission of the Govt.

in writing.

8] Guarantee will be valid for two years i.e. up-to __________ date the _________ day of _______________.

For

___________________________

INDICATE THE NAME OF BANK

- 52 -

ANNEXURE-N ELECTRONIC FUND TRANSFER MANDATE FORM

To The Sr.DFM

East Coast Railway

Visakhapatnam.

We M/s. __________________________________________________________ would like to opt for the EFT and the following information in this regard is

submitted below for kind perusal.

1 Contractor / Supplier Code :

2 Contractor / Supplier Name :

3 Contractor / Supplier Address :

4 Contractor / Supplier Telephone No & E-Mail (if any)

:

5 Bank Code (Photocopy of MICR Cheque leaf

must be attached)

:

6 Name & Address of Bank & Branch :

7 Account Number :

8 Type of Account : Current _________ Savings ________

(Put tick as applicable)

Signature of the authorized Signature of the firm with seal

Name, Bank Account Number and Bank Code verified :

Counter signed :

Signature of Bank Manager with seal

---0—0---