tenderdownloadedthroughinternet revised tender...

80
TenderdownloadedthroughInternet Signature of tenderer REVISED TENDER DOCUMENT N O T I C E CONTRACTORS ARE ADVISED TO SUBMIT THEIR OFFER IN “SEALED ENVELOPE/COVER”, OTHERWISE OFFER WILL BE REJECTED WITHOUT ASSIGNING ANY REASONS. The end of the documents is marked as “***end of document***" Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Upload: others

Post on 21-Aug-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

REVISED TENDER DOCUMENT

N O T I C E

CONTRACTORS ARE ADVISED TO

SUBMIT THEIR OFFER IN “SEALED

ENVELOPE/COVER”, OTHERWISE

OFFER WILL BE REJECTED WITHOUT

ASSIGNING ANY REASONS.

The end of the documents is marked as

“***end of document***"

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 2: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

2

COPY NO.____) ›üß•ÖÌ»Ö ü̧ê»Ö‡Ó•Ö­Ö †Ö¬Öã×­Ö úß ú ü̧ Ö úÖ¸ü ÍÖÖ­ÖÖ,ü ¯Ö×™üµÖÖ»ÖÖ

Tender Notice No CE/DMW/T-29/2013-14/PTA Dt: 25.01.2014 1. Name of work

: Supplying & Installation of 2 nos.

Commercial Type Reverse OSMOSIS Plant Capacity 1000 Lph in Workshop area DMW,Patiala (2013-14)

2. Approx. Value of this tender

: 2203721/-

3. Completion period

: 5 Months

4. Earnest Money

: 44080/-

5. Date of opening

: 04.04.2014

6. Name & address of party to whom tender sold.

:

7. Whether the partnership and constitution deed with the tender attached.

:

8. Whether partnership deed and power of attorney furnished with the tender.

:

9. Whether all pages of tender form have been signed by the tenderers.

:

10. Whether ITCC has been submitted if not when would it be submitted.

:

11. The working contractors should submit a list of work with their value and agreement No. with the tender.

:

NB The above information may please be furnished invariable otherwise the tender is likely to be rejected. It is verified that the earnest money is in proper form and information as above has been furnished.

Signature of WA/s

Signature of the Tenderer/s

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 3: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

3 Contents of tender documents

NAME OF WORK: - Supplying & Installation of 2 nos. Commercial Type Reverse OSMOSIS Plant Capacity 1000 Lph in Workshop area DMW,Patiala ( 2013-14)

TENDER DOCUMENTS: - Tender documents consists of: -

a) Tender form (Ist Sheet) b) Special tender conditions and Instructions to

Tenderers c) GENRAL CONDITION OF CONTRACT 1999.

d) Special Data & Specifications.

e) Schedule of rates and quantities.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 4: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

4

TENDER FORM (FIRST SHEET) DIESEL LOCO MODERNISATION WORKS:PATIALA

The President of India, Acting through the Dy. Chief Engineer, Diesel Loco Modernisation Works, Patiala (Punjab). I/We ________________________________________________have read the various conditions of the 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 days from the date fixed for opening the same and in default thereof. I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work for “As on Ist sheet, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 5 Months from the date of issue of letter of acceptance of the tender. I/We also hereby agree to abide by the General and Special Conditions of Contract and to carry out the works according to the specifications for materials and works laid down by the Railway for the Present Contract. A sum of Rs 44080/- ( Rs. Forty four thousand eighty only) is herewith forwarded as Earnest Money. The full value of the earnest money shall stand forfeited without prejudice to any other right or

remedies in case my/our tender is accepted and if. A/ I/We do not execute the contract documents within 7 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 days after receipt of orders to this effect. The amount of earnest money in the form of Pay Orders deposit, Receipts, Demand Drafts,

Guarantee Bond No._____________________ dated ________ is attached. Until a formal agreement is prepared and executed acceptance of this tender shall constitute a binding contract between us as indicated in the letter of acceptance for this work.

Contractor’s Address

Signature of the contractor/s Dated____________ Signature of Witness:

Signature of witnesses: 1. __________________________ __________________________ 2. _________________________

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 5: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

5ENGINEERING DEPARTMENT

SPECIAL TENDER CONDITIONS AND INSTRUCTIONS TO TENDERER/S

1. Name of Work : Supplying & Installation of 2 nos.

Commercial Type Reverse OSMOSIS Plant Capacity 1000 Lph in Workshop area DMW,Patiala ( 2013-14)

1.0 Approx. Cost : 2203721/-

2.0 Tender Document: : 2.1. Submission of Tenders: : 2.1.1. The tender documents consist of : a) Tender form (First Sheet) : b) Special tender conditions &

Instructions to tenderer. :

c) Genrall conditions of contract 1999. : d) Special data and specifications : e) Schedule of rates and quantities. : The tender documents from (a) to (c) common to all the tenders being invited. All these documents must be submitted together as one set failing which the tender is liable to be rejected. 2.1.2 Tender documents can be had from the office of the Dy. Chief Engineer, Diesel

Modernisation Works, Patiala, on any working day from 10.30 hrs. to 15.00 hrs. up to 03.04.2014 and up to 11.30 hrs. on 04.04.2014 on payment of Rs 3,000/- (Rs. Three thousand only) in shape of Demand Draft only in favour of FA & CAO DMW/Patiala per set. If tender is downloaded from internet the cost of tender form should be deposited along with the tender form in shape of DD in favour FA & CAO DMW/Patiala. If required by post an additional sum of Rs.500/- (Rs. Five hundred only) per set should be deposited towards postal charges. The cost of the tender form is not refundable and a tender document is not transferable.

2.1.3 Tender Documents through internet:-

(a) Tender documents are available on DMW Web site i.e. www.dmw.indianrail.gov.in and the same can be downloaded and used as tender document for submitting the offer. This facility is available free of cost. However the cost of tender documents as indicated above in para 2.1.2 will have to be deposited by the tenderer in the form of Demand Draft only in favour of FA & CAO/DMW/Patiala along with the tender document. This should be paid separately & not included in the Earnest Money. In case, tender is not accompanied with the cost of the tender documents as detailed above, tender will be summarily rejected.

(b) Tenderer/s are free to down load tender at their own risk & cost, for the purpose of perusal

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 6: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

6as well as for using the same as tender document for submitting his/their offer. Master Copy of the tender document will be available in the office of Dy. Chief Engineer, DMW, Patiala. After award of work, an agreement shall be drawn up. The agreement based on Master Copy and not based on the tender document submitted by tenderer/s. In case of any discrepancy between tender documents down loaded from internet and Master Copy, later shall prevail and will be binding on tenderer/s. 'No claim' on this account will be entertained.

2.1.4 Presence of such tenderer/s as is/are present. Tenders, which are received after the time and date specified above, may not be considered. In case the intended date for opening of tenders is declared holiday, the tenders will be opened on the next working day at the same time.

2.1.5 Tenders sealed and superscripted as aforesaid can also be sent by registered post addressed to the Dy.Chief Engineer , Diesel Modernisation Works Patiala on or before up to 15.00 hrs. on 04.04.2014 but a tender which is received after the time and date specified in Clause 2.1.4 above may not be considered. Any tender delivered or sent otherwise will be at the risk of the tenderer/s.

2.2 COMPLETION OF TENDER DOCUMENTS

2.2.1 The tenderer/s shall quote percentage rate at par/above/below for all labour/labour & material items of the Northern Railway Engineering Department Standard Schedule of Rates-USSOR 2010 as applicable to Northern railway with Errata-USSOR 2010 (with latest correction slip) separately and through items rates for each Non-Schedule items in the attached schedule of rates and quantities in figures as well as words.

2.2.2 The rate/s should be quoted in figures as well as in words. If there is variation between the rates quoted in figures and in words, the rate quoted in `words' shall be taken as correct.

2.2.3 Each page of the tender papers is to be signed and dated by the tenderer/s or such person/s on his/their behalf who is/are legally authorized to sign for him/them

2.2.4 Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by the tenderer/s in his/their entries should be in INK and must be attested by him/them under full signature and date.

2.2.5 Additional conditions or stipulations if any must be made by the tenderer/s in a covering letter with the tender. The Railway reserves the right not to consider conditional tenders and reject the same without assigning any reason. Only those additional conditions, which are explicitly accepted by the Railway, shall form part of the contract.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 7: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

7 2.2.6 Partnership deed, Power of Attorney etc: The tenderer shall clearly specify whether the

tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognise such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

2.2.7 The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, witness measurement, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.

2.3 CREDENTIALS TO BE SUBMITTED ALONGWITH TENDER/S:

2.3.1 Tenderer/s should enclose documents and certificates to show that he/they has/have satisfactorily carried out works of the type involved in the construction of the work being tendered for. He/They should also produce proof to the satisfaction of the Railway of his/their technical ability and financial stability to undertake the work of the magnitude tendered for.

2.3.2 No work or supply shall ordinarily be entrusted for execution to a contractor whose capacity And financial status has not been investigated and found satisfactory.

2.3.3 The tenderer/s shall submit the following documents along with his/their tender

a) A list of personnel, organization available on hand and proposed to be engaged for the subject work.

b) List of plant and machinery available on hand (own) and proposed to be inducted (own & hired to be given separately) for the subject work

c) List of works completed in the last three financial years giving Description of work, Organization for whom executed, Approximate value of the contract at the time of award, Date of award and Date of actual start, Actual completion and Final value of contract should be given.

d)

List of works on hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 8: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

8 Note: (i) In case of items (c) and (d) above, supportive documents / certificates from the

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

(ii) Certificates from the private individuals for whom such works have been executed / being executed shall not be accepted.

2.3.4

In case of open tenders costing above Rs. 50 lakh, the tenderer/s will be required to meet the following minimum eligibility criteria: -

2.3.4.1 (a) “As a proof of technical experience/competence, the tenderer should have physically completed successfully at least one similar single work for a minimum value of 35% of advertised tender value, inclusive of the cost of cement and steel, in last three financial years (i.e. Current year and three previous years) up to the date of opening of the tender.”

(b)

As a proof of sufficient financial capacity and organizational resources, tenderer/s should have received the total payments against satisfactory execution of all completed/ongoing works of all types (not confined to only similar works) during the last three financial years and in the current financial year (upto the date of opening of the tender) of a value not less than 150% of the advertised cost of work including the cost of cement and steel.

(c)

The tender committee shall examine the overall financial soundness of the tenderers based upon volume of work handled turnover, balance sheets etc for all works of tender values costing more than Rs.1.00 Crore.

2.3.4.2 The Similar nature of work defined is as under:- -NIL-.

(a)

When work has been physically completed and final bill is yet to be passed, the value of the work for judging the eligibility criteria, will be considered as under:-

Cases where measurements have not been recorded or final measurements have been recorded with negative variation, the value of the work will be taken as amount paid including statutory deductions. Cases where measurements have been recorded and the work has been completed with positive variation but variations have not been sanctioned, the value of the work will be taken as original contractual value.

(b)

In case of composite works involving combination of different works, even separate completed works of required value should be considered while evaluating the eligibility criteria. For example, in a tender for bridge works where similar nature of work has been defined as bridge works with pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with pile foundation of value at least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal to 35% of tender value, will be considered as having fulfilled the eligibility criterion of having completed single similar nature of work.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 9: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

9 c) For judging the technical eligibility and financial capability only those works

which had been executed for the Govt. or Semi Govt. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for Private Organizations shall not be considered.

d) The tenderer/s/contractor shall submit a statement of contractual payment received during the last three financial years and current year on the prescribed proforma as detailed at Annexure-I. The details shall be based on the certificate issued by the employer and or form 16-A issued by employer i.e. the certificate of deduction of tax at a source under Section 203 of the Income Tax Act, 1961. The photocopies of the certificate of payments and or form 16A shall be enclosed duly attested by Notary public with seal and Notaries stamps thereon.

(i) If a tenderer has completed a work of similar nature where cement and steel was issued by department free of cost, tenderer must submit the completion certificate indicating cost of these materials and total cost of work (including cost of cement/steel) shall be considered to decide eligibility or otherwise-

(ii) Contractor has to satisfy the eligibility criteria for technical capability and competence as well as for financial capacity and organizational resources.

2.4 CONSTITUTION OF THE FIRM:

2.4.1 The tenderer/s who are constituents of firm, company, association or society must forward attested copies of the constitution of their concern, partnership deed and power of attorney with their tender. Tender documents in such cases are to be signed by such persons (as may be legally competent to sign them on behalf of the firm, company, association or society as the case may be). Co-operative societies must likewise submit an attested copy of their certificate of registration along with the documents as above mentioned.

The Railway will not be bound by any power of attorney granted by the tenderer/s or by changes in the composition of the firm made subsequent to the award of the contract. The Railway may, however, recognize such power of attorney and changes after obtaining proper legal advice, cost of which will be chargeable to the contractor.

(a) JVs/Consortiums/MOUs will be considered in accordance with Tender Notice/approved tender conditions. (Annexure K of tender document).

(b) If the tenderer is a Partnership Firm, the conditions and the technical and financial eligibility criteria will be applicable as per guidelines given in Annexure K-1.

2.4.2

(a) If the tenderer expires after the submission of his tender or after the acceptance of his tender, the railway shall deem such tender/contract as cancelled. In a partnership firm, if a partner of firm expires after the submission of their tender the Railway shall deem such tender as cancelled unless the firm retain its character.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 10: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

10 (b) If the contractor’s firm is dissolved on account of death, retirement of any partners or

for any reason whatsoever, before fully completing the whole work or any part of it, undertaken by the principal agreement the surviving partners shall remain jointly/severally and personally liable to complete the whole work to the satisfaction of the Railway and to pay compensation for losses sustained, if any by the Railway due to such dissolution. The amount of such compensation shall be decided by Chief Mechanical Engineer, Diesel Loco Modernisation Works Patiala or any other competent person on his behalf of the Railway and his decision in the matter shall be final and binding on the contractor.

(c) The cancellation of any document such as power of attorney, partnership deed etc.,

shall forthwith be communicated to the Railway in writing, failing which the Railway shall have no responsibility or liability for any action taken on the strength of the said documents.

(d) The value of contract and the quantities given in the attached schedule of items, rates and quantities are approximate and are given only as a guide. These are subject to variations/additions and or omission. The quantum of work to be actually carried out shall not form the bases of any dispute regarding the rates to be paid and shall not give rise to claim for compensation on account of any increase or decrease either in the quantity or in the contract value.

2.5 INCOME TAX:

2.5.1 Under Section 194-C of the Income Tax Act 1961 deduction as applicable on Works Contract will be made for sums paid for carrying out the work under this contract. In case of supply contract for ballast, deduction of 2% (Two Percent) Income tax will be made for the sums paid for labour portion only (i.e., loading, unloading, stacking, measurement and laying etc.)

3.

EARNEST MONEY:

3.1 The tender must be accompanied by a sum of Rs 44080/- ( Rs. Forty four thousand eighty only) based on % age (shown in Table below) of the Advertised tender cost as indicated in Tender Notice as Earnest Money in the manner prescribed in Clause 3.2 failing which the tender shall be summarily rejected. The earnest money shall be rounded to the nearest Rs.10.

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 a maximum of Rs.1 crore.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 11: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

11 Labour co-operative is required to deposit only 50% of the earnest money as referred to in

clause 3.1 above.

The tenderer/s shall keep the offer open for a period of 90 days from the date of opening of the tender in which period tenderer/s cannot withdraw his/their offer subject to period being extended further, if required, by mutual agreement from time to time.

It is understood that the tender documents have been sold/issued to the tenderer/s & tenderer/s is/are being permitted to participate in the tender in consideration of stipulation on his/their part that after submitting his/their offer he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to Northern Railway should the tenderer/s fail to observe to comply with the foregoing stipulation or fail to undertake the contract after acceptance of his/their tender the entire amount deposited as earnest money for the due performance of the stipulation and to keep the offer open for the specified period, shall be forfeited to the Railway.

If the tender is accepted, the amount of earnest money will be held as initial security deposit for due and faithful fulfilment of the contract. The earnest money of unsuccessful tenderer/s will, save as herein before provided, be returned within a reasonable time, but Railway shall not be responsible for any loss or depreciation that happen to the earnest money while in Railway possession nor will it be liable to pay interest thereon.

3.2 The Earnest Money of the requisite amount referred to in Clause 3.1 above is required to be deposited in favour of FA&CAO, DMW/Patiala in any of the following form: -

(i)

The Earnest Money should be in the form of deposit receipts, pay orders or demand drafts executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.

(ii)

These must have an endorsement from the authority issuing such DR/Pay Order /DD that “received from M/s / Shri ……………………………..& pledged in favour of FA&CAO, DMW/Patiala.”

(iii)

Exemption of Earnest Money & Security Deposit:

Public Sector Undertakings wholly owned by Railways like RITES, IRCON, Konkan Railway Corporation Limited, CRIS, Rail-Tel Corporation etc. are exempted from depositing Earnest Money & Security Deposit.

The EMD mention of the firm/individual who has deposited, Deposit Receipt, Pay Order or Demand Draft as mentioned above, as the case may be, is to be attached with the tender, failing which, tender will be summarily rejected.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 12: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

12 3.2.1 Earnest Money may be accepted in the following forms:

(i) Government Securities including State Loan Bonds at 5 percent below the market

value, (ii) Deposit Receipts, Pay Orders, Demand Drafts either of the State Bank of India or of

any of the Nationalized Banks. (iii) Deposits Receipts tendered by all Scheduled Banks, (iv) A Deposit in the Post Office Saving Bank, (v) A Deposit in the National Savings Certificates, (vi) Twelve years National Defence Certificates, (vii) Ten years Defence Deposits, (viii) National Defence Bonds, N O T E

Tenders submitted with Earnest Money in any form other than those specified above shall not be considered.

Any request for recovery from outstanding bills for earnest money against present tender will not, under any circumstances, be entertained.

No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the contractor under the Contract.

4.0 ACCEPTANCE OF TENDER: 4.1 If the tenderer/s deliberately give/s a wrong information/whose credentials/documents in his/their

tender and thereby creates/ create circumstances for the acceptance of his/ their tender, Railway reserves the right to reject such tender at any stage, besides, shall suspend the business for one year.

4.2 The authority for acceptance of the tenders rests with Chief Mechanical Engineer /Dy.Chief Engineer /Executive Engineer, DMW, Patiala as the case may be, who does not undertake to assign reasons for declining to consider any particular tender or tenders. He also reserves the right to accept the tender in whole or in part or to divide the tender amongst more than one tenderer if deemed necessary.

4.3 The successful tenderer/s shall be required to execute an agreement with the President of India acting through the Dy.Chief Engineer , DMW, Patiala or any competent person on behalf of the Railway for carrying out of the work as per agreed conditions. The cost of stamp, if any, for the agreement will be borne by the Northern Railway.

4.3.1 The contractors operations and proceedings in connection with the works shall at all times be conducted during the continuance of contract in accordance with the laws, ordinance, rules and regulations for the time being in force and the contractor shall further observe and comply with the bye-laws and regulations of the Government of India, State Govt. and of Municipal & other authorities having jurisdiction in connection with the works or site and operations such as these are carried out by the contractor/s and shall give all notice required by such bye-laws and regulations. The Hospital and medical regulations in force for the time being shall also be complied with by the contractor/s and his workmen.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 13: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

13

4.3.2 The contractor shall be responsible for the observance of the rules and regulations under the mines act and mineral rules and Indian Metallurgical rules and regulations of State/Central Govt. concerned as amended from time to time.

4.3.3 Contractor shall at all times keep the railway administration indemnified against all penalties that may be imposed by the Govt. of India or State Govt. for infringements or any of the clauses of the mines act and rules made there under in respect of quarries from which the ballast for these works is procured.

The tenderer/s shall not increase his/their rate in case the Railway Administration negotiates for reduction of rates. Such negotiations shall not amount to cancellation or withdrawal of the original offer and rates originally quoted will be binding on the tenderer/s.

The tenderer/s shall submit an analysis of rates if called upon to do so.

4.6 Non-compliance with any of the conditions set forth herein is liable to result in the tender being rejected.

4.7 Variation in quantity:

4.7.1 A corrigendum shall be issued in case the increase in quantity in one or more items result an extra expenditure in excess of 10% of the value of the contract or Rs.50,000/- whichever is less. For the purpose of assessing the increase in the quantity and the increase in the value of contract only such of the items in which there is any increase shall be taken into account and the saving in other items ignored.

4.7.2 The tenderer/contractor will be bound to execute the additional quantities if required during execution of work on the following terms and conditions: “Variation of quantities will be applicable as per Railway Board letter No. 2007/CE-1/CT/18, dated 28.09.2007 and No. 2007/CE-1/CT/18/Pt XII, dated 31.12.2010 . .

4.7.3 The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:

(1) 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.

(2) In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade:

(i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender:

(ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender:

(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 14: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

14be paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the individual items of the contract and not on the overall contract value.

(c)

Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO/FA&CAO(C) and approval of General Manager.

3. In cases where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items up to 25% of individual item without finance

concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval

of an officer not less than rank of S.A.Grade may be taken, after obtaining. ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same work. 4. 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.

5. No. such quantity variation limit shall apply for foundation items. 6. As far as USSOR items are concerned, the limit of 25% would apply to the value of USSOR

schedule as a whole and not an individual USSOR items. However, in case NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

8 For tenders accepted by General Manager, variations up to 125% of the original agreement value may be accepted by General Manager.

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

10 The aspect of variation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

SECURITY DEPOSIT ON ACCEPTANCE OF TENDER:

5.1 The security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as under:

.a) The security deposit for each work will be 5% of the contract value,

b) The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is recovered,

c) Security deposit will be recovered only from the running bills of the contract and no other mode of collecting security deposit such as security deposit in the form of instruments like BG, FD etc. shall be accepted towards security deposit.

d) As per Rly Board letter No.2003/CE-I/CT/4 Pt. dated 10.08.2010 “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 value of PG to be submitted by the contractor will not change for variation upto 25%( either increase or decrease). In

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 15: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

15case during the course of execution , value of the contract increase by more than 25% of the original contract value, an additional Performance Guarantee to 5% (five percent) for the excess value over the original contract value should be deposited by the contractor”

The total security deposit recoverable from a contractor including the amount of earnest money deposited with the tender as given in Clause above will not exceed the security amount recoverable at the rates mentioned above.

The security deposit unless forfeited in whole or in part according to the terms and conditions shall be returned to the contractor after expiry of the maintenance period and after passing the final bill based on no claim certificate as certified by the competent authority. The competent authority shall normally be the authority who is competent to sign this contract. If the 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 there is 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.

5.1.1 (a) After the work is physically completed, Security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

(b) In case of contracts of value Rs. 50 crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit.

5.1..2 The procedure for obtaining Performance Guarantee is outlined below: (a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty)

days from the date of issue of Letter Of Acceptance (LOA).. Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days i.e from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against hat contract. The failed contractor shall be debarred from participating in re-tender for that work.

(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:

(i) The deposit of cash. (ii) Irrevocable Bank Guarantee (iii)Government Securities including State Loan Bonds at 5% below the market value. (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of

Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks.

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks. (vi) A deposit in the Post Office Saving Bank (vii) A deposit in the National Savings Certificates. (viii) Twelve years National Defence Certificates. (ix) Ten years Defence Deposits.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 16: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

16 (x) National Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less. Also FDR in favour of FA&CAO (free from any encumbrance) may be accepted. NOTE The instruments as listed above will also be acceptable for Guarantees in case of Mobilization

Advance. (c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of

Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. 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 P.G extended to cover such extended time for completion of work plus 60 days.

(d) The value of PG to be submitted by the contractor will not change for variation up to 25% (either increase or decrease). In case during the course of execution, value of the contract increase by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor.”

(e) The Performance Guarantee (PG) shall be released after physical completion of the work based on ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

(f) Whenever the contract is rescinded the Security Deposit shall be forfeited and the Performance Guarantee shall be enchased. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.

(g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

(i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the clauses/conditions of the Agreement, within 30 days of the service of notice of 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.

6.0 CONDITIONS OF CONTRACT AND SPECIFICATIONS:

6.1 Except where specifically stated otherwise in the tender documents the work is to be carried out in accordance with (i) Northern Railway General Conditions of Contract Regulations and Instructions for tenderer/s and standard form of Contract 1999 (ii) Northern Railway Unified Standard Schedule of rates 2010 and (iii) Indian Railway Unified Standard Specifications for Material and Works 2010 Vol-I & II with up to date correction slips. Copies of all these publications can be obtained from the office of General Manager, Northern Railway, Baroda House, New Delhi on payment as under: -

i) General Conditions of Contract and regulations and instructions to tenderer/s standard form of contract 1999 with errata and correction slip upto 27.04.2011

Rs.100/-

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 17: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

17 ii) Indian Railway Unified Standard Specifications for Material and Works

2010 Vol.I&II Rs.1000/-

ii) Northern Railway Unified Standard Schedule of rates 2010 Rs.1000/- Demand for these publications from out station will be considered only if a sum of Rs.50/- towards

postal charges is also sent with the cost of the books by money order. 6.2 The tender documents referred to in clause 2.1.1 above will govern the works done under this

contract in addition to documents referred to in clause 6.1 above. Where there is any conflict between special tender conditions regarding instructions to tenderer/s, special conditions relating to site data and specifications and the stipulations contained in the schedule of rates and quantities on the one hand and the Indian Railway Unified Standard Specifications for Materials and Works 2010 Vol.I&II the General Conditions of Contract, 1999 etc. and the Unified Standard Schedule of Rates 2010 on the other hand the former shall prevail.

d) As per Rly Board letter No.2003/CE-I/CT/4 Pt. dated 10.08.2010 “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 value of PG to be submitted by the contractor will not change for variation upto 25%( either increase or decrease). In case during the course of execution , value of the contract increase by more than 25% of the original contract value, an additional Performance Guarantee to 5% (five percent) for the excess value over the original contract value should be deposited by the contractor”

7.0 STUDY OF DRAWINGS AND LOCAL CONDITIONS:

7.1 The drawings for the works can be seen in the office of the Dy.Chief Engineer/DMW, Patiala. It should

be noted by tenderer/s that these drawings are meant for general guidance only and the Railway may suitably modify them during the execution of the work according to the circumstances without making the Railways liable for any claims on account of such changes.

7.2 The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature and conditions of soil, difficulties involved due to inadequate stacking space, due to built up area around the site, availability of materials water and labour probable sites for labour camps, stores, godowns, etc. They should also satisfy themselves as to the sources of supply and adequacy for their respective purpose of different materials referred in the specifications and indicated in the drawings. The extent of lead and lift involved in the execution of works and any difficulties involved in the execution of work should also be examined before formulating the rates for complete items of work described in the schedule.

7.3 Fencing at work site:

Contractor(s) while executing the work of gauge conversion/doubling, yard remodelling etc. shall provide suitable fencing/barricading to protect/segregate the existing Railway line from any damage and un-toward incident, as per the directions or plan approved by Engineer-in-charge. No work will be started till the fencing/barricading is provided and clearance in writing is issued by the Engineer-in-charge.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 18: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

187.4 Safety Gear:

During execution of the work, contractors shall ensure that all safety precautions are taken by their

men to protect themselves and site to prevent any untoward incident. In this regard contractor will ensure that adequate number of safety helmets, safety belts, safety jackets with reflective arm band, rope; ladders emergency light etc. are available at site before the work is actually started. The above list is only indicative and is not exhaustive and safety item will be arranged as per the requirement. Railway reserve the right to stop the work in the absence of proper safety gear and no claim shall be entertained in this regard. Decision of the Engineer-in-charge will be final and binding upon the contractor. The cost of all the safety gear is deemed to have been included in the rates quoted and nothing extra is payable under this contract.

8.0 PERIOD OF COMPLETION: 8.1 The entire work is required to be completed in all respects within 5 Months from the date of issue of

the acceptance letter/telegram. Time is the essence of contract. The contractor/s will be required to maintain speedy and required progress to the satisfactions of the Engineer to ensure that the work will be completed in all respects within the stipulated period failing which action may be taken by the Railway Administration in terms of Clause 17(2) and/or Clause 62 of the General Conditions of Contract 1999 with latest correction slip.

8.2 The contractor/s shall arrange to execute the different items of works in close consultation with and as per directions of the Engineer so that other works being executed in the same area either departmentally or through another agency such as steel erection, P. Way earthwork in formation, etc. are also progressed concurrently. It may be noted, however, that any delay in the execution of departmental works, for whatsoever reason shall not be accepted as an excuse for non-performance of the contract.

8.3 The contractor/s will be required to give Dy.Chief Engineer, DMW, Patiala a monthly progress report of the work done during the month on 4th of the following month. He will also give to the Dy.Chief Engineer, DMW, Patiala the programme of work to be done in coming month by 25th of the preceding month. The programme will be subject to alteration or modifications at the direction of the Chief Mechanical Engineer/ Dy.Chief Engineer, DMW, Patiala, who may discuss such modifications or alterations with the contractor as considered necessary. Approval of any programme shall not in any way relieve the contractor from any of his obligations to complete the whole of the work by the prescribed time or extended time, if any.

8.4 Imposition of token penalty for delay in the completion of work:

The existing clause 17(B) of GCC provides for recovery of liquidated damages from the contractor for delay in completion of work. While granting extension to the currency of the contract under clause 17(B) of GCC, Competent authority may also consider levy of token penalty as deemed fit based on the merit of the case.

9.0 RATES FOR PAYMENT:

9.1 The rates given in the attached schedule of rates tendered by the contractor and as

accepted by the Railways will form the basis of payment for such items under this contract.

9.2 The rates for any item of work not included in the (Schedule of Items, Rates and Quantities) and which the contractor may be called upon to do by Railway Administration shall be fixed by the supplementary written agreement between the contractor and the Railway before the

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 19: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

19particular item or items of work is/are executed. In the event of such agreement not being entered into and executed the Railway may execute these works by making alternative arrangements. Railways will not be responsible for any loss or damages on this account.

9.2.1 The contractor shall work in close co-operation with the contractors, departmental staff working in the adjacent sections of railway & local authorities.

9.3 It should be specifically noted by the tenderers that no separate loading, unloading and leading charges for materials (which are supplied by the Railway) shall be paid for by the Railways and the rates quoted by the tenderer/s shall be inclusive of all these charges.

9.4 The item nos., description, units and rates given in schedule of rates are as per Northern Unified Railway Standard Schedule of rates 2010 & any discrepancy during the execution of the work in the working rates, quantity and units etc. should be rectified by reference to the printed schedule of rates which be treated as authority & will be binding on the contractor.

9.5 Should there arise any items which may be necessary for the completion of work but which does not appear in the Schedule of Items, Rates and Quantities attached with tenders, its rate will be fixed by analysis of actual inputs of all types including labour and material or derived from the labour and material rates given in the Northern Railway Unified Standard Schedules of rates 2010. The rates for such non-scheduled items occurring during the course of construction shall be payable subject to the approval of the competent authority.

No items or work requiring non-schedule rates will be carried out unless ordered to do so by the Engineer. The rates derived from the Northern Railway Unified Standard Schedules of rates 2010 will be subject to percentage above or below tendered by the contractor.

9.6 Payment for the work done will be made to the contractor only when the formal agreement has been executed between the parties.

9.7 SUPPLEMENTARY AGREEMENT: After the work is completed and taken over by the Railway as per terms and conditions of the contract

agreement or otherwise concluded by the parties with mutual consent and full and final payment is made by the Railway to the contractor for work done under the contract the parties shall execute the supplementary agreement annexed here to as Annexure-B.

9.8 Measures to be taken in construction and repairs on roads, embankments, etc.

9.8.1 All borrow pits dug for and in connection with the construction and repairs of buildings, roads, embankments, etc. shall be deep and connected with each other in the formation of a drain directed towards the lowest level and properly sloped for discharge into a river, stream, channel or drain and no person shall create any isolated borrow pit which is likely to cause accumulation of water which may breed mosquitoes.

9.8.2 Non fulfilment of the provision in 9.9.1 above shall be a breach of the contract and contractor/s shall be liable to pay by way of agreed liquidated damages to the Railway at the rates of Rs.100/- for each breach and in addition to that contractor further undertake to pay the amount incurred by the Railway in getting the said job/s done at the risk and cost of the contractor. Besides this, the contractor will

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 20: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

20also be held responsible for any laws for contravening them.

10.0 SETTING OUT WORKS: 10.1 The contractor is to set out the whole of the work in consultation with the engineer or an official to be

deputed by the Engineer and during the progress of works to amend on the requisition of the Engineer any errors, which may arise there in and provide efficient and sufficient staff and labour thereon. The contractor shall also alter or amend any errors in the dimensions, lines or levels to the satisfaction of the Engineer or his authorized representative without claiming any compensation for the same.

10.2 The contractor shall provide, fix and be responsible for maintenance of all stocks, templates, profiles, land marks, points, burjies, monuments, center line pillars, reference pillars, etc. and shall take all necessary precautions to prevent their being removed altered or disturbed and will be responsible for the consequence of such removal, alterations or disturbance and for their efficient reinstatement.

10.3 The contractor shall protect and support, as may be required or as directed by the Engineer, all building, fences, walls, towers, drains, road paths, waterways, foreshores banks, bridges, Railway ground and overhead electric lighting, the telegraphs/ telephones and crossing water service Main pipes and cables and wires and altogether matters and things of whatever kind not otherwise herein specified other than those specified or directed to be removed or altered which may be interfered with or which likely to be affected disturbed or endanger by the execution completion of maintenance of the works and shall support provided under this clause to such cases as directed by the Engineer. No payment shall be made by the Railway to the contractor for these works on account of delay for re-arrangement of road traffic or in the contractor having to carry out the short lengths and in such places as per conditions and circumstances may warrant. These will not form the basis of any claim and or dispute for compensation of any kind.

11.0 DRAWINGS FOR WORKS: 11.1 The Railway Administration reserves the right to modify the plans and drawings as referred to in the

special data and specifications as also the estimate and specifications without assigning any reasons as and when considered necessary by the railway. The percentage rates for the schedule items and items rates for the non-schedule items quoted by the contractor as may be accepted by the railways will, however, hold good irrespective of any changes, modifications, alterations, additions, omissions in the locations of structures and detailed drawings, specifications and/or the manner of executing the work.

11.2 It should be specifically noted that some of the detailed drawings may not have been finalized by the railway and will, therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on this account shall be payable by the Railway Administration.

11.3 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the work/s arising out of delay in approval of drawings, changes, modifications, alterations, additions, omission and the site layout plans or details drawings and design and or late supply of such material as are required to be arranged by the Railway or due to any other factor on Railway Accounts.

11.4 If any plan/drawing is attached with tender form, Rs.200/- per plan/drawing will be levied extra.

12.0 SUPPLY OF CEMENT AND STEEL BY THE RAILWAYS

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 21: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

2112..1 Cement, Mild Steel/H.Y.S.D./Bars/RSJ/MS Plate, etc. to be supplied by the Railway to the extent as

would become a part of the work involved in the tender schedule will be supplied by the Railway free of cost or on cost recovery basis as the case may be as per relevant clauses of special conditions relating to site data and specifications at construction store godown at __________. The contractor will be required to lead the same to the site of work at his own cost subject to payment at the rate as quoted against relevant item of N.S. Items in the Schedule of Items, Rates & Quantities.

12..2 Cement and steel required for temporary works timbering, shuttering, centering, scaffolding, etc. will have to be arranged entirely by the contractor at his own cost.

12..3 The empty cement bags for the supply of cement by the Railway shall be property of the contractor and the cost of the same shall be recovered at the rate of Rupees Two per empty cement bag from the ‘on account bill’ of the contractor in case the cement is supplied in Jute bags. No recovery on account of empty cement bags shall be made from the contractor, in case the cement is supplied in H.D.P.E. bags. The Railway, however, reserves its right to take empty bags as are in good conditions and in that case no recovery will be made for bags so taken back. These rates will apply for bags deteriorated, while in use and not found acceptable to the Railway so taken back from the contractor.

13.0 SUPPLY OF MATERIALS BY THE CONTRACTOR/S: 13.1 Materials used in the work by the contractor shall conform to the Northern Railway Standard

Specifications and the relevant I.S.I./I.R.S Specifications, and should be approved by the Engineer before utilizing them on works.

13.2 It should be clearly understood that the tendered rates include wastage and wash away due to rains, storms, floods or any other cause whatsoever.

13.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will be paid for the materials, tools and plants and tools arranged and brought by the contractor to the site of work.

14.0 SUPPLY OF CEMENT & REINFORCEMENT STEEL BY THE CONTRACTOR: 14.1 REINFORCEMENT: (i) Reinforcement will be of TOR steel (cold twisted deformed bars) as decided by the engineer-

in-charge or as per approved drawings and confirming to the latest IS/IRC codes. Payment shall be made under relevant item of the tender schedule/NR Unified Std. Schedule of USSOR 2010.

(ii) Steel for use in the works shall be procured by the contractor from the main producers or any other manufacture of repute as approved by Engineer incharge, or their authorised dealers/authorised stock yards which should conforms to latest relevant IS specifications.

(iii) Test certificates for steel before use, as per latest relevant IS the contractor at his own cost will furnish specifications from the manufacturer of the laboratories approved by the Engineer in Charge.

(iv)

Railway will also take samples during the course of work and get the steels tested ascertain its conformity to the IS specifications at contractors cost before a particular lot is put to use. Frequency of testing shall be as prescribed by the relevant IS code.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 22: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

22 (v) Payment for the steel reinforcement shall be made on the basis of standard unit weights per

meter to the extent actually consumed on the work as per approved drawings and nothing extra will be paid for unauthorised over laps and wastage of steel involved in cutting the bars to their required sizes. Nothing extra will be payable for over weight steel within the limit of tolerance permitted as per IS-1786: 1985.

(vi) It shall be the responsibility of the contractor to clean the reinforcement bars with dry gunny bags if they are coated with rust or impurities and nothing extra shall be paid for the same.

(vii) The rate for Reinforced Cement Concrete includes straightening and uncoiling of rolls of reinforcement. No extra payment for straightening and/or uncoiling of reinforcement rolls shall be payable by the railways.

(viii) Binding wire of approved quality shall be arranged by the tenderer/s himself/themselves and the rates quoted for RCC work shall include cost of binding wire and the process of binding etc.

(ix)

No welding of reinforcement will be permitted except in special circumstances under the written approval of the Engineer-in-charge. Steel having unit weight per meter not falling within the tolerances specified in relevant IS code shall not be accepted.

14.2 CEMENT: (i) Cement for use in the works will be procured by the contractor from the BIS approved

producers or their authorised dealers with the prior approval & consent of the engineer-in-charge.

(ii) Cement older than 3 months from the date of manufacture as marked on the bags shall not be accepted. Cement bags preferably in paper bag packing should bear the following markings: -

a) Manufacturer’s Name b) Registered Trademark of manufacturer if any c) Type of cement d) Weight of each bag in Kg. Or no. of bags/tone e) Date of manufacture generally marked as week of the year/year of manufacture.

(iii) Quality test certificate for cement as per ISI 4031 shall be furnished by the contractor at his own cost from the manufacturer, before use of cement supplied.

(iv)

Railway will also take samples during the course of execution of works and get the cement tested from reputed /approved labs to ascertain its conformity to the relevant IS specification at contractor’s cost before a particular lot is put to use. Frequency of testing shall be as prescribed by the relevant IS code. Following tests inter alia shall be carried out: -

a) Fineness

b) Compressive strength c) Initial and final setting time

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 23: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

23 d) Consistency e) Soundness (v) In case samples tested do not pass the quality tests conducted, the entire batch of cement

supplied shall be rejected and returned to the contractor.

(vi) For storage of cement, the contractor shall have to construct a temporary godown of adequate capacity at his own cost; as per the promises of the relevant IS code. The contractor shall bring the cement to the site of work only on the written instructions from Gazetted officer in charge of the work. It shall be obligatory on the part of the contractor to get every consignment/ truck of cement weighed in the presence of

(vii) Inspector in charge or his representative and supplies original copies of weigh slip along with the consignment. The inspector in charge will verify the quantity of cement brought to the site of work and return one verified weigh slip to the contractor after the same is stacked inside the cement godown under his supervision.

(viii) The record of cement brought to the site of work, daily consumption, daily opening balance and closing balance shall be maintained at site jointly by the inspector incharge of work and contractor or his authorised representative. For this purpose a set of registers duly reconciled and signed by the contractor and the inspector incharge of the work certifying the opening balance, consumption, and closing balance should be maintained. One register each shall be kept in the custody of inspector incharge of the work and contractor or his representative.

(ix)

The contractor shall be the custodian of cement godown and shall keep the godown under his lock and key to ensure safe custody of cement. The contractor shall ensure that the cement once brought to the site and accounted for shall be used at the site only and shall not be taken away from the site for any other purpose.

(x) Contractor shall make the cement godown available for inspection along with connected record to the Engineer or his representative as and when required.

(xi) Land for construction for the temporary cement godown shall be handed over by the railway on the written request of the contractor free of any rent if available.

(xii) The contractor shall ensure that after completion of the work and/or determination of the contract for any reason whatsoever, the temporary cement godown shall be dismantled and all dismantled materials/debris shall be removed and clear site shall be handed over back to Railways. All the released materials shall be the property of the contractor and the railways for construction/dismantling etc shall make no payment. The final bill and earnest money/security deposit shall not be released unless the godown is dismantled and the site is cleared in all respects.

Tolerance requirement for the mass cement: a) Cement supplied at one time will be taken as forming one batch. The number of bags taken

for sample from each batch shall be as under: -

Batch Size Sample Size

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 24: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

24 100 to 150 20 151 to 280 32 281 to 500 50 501 to 1200 80 1201 to 3200 125 3201 and above 200 The bags in sample shall be selected at random. The number of bags in sample showing a minus error greater than 2.0% of the specified net

mass (50 Kg) shall not be more than 5.0% of the bags in sample. Also the minus error in none of such bags in the sample shall exceed 4.0% of the specified net mass of cement in the bag. In case the minus errors exceed the percentages herein specified, the entire batch of cement sample shall be rejected.

b) In case of a wagon/truck load of 10 to 25 tones, the overall tolerance on net is rejected.

(i) The consumption of cement on works shall be assessed on the basis of cement constants per unit quantity for various items of works as per Northern Railway USSOR 2010 or cement contents per unit quantity as per design in case of design mix of cement concrete of specified strength. In case of designed mix of concrete of specified strength where the cement is to be used by weight, where specially ordered in the NS item rate or the tender conditions, a variation of + 1% (Max.) will be allowed in the consumption of cement on the works.

(ii) Stacking of cement in the godown shall be done on a layer of wooden sleepers, so as to avoid contact of cement bags with the floor or alternatively scrap GI sheets may also be used in place of sleepers but these must be placed at least 20 cm above the floor. The bags shall be stacked at least 30 cm clear of the walls to prevent deterioration. The wooden sleepers/scrap GI sheets shall be arranged by the contractor at his own cost. Cement shall be stored in such a manner as to permit easy access for proper inspection. Cement should be stacked not more than ten layers high to prevent bursting of bags in bottom layers and formation of clods. The stacks of cement bags shall be covered with tarpaulin during monsoons so as to obviate the possibility of deterioration of cement by moisture in the atmosphere. Cement, which is set or partially set, is on no account to be used.

(iii) The cement brought to the site godown in excess of the requirement calculated based on the cement factors shall be taken back by the contractor on completion of the work after written approval of the ADEN/DEN on proper documents.

(iv)

Payment as per relevant NS items will be made on the basis of quantity of cement actually consumed or the quantity calculated as per the cement factors for various items, whichever is less subject to recovery as per clause below: Cement actually consumed on works shall normally match the quantity calculated as per the cement factors for various items. If it is discovered that the cement actually consumed at site is less than the quantity ascertained taking into consideration the cement factors for various items by more than 1 %, the cost of the cement not so used (i.e. difference between the quantity of cement calculated as per cement factors and cement actually consumed) shall be recovered at double the quoted rate

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 25: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

25from the contractor. Empty cement bags will be the property of the contractor.

15.0 SERVICE ROADS:

15.1 The contractor/s shall make his/their arrangements for service roads, paths etc. for carrying his/their tools and plants, labour and materials, etc. and will also allow the Railway use of such paths and service roads, etc. for plying its own vehicles free of cost. The tenderer/s will be deemed to have included the cost of making any service roads, roads or paths, etc., that may be required by him/them for plying his/their vehicles for the carriage of his/their men and materials, tools, plants and machinery for successful completion of the work. Similarly, any other feeder road connecting any of the existing roads will be made by the contractor at his/their own cost including any compensation that may be required to be paid for the temporary occupation and or usage of Govt. and or private land and without in any way involving the Railway in any dispute for damage and/or compensation.

15.2 In case the Railway has its own paths, service roads, the contractor/s will be allowed to use of such paths or service roads free of cost. He/They shall, however, in no way involve the Railway in any claims or dispute of whatever kind due to the inaccessibility of such paths or service roads or due to their poor condition and or maintenance or their being to be blocked and/or closed.

15.3 The rates quoted by the contractor as per Schedule of Items, Rates and Quantities shall form the basis of ‘on account payment' or the various items under this contract.

15.4 In the course of execution of various items of work under schedule of Items, Rates and Quantities

running bills payment for partly completed works will be made to the contractor. The quantum of such work for payment shall be decided by the Engineer-in-charge whose decision shall be final and binding on the contractor.

15.5 No `on account payment' by the Railway shall protect the contractor/s against or prevent the Railway from recovering from the contractor/s any over payment made to him/them.

15.6 Final payment of the balance amount due, exclusive of the security deposit required in terms of Clause-5 of these special conditions, will be made after the completion of the entire work and on the certification of the Engineer that work has been completed in all respects and found satisfactory. The security deposit will be refunded after the date of completion according to Clause 5.1 of these conditions.

16.0 EMERGENCY WORK: 16.1 In the event of any accident or failure occurring in or about the work arising out of or in connection

with the construction completion or maintenance of the work which in the opinion of the Engineer require immediate attention, the Railway may be with its own workmen or other agency execute or partly execute the necessary work or carry out repairs if the Engineer considers that the contractor is not in a position to do so in time and charge the cost thereof, as to be determined by the Engineer- in charge or his representative to the contractor.

16.2 In terms of clause 32 of GCC of May 1999, the material and plants brought by the contractor on the site or land occupied by the contractor in connection with the works and intended to be used for execution thereof shall immediately, after they are brought upon the sites of this said land be deemed to be the property of the Railway, vehicles, equipments, plant and machinery of the contractor

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 26: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

26can be drafted by the Railway Administration at their discretion in case of accidents, natural calamites involving human lives, breaches, stoppage of train operations or any contingencies which require such requisitioning as essential. The decision in this regard of the Engineer-in-charge or his superiors i.e. Dy.CE/XEN(C) shall be final and beyond the ambit of arbitration clause.

16.3 In terms of clause 2.3.3 , tenderer is required to submit the list of equipment, machinery, construction tools and plants available /deployed at site. The successful tenderer on receipt of acceptance letter and conveying their consent shall submit name, addresses, telephone numbers, Fax number/E Mail address of the persons to be contacted for requisitioning the above items as detailed in forgoing clause 16.2 and notify from time to time if any change in the list of equipments/machinery or the addresses/ individuals to the Engineer-in-charge in writing. The name and address, telephone numbers and the contractor officials name shall also be displayed at the site of work.

16.4 The manpower, consumable items and maintenance of the above tools and plants when requisitioned shall be the responsibility of the tenderer/contractor so that the equipments, machinery, tools and plants shall be available for effective utilization at the accident sites, natural calamities, breaches sites etc.

16.5 The hire charges per annum shall be calculated at the following rates on the purchase cost of the plant as under:

(i) Depreciation charges at the following rates a) Light plant 16% per annum b) Heavy plant 10% per annum c) Special plant 6% per annum

(ii) In additional 10% on the total of (i) above to meet contingencies (iii) 10% contractor profit on total cost as detailed (i) to (ii)

(iv)

The hire charges per day shall be arrived at dividing the annual hire charges of total of (i) to (iii) above by 365, which shall be the assumed number of working days in year for this purpose. These hire charges will be payable from the date the plant is handed over to the railway to date on which it is returned to the contractor by Railway.

(v) The contractor manpower charge shall be payable @ minimum wages as notified by the State Govt. /local bodies /labour Deptt. as the case may be for highly skilled, semi skilled personnel drafted for operating the plant and machinery.

(vi) The payment for the fuel cost shall be paid on the basis of the actual expenditure incurred by the contractor for purchase + 10% contractor's profit thereof which will be the payments towards his miscellaneous expenses too.

17.0 NIGHT WORK: If the Engineer is satisfied that the work is not likely to be completed in time except by resorting to

night work, he may order without confirming any right on the contractor for claiming any extra payment for the same.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 27: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

27

18.0 DISPOSAL OF SURPLUS EXCAVATED MATERIALS: 18.1 The contractor shall at all time keep the site free from all surplus earth, surplus materials, and all

rubbish which shall arise from the works and should dispose of the surplus excavated materials as ordered by the Engineer failing which it will be done at the cost of the contractor and cost will be deducted from his dues.

18.2 The contractor shall within 15 days of completion of entire works remove all unused and surplus materials tools and plants staging and refuge or other materials produced by his operations and shall leave the site in a clear and tidy conditions.

19.0 SITE INSPECTION REGISTER: 19.1 A site inspection register will be maintained by the Engineer or his representative in which the

contractor will be bound to sign day to day entries made by the Engineer or his representative. The contractor is required to take note of the instructions given to him through the site inspection register and should comply with the same within a reasonable time. The contractor will also arrange to receive all the letters etc. issued to him at the site of works.

19.2 The contractor shall, from time to time (before the surface of any portion or the site is interfered with or the work thereon begun) take such levels as the Engineer may direct in his presence or any person authorized by him in writing. Such levels approved and checked by him or such authorized persons shall be recorded in writing and signed by the contractor and shall form the basis of the measurements.

20.0 The contractor shall have to make and maintain at his own cost suitable approach road and path, etc. for proper inspection of the various works. He shall also provide all facilities as required by the Engineer such as Ladder and other appliances for satisfactory inspection of the works and places where materials for the work are stored or prepared.

21.0 OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST: Should the Engineer, or any representative consider it necessary for the purpose of enabling

inspection of tests analysis to be made to verify or ascertain the quality of any part of the works or of any materials, the contractor shall as and when required by the Engineer or his representatives open up the work or materials for inspection or test or analysis, pull down or cut into any part of the work to make such openings, into under or through any part of the works as may be directed and shall/provide all things facilities which in the opinion of the Engineer or his representative are necessary and essential for the purpose of inspection or test or analysis of the works or of any part thereof or the materials, or of workmanship and the contractor shall close up, cover, rebuild and made good the whole at his own cost, as and when directed by and to the satisfaction of Engineer provided always that of the work in the opinion of the Engineer is found to his satisfaction and in accordance with the contract. The excess expenditure in such examination, inspection or test shall, upon the certificate of the engineer, be borne by the Railways.

22.0 The period of maintenance shall be 6 (six) months from the certified date of completion. In case of zone work, the maintenance period shall be six months (6) months. In case of supply of ballast, building material, other material, earthwork, track work, leading work, the maintenance period shall be NIL.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 28: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

2823.0 GENERAL: 23.1 The contractor/ contractors shall pay wages to his /their labour as laid down in section 63 to 71 of the

contract labour central rules -1971 in the presence of AEN or his authorised representative. In case the contractors labour perform the same of similar kind of work as the main directly employed by the AEN the wages rates of work holidays and other condition of services of the workman employed by AEN are the applicable to the contractor's labour also. The contractor/contractor shall keep and maintained necessary register/ record issued employment cards, service certificate to the deployed on notice board in accordance with section75-82 of the contract.

23.2 The contractor will be required to give 'NO CLAIM CERTIFICATE' while signing the final bill. This 'NO CLAIM CERTIFICATE' furnished by the contractor constitute special agreement where he admits and acknowledge that no money is due to him in connection with the particular contract by him thus after the contractor has given no claim certificate and has final bill has been finalised and paid to him the contractor can not ask for any more payment even if post audit records show that he had been paid less hence after no claim is given, the contractor will not be entitled to ask for arbitration.

23.3 Subject as other wise provided in this contract all notices to be given on behalf of the President of India and all other action to be taken or his behalf may be given or taken on his behalf by the Engineer- in charge or his representative.

23.4 The breakage of all clods will be ruthlessly ingested upon should any time /times the contractors be found to be deviating from this documents, the subordinate of Engineer In charge of work will immediately after such observation employ departmental labour to get all the clods broken up and will continue. The arrangements by this specification where as no extra payment will be made for breakage the clods. The cost of departmental labour plus 12.50% departmental charge will be deducted from the contractor/contractors bill. Similar action will also be taken if the contractors are found depositing earth around which is not cleaned by him or their seems to be constructed the new bunds, before engagement of department labour on verbal one hours notice will be given to the representative of the contractor. If the work is not attended by the representative of contractors, no correspondence will be entertained from the contractor/ contractors in connection with the departmental labour engaged under circumstances materials in this part and the orders given by the subordinate of the department will be final conclusive and not amendable to any appeal or revision. All contractors will be required to nominate their authorised agents for various location of work.

23.5 CONCRETE: The concrete shall be mixed properly in mechanical mixture and shall be of plastic consistency. The

proper consistence shall be determinedly by the engineer in charge by ‘slump test’, which shall be carried out by the contractor. The contractor shall only be commenced after the engineer in charge has inspected shuttering pinching reinforcement and passed same vibrator of approved design shall be used for vibrating the concrete when placed in position. No extra payment for the mechanical mixture and vibrator will be paid as per chapter 4 of USSOR 2010 edition.

The expose surface of RCC work shall be rendered and smooth and true with cement/mortar 1:2 (1cement; 2 sand) the work expose surface include all such exposed surface except top of slope landing and facing of rises cement will be issued free of cost. Before laying the RCC roof, the entire top will be made smooth by application the cost of approved cement plaster. No extra payment shall be made for this item.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 29: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

2923.6 RCC: i) All RCC work will be in M-150 and M-200 cement concrete conforming to IS: 456 (latest

Revision) and as specified in the drawing and percentage rates quoted for item in chapter No.4 of USSOR 2010 Edition will be applicable for both of these grades. Nothing extra will be paid on this account.

ii) Arrangements for carrying out slumps and straight tests in the form of cylinders and cabbage will be made by the contractors as per code &rules 4.4, 4.5.6 and as and when desired by the Engineer. No. Extra will be paid to the contractor for these cost and also getting than tested in the approved laboratories including transport and other charges and the contractor will be responsible to hand over the result to the Engineer.

23.7 MEASUREMENT: The gross dimension of RCC roof slabs, linters and beams etc. inclusive of bearing of walls

exclusively of thickness of plaster all is measured for purpose of payment. No deduction shall be made for the value of reinforcement and for all cavity holes for drawings etc. up to 55 C incl. No payment shall be made for the plaster on the exposed of RCC in case of columns; the measurements of the height will be from top of floor to top of floor. In case of bottom height is to be reckoned from the top of the fittings of the floor above.

23.8 BRICK WORK: (i) All pipe conduits clamps or other fitting shall be fixed in position as the work proceeds chases

will have to cut in the bricks wall for housing the fitting and contractor’s rate for brickwork shall be inclusive of the cost of cutting charges. Any charge necessary to be made after the measurements of the work has been completed at the cost of the Rly. Administration.

(ii) No claim for any addition involved in doing masonry work around which board, telephones bares etc. shall be entertained.

(iii) In the mortar of 4:1:2 for walls Badarpur & sand coarse approved qty. shall be used and nothing extra shall payable to the contractor on this account.

(iv)

Nothing extra will be paid for inserting placing reinforcement steel bars in brick masonry for connecting RCC work columns as shown in the drawings.

23.9 WOOD WORK: (i) The timber shall be of the good approved quality and well seasoned shall have uniform colour and shall

be free of disease, cracks etc.

(ii) All works shall be taken in hand by the contractor immediately after the award of the work. The contractor shall provide all the chowkhats and shutters duly approved in writing at the site of work by the authorised representative of the Engineer -In -Charge before fixing the same. The chowkhats or shutters shall not be painted oiled or waged and treated with any other way before same are approved in writing. The test check of AENin woodwork is essential 100%Test check. In all fitting will be got approved from AEN before fixing.

23.10 Regarding the supplies of different of building materials successful contractor will be required to supply each item of material at the different locations in the jurisdiction of each IOW/PWI under

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 30: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

30AXEN/XEN. In each supply like sand, red moorum, bricks etc., should be measured as stack. Truck measurements are not permitted on any account.

23.11 The contractor will erect temporary shelter as per the design. Approved by Rly. This temporary shelter should be allotted to specific labour. The details particulars of the shelter and the allotment made shall be made available in the AXEN/ Incharge on completion of work it shall be the responsibility of the contractor to demolish these shelter when vacated after completion of work or termination of the contract.

23.12 PROVISION OF LIGHT SIGNALS ETC: The contractor/s shall make such provision for lighting the works, materials and plant and provide all

such marks and lights, signals and other appliances as may be necessary or as may be required by the Engineer or other responsible authorities during the execution completion and maintenance of the work and shall provide all labour, stores, etc. required for their efficient working and use at any time of day or night. He/They shall also provide all arrangement of every description of watching and maintenance required in connection with the foregoing and all other services for protection of any securing all dangerous places whether to the contractor's workmen or to other persons and or vehicular traffic until the work is certified by the engineer to have been completed and taken over in accordance with the contract.

23.13 The contractor/s will provide upon the works to the satisfaction of the Engineer and at such, places as he may nominate, proper and sufficient life saving, fire fighting and first aid appliances which shall at all times be available for use.

23.14 LABOUR CAMPS: Land for setting up a workshop by the contractor or for his labour camp or for any other purpose, shall have to

be arranged by the contractor at his own cost and under his own arrangements. The contractor, however, will be permitted to make use of the railway land to the extent that can be made available to him free of cost, by the railway in the vicinity of the site of works. The contractor/s shall at all times be responsible for any damage or trespass committed by his agent and workmen for carrying out the work.

23.15 The Railway Administration may recommend to the concerned authorities the issue of necessary transport permits for the work. The contractor shall, however, furnish full justification for the above facilities, to enable the Railway Administration to address the State Government or other authorities in this connection. The contractor shall also maintain regular logbook of receipts and issue of the materials to work, if so required by the Civil Authorities. No claim would, however, be entertained by the non-issue of any priority permits or owing to any interruption in supply.

23.16 No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claim shall be entertained for business loss or any such loss.

24.0

Attention is invited to Clause 17(B) of the G.C.C. and Clause 8.1 of tender conditions according to which time is the essence of the contract.

25.0 EMPLOYMENT OF TECHNICAL STAFF;

( Authority: Railway Board letter No.2012/CE-I/CT/O/20 dated 10.05.2013)

25.1 In terms of provisions of new Clause 26A.1 to the General Conditions of Contract (GCC), contractor shall also employ following Qualified Engineers during execution of

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 31: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

31the allotted work : (a) One Qualified Graduate Engineer when cost of work to be executed is Rs. 200

lakh and above, and (b) One Qualified Diploma Holder Engineer when cost of work to be executed is

more than Rs. 25 lakh, but less than Rs. 200 lakh. Further, in case the contractor fails to employ the Qualified Engineer, as aforesaid in Para 25.1 above, he, in terms of provisions of Clause 26A.2 to the General Conditions of Contract, shall be liable to pay an amount of Rs. 40,000 and Rs. 25,000 for each month or part thereof for the default period for the provisions, as contained in Para 25.1(a) and 25.1(b) above respectively. Provision for deployment of Qualified Engineers (Graduate Engineer or Diploma Holder Engineer) shall be for the values as prescribed above. However, for the works contract tenders, if it is considered appropriate by the tender inviting authority not to have the services of qualified engineer, the same shall be so mentioned in the tender documents by the concerned Executive with the approval of Officer not below the level of SAG Officer for reasons to be recorded in writing.

26.0 SUPPLY OF POWER CONNECTION;

26.1 The use of the electricity to the contractor from Railway resources for the execution of the work will be allowed only in case and to the extent it can be available and for this purpose the contractor will made a written request to the Dy. CE, DMW, Patiala, through the Engineer-in-charge. The decision of the Dy. CE will be communicated to the contractor within a week of the receipt of his application on proforma available from office and his decision will be final. The power supply in any case will be made available at the one point only.

26.2 In the event of the Railway agreeing to the contractors request for giving him an electric connection, the recoveries will be made on the basis of the meter reading at the rate fixed by the Railway i.e. as per the locally applicable PSEB and agree upon by Railways from time to time. The meter duly tested by Railway will be installed by the contractor at his own cost. The wiring etc. for this purpose will be done by the contractor at his own cost and to the entire satisfaction of the Elect. Engineer of Railway. Rates are subject to the revision made by PSEB.

26.3 In case any defects deficiencies are noticed by the Elect. Engineer of the Railway in the writing etc. the same shall be rectified by the contractor at his own cost immediately to the entire satisfaction of the Elect Engineer of the Railways.

26.4 Not withstanding any thing mentioned above, the contractor will indemnify the Railway at all times from any accident which is caused to his workman or any other person in his premises due to any defect/deficiencies occurring out of the negligence during working in his Electrical installations. The prior checking of his installations, by the representative of Dy. CEE/DMW/Patiala shall not absolve the contractor of the safe working of the installation.

26.5 The contractor will facilitate the inspecting official to the site of fabrication for the inspection.

26.6 (I) For minor works like tack welding for hinges of doors/gate repairs, minor drilling work at site etc. electricity will be given free of charges.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 32: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

32

26.6(II) In case it is found that the contractor is doing fabrication work ate site where he is supposed to do only minor covered under item (i) above suitable penalty will be imposed as per rules.

NOTE Item No. 26.6(I) & 26.6 (II) apply for only zone works.

27.0 SALES TAX/Turn Over/Local Tax, etc.: Sales Tax including Turn Over Tax on works contract, Octroi, Royalty, Vat Tax, Toll Tax, Local Tax, Duties/Levies as well as Services and any other Tax levied by Central Govt., State Govt. or Local Bodies, as applicable on the date of quoting the rates and any change therein at a later date, shall be considered to be included in the rates quoted by tenderer/s in the Tender Schedule.

Railways shall deduct the sales tax/Turn Over Tax or any other Tax from the Contractor’s bill at the rate as applicable as per rules framed by concerned Govt./Local bodies from time to time and remit it to concerned deptt. And shall issue a certificate regarding Tax/Duties/Levies so deducted on demand by the contractor.

28.0 Electronic clearing service: The successful tenderer/s on award of contract will have to furnish contractor’s Bank Account Number and Name of the Bank against which all payments in respect of the contract during the currency of contract shall be made as per annexure-J

28.1 All payments in respect of the contract during the currency of the contract shall be made through Electronic Clearing System (ECS) / Electronic Funds Transfer (EFT). The successful tenderer on award of contract must submit ECS/EFT Mandate Form complete in all respects as detailed at Annexure-J of the tender document. However, if the facility of ECS / EFT is not available at a particular location the payment shall be made by Cheque. In such case the successful tenderer on award of contract will have to furnish contractor’s Bank Account Number and Name of the Bank against which all payments in respect of the contract during the currency of contract shall be made.

29.0 Damage to the Railway Property: Contractor(s) executing the works adjacent to the existing Railway track for e.g. doubling, gauge conversion, yard remodelling etc. will take all care for avoiding any damage to the underground/OH services such as S&T cables, electric cables/wires, pipelines/sewer lines etc. They must ensure that the work is started after obtaining clearance in writing from the Engineer-in-charge regarding the route for signalling/Electrical cables/water supply/ sewer lines etc. However, if any damage occurs during execution, he will immediately report the same to the Engineer-in-charge and stop the work further till clearance for restarting the work is given by the Engineer-in-charge. It may be further noted that if it is proved that damage is occurred due to the negligence on the part of the contractor, the cost of the damage will be recovered from him/them. The decision of Engineer-in-charge will be final and binding upon the contractor(s).

30.0 Applicable for tender documents downloaded from internet: Tenderer/s is free to download tender documents at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting their offer. Master copy of the tender document will be available in the office of Dy CE /DMW Patiala. After award of work, an agreement will be drawn up. The agreement shall be prepared based on the master copy available in the office of Dy CE /DMW Patiala and not based on the tender documents submitted by the tenderer. In case of any discrepancy between the tender documents downloaded from internet and the master copy, later shall prevail and will be binding on the tenderer/s. No claim on this account will

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 33: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

33be entertained.

31.0 PPP will apply only to CPSEs and their subsidiaries (i.e. where PSE owns 51% or above share holding), but not to a joint venture owned by a PSE and a private sector partner. In case the quoted price by CPSEs is within 10% of the lowest valid price quoted by the private tenderer, other things being equal, purchase preference will be granted to the CPSEs at the lowest valid price bid (L-1). However, in case the quoted price by CPSEs is not within 10% of the lowest valid price bid, such a price bid may be rejected without any further consideration. A minimum value addition of 20% by the CPSEs/Subsidiary companies by way of manufacturing and/ or services would be a pre-requisite for availing of purchase preference.”

32.0

The tenderer for carrying out any construction work in __________(name of the State) must get themselves registered from the Registering Officer under Section-7 of the Building and Other Construction Workers Act, 1996 and rules made thereto by the _________(name of the State ) Govt and submit certificate of Registration issued from the Registering Officer of the _________(name of the State ) Govt. (Labour Deptt.). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item

Dy. Chief Engineer, DMW/Patiala.

Signature of the tenderer/s ________________ Address ______________________________

______________________________

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 34: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

34DIESEL LOCOMODERNISATION WORKS: PATIALA

SPECIAL DATA AND SPECIFICATIONS NAME OF WORK :

:

Supplying & Installation of 2 nos. Commercial Type Reverse OSMOSIS Plant Capacity 1000 Lph in Workshop area DMW,Patiala ( 2013-14)

SCOPE OF WORK Supplying & Installation of 2 nos. Commercial Type Reverse OSMOSIS Plant Capacity 1000 Lph in Workshop area DMW,Patiala ( 2013-14)

Proposed work in involve laying of PE-AL-PE composite pressure pipes lines for proposed supplying & installation of commercial type reverse osmosis plant cap 1000 LPH. Work also involve construction of shed with ACC roofing over proposed plant, water storage tanks with stand at various locations as directed by site engineer. Proposed work also involve Tullu Pumps etc and other minor civil work related with proposed work. Contractor may visit at site before coating the rate. 1.0 Though attempt has been made to be as specific as possible but wherever any

specification has been left out through oversight, the execution of work shall be governed by the standards specifications for works & material of Indian Railway Unified Standard Specification 2010 and the relevant Indian Standard and where neither of these cover the necessary operation, the work shall be done as per International Standard and Standard Practices.

2.0 The compressed air, if available, require for the operation of concrete breaker will be supplied free by the department. The concrete breaker, if available with the department can also be taken from the Railway for the work of floor dismantling etc. on hire at Rs. 15/- per day. The men required for its safe and proper operation will be arranged by the contractor.

2.1 Notwithstanding the above, the Deputy Chief Engineer, DMW, Patiala, reserves the right towards the works falling within the scope of the zone contract and get them done through the any other agency or departmentally without assigning any reasons for doing so and without being liable to pay compensation or damage what-so-ever on this account.

3 MEASSUREMENTS: 3.1 All works will be paid for at the tendered rates on the basis of actual measurement taken

at the site. No account will be taken for heights and thickness over those showing the unless they are authorized by Engineer in writing.

3.2 Measurement shall be made according to Indian Railway Unified Standard Specification (Works & materials) 2010.

4.0 In the refilling of the trenches, the pipes shall be surrounded with the fine selected material well rammed so as to resist subsequent movements go the pipe. No stone shall be in contact with the pipe. Re-filling of trenches shall not be carried out until the laying and joints have been approved and passed by the engineer-in-charge.

5.0 All types of pipes, water mains, cable etc. met during the course of excavation shall be carefully protected and supported. Care shall be taken not to disturb the electrical and communication cable. The pre-removal of shifting of which, if necessary, shall be arranged.

6.0 Any damage caused to the building or to the electric sanitary, water supply or the installations etc. therein either due to negligence on the part of contractor or due to actual requirement of the works shall be made good and the building or installation shall be restored to its original conditions by the contractor. Nothing extra shall be paid for it we except where otherwise specified.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 35: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

35TECHNICAL SPECIFICATIONS 1. Raw Water Pump Purpose To feed the dual media filter at

pressure more the 2.0 bar, which is min operating pressure for filter.

Specifications Horizontal Centrifugal Power

Required: 0.5 Kw Make: Fisher/ Kirloskar. Quantity: 1 No.

2. Media & Carbon Filtration Purpose To reduce the total suspended solids, dirt, iron

and reduce silt density index which can foul the membranes

Specifications Make: Aventura Material of

Construction FRP

Dia & Length: 12x48 or 14x65 Testing Pressure: 06Kg/cm2 Opening: Top Quantity: 2 No. Valve Make: AVENTURA Type: Multiport

Single lever valve

Size: 1.0-1.5 Inches

Flow Rate: Not less then 2500 LPH

Working: Down Flow

Media (1st Vessel) Media (2nd Vessel)

Gravel, Pebbles, Quartz Sand, Anthracite, Activated carbon etc.

3. MICRON FILTER Purpose To remove the fine particles up to 0.5 microns

and reduce silt density index levels to acceptable level.

Specifications Cartridge Filter & Housing Housing Big Blue: Make: Imported MOC of housing: PP Length: 20”

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 36: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

36 Diameter: 4” Quantity: 2 Nos Cartridge: Make Kemflw

USA Cartridge MOC: Polypropylene Length: 20” Diameter: 4.0” Micron Rating: 05 Micron Quantity: 2 Nos 4. DOSING SYSTEM Purpose To dose antiscalant chemical to protect the

scaling formation on RO membranes. Specifications MOC: PP Capacity 6 LPH Pressure: 10 psig Quantity 1 No. Make: Asterel, E.Dose 5. HIGH PRESSURE PUMP Purpose To feed the Reverse Osmosis Membrane at

pressure more than the osmotic pressure taking consideration flux rate, flow and recovery.

Specifications MOC: S.S Type: Horizontal Flow Rate: IM3 Power Required: 2.2 Kw Make: CRI, LUBI 6. RO MEMBRANE Purpose To remove the major part of TDS upto 95-98 % by

reverse Osmosis Membranes arranged and designed to give adequate flow and recovery.

Specifications Type: Spiral

Wounded Dia & Length: 80x40 OR

40x40 No. of membrane: 2 nos./8 nos.

(2nos. for 12x48 with 1no. standby) / ( 8 nos. for 14x65 with 4 nos. standby)

Membrane Make: BURTON / HYDRANOUTICS/ DOW(FILMTECH)

Salt rejection: 90-95% 7. RO PRESSURE TUBE Purpose To pack reverse osmosis membranes and operate at

high-pressure upto 350 psi. Specifications MOC: FRP

Composite

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 37: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

37 Pressure Vessels :1/2 Membrane per vessel :1/2 Make Aventura or ROH

or ELFA. 8. INSTRUMENTATION Specifications Rota Meter & pressure

gauge : 2 nos. (permeate & Reject line)

Make Flow star, Asterel / UKL

Pressure Switch 2 Nos. Make Indfos Pressure Gauges 2 nos. Make Asterel / UKL 9. PLUMBING & FITTINGS All in UPVC NRV’s pressure relief valves, where needed The system with be on common SS base

frame 10. Stabilizer 4 KV 01 Asterel/bluebird 11. ELECTRICAL PANEL Specifications Complete starters, overload relays, single

phase prevention for pump. Voltmeter, Ammeter, MCB’s, indicating

lights. Push buttons Rocker Switches for Dozers. Incomers, auto- manual switches Make- L&T. BIS Approved

12. WARRANTY 2 YEARS (Other than consumable items)

13 MAKE Kent/Hitachi/ Eureka Forbes/ Kemflw/Thermax/Siemon

14. Note: The quality of water should be portable and all parameters should be complying of relevant I.S Code for drinking water. TDS of purified water should be within permissible limits.

15. TDS meter should be provided with each plant to check the TDS at source

and after purification at each plant. Note:- 1. Payment of Non-schedule item(NS-1) will be retained @10% of the executed

work and the same amount will be released after 2 years of warrantee period with satisfactory report by site engineer. Contractor should examine the plant minimum once in a month as and when required during warrantee period.

2. 10% payment of SD/EMD/PG will be released as per GCC except NS-I.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 38: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

38

7.0 In case of any dispute regarding interpretation of any of the above quoted clauses decision of the CME/Dy.CE, Competent Authority, DMW/PTA will be final and binding on the contractor.

Dy. Chief Engineer, DMW/Patiala, For & on behalf of the President of India. I/We agree to abide by the terms and conditions mentioned at page 1 to 38 in all as well as the General Conditions of Contract, 1999, Indian Railways Unified Standard Specifications (Works & Materials) 2010 and the Northern Railways USSOR 2010.

Signature of the contractor(s)

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 39: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

39

DMW/PATIALA SCHEDULE OF RATES AND QUANTIY

1. Name of work

: Supplying & Installation of 2 nos. Commercial Type Reverse OSMOSIS Plant Capacity 1000 Lph in Workshop area DMW,Patiala ( 2013-14)

2. Approx. Cost : 2203721/- 3. Earnest Money : 44080/- 4. Date of Completion : 5 Months

GROUP'A' USSOR ITEMS S.No Description of items Approx. cost

at par with USSOR/2010

%age rates above/below at par with USSOR/2010

In Fig. In Words 1 For all items of work covered

under Chapter-3 of NR USSOR/2010 All Labour & Material

876/-

2 For all items of work covered under Chapter-3 (cement) of NR USSOR/2010 All Labour & Material

8421/-

3 For all items of work covered under Chapter-4 of NR USSOR/2010 All Labour & Material

14082/-

4 For all items of work covered under Chapter-4 (steel reinforcement) of NR USSOR/2010 All Labour & Material

9516/-

5 For all items of work covered under Chapter-5 of NR USSOR/2010 All Labour & Material

6829/-

6 For all items of work covered under Chapter-8 of NR USSOR/2010 All Labour & Material

118792/-

7 For all items of work covered under Chapter-10 of NR USSOR/2010 All Labour & Material

9248/-

8 For all items of work covered under Chapter-11 of NR USSOR/2010 All Labour & Material

1972/-

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 40: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

409 For all items of work covered

under Chapter-12 of NR USSOR/2010 All Labour & Material

5713/-

10 For all items of work covered under Chapter-13 of NR USSOR/2010 All Labour & Material

828192/-

11 For all items of work covered under Chapter-14 of NR USSOR/2010 All Labour & Material

12126/-

12 For all items of work covered under Chapter-18 of NR USSOR/2010 All Labour & Material

207/-

GROUP ‘B’ NON SCHEDULE ITEMS Rates

S.No. Item Description of items Qty. Unit In Fig In Words

1 NS-1 Supplying the complete Reverse OSMOSIS plant 1000 LPH make, Kent/Hitachi/Eureka Forbes/Kemflw/ Thermax/Siemon (As per technical specification ) including 24 month warranty period , excluding cost of consumable parts if required

2.00 Each

2 NS-2 Supplying & installation of Tullu pump ( heavy duty )ISI mark including all accessories, all labour & material as a complete job. (As per technical specification )

12.00 Each

NOTES:- 1. The cost/Quantities as shown is approximate and given only as a guide and is subject to variation according to the

need of the Railway. The Railway accepts no responsibility for the accuracy.

2. The items & rates for non-schedule items shall include all leads, lifts, ascents, descents, crossing of tracks, obstructions what-so-ever e.g. leading, loading, unloading, handling, re-handling etc. of material use of all tools and plants Mechanical Mixer, Vibrator and incidentals like payment of any taxes e.g. toll tax, roads tax, excise duty, central sales tax state sales tax or any other taxes, payable to local authorities/State of Central Government etc. all labour and material as a complete job and nothing extra will be paid other than rates quoted by the tenderer/s as accepted by the Railway.

3. I/We clearly understand that I/We am/are not entitled to any other payment on any account what-so-ever except at the tendered rates for fully completed works as per tender conditions of the contract.

Dy. Chief Engineer,

DMW/Patiala.

Signature of the Tenderer(s)

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 41: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

41 APPROX. ITEMS AND QUANTITIES TO BE OPERATED ARE GIVEN HEREWITH FOR INFORMATION OF THE TENDERERS

sl no

Item no

Description of item Unit Rate Quantity Amount

33060 Supply and using cement at worksite :

1 33063 PPC Tonne 5198.00 1.62 8420.76 Total 8420.76

2 31013 1:4:8 (1 cement : 4 sand : 8 graded stone aggregate 40mm nominal size)

cum 1751.75 0.50 875.88

Total 875.88

Reinforced cement concrete:

CAST IN SITU Providing and laying in

position M 20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete

3 41012 All work in buildings above plinth level upto floor two level.

cum 2645.23 3.50 9258.31

FORM WORK : Centering and shuttering

including strutting, propping etc. and removal of form for :

4 42011 Foundations, footings, bases of columns, raft foundation of washable aprons, Pile caps, Footings of FOB etc.

Sqm 120.60 40.00 4824.00

Total 14082.31 REINFORCEMENT :

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 42: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

42 Supplying Reinforcement

for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete.

5 45016 Thermo-Mechanically Treated bars

Kg 47.58 200.00 9516.00

Total 9516.00 Brick work with non-

modular (FPS) bricks of class designation 7.5 in foundation and plinth in :

6 51015 Cement mortar 1:6 (1 cement : 6 fine sand)

cum 2143.06 3.00 6429.18

7 51040 Extra over item 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level :

cum 133.42 3.00 400.26

Total 6829.44

Structural steel work in single section including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL

8 81011 In RSJ, tees, angles and channels

Kg 50.84 120.00 6100.80

Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 43: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

439 81031 In RSJ, tees, angles and

channels Kg 75.92 1000.00 75920.00

10 81120 Providing and fixing hard drawn steel wire fabric 75X25 mm mesh of weight not less than 7.75 Kg per sqm on angle iron or flat iron frame including all incidental work complete. Cost of frames to be paid separately under relevant item

Sqm 479.70 40.00 19188.00

11 81130 Providing and fixing MS flat 25mm x 6mm covering over expanded metal/ hard drawn wire fabric edges (executed as per Item 081110 and 081120) along the perimeter of the angle iron or flat iron framework including all incidental work, complete

metre 175.83 100.00 17583.00

Total 118791.80 Providing corrugated G.S.

sheet roofing, including vertical/curved surface, fixed with polymer coated J or L hooks, bolts and nuts 8mm diameter with bitumen and G.I. limpet washers or with G.I. limpet washers filled with white lead and including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (upto any pitch in horizontal/vertical or curved surfaces) excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 44: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

4412 101013 0.63mm thick with zinc

coating not less than 275gm/ sqm

Sqm 462.41 20.00 9248.20

Total 9248.20 12 mm cement plaster of

mix -

13 111012 1:6 (1cement: 6fine sand) Sqm 57.38 30.00 1721.40 White washing with lime to

give an even shade

14 115011 New work (three or more coats)

Sqm 8.36 30.00 250.80

Total 1972.20 1 Painting with synthetic

enamel paint of approved brand and manufacture to give an even shade

15 121051 Two or more coats on new work

Sqm 40.81 140.00 5713.40

Total 5713.40 Providing and fixing

Polyethelene-Aluminium-Polyethelene (PE-AL-PE) Composite Pressure Pipes conforming to IS-15450 U.V. stabilized with carbon black having thermal stability for hot & cold water supply, capable to withstand temperature up to 80º C inclu

16 131016 4050 (50mm OD) pipe metre 582.71 854.00 497634.34 Providing and fixing

Polyethelene-Aluminium-Polyethelene (PE-AL-PE) Composite Pressure Pipes conforming to IS-15450 U.V. stabilized with carbon black having thermal stability for hot & cold water supply, capable to withstand temperature up to 80º C, incl

17 131021 1216 (16mm OD) pipe metre 200.48 25.00 5012.00

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 45: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

45 Providing and fixing

Polyethelene-Aluminium-Polyethelene (PE-AL-PE) Composite Pressure Pipes conforming to IS-15450 U.V. stabilized with carbon black having thermal stability for hot & cold water supply, capable to withstand temperature up to 80º C inclu

18 131036 4050 (50mm OD) pipe metre 560.74 400.00 224296.00 Providing and fixing gun

metal gate valve with C.I. wheel of approved quality (screwed end)

19 132034 50 mm nominal bore Each 1011.96 3.00 3035.88 Providing and fixing ball

valve (brass) of approved quality complete high or low pressure with plastic floats complete :

20 132041 15 mm nominal bore Each 176.35 10.00 1763.50

21 136150 Providing and placing on terrace/staging (at all heights) polyethylene water storage tank ISI : 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base sup

litre 6.43 15000.00 96450.00

Total 828191.72 Providing and laying non-

pressure NP2 class (light duty) R.C.C. pipes including bends etc with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1cement: 2fine sand) including testing of joints etc. complete upto 800mm dia.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 46: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

4622 142012 150mm dia. R.C.C. pipe metre 485.02 25.00 12125.50

Total 12125.50

Demolishing plain cement concrete including disposal of material within 50m lead

23 181021 1:2:4 or richer mix with max. 20 mm coarse aggregate

cum 413.41 0.50 206.71

Total 206.71

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 47: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

47REVISED MODEL FORM OF BANK GUARANTEE BOND

Annexure-A GUARNATEE BOND

1. In consideration of the President of India (hereinafter called “the Government”) having agreed to

exempt ……………….(hereinafter called “the said Contractor (s)”) from the demand, under the terms and condition of an Agreement, dated……………………….made between……………and …………for……………(hereinafter called “the said Agreement”) of security deposit for the due fulfilment by the said Contractor (s) of the terms and conditions contained in the said Agreement, on production of a bank Guarantee for Rs……………….(Rupees…………..………….only),……we, …….……. (hereinafter referred to as “the bank”) (Indicate the name of the bank )at the request of ……………(contractor (s) do hereby undertake to pay to the Government an amount not exceeding Rs……..….against any loss or 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 or 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 a 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 or conditions contained in the said Agreement or 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 or disputes raised by the contractor (s) supplier (s) in any suit or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal. This payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractors (s) / supplier (s) shall have no claim against us for making such payment.

4. We,…… (Indicate the name of the 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 enforceable till all the due of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged of till……………(Office/ Department) Ministry of………………………………certifies that the terms and conditions of the said 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 is made on us in writing on or before the …………………………………….we shall be discharged from all liability under this guarantee thereafter.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 48: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

485. We,…… (Indicate the name of the bank) further agree with the Government that the

Government shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by Government against the said Contractor (s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor (s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said Contractor (s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

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 the bank)…..lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the …….day of………200……... For…….(Indicate the name of the bank)............

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 49: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

49

ANNEXURE-B SUPPLEMENTARY AGREEMENT

Articles of agreement made this day _______ in the year Two thousand and Five between the President of India, acting through the ___________________ Northern Railway Administration having his office at __________________ herein after called the Railway of the one part and ____________________________________ of the second part. Whereas the party hereto of the other part executed an agreement with the party hereto of the first part being agreement Number _____________dated __________for the performance ___________________________________________________________________________________________________________________herein after called the ‘Principal Agreement’. And whereas it was agree by and between the parties hereto that the works would be completed by the party hereto of the second part on ______________date last extended’ and whereas the party hereto of the second part has executed the work to the entire satisfaction of the party hereto of the first part. And whereas the party hereto of the first part already made payment of the party hereto of the second part diverse sums from time to time aggregating to Rs._______________ including the final bill bearing voucher No.______________ dated ___________(the receipt of which is hereby acknowledged by the party hereto of the second part in full and final settlement of all his /its claims under the principal agreement. And whereas the party hereto of the second part have received further sum of Rs._____________ through the final bill bearing voucher No.____________ dated ______________(the receipt of which is hereby acknowledged by the party thereto of the second part) from the party hereto the first part in full and final settlement of all his/its disputed claims under principal agreement. Now, it is hereby agreed by and between the parties in the consideration of sums already paid (by the party hereto of the first part to the party hereto of the second part against all outstanding dues and claims for, all works done under the aforesaid principal agreement including/excluding the security deposit the party hereto of the second part have no further dues of claims against the party hereto the first part under the said Principal Agreement. It is further agreed by and between the parties that the party hereto of the second part has accepted the said sums mentioned above in full and final satisfaction of all its dues and claims under the said Principal Agreement. It is further agreed and understood by and between the parties that in consideration of the payment already made, under the agreement, the said Principal Agreement shall stand finally discharged and rescinded all the terms and conditions including the arbitration clause. It is further agreed and understood by and between the parties that the arbitration clause contained in the said principal agreement shall cease to have any effect and/or shall be deemed to be non-existent for all purposes.

Signature of the contractor/s for and on behalf of the President Of India Witness 1 _______________________ 2. _______________________ ADDRESS: _______________________

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 50: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

50

ANNEXURE-C P R O F O R M A

D E C L A R A T I O N

I/We hereby solemnly declare that I/We visited the site of the work (as on top sheet) personally and have made myself/ourselves fully conversant of the conditions therein and particular the following: -

1. Topography of area.

2. Soil strata at site of work.

3. Sources and availability of construction materials.

4. Rates for construction of material, water, electricity including all local taxes, royalties, octrois etc

5. Availability of local labour (both skilled and unskilled) and relevant labour rates and labour laws.

6. The existing roads and approaches to the site of work and requirements for further service

roads/approaches to be constructed by me/us

7. The availability and rates of private land etc. that shall be required by me/us for various purposes.

8. Climatic conditions and availability of working days

I/We have quoted my/our rates for various items in the schedule of items, quantities and rates taking into account all the above factors also.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 51: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

51

ANNEXURE-D

CONSTITUTION OF THE FIRM 1. Full name of contractor/s constitution

of firm and year of establishment.

2. Registered Head Office, Address.

3. Branch office in India

4. Address on which correspondence

regarding this tender should be done.

5. Constitution of firm give full details including name of partners executives/power of attorney/Holders etc.

6. Particulars of registrations with Govt./Semi Govt. Organization, Public sector, undertakings and local bodies etc.

.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 52: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

52ANNEXURE – E

Details of Plant and Machinery already available with the firm

S.No. Particulars of equipment

No. of Unit

Kind & make

Capacity Date by which the plant would be available for use on this work

Age & condition

Work on which it is being used.

1 2 3 4 5 6 7 8

ANNEXURE –F

LIST OF ENGINEERS/PERSONNEL ALREADY AVAILABLE/ PROPOSED TO BE EMPLOYED FOR DEPLOYMENT ON THIS WORK:

S.No. Name & Designation

Qualification Professional experience

Organization with whom working

Date by which personnel will be available for this work

1 2 3 4 5 6

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 53: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

53

ANNEXURE-G

STATEMENT OF WORKS EXECUTED/COMPLETED BY THE CONTRACTORS DURING LAST

THREE YEARS

S. No. Name and place of work

Authority /agency for which work was carried out

Date of award & agreement No. & Date

1 2 3 4

Date of completion (original /actual)

Agreemental cost /completion cost.

Principal /Technical features work in brief

S.No. at which relevant certificate /documents are attached.

5 6 7 8

ANNEXURE – H

Statement of works being executed/in hand by the contractor/s

S.No. Name and place of work

Authority/agency for whom the work is being carried out

Date of award & agreement No. & Date

Date of completion (Original/ actual)

1 2 3 4 5

Agreemental cost of work / Completion cost

Principal/ Technical features work in brief

S.No. at which relevant certificate/Documents are

attached

Payment taken till

6 7 8 9

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 54: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

54ANNEXURE 'I'

Detail of contractual payment received in last three financial year and current financial year.

SN Name of work Name of

employer Detail of payment

For the financial year

Total contract amount received

1 2 3 4 5 6

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 55: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

55

ANNEXURE-J FORMS

FORM NO.E-5 Appendix-VIII Electronic Clearing Service (Credit Clearing)

Model Mandate Form (Investor/customer’s option to receive payments through Credit Clearing Mechanism)

Name of the scheme and the periodicity of payment

No.

1) Investor/customer’s name 2) Particulars of Bank account : A Name of the Bank B Name of the branch : Address : Telephone No. : C C 9-Digit code number of the bank and branch Appearing on the MICR cheque issued by the bank: D Type of the account (S.B., Current or Cash Credit) With code (10/11/13) E Ledger and Ledger folio number : F Account number (as appearing on the cheque book) (In lieu of the bank certificate to be obtained as under, please attach a blank cancelled

cheque or photocopy of a cheque or front page of your savings bank pass book issued by your bank for verification of the above particulars)

3) . Date of effect: I hereby declare that the particulars given above are correct and complete. If the transaction is

delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme.

(_____________________) Signature of the Investor

Customer Date Certified that the particulars furnished above are correct as per our records Bank’s Stamp

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 56: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

56

Annexure K Annexure to Rly.Board letter No. 2002/CE-I/CT/37 dt.2/9/08.

GUIDELINES FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS TENDER

1. Separate identity/name shall be given to the Joint Venture firm.

2. Number of members in JV firm shall not be more than three if the work involves only one

department (say Civil or S&T or Electrical) and shall not be more than five if the work involves more than one department.

3. A member of JV firm shall not be permitted to participate to either in individual capacity or as a member of another JV firm in the same tender.

4. The tender form shall be purchased and submitted only in the name of the JV firm and not in the name of any constituent member.

5. Normally EMD shall be submitted only in the name of the JV and not in the name of constituent member. However, in exceptional cases EMD in the name of lead partner can be accepted subject to submission of specific request letter from lead partner stating the reasons for not submitting the EMD in the name of JV and giving written confirmation from the JV partners to the effect that the EMD submitted by the lead partner may be deemed as EMD submitted by JV firm.

6. One of the members of the JV firm shall be the lead member of the JV firm who shall have a majority (at least 51%) share of interest in the JV firm. The other members shall have a share of not less than 20% each in case of JV firms with upto three members and not less than 10% each in case of JV firms with more than three members. In case of JV firm with foreign member(s), the lead member has to be an Indian firm with a minimum share of 51%.

7. A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted by the JV firm along with the tender. The complete details of the members of the JV firm, their share and responsibility in the JV firm etc. particularly with reference to financial technical and other obligations shall be furnished in the MOU. (The MOU format for this purpose shall be finalized by the railway in consultation with their law branch and shall be enclosed along with the tender.)

8. Once the tender is submitted, the MOU shall not be modified/altered/terminated during the

validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited. In case of successful tenderer, the validity of this MOU shall be extended till the currency of the contract expires.

9. Approval for change of constitution of JV firm shall be at the sole discretion of the Employer (Railways). The constitution of the JV firm shall not be allowed to be modified after submission of the tender bid by the JV firm except when modification becomes inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. In any case the Lead Member should continue to be the Lead Member of the JV firm. Failure to observe this requirement would render the offer invalid.

10 Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 57: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

57altered during the currency of contract except when modification become inevitable due to succession laws etc and in any case the minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions.

11. On award of contract to a JV firm, a single Performance Guarantee shall be required to be submitted by the JV firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization advance, machinery Advance etc. shall be accepted only in the name of the JV firm and no splitting of guarantees amongst the members of the JV firm shall be permitted.

12. On issue of LOA, an agreement among the members of the JV firm (to whom the work has been awarded) has to be executed and got registered before the Registrar of the Companies under Companies Act or before the Registrar/Sub-Registrar under the Registration Act, 1908. This agreement shall be submitted by the JV firm to the Railways before signing the contract agreement for the work. (This agreement format should invariably be part of the tender condition). In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This joint venture agreement shall have, intger-alia, following clauses:

. 12.1 Joint and several liability- The members of the JV firm to which the contract is awarded, shall be jointly and severally liable to the Employer (Railways) for execution of the project in accordance with General and Special conditions of the contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof.

12.2 Duration of the Joint Venture Agreement – It shall be valid during the entire currency of the contract including the period of extension if any and the maintenance period after the work is completed.

12.3 Governing Laws – The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.

13. Authorized Member – Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices/correspondence with respect to the contract would be sent only to this authorized member of the JV firm.

14. No member of Joint Venture firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/contract.

15 . Documents to be enclosed by the JV firm along with the tender:

15.1 In case one or more of the members of the JV firm is /are partnership firm(s), following documents shall be submitted:

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 58: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

58

(a) Notary certified copy of the Partnership Deed,

(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value (in Original).

(c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners to sign the MOU and JV Agreement on behalf of the partners and create liability against the firm.

In case one or more members is/are Proprietary Firm or HUF, the following documents shall be enclosed.

Affidavit on Stamp Paper of appropriate value declaring that this Concern is a Proprietary Concern and he is sole proprietor of the Concern OR he is in position of “ KARTA” of Hindu Undivided Family and he has the authority, power and consent given by other partners to act on behalf of HUF.

15.3 In case one or more members is/are limited companies, the following documents shall be submitted:

(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign MOU, JV agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act on behalf of the company.

(b) Copy of Memorandum and articles of Association of the Company.

(c) Power of Attorney (duly registered as per prevailing law) by the company authorizing the person to do/act mentioned in the para(a) above.

15.4 All the members of JV shall certify that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt. of Indian/State Govt. from participation in tenders/Contract in the past either in their individual capacity or the JV firm or partnership firm in which they were members /partners.

16. Credential & qualifying criteria:

Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the following criteria:

16.1 Technical eligibility criteria:

Either the JV firm or any one of the members of the JV firm must have satisfactorily

completed in the last three previous financial years and the current financial year up to the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value.

OR

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 59: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

59 In case of composite works (e.g. works involving more than one distinct component such

as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges, substructure and superstructure etc.), at least 35% of the value of each such component of similar nature should have been satisfactorily completed by the JV firm or any one of the members of the JV firm in the previous three financial years and the current financial year upto the date of opening of tender. In such cases, what constitutes a component in a composite work shall be clearly defined as part of the tender condition without any ambiguity.

NOTE:

Value of a completed work done by a member in an earlier partnership firm or a

JV firm shall be reckoned only to the extent of the concerned member’s share in that partnership firm/JV firm for the purpose of satisfying his compliance of the above mentioned technical eligibility criteria in the tender under consideration.

16.2 Financial eligibility criteria:

The contractual payments received by the JV firm or the arithmetic sum of contractual payments received by all the members of JV firm in the previous three financial years and the current financial year up to the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender.

NOTE:

Contractual payment received by a Member in an earlier JV firm shall be reckoned only to the extent of the concerned member’s share in that JV firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration.

…………………………………………………………………………..

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 60: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

60Annexure K-1

Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria 1. The Partnership Firms participating in the tender should be legally valid under the provisions of

Indian Partnership Act. 2. Partnership Firms are eligible to quote tenders of any value. 3. The partnership firm should have been in existence or should have been formed prior to

submission of tender.Partnership firm should have either been registered with the competent registrar or the partnership deed should have been notarized prior to date of tender opening, as per Indian partnership Act.

4. Separate identity/name should be given to the partnership firm. The partnership firm should

have PAN/TAN number in its own name and PAN/TAN number in the name of any of the constituent partners shall not be considered. The valid constituents of the firm shall be called partners.

5. Once the tender has been submitted, the constitution of firm shall not be allowed to be

modified/altered/terminated during the validity of the tender as well as the currency of the contract except when modification becomes inevitable due to succession laws etc, in which case prior permission should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have no claims what so ever. Any change in the constitution of Partnership Firm after opening of tender shall be with the consent of all partners and with the signatures of all partners as that in the Partnership deed. Failure to observe this requirement shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraw from the firm after opening of the tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm after opening of tender but prior to award of contract, his/her credentials shall not qualify for consideration towards eligibility criteria either individually or in proportion to this share in the previous firm. In case the tenderer fails to inform Railway beforehand about any such changes/ modification in the constitution which is inevitable due to succession laws etc. and the contract is awarded to such firm, then it will be considered a breach of contract conditions, liable for determination of contract under Clause 62 of General Condition of Contract.

6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner of any other firm in the same tender.

7. The tender form shall be purchased and submitted only in the name of partnership firm and not

in the name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The EMD submitted in the name of any individual partner or in the name of authorized partner(s) shall not be considered.

8. One or more of the partners of the firm or any other person(s) shall be designated as the

authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a “Power of Attorney”, specifically authorizing him/them to submit & sign the tender, sign the agreement, receive payment, witness measurements, sign

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 61: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

61measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm, sign “No Claim Certificate” , refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contract. Such “Power of Attorney” should be notarized/registered and submitted alongwith tender.

9. A notary certified copy of registered or notarized partnership deed shall be submitted along with

the tender. 10. On award of the contract to the partnership firm, a single performance guarantee shall be

submitted by the firm as per tender conditions. All the guarantee like Performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantees among the partners shall be acceptable.

11. On issue of LOA, contract agreement with partnership firm shall be executed in the name of the

firm only and not in the name of any individual partner. 12. In case, the contract is awarded to a partnership firm, the following undertakings shall be

furnished by all the partners through a notarized affidavit, before signing of contract agreement:-

a) Joint and several liabilities – The partners of the firm to which the contract is awarded, shall be jointly and severally liable to the Railway for execution of the contract in accordance with general and special conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract or due to non-execution of the contract or part thereof.

b) Duration of the partnership deed and partnership firm agreement – The partnership deed/partnership firm agreement shall normally not be modified, altered, terminated during the currency of contract and the maintenance period after the work is completed as contemplated in the conditions of the contract. Any change carried out by partners in the constitution of the firm without permission of Railway, shall constitute a breach of contract liable for determination of contract under clause 62 of General Conditions of Contract.

c) Governing Laws – The partnership firm agreement shall in all respect be governed by and interpreted in accordance with the Indian laws.

d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other partner and that of the Railway in respect of the tender/contract.

13. The tenderer shall clearly specify that the tender is submitted on behalf of a partnership

concern. The following documents shall be submitted by the partnership firm, with the tendera) a) A copy of registered/notarized partnership deed duly authenticated by notary. b) Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from

all partners of the firm in favour of one or more of the partner(s) or any other person(s) as detailed in para (8) above.

c) An undertaking by all the partners of the partnership firm shall be given that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt of India/any State Govt from participation in tenders/contract on the date of opening of bids either in their individual capacity or in any firm in which they were/are partners. Concealment/wrong information in regard to above shall make the contract liable for determination under clause 62 of General Conditions of Contract-1999.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 62: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

6214. Evaluation of eligibility of a partnership firm. Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfillment of the following conditions:

i) Technical eligibility criteria–The tenderer should satisfy either of the following criteria:- a) The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in “para 2.4.1

(a) of special tender conditions and instructions for tenderers”) in its own name and style; OR

b) In case the partnership firm does not fulfill the technical eligibility criteria in its own name and style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in a different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria (defined in “para 2.4.1 (a) of special tender conditions and instructions for tenderers”) on the basis of his/her proportionate share in that proprietorship/partnership firm reduced further by his/her percentage share in the tendering firm.

ii) Financial eligibility criteria– The tenderer shall satisfy either of the following criteria:- a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as defined in

“para 2.4.1 (b) of special tender conditions and instructions for tenderers”) in its own name and style. OR

b) In case the partnership firm does not fulfill the financial eligibility criteria in its own name and style, but one or more of its partners have executed a work/contract in the past either as sole proprietor or as partner in different firms, then the arithmetic sum of the contractual payments received by all the partners of the tendering firm, derived on the basis of their respective proportionate share in the such firms reduced further by their respective percentage share in the tendering firm, shall satisfy the full requirements of the financial eligibility criteria (as defined in “para 2.4.1 (b) of special tender conditions and instructions for tenderers”). Example on Evaluation of Technical & Financial Eligibility of Partnership Firm A tendering partnership firm “ABCD” has four constituent partners namely “A”, “B”, “C” & “D” with their respective shares as 40%, 30%, 20% & 10%, but this firm has not executed any work in its own name and style. However, the constituent partners have executed the work in earlier partnership firm(s) or as sole proprietor as under:-

(i) Partnership firm “ABZ” having three partners namely “A”, “B” & “Z” with respective shares of 10%, 20% & 70%, has executed a work of value Rs.10.00 crores earlier.

(ii) Partnership firm “CYX” having three partners namely “C”, “Y” & “X” with respective shares of 50%, 30%, & 20%, has executed a work of value Rs.5.00 crores earlier.

(iii) Sole proprietorship firm “P” having “D” as sole proprietor has executed a work of value Rs.2.0 Crores earlier.

The evaluation of technical and financial eligibility of tendering firm “ABCD” shall be done by taking proportionate share of credentials of partners A, B, C and D derived from their earlier partnership firms to be reduced further by their percentage share in the tendering firm as calculated in table below :-

1 2 3 4 5 Partners

Credentials of “A” & “B” derived from firm “ABZ” which has executed work of Rs.10.0 cr.

Credentials of “C” derived from firm “CYX” firm which has executed work of Rs.5.0 cr.

Credentials of “D” derived from Proprietorship firm “P” which has executed work of Rs.2.0 cr.

Contribution of “A”, “B” ,”C” & “D” to credentials of tendering firm “ABCD”

% share in firm

Proportionate Credentials

% share in firm “CYX”

Proportion ate Credential

% share in firm

Proportionate Credenti

% share in “ABCD”

Proportionate Contribution

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 63: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

63“ABZ” s “P” als to “ABCD”

A 10% 10% of 10Cr. = 1.0 Cr.

- - - - 40% 40% of 1 Cr =0.4Cr

B 20% 20% of 10Cr. = 2.0 Cr.

- - - - 30% 30% of 2 Cr. = 0.6 Cr

C - - 50% 50% of 5 Cr= 2.5Cr

- - 20% 20% of 2.5Cr. =0.5Cr.

D - - - - 100% 100% of 2Cr= 2.0Cr

10% 10% of 2Cr. = 0.20Cr

Evaluation of Technical Eligibility :- Any one of the partners of “ABCD” tendering firm viz A, B, C or D should satisfy the technical eligibility criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced further by his percentage share in the tendering firm. As calculated in above table, the contribution of partners A, B, C & D towards the credentials of tendering firm “ABCD” will be taken as Rs. 0.40 cr., Rs. 0.60 cr., Rs. 0.50 cr., 0.20 cr respectively. Thus, in this example the firm “ABCD” is deemed to have executed one single work of maximum value of Rs 0.60 Cr. for the purpose of technical eligibility criteria. Evaluation of Financial Eligibility :- The arithmetic sum of the contribution of all the partners of tendering firm “ABCD” derived on the basis of their respective proportionate share in the earlier partnership firms reduced further by their respective percentage share in the tendering firm, in this example will be taken as Rs.1.70 Cr. (i.e. A+B+C+D = 0.40+0.60+0.50+0.20 = 1.70 cr.). Thus, in this example, the firm “ABCD” is deemed to have received contractual payments of Rs 1.70 Cr. for the purpose of financial eligibility criteria.

Annexure-L

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 64: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

64

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS

RAILWAY BOARD

No: F(X)1/95/1/1 Dated: 16.07.2012 The General Managers, All Indian Railways/Production Units. Sub:- Revision of Conservancy Cess Charges. The rates of conservancy cess charges based on model rates of Western Railway were last notified vide Board’s letter of even number dated 31.05.2006 and were valid up to 31.05.2011. Vide this office letter of even number dated 06.07.2012, the Railways were advised to continue the recovery of charges on existing rates till further advice. It has now been decided as under:-

(i) The rates already in force since 31..05.2006 may be continued to be applicable up to 30.06.2012.

(ii) The conservancy cess charges may be recovered at the rates, as shown in annexure , With effect from 01.07.2012 till 30.06.2016 when they will be taken up for review

The implementation of these instructions may please be communicated to this Office at the earliest.

Receipt of this letter may please be acknowledged DA: As Above

(M. Anand Krishna) Dy. Director Finance (Exp)

Railway Board NO: F(X)/1-95/1/1 New Delhi, Dated: 16.07.2012 Copy to FACAOs, All Indian Railways/Production Units etc. for information and necessary action.

(M. Anand Krishna) Dy. Director Finance (Exp)

Railway Board

NO: F(X)/1/95/1/1 New Delhi, Dated: 16.07.2012 Copy (along with 80 spare( to the Deputy Comptroller and Auditor General of India (Railways), 224, Rail Bhavan, New Delhi. DA: As Above For Financial Commissioner/Railways Copy to Sr. PPSs/PPSs/PSs All Board Members, Additional Members, Executive Directors and all Branches in Board.s Office.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 65: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

65

Rate of recovery of Conservancy Cess Charges with effect from 01.07.2012. (Annexure to Board’s letter No. F(X)I-95/1/1 dated: 16.07.2012 Railway Contractors Average No. of

Labourers or Workmen employed

per day

Proposed Conservancy Cess

Charges to be recovered -

PER MONTH a Engg. Works Contractors (Engg., Elect.,

Mech., Signal etc.) 1 to 5 6 to 10 11 to 25

Rs. 106/- Rs. 208/- Rs. 523/-

b Genl. Goods handling Contractors including Contractors awarded by Stores deptt.

26 to 50 51 to 100 101 to 200

Rs. 762/- Rs. 1023/- Rs. 1285/-

c Coal handling ashpit cleaning contractors

201 to 300 Rs. 1546/-

d Railway siding used by the contractors 301 to 750 751 to 1500

Rs. 1785/- Rs. 3590/-

e Contractors supplying water to engines 1501 to 3000 3001 & over

Rs. 7182/- Rs. 14345/-

Catering Contractors: a Refreshment Rooms Rs. 310/- b Restaurants Rs. 310/- c Platform Refreshment Stall

Major Station Minor Station

Rs. 310/-

d Stall including Tea Stall, Juice Stall Rs. 208/- e Tea/Coffee Vending Machine Rs. 106/- f Vendors with trays on heads Rs. 106/- g Venders with Trolleys on wheels Rs. 106/-

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 66: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

66

NDIAN RAILWAYS DIESEL LOCO MODERNISATION WORKS:PATIALA

JOINT PROCEDURE ORDER

NO: DMW/M/PL/26 Dated: 25.04.1990 Sub: Entry and Exist of Personnel and Vehicles to/from DMW/Premises.

-oOo- EFFECTIVE DATE

1. This procedure order takes effect from 1.5.90 and supersedes all the procedure orders issued so far in this regard.

2. For the entry and exit of all materials, equipment, machinery etc. the existing procedures shall continue.

3. Entry and exist to/from DMW Workshop Premises.

3.1 For the purpose of easy identification the various workshop gates are designated in this procedure order as follows:-

Time Office Gate GATE-A Gate near the Administrative Building GATE-B Scrap Yard Gate GATE-C Gate on the Railway Line Side GATE-D Railway Shunting Gate GATE-E

GATE-A 3.2 GATE-A: This is the main workshop gate. All DMW Supervisors and

staff are allowed to use only this gate for their passage to and from DMW workshop. Similarly vehicles to DMW workshop are allowed to enter only through this gate.

GATE-A TIMINGS

3.2.1 The Gate-A is opened as per the timings given below for the convenience of DMW supervisors and staff at shift changing periods. Only bona fide DMW staff carrying their identity cards are allowed to pass through this gate during these timings. The RPF staff on duty at the gate must check and ensure that only staff carrying valid identity badges are allowed to pass through the gate. The DMW staffs are allowed to gate in and out their personal vehicles through this gate, but must step at the gate for check by RPF staff over time they pass through. The three sections of the gate are designated for use by different groups of staff to ensure orderly passage through the gate.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 67: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

67 GATE-A TIMINGS:

SHIFT SHIFT TIMINGS GATE TIMINGS HRS. OPENING CLOSING 1. For 2 Shift Shops FIRST SHIFT 07.00 - 11.30 06.30 07.30 a) First Period 12.30 - 16.00 11.30 12.30 b) Second Period SECOND SHIFT a) First Period 16.00 - 20.00 15.30 16.30 b) Second Period 12.30 - 00.30 20.00 20.30 24.00 00.30 2. FOR 3 SHIFT SHOPS: FIRST SHIFT a) First Period 06.00 - 10.30 05.30 06.30 b) Second Period 11.00 - 14.00 10.30 11.00 SECOND SHIFT a) First Period 14.00 - 19.00 13.30 14.30 b) Second Period 19.30 - 22.00 19.00 19.30 THIRD SHIFT a) First Period 22.20 - 02.00 21.30 22.30 b) Second Period 02.30 - 06.00 02.00 02.30 3. FOR STORES DEPOT CIVIL &

ELECTRICAL MAINTENANCE STAFF

a) First Period 07.00 - 12.00 06.30 07.30 b) Second Period 13.00 - 17.00 12.00 02.30 MONDAY 13.00 - 16.30 17.00 17.30 TUESDAY TO FRIDAY MONDAY 07.00 - 12.00 16.30 17.00 SATURDAY Tuesday to

Friday RESTRICTIONS: 3.2.3 During the periods when Gate-A is closed passage

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 68: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

68AT OTHER TIMES through this gate is restricted to the following

persons/vehicles.

PERSONEL 3.2.3.1 DMW Officers.

3.2.3.2 DMW staff with identity badges have red bands and green bands with ‘W’.

3.2.3.3 DMW staff with other identity badges must have a specific authority (gate pass) issued as per paragraph 2.10 of this procedure order to enter or leave.

3.2.3.4 Contractor’s labour having monthly entry pass valid for the current month. Procedure for issue of this monthly pass is laid down in paragraph 3.9 of this procedure order.

3.2.3.5 All other visitors must have a gate pass issued by the receptionist as per paragraph 4.4 of this procedure order.

VEHICLES: 3.2.3.6 All DMW Vehicles.

3.2.3.7 All private vehicles of DMW staff, if carrying the concerned staff, during the gate open times and at other times if the person has a valid authorization as paragraphs 3.2.3.1.

3.2.3.8 Out side vehicles will be allowed to go inside the workshop only for delivering the materials such vehicles will be allowed to go inside with a gate pass issued as per paragraph 3.8 of the procedure order. RPF staff on duty will enter all relevant details in this register before allowing him to go inside. These vehicles must clear the workshop area before 16.00 hrs. Vehicles will be allowed to remain beyond this time only in special cases permitted in writing by Dy. CME/IE/DCOS or higher authorities.

VEHICLES CARRYING MATERIALS

3.2.3.9 Vehicles carrying materials are allowed to enter or leave the workshop only during 07.00 hrs. to 16.00 hrs. unless allowed by authorities mentioned in para No.3.2.3.8.

GATE - B 3.3 GATE – B:

This gate is closed for all vehicles including bicycles. The road gates are kept locked with the keys under the custody of the RPF staff at this gate, to be opened only for the visit of VIPs with the authorization issued Secy. To

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 69: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

69CAO(R). The wicket gate here is kept open and only persons with the authorization as indicated below are allowed to pass through this wicket gate, which must be ensured by RPF Sainik on duty at this gate.

a. DMW Officers.

b. DMW staff issued with identity badges with red bands & others having the special marking A or W on them, issued to those who have to visit Workshop & Administrative Building frequently during the course of their duty.

c. Gate pass issued by the receptionist at the Administrative building as per paragraph 4.8 of this procedure order.

d. Gate pass issued by the S.S. concerned as mentioned in paragraph 3.11 of this procedure order.

In case of (C) & (D) details of the gate pass shall be entered in the gate pass register maintained at the gate by the RPF Sainik on duty.

GATE - C 3.4 GATE – C: This gate is kept locked and sealed the keys being with the RPF Staff and is opened only to pass the vehicles taking out scrap from the scrap yard, with all the relevant documents.

GATE - D 3.5 GATE – D: This gate is kept permanently closed, to be opened only in case of grave emergencies with the authorization of Dy. CME/IE.

GATE – E 3.6 GATE – E: This gate is normally kept locked and is opened only to allow locomotives and other rolling stock to enter or to be taken out.

VISITORS 3.7 Anyone, not having the authorization laid down in

paragraphs 3.2 to 3.2.3 and wishing to visit the workshop, can contact the receptionist of the Administrative building and make his request. The receptionist then shall contract by telephone the DCOS or the shop superintendent concerned with whom the visitor has business and on

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 70: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

70getting their approval shall issue an early pass after registering the name in the visitors register maintained by him. The visitor must get his/her pass signed by DCOS or WM/AWM concerned and deposit it back at the GATE-A or B as the case may be with the RPF Sainik on duty at the time of going out through the gate.

3.7.1 No visitor is allowed to take his vehicle inside the Workshop.

FOR RAILWAY STAFF.

3.7.2 However, no other Railway Staff, visiting DMW to escort spares and other materials issued to them, shall be directed by the receptionist to AWM/Liaison who will then issue necessary gate pass to them.

3.7.3 Similarly, the representatives of M&P Suppliers who come to install, commission or repair the machines shall be directed to WM/Plants who will then issue the gate passes to them.

VEHICLES PASS 3.8 In the case vehicles not having the authorization prescribed in paragraphs 3.2.3.6 & 3.2.3.7 the same procedure as laid down under paragraphs 3.7 to 3.7.3 must be followed.

CONTRACTOR’S 3.9 No contractor’s labour is allowed it stay in the workshop area beyond the time authorized in the monthly pass. All contractor’s labour must carry a valid monthly pass issued to them through the concerned contractor for entering working in and going out of DMW workshop area. The procedure for issue of these passes is laid down in the following paragraphs:-

3.9.1 By 25th every month the contractor must applied in writing to his controlling officers for issue of monthly passes to the labours who/he will be deputing to work, inside the workshop area during the next month, giving the following particulars of each labourer:-

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 71: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

71 a. Name of labourer. b. Name of father of labourer. c. Labourer’s address at his native place. d. Labourer’s trade. e. Visible identification marks of labourer. 3.9.2 The controlling officer will forward the same if approved by

him indicating the name of the working hours of the labourer to Dy. CME/IE by 26th of the month who will/co-ordinate the issue of the passes with ASC’s signature.

GATE PASS FOR GATE - A

3.10 During the period when the Gate –A is normally closed, entry/exist through this gate of DMW.

STAFF not having the identity badges with a red band, is controlled WM\AWM to the staff controlled by them under the following circumstances;

a. When staff are deputed on duty out side DMW premises.

b. When staff are sent for medical attention.

c. When leave is granted to staff .

d. Other emergencies such as when staff have been asked to stay back for some urgent work after completion of shift etc.

3.10.1. When allowing such staff holding a valid gate pass to pass through the Gate-A RPF Sainik on duty must registered the same in Gate Pass Register and retain the gate pass, in case it does not contain are –entry permit for the same shift.

3.10.2 In case of re-entry permit is issued along with the gate pass the staff nothing the same is allowed to re-enter the workshop on surrender of the same to the RPF Sainik on duty at the Gate A.

3.10.3 Staff are allowed to take their personal vehicles through the Gate-B when they hold the valid gate pass or re-entry permit as laid down in paragraphs 3.10 to 3.10.2

GATE-B 3.11 When workshop staff are required to visit the DMW Administrative office during shift hours, they are issued with a pass for the Gate-B of the workshop by the DY.COS/DCOS/WM/AWM concerned. The RPF Sainik on duty at this gate must register these in the gate pass register kept at the gate and allow the staff to pass.

3.11.1 The gate pass so issued can be retained by the staff

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 72: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

72concerned to be used a re-entry pass when he has to return to the workshop, at which time it has to be surrender to the RPF Sainik on duty at the gate.

3.11.2 If any DMW staff working in the Administrative Building out having an identity badge as per paragraph 3.1.(e)has to be sent to workshop area, he must be issued with a gate pass by his/her controlling supervisor not below the rank of an OS or DY.SS, which may be surrendered at the gate on his/her return from the workshop.

VALID IDENTITY CARDS

3.12 IDENTITY CARDS; Identity Cards are issued to all DMW employees. The categories of valid identity cards are indicated below:-

COLOUR CODE GREEN BLUE RED

LETTER INSCRIBED PLAIN ‘ ‘W’ PLAIN ‘A’ PLAIN ‘O’

TO WHOM ISSUED Office Staff only

Office Staff

authorized to visit W/shop

Workshop Staff only

Workshop Staff

authorized to visit Admn. Building.

All SS’s &

Equivalent

Ranks

All Officers.

AUTHORISED TO PASS THROUGH WHICH WORKSHOP GATE

None Gate-A&B Gate-A Gate-A&B Gate-A&B Gate-A&B

NOTES: 1. Inspiration’s ‘W’ or ‘A’ is provided only the approval of the controlling Dy. HOD.

2. Casual Khalasis & trainees are issued with authority slips by the concerned Shop Supdts. To pass through the Workshop Gate-A.

ADMINISTRATIVE

BUILDING DMW STAFF;

Entry & Exit to from DMW Administrative Building.

4.1 DMW staff holding valid identity badges are allowed to enter & go out the Administrative Building either through the main entrance or through the side entrance Near the cycle/scooter stand.

VISITORS: 4.2 Visitors to the building are permitted to enter & go out only through the main entrance.

MAIN ENTRANCE 4.3 The following persons are allowed to pass through the main entrance of the Administrative Building.

a. DMW staff with valid identity badges. b. Other Railway Officers having Railway metal passes. c. Visitors holding a visitor’s.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 73: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

73 VISITORS PASS 4.4. Any visitor to the DMW Administrative building can

approach the receptionist at the main entrance for the issue of a visitor pass. The receptionist then contact through telephone the officer concerned whom the visitor wants to meet and on obtaining his/her permission issues the visitor’s pass after registering the same in the visitor’s register.

4.5 In case of other Railway Staff and M&P suppliers representatives the receptionist shall direct them to AWM/Liaison and WM (P) respectfully as laid down in paragraph 3.7.3.

SECURITY CHECK 4.6 The RPF Sainik on duty at the entrance shall allow the visitor to enter after security check and verification of the visitor’s pass. All hand baggage shall be checked by the RPF staff at the designated counter of the main entrance.

4.7 The visitor must get his/her visitor’s pass signed by the concerned officer whom he has met and surrender the same at the main entrance when he/she leaves.

VISITOR TO WORKSHOP:

4.8 Visitors to the Workshop area shall be issued with the visitor’s pass for the Workshop gates by the receptionist following the procedure as in paragraph 4.4. of this procedure order.

4.9 Those visitors to the Admn. Building holding a visitor’s pass are allowed to visit the Workshop through the Workshop gate near the building if accompanied by a DMW employee authorized to pass through the gate.

5.0 This procedure order is issued with the approval of CAO(R).

C.M.E. C.O.S. FA & CAO

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 74: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

74 ANNEXURES:

Staff gate pass specimen. Visitor’s gates pass for Workshop specimen. Visitor’s pass to Admn. Building specimen. Visitors register specimen. Gate pass register specimen. Monthly pass for contractor’s labour specimen.

COPY TO:- All Officers of Mechanical Department. All Officers of Accounts Department. All Officers of Stores Department. All Officers of Civil Department. All Shop Supdt. ASC/RPF Notice Boards.

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 75: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

75

ANNEXURE-I

DIESEL LOCO MODERNISATION WORKS : PATIALA

STAFF GATE PASS No. ___________________ Date ________________

Time ________________

For Gate :

Name of Staff :

Identity Card No.

Shop where working:

Purpose:

Re-entry permit (only if Expected to return during the same shift).

EXPECTED TIME OF RE-ENTRY

Issuing Authority

Signature

Name

Designation

Shop Seal pkd/

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 76: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

76

ANNEXURE-II

DIESEL LOCO MODERNISATION WORKS : PATIALA

VISITORS GATE PASS No. ___________________ Date ________________

Time ________________

Time of exist ________________

Name of Visitor:

To whom meet: (Designation Of Officer)

Purpose (Official/Private)

Vehicle Type & Regn. No.

Issuing Authority

Signature

Name

Designation

Signature of Officer met by Visitor.

pkd/

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 77: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

77

ANNEXURE-III

DIESEL LOCO MODERNISATION WORKS : PATIALA

VISITOR’S PASS FOR ADMINISTRATIVE BUILDING

No. ___________________ Date ________________

Time of issue ________________

Time of exist ________________

Name of Visitor:

To whom meet: (Name / Designation Of Officer)

Signature of Receptionist

Signature of Officer met by Visitor.

pkd/

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 78: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

78

ANNEXURE-IV

DIESEL LOCO MODERNISATION WORKS : PATIALA

GATE PASS REGISTER

NAME OF GATE : _________________ S.N Gate

Pass No.

Date Time of issue

Name of staff

Shop Purpose Time of exist

Time of entry

Signature of staff.

pkd

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 79: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

79

ANNEXURE-V

DIESEL LOCO MODERNISATION WORKS : PATIALA

VISITOR’S REGISTER

NAME OF GATE : _________________ S.N Pass

No. Date Time

of issue

Name of Visitor

Vehicle No.

Purpose Time of entry

Time of exist

Signature of visitor

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)

Page 80: TenderdownloadedthroughInternet REVISED TENDER DOCUMENTdmw.indianrailways.gov.in/dmw/corrigendum/1393241251182_T29te… · : 04.04.2014 6. Name & address of party to whom tender sold

TenderdownloadedthroughInternet

Signature of tenderer

80

ANNEXURE-VI DIESEL LOCO MODERNISATION WORKS : PATIALA

IDENTITY SLIP FOR CONTRACTOR’S LABOUR

Valid Up to _______________ Date of issue: _______________

Working hours from _______________ to _______________ Name of work :

Name & Address of Contractor :

Name of Labourer :

Father’s/Husband’s Name :

Trade (Designation) :

Permanent Address :

Local Address :

Visible marks of identification (1)

(2)

Age : _________________ Height (Approx.) ____________________

Signature Left thumb impression.

I certify that Sh/Smt. _____________________________ the labourer employed by me is personally known to me and bears a good moral character to the best of my knowledge. ___________________ _____________________ Signature of the official Signature of the contractor _______________ Signature of R.P.F.

“***end of document***"

Print to PDF without this message by purchasing novaPDF (http://www.novapdf.com/)