west central railway signal & telecom department...

44
TENDERER 1 DRM(S&T)JBP WEST CENTRAL RAILWAY JABALPUR DIVISION SIGNAL & TELECOM DEPARTMENT TENDER FORM OPEN TENDER FEBURARY-2016 TENDER NOTICE No. JBP/N/Tele/OPEN/ TENDER/ 2016/04, dated: 15.02.2016 Name of Work : - (1) Replacement of Guyies wire and Accessories for masts at Satna ,Maihar Stations , MYR Cement siding ,Birla Cement siding, Prism cement siding Turkey siding, Bela siding and Kymore siding. (2) Dismantling of Railway’s unused Microwave antenna from the Microwave tower of JBP-03Nos.,SHR-2Nos,SBD- 02Nos.,NKJ-02Nos.& 05Nos Pachmarhi Stations of Jabalpur Division. Issued to: - Cash Receipt No.: -

Upload: others

Post on 30-Sep-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 1 DRM(S&T)JBP

WEST CENTRAL RAILWAY

JABALPUR DIVISION

SIGNAL & TELECOM DEPARTMENT

TENDER FORM OPEN TENDER

FEBURARY-2016 TENDER NOTICE No. JBP/N/Tele/OPEN/ TENDER/ 2016/04, dated: 15.02.2016

Name of Work: - (1) Replacement of Guyies wire and

Accessories for masts at Satna ,Maihar Stations , MYR Cement

siding ,Birla Cement siding, Prism cement siding Turkey

siding, Bela siding and Kymore siding.

(2) Dismantling of Railway’s unused Microwave antenna

from the Microwave tower of JBP-03Nos.,SHR-2Nos,SBD-

02Nos.,NKJ-02Nos.& 05Nos Pachmarhi Stations of Jabalpur

Division.

Issued to: - Cash Receipt No.: -

Page 2: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 2 DRM(S&T)JBP

INDEX

S.No. Description Page from Page to

1. TENDER NOTICE

2. SPECIAL CONDITIONS OF CONTRACT

3. BANKER’S & FIRM’S PAN NUMBER INFORMATION

PERFORMA

4. TENDER SCHEDULE WITH RATES

5. DRAWING OF SLIDING BOOM ARRANGEMENT

6. REGULATION FOR TENDERS AND CONTRACTS

7. ANNEXURES & SPECIFICATIONS

8. CHECK LIST OF DOCUMENTS SUBMITTED ALONG WITH THE

OFFER

Page 3: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 3 DRM(S&T)JBP

WEST CENTRAL RAILWAY

TENDER NOTICE

The Divisional Railway Manager (Signal & Telecom), West Central Railway Jabalpur for and on Behalf of the President of India invites sealed tenders for the following work. Tender will be closed on 30.03.2016 at 15:00 Hours and bids will be opened on the same date at 15:15 Hours in presence of the tenderer who are so desirous.

TENDER NOTICE NO: - JBP/N/TELE/OPEN/TENDER/2016/04,dated: 15.02.2016

NAME OF WORK: - Name of Work: - (1) Replacement of Guyies wire and Accessories for

masts at Satna ,Maihar Stations , MYR Cement siding ,Birla Cement

siding, Prism cement siding Turkey siding, Bela siding and Kymore

siding.

(2) Dismantling of Railway’s unused Microwave antenna from the

Microwave tower of JBP-03Nos.,SHR-2Nos,SBD-02Nos.,NKJ-02Nos.&

05Nos Pachmarhi Stations of Jabalpur Division.

TENDER VALUE: - ` 7,28,320.00 (` Seven Lakhs Twenty Eight Thousand Three

Hundred Twenty Only) Cost of tender Document:- Rs. 2000/- in person and Rs. 2,500/- by post (non-refundable).

Earnest money: - Rs. 14570/-(Fourteen Thousand Five Hundred Seventy only) Completion period: FOUR MONTHS Last date of submission of tender

15.00 Hrs on 30.03.2016

Date and time of opening 15.15 Hrs on 30.03.2016 Validity of Earnest money 06 months from the date of opening of tender Validity of offer: - 120 days from the date of tender opening Sale of tender form From 17.02.2016 to 30.03.2016 up to 12.00 hrs

1) EMD to be in the form of cash/or bankers cheques/Demand Draft executed by State Bank of India or any of the Nationalized bank or by a Scheduled Bank in favour of Sr. Divisional

Finance Manager, WCR, Jabalpur only. NOTE: EMD in the form of FDR/TDR/SDR will not be accepted.

2) Tender form containing schedule of work against each work can be purchased from this office, on payment,

quoted above, in person up to 30.03.2016 (up to 12:00 Hours) and by post up to 24.03.2016 on any working day. Railways will not be responsible for Postal Delays.

3) Tender schedule can also be downloaded from the website of Jabalpur Division http://www.wcr.indianrailways.gov.in along with tender documents downloaded from the website

the participating tenderer will have to attach a Demand Draft of `2,000/- (` Two Thousand only) payable to Sr. DFM/ WCR/ Jabalpur or money receipt from Chief Cashier WCR Jabalpur as the cost of tender form, otherwise tender will be treated as invalid and will be rejected. The tenderer, who down load the tender documents from website, will be responsible for checking the

Page 4: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 4 DRM(S&T)JBP

corrigendum, if any issued by the Railway, on the website from time to time and submit the tender accordingly.

4) Tender without earnest money will not be entertained.

5) If the date of opening happens to be holiday, then tender will be opened on the next working day at the same time.

6) The administration reserves the right to reject any or all the tenders without assigning any reasons.

7) Minimum Eligibility Criteria for open tender above `50 Lakhs is as under: This Tender is below 50 Lakhs MEC is Not Applicable.

1 Should have completed in the last three financial years (i.e. current year and three previous financial years)

At least one similar single work* for a minimum value of 35% of advertised tender value of work.

2 Total contract amount received during the last three financial years and in the current financial year.

Should be a minimum of 150% of advertised tender value of work.

Note: In case the tenderer has completed a composite/combined work having element of tendered work, the submission of documentary proof of having successfully completed separable, respective similar nature work valuing minimum 35% of the advertised value in a composite/combined work shall also be considered sufficient.

* Similar single work here means: “Not Applicable

Note: The tenderer should submit either (a) Attested certificate from the government employer or (b) Audited balance sheet of the company duly certified by a Chartered Accountant or (c) A copy of the return filed with I.T. department, duly certified by a C.A. in support of his claim.

8) The Joint venture firm shall be required to submit earnest Money Deposit (EMD) along with the tender in terms of the provision contained in Para 5 (earnest Money) of Part-I of GCC.

9) All the documents in support of the Minimum Eligibility Criteria including Letter of Acceptance/Work Order, Documents showing the nature and total value of work, Completion report, Audited balance sheet, Attested certificate from Government employer, Copy of IT return etc. should be submitted along with the bid. Railway reserves the right to make or not to make any further reference to the tenderer regarding the fulfillment of the Minimum Eligibility Criteria and to award the tender only on the basis of the documents submitted by the tenderer along with the bid. The tenderer will not have any claim on this account.

10) ‘D’ form for concessional sales tax shall not be issued by railways.

DRM (S&T) JBP For and on behalf of President of India

DRM(S&T)’S OFFICE, JABALPUR

No. JBP/N/Tele/OPEN/TENDER/2016/04, dated: 15.02.2016 C: DRM(S&T) BPL, & KTT, Dy. CSTE(C) BPL, for wide publicity.

C: CHIEF CASHIER WCR/ JBP & DIVL CASHIER JBP`

C: Sr. DFM/JBP, Sr. Dauo / JBP.

Page 5: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 5 DRM(S&T)JBP

SPECIAL CONDITIONS OF CONTRACT 1) NAME OF WORK:-The work is for Replacement of Guyies wire and Accessories for masts

at Satna ,Maihar Stations , MYR Cement siding ,Birla Cement siding, Prism cement siding

,Turkey siding, Bela siding and Kymore siding and (2) Dismantling of Railway’s unused

Microwave antenna from the Microwave tower of JBP-03Nos.,SHR-2Nos,SBD-02Nos.,NKJ-

02Nos.& 05Nos Pachmarhi Stations of Jabalpur Division.

as per the scope mentioned in the tender schedule.

2) ELIGIBILITY CRITERIA FOR QUOTING IN THIS TENDER (As per Railway Board letter no. 2007/CE.I/CT/18 Pt.XII dated 31.12.2010.) is not Applicable.

i) The work covered in this tender is of specialized skill in nature and is related with safe running of trains and hence, only experienced contractors with regard to complete know how, supply and services, for successful installation, commissioning and post commission maintenance only need to quote for this work.

ii) The firms shall satisfy the eligibility conditions for open tender above ` 50 Lakhs are as under: - “Only those firms, which in their individual capacity, satisfy the following criteria needs to quote for this tender”

1 Should have completed in the last three financial years (i.e. current year and three previous financial years)

At least one similar single work* for a minimum value of 35% of advertised tender value of work.

2 Total contract amount received during the last three financial years and in the current financial year.

Should be a minimum of 150% of advertised tender value of work.

Note – In case the tenderer has completed a composite/combined work having element of tendered work, the submission of documentary proof of having successfully completed separable, respective similar nature work valuing minimum 35% of the advertised value in a composite/combined work shall also be considered sufficient.

Similar single work here means – “Not Applicable”. Note : The Contractor should submit along with Tender document either a) Certificate from govt. employer or b) Audited balance sheet of the company duly certified by the charted accountant or c) a copy of return filed with IT department duly certified by CA in support of this claim. d) No Papers regarding MEC will be entertained after opening of Tender.

AS THE TENDER VALUE IS BELOW RUPEES 50 LAKHS HENCE MEC IS NOT APPLICABLE.

3) The Tenderer must submit along with their offer, a. List of Personnel, Organization available on hand and proposed to be engaged for the subject

work. b. List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired

to be given separately) for the subject work. c. List of works completed in the last three financial years giving description of work, organization

for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

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

Page 6: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 6 DRM(S&T)JBP

In addition to above, following documents are required to be submitted with the tender document, failing which tender will summarily rejected.

1. Correct Name, postal address and telephone number/tele fax number/Mobile number. 2. Current sale tax clearance certificate. 3. Photo copy of PAN card & TIN details 4. Firm ownership/partnership certificate with terms & conditions. 5. Firm registration certificate. 6. Copy of state/central government registration certificate as per rule III. 7. Bank details duly stamped and signed by Bank authorities as per annexure. 8. Details of the work carried out / on hand under Central/State government, if any. NOTE: In case of items, (c) & (d) above, supportive documents/certificates from the organizations with which they worked/are working should be enclosed. Certificates from private individuals for whom such work are executed/being executed will not be accepted.

4) The offers from the Tenderers not satisfying the above mentioned eligibility criteria are liable to be rejected.

5) The Tenderers, if they so desire before quoting, should inspect the site of the work in detail and acquaint themselves about the terrain, approach road and other site conditions affecting the execution of the work on their own cost.

6) The resultant Contract of this tender will be governed by the Tender Conditions, Instructions to Tenderers and General Condition of Contract as applicable to West Central Railway and Special Conditions mentioned here. In case of contradiction between Tender conditions, instructions to the tenderer, the General conditions of the contract and the special conditions of the contract, the latter will prevail.

7) The Tenderer shall keep their offer valid for the period of 120 DAYS from the date of opening of tender.

8) The work is to be carried out on Non Electrified Route but need to be carried out as per RE standards. The normal power supply available will be MPSEB supply. In case MPSEB Power supply is not available, Tenderer shall arrange to make his own arrangement of power supply for executing the work.

9) The work is to be carried out in accordance with Interlocking plans for the station issued by the Railways. These IP’s are tentative and some minor variations/alterations may take place. The tenderer should be ready to carry out corrections/ alterations / additions in design of circuits and other works arising out of these changes without any additional cost.

TECHNICAL REQUIREMENT & SPECIFICATION:

NATURE OF TENDERING:

10) The tenderer is required to submit his offer on or before the date of opening. The contents of the offer will be as described later in these paragraphs.

11) The envelope will bear tender number, its description, and name of the tenderer, Full postal address, contact Telephone /FAX numbers & bank Account details.

12) The envelopes should be addressed to the President of India through Senior Divisional Signal and Telecom Engineer, West Central Railway, Divisional Railway Manager’s Office Building, Ist floor Jabalpur,. The tender should be deposited in the Tender Box in the office of the Senior Divisional Signal & Telecommunication Engineer West Central Railway, Divisional Railway Manager’s Office Building, Ist floor Jabalpur, before closing of the tender box before 15.00 hrs sharp on the date of opening.

13) The tenderer shall also enclose in his offer duly indicating rates offered by them and other details as indicated in the tender document duly signing on each page of tender document.

14) The tenderer shall also enclose in his offer that they accept all the Railways terms and conditions and have not

Page 7: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 7 DRM(S&T)JBP

offered any counter clauses.

15) The offer will consist of copy of schedule of works with prices quoted in the required space. The tenderer will sign on each page.All corrections and over writing must be signed /attested.

16) Tender sealed and super scribed as mentioned above, can also be sent by Registered Post with acknowledgement due, to the above mentioned office, but no tender which is received after the time and date specified above shall ordinarily be considered.

DOCUMENTS TO ACCOMPANY THE OFFER:

17) The following documents, over and above mentioned below eligibility criterion, shall invariably accompany the offer, failing which the offer can be treated as invalid and liable to be summarily rejected without any correspondence with the firm. Hence, the firm is well advised to ensure that all the minimum documents, as laid down hereunder are attached with their tender: -

i) Earnest Money in prescribed and acceptable form of ` 14570/- in favour of Sr. DFM/JBP/WCR

ii) Tender documents including schedule duly signed and stamped in each page by the tenderer duly indicating complete Postal Address & telephone number etc.

iii) Partnership deed, in case of partnership firms. Memorandum of Articles of Association.

iv) Power of Attorney, if any.

v) List of Personnel, organization / technical staff available on hand and proposed to be engaged for the subject work, with their designation and experience.

vi) Testimonials/Credentials/documentary evidence and performance record in support of Any other documents the tenderer may like to submit in support of their credential/scheme.

vii) A statement of the set up of their firm and if they are Partnership firm, the names of Partners, their addresses and other particulars with regard to their business etc.

vii) Any other documents the tenderer may like to submit in support of their credential/scheme.

viii) Technical brochure of the offered equipment/system against this tender and product compliance statement clause by clause of the parameters given in the technical specification of the tender along with the tender booklet.

ix) Tenderer should mention bank account no, name of bank and bank specific code no in his tender documents.

x) Document(s) in support of financial solvency (Solvency certificate from State Bank of India or any nationalized bank).

xi) Certified copies of testimonials and other references in connection with previous experience of the

Tenderer in the capacity of the contractor for a similar and other works. Note: Tenderers are requested to note that non-submission of any of the above items along With the tender, shall liable the tender to be rejected.

18) As far as possible the tenderer/s bid should not have any condition or specification or assumption contrary to the provisions in these tender documents on which the tenderer/s bid is based. Tenderer/s Special conditions, not in conformity with the tender specifications/drawings are required to be listed separately with details of exact financial implications, if any. Railways will not take cognizance of conditions/variations from the tender documents or drawings etc. It needs to be emphasized that only such conditions/ stipulations which are at variance with the tender conditions codal provision stipulated in the tender documents need be mentioned, in case tenderer/s choose to stipulate such special conditions taking into account the restrictions mentioned elsewhere in the tender document. Only such special conditions/specifications stipulated by the tenderer/s which have been specifically approved by the Railways in writing shall be deemed to have been accepted by the Railways and shall form part of the Contract Agreement. The tenderer/s conditions / stipulations which are at variance with the tender conditions / codal provisions and not approved / accepted by Railways shall be withdrawn by the tenderer/s.

Page 8: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 8 DRM(S&T)JBP

METHOD OF QUOTING OF RATES.

19) Estimated rates for each items of schedule been indicated by railways on the tender schedule.

20) Tenderer will indicate their rates in the form of % above / at par / % below on overall estimated cost of tender, in the space provided for this at the end of the schedule. Percentage (above / at par / below) should be indicated in figures as well as in words. If it is not quoted by the tenderer the value of Schedule items will be treated at par and accordingly it will be evaluated. If a firm has quoted different percentages in words & figure or incase of any Ambiguity the amount which is advantageous to railways shall be considered and offer has been evaluated accordingly. If any discount is offered, it should be quoted in figures as well as words.

21) All corrections and over writing must be signed / attested.

22) Document submitted along with the offer shall be page numbered and sign by the tenderers with their seal. Unsigned documents shall not be considered for evaluation.

23) Tender forms not accompanied by the requisite EMD will be summarily rejected.

OPENING OF TENDERS:

24) The tenders shall be opened at 15.15 hrs. on the opening date in the office of the Senior Divisional Signal & Telecommunication Engineer, West Central Railway, Divisional Railway Manager’s Office Building, Ist floor Jabalpur.

NOTE :If the date of opening as mentioned above happens to be a holiday then the tender will be opened at the same time and place on the next working day.

25) Railways’ decision in regard to acceptability of Technical Suitability of the offer shall be final.

26) If the tenderer fails to abide by the conditions or fails to submit documents as above, their offer is liable to be summarily rejected. No Counter conditions will be accepted to any of the clauses contained in the Tender Documents. Any clause contrary the Railway’s Tender Conditions will be ignored and the offer will be evaluated as though the Firm has accepted all the Railway’s Clauses in TOTO.

27) Authorized agents are allowed to buy the tender documents on behalf of their Principals.

28) Tenders submitted by the tenderers who have not purchased the tender documents themselves or through their agents and tenders without letter of authority from the principals will be summarily rejected.

29) Telex and incomplete offers will be summarily rejected.

30) The tenderer should read the conditions carefully and also see the Schedules of supply and works before submitting the offer and also ascertain site conditions and the magnitude of works involved.

31) All the documents in support of the Minimum Eligibility Criteria including Letter of Acceptance/Work Order, Documents showing the nature and total value of work, Completion report, Audited balance sheet, Attested certificate from Government employer, Copy of I.T. return etc. should be submitted along with the bid. Railway reserves the right to make or not to make any further reference to the tenderer regarding the fulfillment of the Minimum Eligibility Criteria and to award the tender only on the basis of the documents submitted by the tenderer along with the bid. The tenderer will not have any claim on this account.

RATES.

32) The rates quoted in the offer by the tenderer will be inclusive of basic cost, excise duty, sales tax, service tax inter state tax, works contract tax, transport, loading, unloading charge etc., wherever leviable. Octroi exemption certificates / forms for concessional Sales tax and any other statutory duties shall be issued by the Railway in the name of contractor only, subject to this being permissible under prevailing relevant rules. ‘D’ form for concessional sales tax shall not be issued by railways.

33) The price quoted should be firm and no price variation clause will be acceptable. Variation in Statutory levies and duties shall be permissible on production of documentary evidence. Towards this extent, the tenderer

Page 9: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 9 DRM(S&T)JBP

should indicate the percentage of components of those items in all-inclusive quoted prices in the absence of which no increase in duties will be permissible.

34) The liability of the Railways to reimburse excise duty is limited to such sum as may be found legally due and payable in respect of Contract goods after availing the full credit on all the inputs used in the manufacture of the finished products, irrespective of whether the Tenderer has availed the said credit or not. The Tenderer shall pass on to the purchaser, such additional duties as set off as may become available in future in respect of all the inputs used in the manufacture of the final product on the date of supplies under MODVAT scheme by way of reduction of prices and advise in purchaser (Rly.) accordingly.

35) In specific circumstances if due to delay in inspection by RITES/RDSO or any other unforeseen reason like transporter strike, strike in manufacturer’s factory etc., the material to be supplied by the contractor is delayed; such material can be issued to the contractor on purely loan basis, if available against Indemnity Bond, in the concerned depot. However, this will not be contractor’s right to get material on loan. Railway reserves the right to refuse to give the material on loan. Any delay against in giving material on loan by the railway or refusal should not cause any delay in progress of work and the contractor cannot escape from his responsibilities in such case. Material on loan should be given only in exceptional cases, if decided by site engineer. If the contractor fails to return such material, the cost of such material will be recovered from the contractor as per railway rules.

Earnest Money

36) The tenderer shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be as specified in tender notice.

37) Earnest money deposit for this tender is ` 14570/-. The Earnest money deposit in the form of Bank

guarantee\ FDR/TDR/SDR will not be acceptable. EMD should be submitted by the tenderer in the form of cash/or bankers cheques/Demand Draft executed by State Bank of India or any of the Nationalized

bank or by a Scheduled Bank in favour of Sr. Divisional Finance Manager, WCR, Jabalpur payable at Jabalpur

only. EMD may be Deposited in cash and get in receipt from Chief Cashier/ West Central Railway. Earnest money instrument is to be valid for the period of 180 days from the date of opening of the tender.

Security Deposit

38) The Earnest Money deposited by the Contractor with his tender will be retained by the Railway as part of security for the due and faithful fulfillment of the contractor. The balance to make up the security deposit, the rates for which are given below, may be deposited by the Contractor in cash or may be recovered by percentage deduction from the Contractor’s on account” bills. Provided also that in case of defaulting contractor the Railway may retain any amount due for payment to the Contractor on the pending “on account bills” so that the amounts so retained may not exceed 10% of the total value of the contract.

39) Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under: -

a. Security Deposit for each work should be 5% of the contract value. b. The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is

recovered. c. Security Deposits will be recovered only from the running bills of the contract and no other mode of

collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

40) Security Deposit shall be returned to the contractor after the physical completion of the work as certified by the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned

Page 10: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 10 DRM(S&T)JBP

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 contracts 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.

41) No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the contractor under the contract, but Government Securities deposited in terms of sub-Clause (10 of this clause will be payable with interest accrued thereon.

42) The documents submitted along with the offer shall be page numbered, signed by the tenderer with their seal. Unsigned documents shall not be considered for evaluation. The copy of the solvency certificate, credential certificate etc., should be attested. The work covered by this tender is urgent safety work required to be completed within the completion period as specified from the date of issue of acceptance letter and hence all measures to curtail the time required for awarding the contract is taken which are considered necessary. Non-adherence to these as well as stipulations of Special Conditions at variance to those specified herein and having financial implications are likely to make their tenders non acceptable.

Performance Guarantee (P.G.) – Revised clause 16(4) of GCC as per Rly Bd. Letter no. 2007/CE.I/CT/18 Pt. XII dated 31.12.2010

43) 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 that contract. The failed contractor shall be debarred from participating in re-tender for that work.

(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value: - i. A deposit of Cash, ii. Irrevocable Bank Guarantee, iii. Government Securities including State Loan Bonds at 5 percent below the market Value; iv. Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance

Guarantee could be either of the State Bank of India or of any of the Nationalized Banks; v. Guarantee Bonds executed or 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; x. National Defence Bonds and; xi. Unit Trust Certificates at 5 percent below market value or at the face value whichever is less. xii. Also FDR in favour of SR.DFM (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 should be submitted by the successful bidder after the letter of acceptance

(LOA) has been issued, but before signing of the contract agreement. This PG shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of PG extended to cover such extended time for completion of work plus 60 days.

(d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional performance guarantee amounting to 5% (five percent) for the excess

Page 11: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 11 DRM(S&T)JBP

value over the original contract value shall be deposited by the contractor. (e) The Performance Guarantee (PG) shall be released after physical completion of the work based on

‘completion certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on ‘No claim certificate’ from the contractor.

(f) Whenever the contract is rescinded, the security deposit shall be forfeited and the performance guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm would 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 to this effect by engineer.

(III) The contract being determined or rescinded under provision of the GCC, the performance guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

(h) Fixing Milestones – The concerned executive in-charge of the work may fix appropriate milestones and monitor.

(i) Incentive for early completion and compensation due to delay – Not accepted.

44) Detailed procedure for forfeiture of performance guarantee, & security deposit in Special cases of non-completion of work. (i) After signing of the agreement and submission of performance guarantee, the work has commenced and the contractor abandons the work without completing it, then performance guarantee shall be encased and security deposit shall be recovered so far shall be forfeited. Balance security shall be recovered from his unpaid dues of the existing contracts with these Railways /other Railways/ other Government apartments.

(ii) The agreement signed and the performance guarantee submitted, thereafter the contractor does not commence the work. In such a case, the performance guarantee shall be en-cashed and the amount equal to security deposit shall be recovered from the on going contract of the contractor. Further, if the contractor is not the contractor of the Railway then action will be taken for recovery of these dues from other railways/Govt. department. (iii) After the issue of letter of Acceptance the contractor does not come forward to sign the agreement and does not submit the performance guarantee within the stipulated time. In such a case the amount equivalent to performance guarantee shall be recovered from his on going contracts. If the contractor is not the contractor of the Railway then action will be taken for recovery of these dues from other railways /Govt. department. (iv) The tenderer withdraws his offer before expiry of his validity period of his offer or issue of acceptance letter, whichever is earlier, and then in such a case his EMD shall be forfeited. In case L-1 withdraws his offer then, tender should also be discharged as per extant instructions. (v) In all the above cases, the failed contractor /tenderer who has withdrawn the offer shall be debarred from participating in the tender of executing the work/balance work. If the failed contractor/ tendered who has withdrawn the offer, is JV or a partnership firm then every member/partner of such firm shall be debarred from participating in the tender for the balance work either in his individual capacity or as a partner of a JV/partnership firm. Note: -

Page 12: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 12 DRM(S&T)JBP

1. Bank guarantee- Guarantee deed executed by a bank as surety to secure the due performance of a contract or the due discharge of liability. --- O.25% of the amount, subject to a maximum of twenty five thousand rupees. (As per GM’s Office Legal Cell JBP letter no. WCR/HQ/GA/112/Legal/ Stamp duty Date: 23.01.2015)

2. Confirmation of Bank Guarantee should be obtained. 3. Legal vetting charges of ` 200/- per documents (bank Guarantee, Power of Attorney, Indemnity Bond,

Partnership Deed etc.) should be deposited.

MATERIAL AND WORKMANSHIP

45) All the materials and workmanship used in the work shall be of extremely good quality and high class in every respect and is expected to give trouble free service.

46) The equipments/materials as per RDSO specifications are to be procured from the RDSO approved sources and they should be taken from RDSO approved part-I sources only. The equipments/materials as per RDSO specifications from RDSO Part II approved sources should be taken only if there is no part I RDSO sources approved for the same.

47) Equipment/material in the schedule as per IS specification shall be procured from BIS licensed firms only. In case there are no BIS licensed firms for the scheduled item, the equipment/material are to be procured from manufacturers of repute/their authorized dealers after approval of Engineer-in-charge before supply. (New Clause)

48) Equipment/material in the schedule where RDSO/IS specification has not been stipulated, shall be procured from manufacturers of repute/their authorized dealers approved by the engineer-in-charge before supply. (New Clause)

49) Materials required to carry out this work, if supplied by the Railways, will be issued from the nominated Depots. The contractor will have to load, transport these materials to the site of work and unload the material at his own cost. Empty cable drums and balance materials after completion of work, if any should be returned back at the nominated Depot of the nominated Senior Section engineer (Tele)/JBP.

50) The cost of transit insurance required as per rules will be borne by the tenderer.

51) As per CSTE/WCR letter No. WCR/N-HQ/150/Works/1,2 &3 Dated 03/07/2014

1) For works contract of value exceeding 50 lakhs (in which MEC is applicable) Indemnity bond of contract value should be taken for issue of material to contractor and thus no requirement of Bank Guarantee for this purpose.

2) For works contract of value less than 50 Lakhs B.G of value of 15% of CA value, should be taken as material bank guarantee.

INSPECTION:

52) (a) The Electrical Signaling materials, to be supplied by the Tenderer as per RDSO’s Specification/ Drawing appearing in the critical list contained in Railway Board’s L.No. 74/RS (G)/379/2-Pt. dt. 04.03.1991 & 18.06.1991 will have to be procured from RDSO approved firms only and will be supplied duly inspected by RDSO irrespective of value. This list of critical signaling items is given below: (Modified Clause)

i) All types of signaling relays. ii) Block Instruments. iii) Axle Counter equipments. iv) Signal machines. v) Point Machines. vi) Color light signal transformers.

Page 13: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 13 DRM(S&T)JBP

vii) Electrical signal lamps. viii) Voltage stabilizers and other power supply equipment. ix) Electric signal reversers. x) Signal roundels and lenses. xi) Electric lever lock and circuit controller. xii) Circuit controller. xiii) Electric key transmitter. xiv) Fuses, Fuse Block & Terminal Blocks (PBT Type). xv) Electric Point and lock detector.

(b) The Electrical Signaling materials, other than those included in the critical list mentioned above, to be

supplied by tenderer and are as per RDSO’s specifications/drawings will have to be procured from RDSO approved firms only and will be supplied duly inspected by (a) RDSO if the value of the item is more than ` 1 Lakh and by (b) RITES if the value of the item is less than ` 1 Lakh. (New Clause)

(c) In case of deviation from the above, in inspection clause for scheduled signaling items is considered

necessary, approval of Head Quarters (Open line/Construction), shall be obtained, giving full justification by the field unit. (New Clause).

53) Inspecting agency RDSO/RITES/CONSIGNEE for items to be supplied is given in schedule against each item.

54) Inspecting agency RDSO/RITES/CONSIGNEE for items to be supplied is given in schedule against each item. (a) Whenever equipment/material as per IS specification in schedule are Inspected by Authorized

Representatives of the Railways/ Consignee, the Tenderer will be required to furnish manufacturer’s Guarantee Certificate along with test certificates in addition to his own Warranty certificate. (Modified Clause).

(b) For equipment/material as per IS specification, if the consignee, after verifying all the documentary evidence, visual inspection, measurement of dimensions/key electrical parameters as applicable and any other checks as per facility available with him, is not fully satisfied and if he considers necessary, he can direct the samples to be tested with approval of Engineer-in-charge as per the specifications given in the schedule in a laboratory. The laboratory will be approved by Engineer-in-charge and shall be a BIS approved laboratory. (New clause).

(c) All expense towards test charges shall normally be borne by Railways. However if the samples are found inferior when compared to stipulated specification/drawing, the test charges shall be borne by the contractor. (New Clause).

55) All other equipment/material, where neither RDSO/IS specification are stipulated, and which are to be supplied with consignee inspection shall be procured from manufacturers of repute/their authorized dealers approved by the Engineer-in-charge before supply. In such cases, if the tenderer is not able to furnish manufacturer guarantee certificate and test certificate for e.g. for items being procured through open market, the tenderer shall furnish his guarantee & warranty for these items. (New Clause).

56) The Railway shall have full power to reject any material that it may consider to be defective or inferior in quality, workmanship or otherwise not in accordance with the Specification and the Railway’s decision shall be final, even though they might have been inspected by RDSO/RITES. The Tenderer shall remove forthwith any such material rejected and replace them promptly at his own cost

57) Inspecting agency RDSO/RITES/CONSIGNEE for items to be supplied is given in schedule against each item.

58) Inspection Charges of RDSO and RITES will be borne by the Railways.

59) The Tenderer shall furnish guarantee of Materials/Equipments supplied by him for a period of minimum one year after commissioning or as prescribed else where in the tender for trouble free performance. Any defects

Page 14: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 14 DRM(S&T)JBP

noted during this period will have to be rectified by him promptly at his own cost. (Modified Clause).

60) For telecom items, the following guidelines issued by Board vide their L. No. 2006/Tele/TC/I dtd. 17.04.2006 shall be adhered to : (New Clause)

a) All the materials with TEC/BSNL specification and procured from TEC/BSNL approved firms (approved for bulk supply and not as interface approval) shall also be inspected by RDSO provided the cost of the material is more than ` 1 lakh.

b) All the materials with TEC/BSNL specification and procured from sources not approved TEC/BSNL

(including firms having only interface approval) shall also be inspected by RDSO provided the cost of the material is over ` 5 lakhs. However, in such cases RDSO shall carry out prototype approval before taking up regular inspection.

c) Sophisticated telecom items as an exception can also be taken up for inspection by RDSO as per

Railway’s specification. The approval acceptance test format shall have to be supplied by Railways duly approved by the concerned CSTE.

d) RDSO shall not inspect “Test Measuring’’ equipments, Electronic exchanges/intercom auto

telephones and spare parts of all telecom equipments. The same may be inspected by Railway’s representative as nominated by Zonal Railways.

61) A separate contract wise register must be maintained, where record of consignee inspection carried out like visual check, measurement of dimensions/key electrical parameters wherever applicable and any other checks as per facilities available, should be entered by the consignee, for consignee inspected items. (New Clause)

62) Items not inspected by RDSO/ RITES for any reason, will be inspected by the Consignee / Authorized Representatives of Railways.

63) TIME SCHEDULE FOR COMPLETION OF WORK: Time is the essence of this Contract and time schedule shall be strictly adhered to. The entire work as

per the Contract will have to be completed within 04 months from the date of issue of acceptance letter. The Contractor will be responsible for progress of work on progressive basis from the date of issue of acceptance letter. Since the progress of work is critically related to the supply of material by the Contractor, he will have to supply the materials on a progressive basis, if not in one lot so as to ensure physical progress at stations on a progressive basis, according to the time schedule indicated below from the date of issue of acceptance letter. It would be clearly borne in mind that the works which are not dependent upon the receipt of materials duly inspected by RDSO/RITES are to be progressed and completed well before to avoid accumulation of work towards the fag end. Railways will also consider imposition of penalty in the case of default of achieving this rate of progress. However, even if penalty is imposed for failure in achieving this specified rate of progress, the Contractor, if makes up for loss of time and completes the entire work within this stipulated completion period, then the penalty imposed may be waived off. Work will be carried out under traffic condition. All the preparatory works like cable laying, termination and wiring to the extent possible will be completed under the supervision of the Section Engineer incharge of work, after which commissioning will be carried.

PAYMENT :

64) Payment of on account bill for the tendered work will be arranged by the Senior Divisional Signal & Telecom Engineer (Tele), in charge of the work through the associate Accounts Officer.

65) 80 % of the accepted cost of material supplied will be paid when the materials are supplied subject to furnishing of inspection certificate and receipt order by the nominated Consignee.

66) 100% will be paid for spares and for items, which are not required to be erected by the contractor, on receipt of the equipment and no loss certificate by the consignee.

67) For items other than supply – on account payment will be on the basis of measurements recorded.

Page 15: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 15 DRM(S&T)JBP

68) Balance 20 % of the cost of the material supplied for each station against Clause 66 above, shall be paid after commissioning of each station.

69) However the payment against Clause 68 of special conditions can be released against bank guarantee of equal amount on the discretion of the competent authority, if commissioning is held up on railway’s account for a period of more than 3 months after the installation is tested and kept ready for commissioning by the contractor to the full satisfaction of the railways.

70) Wherever the Central/ State makes it obligatory for the Railway to deduct any amount towards sales tax, works contract tax etc., the same will be deducted in addition to the income tax and remitted to the concerned authority.

71) Determination of contract owing to default of contractor: -

(1) If the Contractor should:-

i. Becomes bankrupt or insolvent, or ii. Make an arrangement with of assignment in favour of his creditors, or agree to carry out the

contract under a Committee of inspection of his creditors, or iii. Being a Company or Corporation, go into liquidation (other than a voluntary liquidation for the

purpose of amalgamation or reconstruction), or iv. Have an execution levied on his goods or property on the works, or v. Assign the contract or any part thereof otherwise than as provided in Clause 7 of these conditions, or vi. Abandon the contract, or vii. Persistently disregard the instructions of the Engineer, or contravene any provision of the contract,

or viii. Fail to adhere to the agreed Programme of work by a margin of 10% of the stipulated period, or ix. Fail to remove materials from the site or to pull down and replace work after receiving from the

Engineer notice to the effect that the said materials or works have been condemned or rejected under Clause 25 and 27 of these conditions, or

x. Fail to take steps to employ competent or additional staff and labours as required under clause 26 of the conditions, or

xi. Fail to afford the Engineer or Engineer’s representative proper facilities for inspecting the works or any part thereof as required under clause (28) of the conditions, or

xii. Promise, offer or give any bribe, commission, gift or advantage either himself or through his partner, agent or servant to any officer or employee of the Railway or to any person on his or on their behalf in relation to the execution of this or any other contract with this Railway.

(2) At any time after the tender relating to the contract has been signed and submitted by the contractor, being a partnership firm admit as one of its partners or employ under it or being an incorporated company elect or nominate or allow to act as one of its directors or employ under it in any capacity whatsoever any retired engineer of the gazetted rank or any other retired gazetted officer working before his retirement, whether in the executing or administrative capacity, or whether holding any pensionable post or not, in the engineering department of the Railways for the time being owned and administrated by the President of India before the expiry of two years from the date of retirement from the said service of such Engineer or Officer unless such engineer or officer has obtained permission from the President of India or any officer duly authorised by him in this behalf to become a partner or a director or to take employment under the contract as the case may be, or

(3) Fail to give at the time of submitting the said tender: -

i. the correct information as to the date of retirement of such retired engineer or retired officer from the said service, or as to whether any such retired engineer or retired officer was under the employment of the Contractor at the time of submitting the said tender, or

ii. The correct information as to such engineers or officers obtaining permission to take employment

Page 16: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 16 DRM(S&T)JBP

under the Contractor, or iii. Being a partnership firm, the correct information as to, whether any of its partners was such a

retired engineer or a retired officer, or iv. Being in incorporated company correct information as to whether any of its directors was such a

retired engineer or a retired officer, or v. Being such a retired engineer or retired officer suppress and not disclose at the time of submitting

the said tender the fact of his being such a retired engineer or a retired officer or make at the time of submitting the said tender a wrong statement in relation to his obtaining permission to take the contract or if the Contractor be a partnership firm or an incorporated company to be a partner or director of such firm or company as the case may be or to seek employment under the Contractor, and after expiry of 48 hours notice, a final termination notice (Proforma as Annexure V) should be issued.

(4) Then and in any of the said clause, the Engineer on behalf of the Railway may serve the Contractor with a notice (in the prescribed Proforma) in writing to that effect and if the Contractor does not within seven days after the delivery to him of such notice proceed to make good his default in so far as the same is capable of being made good and carry on the work or comply with such directions as aforesaid to the entire satisfaction of the Engineer, the Railway shall be entitled after giving 48 hours notice (Proforma at Annexure IV) in writing under the hand of the Engineer to rescind the contract as whole or in part or parts (as may be specified in such notice).

72) Right of Railway after rescission of contract owing to default of Contractor: - In the event of any or several of the courses, referred to in sub-clause (1) of this clause, being adopted: (a) The contractor shall have no claim to compensation for any loss sustained by him by reason of his

having purchased or procured any materials or entered into any commitments or made any advances on account of or with a view to the execution of the works or the performance of the contract and Contractor shall not be entitled to recover or be paid any sum for any work thereto for actually performed under the contract unless and until the engineer shall have certified the performance of such work and the value payable in respect thereof and the Contractor shall only be entitled to be paid the value so certified.

(b) The Engineer or the Engineer’s Representative shall be entitled to take possession of any materials, tools implements, machinery and buildings on the works or on the property on which these are being or ought to have been executed, and to retain and employ the same in the further execution of the works or any part thereof until the completion of the works without the contractor being entitled to any compensation for the use and employment thereof or for war and tear or destruction thereof.

(c) The Engineer shall as soon as may be practicable after removal of the Contractor fix and determine ex-parte or by or after reference to the parties or after such investigation or enquiries as he may consider fit to make or institute and shall certify what amount (if any) had at the time of decision of the contract been reasonably earned by or would reasonably accrue to the contractor in respect of the work then actually done by him under the contract and what was the value of any unused, or partially used materials, any constructional plant and any temporary works upon the site. The legitimate amount due to the contractor after making necessary deductions and certified by the Engineer should be released expeditiously.

73) GCC Clause 42.(4) Variations In Quantities During Execution Of Works Contracts : The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:

74) 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.

Page 17: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 17 DRM(S&T)JBP

75) In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions: (a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade; (i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender; (ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender; (iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender. (b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value. (c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO / FA&CAO(C) and approval of General Manager.

76) In cases where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items upto 25% of individual item without finance concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtaining 'No Claim Certificate' from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. (c) It should be certified that the work proposed to be reduced will not be required in the same work.

77) 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.

78) No such quantity variation limit shall apply for foundation items.

79) As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

80) 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.

81) For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager.

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

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

83) {Authority :(1) Item-9 to Railway Board's letter no. 2007/CE-IICT/18, Dated 28.09.07 and (2) Item-2 to Railway Board’s letter no. 2007/CE.IICT/18/Pt.XII, Dated 31.12.10}

84) The Tenderer must submit along with their offer, e. List of Personnel, Organization available on hand and proposed to be engaged for the subject

work. f. List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired

to be given separately) for the subject work.

Page 18: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 18 DRM(S&T)JBP

g. List of works completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

h. 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 should be given.

In addition to above, following documents are required to be submitted with the tender document, failing which tender will summarily rejected.

1. Correct Name, postal address and telephone number/tele fax number/Mobile Number.

2. Current sale tax clearance certificate 3. Current sale tax clearance certificate. Photo copy of PAN card & TIN details 4. Firm ownership/partnership certificate with terms & conditions. 5. Firm registration certificate. 6. Copy of state/central government registration certificate as per rule III. 7. Bank details duly stamped and signed by Bank authorities as per annexure. 8. Details of the work carried out / on hand under Central/State government, if any.

NOTE: In case of items, (c) & (d) above, supportive documents/certificates from the organizations with which they worked/are working should be enclosed. Certificates from private individuals for whom such work are executed/being executed will not be accepted.

GENERAL

85) At the time of commissioning sufficient number of manpower along with tools and measuring instruments shall be arranged by the tenderer and prior approval of Engineer-in-charge should be taken.

86) The installation, testing and charging of the complete system should be done by authorized technically competent representatives of the tenderer approved by Engineer-in-charge.

87) The Contractor shall do no work that may interfere with train traffic until adequate protection has been arranged as per the instructions of the Site Incharge.

88) The Contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952: Para 3 & 4 of Employees’ Pension Scheme, 1995: and Para 7& 8 of Employees Deposit Linked Insurance Scheme, 1976: as modified from time to time through enactment of “Employees Provident Fund & Miscellaneous Provisions Act, 1952, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules.” (Addendum & Corrigendum Slip (ACS) to General Conditions of Contract (Ref: Railway Board’s letter No.2012/CE-I/CT/O/22 dated 14.12.2012)Clause 55-B to GCC : Provisions of Employees Provident Fund and Miscellaneous Provisions Act 1952:

89) In terms of Provision of New clause 26A.1 to the General Condition of Contract (GCC), contractor shall also employ following Qualified Engineers during execution of the 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.

90) Further, in case the contractor fails to employ the Qualified Engineer, as aforesaid in para 3 above, he in terms of provision of clause 26A.2 to the General Condition of Contract, shall be liable to pay an

Page 19: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 19 DRM(S&T)JBP

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 Para3 (a) and 3 (b) above respectively.

91) 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 SAF Officer, for reasons to be recorded in writing

92) This issues with the concurrence of the Finance Directorate of the Ministry of Railways. Addendum & Corrigendum Slip (ACS) to General Conditions of Contract (Ref: Railway Board’s letter No.2012/CE-I/CT/O/20 dated 10.05.2013)

93) The Contractor shall place and keep on the works at all times efficient and competent staff to give the necessary directions to his workmen and to see that they execute their work in sound & proper manner and shall employ only such supervisors, workmen & laborers in or about the execution of any of these works as are careful and skilled in the various trades.

94) The Contractor shall at once remove from the works any agents, permitted sub-contractor, supervisor, workman or laborer who shall be objected to by the Engineer and if and whenever required by the Engineer, he shall submit a correct return showing the names of all staff and workmen employed by him.

95) In the event of the Engineer being of the opinion that the Contractor is not employing on the works a sufficient number of staff and workmen as is necessary for proper completion of the works within the time prescribed, the contractor shall forthwith on receiving intimation to this effect deploy the additional number of staff and labour as specified by the Engineer within seven days of being so required and failure on the part of the contractor to comply with such instructions will entitle the Railway to rescind the contract under clause 62 of these conditions. (Clause 26 to GCC – Provision of Efficient And Competent Staff At Work Sites By The contractor.)

96) The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma Holder Engineer, based on value of contract, as may be prescribed by the Ministry of Railways through separate instructions from time to time.

97) In case the contractor fails to employ the Engineer, as aforesaid in Para 26A.1, he shall be liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways through separate instructions from time to time for the default period for the provisions, as contained in Para 26A.1

98) No. of qualified engineers required to be deployed by the Contractor for various activities contained in the works contract shall be specified in the tender documents as “special condition of contract” by the tender inviting authority.” Clause 26A to GCC – Deployment Of Qualified Engineers At Work Sited By the Contractor :

99) Clause 26A.3 of GCC speaks that number of qualified Engineers required to be deployed by the contractor for various activities contained in the works contract shall be specified in the tender documents as special condition of contract by the tender inviting authority , hence in accordance to Para No. 3(a) & (b) of Railway Board letter no. 2012/CE-I/CT/020 dated 10.05.2013 , no. of qualified engineer required to be deployed by the contractor for various activity in the works contract approved by the competent authority are as below.

Sr. Nos.

Cost of contract Deployment of qualified diploma holder (Nos.)

Deployment of qualified Graduate Engineer (Nos.)

Page 20: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 20 DRM(S&T)JBP

1. Less than 25 lakhs Nil Nil

2. From 25 lakhs to 2 Crores 1 Nil

3. From 2 Crores to 4 Crores Nil 1

4. From 4 Crores to 6 Crores 1 1

5. From 6 Crores to 8 Crores 2 1

6. From 8 Crores to 10 Crores 2 2

7. For more than 10 Crores One additional diploma holder fro every 2 crores or Part of it

100) In case the contractor fail to employ the Qualified Engineer as per requirement of the work, he shall be liable to pay an amount of Rs. 40000/- per engineer and Rs. 25000/- per diploma holder for each month or part of there of for the default period as per Para-4 of Railway Board letter no. 2012/CE-I/CT/020 dated 10.05.2013, which is in terms of provisions of Clause 26A.2 of the GCC. (As per CSTE letter No. WCR/N-HQ/150/Wks/Policy/14 Pt-IV Dated 28.02.2014)

a) PROTECTION AT WORK AT WORK SITE: - The contractor shall do no work that may interfere with train traffic until adequate protection has been arranged as per the instruction of the Site in charge.

b) All the tools & measuring instruments, required for installation & testing will have to be brought by the contractor at his own cost.

c) The railway officers / staff will be associated with the testing & commissioning of the work. Railway staff may have tools and measuring instruments for ascertaining the exact value and for railway work.

d) The contractor having more than 20 labour, is required to obtain the labour license from the licensing Officer under provision of Contract Labour (Regulation and Abolition) Act 1970 read with Contract labour (Regulation and Abolition) Central Rules 1970. They should obtain a proper and valid labour license for the concerned work from the concerned Asst. labour Commissioner or licensing officer of the area and the photo copy of the labour license must be submitted to Railway for records. Failure to do so, will attract legal action against the tenderer.

e) Service Tax Registration under Finance Act 1994 :

f) In case of contract for services, covered within the ambit of taxable services and for value exceeding ` 10 lakhs , the contract will be awarded only to such service providers who are holding a valid Services Tax Registration Number. A copy of certificate in this reference shall be enclosed with Tender documents. The services which are in ambit of taxable services are listed below:-

Sr.No. Services in the ambit of service tax Equivalent S&T work outsourced

1 Maintenance of repair service Repairing & maintenance activity outsourced.

2 Rent on a cab scheme operation Hired road vehicles

3 Transport of Goods by Road Transportation contract for material

All the above services are in the ambit of taxable services, as such, only those offers shall be treated as valid in which the tenderer/ firm has a valid Services Tax Registration Number as per Rule-4, under section 66 of Finance act 1994.

g) Arbitration :- General Conditions of Contract 2013 Clause No. 64 (3) (a) (i) has been amended by Railway Board , vide letter No. 2012/CE-I/CT/ARB/ 24 dated 22.10.2013 / 05.11.2013 as under:- “In cases where the total value of all claims in question added together does not exceed Rs.25,00,000/- (Rupees Twenty five lakh only ) , the Arbitral Tribunal shall consist of a Sole Arbitrator who shall be a gazetted officer of Railway not below JA grade nominated by the General Manager. The Sole Arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration is received by GM. ”

Page 21: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 21 DRM(S&T)JBP

102 Labour Payment:- As per letter of Dy.CVO/Account/JBP to ensure labour payment

as per minimum wages act. Contractor have to arrange labour payment through

Bank account and certificate in this reference is to be submitted while claiming the payment. Being principal employer railway may demand the documentary evidence in this reference at any instant. (New clause)

(Dy.CVO/Account/JBP L.No.WCR/Vig-HQ/VI/Account/2015070077 dated 10.08.2014)

APPENDIX TO SPECIAL CONDITIONS OF TENDER. i. Sr. Divisional Signal & Telecom Engineer/Tele /JBP or his authorized representative will be the Engineer in-

charge of the work. ii. Sr. Divisional Finance Manager / Jabalpur will be the Associate Finance Officer.

iii. ADSTE/T/JBP he will be executive Engineer for the entire work and 20% check shall be certify by him for all location of the work.

iv. Senior Section Engineer (Tele) STA, will be the nominated Depot and Consignee for the materials & fill up the

measurement book of the work of schedule ‘A’ v. SSE/T/KTE will fill the measurement book for work of schedule ‘B’ duly supervised the dismantling work by

microwave antenna of all location JBP-03Nos.,SHR-2Nos,SBD-02Nos.,NKJ-02Nos.& 05Nos Pachmarhi Stations of Jabalpur Division.

*****************************************

Bank details of firms for ECS (EFT/N/NEFT) on bills.

Annexure-1

1. Name of the Contractor/Supplier/Vendor/Party 2. Core Banking Account number and Type of account 3. Name & Place of Bank 4. Branch Name 5. Branch Code 6. IFSC code 7. MICR Code 8. PAN Number 9. TIN Number 10. Mobile/ Phone Number 11. Xerox Copy of Cheque in support of above details

Page 22: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 22 DRM(S&T)JBP

Tender Schedule’ A'

Name of work:-(1) Replacement of Guyies wire and Accessories for masts at Satna

,Maihar Stations , MYR Cement siding ,Birla Cement siding, Prism cement siding Turkey

siding, Bela siding and Kymore siding.

SN Description of works Unit Qty Rate Amount Inspection

1 Supply and replacement of Guyies and accessories for Satna Station

Mtrs. 33 2000.00 66000.00 Consignee

2 Supply and replacement of Guyies and accessories for Maihar Station

Mtrs. 18 2000.00 36000.00 Consignee

3 Supply and replacement of Guyies and accessories for Maihar Cement Siding

Mtrs.

3 2000.00 6000.00 Consignee

4 Supply and replacement of Guyies and accessories for Birla Cement Siding

Mtrs. 24

2000.00 48000.00 Consignee

5 Supply and replacement of Guyies and accessories for Prism Cement Siding Hinota

Mtrs. 36

2000.00 72000.00 Consignee

6 Supply and replacement of Guyies and accessories for Turkey Cement Siding Hinota

Mtrs. 33

2000.00

66000.00 Consignee

7 Supply and replacement of Guyies and accessories for Bela Cement Siding

Mtrs. 18 2000.00 36000.00 Consignee

8 Supply and replacement of Guyies and accessories for Kymore Cement Siding

Mtrs. 30 2000.00 60000.00 Consignee

Total Value of Schedule Á 3,90,000.00

Page 23: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 23 DRM(S&T)JBP

Tender Schedule’ B'

Name of work:- (2) Dismantling of Railway’s unused Microwave antenna from the Microwave tower of JBP-03Nos.,SHR-2Nos,SBD-02Nos.,NKJ-02Nos.& 05Nos Pachmarhi Stations of Jabalpur Division..

Sr.

No

Description Unit Qty Rate Amount

1. Dismantling of microwave parabolic disc antennas

12 nos. & 2 nos. parabolic mesh antennas

from various towers at JBP-3 nos, SHR-2 nos., SBD-2 nos., NKJ-2 nos. &

Pachmarhi-5 nos. . Cost

includes removing antennas from top of towers, lowering them to

the ground. Cost of manpower and all tools

and tackles are included.

Antenna 14 Nos.

Rs.18000/- Rs.252000/-

2 Transportation of

material from Pachmarhi & SHR to JBP depot (2 Lots) & SBD to KTE depot

(1 Lot).

Per

station

3

Lots

Rs.12000/- Rs.36000/-

3 Group insurance for

labour subject to production of valid

documents by the contractor

Per

group

LS 10000/- Rs.10000/-

Total Rs.298000/-

Service tax 14% extra on

item Nos.1 & 2

14% 40320/-

Grand Total 338320/-

Page 24: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 24 DRM(S&T)JBP

Total cost of Schedule 'A' 390000.00

Total cost of Schedule 'B' 338320.00

Total 728320.00

QUOTING OF RATES:-

1. % ABOVE/BELOW/AT PAR (IN FIGURE)

2. % ABOVE/BELOW/AT PAR (IN WORDS) NOTE:-

1) Estimated rate of each item is indicated in the schedule above. Tenderer are requested to quote their rates as % above/AT PAR/% below on overall schedule and not item wise.

2) If firms have quoted different percentages in words & figure or incase of any Ambiguity the amount which is advantageous to railways shall be considered and offer has been evaluated accordingly.

Page 25: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 25 DRM(S&T)JBP

Scope of work

The contract is for(1) Replacement of Guyies wire and Accessories for masts at

Satna ,Maihar Stations , MYR Cement siding ,Birla Cement siding, Prism cement

siding Turkey siding, Bela siding and Kymore siding (2) Dismantling of Railway’s

unused Microwave antenna from the Microwave tower of JBP-03Nos.,SHR-

2Nos,SBD-02Nos.,NKJ-02Nos.& 05Nos Pachmarhi Stations of Jabalpur Division...

1. The work covered by this tender is extremely skilled and technical in nature and only

the firms having sufficient skilled and experienced staff with them and who have

carried out tight targeted such works in the past need quote against this tender.

2. Contractors are advised to make a physical survey of the site and its location before

quoting their offer. Sit and locations details mentioned in tender schedule.

3. Work is to be undertaken strictly as per instruction of nominated representative of

Railways and the specification given in the schedule.

4. While replacing the Guyies wire of exiting mast contractor shall ensure all necessary

safety measure for both, mast & manpower.

5. While exiting the work of dismantling M/W antenna also all necessary safety measure

shall be ensure for both mast & manpower.

6. Group insurance of all labours shall be done & submitted to the consignee before start

of the work.

Railway scope of work

1. Supervision and co-ordination with other departments of Railways for execution

and commissioning of the work.

Page 26: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 26 DRM(S&T)JBP

Technical specification for Guyies wire & Its accessories( related to schedule)

1. Guyies wire should be galvanized.

2. Thickness of Guyies wire -8MM

3. Guyies wire should be properly binded with Ú’clamp

4. Galvanized “D” should be used with guyies wire base.

5. Galvanized tightening clamp should be used between guyies wire & “D” clamp

6. All rusty nuts & bolts should be replaced with new Galvanized nuts & bolts

7. Base Rod & surface angle should be painted with Aluminum paint, paint to

applied only after proper cleaning of rusted surface

Page 27: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 27 DRM(S&T)JBP

REGULATION FOR TENDERS AND CONTRACTS

CONTENTS 1.1) Meaning of Terms

1.1) DEFINITIONS

1.2) SINGULAR AND PLURAL

CREDENTIALS OF CONTRACTORS

2.1) APPLICATION FOR REGISTRATION

3) TENDER FORM

4) OMISSIONS AND DISCREPANCIES

5) EARNEST MONEY

6) CARE IN SUBMISSION OF TENDERS

CONSIDERATION OF TENDERS

7) RIGHT OF RAILWAY TO DEAL WITH TENDERS

CONTRACT DOCUMENTS

8) EXECUTION OF CONTRACT DOCUMENT

9) FORM OF CONTRACT DOCUMENTS

ANNEXURE I TENDER FORMS

ANNEXURE II AGREEMENT FOR ZONE CONTRACT

ANNEXURE III Work order under zone contract

ANNEXURE IV Contract Agreement Form

ANNEXURE V Work Order for works

Contractor’s Agreement

ANNEXURE VI Work Order for works

Page 28: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 28 DRM(S&T)JBP

REGULATIONS FOR TENDERS AND CONTRACTS

FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS FOR ENGINEERING WORKS

MEANING OF TERMS

1.1) These Regulations for Tenders and Contracts, shall be read in conjunction with the General conditions of Contract which are referred to herein and shall be subject to modifications, additions or super session by special conditions of contract and/or special specifications, if any annexed to the Tender Forms.

1.2) Definition: - In these Regulations for Tenders and Contracts the following terms shall have the meanings assigned hereunder except where the context otherwise requires: -

a) "Railway” shall mean the President of the Republic of India or the Administrative Officers of the West Central Railway or of the Successor Railway authorized to deal with any matters which these presents are concerned on his behalf. .

b) "General Manager" shall mean the Officer incharge for the general Superintendence and control of the Railway and shall also include the General Manager (Construction) and shall mean and include their successors, of the Successor Railway.

c) "Chief Engineer" shall mean the Officer incharge of the Engineering Department of West Central Railway and shall also include the Chief Engineer (Construction), Chief Signal and Telecommunication Engineer, Chief Signal and Telecommunication Engineer (Construction), Chief Electrical Engineer and Chief Electrical Engineer (Construction) and shall mean & include their successors of the Successor Railway.

d) "Divisional Railway Manager" shall mean the Officer incharge of a Division of the West Central Railway and shall mean and include the Divisional Railway Manager of the Successor Railway.

e) "Engineer" shall mean the Divisional Engineer or the Executive Engineer, Divisional Signal & Telecommunication Engineer, Divisional Signal & Telecommunication Engineer (Constructions), Divisional Electrical Engineer and Divisional Electrical Engineer (Construction), in executive charge of the works and shall include the superior officer of the Engineering, Signal & Telecommunication, and Electrical Department of Railway; i.e. the Senior Divisional Engineer/Deputy Chief Engineer/Chief Engineer / Chief Engineer (Construction), Senior Divisional Signal and Telecommunication Engineer/ Deputy Chief Signal and Telecommunication Engineer / Chief Signal & Telecommunication Engineer / Chief Signal & Telecommunication Engineer (Construction), Senior Divisional Electrical Engineer/Deputy Chief Electrical Engineer/Chief Electrical Engineer (Construction)/ and shall mean and include the Engineers of the Successor Railway.

f) "Tenderer" shall mean the Person/the firm/co-operative or company whether in-corporate or not who tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, successors and permitted assigns.

g) "Limited Tenders" shall mean tenders invited from all or some Contractors on the approved or select list of contractors with the Railway.

h) "Open Tenders" Shall mean the tenders invited in open and public manner and with

Page 29: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 29 DRM(S&T)JBP

adequate notice.

i) "Works" shall mean the works contemplated in the drawings and schedules set forth in the tender forms and required to be executed according to specifications.

j) "Specifications" Shall mean the specifications for Materials and works of the Central Railway as specified in Part III of the Works Hand Book issued under the authority of the Chief Engineer or as amplified added to or superseded by special specification if any appended to the Tender Forms.

k) "Schedule of Rates of the Central Railway" shall mean the schedule of Rates issued under the authority of the Chief Engineer from time to time

l) "Drawings" shall mean the maps, drawings, plans and tracings or prints thereof annexed to the Tender Forms.

1.3) Words importing the singular number shall also include the plural and vice versa where the context requires.

2.1) Application for registration:-Works of construction and of supply of material shall be entrusted for execution to contractors whose capabilities and financial status have been investigated and approved to the satisfaction of the Railway. For this purpose, list of approved contractor shall be maintained in the Railway. The said list shall be revised periodically once in a year or so by giving wide publicity through advertisements etc.

A Contractor including a contractor who is already on the approved list shall apply to the nearest General Manager (Construction), Chief Administrative Officer (Construction), Divisional Railway Manager, Chief Engineer/ Chief Engineer (Construction), Chief Signal and Telecommunication Engineer/Chief Signal & Telecommunication Engineer (Construction) and Chief Electrical Engineer/Chief Electrical Engineer (Construction), furnishing particulars regarding: -

a) His position as an independent contractor specifying Engineering organisation available with details or Partners/Staff/Engineers employed with qualifications and experience;

b) His capacity to undertake and carry out works satisfactorily as vouched for by a responsible official or firm, with details about the transport equipments, construction tools and plants, etc., required for the work, maintained by him;

c) His previous experience of works similar to that to be contracted for, in proof of which original certificates or testimonials may be called for and their genuineness verified if needs be, by reference to the signatories thereof;

d) His knowledge from actual personal investigation of the resources of the area/zone or zones in which he offers to work;

e) His ability to supervise the work personally or by competent and duly authorised agents;

f) His financial position;

g) Authorised copy of the current Income-tax Clearance Certificate.

2.2) An applicant shall clearly state the categories of works for which and the area/zone/division (s)/district (s) in which he desires registration in the list of approved contactors.

2.3) The selection of Contractors for enlistment in the approved list would be done by a committee for different value slabs as notified by Railway.

Page 30: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 30 DRM(S&T)JBP

2.4) An annual fee as prescribed by the Railway from time would be charged from such approved contractors to cover the cost of sending notices to them and clerkage for tenders, etc.

2.5) The list of approved contractors would be treated as confidential office record.

TENDERS FOR WORKS:

3) Tender Form: - Tender Forms shall embody contents of the contract documents either directly or by reference, and shall be as per specimen form, Annexure I. tender Forms shall be issued on payment of the prescribed fees to the appropriate contractor on the list of approved contractors. Contractors not on the list of approved contractors, will on payment of the prescribed fees, be furnished with tender forms and they shall be required to submit evidence regarding their financial status, previous experience and ability to execute the works, and an authorized copy of current Income Tax Clearance Certificate without which their tenders will not be considered.

4) Omissions and Discrepancies: - Should a tenderer find discrepancies in, or omissions from the drawings or any of the Tender Forms or should be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

5) Earnest Money: - The tenderer shall be required to deposit earnest money with the tender for the due performance up the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be 2% of the estimated tender value as indicated in the Tender Notice. The earnest money shall be rounded to the nearest ` 10. This earnest money shall be applicable for all modes of tendering.

a) It shall be understood that the tender documents have been sold/ issued to the tenderer and the tenderer is permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resale from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.

b) If his tender is accepted this earnest money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General Conditions of Contract. The earnest money of other tenderer shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

c) The Earnest Money should be in cash or in any of the following forms: -

i) Deposit receipts, pay orders, demand drafts. These forms of earnest money could be either of the State Bank of India or of any of the nationalised banks. No confirmation advice from the Reserve Bank of India will be necessary.

ii) Deposit receipt executed by the Scheduled banks (other than the State Bank of India and the Nationalized Banks) approved by the Reserve Bank of India for this purpose. The Railway will not, however, accept deposit receipt without getting in writing the concurrence of the Reserve Bank of India.

iii)

Page 31: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 31 DRM(S&T)JBP

6) Care in Submission of Tenders. Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in Clause-37 of the General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

a) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf.

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

7) Right of Railway to deal with Tenders - The Railway reserves the right of not to invite tenders for any of Railway work or works or to invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

CONTRACT DOCUMENTS

8) Execution of Contract Document: - The Tenderer whose tender is accepted shall be required to appear in person at the office of the General Manager/General Manager (Construction) Chief administrative Officer (Construction), Divisional Railway Manager or concerned Engineer, as the case may be, or if a firm or corporation, a duly authorized representative shall so appear and execute the contract documents within 7 days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.

In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as here in before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and to recover the damages for such default.

9) Form of Contract Document:-Every contract shall be complete in respect of the document it shall so constitute. Not less than 2 copies of the contract documents shall be signed by the competent authority and the contractor and one copy given to the contractor.

a) For zone contracts awarded on the basis of the percentage above or below the Schedule of Rate Central Railway for the whole or part of financial year, the contract agreement required to be executed by the tenderer whose tender is accepted shall be as per specimen form, Annexure II During the currency of the Zone contract, work orders as per specimen form Annexure III or IV for works not exceed ` 1.00 Lakh each shall be issued by the Divisional Railway Manager/Executive Engineer under the agreement for Zone Contract.

b) For contracts for specific works, valued at more than ` 10,000/- the contract documents required to be executed by the tenderer whose tender is accepted shall be either an Agreement as per specimen form Annexure IV or a work order as per specimen form annexure V as may be prescribed by the Railway.

Page 32: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 32 DRM(S&T)JBP

ANNEXURE I

WEST CENTRAL RAILWAY

TENDER FORMS (FIRST SHEET)

Tender No. JBP/N/Tele/OPEN/TENDER/2016/04, Dated: 15.12.2016

Name of Work:- :-(1) Replacement of Guyies wire and Accessories for masts at

Satna ,Maihar Stations , MYR Cement siding ,Birla Cement siding, Prism cement

siding Turkey siding, Bela siding and Kymore siding.

(2) Dismantling of Railway’s unused Microwave antenna from the Microwave tower of JBP-03Nos.,SHR-2Nos,SBD-02Nos.,NKJ-02Nos.& 05Nos Pachmarhi Stations of Jabalpur Division..

To The President of India, Acting through the Divisional Railway Manager (S&T) West Central Railway, Jabalpur.

1. I/We …………………………………………………………………………………….have read the various conditions to tender attached here to and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 120 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 West Central Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 04 months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the General Conditions of Contract corrected upto printed advance correction slip No…………………………… dated ……………… and to carry out the work according to the Special Conditions of Contract and Specifications of materials and works as laid down by Railway in the annexed Special Conditions/Specifications and the Central Railway Works Hand Book Part III corrected upto printed/advance correction slip No…..…………….....dated.................... Sanitary Works Hand Book corrected upto printed/advance correction slip No…..……..…. dated............ Schedule of Rates corrected upto printed/advance correction slip No. ……………..…….dated……… for the present contract.

3. A sum of Rs 14570/- is herewith forwarded as Earnest money. The full value 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 seven days after receipt of notice issued by the Railway that such documents are ready; and

b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this

Page 33: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 33 DRM(S&T)JBP

work.

Signature of Witnesses: .,............................... .................................... Signature Tenderer(s)

(1)……………………….

(2)………………………. Date ........................... Address of the Tenderer(s)

ANNEXURE I

TENDER FROM (SECOND SHEET)

1) Instructions to tenderers and conditions of tender - The following documents

Page 34: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 34 DRM(S&T)JBP

form part of Tender/ Contract :-

a) Tender forms-First Sheet and Second Sheet

b) Special Conditions/Specifications (enclosed)

c) Schedule of approximate quantities (enclosed)

d) General Conditions of Contract and Standard Specifications for materials and works as laid down in Works Hand Book and Sanitary Works Hand Book of Central Railway, as amended/ corrected upto correction slips mentioned in First Sheet of Tender Form, copies of which can be seen in the office of Divisional Railway Manager(S&T) or obtained from the office of the Chief Engineer, West Central Railway, Jabalpur on………………………… payment of Rs ……………………`………………………. & `…………………….. respectively.

e) Schedule of Rates, as amended/corrected upto correction slip as mentioned in First sheet of Tender sheet of tender form, copies of which be seen in the office of DRM(S&T), Jabalpur or obtained from the Chief Engineer, West Central Railway, Jabalpur on payment of `100/- & ` ………………………respectively.

f) All general and detailed drawings pertaining to this work which will be issued by the Engineer or his representatives (from time to time) with all changes and modifications.

2) Drawings for the work.- The Drawings for the work can be seen in the office of the DRM(S&T),Jabalpur, WCR, Jabalpur at anytime during the office hours. The drawings are only for the guidance of Tenderer(s). Detailed working drawings, (if required) based generally on the drawing mentioned above, will be given by the Engineer or his representative from time to time.

3) The Tenderer(s) shall quote his/their rates as a percentage above or below the schedule of Rates of the West CentraI Railway …………. as ….……………applicable to Jabalpur Division except where he / they are required to quote item rates and must tender for all the items shown in the schedule of approximate quantities attached. The quantities shown in the attached schedule are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway does not guarantee work under each item of the schedule.

4) Tenders containing erasures and/or alterations of the tender documents are liable to be rejected. Any correction made by Tenderer(s) in his/their entries must be attested by him/them.

5) The works are required to be completed within a period of 04 months from the date of issue of acceptance letter.

6) Earnest Money:-

a) The tender must be accompanied by a sum of ` 14570/- as earnest money deposited in cash or in any of the forms as mentioned in Regulations for tenders and Contracts for the guidance of the Engineers and Contractors, failing which the tender will not be considered.

b) The Tenderer(s) shall keep the offer open for a minimum period of 120 days from the date of opening of the Tender it is understood that the tender documents has been sold/issued to the Tenderer(s) and the Tenderer(s) is/are permitted to tender in consideration of the stipulation on his/their part that after submitting his/their tender subject to the period being extended further if required by mutual agreement from time to time, he will not resale

Page 35: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 35 DRM(S&T)JBP

from his offer or modify the terms and conditions thereof in a manner not acceptable to the DRM(S&T), Jabalpur of West Central Railway. Should the Tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as Earnest Money for the due performance of the above stipulation shall be forfeited to the Railway.

c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as Security Deposit for the due and faithful fulfillment of the contract. This amount of Security Deposit shall be forfeited if the tenderer(s)/contractor(s) fail to execute the Agreement Bond within 7 days after receipt of notice issued by railway that such documents are ready or to commence the work within 15 days after receipt of the orders to that effect.

d) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be returned to the unsuccessful tenderer(s) within a reasonable time but the Railway shall not be responsible for any loss or depreciation that may happen to the Security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon.

7) Rights of the Railway to deal with tender.- The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their tender nor the Railway undertake to assign reasons for declining to consider or reject any particular tender or tenders.

8) If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

9) If the tenderer(s) expires after the submission of his/their tender or after the acceptance of his/their tender, the railway shall deem such tender cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless the firm retains its character.

10) Income Tax clearance certificate. - The tenderer(s) is/are required to produce alongwith his/their tender an authorized copy of the Income-Tax Clearance certificate or a sworn affidavit duly countersigned by the Income-Tax Officer to the effect that he has/they have no taxable income.

11) Tenderer's Credentials:- In addition to above, following documents are required to submitted with the tender document, failing which tender will summarily rejected. i) Correct Name, postal address and telephone number/tele fax number/Mobile

number. ii) Current sale tax clearance certificate. iii) Photo copy of PAN card & TIN details iv) Firm ownership/partnership certificate with terms & conditions. v) Firm registration certificate. vi) Copy of state/central government registration certificate as per rule III. vii) Bank details duly stamped and signed by Bank authorities as per annexure. viii) (viii) Details of the work carried out / on hand under Central/State

government, if any. Documents testifying tenderer's previous experience and financial status should be produced alongwith the tender or when desired by competent authority of the West Central Railway.

Page 36: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 36 DRM(S&T)JBP

Tenderer(s) who has/have not carried out any work so far on this Railway and who is/are not borne on the approved list of the Contractors of West Central Railway should submit along with his/their tender credentials to establish.

i) His capacity to carry out the works satisfactorily.

ii) His financial status supported by Bank reference and other documents.

iii) Certificates duly attested and testimonials regarding contracting experience for the type of job for which tender is invited with list of works carried out in the past.

12) Tender must be enclosed in a sealed cover, superscripted "Tender No. JBP/N/TELE/OPEN/TENDER/2016/04, Dated: 15.02.2016 and must be deposited in the special box allotted for the purpose in the office of DRM(S&T), West Central Railway, Jabalpur. The tender box will be sealed at 15.00 Hrs. on 30.03.2016. The tender will be opened at 15.15 hours on 30.03.2016. The tender papers will not be sold after 12.00 hours on 30.03.2016.

13) Non-compliance with any of the conditions set forth there in above is liable to result in the tender being rejected.

14) Execution of Contract Documents.- The successful tenderer(s) shall be required to execute an agreement with the President of India acting through the West Central Railway for carrying out the work according to General conditions of Contract, Special conditions/specifications annexed to the tender and specifications for work and materials laid down in Works Hand Book Part III and Sanitary Works Hand Book of Central Railway as amended/corrected upto correction slip mentioned in tender form (First Sheet).

15) Partnership deeds, 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 a 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 recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

16) 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 measurements, 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.

17) Employment/Partnership, etc., of Retired Railway Employees.-

a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer Working before his retirement, whether in the executive or administrative capacity, or whether Holding a pensionable post or not, in the Engineering department of any of the railways owned and administered by

Page 37: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 37 DRM(S&T)JBP

the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any such retired engineer or retired officer as one of its Directors, or should a tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information’s as to the date of retirement of such Engineer or Gazetted Officer from the said service and in case where such Engineer or Officer had not retired from Government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company to become a partner or Director as the case may be, or to take employment under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President of India or any officer, duly authorised by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected.

b) Should a tenderer or contractor being an individual on the list of approved Contractors, have a relative(s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in the Engineering department of the West Central Railway, the authority inviting tenderers shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Conditions of Contract......................

(Signature)

.................... (Designation) Signature of Tenderer(s) Date…………... West Central Railway

Page 38: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 38 DRM(S&T)JBP

ANNEXURE I (Contd.)

TENDER FORM (THIRD SHEET)

Name of Work: - :-(1) Replacement of Guyies wire and Accessories for masts

at Satna ,Maihar Stations , MYR Cement siding ,Birla Cement siding, Prism

cement siding Turkey siding, Bela siding and Kymore siding.

(2) Dismantling of Railway’s unused Microwave antenna from the Microwave tower of JBP-03Nos.,SHR-2Nos,SBD-02Nos.,NKJ-02Nos.& 05Nos Pachmarhi Stations of Jabalpur Division.

SCHEDULE OF RATES AND QUANTITIES

…………………………………………………………………………………………………………………

Sr. No. Item No. Description of Approximate Unit Rates in figures Amount item of work Quantity and in words ` Ps. ` Ps.

1 2 3 4 5 6 7

As per Schedule attached

…………………………………………………………………………………………………………………

The quantities shown in above schedule are approximate and are as a guide to give the tenderer(s) an idea of quantum of work involved. The Railway reserves the right to increase/decrease and/or delete or include any of the quantities given above and no extra rate will be allowed on this account.

I/We undertake to do the work at ........................... % above / below / at par the schedule of Rates of the West Central Railway as applicable to Jabalpur Division or at the rates quoted above for each item.

Dated .................................... .......................................... Signature of the Tenderer(s)

ANNEXURE II

AGREEMENT FOR ZONE CONTRACT

CONTRACT AGREEMENT No…..JBP/N/…………..................... ...…DATED ……..200…

ARTICLES OF AGREEMENT made…….....……….……. this day of 200………. between the

President of India acting through the Divisional Railway Manager (S&T), WCR, Jabalpur, hereinafter called the "Railway" of the one part and Shri/M/s................................................................... hereinafter called the "Contractor" of the other part.

WHEREAS the Contractor has agreed with the Railway during the period of …………..………….months from…………… to……………..for the performance of:-

(a) New' Works, additions and alterations to existing structures, special repair works and

Page 39: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 39 DRM(S&T)JBP

supply of building materials subject to the contract value for such works not exceeding ` ..................

(b) All ordinary repair and maintenance works at any site between Kilometre …...and Kilometre……. as will be set forth in the work orders (which work orders shall be deemed and taken to be part of this contract) that will be issued during the said period at……. % above/below the Schedule of Rates of the Central Railway, Part-I corrected upto Printed/Advance Correction Slip No……….. dated ……..and Schedule of Rates, Part II, corrected upto Printed/Advance Correction Slip No…...dated ……..and Standard Specifications of the West Central Railway contained in Works Hand Book, Part-III corrected upto Printed /Advance Correction Slip No………… dated………. and sanitary works Hand Book corrected upto Printed/Advance correction slip No…... dated…….... and the special conditions and special specifications if any in conformity with the drawings (if any) that will be issued with the work order, aforesaid AND WHEREAS the performance of the said work is an act in which the public are interested.

NOW THIS INDENTURE PRESENTS WITNESSETH that in consideration of the payments to be made by the Railway, the Contractor will duly perform the works set forth in the said Work Order and shall execute the same with great promptness, care and accuracy, in a workman like manner to the satisfaction of the Railway and will' complete the same on or before the respective dates specified therein in accordance with the said specifications and said drawings (if any) and said conditions of contract and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been duly setforth herein), AND the Railway both here-by agree that if the Contractor shall duly perform the said work in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the completion thereof the amount due in respect thereof at the rates specified above.

Contractor ……………………... Designation ……………………….Rly.

(for President of Union of India)

Address .

Date....................................... Date...................………..

Signature of witnesses with address to signature of contractor Witnesses...........................

ANNEXURE III

WORK ORDER UNDER ZONE CONTRACT

WORK ORDER No.JBP/N/ .................................... DATED ...................200.....

UNDER CONTRACT AGREEMENT No.JBP/N/ ........................ DATED ...................200.....

Name of work ............................................................................................(site) Schedule of drawings

Authority ...........................................................................................Allocation.................................

The Contractor (s) ..................................................................... is/are hereby ordered to carryout the

following works at ....................... % above / below the schedule of Rates of the Central Railways Part I corrected upto Printed/Advance Correction Slip No ................................. dated ................................. and schedule of Rates. Part II corrected upto Printed/Advance Correction Slip No ...................................... dated ................................... Jabalpur Division under Zone Contract

Page 40: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 40 DRM(S&T)JBP

Agreement here-in-before referred to-

-------------------------------------------------------------------------------------------------------------------------------- Sr. No. Item No. Description of Approximate Unit Rates in figures Amount

item of work Quantity and in words ` Ps. ` Ps.

--------------------------------------------------------------------------------------------------------------1 2 3 4 5 6 7

--------------------------------------------------------------------------------------------------------------------------------

Total approximate value of work

--------------------------------------------------------------------------------------------------------------------------------

* This should be rate of Division concerned.

The works herein mentioned are required to be completed on or before ............................( date). The quantities provided herein are approximate and subject to variation under Clause 42 of the General Conditions of Contract corrected upto Printed/Advance Correction Slip No. ........................................ dated.....................................

Dated .......... Divisional Railway Manager/Divisional........................ Engineer Jabalpur Division

West Central Railway For PRESIDENT OF UNION OF INDIA

I agree to complete the works herein setforth on or before the date specified under the Zone Contract Agreement herein before referred to in conformity with the drawings hereto annexed and in accordance with the General and Special (if any) Conditions of Contract corrected upto Printed/Advance Correction Slip No.... . . . . . . . . . . . . . . . . . dated ... . . . . . . . . . . . . . . . and the Standard Specifications of....................Railway contained in Works Hand Book Part III corrected upto Printed/Advance Correction Slip No.........................dated.................... I also agree to maintain such works for the period specified below from the date of completion.

(a) Repair and maintenance work including white/colour washing three calendar months from date of completion.

(b) All new works except earth work -Six calendar months from date of completion.

Designation ...................................... Rly. Contractor ....................... (for President of Union of lndia) Address ............................ Date ..................... Date................................... Signature of witnesses with Witnesses .................. address to signature of contractor

Page 41: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 41 DRM(S&T)JBP

ANNEXURE IV

WEST CENTRAL RAILWAY

CONTRACT AGREEMENT No.JBP/N/………………………….DATED........20....

ARTICLES OF AGREEMENT made this……………………. day of……………….. 20.….. between the President of India acting through the Railway Administration here in after called the "Railway" of the one part and Shri/ M/s.……………………………………………………… hereinafter called the "Contractor" of the other part.

WHERE AS the Contractor has agreed with the Railway for the performance of the works………………... setforth in the schedule hereto annexed upon the General Conditions of contract corrected upto Printed/Advance Correction Slip No...…..... dated ............. and the specifications of the Central Railway contained in the Works Hand Book, Part III, corrected upto Printed/Advance/Correction Slip No…..….. dated……… and Sanitary Works Hand Book corrected upto Printed/Advance Correction Slip No………. dated……… and the schedule of Rates of the Central Railway, corrected upto Printed/Advance Correction Slip No……….…..dated….…… and the special conditions and special specifications, if any, and in conformity with the drawings here-into annexed AND WHEREAS the performance of the said works is an act in which the public are interested.

NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railways, the Contractors will duly perform the said works in the schedule set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same accordance with the said specifications and said drawings and said conditions of contract on or before the ……….…. ..day of …………....200…...... and will maintain the said works for a period ……………of Calendar months from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same has been fully setforth herein), AND the Railway, both hereby agree

that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions the Railway will pay or cause to be paid to the Contractor for the said works on the final completion there of the amount due in respect thereof at the rates specified in the Schedule hereto annexed.

Contractor ........................ Designation ………………………….Rly.

(for President of Union of India)

Address ........................... Date ....…………………........................

Date .…............................

Signature of witnesses with address to

Signature of contractor Witness .....………………..

ANNEXURE V

WORK ORDER FOR WORKS

(Valued at over ` 10,000/-)

Page 42: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 42 DRM(S&T)JBP

WORK ORDER No……………………...................……..................……DATED.………........................

Name of work……………………………………………………………...…….…....……..…....................

…………………………………………………………………(site)………….…………………………………..

Schedule of drawings.....………………………...…………………………. ………………………..………….

Authority………………………………………...……. Allocation ...…………………………………...........

Mr./M/s.…………………………………………………………………...………...Contractor /Contractors having agreed with the Railway is/are hereby ordered to carry out the works set forth in the schedule below in accordance with the General Conditions of Contract corrected upto Printed/Advance correction Slip No.. ... ....... .... . dated…………… , and the Standard Specifications of the Central Railway contained in Works Hand Book, Part III, corrected upto Printed/Advance Correction Slip No ………..….. dated……..….. the schedule of rates, Part I corrected upto Printed/Advance Correction Slip No...................

dated ………………..and schedule of rates, Part-II corrected upto Printed/Advance Correction Slip No………………dated……………….. and special conditions and special specifications, if any, and in conformity with drawings annexed hereto at the rates specified in the said schedule and complete the same on or before the ……..….day of ……….……200….. and maintain the said works for the period of ….… from the certified date of the completion. The quantities setforth in the said schedule shall be considered approximate and subject to variation under clause 42 of the of General Conditions of Contract.

CONTRACTOR's AGREEMENT

I offer to do the work at the rates entered in the schedule of rates on the reverse, which I have signed, and I under stand that no fixed quantity of work is given to me to do that in starting work I am only given a place to work in or to deposit materials on, and that I have no claim to more that one unit of work as entered in the Schedule of Rates. I agree that all works done and materials delivered shall be subject to the approval of the Engineer in Charge, who may; reject and decline to pay for whatever may be in his opinion inferior or defective or either and I agree that the Standard Specifications contained in-the Works Hand Book Part III, corrected upto Printed/Advance Correction Slip No ………. dated ………..and Sanitary Works Hand Book corrected upto Printed/Advance Correction Slip No.....…….dated………. of Central Railway in so far as they are not over-rule by items of this agreement, shall be deemed part of this agreement.

I agree that no work under this work order shall be assigned or sublet without the previous written approval of Divisional Railway Manager (S&T) the Engineer.

I agree that my work may be stopped at anytime by the Divisional Railway Manager (S&T) Engineer on his giving me or my agent on the works seven days notice in writing and I agree that the measurement of my works shall be made by the Engineer at any time appointed by him in writing subsequent to the expiry of the said notice and Measurement shall be made by him at the said time whether I am present or not and that on payment for work done and approved materials delivered at site of work as ascertained by the said measurement, I shall have no further claim against the Railway and I agree that any dispute arise on matters connected with this agreement, the same shall be referred to a person to be nominated in this behalf by the CSTE West Central Railway, Jabalpur for the time being of the Railway, whose decision in writing shall be final and binding on both parties.

I agree that any claim I have to make shall be made in writing within seven days of date of

Page 43: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 43 DRM(S&T)JBP

measurement taken by the Engineer as aforesaid and that any claims in respect of such measurement made more than seven days after taking of such measurement shall be deemed to have waived by me.

I agree to indemnify the Railway against any claims which may be made under Workmen's Compensation Act 1923.

WITNESS CONTRACTOR

Name ………………,.................... Name …………………….... Address.......................................... Address….....................................

Note:-If the agreement is for a work for which a special act of the Legislature exist. e.g. the Indian Mines Act the agreement should include a clause indemnifying the Railway against all claim arising of provision of such Act.

I agree to pay the rates at……………………………………% above/below/ at par Schedule of rates as applicable to Jabalpur Division setforth in the schedule of rates herein for finished and approved work.…………………………. Engineer

…………………………..Division West Central Railway

For & on behalf of PRESIDENT OF UNION OF INDIA Date: …………………...................

I/We agree to complete the works herein set forth on or before the date specified herein and to maintain the same for a period of …………………... calendar month from the certified date of their competition and in conformity with the document herein referred to, and all the condition therein mentioned shall be deemed and taken to be part of this contract as if the same had been fully set forth therein.

Signature of witnesses Contractor………………….

with addresses, to 1..................................... Address…………………….

signature of contractor 2….................................. Date..................…................

ANNEXURE VI WORK ORDER FOR WORKS

Jabalpur Division

WORK ORDER No. JBP/N/.………….…. Original/Duplicate/Triplicate No. dated……...200….

I/We will carry out the following work according to the agreement at back.

SCHEDULE OF RATES

Particulars Rates ( ` ) Per Remarks

WITNESS CONTRACTOR

Name.................................. Name.................................

Address............................... Address ………..................

I agree to pay the above mentioned rates for finished and approved work.

Dated …………200 ………………….Engineer.

Page 44: WEST CENTRAL RAILWAY SIGNAL & TELECOM DEPARTMENT …wcr.indianrailways.gov.in/wcr/notice/1455709168642_guy.pdf · Order, Documents showing the nature and total value of work, Completion

TENDERER 44 DRM(S&T)JBP

CHECK LIST FOR DOCUMENTS TO BE SUBMITTED BY TENDERER

ALONG WITH HIS OFFER

SN Item

Contractors remarks

1 Earnest Money of the amount in prescribed and

acceptable form attached.

2 Cost of tender document in prescribed form in case tender document is down loaded from web site.

3 Tender documents including schedule duly signed and stamped in each page by the tenderer.

4 List of works completed in the last three financial

years giving description of work, organization for whom executed, approximate value of contract at

the time of award, date of award and date of completion. Copy of completion certificates issued from concerned executive authorities indicating

cost of work executed and date of completion of work for similar nature work as defined in eligibility

criteria may also be submitted.

5 Documents in support of contract amount received by firm in current year and last three financial years.

6 A copy of valid “Service Tax Registration” is enclosed.

7 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 should also be given

8 List of Personnel, Organization available on hand and proposed to be engaged for the subject work.

9 List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be

given separately) for the subject work.

10

Partnership deed, in case of partnership firms.

Memorandum of Articles of Association.

11 Power of Attorney, if any 12 Banker’s Information Performa has been filled

Note: Copies of certificates submitted should be attested copies.

Signature of Tenderer