You are on page 1of 47

NORTHERN RAILWAY ELECTRICAL DEPARTMENT MORADABAD

TENDER DOCUMENT

REGARDING WORK CONTRACT


Tender Notice No. Full Name of work 05/SrDEE/G/MB/2012 Rewiring of 145 unit type-I, 70 unit type-II and 3 unit type-III staff qtrs. (218 units) at Rampur, Katghar and Raja Ka Sahaspur Rly. Stns. Rs.29,59,923.50 90 days Rs.59,200/31-05-2012/15:00 PM 31-05-2012/15:15 PM

Approximate Cost Completion Period Earnest Money amount Last date /Time of Receipt of Tenders: Date & Time of Opening of Tender: Name and address of the Tenderer to whom the tender was sold (if purchased from office)

IMPORTANT NOTE: 1. Tender paper in original duly signed in each page must be return with your Tender documents , otherwise offer liable to be rejected. 2. Rates must be filled on schedule of rates attached with the tender document in words and figures both. 3. Rates should be quoted inclusive of sales tax , Excise duty , levies , Octroi etc Works contract Tax if applicable. 4. Offer Shall be kept open for 90 days (Ninety days). 5. Annexure are part of tender document. Tenderer must fill up these forms positively. 6. Price Rs. 3000/- (By hand). 7. Price Rs. 3500/- (By Post).

Sr. Divisional Electrical Engineer/G Northern Railway, Moradabad On behalf of President of India Mandatory details to be filled in by the tenderer while submitting their offer. 1 2
Constitution of the Firm/concern. (Tick as applicable) Full name of Sole Proprietorship / Partnership firm / Company / JV / Society (as the case may be) Year of formation / incorporation PAN No. Registered Office adress Address on which correspondence regarding this tender should be done Name of the Proprietor / Partners /JV members etc. Details of EMD submitted Sole proprietorship / Partnership Firm / Company / Society

3 4 5 6 7 8 Note:

(i) Special attention of tenderers is drawn to clause 2.4.1 of Spl tender condition & instruction to tenderersas per which the tenderer must submit alongwith tender, the documents mentioned therein pertaining to constitution of the firm/concern. (ii) Special attention of the tenderes is drawn to clause 2.3 of Spl tender condition & instruction to tenderers, as per which they should submit the requisite documents alogwith tender pertaining to their technical & financial eligibility.

Signature of the Tenderer Name of signatory:----------------------------------

FIRST SHEET TENDER FORM From M/s............................................ ............................................ To, The President of India, Acting through the, Sr. Divl. Elect. Engineer, Northern Railway Moradabad Dear Sir, Sub: Tender for the work of ________________________________________________________________ I/We ___________________ have read the instructions and conditions of tendering and hereby agree to abide by the conditions. I/We also agree to keep this offer open for acceptance for a period of ninety days from the date of fixed for opening the Tender and in default thereof, I/We _________________will be liable for forfeiture of my/our "Security Deposit". I/We offer to do the work name of which is given on top sheet at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work within _________ months, of the date of issue of letter of acceptance of Tender. I/We also fully understand and hereby agree to abide by the general and special conditions of the Contract and to carry out the work according to the specification for present Contract as included in this Tender. I/We have deposited with the Divl. Cashier, Northern Railway, _________ the required sum of Rs._____________________ as Earnest money which includes security deposit, in respect of above tender for which receipt No. ______________ dated _________________ has been granted. I/we enclose a bank draft from ___________ Bank for a sum of Rs. ________________ (Rupees ________________ ________________) as Earnest money which includes security deposit, in respect of this tender. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies if: (a) I/We do not execute the agreement within seven days after receipt of notice issued by the Railway that such agreement is ready for. (b) I/We do not commence the work with in a reasonable period after the date stipulated in the approved schedule of work. (c) Until formal agreement is prepared and executed, Acceptance of this Tender shall constitute binding Contract between us subject to modifications as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work. (d) I/We enclose the Income Tax Clearance Certificate or a declaration to that effect as required in the tender papers pertaining to me/us for the year ________________________. (e) * I/We have no retired Engineer or retired Gazetted Officer of the Electrical Department of any of the Railway owned and administered by the President of India. OR * The list of the Retired Engineers or Retired Gazetted Officer who are associated with me/us included as an enclosure to this offer letter. (* Strike out whichever is not applicable).

Yours faithfully, SEAL OF THE TENDERER DATE: PLACE: (Signature of the Tenderer (s)

Witnessed by: 1.

Signature: __________________________________ Name in Block letters: _________________________ Address: ___________________________________

2.

Signature: __________________________________ Name in Block letters: _________________________ Address: ___________________________________

PART-I SECTION-I PREAMBLE & GENERAL INSTRUCTIONS TO TENDERERS 1.1. INTRODUCTION: 1.1.1. On behalf of the President of India, Sr. Divl. Elect. Engineer/G, Northern Railway, Moradabad hereinafter referred to as 'Railway' invites tenders from established, experienced and reliable manufactures, Contractors for execution of electrical works as detailed in Part-II and advertised in notice inviting tender by Northern Railway. 1.1.2. The contract emerging out of this tender shall be referred to as "Works Contract" and the contractor who is awarded the Work contract shall be referred to "Works Contractor". TENDER DOCUMENTS: 1.2.1. Part-I consists of following: Section-I: Preamble and general instructions to tenderers. Section-II: General conditions of the contract. Section-III: Special conditions of the contract. 1.2.2. Part-II consists of Technical specification, Schedule of quantity and rates, special datas and drawings. Two parts as explained above at 1.2.1 & 1.2.2 shall be collectively referred to as the Tender Parts or Tender Document. SALE AND SUBMISSION TENDER DOCUMENT: Tender Document can be had from the office of the Sr. Divl. Elect. Engineer/G, DRM office, N.R., Moradabad on any working day from ______ hrs to ________ hrs w.e.f. _________________ to ______________ on payment of Rs. ______________ (Rupees ____________________________________) in case per set. If the same are required by post, an additional sum of Rs. _________________ (Rupees _________________________________) per set should be deposited towards postal charges. If the tender form is required by post, the cost of tender form plus postal changes should be sent by money order. The cost of the tender form is not refundable and the tender form is not transferred. These Tender documents must be submitted duly completed in all respects, in sealed cover super scribed as tender form for the work of as indicated on top sheet and be deposited in the tender box in the office of the Sr. Divl. Elect. Engineer, DRM office, N.R., Moradabad up to ____________ on _____________. The tenders will be opened immediately thereafter and rates read out in the Presence of such tenderer (s) as is/are present. Tenders which are received after the time and date specified above may not be considered. In case the intended date for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the same time. Tenders sealed and super sealed as aforesaid can also be sent by Registered addressed to the Sr. Divl. Elect. Engineer, DRM office, N.R., Moradabad but tender which is received after the time and date specified in Para above may not be considered. Tender delivered or sent otherwise will be at the risk of the tenderers. The rates should be quoted in figures as well as in words. if there is variation between the rates quoted in figures and in words, the rate quoted in 'words' shall be taken as correct. If more that one improper rates are tendered for the same item, the tender is liable to be rejected. Each page of the tender papers is to be signed and dated by the tenderers or such person/s on his/their behalf who is/are legally authorized to sign for him/them. FINANCE OF THE CONTRACT: - The Contract shall be financed by Railway from their own resources. VALIDITY OF TENDER: - Tenderer shall keep his offer open for a minimum period of ninety (90) days from the date of opening of the tender or as mentioned in the Tender notice. EARNEST MONEY: - 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. 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 Rs. 10. This earnest money shall be applicable both for Open & Limited tenders. Facility of lump-sum Standing Earnest Money (LSEM) available to registered contractors/firms has been withdrawn and now they have to submit the earnest money separately with each tender, failing which their offer will be rejected

1.2.

1.3.

1.4. 1.5.
1.6.

Value of the work EMD (Tender Value) For works estimated to cost upto 2 % of the estimated cost of the work. Rs. 1 crore For works estimated to cost Rs. 2 lakhs plus % (half percent) of the excess of estimated cost of more than Rs. 1 crore work beyond Rs.1 crore subject to a maximum of Rs.1 crore.

1.6.1. 1.6.1. 1.6.1

(a)Deposit Receipt; Pay order, Demand drafts of the State Bank of India or any of the Nationalized Bank or any of the Scheduled Commercial Bank in favour of Sr. DFM, DRM office, NR, Moradabad. (b)The official cash receipts as the case may be must be attached with the tender failing which the tender will be rejected.

(c) Earnest Money may be accepted in the following forms: A deposit of cash, (i) (ii) Government Securities including State Loan Bonds at 5 percent below the market value, (iii) Deposit Receipts, Pay Orders, Demand Drafts either of the State Bank of India or of any of the Nationalized Banks, (iv) Deposits Receipts tendered by all Scheduled Banks, (v) A Deposit in the Post Office Saving Bank, (vi) A Deposit in the National Savings Certificates, (vii) Twelve years National Defence Certificates, (viii) Ten years Defence Deposits, (ix) National Defence Bonds, NOTE:Tenders submitted with Earnest Money in any form other than those specified above shall not be i. considered. ii. Any request for recovery from outstanding bills for earnest money against present tender will not, under any circumstances, be entertained. No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to iii. the contractor under the Contract.
NOTE: Any request for recovery from outstanding bills for earnest money against any tender will not under any circumstances be entertained. Tenders submitted with earnest money in shape of cheques, Government Securities or in any from other than those specified above shall not be considered.

1.7. 1.7.1

SECURITY DEPOSIT ON ACCEPTANCE OF TENDER: Total Security Deposit/ rate of its recovery and mode of recovery shall be as under(i) Security Deposit for each work would be 5% of the contract value. (ii) The rate of recovery would be at the rate of 10% of the bill amount till the full security deposit is recovered. (iii)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. On receipt of the letter of acceptance of tender form the purchaser, the successful tenderer shall with in the period of 14 days deposit the security money for due fulfillment of the contract. The Earnest money of Rs. _________________ (Para 1.6) already paid by successful tenderer may at the discretion of the contractor be adjusted towards payment of security deposit. Contractor can either deposit the balance amount or get deducted from his "on account bill" at the rate of 10% of the value of the said bill until the sum of these deductions plus the amount of earnest money deposited with the tender vide Para 1.6 taken together equals to requisite amount of security deposit required for fulfillment of the contract. The Security Deposit can be deposited in cash with the Chief Cashier, Northern Railway, or in any of the form mentioned below of Sr. DFM, DRM office, NR, Moradabad. (a)Deposit receipts, Pay orders, Demand drafts or Guarantee bonds of the State Bank of India or any of the Nationalized Banks. (b)12 years National Defense Certificates. (c)The National Saving Certificates. PERFORMANCE GUARANTEE:-

1.7.2

1.7.3

1.7.4 1.7.5. 1.7.5. 1.7.5.

1.8
(a)

(b)

The successful bidder shall have to submit a Performance Guarantee (PG) within 30 ( thirty) days from the date of issue of Latter 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 the contract. The failed contractor shall be debarred from participating in re-tender for that work. 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% 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 Bank; (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certifates; (ix) Ten years Defence Deposits; (x) National Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or the face value whichever is less. Also,FDR in favour of FA&CAO (free from any encumbrance) may be accepted Note: The instructions as listed above will also be acceptable for Guarantees in case of Mobilization Advance. The Performance Guarantee shall be submitted by the successful bidder after the Letter Of Acceptance( LOA) has been issued ,but before signing of the contract agreement. This P.G. shall be initially valid 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 validity of P.G. extended to cover such extended time for completion of work plus 60 days . 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 extension, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5%( five percent ) for the excess value over the original contract value shall be deposited by contractor. The Performance Guarantee (PG) shall be released after physical completion of the work based on Completion Certificate) issued by the competent authority starting 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; Whenever the contract is rescinded ,the Security Deposit shall be forfeited and the The Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work.If the failed contractor as a JV or a Partnership firm ,then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm. 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 Clause/Conditions of 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.
TENDER'S ADDRESS: The tenderer should state in the tender his postal address legibly and clearly. Any communication sent in time to the tenderer by post at his said address shall be deems to have reached the tenderer duly and in time. Important documents be sent by Registered post. METRIC UNIT: - Dimensions, volumes, weights etc should be quoted in Metric Units. INCOME TAX CLEARANCE CERTIFICATE (ITCC): Under Section 194-C of the Income Tax Act 1961 deduction of 2% plus surcharge as applicable on Works Contract will be made for sums paid for carrying out the work under this contract. In case of supply contract for ballast, deduction of 2% (Two Percent) Income tax will be made for the sums paid for labour portion only (i.e., loading, unloading, stacking, measurement and laying etc.)Tenderer should submit a copy of his PAN Card.

(c)

(d)

(e)

(f)

(g)

1.9

1.10 1.11

1.12

CREDENTIALS OF TENDERER: 1.12.1 The tenderer shall provide satisfactory evidence acceptable to Railways to show that: 1.12.2 They are an established, experienced and reputed construction firm and have regularly undertaken works of the similar type tendered for and have adequate technical knowledge and practical experience in field. 1.12.3 They have adequate financial resources to meet the obligations under the contract. They are also required to submit the report from recognized bank of Financial Institution. 1.12.4 They have an established technically competent and adequately staffed organization to ensure that the services required under this tender can be satisfactorily rendered at all stages of the construction. (The details of staff available with them shall be given as per proforma at Annexure-VII). 1.12.5 They have sufficient equipments, plants, vehicle and machinery to meet the obligations under the contract and to complete the work contracted well within the stipulated time schedule and accepted by them. They should submit the list along with registration No. of vehicle.

1.12.6 Tenderer shall submit the details of similar works done in the past as per the performa enclosed at Annexure-III. 1.12.7 The tenderer should submit attested copies of the certificates obtained from the agencies wherever the works have been completed successfully. These certificates should indicate the details of installations and successful commissioning of similar type of equipments executed by the tenderer. 1.12.8 The tenderer should also give details of advisory or technical collaboration with original equipments manufacturers in consultation with whom equipment has been designed and/or whose specifications are utilized in manufacturing of the equipments being supplied. 1.12.9 The tenderer should also give the proof of experience/competence and they should have completed successfully at least one work of nature similar to that of this tender in the proceeding three years. The contractor should submit certificate from an officer of Government or semi Government indicating therein names of works completed, value of works and period during which completed. The certificate should have the signatures and seal of the officers. In the absence of such a certificate, the tender may not be considered. 1.13 PERIOD OF COMPLETION: 1.13.1 The entire work is required to complete in all respects within (_____________) from the date of issue of the acceptance letter/telegram. Time is the essence of contract. The contractor will be required to maintain steady and regular progress to the satisfaction of the Engineer to ensure that the work will be completed in all respects within the stipulated time failing which action may be taken by the Railway Administration in terms of clause 17 and clause 62 of the General conditions of contract, 1989. 1.14 PRICES: 1.14.1 All the prices shall be quoted as per details shown in material and works schedule, keeping the technical specifications, drawings and special conditions of contract in view. 1.14.2 The unit prices and total prices of each item of work shall be furnished both in words and figures. 1.14.3 All prices shall be firm against all items including all taxes, excise duty, levies and octroi etc. C&D will not be supplied by Railway. 1.15 MODVAT EXCISE DUTY 1.15.1. (a)"The price to be quoted by the tenderer should take in to account the credit availed on inputs st under the MODVAT scheme introduced w.e.f. 1 March 1986. The tenderers should give a declaration that any set off in respect of duties on inputs as admissible under law is being totally unconditionally passed on to the purchaser in the price quoted by him." 1.15.2. (b)The following clause may be added to the schedule: "We hereby declare that in quoting the above price, we have taken into account the entire credit on inputs st available under the MODVAT scheme introduced w.e.f. 1 March 1986. "We further agree to pass on such additional duties as set offs as may become available in future in respect of all the inputs used in the manufacture on the final product or the date of the supply under the MODVAT scheme by way of reduction of prices and advise the purchaser accordingly." 1.15.3. (c)The supplier / contractor should insert the following clause in the bill. "We certify that no additional duty set offs on the goods supplied by us have accorded under the MODVAT scheme in force on the date of supply after we submitted out quotations and submitted the present bills." 1.15.4. (d)In the event of MODVAT credit being calculated by the Government of India to more items that already covered, the firm should advise the purchaser about the additional benefits accorded, through a letter containing the following certificates or any variation thereof as may be considered necessary by individual Railway Administration: "We hereby declare that, we can avail additional duty set offs as per latest MODVAT scheme in force now and we hereby give a reduction as per rules per unit and agreed to revise the prices indicated in the order. The current F.D. of _____ % age is payable on this reduce price. Therefore we request to you amend the order accordingly." 1.15.5. (e)Octroi Duty exemption certificate: In respect of road deliveries where the Municipal/Local authorities do not accept Octroi Duty exception certificate, Octroi Duty should be borne by the seller.

1.16

Price Variation Clause :

1.16.1 The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes/ any other levies/- tolls etc. except that payment/recovery for overall market situation shall be made as per price variation clause given in para below : 1.16.2 No cognizance will be given for any sort of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustment in payments. The contact shall, however, be governed by the general price variation clause as under : 1.16.3 Adjustment for variation in prices of material, labour, fuel, explosives, detonators shall be determined in the manner prescribed below : 1.16.4 The percentage component of various items in a contract on which variation in prices shall be admissible shall be :Material component Labour component Explosives component = = = % % [To be specified depending upon the type of the work] % % %

Detonators component= Fuel component For Fixed component = =

% (No price variation will be admissible for this)

The above weight age will be applied on the value arrived at after deducting the cost of steel and cement from the total contract value. 1.16.5 The amount of variation in prices in the several components (labour, material etc) shall be worked out by the following formulae (except cost of steel and cement supplied by contractor as a separate NS item) :(i) L = R x (I-IO) X IO P 100

(ii)

M = R x (W-WO) X Q WO 100 U = R x (F-FO ) X Z FO 100 X = R x (DE-DO ) X S EO N

(iii)

(iv)

100

(v)

= R x (D-DO ) X T DO 100

L Amount of Price Variation in Labour M Amount of Price Variation in Materials U Amount of Price Variation in Fuel X Amount of price variation in Explosives N Amount of price variation in Detonators R Gross value of the work done by the contractor as per on account bill(s) excluding (i) Cost of materials supplied by Railways at fixed price (ii) Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 1.16.5 (iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). IO = Consumer Price Index Number for Industrial Workers All India as Published in RBI Bulletin for the base period. I = Consumer Price Index Number for industrial Workers All India- as published in RBI Bulletin based on the average price index of the three months of the quarter. WO = Index Number of wholesale Prices By Groups and sub-groups All commodities as published in the RBI Bulletin for the base period.

W = Index Number of wholesale Prices BY groups and sub groups All commodities as published in the RBI Bulletin based on the average price index of the three months of the quarter. FO = Index Number of wholesales Prices By Groups and sub-Groups for Fuel, Power, Light and Lubricants as published in the RBI Bulletin for the base period. F = Index Number of wholesale Prices By Group and sub-groups for Fuel, Power, Light and Lubricants as published in the RBI Bulletin based on the average price index of the three months of the quarter EO = Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period. E = Cost of explosive as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the first month of the quarter under consideration. DO = Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period. D Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the first month of the quarter under consideration.

P = Q = Z = S = T = NOTE :-

% of labour component % of material component % of fuel component % of explosive component % of detonators component

1. The Price Variation Clause shall be applicable for tenders of value more than Rs fifty lakh irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs fifty lakh. 2. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC. 3. 4. No maximum value for the price variation is prescribed.

If, in any case, the accepted offer includes (i) Cost of materials supplied by Railways at fixed price (ii) Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 1.16.5 (iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations. 5. The index number for the base period will be the index number as obtained for the month of opening of the tender and the quarters will commence from the month following the month of opening of tender. However, if the rates quoted in negotiated tender are accepted, the base month for the price variation clause is the month in which negotiations are held.

6. The adjustment for variation in prices if required shall be made once every quarter in the onaccount payments, if more than one on-account payment is made to the contractor in a quarter, the adjustment, if required shall be made in each bill. 7. The price variation should be based on RBIs average price index of the 3 months of the quarter.

8. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available. 9. The weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value. 10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be. Statement showing the percentage of Labour Components, Material Components, Fuel Components, etc. in various types of works. Labour As circulated /decided by Railway Administration from time to time for Fuel different type of works Other Material Fixed Components * *Will not be considered for any price variation. 1.16.6 This special Price Variation Clause will be applicable only on Iron and Steel supply items of tender schedule without value addition. The amount of variation for the component of supply of steel shall be adjusted (paid/recovered) by the following formulae :Ms Ms= Q= = Q(Bs-Bso) where

Amount of price variation in steel payable/recoverable. Weight of steel in tones supplied by the contractor as per the on account bill for the month under consideration. Bs= SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tone) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower. Bso= SAILs ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened/rate negotiated.

NOTE: 1. Relevant categories of steel for the purpose of operating the above price variation formula based on SAILs ex-works price plus Excise Duty thereof are as under:SN Category of steel supplied in the Railway work Category of steel produced by SAIL whose ex-works price plus Excise Duty thereof would be adopted to determine price variation. TMT 8 mm IS 1786 Fe 415/500 Angle 65x65 x 6 mm IS 2062 E250A SK PM Plates above 10-20 mm IS 2062 E 250A SK Channels 200 x 75 mm IS 2062 E250A SK Average of price for the 3 categories covered under sl. No. 1,2,3 above.

1 2 3 4 5

Reinforcement bars and other rounds. All types and sizes of angles. All types and sizes of plates. All types and sizes of channels and joints. Any other section of steel not covered in the above categories and excluding HTS.

2. The prevailing ex-works price of steel per tone as on 1st of every month for the above categories of steel as advised by SAIL to Railway Board would be circulated to all the Zonal Railways. 3. Separate items for supply of steel for RCC/PSC work should have been incorporated in the tender schedule to know the cost of steel actually consumed at any given point of time. 4. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC. 5. No maximum value for the price variation is prescribed. 6. If, in any case, the accepted offer includes (i) Cost of materials supplied by Railways at fixed price (ii) Value of steel, for which PVC is being paid/ recovered under this clause (iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per clause no. 1.16.5 7. The SAILs Ex-work price plus Excise Duty there of (in Rupees per tone) for the relevant category of steel, as prevailing on first day of the month in which tender is opened, will be considered. However, if the rates quoted in negotiated tender are accepted, the base month for PVC will be the month in which negotiations are held. 8. The adjustment for variation in prices, if required, shall be made every month in the on-account payments as per above formula. 9. The Engineer (not below the rank of ADEN) concerned will maintain a register showing receipt of steel from contractor on site (supported by documentary evidence of purchase) and consumption thereof. 10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be. 11. Steel supplied free or at firm price by Railway, as per contract, if any, will not be considered for calculation of PVC. 1.16.7 The demand for escalation of the cost shall be allowed on the basis of provisional indices made available by the RBI. Any adjustment needed to be done on the finally published indices is to be made as and when they become available. 1.16.8 The above clause will be valid for the original period of completion as well as extended period of completion except the extension granted under clause 17 (B) of GCC- 1999. (as amended).
1.17 PAYMENTS: 1.17.1 Payments for the work shall be made in accordance with approved designs and drawings and measured in relevant units, except where provided for otherwise. In case the dimensions of the work are more than those shown in approved designs and drawings, the contractor shall no be entitled to any extra payment unless the dimensions are increased on account of physical impossibility of carrying out the work in accordance with approved designs and drawings, subject to approval by the Railway before execution. In case the dimensions of work are less than those shown in approved designs and drawings and work is accepted without being rejected, payment will be made for the quantity of work actually executed and accepted. Progress payments made to the contractor shall be without prejudice to the final making up of the accounts and shall in no respect be considered or used as evidence of any facts stated in or to be inferred from such accounts not of any particulars quantity of work having been executed. 1.17.2 Payments to the Contractor shall be made as under: 1.17.3 . (a) No payment shall be made against supply of materials .Payment shall be made only after execution of the work as per condition 1.14.3 ( b ) & ( c ) , ( d ) & ( e ). (b) Further payment of material and erection cost to cover 90% of the contract price on successful completion of inspection and due certification of installation and Testing of all materials including equipments by Engineer's representative. (c) Balance 10% payment shall be released after successful completion of work and certification by Engineer's representative against Guarantee Bond / Bank Guarantee valid for 12 months of equal amount (10% of contract value) towards performance Guarantee. (d) The security money already deposited by the contractor (Para-1.7) may at the discretion of the contractor be adjusted towards payment of 10% contract value for performance Guarantee valid for 12 months. 1.17.3 (e) Variation in Quantity:-

The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts: 1. Individual NS items in contracts shall be operated with variations of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required.

10

2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that: item may be operated in excess of 125% of the agreement quantity subject to the following conditions: (a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A.Grade: (i) Quantities operated in excess of 125% but 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 circumustances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular. (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 and approval of General Manager. 3. In cases where decreases 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 details reasons for each such decrease in quantities. (c) It should be certified that the work proposed to be reduced will not be required in the same work. 4. The limit for varying quantities for minor value items shall be 100% (as against25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. 5. No such quantity variation limit shall apply for foundation items. 6. As far as 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 of rate (single percentage rate or individual item rate). 7. For the tenders accepted at Zonal Railways Level, variations in the quantities will be approved by the authority in whose powers revised value of agreement lies. 8. For tenders accepted by General Manager, variation upto 125% of the original agreement value may be accepted by General Manager. 9. For tenders accepted by Board Members and Railway Ministers, variation upto 110% of the the original agreement value may be accepted by General Manager. 10. The aspect of vitiation of tender with respect to variation in quantities 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. (f) However , recovery of claims of railway in regard to terminated contracts may be made from the final bills, security deposits and performance guarantees of other contract or contracts executed by the contractor. The Performance Guarantees submitted by the contractor against other contracts, if required, may be withheld and encashed. In addition, 10% of each subsequent on-account bill may be withheld, if required, for recovery of Railways dues against the terminated contract dues against the terminated contract.
1.18 RELEASE OF SECURITY DEPOSIT GUARANTEE BOND: 1.18.1 After issue of the certification of acceptance of the entire installation, and after expiry of the Warrantee period provided in clause 3.13 of Special Conditions of contract, the Railway shall release the Guarantee Bonds/Bank Guarantee submitted by the contractor. 1.18.2 The Security deposit shall, however, be liable to be forfeited in case of any breach by the contractor of any of the conditions of the contract for non-completion of the full contract without prejudice to other rights remedies of the purchaser whether specifically provided herein or otherwise.

11

PART-I SECTION-II GENERAL CONDITION OF CONTRACT 2.0 2.1 2.1.1 TENDER DOCUMENTS SUBMISSION OF TENDERS. The tender documents consist of (a) Tender Notice, (b) Tender form (First sheet) (c) Special Tender Conditions and Instructions to tenderer/s (d) Special Conditions relating to site data and specifications (e) Schedule of Items, Rates, and Quantities. These must be submitted as directed in the covering note failing which the tender is liable to be rejected. Tender documents can be had from the office of Senior Divisional Electrical Engineer/G, Northern Railway, Moradabad-244001 on any working day between 10.00 hrs to 15.00 hrs after publication of tender notice in newspaper by depositing the requisite tender cost. If required by post Rs.500/- extra (non-refundable) through demand draft in favour of Sr. Divl. Finance Manager, Northern Railway, Moradabad shall be required to be paid. No tender form will be issued on application received after 12.00 hours on the same day (date of tender opening). The cost of tender documents is non-refundable and tender documents are not transferable. Tender Documents through Internet: (a) Tender documents are available on Northern Railway web site i.e. www.nr.indianrailways.gov.in and the same can be downloaded and used as tender document for submitting the offer. This facility is available free of cost. However the cost of tender documents as indicated above in para 2.1.2 will have to be deposited by the tenderer in the form of cash receipt/bank draft payable in favour of Sr. Divl. Finance Manager, Northern Railway, Moradabad along with the tender document. This should be paid separately & not included in the Earnest Money. In case, tender is not accompanied with the cost of the tender documents as detailed above, tender will be summarily rejected. (b) Tenderer/s are free to down load tender at their own risk & cost, for the purpose of perusal as well as for using the same as tender document for submitting their offer. Master copy of tender document will be available in the office of Sr. Divisional Engineer/Divisional Engineer, DRM Office, Moradabad. After award of work, an agreement shall be drawn up. The agreement shall be prepared based on Master copy and not based on the tender document submitted by tenderer. In case of discrepancy between tender documents down loaded from internet and master copy, later shall prevail and will be binding on tenderer/s. No claim on this account will be entertained. These tender documents must be submitted duly completed in all respects, in a sealed cover superscripted as tender form for the work As on top sheet" and should be deposited in the Tender Box in the office of the Senior Divisional Electrical Engineer/G, Northern Railway, ________________ _____ in the office of DRM, Northern Railway, , Moradabad on or before up to 15.00 hrs. on __________. The tenders will be opened immediately soon thereafter and rates read out in the presence of such tenderer/s as is/are present. Tenders, which are received after the time and date specified above, may not be considered. In case the intended date for opening of tenders is declared holiday, the tenders will be opened on the next working day at the same time. Special conditions, if any, should be attached (tied with tag/thread properly) with the tender documents only. No loose document, found in the tender box, shall be considered, in any case. Tenders sealed and superscripted as aforesaid can also be sent by registered post addressed to the Senior Divl. Electrical Engineer/G or DRM/Elect. Northern Railway, Moradabads office on or before up to 15.00 hrs. on _________ but a tender which is received after the time and date specified in Clause 2.1.4 above may not be considered. Any tender delivered or sent otherwise will be at the risk of the tenderer/s. COMPLETION OF TENDER DOCUMENTS: The tenderer/s shall quote one uniform percentage rate/s, in figures as well as in words, for all labour and materials for individual chapter/Group of items of SOR of Group B schedule items, and individual rates for each/Non-Schedule item or (single %age rates above or below the estimated cost of all N.S. items grouped together) in Group A and C in the attached Schedule of Rates and Quantities. Every possible fluctuation, in the rate of labour, material and general commodities and other possibilities of each and every kind which may effect the rates should be considered and kept in view before quoting the rates and no claim on this account shall be entertained by the Railway under any circumstances except the price escalation payable as per price variation clause, if any, provided separately in the tender documents. The rate/s should be quoted in figures as well as in words. If there is variation between the rates quoted in figures and in words, the rate quoted in `words' shall be taken as correct. If more than one or improper rates are tendered for the same item, the tender is liable to be rejected. In case of single percentage tenders if the tenderer/s quote/s multiple rates, the offer will be treated as incomplete and shall be summarily rejected. Each page of the tender papers is to be signed and dated by the tenderer/s or such person/s on his/their behalf who is/are legally authorized to sign for him/them. Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by the tenderer/s in his/their entries should be in INK and must be attested by him/them under full signature and date. Additional conditions or stipulations if any must be made by the tenderer/s in a covering letter with the tender. The Railway reserves the right not to consider conditional tenders and reject the same without assigning any reason. Only those additional conditions, which are explicitly accepted by the Railway, shall

2.1.2

2.1.3

2.1.4

2.1.5

2.2

2.2.1

2.2.2 2.2.3 2.2.4

2.2.5

12

2.2.6

2.2.7

2.3 2.3.1

form part of the contract. Tender documents should be submitted in sealed cover superscribing the name of work and date of opening. Special conditions, if any, should be attached (tied with tag/thread properly) with the tender documents only. No loose document, found in the tender box, shall be considered, in any case. Partnership deed, Power of Attorney etc: The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognise such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, witness measurement, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign No Claim Certificate and refer all or any disputes to arbitration. CREDENTIALS TO BE SUBMITTED ALONGWITH TENDER/S: Tenderer/s should enclose documents and certificates to show that he/they has/have satisfactorily carried out works of the type involved in the construction of the work being tendered for. He/They should also produce proof to the satisfaction of the Railway of his/their technical ability and financial stability to undertake the work of the magnitude tendered for. No work or supply shall ordinarily be entrusted for execution to a contractor whose capacity and financial status has not been investigated and found satisfactory. The tenderer/s shall submit the following documents along with his/their tender a. A list of personnel, organization available on hand and proposed to be engaged for the subject work. b. List of plant and machinery available on hand (own) and proposed to be inducted (own & hired to be given separately) for the subject work. c. List of works completed in the last three financial years giving Description of work, Organization for whom executed, Approximate value of the contract at the time of award, Date of award and Date of actual start, Actual completion and Final value of contract should be given. d. List of works on hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award. Note: (i) In case of items (c) and (d) above, supportive documents / certificates from the organizations with whom they worked/are working should be enclosed. (ii) Certificates from the private individuals for whom such works have been executed/being executed shall not be accepted. In case of open tenders costing above Rs. 50 lakh, the tenderer/s will be required to meet the following minimum eligibility criteria:(a) As a proof of technical experience/competence, the tenderer should have physically completed successfully at least one similar single work for a minimum value of 35% of advertised tender value, inclusive of the cost of cement and steel, in last three financial years (i.e. Current year and three previous years) up to the date of opening of the tender. (b) As a proof of sufficient financial capacity and organizational resources, tenderer/s should have received the total payments against satisfactory execution of all completed/ongoing works of all types (not confined to only similar works) during the last three financial years and in the current financial year (upto the date of opening of the tender) of a value not less than 150% of the advertised cost of work including the cost of cement and steel. (c) The tender committee shall examine the overall financial soundness of the tenderers based upon volume of work handled turnover, balance sheets etc for all works of tender values costing more than Rs.1.00 Crore. The Similar nature of work is defined in tender notice/tender schedule. (a) When work has been physically completed and final bill is yet to be passed, the value of the work for judging the eligibility criteria, will be considered as under:Cases where measurements have not been recorded or final measurements have been recorded with negative variation, the value of the work will be taken as amount paid including statutory deductions. Cases where measurements have been recorded and the work has been completed with positive variation but variations have not been sanctioned, the value of the work will be taken as original contractual value. (b) In case of composite works involving combination of different works, even separate completed works of required value should be considered while evaluating the eligibility criteria. For example, in a tender for bridge works where similar nature of work has been defined as bridge works with pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with pile foundation of value at

2.3.2. 2.3.3

2.3.4

13

least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal to 35% of tender value, will be considered as having fulfilled the eligibility criterion of having completed single similar nature of work. For judging the technical eligibility and financial capability only those works which had been executed for the Govt. or Semi Govt. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for Private Organizations shall not be considered. The tenderer/s/contractor shall submit a statement of contractual payment received during the last three financial years and current year on the prescribed proforma as detailed at Annexure-I. The details shall be based on the certificate issued by the employer and or form 16-A issued by employer i.e. the certificate of deduction of tax at a source under Section 203 of the Income Tax Act, 1961. The photocopies of the certificate of payments and or form 16A shall be enclosed duly attested by Notary public with seal and Notaries stamps thereon. (i) If a tenderer has completed a work of similar nature where cement and steel was issued by department free of cost, tenderer must submit the completion certificate indicating cost of these materials and total cost of work (including cost of cement/steel) shall be considered to decide eligibility or otherwise(ii) Contractor has to satisfy the eligibility criteria for technical capability and competence as well as for financial capacity and organizational resources. CONSTITUTION OF THE FIRM: The tenderer/s who are constituents of firm, company, association or society must necessarily enclose the attested copies of the constitution of their concern, partnership deed and power of attorney with their tender. Tender documents in such cases are to be signed by such persons as may be legally competent to sign them on behalf of the firm, company, association or society as the case may be. The Cooperative societies must likewise submit a attested copy of their certificate of registration alongwith the documents as above mentioned. The tenderer shall give full details of the constitution of the firm/JV/ Company/ Society etc. In the Top Sheet as well as in Annexure-D to Special Tender Conditions and Instruction to tenderers of tender document and must submit the following documents alongwith tender without fail:Sole Proprietorship firm: If the tender is submitted on behalf of a Sole Proprietorship concern, the tenderer must submit along with tender, the notarised copy of affidavit for the same. If the tender is submitted on behalf of a partnership firm/ concern the tenderer must submit along with the tender, the attested copy of (1) Original copy of MOU / JV agreement duly notarised in accordance with the annexure K-1 to Special Tender Conditions and Instructions to tenderers of tender document, duly signed by the power of Attorney (POA) holders/authorised signatories of all the constituents/members of the JV. (2) Valid power of attorney/authorization by all JV constituents, in favour of the individual signing the tender document on behalf of of the JV; and (3) In addition, following documents must be enclosed by the JV firms alongwith the tender:(i) In case one or more of the members of the JV Firm is/are partnership firm(s) following documents shall be submitted. (a) Notary certified copy of the partnership deed. (b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value(in original). (c) Powewr of Attorney (duly registered or notarised as per prevailing law) in favour of one of the partners of the partnership firm to sign the JV MOU/Agreement on behalf of the partnership firm and create liability against the firm. (ii) In case one or more members of JV is / are Proprietary Firm or HUF, the following documents shall be enclosed: Affidavit on Stamp Paper of appropriate value declaring that his/her concern is a proprietary concern and he/she is sole proprietor of the concern OR he/she is in position of Karta of Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by other partners to act on behalf of HUF. (iii) In case one or more members of JV is / are limited campanies, the following documents shall be submitted: (a) Notary certified copy of resolutions of the directors of the company, permitting the company to enter into a JV agreement, authorizing MD or one or more Directors or Managers of the company to sign JV MOU/ Agreement and such other documents required to be signed on behalf of the company and enter into liability against the company and/or do any other act on behalf of the company. (b) Copy of Memorandum and Articles of Association of the company. (c) Power of Attorney (duly registered or notarised as per prevailing law) by the company authorizing the person to do/act on behalf of the company as mentioned in the para (a) above. (d) Company: If the tender is submitted on behalf of a company registered under Companies Act-1956, the tenderer must submit alogwith the tender, (1) the attested copy of the certificate of registration (2) Deed of formation (3) Power of Attorney in favour of the tender signatory. If above mentioned documents (as applicable) are not enclosed along with tender documents, the tender shall be treated as having been submitted by the individual who has signed the tender

2.4 2.4.1

(A)

2.4.1.1

14

documents. After opening of the tender, any document pertaining to the constitution of the firm/JV/Society(as applicable), shall neither be asked nor to be entertained/considered under any circumstances and no claim or representation whatsoever from the tenderer in this regard shall be entertained. No change in the constitution of the firm / JV / Company shall be permitted after opening of the tender except where necessitated due to the succession law. The Power of Attorney in favour of the individual signing the tender document may however be accepted subsequently, If acceptable reasons are furnished for the same. JVs /Consortiums / MOUs shall be considered only where permissible in the tender conditions (Railway will not be bound by any power of attorney granted by the tenderer/s or by changes in the composition of the firm made subsequent to the award of the contract. The Railway may, however, recognize such power of attorney and changes after obtaining proper legal advice, cost of which will be chargeable to the contractor. (e) JVs/Consortiums/MOUs/Partnership Firms will be considered in accordance with Tender Notice/approved tender conditions. (Annexure K of tender document). (f) Partnership deed will be considered in accordance with Tender Notice/approved tender conditions (Annexure K-1 of tender document). (a) If the tenderer expires after the submission of his tender or after the acceptance of his tender, the railway shall deem such tender/contract as cancelled. In a partnership firm, if a partner of firm expires after the submission of their tender the Railway shall deem such tender as cancelled unless the firm retain its character. (b) If the contractors firm is dissolved on account of death, retirement of any partners or for any reason whatsoever, before fully completing the whole work or any part of it, undertaken by the principal agreement the surviving partners shall remain jointly/severally and personally liable to complete the whole work to the satisfaction of the Railway and to pay compensation for losses sustained, if any by the Railway due to such dissolution. The amount of such compensation shall be decided by Divl. Railway Manager or any other competent person on behalf of the Railway and his decision in the matter shall be final and binding on the contractor. (c) The cancellation of any document such as power of attorney, partnership deed etc., shall forthwith be communicated to the Railway in writing, failing which the Railway shall have no responsibility or liability for any action taken on the strength of the said documents. (d) The value of contract and the quantities given in the attached schedule of items, rates and quantities are approximate and are given only as a guide. These are subject to variations/additions and or omission. The quantum of work to be actually carried out shall not form the bases of any dispute regarding the rates to be paid and shall not give rise to claim for compensation on account of any increase or decrease either in the quantity or in the contract value. PART-I SECTION-III SPECIAL CONDITIONS OF THE CONTRACT 3.1. INTRODUCTION: 3.1.1. The several documents forming the tender are to be taken as mutually complementary to one another. Detailed drawings shall be followed in preference to small scale drawings and figured dimensions in preference to scaled dimensions. 3.1.2. The tender shall be governed by General conditions of Contract, preamble and General Instructions to Tenderer and Special Conditions of Contract. Wherever there is discordance between any of these documents, various provisions shall have overriding priority in the following order: (i) Preamble and General Instructions to Tenderer. (ii) Special Conditions of Contract. (iii) Technical Specifications. (iv) General Conditions of Contract.. 3.1.3. If there are varying or conflicting provisions in the documents forming part of the contract, Sr. DEE/MB shall be deciding authority with regard to the intentions of the provisions and decision shall be final and binding on the contractor. 3.2. SCOPE OF WORK: 3.2.1. The works to be governed by this contract shall cover Designing, manufacturing, supplying, Transportation till destination, safe custody, Insurance, Erection, Testing & Commissioning of the works as per specifications in Part-II of this tender. 3.2.2. The works to be under taken by the contractor shall inter also include the following: (i) Detailed design of equipments including shop testing of such equipments contained in Technical Specification. (ii) Complete manufacture including shop testing of the said equipment (s). (iii) Providing Engineering Drawings, Technical Data, operations manuals, catalogs, spare parts list etc. for the said equipments as erected at site.

2.4.2

15

(iv) Packing and Transportation of said equipments from the manufacturer's factory to the work site in Northern Railway. (v) Receipt including unpacking of the said equipment (s) at the site storage, preservation and conservation at site of work in Northern Railway. (vi) Insurance of complete work governed by the contract including the said equipment (s) from the time of dispatch from the manufacturer's factory till the issue of Acceptance Certificate. (vii) Unpacking, checking for damage/shortage, cleaning and erection. (viii) Commissioning Tests. (ix) Warranty obligations. 3.3. LOCAL CONDITIONS: 3.3.1. It will be imperative on each tenderer to fully acquaint himself with all the local conditions and factors which would have any effect on the performance of the contract and cost of the stores. The Rlys shall not entertain any request for clarifications from the tenderer regarding such local conditions. No request for the change of price, or time schedule of completion of work on account of any local condition or factor shall be entertained after the offer is accepted. 3.3.2. The intending 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 in to account and that the rates be enters in the tender papers are adequate and all inclusive, for the completion of works to the entire satisfaction of the Railways. 3.3.3. In the event of the tenderer desiring to have a field survey before furnishing his quotations, he may apply to Railways for permission in this regard. Such permission will be given in writing by the Railways but all the expenses in this regard will be born by the tenderer. 3.3.4. The intending tenderer is advised to study the tender papers carefully. Any submission of a bid by the tenderers shall be deemed to have been done after a careful study and examination of these documents with full understanding of the implication thereof. These conditions and specifications shall be deemed to have been accepted unless otherwise, specially commented upon by the Tenderer in this offer. Failure to adhere to anyone of all these instructions may render his offer liable to be ignored without any reference. 3.3.5. Should a tenderer find discrepancies in or ommission from the drawing or any of the Tender papers or if he has any doubt as to their meaning, he should at once notify the Railway who may send a written clarification. to all Tenders. 3.4. COMPLIANCE: 3.4.1. Offer should be fully accordance with the drawings and specifications. Details of variations from the drawings and specifications, if any should be clearly indicated and in such an event, the certificate from the user must be furnished to the effect that the product offered performs the requisite functions satisfactorily. The names of such users should also be indicated. 3.4.2. Tenderer should give details of supplies and the customers along with their performance certificate. 3.4.3. Should the tenderer wish to depart from the provision of the specifications and drawings on account of manufacturing practices or any reason he should clearly draw attention in his offer to the proposed point of deviation and submit complete information with justification, drawings & specifications to explain the related merits of his proposal vis--vis the stipulations laid down in tender documents for appreciation and understanding of Railways. In the absence of any such deviation it will be deemed that the tenderer is fully satisfied with the indents of specifications and drawings and shall comply with the statutory provisions laid in the tender documents. The Statement of deviation, if any should be given in the shape of proforma enclosed at Annexure-IV. 3.5. INTEGRATION WITH EXISTING WORKS: 3.5.1. The tenderer should keep in mind, visit the location of works, take due note and give proper consideration of integration the new works (sometimes on replacement account) with the existing system. 3.5.2. The provision of equipment in all electrical installations has to be so sequenced and coordinated that due to erection, installation and commissioning of new equipment included in the scope of work of this tender, no disruption at all, is caused to the functioning of the existing system. 3.5.3. A sequenced schedule of installation, erection and commissioning of equipments should be drawn by the tenderer after visiting the site. It should be based on pragmatic assessment of quantum of work and time schedule required to complete the work. The scheme should be submitted along with the offer as Annexure entitled "Integration Scheme". 3.5.4. Since electrical works requires shutdowns invariably therefore the tenderer should keep due allowance in drawing the "Integration Scheme" so that the completion of work is not delayed beyond the stipulated period of completion. 3.5.5. The rates for different items of work should be quoted while keeping these aspects in view. 3.6. ELECTRIC SUPPLY: 3.6.1. The contractor shall make his own arrangements for electricity required by him for the purpose of execution of the contract. If possible Railway at its own discretion may arrange electricity for the contractor at the prevailing rates. Such arrangements will be made only at fixed points from where the Contractor shall arrange drawing power to the requisite location. 3.6.2. However, the Railway shall arrange power supply for testing and commissioning of the work completed by the Contractor. 3.7. SCHEME OF WORK AND PROGRESS REPORT: 3.7.1. The contractor shall within fifteen (15) days of the date of award of the contract submit a BAR/PERT CHART and scheme for the execution of key phases of the work such as design, procurement,

16

manufacturing, transportation, field erection, trail operation and performance guarantee. The contractor shall indicate in the form of notes of assumptions and the basis adopted for the preparation of this BAR/PERT CHART. 3.7.2. The contractor shall submit a monthly progress report detailing the actual progress made in all activities as compared to the above BAR/PERT CHART. The monthly progress report shall indicate the reasons for the variations if any, between the schedule quantities and actual progress, the action proposed and corrective measures required wherever necessary. 3.8. COORDINATION WITH OTHER AGENCIES: 3.8.1. The contractor shall coordinate with other agencies like Railways Consultancy Contractor if any and other Contractors say Civil Engineering Contractors in the area and work in close liaison with them. 3.8.2. The Electrical Contractor will have to carry out his works in close co-ordination with Civil Engineering Contractors at all stages and avoid hold up of construction work/additional work especially in making arrangements for fixing cable conduit, electrical equipment etc. Wherever Electrical contractor has to make a chase in the wall or cut the wall, roof etc for fixing Electrical equipments he can do so with permission of Railway's Engineer at site and make good the disturbance neatly to the satisfaction of Railway's Engineer at site with out any extra cost. 3.9. CONTRACTOR TO HAVE A VALID LICENCE: 3.9.1. The tenderer should furnish with his tender the particulars of the license held by him. The successful tenderer shall furnish the names and particulars of certificates of competency of the supervisors and workmen to be engaged for carrying out this work. 3.9.2. By Gazette notification, Government of India has appointed Chief Electrical Engineer, Northern Railway to be Electrical Inspector and has directed that he shall exercise the powers and perform the functions of an Electrical Inspectors under the Indian Electricity Act 1910. The inspection officers for this contract shall be nominated by the Railways as indicated in the technical specifications. 3.10. INSPECTION: 3.10.1. The works shall accepted after inspection by the Railways particularly for the following aspects: (i) Setting out of Electrical equipment. (ii) Approval of quality of works. (iii) Erection, testing & commissioning as per the approved drawings and the Indian Standard codes of practice. (iv) Safety works to confirm to Indian Electricity Rules. These aspects shall be checked during periodical inspections. Any defects, deficiencies noticed in the construction works will be recorded in the site Order Book so that the contractor acts upon it without loss of time. 3.10.2. The cost of inspection will be on contractor's accounts subject to any other provisions contained hereunder or elsewhere in contract. One week's notice must be given by the contractor to the Inspecting Officer to take up the Inspection. 3.10.3. The contractor shall provide with out any extra cost to Railways all materials, equipments, machine, plant, tools, labour and maintenance of every kind of which the Rly Inspecting Officer may consider necessary for any test and examination to be made at the contractor's or the sub- contractor's premises and/or at site. 3.10.4. MATERIAL: All the material may be subjected to inspection by the purchaser or his representative at the manufactures works or the material may be inspected by the purchaser or his representatives at authorised distributor of the manufacturer. Inspection at site of work will be allowed only exceptional cases. The purchaser or his representative shall have the right to be present during all the stages of manufacturer and shall be afforded, free of charges, all reasonable facilities for inspection and testing so as to satisfy himself that the materials are in accordance with specification approved drawing and design. 3.10.5. The decision of the Inspecting Officer with regard to the acceptance or rejection of the equipment/work shall be final and binding on the contractor. 3.10.6. INSPECTION & REJECTION: All works connected with and inclusive of installation and erection under this contract shall be done in accordance with the standard established method of installation and erection of electrical equipments and shall comply with relevant Indian Electricity Rules, ISI code Specifications and Standards. The work shall also be strictly in accordance with the instructions/recommendations of the manufacturers. The equipments shall be leveled carefully before being fixed finally in position. All fragile and sensitive equipments shall be protected adequately and handled carefully during installation and erection. 3.11. CONSEQUENCE OF REJECTION: 3.11.1. On the equipment/assemblies being rejected by the Inspecting Officer of the Railway at destination, the contractor shall replace such rejected equipment/assemblies of the work forthwith but in any event not later than a period of 8 (Eight) weeks in the case of minor equipments and 16 (Sixteen) weeks in case of major equipments from the date of rejection. The contractor shall bear all the cost of such replacement including freight etc. but without being entitled to any extra time on this account. The decision as to whether the equipment is to be classified as minor or major for the purpose of this clause shall be that of the Engineer and is not questionable. 3.12. COMMISSIONING TESTS: 3.12.1. As soon as the installations are ready for commissioning/ energisation, the contractor shall arrange for all the tests/Inspections as required by the relevant ISS and/or IE rules and advise the Railways. Railways shall depute their Inspecting Officer for witnessing the tests and to carry out inspection independently and also jointly with other concerned agencies wherever necessary and only after the

17

installation passes the required tests and inspection, it should be commissioned/ energized with the approval of Chief Electrical Inspector or his authorized representative. 3.13. WARRANTY: 3.13.1. The Contractor shall guarantee that all the equipments and works executed under this contract shall be free from all defects and faults in material, design, workmanship and manufacturer shall be of acceptable standards for the contracted work and in full conformity with the technical specifications, drawings and other contract stipulations. 3.13.2. The warranty clause will not apply to defects arising from designs furnished or specified by the Railways and for which contractor has disclaimed responsibility in writing within 1 (One) month from the date of the letter of acceptance of tender. 3.13.3. The Contractor is not absolved for responsibility of the successful functioning of the work carried out by him for which designs are indicated by Railways in the tender documents. In case the designs are apprehended to be inadequate for achieving designed conditions, the tenderer should indicate the same specifically at the time of submission of offer or before giving sufficient time to Railways for taking corrective action. Once the designs are accepted by the tenderer, the warranty shall be complete and extended to all materials and equipments governed in the work. 3.13.4. This Warranty shall survive not only till the acceptance of the work but shall expire 12 (Twelve) months from the date of acceptance of the completed work by the Railway except in respect of defects notified to the contractor before the expiry of the Warranty period. Any approval or acceptance by the Railways at any stage of the work contracted shall not in any way absolve the contractor's liability under this warranty. 3.13.5. The contractor's liability in respect of any complaint defect and/or claim shall be limited to the execution, installation and erection of replacement parts free of charges, or the repairs of defecti anship or design or material in the manufacture of the equipment/stores, and/or negligence in any manner and also in the event of failure of the equipment to perform as intended. 3.13.6. The contractor shall if required, replace, repair, execute and or install the goods or such portion thereof as is rejected by the Railways free of cost at site or at the option of Railways. The contractor shall pay the Railways the value thereof and such other expenditure damage as may arise by reason of the breach of the condition therein specified. 3.13.7. All replacement and repairs that the Railways shall call upon the contractor to deliver or perform under this warranty shall be delivered and performed by the contractor within 3 (Three) months promptly and satisfactorily. In cases where such replacement, repair, execution and/or installation takes place during the warranty period the provision of the warranty clause shall apply to that portion to replace or renew until the expiry of 12 (Twelve) months from the date of such replacement, repair, execution and/or installation. This extended period shall hereinafter be referred to as "Extended Warranty Period". 3.13.8. If, any defect is not remedies satisfactorily within the above mentioned 3 (Three) months, the Railway may proceed to do the work at contractor's risk and cost and also without prejudice to any other rights of the contractor under the contract. 3.13.9. If, the contractor so desires, the replaced parts can be taken over by him or his Representative for disposal as he deems fit with in a period of 3 (Three) months from the date of replacements of goods/parts. After the expiry of this period, no claim whatsoever shall lie on the Railways. 3.13.10. The Railway may, at its discretion recover the ground rent for the goods/parts which have been rejected during the warranty period for the specified period of 3 (Three) months, if the rejected materials are not taken over within that period (three (3) months) by the contractor or his representative. 3.13.11. The warranty herein contained shall not apply to any material which have been repaired or altered by the Railway or on its behalf in any way without the consent of the contractor so as to affect its strength, performance and reliability or to any defects to any part due to misuse negligence or accident and to items of normal wear and tear to be specifically maintained by the contractor in his offer and got accepted by the Railways. The decision of the Railway in regard to contractor's liability and the amount, if any payable under this warranty shall be final and conclusive. 3.14. REJECTION OF TENDERS WITHOUR EARNEST MONEY: 3.14.1. Tender unaccompanied with the earnest money will be summarily rejected. Exemption is not permitted in any circumstances. 3.15. FILLING OF TENDER DOCUMENTS: 3.15.1. The tender documents should be filled neatly and rates should be in words and figures. The total amount should be clearly mentioned in figures and words without any cutting overwriting/corrections in attached schedule. 3.15.2. The tender papers issued to tenderer should be signed by them and submitted along with the offer with their covering letter. 3.16. INDIRECT TAXATION: 3.16.1. In the event of any new indirect taxation being imposed after the date of opening of tender and of being of such a nature that the contractor has to bear additional cost of material directly on account of such additional taxation the purchaser shall reimburse the contractor for such additional costs on receiving satisfactory proof that such taxation was legally leviable and that the contractor has actually incurred the additional costs. 3.17. FOURCE MAJEURE: 3.17.1. If, at any time during the continuance of this contract, the performance, in whole or in part by either party, of any obligation under this contract shall be prevented of delayed by reason of any war, hospitality

18

acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, equiplemics, quarantine restrictions, strikes, lockouts, any stature, stature rules, regulations order or requisitions issued by any Government department or competent authority or acts of God (herein after referred to as "Event") then provided notice of the happening of any such event is given by either party to the other within twenty one days from the date of occurrence thereof neither party shall have any claim for damages against the other in respect of such non-performance or delay in performance and obligations under the contract and shall be resumed as soon as practicable after such event has come to an end or ceased to exist provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reason of any such event beyond a period as mutually agreed to by the purchaser and the contractor after any event or 60 days in the absence of such an agreement whichever is more either party may at its option terminate under this clause, the purchaser may at the time of termination take over from the contractor, at prices as provided for in the contract all erected equipment of equipments under erection as also all or any portion of unused, under aged and acceptable equipment whether storage or in the course of manufacturing. 3.18. AGREEMENT: 3.18.1. The successful tenderer shall within 7 days after having been called upon by notice to do so be bound to execute and agreement based on accepted rates and conditions and lodge the same with purchaser together with the conditions of contract, specification and schedule of prices referred to therein duly completed. 3.19. CONTRACTOR'S DRAWINGS: 3.19.1. Before execution of the work the contractor shall submit to the purchaser for approval six copies of all detailed drawings, which are necessary to ensure correct erection and satisfactory performance as detailed in tender papers. 3.19.2. EXPENSES OF CONTRACTOR DRAWINGS ETC: - Any calculation, design, drawings, schedules, information, progress charts etc required by the purchaser's Engineers in connection with the contract, shall be furnished by the contractor at his own expenses. 3.20. RAILWAY STORES: 3.20.1. If any material which the contractor has to arrange for himself is supplied by the purchaser either at the contractor's request in order to prevent any possible delay in the execution of the works likely to occur due to contractor's inability to make adequate arrangement for supply thereof or otherwise, recovery will be made from contractors bill at the book rate or the last purchase rate, whichever is higher plus 5% on account of initial freight and 2% on account of incidental charges together with supervision charges 12.1/2% on the total cost inclusive of material, freight and incidental charges. Transportation from Railway Stores to contractor's store/site of work shall be born by the contractor. NOTE: If the contractor runs short of material are available in the purchaser's stock, the materials may be supplied by the purchaser on loan to the contractor who will return these on receipt of his stipulated supply. For such supplies made by purchaser charges as per Para 3.20 will not apply. 3.21. SUB CONTRACTORS: (a) The contractor may sublet a part of the works under this contract and enter into contract with suppliers for the supply of materials. (b) The name of all sub- contractors proposed to be employed on execution of works or any part thereof including manufacture of components and fittings shall be submitted by the contractor the purchaser and got approved by him before the contractor enters into an agreement with the sub- contractor for the purchase. (c) The contractor shall however, arrange for effective supervision of sub-contractor's work and remain solely responsible for material supplied for works carried out on his behalf by the sub-contractor. 3.22. DEFAULT AND DELAY: 3.22.1. The contractor shall execute the work with due diligence and expedition keeping to the approved time schedule. Should he refuses or neglect to comply with any reasonable orders given to him in writing by the Engineer's representative in C/W the work or Contrivance the provision of the contract or the progress of work lags persistently behind the time schedule due to his neglect, the purchaser shall be at liberty to give 7 days notice in writing to the contractor requiring him to make good the neglect or contravention complained and should the contractor fail to comply with requisition made in the notice within seven days from the date of receipt thereof, it shall be lawful the purchaser to take the work wholly or in part out of the contractor's hands without any further reference and get the work or any part thereof, as the case may be completed by other agencies at expense of the contractor without prejudice to any other right or remedy of the purchaser. 3.22.2. LOSS SUSTAINED DUE TO DEFAULT AND DELAY: (a) In the event of any loss to the purchaser on account of execution and/or completion of the work any parts thereof by agencies other than the contractor, in terms of the clause 3.22.1 the contractor shall be liable to reimburse the loss to the purchaser without prejudice to any other right and remedies of the purchaser, and as the case may be met at the option of the purchaser, from out of all or any of the following sources viz. i. any amount due and payable to the contractor by the purchaser on any account whatsoever. ii. The contractor's security deposit with the purchaser so far as available and iii. any other assets whatsoever belonging to contractor. 3.23. CONTRACTOR'S RESPONSIBILITY FOR DISCREPANCY:

19

(a) All designs and drawings submitted by the contractor shall be based on a through study and shall be such that the contractor is satisfied about their suitability. The purchaser's approval will be based on these considerations. Notwithstanding approval communicated by the Purchaser during the progress of the contractor for designs and drawings, proto type samples of material after inspection of materials after erection and adjustments to installations the ultimate responsibility for correct designs and execution of work shall rest with the contractor. (b) The contractor shall be responsible for and shall bear and pay the costs for any alteration of works arising from any discrepancies, errors or omissions in the designs and drawings supplied by him, whether such designs and drawings have been approved by the Purchaser or not. 3.24. WORK BY OTHER AGENCIES: 3.24.1. Any other works undertaken at the same time by the Purchaser or the Railway direct or through some other agency at the same site where the contractor is carrying out his work will not entitle the contractor to prefer any claim, regarding any delays or hindrance he may have to face on this account. The contractor shall comply with any instructions, which may be given to him by the purchaser in order to permit simultaneous execution of his own works and of those undertaken by other contractors or the Railway without being entitled on this account to any extra charge. 3.25. ACCESS TO WORK SITE: (a) Access to the site for the purpose of this contract shall be afforded to the contractor by the Purchaser at all reasonable times, In the execution of the work, no person other than the contractor or only his appointed representative or approved sub-contractor and bonafied workman shall have access to site. Access to the site of work at all times shall be allowed by contractor to officials or approved representative of the Purchaser or to Railway staff for purpose of maintenance. (b) The Purchaser or his authorised representative shall have the right to refuse admission to the work site of any person employed by the contractor whom the purchaser or his Engineer may consider undesirable. (c) The Engineer or his representative shall be at liberty to object to the presence of any representative or other person employed by the contractor in or about the works on the ground of misconduct, in competence or negligence, the contractor on receipt of notice of such objection in writing, shall forthwith remove the person so objected to and provide in his place another competent person and shall not allow such person to enter the site of work subsequently. The purchaser will not be liable to pay any cost or damage on this account. 3.26. INSURANCE: 3.26.1. The contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the contractor or the purchaser at common law or under any statute in respect of accident of person who shall be employed by the contractor in or about the site of the contractors office for the purpose of carrying out the works on the site. The contractor shall also take out and keep in force a policy or policies of insurance against all recognised risks to their offices and depots. Such insurance shall in all respects be to the approval of the Purchaser and if he so requires in his name. 3.26.2. INSURANCE OF MATERIALS AND INSTALLATIONS: - The contractor shall take out and keep in force a policy or policies or insurance for all materials in storage, under erection and/or erected until such materials are provisionally handed over to the purchaser. For this purpose the materials shall be deemed to have been provisionally handed over when provisional acceptance certificate is issued as per Clause 3.28.1. The contractor shall not be liable for losses or damages to equipments erected, in the course of erection or in stores at the contractor's depot in consequence of mutiny or other similar causes over which the contractor has no control and which cannot be insured, such losses or damages shall, if required by the purchaser, be made good by the contractor at the cost of the purchaser. The contractor should, however, insure the materials brought to site against risks in consequence or war and invasion as required under the emergency risks (goods) Insurance Act 1962 from time to time. The amount of such insurance premia paid by the contractor will be reimbursed to his by the purchaser on submission of bills in proof of payment of such insurance premia. NOTE: The insurance premia under the Emergency risks (goods) Insurance Act 1962, are reimbursable to the contractor only for the premia paid by him and not for any premia paid by any of his sub- contractor. The contractor shall have all insurance covers in connection with the contract with the Life Insurance Corporation rd of India only. The contractor's liability to meet 3 party claims of the type outlined above, will be applicable only in case where accidents have been caused by bad design, workmanship material or negligence on the part of the contractor and further the liability of the contractor will be limited as per provision of law for any one accident. The contractor shall be responsible for all repairs and rectification of damage to the plant erected or under erection due to accidents or any other cause until the plant is provisionally handed over to the Purchaser. 3.27. PENALTY FOR DELAY IN COMPLETION: (a) If the contractor fails to execute and complete the work within time specified in the agreement or within the period of extension granted except in so far that the delay is on the Purchaser's account, the contractor shall accept reduction in the total amount payable to him by the purchaser at the rate of 1/2% per week of the contract value for the actual delay occurred and until the work shall have been completed under the contract and such reduction shall be accepted by the purchaser in full satisfaction in the contractor's liability arising from delay only. The Engineer shall at his sole discretion, specify a time limit with in which the unfinished portion of the work shall be completed. In the event of failure of the contractor, the purchaser shall be at liberty to take action in accordance with provision in Clause 62 of General Conditions of Contract, 1989.

20

(b) Extension of time: If aforesaid shall have arisen from any cause which the purchaser may admit as being a reasonable ground for extension of time, the purchaser shall allow such additional time as he may in his absolute discretion consider to be reasonable justified by the circumstance of the case. (c) Tests as required under the specification shall be carried out by the contractor in the presence of the purchaser or his representative as soon as possible after commissioning. Any other additional test which the purchaser may prescribed for testing the satisfactory operation of the plants shall be carried out by the contractor at his own expense. Necessary electrical power required in C/W the test will be supplied free of any charges by the purchaser. The contractor shall submit six copies of the test results to the purchaser for acceptance. The contractor shall also submit 6 copies of the manufacturer's test certificates for equipments such as motor, cable etc. (d) Should the result of the test not be satisfactory, an extension of one month will be granted to the contractor to make good the defects and deficiencies pointed out by the purchaser. A fresh test will then be carried out after the contractor has attended to the defects and deficiencies. If these do not yield satisfactory results, the purchaser may proceed at the contractor's expense, by all means as deemed expedient to installation made satisfactory until they comply with the specification approved drawings and designs. (e) In such case or in case of delay in completion of the work in under this contract within the time limit, the purchaser reserves the right to get the work completed by contractor as per provisions of contract. The purchaser will give to the contractor for this purpose 7 days previous notice. The contractor shall then take at his own expense all necessary steps to compete the work in accordance with the provision of the contract. In case it becomes impossible to proceed with the above mentioned taking over tests, for reason other than for which the contractor is responsible, the "provisional Acceptance Certificate" shall be issued at or within a mutually agreed reasonable period not exceeding 6 months after completion of the work. 3.28. DEFECTIVE EQUIPMENTS TO BE REPLACED: 3.28.1. Notwithstanding the issue of a provisional acceptance certificate & partial or full use of any equipment if the complete plant or any portion thereof, before it is finally taken over at the end of the guarantee period, found to be or to have become defective in course of usage by the Railways due to faulty material, design or workmanship or to otherwise to fulfil the requirement of the contract and its purpose, the purchaser shall normally give the contractor prompt notice setting the particulars of such defects or failure and the contractor shall rectify the defects or modify or replace the equipment as may be directed by the purchaser's Engineer at the own cost in all respect to make it comply satisfactory with the said notice upon him or should time not permit to service of such notice the purchaser may repair or reject, replace the whole or part of such defective equipment, as the case may be, at the cost of the contractor. The contractor's full liability under this clause shall be satisfied by the payment to the purchaser of the extra total cost any of such replacement delivered and erected as provided for in the original contract, such defective equipment within a reasonable time, the contractor's liability under this clause shall be satisfied by the repayment by the contractor of all money paid by the purchaser to him in respect of such rejected equipments. Rejected/Defective material shall be returned to the contractor to the extent possible. 3.29. FINAL ACCEPTANCE: (a) The final acceptance of the entire plant shall take effect from the date of expiration of the period of guarantee as defined in Clause 3.13 provided the installations provisionally accepted are still in perfect working order. (b) If on the other hand the installations are not in the perfect working order at the end of the guarantee period the purchaser may either extend the period of guarantee until necessary works are carried out by the contractor, or carry out these works or have them carried out on behalf of the contractor and at his expense. A certificate of final acceptance shall then be issued by the purchaser which will terminate the contract.

21

REVISED MODEL FORM OF BANK GUARANTEE BOND Annexure-A


1. In consideration of the President of India (hereinafter called the Government) having agreed to exempt .(hereinafter called the said Contractor (s)) from the demand, under the terms and condition of an Agreement, dated.made betweenand for(hereinafter called the said Agreement) of security deposit for the due fulfilment by the said Contractor (s) of the terms and conditions contained in the said Agreement, on production of a bank Guarantee for Rs.(Rupees.only),we, ..). (hereinafter referred to as the bank) (Indicate the name of the bank) at the request of (contractor (s) do hereby undertake to pay to the Government an amount not exceeding Rs.against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said contractor (s) of any of the terms or conditions contained in the said Agreement. We, (Indicate the name of the bank).do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor (s) of any of the terms or conditions contained in the said Agreement or by reason of the contractor (s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs We undertake to Pay to the Government any money so demanded not withstanding any dispute or disputes raised by the contractor (s) supplier (s) in any suit or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal. This payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractors (s) / supplier (s) shall have no claim against us for making such payment. We, (Indicate the name of the bank) .further agree, that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the due of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged of till(Office/ Department) Ministry ofcertifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor (s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the .we shall be discharged from all liability under this guarantee thereafter. We, (Indicate the name of the bank)..further agree with the Government that the Government shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by Government against the said Contractor (s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor (s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said Contractor (s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s) /Supplier(s). We, (Indicate the name of the bank)..lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

2.

3.

4.

5.

6. 7.

Dated the .day of200... For.(Indicate the name of the bank)............

22

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

Signature of the contractor/s India Witness 1

for and on behalf of the President of

_______________________

2.

_______________________

ADDRESS: ______________________

23

ANNEXURE-C PROFORMA DECLARATION I/We hereby solemnly declare that I/We visited the site of the work (as on top sheet) personally and have made myself/ourselves fully conversant of the conditions therein and particular the following: 1. 2. 3. 4. Topography of area. Soil strata at site of work. Sources and availability of construction materials. Rates for construction of material, water, electricity including all local taxes, royalties, octroi etc. Availability of local labour (both skilled and unskilled) and relevant labour rates and labour laws. The existing roads and approaches to the site of work and requirements for further service roads/approaches to be constructed by me/us The availability and rates of private land etc. that shall be required by me/us for various purposes. Climatic conditions and availability of working days.

5. 6.

7.

8.

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

24

ANNEXURE-D CONSTITUTION OF THE FIRM

2 3 4 5

Constitution of the firm / concern.( Tick as applicable) Full name of Firm/Company / JV / Society Year of formation / Incorporation PAN No. Registered Office Address

Sole Prop./ Partnership Firm/Company / JV / Society

6 7

Address on which correspondence regarding this tender should be done. Names of the proprietor / partners / JV Members etc.

ANNEXURE E Details of Plant and Machinery already available with the firm S N o Particulars of equipment No. of Uni t Kin d& ma ke Capa city Date by which the plant would be available for use on this work 6 Age & conditi on Work on which it is being used.

25

ANNEXURE-E-(i)

STATEMENT OF DEVIATIONS 1.0. The following are the particulars of deviations from the requirements of the preamble and General Instruction to tenderer, General and Special Conditions of the contract (Part-I). 1.1. Preamble and General Instructions to Tenderers (Section-I) Clause Deviation Remarks (including justification) General conditions of contract (Section-II) Clause Deviation

1.2.

Remarks (including justification)

1.3.

Special conditions of contract (Section - III) Clause Deviation

Remarks (including justification)

2.0. The following are the particulars of deviations from the requirements of the technical specifications (Part-II). 2.1. Clause Separate statement for each specification. Deviation

Remarks (including justification)

NOTE: Where there is no deviation, the statement should be returned duly signed with endorsement " No Deviation".

26

ANNEXURE-E-(ii) CHECK LIST 1.0. The tenderer should indicate clearly replies against item included in this checklist. 1.1. Have you. the tender Yes/No

1.1.1. Purchased documents?

1.1.2. Furnished rates against the quantities in the prescribed proforma as per schedule of work? 1.1.3. Submitted the Earnest Money Deposit/Bid Bond? 1.1.4. Furnished the details of previous experience for installation of similar kind. (Annexure-III)? 1.1.5. Submitted the deviation (Annexure-IV)? 1.1.6. Quoted the essential spares? statement of

Yes/No

Yes/No

Yes/No

Yes/No

accessories

and

Yes/No

1.1.7. Furnished your ITCC (Income Tax Clearance Certificate)? 1.1.8. Quoted correctly? 1.1.9. period of completion

Yes/No

Yes/No

Kept your offer valid for 90 days?

Yes/No Yes/No

1.1.10. Visited the site and have studied the methodology to be adopted for completion of the work? 1.1.11. Submitted Scheme? the Integration

Yes/No

1.1.12. Submitted the Bar Chart/PERT CHART? 1.1.13. Submitted scheme of completion of work (Annexure-IV)? 1.1.14. Submitted details of staff working under Tenderer (Annexure-VII)?

Yes/No

Yes/No

Yes/No

27

ANNEXURE-E-(iii) TENDERER'S SCHEME OF WORK 1. Submission of design & drawings by the contractor. 2. Approval of designs and drawings by the Railways. 3. 4. 5. 6. 7. 8. 9. 10. Order of material. Receipt of material. Erection of equipments (Phase I). Erection of equipments (Phase II). Erection of equipments (Phase III). Testing and commissioning. Acceptance by Railways. Handing over to.

MONTHS

28

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

S N o .

Name & Designation

Qualificati on

Professio nal experien ce

Organizatio n with whom working

Date by which personnel will be available for this work 6

ANNEXURE-G STATEMENT OF WORKS EXECUTED/COMPLETED BY THE CONTRACTORS DURING LAST THREE YEARS S N o . 1 Name and place of work Authority /agency for which work was carried out 3 Date of award & agreement No. & Date

Date of completion (original /actual) 5

Agreemental cost /completion cost. 6

Principal /Technical features work in brief 7

S.No. at which relevant certificate /documents are attached. 8

29

ANNEXURE H Statement of works being executed/in hand by the contractor/s S N o 1 Name and place of work Authority/agency for whom the work is being carried out 3 Date of award & agreement No. & Date 4 Date completion (Original/ actual) 5 of

Agreemental cost of work / Completion cost

Principal/ Technical features work in brief 7

S.No. at which relevant certificate/Docume nts are attached 8

Payment taken till

ANNEXURE 'I' Detail of contractual payment received in last three financial year and current financial year. SN Name of work Name of employer Detail of payment For the financial year 5 Total contract amount received 6

30

ANNEXURE-J
FORM NO.E-5 Appendix-VIII Electronic Clearing Service (Credit Clearing) Model Mandate Form (Investor/customers option to receive payments through Credit Clearing Mechanism) Name of the scheme and the periodicity of payment No. 1) 2) Investor/customers name Particulars of Bank account A Name of the Bank B Name of the branch Address Telephone No. : C D E F 9-Digit code number of the bank and branch Appearing on the MICR cheque issued by the bank: Type of the account (S.B., Current or Cash Credit) With code (10/11/13) Ledger and Ledger folio number : Account number (as appearing on the cheque book) (In lieu of the bank certificate to be obtained as under, please attach a blank cancelled cheque or photocopy of a cheque or front page of your savings bank pass book issued by your bank for verification of the above particulars) 3. Date of effect: I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme. : : : : :

(_____________________) Signature of the Investor Customer Date Certified that the particulars furnished above are correct as per our records Banks Stamp 31

NORTHERN RAILWAY ANNEXURE-K

Guidelines for Joint Venture/Partnership firm for tender costing more than Rs.5.00 Crore. Following stipulations shall be applicable for joint venture of firms/companies and consortium and (hereinafter called JV). Joint venture / Consortium between individuals will not be accepted. Maximum No. of parties in the JV/Consortium should not be more than three. 1. One of the partners who are responsible for executing a major component of the proposed contract shall be nominated as being in-charge during the execution. He will be called the lead partner and shall be authorized to incur all liabilities and receive instructions for and on behalf of all partners of the Joint Venture/Consortium. This authorization shall be evidenced by submitting a power of attorney signed be legally authorized representative of all the partners of JV/Consortium with further stipulation that it shall be valid for the entire period of completion / extended period of the work including maintenance period. 2. All partners/constituents of JV/Consortium shall be jointly and severally liable / responsible for the successful completion of the work as per the terms and conditions of the agreement of the contract agreement irrespective of their share and role specified in JV agreement. 3. A copy of Joint Venture agreement on non-judicial stamp paper duly attested by Notary Public with seal and revenue stamp affixed thereon shall be submitted along with the tender. No JV will be accepted after submission of the tender bid. However, the Joint Venture agreement will be got duly registered before the Registrar of Firm or any nominated authority under the law of the land before the contract is awarded. 4. Joint Venture agreement shall include among other thing the joint venture objective, the proposed management structure, contribution of each constituent, role and responsibility of each partner covering all aspects of the planning and successful execution of the work, the commitment of the partners to the joint and several liability for due performance. 5. In addition recourse/sanctions within joint venture in the event of default/ withdrawal of any partner and arrangement for providing the required indemnities shall be spelt out and shall be binding on each partner of the joint venture. 6. The arrangement for investment and other resources required for successful execution of work under joint venture shall be spelt out. 7. The share of profit and loss of each constituent of the Joint Venture shall be clearly spelled out. 8. Tender should be purchased in the name of JV/Consortium, Earnest Money and or Bank Guarantee shall also be in the name of JV/Consortium. 9. Every partner of JV should have good credentials. Technical and financial capacity of the JV / Consortium shall be adjudged based on satisfactory fulfilment of all the below mentioned clauses: 10 (a) Each member of the JV/Consortium must have individually completed at least one th construction work of value more than 1/6 value of the tender cost in last three years i.e. assessment year & three previous financial years upto the date of opening of tender. (b) At least one of the member of the JV/Consortium must have satisfactory completed at least one similar single work for minimum value of 35% of advertised tender value, in last three financial years (i.e. current year & three previous financial years) upto the date of opening of the tender. (c) Each member of the JV/Consortium should have received the total payment against satisfactory execution of all completed/ ongoing works of all types (not confined to similar works) during the last three financial years and in the current financial year (upto the date of opening of the tender) of a value not less than 50% of the advertised cost of work including the cost of cement and steel. (d) The arithmetic sum of annual contractual payment received by all members of the JV/Consortium in last three financial years and current financial year should be more than 150% of the tender cost.

32

Annexure K-1 Annexure to Rly. Board letter No. 2002/CE-I/CT/37 dt.2/9/08. GUIDELINES FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS TENDER 1. Separate identity/name shall be given to the Joint Venture firm. 2. Number of members in JV firm shall not be more than three if the work involves only one department (say Civil or S&T or Electrical) and shall not be more than five if the work involves more than one department. 3. A member of JV firm shall not be permitted to participate to either in individual capacity or as a member of another JV firm in the same tender. 4. The tender form shall be purchased and submitted only in the name of the JV firm and not in the name of any constituent member. 5. Normally EMD shall be submitted only in the name of the JV and not in the name of constituent member. However, in exceptional cases EMD in the name of lead partner can be accepted subject to submission of specific request letter from lead partner stating the reasons for not submitting the EMD in the name of JV and giving written confirmation from the JV partners to the effect that the EMD submitted by the lead partner may be deemed as EMD submitted by JV firm. 6. One of the members of the JV firm shall be the lead member of the JV firm who shall have a majority (at least 51%) share of interest in the JV firm. The other members shall have a share of not less than 20% each in case of JV firms with upto three members and not less than 10% each in case of JV firms with more than three members. In case of JV firm with foreign member(s), the lead member has to be an Indian firm with a minimum share of 51%. 7. A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted by the JV firm along with the tender. The complete details of the members of the JV firm, their share and responsibility in the JV firm etc. particularly with reference to financial technical and other obligations shall be furnished in the MOU. (The MOU format for this purpose shall be finalized by the railway in consultation with their law branch and shall be enclosed along with the tender.) 8. Once the tender is submitted, the MOU shall not be modified/altered/terminated during the validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited. In case of successful tenderer, the validity of this MOU shall be extended till the currency of the contract expires. 9. Approval for change of constitution of JV firm shall be at the sole discretion of the Employer (Railways). The constitution of the JV firm shall not be allowed to be modified after submission of the tender bid by the JV firm except when modification becomes inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. In any case the Lead Member should continue to be the Lead Member of the JV firm. Failure to observe this requirement would render the offer invalid. 10. Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc and in any case the minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions. 11. On award of contract to a JV firm, a single Performance Guarantee shall be required to be submitted by the JV firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization advance, machinery Advance etc. shall be accepted only in the name of the JV firm and no splitting of guarantees amongst the members of the JV firm shall be permitted. 12. On issue of LOA, an agreement among the members of the JV firm (to whom the work has been awarded) has to be executed and got registered before the Registrar of the Companies under Companies Act or before the Registrar/Sub-Registrar under the Registration Act, 1908. This agreement shall be submitted by the JV firm to the Railways before signing the contract agreement for the work. (This agreement format should invariably be part of the tender condition). In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This joint venture agreement shall have, inter-alia, following clauses: 12.1 Joint and several liability- The members of the JV firm to which the contract is awarded, shall be jointly and severally liable to the Employer (Railways) for execution of the project in accordance with General and Special conditions of the contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof. 12.2 Duration of the Joint Venture Agreement It shall be valid during the entire currency of the contract including the period of extension if any and the maintenance period after the work is completed. 12.3 Governing Laws The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws. 13. Authorized Member Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices/correspondence with respect to the contract would be sent only to this authorized member of the JV firm.

33

15.

16.

14. No member of Joint Venture firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/contract. Documents to be enclosed by the JV firm along with the tender: 15.1 In case one or more of the members of the JV firm is/are partnership firm(s), following documents shall be submitted: (a) Notary certified copy of the Partnership Deed, (b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value (in Original). (c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners to sign the MOU and JV Agreement on behalf of the partners and create liability against the firm. In case one or more members is/are Proprietary Firm or HUF, the following documents shall be enclosed. 15.2 Affidavit on Stamp Paper of appropriate value declaring that this Concern is a Proprietary Concern and he is sole proprietor of the Concern OR he is in position of KARTA of Hindu Undivided Family and he has the authority, power and consent given by other partners to act on behalf of HUF. 15.3 In case one or more members is/are limited companies, the following documents shall be submitted: (a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign MOU, JV agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act on behalf of the company. (b) Copy of Memorandum and articles of Association of the Company. (c) Power of Attorney (duly registered as per prevailing law) by the company authorizing the person to do/act mentioned in the para (a) above. 15.4 All the members of JV shall certify that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt. of Indian/State Govt. from participation in tenders/Contract in the past either in their individual capacity or the JV firm or partnership firm in which they were members/partners. Credential & qualifying criteria: Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the following criteria: 16.1 Technical eligibility criteria: Either the JV firm or any one of the members of the JV firm must have satisfactorily completed in the last three previous financial years and the current financial year up to the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value. OR In case of composite works (e.g. works involving more than one distinct component such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges, substructure and superstructure etc.), at least 35% of the value of each such component of similar nature should have been satisfactorily completed by the JV firm or any one of the members of the JV firm in the previous three financial years and the current financial year upto the date of opening of tender. In such cases, what constitutes a component in a composite work shall be clearly defined as part of the tender condition without any ambiguity. NOTE: Value of a completed work done by a member in an earlier partnership firm or a JV firm shall be reckoned only to the extent of the concerned members share in that partnership firm/JV firm for the purpose of satisfying his compliance of the above mentioned technical eligibility criteria in the tender under consideration. 16.2 Financial eligibility criteria: The contractual payments received by the JV firm or the arithmetic sum of contractual payments received by all the members of JV firm in the previous three financial years and the current financial year up to the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender. Contractual payment received by a Member in an earlier JV firm shall be reckoned only to the extent of the concerned members share in that JV firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration.

NOTE:

34

Annexure K-2 Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria 1. The Partnership Firms participating in the tender should be legally valid under the provisions of Indian Partnership Act. 2. Partnership Firms are eligible to quote tenders of any value. 3. The partnership firm should have been in existence or should have been formed prior to submission of tender. Partnership firm should have either been registered with the competent registrar or the partnership deed should have been notarized prior to date of tender opening, as per Indian partnership Act. 4. Separate identity/name should be given to the partnership firm. The partnership firm should have PAN/TAN number in its own name and PAN/TAN number in the name of any of the constituent partners shall not be considered. The valid constituents of the firm shall be called partners. 5. Once the tender has been submitted, the constitution of firm shall not be allowed to be modified/altered/terminated during the validity of the tender as well as the currency of the contract except when modification becomes inevitable due to succession laws etc, in which case prior permission should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have no claims what so ever. Any change in the constitution of Partnership Firm after opening of tender shall be with the consent of all partners and with the signatures of all partners as that in the Partnership deed. Failure to observe this requirement shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraw from the firm after opening of the tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm after opening of tender but prior to award of contract, his/her credentials shall not qualify for consideration towards eligibility criteria either individually or in proportion to this share in the previous firm. In case the tenderer fails to inform Railway beforehand about any such changes/modification in the constitution which is inevitable due to succession laws etc. and the contract is awarded to such firm, then it will be considered a breach of contract conditions, liable for determination of contract under Clause 62 of General Condition of Contract. 6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner of any other firm in the same tender. 7. The tender form shall be purchased and submitted only in the name of partnership firm and not in the name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The EMD submitted in the name of any individual partner or in the name of authorized partner(s) shall not be considered. 8. One or more of the partners of the firm or any other person(s) shall be designated as the authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a Power of Attorney, specifically authorizing him/them to submit & sign the tender, sign the agreement, receive payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm, sign No Claim Certificate , refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contract. Such Power of Attorney should be notarized/registered and submitted alongwith tender. 9. A notary certified copy of registered or notarized partnership deed shall be submitted along with the tender. 10. On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. All the guarantee like Performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantees among the partners shall be acceptable. 11. On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm only and not in the name of any individual partner. 12. In case, the contract is awarded to a partnership firm, the following undertakings shall be furnished by all the partners through a notarized affidavit, before signing of contract agreement:a) Joint and several liabilities The partners of the firm to which the contract is awarded, shall be jointly and severally liable to the Railway for execution of the contract in accordance with general and special conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract or due to non-execution of the contract or part thereof. b) Duration of the partnership deed and partnership firm agreement The partnership deed/partnership firm agreement shall normally not be modified, altered, terminated during the currency of contract and the maintenance period after the work is completed as contemplated in the conditions of the contract. Any change carried out by partners in the constitution of the firm without permission of Railway, shall constitute a breach of contract liable for determination of contract under clause 62 of General Conditions of Contract. c) Governing Laws The partnership firm agreement shall in all respect be governed by and interpreted in accordance with the Indian laws. d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other partner and that of the Railway in respect of the tender/contract. 13. The tenderer shall clearly specify that the tender is submitted on behalf of a partnership concern. The following documents shall be submitted by the partnership firm, with the tendera) A copy of registered/notarized partnership deed duly authenticated by notary. b) Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from all partners of the firm in favour of one or more of the partner(s) or any other person(s) as detailed in para (8) above.

35

c) An undertaking by all the partners of the partnership firm shall be given that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt of India/any State Govt from participation in tenders/contract on the date of opening of bids either in their individual capacity or in any firm in which they were/are partners. Concealment/wrong information in regard to above shall make the contract liable for determination under clause 62 of General Conditions of Contract-1999. 14. Evaluation of eligibility of a partnership firm. Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfillment of the following conditions: i) Technical eligibility criteria The tenderer should satisfy either of the following criteria:a) The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in para 2.3.4 (a) of special tender conditions and instructions for tenderers) in its own name and style; OR b) In case the partnership firm does not fulfill the technical eligibility criteria in its own name and style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in a different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria (defined in para 2.3.4 (a) of special tender conditions and instructions for tenderers) on the basis of his/her proportionate share in that proprietorship/partnership firm reduced further by his/her percentage share in the tendering firm. ii) Financial eligibility criteria The tenderer shall satisfy either of the following criteria:a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as defined in para 2.3.4 (b) of special tender conditions and instructions for tenderers) in its own name and style. OR b) In case the partnership firm does not fulfill the financial eligibility criteria in its own name and style, but one or more of its partners have executed a work/contract in the past either as sole proprietor or as partner in different firms, then the arithmetic sum of the contractual payments received by all the partners of the tendering firm, derived on the basis of their respective proportionate share in the such firms reduced further by their respective percentage share in the tendering firm, shall satisfy the full requirements of the financial eligibility criteria (as defined in para 2.3.4 (b) of special tender conditions and instructions for tenderers). Example on Evaluation of Technical & Financial Eligibility of Partnership Firm A tendering partnership firm ABCD has four constituent partners namely A, B, C & D with their respective shares as 40%, 30%, 20% & 10%, but this firm has not executed any work in its own name and style. However, the constituent partners have executed the work in earlier partnership firm(s) or as sole proprietor as under:(i) Partnership firm ABZ having three partners namely A, B & Z with respective shares of 10%, 20% & 70%, has executed a work of value Rs.10.00 crores earlier. (ii) Partnership firm CYX having three partners namely C, Y & X with respective shares of 50%, 30%, & 20%, has executed a work of value Rs.5.00 crores earlier. (iii) Sole proprietorship firm P having D as sole proprietor has executed a work of value Rs.2.0 Crores earlier. The evaluation of technical and financial eligibility of tendering firm ABCD shall be done by taking proportionate share of credentials of partners A, B, C and D derived from their earlier partnership firms to be reduced further by their percentage share in the tendering firm as calculated in table below :1 2 3 4 5 Part Credentials of A Credentials of C Credentials of Contribution of A, ners & B derived derived from firm D derived B ,C & D to from firm ABZ CYX firm which from credentials of which has has executed work Proprietorship tendering firm executed work of of Rs.5.0 cr. firm P which ABCD Rs.10.0 cr. has executed work of Rs.2.0 cr. % Proporti % Proport % Proport % share Propo shar onate share ionate sh ionate in rtionat e in Credenti in firm Credent are Credent ABCD e firm als CYX ials in ials Contri AB fir bution Z m to P ABC D A 10 10% of 40% 40% of 1 Cr % 10Cr. = 1.0 Cr. =0.4Cr B 20 20% of 30% 30% of % 10Cr. = 2 Cr. = 2.0 Cr. 0.6 Cr C 50% 50% of 20% 20% of 5 Cr= 2.5Cr. 2.5Cr =0.5Cr . D 10 100% of 10% 10% of 2Cr. = 0% 2Cr= 2.0Cr 0.20Cr

36

Evaluation of Technical Eligibility :Any one of the partners of ABCD tendering firm viz A, B, C or D should satisfy the technical eligibility criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced further by his percentage share in the tendering firm. As calculated in above table, the contribution of partners A, B, C & D towards the credentials of tendering firm ABCD will be taken as Rs. 0.40 cr., Rs. 0.60 cr., Rs. 0.50 cr., 0.20 cr respectively. Thus, in this example the firm ABCD is deemed to have executed one single work of maximum value of Rs 0.60 Cr. for the purpose of technical eligibility criteria. Evaluation of Financial Eligibility :The arithmetic sum of the contribution of all the partners of tendering firm ABCD derived on the basis of their respective proportionate share in the earlier partnership firms reduced further by their respective percentage share in the tendering firm, in this example will be taken as Rs.1.70 Cr. (i.e. A+B+C+D = 0.40+0.60+0.50+0.20 = 1.70 cr.). Thus, in this example, the firm ABCD is deemed to have received contractual payments of Rs 1.70 Cr. for the purpose of financial eligibility criteria. Note:1. All the partners of the partnership firm shall certify that they are not black listed or debarred by Railway or any other Ministry/Department of of the/Govt. Of India/Sate Govt. From participation in the tenders/contract on the date of opening of bids either in their individual capacity or partnership firm in which they were / are partners. 2. Partnership firms are different from Pvt. Ltd. Firm and therefore the above guidelines are applicable for only partnership firms and not for Pvt. Ltd. Firms,

37

MINIMUM ELIGIBILITY CRITERIA WITH SIMILAR NATURE OF WORK FOR WORKS CONTRACTS
S.N. 1.0
1.1

Name of Work (Description) HT ELECTRICAL WORK


Any work of HT installation is similar to the following works. Provision of 33/11 KV & 11/0.440 KV Outdoor /Package type sub station with HT panels/ LT panels including APFC panels, laying of HT & LT cables and maintenance free earthing etc. and DG sets with / without AMF panel complete including AMC.

S.N.

Definition of Similar nature of work


Design, manufacture, supply, erection, testing and commissioning of 33/11 KV & 11/0.440 KV sub stations with HT panel outdoor or indoor type / complete or a part of it including APFC panel and DG sets with/Without AMF panel including AMC. OR Design, manufacture, supply, erection, testing and commissioning of 33/11 KV & 11/0.440 KV sub stations with HT panel outdoor or indoor type / complete or a part of it including APFC panel.

1.1

2.0
2.1

LT ELECTRICAL WORKS:Any work of LT installation is similar to the following works Provision of LT panels including APFC panels, battery chargers, welding points, pre-cooling / 110V Battery charging points including Electrification / Rewiring of Residential Quarters/Railway Stations /Service buildings /High Bay Sheds etc. with Lighting arrangements for street, yard, circulating area, washing lines by erecting High Mast Towers /Rail/Tubular poles /Octagonal poles and associated electrical works such as laying of LT cables and earthing arrangements etc. 2.1 Design, manufacture, supply, erection, testing and commissioning of LT panels complete with associated electrical works like earthing arrangements, laying of cables, strengthening and stringing of LT overhead network. OR Design, manufacture, supply, erection, testing and commissioning of LT panels complete with earthing arrangements and associated electrical works. OR Supply, erection, testing and commissioning of electrical wiring in Residential Quarters / Railway Stations / Service buildings / High Bay Sheds etc. OR Supply, erection, testing and commissioning of Tubular poles /Octagonal poles and Luminaries including erection of Rail poles in Streets / Yards, washing lines and circulating area. OR Supply, installation, testing and commissioning of High Masts of any height with light fittings. OR Supply, installation & commissioning of occupancy sensors in the buildings. OR Design, manufacture, supply, erection, testing and commissioning of Glow sign / Neon sign boards and LED type Station Name Board and sign ages. Supply, installation & commissioning of submersible /VS/HS/Jet pump sets of specific output and head. OR Supply, installation & commissioning of submersible /VS/HS/Jet pump sets or repair or pump sets /rewinding of pump motors. Supply, installation, testing and commissioning of DG sets with/without AMF panel including AMC. OR Supply, installation and commissioning of DG sets with/without AMF panel or repair work of DG sets/AMF panels of matching capacity. AMC by OEM or authorized dealer. Supply, installation, testing and commissioning of Portable DG sets on different locations with or without AMC.

3.0
3.1

PUMPS
Provision of submersible / VS/HS/Jet pump sets of specific output and head Repairing of pumps sets , rewinding of pump motors etc. 3.1

4.0
4.1

DG SETS
Provision of DG Sets with or without AMF panel complete including AMC and repairs modification of DG Sets. 4.1

4.2

Provision of Portable DG sets on different locations with or without AMC.

5.0

AIR CONDITIONING

38

5.1

Work of window/split Air conditioners/ package type/ water cooler/ bottle coolers/Deep freezer/Refrigerator Desert coolers with or without AMC/repairing and provision of Air cooling system/repairs/modification of air cooling system.

5.1

5.2

Provision / Repairing / Re-conditioning of central AC plants / Package Type AC / Chiller Plants for air conditioning system and provision of Air cooling system / repairs /modification of air cooling system.

5.2

Any work of Window/ Split tAir Conditioner /Package type/ Water coolers/ bottle coolers/ Deep Freezers/ Refrigerator/ Desert coolers with or without AMC / Repairing. OR Provision of Air Cooling system / repairs / modification of air cooling system. Supply, installation & commissioning of central. Package and chiller plants for Air conditioning system. OR Supply, installation & commissioning of central/ Package type Air conditioning and chiller plants or repairing of central/package type air conditioning and chiller plants . OR Provision of Air cooling system / repairs / modification of air cooling system. OR Annual maintenance and operation of central &* chilling plants. Supply, installation & commissioning of passenger / luggage lifts and escalators / travelators etc.. OR AMC / modification /repair of lifts / escalators /travelators. Any work of tunnel lighting and ventilation.

6.0
6.1

LIFTS AND ESCALATORS


Provision of passenger/ lu8ggage lifts and escalators with AMC / modification / Repairs of lifts & escalators. 6.1

7.0
7.1

SPECIALIZATION WORK
Tunnel lighting and ventilation. 7.1

8.0
8.1

ENERY CONSERVATION AND ENERGY MANAGEMENT


Provision of ON/OFF of platform lighting management system over Northern Railway. Automation of Pumps. Provision of AMR/Energy management system. 8.1 Supply, erection, testing & commissioning of automatic electronic switching of platform lighting energy management system / automation of pumping installation / automatic street lighting and flood ligt towers for energy conservation. The work must have been carried out in any of the following:i) Central Govt. Departments or State Govt. Departments OR, ii) Central Govt; PSU or State Govt. P.S.U OR Automation of pumps with the help of GSM technology. OR Design, supply, installation and commissioning of AMR / Energy management system. Any work of installation /AMC/Repair of solar Photovoltaic lighting/generating system. Any work of installation /AMC/Repair of wind mills/solar installation commissioning in any Central Govt./State Govt. Supply, fixing & commissioning of Fire Alarm Systyem.

8.2 8.3

Provision /AMC/Repair of solar based street lighting system, solar generating system. Provision/AMC/Repaire of Hybrid generation system of solar/Wind energy.

8.2 8.3

9.0
9.1

FIRE ALARM SYSTEM


Provision/replacement/modification of fire alarm system in buildings i.e. Administration/Residential/Covered sheds etc. 9.1

Note:- 1. In case of important special works or special site circumstances, where in above criteria is not used. CEEs approval shall be taken while defining similar natured of work. 2. Any deviation from the criteria shall be done with the approval of competent authority.

39

40

TENDER No:- 05/SrDEE/G/MB-2012


SCHEDULE OF RATES & QUANTITIES Name of work for :- Rewiring of 145 unit type-I, 70 unit type-II and 3 unit type-III staff qtrs. (218 units) at Rampur, Katghar and Raja Ka Sahaspur Rly. Stns.

Approximate Total Cost :- Rs. 29,59,923.50


(SOR items)
(This schedule of rates and quantities should be read in conjunction with special condition of contract part-IV explanatory notes for schedule of rates and quantities.)

S.NO.
1.

Description
Supply and recessing/fixing of PVC conduit pipe with accessories, junction box etc. including making chase, plastering/clamping etc.as per technical specifications. PVC conduit pipe conforming to IS 6946- 1978. 25mm dia (Medium) conforming to IS: 9537 Part-III. 1987 (Latest version). (Item no.1(b)(i) of CEE/NR/SOR) (8700+6300+450=15450) Supply of PVC insulated multi stranded copper conductor single core cable conforming to IS:694(latest version), and drawing in laid (recessed/surface) MS/PVC conduit pipe for wiring of point wiring/circuit wiring/sub main/Main as required as per technical specification including connections, testing and commissioning. (Item no.2 of CEE/NR/SOR) 2.5 sq mm (Item no.2(a) of CEE/NR/SOR) a) (14500+10500+540=25540) b) 4.0 sq mm (Item no.2(b) of CEE/NR/SOR) (5800+3500+180=9480) Supply of Piano type switch as per IS:4979-1968(latest version)/Bell push as per IS:4794(Part-2)-1986(latest version)/Flush type socket outlet as per IS:1293-1988(latest version) & installation on the recessed switch box including cutting of phenolic laminated sheet, connection, testing & commissioning as per technical specifications. (Item no.4 of CEE/NR/SOR) Piano type switch 5A(1-way)(Item no.4(a) of CEE/NR/SOR) (1885+1050+66=3001) Piano type switch 15A(1-way) (Item no.4(b) of CEE/NR/SOR) (290+140+9=439) Plug socket outlet 5pin 5A (Item no.4(c) of CEE/NR/SOR) (435+350+24=809) Plug socket outlet 6 pin 15A (Item no.4(d) of CEE/NR/SOR) (290+140+9=439)

Qty.
15450

Unit
Mtrs.

Unit Rate in Figures (In Rs.)

Unit Rate in Words (In Rs.)

2.

25540 9480

Mtrs. Mtrs.

3.

a) b) c) d)

3001 439 809 439

Nos. Nos. Nos. Nos.

41

Piano type Bell Push 5A (item no. 4 (e) of CEE/NR/SOR) (0+70+3=73) Supply of MS switch box conforming to IS:5133 (Part-I)-1969(latest version) with white Phenolic laminated sheet cover of approved make on front of box with brass screws & cup washers, recessing as per technical specification including earthing. (Item no.3 of CEE/NR/SOR) a) 100X100X60mm deep (Item no.3(a) of CEE/NR/SOR) (290+140+12=442) b) 180X100X60mm deep (Item no.3(b) of CEE/NR/SOR) (580+350+24=954) Fabrication of weather proof distribution board as per drawing 5. approved by Railway with 2mm thick CRCA sheet, duly painted, suitable for operation on single phase 230 Volts AC supply system complete with 4 No.- 32 Amps. Porcelain Kit-Kat Fuse, Neutral link, earthing, inter connections, supply, recessing, testing & commissioning as per tech. Specification. Approx. size- 400X250X135mm, Comprising with 4 nos. 32 Amps. Porecelain Kit-Kat fuse & neutral link.(Item no.10(b) of CEE/NR/SOR) (35+18+2=55) NS Item-1 Supply of PVC insulated multi stranded copper conductor single core cable conforming to IS:694(latest version), and drawing in laid (recessed/surface) MS/PVC conduit pipe for wiring of point wiring/circuit wiring/sub main/Main as required as per technical specification including connections, testing and commissioning. 0.75 sq mm (10150+7700+495=18345) a) 1.5 sq mm (10875+7000+750=18625) b) 6.0 sq mm (0+0+120=120) c) Supply, fixing, testing and commissioning of MS boxes of the following NS item -2. size made out of 16 SWG MS sheet duly painted / coated with red oxide primer with egg white hylem sheet 3mm thick as per technical specification, ISS/IE Rules and site requirement. Hylem sheet shall be larger than MS Boxes. (i) 300X200X75 mm deep NOTE:-The MS Boxes shall be with earthling bolts and hylem sheet shall be fixed with 04 Nos. brass machine screws and washers etc. (290+210+15=515) NS item -3. Supply of Batten/Angle Holder/Ceiling rose & installation with 3mm thick white Phenolic laminated sheet on the Junction Box/ Fan Box of laid conduit including connections, Testing & commissioning as per relevant IS and Tech. Specification. (1450+770+48=2268) NS Item-4. Supply, fixing, testing & commissioning of ISI marked series capacitor impedance type regulator for speed regulation in 04 steps, 100 Watts, socket size suitable to work on 230 Volts, 50 Hz single phase AC supply surface/concealed mounting enclosed in plastic body complete with knob and overall specification conforming to IS: 11037 complete in all respect e) 4.

73

Nos.

442 954 55

Nos. Nos. Nos.

18345 18625 120

Mtrs. Mtrs. Mtrs.

515

Nos.

2268

Nos.

439

Nos.

42

as per tech. specification/ site requirement. (290+140+9=439) NS Item-5. Design, manufacture, supply, installation, fixing, testing & commissioning of 8 way MCB Distribution board, dust & vermin proof, 3phase, 4wire, 415V AC supply system. The switch board shall be complete with inter connections, instrument connections with copper conductor cable as per IS:13032, phosphatised & painted with epoxy pollster based powder paint, three phase double door, sheet steel enclosure detachable gland plates flush/surface mounting for MCB's fitted with bus bars, earth bars & neutral link etc. of suitable capacity comprising of the following i.e. Double door 8 way distribution board-01No., 01No.40A MCB DP 10KA 240/415V 50Hz, 06Nos.6/32A MCB SP 10KA 240/415V 50Hz (IP 55) complete in all respect as per site requirement/IE Rule & technical specification. (0+0+3=3) Earthing with 40mm dia. GI pipe class 'B' , 3 meter long, earth electrode NS Item-6. as per IS:3043 (latest version) to achieve earth resistances less than 5 ohms including construction of masonry enclosures with hinged cover plate of cast iron/RCC(Heavy Duty with lifting arrangement) with locking arrangement as required (Outer hole size : 450XmmX450mm and Cover plate(CI/RCC) size:300mmX300mm) on top, provision of earth plate, connections from earth electrode to switch gear/pole as per technical Specification/I.E. Rule. (37+35+3=75) Supply of 2 Core 10 sq. mm. XLPE(Cross-linked polyethylene) insulated NS Item-7. PVC outer sheathed armoured with galvanized round steel wire or steel strip cables with Al. conductor ( stranded) suitable for rated voltage of 1100 volts grade conforming to IS: 7098/(Pt.I)/88Cable (Latest)(ISI Marked) as per technical specification/IE Rule. (1450+840+60=2350) NS item-8. Design, Fabrication, Supply, Fixing and commissioning of meter cum distribution box (size-0.500mx0.300mx0.135m.) along with 1No 16/32Amps. DP MCB (10 KA) and 4Nos 6/32Amps. SP MCB (10 KA) complete with bus bar and fixing of single phase KWH meter 10/20Amps.wall mounted dust & vermin proof fabricated box should be out of 16 gauge MS sheet with power coated including door with hinge, locking arrangement nut & bolts, cement, sand, interconnection etc. and painting with two coats of enamel grey paint over a coat of red oxide primer for antirust complete in all respect & as per site requirement/tech. spec.(Only KWH meter tobe supplied by the Railway) (145+70+0=215) NS item-9. Dismantling and removal of old PVC wiring system along with accessories on wall/roof and patching the holes etc. and the same material to be handed over to the concerned Section Engineer. (145+70+3=218) NOTE :03 Job

75

Job

2350

Mtrs.

215

Nos.

218

Nos.

43

1. 2. 3. 4. 5. 6. 7.

The tenderer shall quote rates of individual item both in words and figure. The contract values given above are approx. & subject to variation according to actual requirement to Railways. No claim on this account will be entertained by Railway Administration. I/We clearly understand that I/We are not entitled to any compensation on account of any variation in the value of contract and also agree to complete all such works allotted to me/us with in the stipulated period. Payment of various items shall be on the basis of rates indicated by tenderer & duly accepted by Railways. Break up of rates if quoted for various items by the tenderer shall be considered as a conditional offer and shall be summarily rejected. All released material should be submitted to respective section in charges. All material to be as per CEE/NR approved list. Sr. Divl. Elect. Engineer/G N. Rly., Moradabad (Signature of the tenderer/s)

44

SPECIAL CONDITION OF CONTRACT PART-IV. (Explanatory schedule of rates and quantities) Name of work:- Rewiring of 145 unit type-I, 70 unit type-II and 3 unit type-III staff qtrs. (218 units) at Rampur, Katghar and Raja Ka Sahaspur Rly. Stns.
All the works shall be carried out in general in accordance with relevant IS code of practice and IE rule in practice in accordance with special condition of contract part III specification.

EXPLANATORY NOTES TO SCHEDULE OF PRICES FOR ELECTRICAL GENERAL SERVICES

GENERAL
These explanatory notes are for guidance of field staff. Each work has its own particular requirements. Engineer in-charge will be responsible for successful execution of work as per technical specifications. i. All electrical work should comply with Indian Electricity Act 1910 and Indian Electricity Rules 1956. ii. All Electrical installations works shall conform to relevant Indian Standard Code of practice and carried out as per relevant safety code of practices, guide for safety procedures in electrical Work as per I.S. 5216/Pt. II/1982 & I shall be observed. iii. All components used in installation shall be of appropriate ratings of Voltage, Current and frequency. iv. All minor items viz. hardware items, foundation bolts, termination lugs for electrical connections etc. as required and necessary for purpose working of the equipment shall be deemed to have been included in the tender, whether such items are specifically mentioned in the tender document or not. v. Dismantling of existing wiring if required and released material to be submitted to the store of installation incharge.

SOR Items:1Laying of conduit shall be in conformity with IS 732/1989 (Latest Version), IS 4648/1968(Latest Version) Fittings for rigid steel conduit for electrical wiring shall conform to IS 2667/1988(Latest Version) and accessories shall conform to relevant IS. Fittings for rigid non-metallic conduit shall conform to IS 3419/1989 (Latest Version) and accessories shall conform to relevant IS. Wiring of installation shall be in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). NOTE: The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/MB. Provision of switch boxes in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Phenolic laminated sheet cover shall conform to relevant IS. Accessories shall be provided in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Make: Anchor, SSK, Crabtree NOTE: The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/MB. Lamp holder shall conform to IS 1258/1987 (Latest Version) & ceiling rose shall conform to IS 371/1979 (Latest Version). Lamp holder and ceiling rose shall be provided in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Make: Anchor, SSK, Crabtree Musical chime bell shall be installed in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version) & IS 8884/1978 (Latest Version). Musical chime bell shall conform to IS 2268/1968 (Latest Version). FL Tube fitting shall be installed in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Ceiling fan shall be installed in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Fabrication of meter cum distribution box shall be as per Northern Railway Technical Specification No. 81Electrical/P/1991 and shall conform to IS 8623/Pt.I & Pt.III/1993 (Latest Version) with degree of protection IP 42 and shall be installed in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Fabrication of distribution box shall conform to IS 8623/Pt.I & Pt.III/1993 (Latest Version) with degree of protection IP 53 and shall be installed in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Drawing of GI wire in existing pipe shall be in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Phenolic laminated sheet on junction box/fan box shall be installed in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Fabrication shall conform to IS 8623/Pt.I & Pt.III/1993 (Latest Version) with degree of protection IP 42 and shall be installed in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Erection of pole shall be installed in conformity with IS 5613/Pt.I Sec. 1 & 2/1985 (Latest Version) and N. Railway Technical Specification No. CEE/C/TKJ/NR-10. Earthing shall be in conformity to IS 3043/1987 (Latest Version). Excavation shall be done complying with code of safety as per IS 3764/1992 (Latest Version). Fitting shall conform to IS 10322(Pt.I, II)/1984 (Latest Version) and Pt. V sec. III/1985 (Latest Version). Degree of protection shall be IP 54 as per IS 2147/1962 (Latest Version). Danger Notice Plate shall be provided conforming to IS 2551/1982 (Latest Version). Metal Halide Lamp Shall conform to IS 9974(Pt. I)/ 1981(Latest Version).

2-

34-

5-

6789-

10111213141516-

45

17-

18-

19-

20-

21-

22-

Fitting shall conform to IS 10322(Pt.I, II)/1984 (Latest Version) and Pt. V sec. I/1985 and sec. III/1987 (Latest Version). Degree of protection shall be IP 54 as per IS 2147/1962 (Latest Version). Sodium Lamp shall conform to IS 9974(Pt.I)/1981(Latest Version) and N. Railway Technical Specification No. CEE/C/TKJ/NR-6. Fitting shall conform to IS 10322(Pt.I, II)/1984 (Latest Version) and Pt. V sec. I/1985 and sec. III/1987 (Latest Version). Degree of protection shall be IP 54 as per IS 2147/1962 (Latest Version). Sodium Lamp shall conform to IS 9974(Pt.I)/1981(Latest Version) and N. Railway Technical Specification No. CEE/C/TKJ/NR-4. Supply & erection of 1X150W Metal Halide street light fitting with lamp shall conform to IS 10322(Pt.I, II)/1984 (Latest Version) and Pt. V sec. I/1985 and sec. III/1987 (Latest Version). Degree of protection shall be IP 54 as per IS 2147/1962 (Latest Version). Sodium Lamp shall conform to IS 9974(Pt.I)/1981(Latest Version) and N. Railway Technical Specification No. CEE/C/TKJ/NR-4. Make of Fittings : Cromptons./ Philips / Bajaj Make of Lamps : Cromptons./ Philips / Osram NOTE: The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/MB. Laying, underground/road/Railway track, recessing in plate form/ wall along with Rly. Track/in laid RCC/GI pipe as required 1.1KV grade LT XLPE insulated armoured, aluminums conductor cable including making case & plastering after laying of cable/digging of cable trench, sand cushioning, protectective covering with second class bricks, provision of cable route marker as per Tech. Specification including end terminations with aluminums clamping socket/lugs, testing & commissioning and shall be in conformity to IS 1255 /1983 (Latest Version). Excavation shall be done complying with code of safety as per IS 3764/1992. Cable route plan should be submitted by firm for approval of C.A .before execution. Cable route marker should be attached with the laid cable through J hook and display board should be above the ground. Supply and laying of GI pipe 'B'class ISI marked under road / clamping with erected pole or wall as per technical; specifications and shall be in conformity to IS 5613/Pt.I Sec. 1 & 2/1985 (Latest Version). GI pipe shall conform to IS 1239/Pt.I/1990 and fittings shall conform to IS 1239/Pt.II/1992. The contractor shall supply one set of computer (Dektop,Dual core, 360GB Hard disc, SATA 300/3.5 HDD, 2.4 GB RAM, DVD writer 43.2cm (17) LCD moniter) along with suitable coloured inkjet printer, fax and scanner A 4 size for keeping record.

NOTE:
1. 2. The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/G/MB. Warranty for all SOR items should be minimum one year or more if specified by manufacturer /Railways from date of commissioning including luminaries. NS-Items-1- Price shall cover Supply of PVC insulated multi stranded copper conductor single core cable conforming to IS:694(latest version), and drawing in laid (recessed/surface) MS/PVC conduit pipe for wiring of point wiring/circuit wiring/sub main/Main as required as per technical specification including connections, testing and commissioning. NOTE: The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/G/MB. NS-Items-02- Price shall cover Supply, fixing, testing and commissioning of MS boxes of the following size made out of 16 SWG MS sheet duly painted / coated with red oxide primer with egg white hylem sheet 3mm thick as per technical specification, ISS/IE Rules and site requirement. Hylem sheet shall be larger than MS Boxes. NOTE: The MS boxes shall be with earthing bolts and sheet shall be fixed with four nos. brass machine screw & washer etc. NS-Items-03- Price shall cover Lamp holder shall conform to IS 1258/1987 (Latest Version) & ceiling rose shall conform to IS 371/1979 (Latest Version). Lamp holder and ceiling rose shall be provided in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). Phenolic laminated sheet on junction box/fan box shall be installed in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). NOTE: The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/G/MB. NS-Items-4- Price shall cover Supply, fixing, testing & commissioning of ISI marked series capacitor impedance type regulator for speed regulation in 04 steps, 100 Watts, socket size suitable to work on 230 Volts, 50 Hz single phase AC supply surface/concealed mounting enclosed in plastic body complete with knob and overall specification conforming to IS: 11037 complete in all respect as per tech. specification/ site requirement. Make:Anchor, Havells, Cromton Greaves, L & T, Alsthom, Bajaj.

46

NOTE: The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/G/MB. NS-Items-5- Price shall cover Design, manufacture, supply, installation, fixing, testing & commissioning of 8 way MCB Distribution board, dust & vermin proof, 3phase, 4wire, 415V AC supply system. The switch board shall be complete with inter connections, instrument connections with copper conductor cable as per IS:13032, phosphatised & painted with epoxy polyester based powder paint, three phase double door, sheet steel enclosure detachable gland plates flush/surface mounting for MCB's fitted with busbars, earthbars & neutral link etc. of suitable capacity comprising of the following i.e. Double door 8 way distribution board-01No, 40A MCB DP (10KA) 01 No. 240/415V 50Hz, 06 Nos. 6/32A MCB SP (10KA) 240/415V 50Hz(IP55) complete in all respect as per site requirement/IE Rule & technical specification. MCCB:- L&T, ABB, Havells, AREVA MCB :- Schneider Electric India Pvt. Ltd, GE, Legrand, Havells, Indo Asian, NOTE: The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/G/MB. NS-Items-6- Earthing shall be in conformity to IS 3043/1987 (Latest Version). Excavation shall be done complying with code of safety as per IS 3764/1992 (Latest Version). NS-Items-7- Price shall cover Supply of 2 Core 10 sq. mm. XLPE(Cross-linked polyethylene) insulated PVC outer sheathed armoured with galvanized round steel wire or steel strip cables with Al. conductor ( stranded) suitable for rated voltage of 1100 volts grade conforming to IS: 7098/(Pt.I)/88Cable (Latest)(ISI Marked) as per technical specification/IE Rule NOTE: The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/MB. NS-Items-8- Design, Fabrication, Supply, Fixing and commissioning of meter cum distribution box (size0.500mx0.300mx0.135m.) along with 1No 16/32Amps. DP MCB (10 KA) and 4Nos 6/32Amps. SP MCB (10 KA) complete with bus bar and fixing of single phase KWH meter 10/20Amps.wall mounted dust & vermin proof fabricated box should be out of 16 gauge MS sheet with power coated including door with hinge, locking arrangement nut & bolts, cement, sand, interconnection etc. and painting with two coats of enamel grey paint over a coat of red oxide primer for antirust complete in all respect & as per site requirement/tech. spec.(Only KWH meter tobe supplied by the Railway) NOTE: The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/MB. NS-Items-9- Price shall cover Dismantling and removal of old PVC wiring system along with accessories on wall/roof and patching the holes etc. and the same material to be handed over to the concerned Section Engineer incharge store at site. (equals to approximate 218 nos. quarters) .

NOTE:
1. The make of all materials, if not specified, should be as per latest CEE/NR approved list for General Power Supply items. However, if needed other superior / reputed makes can also be approved by competent Authority. If make of above material is not in CEEs/NRs approved list these material should be as per approval of C.A. i.e. Sr.DEE/G/MB. 2. Warranty for all NS items should be minimum one year or more if specified by manufacturer /Railways from date of commissioning including luminaries.

Sr. Divl. Elect. Engineer/G N. Rly., Moradabad

For & on behalf of president of India


I have carefully read all terms and conditions and above specifications and agree to abide them fully.

(Signature of the tenderer/s)

---END OF DOCUMENT--47

You might also like