You are on page 1of 35

TENDER BOOKLET

TENDER NUMBER:-43/14-15
AGAINST
TENDER NOTICE NO. 07-Elect /G/ ALD / Dt.: 14.11.2014
NAME OF WORK :- Solar photo voltaic modules of 640 Wp with battery
backup at 1000 level crossing in non-electrified territory on Indian
Railways (40 Nos for Allahabad Division of NCR).
COST OF WORK
EARNEST MONEY
TENDER DOCUMENT COST
TOTAL NOS. OF PAGES
DATE OF TENDER OPENING
TIME
OF
TENDER
DOCUMENT
DROPPING
TIME OF TENDER OPENING
TIME OF TENDER SELL CLOSING
LOCATION OF WORK
PERIOD OF COMPLETION OF WORK

NAME OF TENDERER :-

::::::-

Rs 81,20,028.00

::::-

14.00 Hrs.
12.00 Hrs.
ALD
180 Days

Rs 1,62,400.00
Rs 5,350.00
1 to 35
22.12.2014
Up to 13:30 Hrs

b |vE E, =k v , <n
( x M)
xn Sx . 07/ti / 0/ < /14-15 nxE -14.11.2014
` b ti +i (x), =k v , <n u xxJi E i xvi |{j { n < J xn +ji E V *
xn bx i ]b C b |vE =k v <n E E il BE +iH ]b C b ti +i () Ex{
il ` () +M E E ={v M* xn nxE 22.12.2014 E 13.30 V iE E E VM + =
nx 14.00 V iE VxE { =Ci  J VM* xn Jx E il E nx +E {cx { xn +M E n iE |{i E
VM + = nx 14.00 V J VM*
Bsdns kjks muds vf/kd`~r / / dk;kZy; 10.00 17.00
rd [kqyus dh 15 12.00 rd [kqyus ds rd fd;s ldrs gS VsUMj dk b
dSfk;j ds uxn dj mldh +v VsUMj ds dk a d / / ds ikl
u s , dj ldrs VsUMj dh dh tk;sxh VsUMj ds + 0 500/- ( ) dk
a / / ds ikl dj VsUMj Mkd fd;k ldrk +x iE E M Mix E x
M* xn B {] SVV E { x E VM* xn +iih * E E {i E v |iE n /E E x <Mi *
x E ii VxE <] |{i E V Ei * xn i x E ti <, E x +E , +xl +{E xn
xi E n VM*
Website: http:/ / www.ncr.indianrailways.gov.in
http:/ / www.tenders.gov.in
xn Jx E il. 22.12.2014

xn
361415

E E x

+xxi
Mi (J
0 )

v
(0 )

16.11

32220/-

]xb E
Ei (
) (0 )


  , 
' ()

  , . 
0 1 27,169,117&74

180

Days

2540/-

' ' 
  , CETA '
 CETA ' ? A
  
2

371415

//
//,

//

&

HIJ . K J'

48.25

96500/-

3 Years.

3210/-

36.09

72180/-

1
Year.

3210/-

81.12

162240/-

42.74

85480/-

 , //
L M 
3

381415

//

HIJ . K J'
,
4

391415

// 


401415

//J 


411415

' O M

30.92

61840/-

180

Days
180

Days
3Years.

5750/-

3610/3210/-

P 
7

421415

fNodh

' HYDRANT

V  ,

fNodh

' W 1 .
WIDENING
 ,

fNodh

' O

W \  ,

46.58

93160/-

81.20

162400/-

37.39

74780/-

OO ^, J, PO

180

3610/-

Days


_  , 02 J
_ V
L ^ _ _
 .
8

431415

_ -ab
Md _ 1000
  640 WP
\ f
_ (40

180

5350/-

Days

J).
9

441415

'

L , ', M ,
gh aI J ' 
0 b V j
 ab J

180
Days

3210/-

_ k V Ld V
0 _  .

()
v /

:-

1. x
2. 
3. G 4&8 Ji E E ( )

 35%

 , V E "BS ] / B ] vi E< ti E E iVxE x{nx fd;k U II


4. G 4
&8 Ji E E xn dk;Z ds dk de de 150%
x dk Hkqxrku fd;k
5. 50 P j  La _ ,  ? j \ a l  Lk
J, V  . J H
6. Bsdn
s kj/ dks Hkqxrku / fd;k tk;sxk
()

d E -1. (), v
2. () +M, Z
3. .I +H v
4. k |vE, <n , +M

5. d v +M,Z
6. ( ) ..
7. (. . ) d, , Mf
8. b ti +i () <n, lgk;d b ti +i ()
Ex{

NORTH CENTRAL RAILWAY, ALLAHABAD


ELECTRICAL GENERAL SERVICES

Tender Notice No. 07-Elect /G/ ALD / Dt.: 14.11.2014


Sealed open tenders on prescribed forms are invited by Senior Divl. Electrical Engineer / Gen /
N.C. Rly/ Allahabad for the work noted below, will be received up to 13.30 hrs on 22.12.2014 Tenders for
work can be deposited in the tender box available at the office of ADEE/G/Kanpur & Sr. DEE/G/Agra as
well as at the office of Divisional Railway Manager North Central Railway Allahabad. Tenders shall be opened
publically at 14.00 hrs 22.12.2014 at all the places simultaneously. In case opening date happens to be
holiday, tender will be received and opened on the next working day at the same time and at the same place.
Tenderers can obtain tender form in person or through their authorized representative from the office
of Sr. Divl. Elect. Engineer /G/ N.C Railway /Allahabad, before fifteen days of opening date from 10.00 Hrs.
to 17.00 Hrs and up to 12.00 Hrs. on opening date on production of a money receipt of cash with Rly. /
Allahabad. The tender form may be obtained through postal by sending a demand draft of value (Tender
form cost +Rs.500/- postal charge) in favour of Sr.DFM/NCR/ALD. The tender documents/notice can also
be down loaded from North Central Railway & Indian Railway website. No other mode of payment shall be
accepted. The cost of tender forms and postal charges are non-refundable. Tender forms are not
transferable. The period of completion of work are indicated against each item/case. The Contractors should
submit valid Electrical License otherwise tender not considered. More information may be obtained from
following website: http:/ / www.ncr.indianrailways.gov.in
http:/ / www.tenders.gov.in
Tender Opening Date. 22.12.2014

SN

TN
Name of work
1

361415

371415

381415

391415

401415

411415

Electrical work for Construction of 01


unit type IV quarters at Fetehpur,
Electrical work for Replacement of
Type I (04 Nos) with 04 units type II
quarters & other connected works at
Bharwari
and
Athsarai
station,
Electrical work for proposed 04 units
type IV double storied staff QTRS in
Junction North colony in lieu of Block
No. 27,169,117 & 74.at CNB&
Electrical work for proposal for 08
rooms hostel for accomodation of
trainees in CETA at CNB and repair to
ground floor of CETA hostel Kanpur.
Repair of Climate control system for
making it suitable for round the clock
working
under
SSE/AC/CNB,
SSE/PL/TDL & SSE/PS/ALJN &
Maintenance Contract of Package Type
AC units under SSE/AC/ALD.
Repair of Climate control system for
making it suitable for round the clock
working under SSE/AC/ALD,
Replacement of LT Panels under
SSE/PS/TDL
Replacement of LT Panels under
SSE/PS/MZP
Provision of Escalators operation &
Security at Allahabad for 3Years.

Approx.
Cost In
(Lacks
Rs.)

EMD
(In Rs.)

Duration
of
completion

Cost of
tender
(Inclusive
of sale
Tax)

16.11

32220/-

180 Days

2540/-

96500/-

3Years.

3210/-

36.09

72180/-

1
Year.

3210/-

81.12

162240/-

180 Days

5750/-

42.74

85480/-

180 Days

3610/-

30.92

61840/-

3Years.

3210/-

48.25

421415

431415

441415

Electrical work in connection with


provision of Hydrant pipe line at
Chheoki Station, Electrical work in
connection with extension & widening
of platform no. 1 as rail Level platform
at Chheoki station, Electrical work in
connection with provision of platform
shelter at various platforms at Chheoki
station, Electrical work in connection
with Renovation of Retiring room,
Dormitory, Officers suit & provision of
AC into 02 dormitory & Renovation of
Janta Khana Kitchen & RR Room at
Kanpur.
Solar photo voltaic modules of 640 Wp
with battery backup at 1000 level
crossing in non-electrified territory on
Indian Railways (40 Nos for Allahabad
Division of NCR).
Supply, Installation, Testing and
commissioning of voltage stabilizer
over Allahabad Division.,Repairing of
Metering System by providing Smart
Energy Meters to Commercial Vendors
and
Electrical
Maintenance
by
providing optimal lighting control
system at Allahabad.

46.58

93160/-

180 Days

3610/-

81.20

162400/-

180 Days

5350/-

37.39

74780/-

180 Days

3210/-

Sr. Divl. Elect. Engineer (G)


N.C. Rly Allahabad
Note
1. Railway will not be responsible for any postal delay.
2. The work must be completed within date of completion.
3. For S.N-4&8 the tenderer should have completed in the last three financial years (i.e. current year

& previous three financial years) at least one similar single work i.e. "Satisfactory execution of any
electrical work related to HT/LT installation, for a minimum value of 35% of advertised tender
value .
4. For work at S.N.4&8 total contract amount received during the last three financial year should be
a minimum of 150% of advertised tender value for the work .
5. In order to facilitate smooth execution of work despite price escalation of men and material, Price
variation clause is incorporated in tenders costing 50 Lakh and above.
6. Payment to the contractor / vender would be made through EFT / ECS.
Sr. Divl. Elect. Engineer (G)
N.C. Rly Allahabad
Copy for information and necessary action please
1. The General Manager (Elect) N.C. Rly.
5. The DRM/N.C.Rly. Agra, Jhansi
ALD.
6. The Sr. DEE/TRD ALD & RSO/ALD,
2. Sr. DEE/G/AGC, Sr. DEE/G/JHS
7. DEE/TRD/CNB, TDL and ALJN
3. TheSr.DSC./N.C.R/ALD
8.DEE/G/ ALD, ADEE/G/ CNB
4. TheSr.DFM/ALD,Sr.DFM/AGC

NORTH CENTRAL RAILW AY


(ELECTRICAL GENERAL SERVICES / NC RAILWAY / ALLAHABAD)
Tender Form for Tender No. 43/14-15
Cost of Work Rs 81,20,028.00
Cost of tender form Rs 5,350/E.M.D. Rs 1,62,400/Due on 22.12.2014
Address of firm
_____________________________________________________
_____________________________________________________
_____________________________________________________
Validity period ........... days (to be filled by firm).
To
The President of India,
Acting through the
Sr. Divl. Electrical Engineer (Genl)
North Central Railway, Allahabad
Dear Sirs,
Sub: - Solar photo voltaic modules of 640 Wp with battery backup at

1000 level crossing in non-electrified territory on Indian Railways


(40 Nos for Allahabad Division of NCR).
I/We _______________________________________________________________ have
read the instructions to tenderers and conditions of tendering & hereby agree to abide by the said
conditions. I/We also agree to keep this tender open f
or acceptance for a
period of three months from the date fixed for opening the same and in default thereof, I/We
_______________________________________________________________ will be liable for
forfeiture of my/our Earnest Money Deposit. I/We offer to do the work relating to
_______________________________________________________________________________
_________________________________________________________________ and hereby bind
myself/ourselves to complete the work within ______________________ from the date of issue of
letter of acceptance of Tender at the price quoted in the attached schedule rates and to supervise
maintenance for a period of similar thereafter.
I/We also fully understand and hereby agree to abide by the General & Special condition of
the contract and to carry out the work according to the specification for present contract as specified
by this tender.
I/We have deposited with the Divl. Cashier, N.C. Railway, ________________________ the
required sum of Rs.____________ as earnest money, in addition as security deposit in respect of
above tender for which receipt No. ____________________ dated ________________ has been
granted and is attached herewith in original.
6

I/We enclose a FDR/DR from ________________________________ Bank for a sum of


Rs.___________ (Rs.___________________________________________) as earnest money and
a sum of Rs._________________ (Rs.______________________________) as security deposit in
respect of this tender in favour of Sr. Divl. Finance Manager, Allahabad.
The full value of the earnest money shall stand forfeited without prejudice to any other rights on
remedies if a)
I/We do not execute the agreement within seven days after a notice is issued by the Railways
that such agreement is ready.
b)
I/We do not commence the work within a reasonable period after the date stipulated in the
approved schedule of work.
c)
Until a agreement is prepared and executed acceptance of this tender shall constitute binding
contract between a subject to modifications as may be mutually agreed to be use as
indicated in the letter of acceptance of my/our offer for this work.
d)
I/We enclosed the income tax clearance certificate or declaration to that effect as required, of
the tender papers pertaining to me/us for the year.
e)
I/We have retired Engineer or retired Gazetted Officer of the Electrical Department of any of
the Railway owned and administered by the President of India.
The list of the retired Engineers or retired Gazetted Officers who are associated with me/us is
included as an enclosure to this offer letter.
Yours Faithfully.
(Signature of the Tenderer)
Seal of the Tenderer
Place ____________________
Dated the _________________
Witnessed by:
1.
Signature _______________
Name in Block Letters ______________________________________________
Address: ________________________________________________________
2.

Signature _______________
Name in Block Letters _____________________________________________
Address: ________________________________________________________

Tender No.43/14-15
NAME OF WORK: - Solar photo voltaic modules of 640 Wp with battery backup at 1000 level crossing in
non-electrified territory on Indian Railways (40 Nos for Allahabad Division of NCR).
SN
Description of Work
Qty Unit Rate
Amount

2
3
4

5
6
7
8

9
10

Provision of Solar PV module (MNRE Approved)


of 640 Wp including mounting structure on roof
top of gumaties at level crossing gates
Charge controller for above SPV module.
Invertor from 48 Volts DC to 230 Volts 50 Hz
AC 1000 VA.
Battery Bank (MNRE Approved) 48 Volts 100
AH tubular gel valve regulated lead acid (VRLA)
Batteries with suitable trolly.
15 Watt LED Street light fitting for outdoor
purpose.
Indoor/Outdoor 5W LED luminieries
Wall mounted bracket fan of 20W-25W 300 mm
sweep.
Supply, erection, testing and commissioning of
tubular MS Galvanied poles of 8 mtrs with
minimum 3" diameter
Wiring of Gumeti and cabling upto street light
poles on either side of the track.
All the misc items for completing of above job
including petty items, Transportation charges,
labour charges etc
Total -

% In Words

Nos

40

45406.00

1816240.00

Nos

40

15114.00

604560.00

Nos

40

11877.00

475080.00

Nos

40

53889.00

2155560.00

Nos

80

5067.00

405360.00

Nos

80

980.00

78400.00

Nos

40

1618.00

64720.00

Nos

80

7918.00

633440.00

Nos

40

28500.00

1140000.00

Nos

40

18666.70

746668.00
81,20,028.00

% In Figures

above/below
/at par

Total Cost of Work


(to be quoted by
tenderer)
Note:
1.
Total Cost of Work to be quoted by tenderer should be % age above, below or at par of the
departmental estimated cost.
2.
In case of any variation in rate/amount quoted in figures and words, the rate/ amount quoted
in words shall be considered as correct.
3.
The quantities shown in above schedule is as per estimate as a guide to give the tenderer(s) an
idea of quantum of work involved. The Railways reserves the right to increase/decrease the
quantities given above in terms of quantity variation clause of contract.
4.
The rates quoted shall be INCLSIVE OF ALL THE TAXES AND DUTIES.
5.
Tenderer should submit documents in support of minimum eligibility criteria along with the
tender. No document in support of minimum eligibility criteria will be accepted/ entertained
after opening of tender.
6.
Kindly fill rates in number & words both.
7. Approval of design, drawing and make of solar system including batteries, charge controller
and panel will have to be taken from the office of Sr.DEE/G/ALD before commencement of
work.

Special condition of contract


1.

The work should be completed within DOC.

2.

A penalty will be imposed as per rules in case of any delay from contractor side.

3.

Work will have to be completed as per latest IS and NR specifications.

4.

Credentials for similar work, trade tax registration and current electrical license should
invariably accompany the tender, failing which the tender will be terminated.

5.

All the materials will have to be got inspected and approved by Sr. DEE/G or his authorized
representative at site or at manufacturers premises before actual use and execution of
work. In case of machinery items, only original and genuine spare parts with part No. to be
provided as given in schedule.

6.

Contractor should deposit all the release materials in the stores of concerning incharge after
proper accountal and it should be submitted along with bill.

7.

Firm will have to provide three-year warranty from the date of completion of the work.

8.

Railways have right to change layout, design at any stage.

9.

The contractor should submit progress of work every week just after receiving of
acceptance letter. Rates should be inclusive of material, labour charges and all taxes, no
price variation is applicable.

10. JVS / Consortiums / MOUs shall not be considered.


11. In case contrary in technical item before execution should be get clear from Sr. DEE/ G/
ALD, his decision is finally acceptable.
12. The Price Variation shall be dealt with latest guidelines of Railway (attached as annexure).
13. A Bar / PERT chart shall be prepared duly signed by Contractor before execution of work.
14. The inspection of material should be carried out by purchasers representative i.e. by RDSO
or RITES only.
15. In case an increase in quantity of an individual item by more than 25% of the agreemental
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 agreement quantity subject to the following conditions:
a) Operation of an item by more than 125% of the agreement quantity needs the approval of
an officer of the rank not less than S.A. Grade.
I. Quantities operated in excess of 125% but upto 140% of the agreement quantity of
the concerned item shall be paid at 98% of the rate awarded for that item in that
particular tender.
II. Quantities operated in excess of 140% but upto 150% of the agreement quantity of
the concerned item shall be paid at 96% of the rate awarded for that item in that
particular tender.
III. Variation in quantities of individual items beyond 150% will be prohibited and would
be permitted only in exceptional unavoidable circumstances with the concurrence of
associate Finance and shall be paid at 96% of the rate awarded for that item in that
particular tender.
9

b) The variation in quantities as per the above formula will apply only to the individual items
of the contract and not on the overall contract value.
c) Execution of quantities beyond 150% of the overall agreemental value should not be
permitted and, if found necessary, should be only through fresh tenders or by negotiating
with existing contractor, with prior personal concurrence of FA&CAO/ FA&CAO(C ) and
approval of GM.
16. In cases where decrease is involved during execution of contract:
a) The contract signing authority can decrease the items upto 25% of individual item without
Finance concurrence.
b) For decrease beyond 25% for individual items or 25% of contract agreement value, the
approval of an officer not less than rank of SA grade may be taken, after obtaining No claim
certificate from the contractor and with Finance concurrence, giving detailed reasons for
each such decrease in the quantities.
a.
It should be certified that the work proposed to be reduced will not be required in the
same work.
17. In order to facilitate smooth execution of work despite price escalation of men and material, Price
variation clause is incorporated in tenders costing 50 Lakh and above.

10

11

12

13

14

No. Sr.DEE/G/UG/Cable/94/112/A
TECHNICAL SPECIFICATION FOR SUPPLY & LAYING OF U/G CABLE
1.
1.1

SPECIFICATION OF CABLES
L.T CABLE
Cross linked polyethylene insulated PVC sheathed conductor cable with common covering over
cores, provided other by extended inner sheath of thermo plastic vulcanized or invulcanized rubber
galvanized single trip armoring suitable for 1100 volts grade conforming to IS 157098 (Pt-I) of 1988
with latest amendments size of cable should be as per requirement shown in plan & scope of work.

1.2

ARMORING
Armoring of cable should be conform to ISS: 3975/79

1.3

INSULATION
The insulation of cable should conform to IS 7098 - Pt. I 1988 table I.

1.4

ALUMINUM CONDUCTOR
The Aluminum conductor should comply with 8130-1984

1.5

CABLE
It should be ISI marked and should be of the make specified in attached approved list of materials.

1.6
1.6.1

APPROVED MAKES
LT Cable- IS: 7098/pt.-I (1988) with at least amendments
HT Cable 7098/pt.-II (1985) latest amendment

1.7

Contractor shall produce bills as a proof of buying original approved makes. Wherever cable
required are one drum or more than one drum. Test certificate from the manufacturer should also be
enclosed.

2.0

LAYING OF CABLES:
The laying of cable shall be in accordance with the latest edition of IS: 185/1983.

2.1

METHODS OF LAYING OF CABLES

2.1.1

The cable shall be directly laid in ground in RCC pipes in open ducts or on surface depending up on
the requirement and site conditions.
While deciding the route of the cable at preliminary it should be ensured that the joint in the cable
shall be placed at most suitable place. Such inaccessible location like the water logged areas,
carriageways; pavements proximate to telecom cables, water mains, and pipelines should be
avoided.

2.1.2

Attached
-Do-

2.2
2.2.1

LAYING DIRECTLY IN GROUND


The cable should be laid directly in grounds, wherever it passing open counter, along the
roads/planes etc. The area, which is likely to excavated frequently, should be avoided. Care should
be taken to select the area where re - excavation is easily possible without affecting the other
services in the proximity.

3.0
3.1
3.1.1
3.1.1.1
3.1.1.2

PROVISION OF TRENCHES
WIDTH OF TRENCH
The width of trench shall be determined on the following basis.
The minimum width of cable trench shall be 350 mm.
Whenever more than one cable is laid in the one trench in horizontal formation the width of trench
shall be increased such that inter axial distance between the cable shall be at least 200 mm.
There shall be clearance of 150 mm between the cables and the sides of the trench.
In addition, to the protective cover over the cable laid in the underground trench, a brick on edge
should be laid in between the two adjacent cables along the direction of the lay of the cable for
providing separation.
Cable should be laid as per drg. No. Sr.DEE/G/ALD/94/112/20 attached.

3.1.1.3
3.1.1.4
3.1.1.5

15

3.2
3.2.1
3.2.2

3.2.3

3.2.2.2
4.0
4.1
4.2
4.3
4.4

4.5

4.6.1
5.
5.1

5.2

5.3
5.4
5.5
5.6

5.7

5.8

DEPTH OF TRENCH
The depth of the trench shall be determined on the following guidelines.
Normally cables should be laid in single tier formation, wherever the cables are laid in single tier
formation, the total depth of the trench should not be less than 750 mm for cables up to 1.1 KV
grades and 1200 mm. for cables above 1.1 KV. Depth should be 1000 mm at road crossings &
railway level crossings (measured from bottom of sleepers to the top of pipe) for 1.1 KV grade cable.
Clearances
The desired minimum clearances are as follows Power cable to control cable
200 mm
Power cable to communication cable
300 mm
Power cable to gas / water main
300 mm
Power to power cable - Clearance not necessary: however, larger the clearance, better would be
current carrying capacity.
Wherever it is unavoidable to lay the cables in more than one tier the depth of trench should be
increased by at least 300 mm for each additional tier to be formed.
EXCAVATION OF TRENCH
To the extent possible the trench should be excavated in straight lines. Wherever change in line is
required, suitable curvatures as per clause 4-11/pt-I shall be provided.
In case gradient has to be provided in the depth of the trenches, it should be gradual one.
Manual or mechanical means should be employed for doing excavation. The soil shall be stocked on
the side of the trench in such a manner that it should not fall back into the trench.
Due care should be taken to avoid damage to any existing cable pipes or other such installations in
the proposed route during excavation while excavating. It route markers bricks, tiles, bare or
protective covers are encountered further excavation should not be carried out without the approval
of Engineer/Incharge,
In case existing property gets exposed during trenching the same should be temporality supported
or proposed adequately case shall as directed by the Engineer Incharge. The trenching in such case
shall be limited to short length. Protective pipes should be laid for passing the existing cables therein
and the trench should be refilled in accordance with clause-6.0/pt-II. In case there is a danger of
collapse or the trench is endangering existing structure the site should be well supported before
proceeding with the excavation work.
The bottom of the trench should be level, free from sand bricks bats and gravel etc. Sand cushion of
at least 75mm. should be provided under the cable.
LAYING OF CABLE IN TRENCHED
Before the cable is issued for laying, the individual cores should be tested for continuity and
insulation resistance. The cable should be removed from the drum by mounting the drum on jacks
and spindles of adequate strength. Care should be taken so that the supporting arrangement does
not creep to one side while the drum is in rotation.
The cable should be pulled over rollers in trench, steadily and uniformly and without jerks and
strains. The entire cable should be as far as possible be laid off in one straight direction, if this is not
possible, the remaining cables length be removed by FLAKING, i.e. one loan loop in reverse
direction. After uncoiling cable and drawing to the trench over rollers. The cable shall be lifted over
the roller by the super standing about 1000 mm apart and drawn straight. The cable shall than be
taken off, the rollers by the addition helpers by lifting cable and than laying in reasonably straight
line.
In shorter runs and sizes up to 50sq mm of cable and grade up to 1.1kv any other method with the
approval of Engineer Incharge may be employed.
After properly straightening the cable, the cores are tested for continuity and insulation resistance as
per clause-1.0/Pt-IV and the cable is than measured. The end of cable should be sealed suitably to
avoid ingress of moisture
The cable laid in a trench in a single tier formation shall have covering of dry sand of not less than
150 mm above the base cushion of sand before the protection cover is laid.
In case of multi tier formation, after laying the first cable sand cushion of 300 mm shall be provided if
following tier are required to be provided. Each of the subsequent tier shall have sand cushion of
300 mm. The top most cable shall have sand cover of not less than 150 mm before the protection
cover is laid.
Wherever straight through/ Tee/termination joint is to be provided a surplus length of 3000 mm of
cable should be left on both the sides in the formation of loop. Wherever longer run of cable length is
provided, balance cable may be left at suitable entrance as specified by the engineer Incharge.
Wherever the cable is entering building, fixed structure line sub station end/ or back trenches,

16

surplus length of 3000 mm. should be left in the shape of loop, otherwise as decided by engineer
Incharge. Surplus cable of same location as found suitable should be left in the shape of loop.
5.9

5.10

6.0
6.1

6.2
7
7.1

7.2
7.3

FINAL PROTECTION
The cable shall be protected in accordance with clause 5.10/Pt II to providing warning to future
excavator and also for avoiding any accidental / mechanical damage by pickaxe blows etc.
The cable should be protected with well-burnt bricks. The bricks on face should be so provided that
the width of the bricks in the direction of lay of cable. The bricks should be provided through out the
length of the cable to the satisfaction of the engineer in charge. Wherever more than one cable is
laud in the same trench the protection cover for cables should protect at least 50 mm on the side of
end of cable.
BACK FILLING OF TRENCHES
After excavation and laying cables, the trenches should back filled with excavated earth, free from
stone and other sharp edged decries and should be watered if necessary. A crown of earth of 50
mm should be left in center, tapering towards the sides of the trench to allow for absidised. The
trench should also be inspected at regular intervals particularly during wet weather and any
settlement shall be made good by contractor by further filling if required.
Due to cable laying work any disturbance to existing equipment in the area like road. Pavements,
garden should be made good after the cable laying work is over.
ROUTE MARKER
Route marker should be provided along straight some of cables at locations approved by the
engineer in Incharge and generally at intervals not exceeding 100 mtr. Wherever the cable route is
changing or it is entering a fined installation, route marker must be provided.
Route marker shall be made out of cement concrete. The said route marker shall be mounted
parallel to and at a distance of 500 mm from the edge of the trench
The works cable, the level of voltage, size of cable should be inscribed on the route marker.

7.4
7.4.1

CABLE IDENTIFICATION TAGS


Cable marker should be provided where more than one cable is laid in juxtaposed configuration. The
marker stages as approved inscribed with cable identification detail shall be permanently attached to
all the cables in the map hole pits / interim points in building, through open duct and at suitable
interval along the length.

8.0
8.1

LAYING OF CABLES IN PIPES/CLOSED DUCTS


Wherever the cable is to crossed road, Rly track enter into any building, washing pits be mounted on
poles be laid in paved area, the cable shall be laid in pipe or closed ducts. Crossing the track shall
conform to Regulation for Electrical crossing of Railway track 1977 amended up to date.
Hume of GI pipe shall be used for such purposes. The dia meter of such pipes shall be adequate for
passing of cables. The pipes shall be laid on suitable bed provided the ground. Sand cushion/
bricks/ tiles if required can be provided under the pipe. The pipe should be filled with sand after
laying the cable inside, the top surface ground level.
The pipe on road crossing should be laid on the skew to reduce the angle of bend, if the cable
enters in a level crossing. This is very important for high voltage cables. If the cable is to be laid in
the duct suitable manhole cut out inspection and maintenance of cable.
Pipes shall be continuous and clear of any debries. Before drawing of cable all sharp edges sat ends
should be smoothened to prevent possible damage against insulation and or sheathing.
Wherever pipes are provided for entry of cable into building the same shall slope down ward and
other ends shall be sealed to prevent entry of water inside the building.
All chases and passages necessary for the laying of service cable into building the same shall be cut
as required and made good to the original finish to the satisfaction of Engineer Incharge.
Cable grips/draw wire and winch exerts be employed for drawing. Cables through pipes/ close ducts
etc. without damaging the conductor and insulation and ensuing proper safety.

8.2

8.3

8.4
8.5
8.6
8.7
9.0
9.1

LAYING IN OPEN DUCTS


Open ducts with suitable removable covers should be preferred in sub station, switch rooms, plant
rooms generator rooms and in workshop etc. The cable ducts should suitable direction so that the
cable shall be laid conveniently. If required, the cable can be fixed with clamps on the walls of the
ducts. The duct shall be covered with removable RCC slab of suitable dimension MS cover
chequared plates covers so that cover can be lifted conveniently for maintenance and replacement.

17

9.2
9.3
9.4
9.5

10.0
10.1
10.2
10.3
11.0

12.0
12.1

12.2
12.3
12.4
13.0
13.1

13.1.1
13.1.2
13.1.3
13.1.4
13.1.5
13.1.6
14.0
14.1
15.0
15.1
15.1.1
15.1.2
15.1.3
15.1.4
16.0
16.1
16.2
16.3

16.4

The ducts should be filled with dry sand after the cable is laid and covered or finished with cement
plaster especially in high voltage applications.
No Joint/splices should be permitted inside the ducts.
As far as possible, laying of cable with different voltage grades in the same duct should be avoided.
The cable trays, hooks or rakes should be provided for supporting cables in masonry/ concrete cable
ducts etc. other wise the cable can be laid directly in the ducts or trench throughout etc. While laying
the cables in ducts due care should be exercised to ensure that unnecessary crossing of cable is
avoided.
LAYING OF SURFACE
In the switching stations, factories, tunnels, washing line, platform and for rising mains through
special rack ways, the laying of cable on surface should be done.
The cable shall be laid in troughs or bracket set regular interval or directly cleated to wall/ceilings.
The cable should be laid over bucket support and clamps to prevent under sang.
The cable clamps should be made from material such as mild steel porcelain wood, Alum. PVC
Epoxy materials. These should be non-magnetic and non-corrosive in nature.
DROPPING OF CABLE
For tapping DG supply to battery charging terminal. The single core PVC insulated sheathed,
multistranded unarmored aluminum conductor cable shall be cut into one meter length (As per site
requirement).
At one and of cable crimping socket shall be crimped and shall be connected to battery charging
terminals and other end of cable shall be connected to the 120 Sqmm cable using P.G. clamps PVC
adhesive tape approved by Engineer-in-charge shall be provided at each tapping points.
CABLE TESTING
TESTING
All cables before laying should be tested with 500 volts megger up to and including 1.1 kv grade or
with 5000 volts megger for cables of higher voltage. The cable cores should be tested for continuing,
insulation resistance etc. All cable should be tested during laying and before covering. After laying
and jointing the cable should be subject to a 15 minutes pressure test.
After laying cable and jointing, the cables should be subjected to a high voltage test as per guideline
of EL: 1955-1985 and the results are received as per annexure III.
In case high voltage test is not possible at site, the cable should be tested for a minutes with 1000
volts megger up to 1.1 KV grade and width 3500-5000 megger for cables of higher grade.
Annexure I & III shall be filled up by contractor jointly with Engineer - in-charge.
COMPLETION PLAN
The work should be carried out in accordance with the approved drawings. In case there is a
deviation the same should be get approved from the Engineer in charge before execution of
work is taken up. The completion plan should be drawn in a tracing sheet with polyester backing with
indication following.
Lay out of cable work.
Length, size, type and voltage rating of cable.
Method of laying i.e. directly in ground / duct/pipes.
Location of each joint with joint followed
Route marker & joint marker with clearance from permanent land mark available.
Name of work etc.
METHOD OF CABLE LAYING
The details shall be submitted by the contractor as per annexure I enclosed.
CABLE JOINTING
Cores shall be provided with following scheme for PVC insulation.
1 core
Red/Black/Yellow/Blue
2 core
Red & Black
3 Core Red Yellow & black
3 core Red yellow and black (Black is for neutral)
CABLE JOINTING
Preferably XLPE jointing kit should be utilized for jointing of cables.
The manufacturers instructions mentioned in the jointing should be followed.
Insulation resistance of cable to be jointed should be measured with 500-volt megger up to 1.1 KV
grade and with 2500-volt megger for cables of higher voltage. Unless insulation resistance value of
cables are satisfactory the jointing should not be done..
Before jointing work is taken up safety precautions like insulation earthing etc should be observed to
ensure that the cable would not be inadvertently charge, metallic armored and external banding

18

16.5
16.6
16. 7
16.8
17

should be connected to earth.


Wherever the system of permit to work is prevalent, this should be followed for cable jointing work.
Identification of cable should be very properly done before jointing is taken up. Proper identification
of individual core is also very important to avoid any cross connection and damage to installation.
Complete record of joint etc. shall be maintained as per annexure if in addition to site plan.
Contractor shall fill up Annexure jointly with Engineer in - charge.
CABLE LAYING (HT & LT) SHOWN SEPARATE
Date of test
Voltage of megger used
Location from to
Size in sq mm
Total length
Megger value at the time of issue
Megger value during laying & before covering
Signature of supervisor

18.

Signature of contractor

High voltage testing before commissioning HT/LT cable and overhead lines work
Clause Nos
Cable works
i)
ii)
iii)

Wherever high voltage test was conduct ------------------ Yes / No


If conducted, system of supply -----------------Test H/V applied -------------------KV for ------------ minutes.
Result of test ----------------- (Satisfactory / Unsatisfactory)
If not conducted
Voltage of megger used -------------------------------Result of megger used --------------------------Result of megger testing ------------------------Between
R&Y
Y&B
B&R
-do-

R&N
Y&N
B&N

-do-

R&E
Y&E
B&E
N&E

Signature of supervisor
19

Signature of contractors

Cable jointing
No of joint
Location
Type of jointing
Size of cable

I
II
Voltage of megger used I
II
i) Insulation resistance before jointing
Cable I

a)

Between

R&Y
Y&B
B&R

19

Cable II

b)

-do-

c)

-do-

a)

-do-

b)

-do-

c)

-do-

R&N
Y&N
B&N
R&E
Y&E
N&E
R&Y
Y&B
B&R
R&N
Y&N
B&N
R&E
Y&E
N&E

ii) Insulation resistance of jointed cable


a)
Between
R&Y
Y&B
B&R
b)
-doR&Y
Y&B
B&N
c)
-doR&E
Y&E
N&E

Signature of supervisor

Signature of contractor

20

21

S.N
1.

- Approved sources of supply for material Specification


Approved makes/ manufacturer/Supplier
(ISS)
PVC Insulated 8783 / 78
M/S Biren Mfg. Co. Cables Pvt. Ltd.
winding wire
458,460, Shambhu Nath Compound G.T.
for
Road, Shahadra - Delhi
Submersible
M/S Finolex Cables Ltd. 2627 - bombay,
Motors
Poona Road, Pimpri Poona
M/S National Insulated Cable Co. of India
Limited P. B. No. 1644, Lothian Road,
Kashmiri Gate, Delhi
M/S Choudhari Metal Industries (P) Ltd. Plot
No. 71 Sector-6
Faridabad.
Equipment

S.N

Equipment

1.

Porcelain Insulator
1. Pin Insulator
up to 1000V
2. Pin insulator
11KV
3. Shackle insulator
up to 1000V
4. Disk Insulator
11KV

S.N

Equipme
nt
Moulded
Case
Circuit
Breaker
(100A/20
0A)

1.

2.

XLPE
Cable
(HT)

Specificati
on(ISS)

Specification
(ISS)
I.S. - 731 /
71
(More than
1000V)

Approved
makes/
manufacturer/Supplier
M/S Bengal Potteries Ltd. 3-Pagladonga
Road, Calcutta
M/S BHEL, Electro Porcelain Division,
Science Instt, P.B. No. 1245, Bangalore12
I.S. - 1445 / M/S W.S. Insulator (P) Ltd. Dhun
77
Building, Mount Road, Madras - 2
(More than M/S
Sheshayee
Industries
Ltd.
1000V)
Serakuppan, Vadalur (P.O.) South Arcot
Distt. (Tamilnadu)
Approved makes/ manufacturer/Supplier
M/S Crompton, 11 Tolstoy Marg, Vandana Duilding, New
Delhi.
M/S Havelles 14/3 Mathura Road, Faridabad - Haryana
M/S Andrew Yule & Co. Ltd. Yule House,
8 Dr. R. P. Sarani, Calcutta - 700088
&
Lakshmi Bhavan, 72 Nehru Place, New Delhi
M/S General Electric Ltd. 216 Devika Tower, Nehru Place
New Delhi.
M/S L & T 32, Shivaji Marg New Delhi
M/S NICCO Corporation Ltd. D-138, Defence colony, New
Delhi.
M/S Fort Gloster (I) Ltd. - M/71, Connought Place New Delhi
110024
M/S Industrial Cables India Ltd. Industrial Area, Rajpura
(Punjab)
M/S Cable Corporation of India Ltd. 8A, BSZ Marg Milap
Niketan IInd floor, New Delhi
M/S Asian Cables Corp. Ltd. Nirmal, 241/242 Back Bay
Reclamation Nariman Point Mumbai
M/S Havelles, 14/3, Mathurs Road, Faridabad Haryana

22

S.N Equipment
1.

2.

3.

4.
5.
6.

7.

8.

9.
10.
11.
12.
13.
14.
15.
16.
17.

VCB

Approved sources of supply for material

Specification
(ISS)
IS: Relevant IS

Approved makes/ manufacturer/Supplier

Crompton Greaves, Automatic Electric Ltd,


Asian Brown Bovery Ltd., Jyoti Ltd., ECE
Industries Ltd.
ACB
IS: 2516, Pt- MEL, L&T, Macenill & Magar Ltd, GEC,
I&II sec. 1/77 Siemens, English Electric, Crompton Greaves,
with
latest Control & Switchgear Co.
amendment
Measuring
IS: 1248 & Havelles, L & T, Automatic Electric Ltd,
Instrument
6236
MECO Instruments Ltd, Motwani Mfg. Co. (P)
Ltd, National Instruments Ltd.
Trivactor
Motwani
Mfg.
Co.
(P)
Ltd,
National
Meter
Instruments Ltd., IMP Bombay
Protective
IS:
Relevant Alsthom Ltd, Asian Brown Bovery, JSL Ltd,
Relays
ISS
MInilec, L&T, Siemens
Thimbles & - do Dowells Electro Works, GJ. Metal Works,
sockets
Universal Machine Ltd, Usha Martine, Kilpon
System & Electricals.
Sock
- do Treatment
Chart
Heavy duty IS: 4064/78 or Indo-Asian switchgears, General Electric Co,
iron
clad latest
L & T Ltd, Crompton Greaves, Siemens Ltd,
composite
Control & switchgear Co. (P) Ltd, Havelles,
SFU / FSU
GEC Alsthom India Ltd, Kuber & Co, RC
unit
Chemical Industries.
HRC Fuses
IS: 922 Pt- Asian, GEC, L & T
II/79
CTs
IS: 2705 or A.E.
latest
KWH Meter
IS:
722
or Jaipur Metals, Andhtra Pradesh Elect. Equip.
latest
India Ltd.
Selector
IS:
Relevant
switch
ISS
Indicating
IS:
Relevant
Lamps
ISS
Al Bus - bar
IS:
Relevant
ISS
Change over IS:
Relevant
switch
ISS
Push-button IS:
Relevant
ISS
MCB
IS:
Relevant Crompton, Havelles, Andrew Yule & Co. Ltd,
ISS
General Electric Ltd, L & T

23

LIST OF APPROVED MAKES OF MATERIALS


1.

Copper wiring wire

Finolex, Havells, Plaza, Grandley, Glostar,


Paragon
2.
LT XLPE Cable
CCI, Unistar, Grandley, Glostar, Nicco.
3.
Switch, Plug, Socket, Ceiling Anchor, Kinjal
rose and accessories
4.
SFU HRC fuses
L&T, English Electric
5.
Light fitting fixtures
Philips, Bajaj, Crompton.
6.
Distribution boards
MDS, Havells, Standard, Indo-Asian
7.
KWH meter
Jaipur, Das Hitachi, BHEL
8.
MCB
Crompton, MDS, Havells, Indo-Asian
9.
Bracket fan
Almonard, Crompton.
10. PVC pipe & accessories
ISI marked.

24

INSTRUCTIONS TO TENDERERS

For Tender No- 43/14-15


GENERAL AND SPECIAL CONDITIONS OF CONTRACT
1.

2.

3.

4.

5.

a)
The Divl. Rly. Manager, N.C.Rly, Allahabad invited sealed limited/open
tenders for the above work. The tenderers must be enclosed with sealed cover super
scribed tender for this work on the above and may be sent either by registered post
to the address of the Sr. Divisional Electrical Engineer (G), N.C Railway, Allahabad
to reach this office not later than 13.30 hrs. on 22/12/2014 or deposited in the
special box allotted for the purpose in the office of the Divl. Railway Manager, NC
Railway, Allahabad as well as in the tender box available at the office of
ADEE/G/CNB. The box will be sealed at 13.30 hrs. on 22/12/2014 tenders
received after the time and date specified above shall not be considered. Any tender
delivered or sent otherwise will be at the risk of the tenderer. In case 22/12/2014
happens to be a holiday, the tender will be received and opened on the next working
day at the same time.
b)
The tenders will be opened at 14.00 hrs. on the same day & rates read out in
the presence of such tenderers who so over choose to be present.
Tenderers can obtain tender form in person or through their authorized
representative from the office of Sr. Divl. Elect. Engineer /G/ N.C. Railway
Allahabad on any working day from 10.00 Hrs. to 17.00 Hrs and up to 12.00 Hrs.
one day before (Working day) from the opening date on production of a money
receipt of Rs 5350/- (including 7% ST) towards the cost of tender form (not
refundable) chargeable to allocation Z650 & DMX on deposit of cash with Divisional
Cashier at Allahabad under Sr. DFM / N.C. Railway Allahabad or Bank Draft in
favour of Sr. Divisional Finance Manager N. C. Railway Allahabad. Cash for the sale
of tender will not be accepted in the office of Sr. DEE/G/ALD. Tender form can also
be obtained by Post by sending of Demand Draft of tender cost + Rs. 500/- extra as
postal charges in favour of Sr. DFM / NC. Rly. / Allahabad. This tender form is not
transferable.
a)
The rates should be quoted in figures and words, payments will be made in
actual measurements of work done as per work order which will be issued by the
Divl. Engineer concerned as and when required.
b)
If there is variation between the rates quoted in figures and words the rates
quoted in words shall be taken as correct if more than one or improper rates is
tendered for the same time the tender is liable to be rejected.
The rates quoted by the tenderers shall be inclusive of all taxes, royalty, octroi etc.,
where leviable be included in the rates. No claim for octroi or any other taxes etc.
shall be entertained by the Rly. at any later stage or any ground what-so-ever.
i. In case of supply of materials, the rates quoted by the tenderers shall be
inclusive of sales tax.
ii. The tenderer shall be required to deposit a sum of Rs 1,62,400/- with the
tenders as Earnest Money in favour of Sr. DFM/ALD for the due performances of
work with stipulation to keep the offer open till such rate as might be specified in
the tender.
iii. On acceptance of tender, the tenders shall deposit the required Performance
Guarantee in the forms and as per terms and conditions prescribed in Clause 34
below.
Earnest Money
25

5.a.

6.

7.

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. The earnest money shall be 2% of the estimated
tender value as indicated in the tender notice. The earnest money shall be
rounded to the nearest Rs. 10. The earnest money shall be applicable for all
mode of tendering. . For works estimated to cost more than Rs. One Crore the
EMD shall be Rs. 02 Lakhs plus % (Half percent) of the excess of estimated
cost of the work beyond Rs. One Crore subjected to a maximum of One Crore.

The Earnest money deposit should be in cash or in any of the following forms(i)
Deposit receipts, pay orders, demand drafts. These forms of earnest money
could be either of the State Bank of India or of the nationalized banks. No
confirmatory advice from the Reserve Bank of India will be necessary.
(ii)
Deposit receipt executed by the Scheduled Bank (other than the State Bank of
India and the nationalized banks) approved by the Reserve Bank of India for
this purpose. The Railway will not, however, accept deposit receipt without
getting in writing the concurrence of the Reserve Bank of India.
5.B The Earnest money may be accepted in the following forms(i)
Deposit in cash.
(ii)
Government securities at 5% below the market value.
(iii) Deposit receipts or demand drafts of the nationalized banks.
(iv)
A deposit in the Post Office Saving Bank.
(v)
National saving certificates
Twelve-year national Defense certificate.
(vi)
(vii) Ten year Defense Deposits.
(viii) National Defense Bonds.
Time Deposit Accounts which came into force on 16.03.1970 and notified
(ix)
under ministry of Finance, Notification No. F3(7)NS/70 dated 28.2.1970.
(x)
IRFC Bonds.
Note_ (vi) to (viii) these certificates may be accepted at their surrender value
The tender must be accompanied by a sum of Rs 1,62,400/- as earnest money
deposit in -cash or any of the forms mentioned above, failing which the tender will
not be considered and will be summarily rejected. The tenderer shall hold the offer
open till such date as may be specified in the tender. It is understood that the
tender documents have been sold/issued to the tenderer and the tenderer is being
permitted to tender in consideration of the stipulation of his part, that after
submitting his tender he will not resile from this offer or modify the terms and
conditions thereof in a manner not acceptable to the Divl. Railway Manager,
N.C.Rly, Allahabad should be tenderer fail to observe or comply with the instruction
stipulation, amount deposited as security money for due and faithfully fulfillment of
their contract. The earnest money of the unsuccessful tenderer will save as herein
provided, be returned to them. But the Railway shall not be responsible for any loss
or depreciation that may happen to the security for due performance of the
stipulation to keep the offer open for the period specified in the tender documents of
the earnest money while in their possession not liable to pay interest thereon.
The intending tenderers are advised to study the tender papers carefully. The
tenderer shall also inspect the site of the work acquaint himself with the local
conditions. Means of account to the site of work nature of work and all other
matters pertaining thereto. The submission of the tender shall be deemed to have
26

8.
9.

10.

11.
12

13.

14.

15.

16

17

been done after study and examination of the tender papers with full understanding
of the implications thereof.
The works is to be completed within 180 days from the date of issue of letter of
acceptance of the tender.
Tender containing erasures and alternations in the tender documents are liable to
be rejected. Any correction made may by the tenderers; his/their entries must be
attested by him/them.
The tenderers should submit the constitution of their firms the power of attorney if
any. They are also required to disclose whether they are carrying on business
individually as sole proprietors or in partnership and consisting of several named
partners in any company incorporated under Companies Act.
Possible fluctuation of market rates must be taken into consideration before quoting
the rate and no claim on this account shall be entertained after wards.
a)
No scribbling is permissible in the tender documents and no special
conditions are to be stipulated by the tenderer in the tender. He may do so in a
separate covering letter.
b)
No reference to previous deposit of earnest money and security deposit for
adjustment against the present tender will be accepted and their any request for
recovery from only outstanding bills for earnest money and security deposit against
present tender will not be entertained.
a)
The authority for the acceptance of the tender will rest with the Sr.
DEE/G/ALD, Divl. Railway Manager, Allahabad who reserve the right to device the
tender amongst more than one tenderer. If deemed necessary and also to reject
any/tenders received without assigning any reason and does not bind himself to
accept the lowest or any other tender, nor does he undertake assign reasons for
declining to consider any particular tender or tenders.
The administration reserves the right to split up the work without reference to
b)
tenderers and may accept the tender in respect of any such portion of the
work.
The administration reserves the right to modify the quantity from time to time
whether, it is an increase or decrease as the scope of work. The tenderer shall not be
entitled for compensation but will be paid for as per contract for the actual work
done.
The North Central Railways standard conditions of contract regulation and
instructions for tenderers and standard forms of contract Engineering Department
(print August 2005) costing Rs. 20/- of North Central Railway Standard Special
Condition for materials and work costing Rs. 70/- (Rupees Seventy only) on which
the N.C Railway Standard Schedule of rates 1987 costing Rs. 100/- (One Hundred
only) is based may be purchased from the office of the Divl. Manager, N.C.Rly,
Allahabad or the General Manager (Engg.) North Central Rly, Allahabad, if it is not
already in possession of the tenderer.
The expression General Conditions of Contract Regulations and instructions to
tenderers and standard form of contract/1971 shall be deemed to mean the
following viz.
a) North Central Railway Engineering Department General Conditions of contract
regulations and instructions to tenderers and standard forms of contract print
August 2005 Engg. Branch, North Central Railway as corrected.
If the tenderer deliberately gives tenders/deliberately give wrong information in
his/their tender or create/creates circumstances for the acceptance of his/their
tender, the Rly. Reserve the right to reject such tenders at any stage.
27

18

19.

20.

21.

22

23.

24.
25.

26.

a)
If a tenderer expires after the submission of his tender or after the acceptance
of his tenders, the Rly., shall deem such tender as cancelled. If a partner of firm
expires after the submission of their tender or after the acceptance of their tender,
the Rly shall deem such tender as cancelled unless the firm retains its character.
b)
If the contractor firm is dissolved on account of death or retirement of any
partner or any reason what-so-ever before fully completing the whole work or any
part of it undertake by the principal agreement, the partner shall remain jointly
severally and personally liable to complete the work to the satisfaction of the Rly,
due to such dis-solution. The amount of such compensation shall be decided by the
General Manager and his decision in the matter shall be final and binding on the
contractor.
The Railway Administration reserves the right to change or amend the drawing and
when necessary at any stage of the work. No claim of any kind what so ever will be
maintained by the Rly. in case, the execution of any item or work is held up for want
approved design of late supply of such materials as are to be arranged by the
Railway such failure of delay shall in no way effect or vitiate contractor or alter the
character their of or entitle the contractor damage of compensation therefore but in
any such case, Rly. may grant such extension on the completion date as may be
considered reasonable.
The tenderer not known to this railway must submit copies of certificate
testimonials with regard to their experience in the line of work and financial ability
without such certificate the Divl. Railway Manager/Sr.DEE/G/NCR/ALD reserves
the right to reject the tender. These certificates and testimonials not be accepted if
supplied in true copies except when they are attested by a Gazetted Officer.
The earnest money plus security deposit will be refunded to un-successful
tender/tenderers within reasonable time. The earnest money plus security deposit
deposited by successful tenderers will be retained towards the security deposit for
the due fulfillment of the contract but shall be forfeited for breach of any of the
tender conditions of tender agreement or contract or, if the contractor
fails/contractor fail to execute the agreement bond for starting the work within a
reasonable time (to determined by the Engineer Incharge) after notification of the
acceptance of his/their tender.
The tenderer shall keep the offer open for a minimum period of 90 days from the
date of opening of tender within which period tenderer cannot with draw his offer
subject to the period being extended further if required by mutual agreement from
time to time. Any contravention of the above condition will make the tenderer liable
for forfeiture of his security deposit.
The tenderer shall not increase his/their quoted rate in case of Railway
Administration it shall not amount to cancellation or withdrawal of the original offer
and the rates originally quoted will be binding on the tenderer.
The tenderer/tenderers shall sign every page of the tender documents and should
submit all of them along with the tender.
The cancellation of any documents such as power of attorney partnership deed etc.
should be forth with communicated by the contractor to the Railway Administration
in writing failing which, the Railway Administration shall have no responsibility or
liability for any action taken on the strength of the said documents.
The successful tenderer/tenderers shall be required to execute an agreement with
the president of India acting through the Divl. Railway Manager and Divl. Elect.
Engineer/ALD for carrying out the work according to the general conditions of
28

27.
28.

contract & standard specification together with special conditions for the works and
material of North Central Railway.
Tenderers who do not comply with any of the conditions act for the herein above is
liable to result in the tender being rejected.
The contractors are required to produce licenses on joined in the Govt. of India
contract labour regulation and abolition Act, 1970 they shall not be allowed to
undertake or execute any work through contract labour except under and in
accordance with a license issued under the stipulation on that behalf by the
authorized licensing officer.

29.

Security deposit on Acceptance of the tender:


(1)
The earnest Money deposited by the contractor with tender will be retained by
railway as part of security for the due and faithful fulfillment of the contract by the
contractor. The balance to make up the security deposit may be recovered by
percentage deduction from the contractors on account bills Provided also that in
case of defaulting contractor the railway may retain any amount due for payment to
the contractor on the pending on account bills so that the amounts so retained may
not exceed 10% of the total value of contract.
(2)
Unless otherwise specified in the special conditions if any the Security deposit
of recovery/mode of recovery shall be as under: a) SD for each work should be 5% of the contract value.
b) The rate of recovery should be @ 10% of the bill amount till the full security
deposit is recovered.
c) Security deposit will be recovered 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 deposits.
Security deposit shall be return to the contractor after the satisfaction completion of
the work and maintenance period is over as certified by the competent authority. The
competent authority shall normally be the authority who is competent to sign the
contract. If this competent authority is of the rank than JA grade, than a JA grade
officer (concerned with the work) should issue the certificate. The certificate inter alia
should mention that the work has been completed in all respects and that all the
contractual obligations have been fulfilled by the contractor and there is no due from
the contractor to railways against the contract concerned. Before releasing the SD, an
unconditional and unequivocal no claim certificate from the contractor should be
obtained.
(3) Wherever the contract is rescinded the SD shall be forfeited and the PG shall be
en cashed and the balance work shall be got done independently without risk and
cost of the failed contractor. The failed contractor shall be debarred from
participating in the tender for executing the balance work. If the failed contractor is
a JV or a partnership firm then every member/ Partner of such a firm shall be
debarred from participating in the tender for the balance work either in his / her
individual capacity or as a partner of any other JV partnership firm.
(4) 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;
29

I. Failure by the contractor to extend the validity of PG 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 determiner, under any of the clauses /
conditions of the agreement, within 30 days of the service of the notice to
this effect by the engineer.
III. The contractor being determined or rescinded under provision of the GCC
the PG shall be forfeited in full and shall be absolutely at the disposal of the
president of India.
(5) No interest shall be payable upon the Earnest money and Security Deposit or
amount payable to the contractor under the contract, but Government Securities
deposited in term of Sub clause (1) of this clause will be payable with interest
accrued thereon.

30.

Contractors drawing and contractors responsibility for discrepancyBefore execution of the work the contractors shall submit to the purchaser for
a)
approval six copies of detailed drawing which are necessary to ensure correct
supply of component sand materials and to enable correct erection and
satisfactory performance as detailed in tender paper. The work will be done
strictly as per approved drawings and no alteration shall be made by
contractor without written order of Sr. DEE/G/Allahabad.
b)
All designs and drawing submitted by the contractor shall be based on
thorough study and shall be such that the contractor is satisfied about their
suitability. The purchasers approval will be based on these considerations not
with standing approval communicated by purchaser, during the progress of
the contractor for designs and drawing, photo copy type samples of materials
after inspection of materials after erection and adjustments to installation, the
ultimate responsibility of contract designs and execution of work shall rest
with the contractor. The contractor shall be responsible for and shall better
the cost for any alteration of works arising from any discrepancies errors,
omissions in the designs and drawing supplied by him whether such design &
drawing have been approved by the purchaser or not.

31.

Contractor Organization:
a)
The contractor shall arrange at his own cost all tools plants and facilities
necessary for erection, commissioning and testing of all the equipments in
compliance with specified.
b)
The contractor shall bring only materials, tools, plants and other accessories
to the site of the work which are to be used i the executive of the contract.
The contractor may store such materials tools and plants etc., at the site of
work where suitable covered and/or open space would be made available to
him free of charge. All these expenses connected with the storage and safe
custody of the materials etc., shall however, be incurred by the contractor.
30

c)

d)

e)

On completion of the work, the contractor shall hand over the site of work
completely cleaned of all temporary the structures stores, or refuse, unless
otherwise agreed to the purchaser.
The contractor will be responsible for transport of materials from source of
supply to the site of work and for all losses and/or damage in transfer of
material for demurrage or wharfage he may ensure and no loss, damage for
expenses incurred on this account will be reimbursed by the purchaser.
Electricity required for the execution work may be supplied to contractor from
the Railway existing installation or near the site of work subject to availability
of spare capacity on specified terms and conditions and at such charge as
shall be determined by the Railway and payable by the contractor.

32.

Inspections:
a)
Materials: All materials will subject to inspection by the purchaser or his
representative at the manufacturers works before dispatch & no material
shall be dispatched from the manufacturers work until these are inspected or
approved. The materials may also be inspected by the purchaser or his
representative again at the site of work. The purchaser or his representative
shall have the right to be present during all stages of manufacture and shall
afford fuse of charge, all responsible facilities for inspection & testing sample
to satisfy himself that the materials are in accordance with spares approved
drawing. The materials, which can not be inspected or at manufacturers
works will be inspected by purchaser or his representative at the premises of
dealer of the manufacture or at the site of work.
b)
Erection: All erection work will be subject to inspection by the purchaser or
his representative to ensure that the work is done in accordance with
specification and approved drawing. After erection supplier have all
performance test as desired by purchaser.
c)
Expenses of purchaser/s representative: All expenses of purchasers
representative shall be borne by the purchasers.
d)
The decision of Sr. Divl. Elect. Engineer/G/NCR/Allahabad will be the final in
all respect of acceptability or otherwise of any materials, fitting or components
required for the work.

33.

Guarantee:
a)
The contractor shall guarantee satisfactory performance of the material
supplied & erected by him, for a period of 36 months from the date of
completion of work.
b)
During this period the contractor shall keep available on experienced engineer
and necessary equipment to look after any defective installation. The
contractor shall bear the cost of all modifications, additions or substitution
that may be considered necessary due to faulty material design or
workmanship for the satisfactory working of the Electrical Engineer General,
N.C.Railway, Allahabad.
c)
During the period of the guarantee the contractor shall be liable for the
replacement of any parts which may be found defective in the equipment who
their such equipment of his own manufacture or those of his sub-contractors
or recharging of refrigerant which may arise, whether due to faulty design,
materials, workmanship or negligence in any manner on the part as are not
repairable at site are promptly returned to the contractors works if so
31

d)

required by him at his (contractor) own expenses. The contractor shall bear
the cost of repairs or recharging carried out on his behalf by the purchaser at
site. In such a case the contractor shall be informed in advance of the works
proposed to be carried out by the purchaser.
If it become necessary for the contractor to replace or renew any defective
portion of the equipment under the Para aforesaid that the provision of the
said Para shall also apply to the portions of the equipment to replaced or
newed until the expiration of six months from the date of such replacement or
renewal or until the end of the maintenance period of 12 months whichever is
later. Such extension shall not apply in case of defects of minor nature. The
decision of the Sr. Divl. Elect. Engineer/G/NCR/Allahabad will be final in this
matter. If any defect be not remedied within a reasonable time during the
aforesaid period the purchaser may proceed to do the work at the contractor
risk and expenses, but without prejudice to any other right and remedies
which the purchaser may have against the contractor in respect of such
defects or faults.

34. Performance Guarantee a. The successful bidder shall have to submit a Performance Guarantee (PG) with in 30
(thirty) days from the date of issue of letter of Acceptance (LOA). Extension of time
for submission of PG beyond 30 (thirty) days and upto 60 days from the date of
issue of LOA may be given by the authority who is competent to sign the contract
agreement. However, a penal interest of 15% per annum shall be charged for the
delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In
case the Contractor fails to submit the requisite PG even after 60 days from the date
of issue of LOA, the Contract shall be terminated duly forfeiting EMD and other
dues, if any payable against that Contract. The failed Contractor shall be debarred
from participating in re-tender for that work.
b. The successful bidder shall submit the Performance Guarantee (PG) in any of the
following forms, amounting to 5% of the contract value: 1.
A deposit of cash
2.
Irrevocable Bank Guarantee
3.
Government securities including State Loan Bonds at 5 percent below the
market value
4.
Deposit Receipt, Pay orders, Demands Draft and guarantee bonds. These
forms of performance guarantee could be either of the state bank of India or
any of the Nationalized Banks.
5.
Guarantee Bonds executed or Deposit Receipts tendered by all scheduled
Banks.
6.
A deposit in the Post Office Saving Bank.
7.
A deposit in the National Saving Certificates
8.
Twelve Years National Defence Certificates
9.
Ten Years Defence Deposits
10. National Defence Bonds
11. Unit Trust Certificates at 5 Percent below market Value or at the face value
whichever is less.
Also FDR in Favour of Sr.DFM/NCR/Allahabad (Free from any encumbrance) may
be accepted.
32

Note:- The instruments as listed above will also be acceptable for Guarantees in
case of Mobilization advance.
c) A performance guarantee shall be submitted by the successful bidder after the letter
of acceptance has been issued but before signing the agreement. The agreement
should normally be signed within 15 days after issue of acceptance and the PG shall
also be submitted within this time limit. This guarantee shall be initially valid unto
the stipulated date of completion plus 60 days beyond that. In case time for
completion of work gets extended, the contractor shall get the validity of
Performance guarantee extended to cover such extended time for completion of work
plus 60 days.
d) The value of PG to be submitted by the vcontractor will not change for variation
upto 25% (either increase or decrease), In case during the course of execution, value
of contract increases by more than 25% of the original contract value, an additional
Performance Guarantee amounting to 5% (five percent) for the excess value over the
original contract value shall be deposited by the contractor.
e) The performance guarantee (PG) shall be released after the physical completion of
the work based on the Completion Certificate issued by the competent authority
stating that the contractor has completed the work in all respects satisfactorily. The
security deposit however shall be released only after the expiry of the maintenance
period and after passing the final bill based on No Claim Certificate.
f) Whenever the contract is rescined, the Security Deposit shall be forfeited and 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 is a JV ora Partnership firm, then every member/partner of
such a firm shall be debarred from participating in the tender for the balance work
in his/her individual capacity or as a partner of any other JV/partnership firm.
g) The engineer shall not make a claim under the Performance Guarantee except for
amounts to which the President of India is entitled under the contract (not
withstanding and/or without prejudice to any other provisions in the contract
agreement) in event of:
I. Failure by the contractor to extend the validity of the Performance Guarantee
as described herein above, in which event the Engineer may claim the full
amount of the Performance Guarantee.
II. Failure by the contractor to pay President of India any amount due, either as
agreed by the contractor or determined under any of the Clauses/ Conditions
of the Agreement, within 30 days of the service of the service of notice to this
effect by Engineer.
III. The Contract being determined or rescinded under provisions of the GCC, the
Performance Gurantee shall be forfeited in full shall be absolutely at the
disposal of the President of India.
35.

Payments:
a)
60% payment of the accepted rate of supply of machinery plant, HT/LT
Cables & other high value item against indemnity bond on supply &
inspection of the material after deducting SD/ST & I/Tax as per rules.
b)
Running payments up to 90% against installation & execution of the work
after deducting SD/ST and I/Tax as per rules will be permissible.
33

c)

36.

37.

38.

39.

Balance 10% payment on testing commissioning after deducting SD/ST &


I/Tax as per rules.
General conditions of the contract of Engineering Department of North Central
Railway (Aug 2005) Addition together with all correction slips shall govern this
contract and as binding on contractor.
Contractor to have valid license:
The work shall be carried out only by the contractor having valid license issued by
the State Government for carrying out the installation work of the voltage classes
involved, under direct supervision of the persons holding valid certificates of
competency for the same voltage classes issued or recognised by the State
Government. 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 works-men to be
engaged for carrying out of this work. Tenderers not holding valid Electrical License
are not eligible and their offers will be summarily rejected.
Credentials of tenderers
a)
The tenderers shall provide satisfactory evidences acceptable to Railway to
show thatb)
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.
c)
They have adequate financial resources to meet the obligations under
contract. They are also required to submit he report from recognized bank of
Financial Institution
d)
They have an established technically competent and adequate staffed
organization to ensure that the services required under this tender can do
satisfactorily.
They have sufficient equipments, plants and machinery to meet the
e)
allegations under the contract and to complete the work contract all within
the stipulated time schedule and accepted by him
f)
Tenderer shall submit the details of similar works done in the past.
g)
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.
h)
The tenderer should also give details of advisory of technical collaboration
with original equipment manufacturer in consultation with whom equipment
has been designed and/or whose
i.
Specifications are utilized in manufacturing of the equipments being
supplied.
ii.
Her should also clearly indicate the original value of the contract and
the modified value if any, giving reasons of enhancement.
This contract will be governed by General Condition or contract regulations and
instructions for tenderers and standard form of contract print August 2005 Engg.
Branch, North Central Railway. If required the same may be got from this office.

Divisional Railway Manager,


North Central Railway, Allahabad
34

Signature of Contractor

35

You might also like