You are on page 1of 15

Page 1 of 15

GOVERNMENT OF INDIA

EAST CENTRAL RAILWAY

DANAPUR DIVISION

Signal & Telecom. Department.

TENDER DOCUMENT

2013-14
OPEN TENDER

Name of the work:- Repairing of PD MUX Cards(Webfil make) of


Telecommunication equipments of Danapur
division of E.C.Rly.

TENDER No. DNR/S&T/Tele/2013/3

(Not Transferable)

Important information:

i) Total value of the work: Rs.595041/=


ii) Cost of Tender Document: Rs.2,000/-
iii) Earnest Money: Rs.11900/-
iv) Last Date of Sale of Tender Document: 18.09.2013 upto 18.00 Hrs.
v) Last Date of Receipt of Tender offer: 19.09.2013 upto 12.00 Hrs.
vi) Opening of Tender on : 19.09.2013 at 12.30 Hrs.

M/s ………………………………………….
………………………………………….
………………………………………….

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 2 of 15

iwoZ e/; jsy


fufonk lwpuk

Lka[;k & Mh-,u-vkj-@,l-,.M Vh-@ Vsfy-@2013@3 nkukiqj] fnukd % 05-08-2013

Hkkjr la?k ds jk"Vªifr ds fy, ,oa mudh vksj ls eaMy jsy izca/kd ¼flxuy ,oa nwj lapkj½ iwoZ e/; jsyos] nkukiqj eaMy] fuEufyf[kr dk;Z gsrq
fu/kkZfjr izi= esa eqgjcan fufonk,a vkeaf=r djrs gS%a &

Øze dk;Z dk uke fufonk dkxt fufonk dkxt fufonk [kqyus dk;Z iwjk
la dh fcdzh dh tek djus dh dh frfFk ,oa djus vof/k
lekfIr dh frfFk vafre frfFk ,oa le;
,oa le; le;
1- [kqyh fufonk Lka[;k- Lka[;k-Mh-,u-vkj-@,l-,.M Vh-@ Vsfy-
@2013@3 18-09-2013 19-09-2013 19-09-2013 एक माह
dk;Z dk uke & पूव मय रे लवेs केsa दानापुर मंडल म ःथापत dks 18 cts rd dks 12 cts rd dks 12-30 cts
दरू संचार उपकरणो के पी ड मस का स ( वेब#फल मेक) के
मर&मत हे तु काय A
UkksV &
1- dk;Z dk vuqekfur ykxr :-595041@&
595041@&
2- is’kxh jde &: :-11900@&
1900@& ek=] foRr lykgdkj ,oa eq[; ys[kk vf/kdkjh @ iwoZ e/; jsy @ gkftiqj ds Ik{k esa A
3- fufonk [kqyus dh frfFk ls izLrko ,oa is’kxh jde dh cS/krk 180 fnuksa dh gksuh pkfg;s A
egRoiw
egRoi.w kZ %&

1 vfxze /ku vfxze /ku vuqekfur fufonk ewY; dk 2 izfr’kr gksxk tSlk fd fufonk lwpuk esa n’kkZ;k x;k
gS A vfxze /ku 10 @& #0 ds fudVre iw.kZ #i esa gksuk pkfg, A
2 izfrHkwfr jde tc rd fd fo’ks"k 'krZ] ;fn dksbZ gks] esa vU;Fkk fofufnZ"V u gks] izfrHkwfr jde lafonk ewY;
dk 5% ¼izfr’kr½ gksuk pkfg, A
3 dk;Z fu"iknu tekur lQy fufonkdkj dks dk;Z djus dh dk;Z fu"iknu tekur nsuk gksxk] tks fd lafonk ewY;
¼ ijQkjesal xkjaVh ½ ¼ ih0 th0 ½ dk 5 izfr’kr ds cjkcj gksuk pkfg, A

4- fufonk nLrkost dh miyC/krk


4-1- bl lwpuk dh izdk’ku frfFk ls xSj varj.kh; fufonk dkxtkr cqfdx lqijokbtj iwoZ e/; jsy] gkthiqj ;k ojh; ea.My [ktkUph] iwoZ e/; jsy] nkukiqj
000 ()पये दो हज़ार ½ ek=z Hkqxrku ds mijkUr jlhn izLrqr dj eq[; ladsr ,oa nwj lapkj vfHk;Urk] iwoZ e/; jsy
dks xSj okilh /kujkf’k :-2000@&(
gkthiqj ;k ojh; ea.My ladsr ,oa nwj lapkj vfHk;Urk] iwoZ e/; jsy] nkukiqj ds dk;Zky; ls [kjhns tk ldrs gS A

4-2 fucaf/kr Mkd }kjk fufonk nLrkost eaxkus ds fy, :-500@& ¼:-ikWp lkS½ ek= vfrfjDr ns; dh /kujk’kh ¼xSj okilh½ dk fMek.M MªkQ~V ,Q-,-,.M
lh-,-vks-@iwoZ e/; jsy@gkthiqj ds i{k esa iVuk esa ns; gksxhA
4-3 fufonk nLrkost www.ecr.indianrailways.gov.in ;k www.tenders.gov.in ij miyC/k gsAa
5 dk;Z dkdk laf{kIr fooj.k & पूव मय रे लवेs केsa दानापुर मंडल म ःथापत दरू संचार उपकरणो के पी ड मस का स ( वेब#फल मेक) के मर&मत हे तु
काय A
6- fufonk izLrqr djus dk rjhdkA
6-1 fufonkdkj dks izLrko ds lkFk visf{kr is’kxh jde vo’; tek djuh pkfg;s ugha rks mldh fufonk ljljh rkSj ij vLohdkj dj nh tk;xh A
6-2 fufonkdkjksa ls vuqjks?k gS fd os dsoy jsyos ds ewy q fufonk QkeZ@ nLrkost ;k osclkbV ls MkÅuyksM fd;k x;k ewy q fufonk QkeZ@nLrkost gh tek
djsa A
6-3 fufonkdkj] tks fufonk izi= @ nLrkost ] osolkbV www.ecr.indianrailways.gov.in ;k www.tenders.gov.in ls MkÅuyksM djrs
2000 ()पये दो हज़ार ½ ek= /kujk’kh ¼ xSj okilh jde½ dk fMek.M MªkQV ,Q-
gSa ] dks :-2000@&( ,Q- ,- ,.M lh-
lh- ,- vks- @iwoZ e/; jsy @ gkthiqj ds i{k
esa ] fufonk dkxtkr ds ewY; ds #i esa fufonk ds lkFk vyx ls nsuk gksxk A
6-4 fdlh dkj.k fufonk ugha feyus ij ;k nsj ls feyus ij fufonkdkj ftEesokj gksx a As
6-5 jsyos dks ;g vf?kdkj gksxk dh og fdlh Hkh fufonk dks fcuk dkj.k crk, Lohdkj djs ;k jn~n djsA

सहायक ladr s ,oa nwj lapkj vfHk-¼


vfHk काय½
iw-e-js-]nkukiq
]nkukiqjd`rs Hkkjr ds jkVªifr

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 3 of 15

EAST CENTRAL RAILWAY


TENDER NOTICE

NO. DNR/S&T/Tele/2013/3 Danapur, dt-05.08.2013.

Divisional Railway Manager (Signal & Telecom), East Central Railway, Danapur division, for and on behalf on
President of India invites sealed tenders in the prescribed form for the following work :-
Closing date Last date & Date & time of Completion
Sl.N Name of Work. of Sale of time for opening of the period
o. Tender receipt of the tender.
document tender
document
1. Open Tender No. DNR/S&T/Tele/2013/2.
Name of Work :- Repairing of PD MUX 18.09.2013 19.09.2013 19.09.2013 One
Cards(Webfil make) of Telecommunication at 18.00 Hrs. 12.00 Hrs. 12.30 Hrs. Calender
equipments of Danapur division of E.C.Rly. Month
NOTE:-
1. Cost of the work Rs.595041/=.
2. Earnest money: Rs.11900/= In favour of F.A. & C.A.O./E.C.R./Hajipur.
3. Validity of offer and earnest money should be 180 days from the date of opening of tender.
Important:
1. Earnest Money. The earnest money shall be 2% of the estimated tender value as indicated in the tender notice. The
earnest money should be rounded off to the nearest Rs.10/-
2. Security Deposit. Unless otherwise specified in the special condition, if any, the security deposit should be 5% of the
contract value.
3. Performance The successful bidders should give a performance Guarantee amounting to 5% of the contract
Guarantee (P.G.) value.
4. Availability of Tender Document.
4.1 Non transferable tender documents may be purchased from the date of publicity of this notice and onward from the office of
Chief Signal and Telecommunication Engineer / East Central Railway / Hajipur or Sr. Divl. Signal & Telecom. Engineer. East
Central Railway. Danapur on submission of receipt for payment of non-refundable amount of Rs.2000/- (Rupees Two
Thousand only ) to the Booking Supervisor, East Central Railway , Hajipur or Sr. Divisional Cashier East Central Railway,
Danapur.
4.2 An additional amount of Rs.500/= (Rupees Five hundred only non refundable amount) per set of tender form will be charged in the
form of Demand Draft in favour of F.A. & C.A.O/E.C. Railway/Hajipur payable at Patna, if the tender document are being
demanded by Registered Post.
4.3 The Tender document is also available on the Indian Railways website www.tenders.gov.in or www.ecr.indianrailways.gov.in.
5. Brief Scope of Work :- Repairing of PD MUX Cards(Webfil make) of Telecommunication equipments of
Danapur division of E.C.Rly.
6. Mode of Submission of Tender :-
6.1 The tenderer must submit requisite earnest money with the offer, without which tender shall summarily be rejected.
6.2 Tenderers are requested to submit original Railways tender form/document or tender form /document downloaded from website.
6.3 The tenderers who download the tender document from Indian Railway website www.tenders.gov.in or
www.ecr.indianrailways.gov.in, have to submit a separate Demand Draft of Rs.2000/- (Rupees Two Thousand only , non-
refundable amount) along with the offer in favour of F.A & C.A.O./ E.C.R./Hajipur as the cost of tender document .
6.4 Non-receipt or delayed receipts of tenders due to any account shall be at tenderers risk.
6.5 Railway reserves the right to accept or rejected any tender without assigning any reason.

ASTE/W/ECR/DNR
For & on behalf of President of India.

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 4 of 15

ANNEXURE-I
EAST CENTRAL RAILWAY
TENDER FORMS (FIRST SHEET)

Tender No.DNR/S&T/Tele/2013/3

Name of work:- Repairing of PD MUX Cards(Webfil make) of Telecommunication


equipments of Danapur division of E.C.Rly.
Value of the Work:- Rs.595041/=.

To
The President of India
Acting through the Divisional Railway manager,
East Central Railway, Danapur.

1. I/We____________________________have read the various conditions to tender attached hereto and agree to
abide by the said condition. I/We also agree to keep this tender open for acceptance for a period of 180 days from
the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our “ Earnest money”.
I/We offer to do the work for East Central Railway, at the rates quoted in the attached schedule and hereby bind
myself/ourselves to complete the work in all respects in One Clender Month from the date of issue of letter of
acceptance of the tender.
2. I/We also hereby agree to abide by the General Condition of Contract corrected unto printed/advance correction slip
No. Nil of 2008 and to carry out the work according to the Special Condition of contract and specifications of materials
and works as laid down by Railway in the annexed Special Conditions / Specifications for the present contract.

3. A sum of Rs.11900/- (Rupees Eleven Thousand Nine Hundred only) is herewith forwarded as Earnest
Money. The full value Earnest money shall stand forfeited without prejudice to any other right or remedies in case my
/ our tender is accepted and if: -
a). I/We do not execute the contract documents within seven days after receipt of notice issued by the Railways that
such documents are ready and
b). I/We do not commence the work within ten days after receipt of orders to that
effect.

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

Name of the instrument Amount Detail Issuing Bank

Signature of Tenderer(s)
Date
Address of the Tenderer(s)

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 5 of 15

ANNEXURE-II
TENDER FORM (SECOND SHEET)

1. INSTRUCTIONS TO TENDERS AND CONDITIONS OF TENDER:


The following documents form part of tender / contract:
a. Tender Form: First Sheet and second Sheet.
b. Special conditions/Specifications (enclosed).
c. Schedule of approximate quantities (enclosed).
d. General Conditions of Contract 2008 and Standard Specifications for materials and works as laid down in technical
specification of RDSO, as amended/corrected up to date correction slip mentioned at later stage of the tender, copies
of which can be seen in the office of Sr.Divl.Signal & Telecom Engineer, East Central Railway, Danapur or obtained
from Chief Engineer, East Central Railway, Hajipur on payment of Rs.300.00 only.
e. Schedule of Rates, as amended/corrected up to date correction slip as mentioned in First Sheet of Tender sheet of
tender form, copies of which can be seen in the office of Sr.DSTE/E.C.Rly/Danapur or obtained from the Chief Signal
& Telecom.Engineer, E.C.Rly. Hajipur on payment of Rs. 300.00 only.
f. All general and detailed drawings pertaining to this work will be issued by the Engineer or his representatives (from
time to time) with all changes and modifications.
2. Drawings for the work: The Drawings for the work can be seen in the office of the Sr.DSTE/ECR/Danapur and / or
CSTE/ECR/Hajipur at any time during the office hours. The drawings are only for the guidance of Tenderer (s):
detailed working drawings, (if required) based generally on the drawing mentioned above, will be given by the
Engineer or his representative from time to time.
3. The Tenderer (s) shall quote his/their rates as a percentage above or below the schedule of Rates of the Eastern
Railway as applicable to Danapur Division except where he/they are required to quote item rates and must tender for
all the items shown in the schedule of approximate quantities attached. The quantities shown in the attached schedule
are given as a guide line and are approximate only and are subject to variation according to the needs of the Railway.
The Railway does not guarantee work under each item of the schedule.
4. Tenders containing erasures and / or alteration of the tender documents are liable to be rejected. Any correction made
by the tenderer (s) in his/their entries must be attested by him/them.
5. The works are required to be completed in One Calender Month from the date of issue of acceptance letters.
6. a. Earnest money: The tender must be accompanied by a sum of Rs.111900/- as Earnest money in favour of F.A. &
C.A.O./E.C.R./Hajipur, payable at Patna, deposited in cash or in any other form i.e. Deposit receipts. Pay orders.
Demand drafts etc. Earnest money could be either of State Bank of India or of any Nationalised Bank, failing which the
tender will liable to be rejected.
Deposit receipts executed by the Schedule Bank ( Other than the State Bank of India and the Nationalised
Bank) approved by the Reserve Bank of India for this purpose. The Railways will not however accept deposit
receipts without getting in writing the concurrence of the reserve Bank of India.
b. The tenderer(s) shall keep the offer open for a minimum period of 180 days from the date of opening of the tender. It is
understood that the tender document has been sold / issued to the tenderer (s) and the tenderer (s) is / are permitted
to tender in consideration of the stipulation on his / their part that after submitting his / their tender subject to the
period being extended further if required by mutual agreement from time to time, he will not resile from his offer or
modify the terms and conditions thereof in a manner not acceptable to the Administration of East Central Railway.
Should the Tenderer (s) fail to observe or Comply with the forgoing stipulation the amount deposited as Earnest Money
for the due performance of the above stipulation shall be forfeited to the Railway.
b.ii. The tenderers who download the tender document from Indian Railway website www.ecr.indianrailways.gov.in or
www.tenders.gov.in have to submit a separate Demand Draft of Rs. 2,000/- ( Two Thousand non- refundable
amount) along with the offer in favour of F.A & C.A.O./ E.C.R./Hajipur, payable at Patna as the cost of tender
document, failing which the tender will not be considered.
c. If the tender is accepted, the amount of earnest money will be retained and adjusted as Security deposit for the due
and faithful fulfillment of the contract. This amount of Security deposit shall be forfeited if the Tenderer(s)/Contractor
(S) fail to execute the agreement Bond within stipulated period of time from the date of receipt of notice issued by
Railway that such documents are ready or to commence the work within 10 days after receipt of the order of that effect
d. The Earnest Money of the unsuccessful Tenderer(s) will save as here - in- before provided, be returned to the

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 6 of 15

unsuccessful Tenderer(s) within a reasonable time but the Railway shall not be responsible to any loss or depreciation
that may happen to the security for the due performance of the stipulation to keep the offer open for the period
specified in the tender documents or to the Earnest money while in their possession nor be liable to pay interest
thereon.
7. SECURITY DEPOSIT:
7.1 The Earnest Money deposited by the contractor with his tender will be retained by Railway as part of security for due
and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the rates for
which are given below, may be deposited by the contractor in cash or may be recovered by percentage deduction from
the contractor’s “On account” bills. Provided also that in case of defaulting contractor the railway may retain any
amount due 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. unless otherwise specified in the special condition, if any, the security
Deposit/rate of recovery/mode of recovery shall be as under. :
a. Security Deposit for each work should be 5% of the contract value.
b. The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered.
c. Security deposit 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.
Security Deposit shall be released only after the expiry of the maintenance/warantee period and after passing the final
bill based on “No Claim certificate”. The Competent Authority shall normally be the authority who is competent to sign
the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (Concerned with
the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all
respects and that all the contractual obligation have been fulfilled by the contractors and that there is no due from the
contractors to Railways against the contract concern. Before releasing the SD, an unconditional and unequivocal no-
claim certificate from the contractor concern should be obtained.
No interest will be payable upon the Earnest Money and Security Deposit of amounts payable to the Contractor under
the Contract.

7.2 PERFORMANCE GUARANTEE (PG): The procedure for obtaining Performance Guarantee is outlined below :-
(Rly. Boards Letter No.2007/CE.1/CT/18 dt.31.12.2010).
a. The successful bidder shall have to submit a Performance Guarantee (PG) to 5% of the contract value in any of the
following forms :- (i) a deposit of Cash (ii) Irrevocable Bank Guarantee (iii) Government Securities including State
Loan Bonds at 5 percent below the market value (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee
Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the
Nationalized Banks (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks (vi) A
Deposit in the Post Office Saving Bank (vii) A Deposit in the National Savings Certificates (viii) Twelve years National
Defence Cetificates (ix) Ten years Defence Deposits (x) National Defence Bonds and (x) Unit Trust Certificates at 5
percent below market value or at the face value whichever is less Also FDR in favour of FA & CAO/E.C.Rly/Hajipur,
(free from any encumbrance) may be accepted.
NOTE : The instruments as listed above will also be acceptable for Guarantees in case of Mobilization advance.
b. The Performance Guarantee shall be submitted by successful bidder after the letter of acceptance has been issued,
but before signing of the agreement. The Performance Guarantee (PG) should be submitted within 30 (Thirty) days
from the date of issue of LOA. Extension of time for submission of PG beyond 30 (Thirty) days and up to 60 (Sixty)
days from the date of issue of LOA may be given by the Competent Authority. However, a penal interest of 15% per
anum shall be charged for 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 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 the work
The guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case , the
time for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to
cover such extended time for completion of work plus 60days.
c. The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or
decrease). For variation beyond 25% of the original contract value an additional PG amounting to 5% (five percent) for
the excess value over the original contract value shall be deposited by the contractor.
d. The Performance Guarantee(PG) shall be released after the physical completion of the work based on the

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 7 of 15

“Completion Certificate” issued by the competent authority stating that contractor has completed the work in all
respects satisfactorily. The security deposite, however, shall be released only after the expiry of the
maintenance/warantee period and after passing the final bill based on “NO Claim Certificate”.
e. Wherever the contracts are rescinded, the security deposit should be forfeited and Performance Guarantee shall be
encashed and the balance work should be got done independently without risk and cost of the failed contract. 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.
f. 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 nay other provisions in the contract
agreement) in the event of:-
i. Failure by the contractor to extend the validity of Performance Guarantee as described herein above, in which
event the Engineer may claim the full amount of Performance Guarantee.
ii. Failure of concractor to pay President of India any amount due, either as agrees by the contractor or
determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of notice to
this office 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.

8. Rights of the Railway to deal with tender: The authority for the acceptance of the Tender will rest with the Railway.
It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no Tenderer(s) shall
demand any explanation for the cause of rejection of his/their tender nor the Railway undertake to assign reasons for
declining to consider or reject any particular tender or Tenderer(s).
9. If the tender (s) deliberately gives/give wrong information in his/their tender or Creates/create circumstances for the
acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.
10. If the Tenderer(s) expires after the submission of his/their tender or after the acceptance of his/their tender, the
railway shall deem such tender cancelled. If a partner of a firm expires after the submission of the tender or after the
acceptance of their tender, the Railway shall deem such tender as cancelled unless firm retains its character.
11. Tender must be enclosed in a sealed cover subscribed tender No.DNR/S&T/Tele/2013/3 and deposited in the box
allotted for the purpose in the office of Chief Signal and Telecommunication Engineer / East Central Railway /
Hajipur or Sr.Divisional Signal & Telecommunication Engineer/East Central Railway/ Danapur. This special
box will be sealed at 12.00 Hrs on 19.09.2013. The tender will be opened at 12.30 Hrs. on 19.09.2013. The
tender paper will not be sold after 18.00 Hrs. on 18.09.2013.
12. Non-compliance with any of the conditions set forth there in above is liable to result in the tender being rejected.
13. Execution of contract documents: The successful Tenderer(s) shall be required to execute an agreement with the
president of India acting through the Sr. Divisional Signal & Telecommunication Engineer, East Central Railway,
Danapur for carrying out the work according to general condition of contract, special conditions/specifications
annexed to the tender and specification for work and materials as laid down in Works Hand Book of East Central
Railway as amended / corrected up to correction slip mentioning tender form (First Sheet).
14. Partnership deed, power of attorney etc: The tenderer (s) shall clearly specify whether the tender is submitted on
his own or on behalf of 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 the 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 (s) or by changes in composition of the firm made subsequent to the
execution of the contract. It may, However, recognize such power of attorney and change after obtaining proper legal
advise, the cost of which will be chargeable to the contractor.
15. 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 notary public or by magistrate in favour of the specific person whether he / they be partner of the firm
or any other person specifically authorizing him / them to submit the tender, sign the agreement, receive money,
witness measurement, sign measurement book, compromise, settle, relinquish any claim(s) preferred by the firm and

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 8 of 15

sign “ No Claim Certificate” and refer all or any disputes to arbitration.


16. Employment / Partnership, etc. of retired employees:
a. Should a Tenderer be a retired Engineer of the Gazetted rank or any other Gazetted officer working before his
retirement whether in the executive or administrative capacity, or whether holding a pensionable post or not in the
S&T department of any of railway owned and administered by the President of India for the time being or should a
Tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted officer as aforesaid.
Or should a tenderer being an incorporated company have any such referred engineer or retired officer as one of its
Directors, or should a tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid,
the full information as to the date of retirement of such Engineer or Gazetted Officer from the said service and in case
where such Engineer or Officer had not retired from Government service at least 2 years prior to the date of
submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership firm or
an incorporated company, to becomea partner or Director as the case may be, or to take the employment under the
contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President of
India or any officer duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the
tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or
retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected.
b. Should a tenderer or contractor being an individual on the list of approved contractors have a relative(s) or in the
case of partnership firm or company of contractors one or more of his shareholder(s) or relative(s) of the
shareholder(s) employed in gazetted capacity in the S&T department of the East Central Railway, the authority
inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be
disqualified / rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with
the provision in clause 62 of the General Conditions of Contract.
17. CONDITION FOR VARIATION IN CONTRACT QUANTITY
As per Railway Boards letter No. 2007/CE.1/CT/18 Pt.XII. dated 31.12.2010 in respect of GCC etc.
1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as
per the agreement rate. For this, no finance concurrence would be required.
2. In case of increase in quantity of an individual item by more than 25% of the agreement quantity is considered as
unavoidable, the same shall be got executed by floating a fresh 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 SA grade
i. Quantity operated in excess of 125% but upto 140% of the agreement quantity of the concerned item shall be paid at
98% of the rate awarded for that item in that particular tender.
ii. Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid
at 96% of the rate awarded for that item in that particular tender.
iii. Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional
unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded
for that item in that particular tender.
b. The variation in quantities as per the above formula will apply only to the individuals 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/ECR/Hajipur and approval of General Manager.
3. In case 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 the 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 reason for each such decrease in the quantities.
c. It should be certified that the work proposed to be reduced will not be required in the same work.
4. The limit for varying quantities for minor value item shall be 100% (as against 25% prescribed for other item) 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.

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 9 of 15

ANNEXURE-III
Technical specification
Network interface module card (NIM)
(i) ITU-T: recommendation- G-703, G-704, G-711, G-732, G-823.
(ii) Bit rate – 2048 K bit/S +/- 50 PPM.
Tributary Interface module (TRIB) card.
(i) 2MB port – 2Nos.
(ii) ITU-T recommendation - G-703, G-823,
(iii) Coad – H DB3
PSU card:-
(i) Input voltage – -48 v DC.
(ii) Protection :-
(a) Input – surge over voltage, under voltage.
(b) Output – over voltage, over load & short circuit.
E & M card; - 2/4 wire E &M card
(i) ITU-T recommendations ; G-712
(ii) Number of channel – 4 per card
(iii) Relative level – 4 wire Interface
(a) Input – 3.5 dd
(b) Output – 3.5dd
(c) Nominal impedance – 600 ohms.
Voice Interface (Subscriber interface card)

(i) ITU-T recommendations ; G-712 (2 wire speech)


(ii) Number of channel ; 4 per card
(iii) Relative level – 4 wire Interface
(a) Input – 0 dd
(d) Output – 0.2 dd
(c) Nominal impedance – 600 ohms.
High speed Data (G-703) card:

(i) Interface:- G-703, co-directional V35/V36


(ii) Number of channel : 4
(iii) Bit rate ;- 64 kbps (G-703 codir) 64 kbps (V35/V36)
(iv) Transmission mode: - synchronous.

Repairing of above cards should be by the OEM/Authorised repairing dealer. If the cards become
defective within one year, all the cost of further repairing will be recovered by company or contractor.

Any ambiguity or clarification or other desired details if required, may be collected from Sr.DSTE
Danapur’s office.

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 10 of 15

ANNEXURE- IV
SPECIAL CONDITIONS OF CONTRACT

Open Tender No. DNR/S&T/Tele/2013/3

SCOPE OF WORK:

Repairing of PD MUX Cards(Webfil make) of Telecommunication equipments of


Danapur division of E.C.Rly.
1.0 GENERAL:
The following special condition shall apply to contract for the supply of plant & machinery and manufactured
equipments and for services connected with Transportation, installation and commissioning. But where they differ
from the general condition of contract and additional condition for supply of stores, the special condition shall over-
ride the general conditions of contract and additional conditions for supply of stores.
2.0 These “Specials Conditions” the clauses of the tender condition and instructions to Tenderers and for
technical specifications.
The stipulations made in the schedule of rates and quantities, shall govern the work done under this contract in addition to
and or in that supercession of the East Central Railway General Condition of contract and regulation and instructions to
tenderers and standard form of contract of Engineering Department latest embodying corrections up-to-date. Where there
is any conflict between the tender condition and instructions to the tenderers special condition, technical specifications,
stipulation contained in schedule of rates and quantities on the one hand and general conditions of contract and regulation
and instructions to tenderers and standard form of contract, the former shall prevail.
3.0 TAX DEDUCTUONS:
Income Tax, Surcharge on Income Tax, Education cess, BST and any other tax imposed during the validity of
contract will be deducted from the bill as per extant rules.
4.0 RAILWAY OFFICE AND ADDRESS:
4.1 The addresses for correspondence and for documents relating to the contract is Sr. Divl. Signal & Telecommunication
Engineer, East Central Railway, Danapur. All policy, contractual, design, drawing and progress of field works and
billing correspondence to be done to Section Engineer or Section Officers who will be nominated for the work which
can be modified by Sr. Divl. Signal & Telecommunication Engineer, East Central Railway, Danapur.
4.2 STORE MATTERS:
(I) All materials specifically supplied by Contractor as per contract, to be supplied to the Sr. Section Engineer (Tele)
/Store/Danapur or as specified by competent authority.
(II) The Railway material for execution of work will be given by Sr. Section Engineer /Store/Danapur or as specified by
Competent authority.The quantities of materials required to be supplied each time to the contractor will be on the
basis of progress of the work. The contractor will be responsible for checking before taking delivery of materials. The
receipt of the materials shall be acknowledged by the contractor or of his authorized representative mentioning details
of materials and quantities. The left out unused materials shall be returned to the store department by the contractor
at his own expenses.
5.0 Cards to be supplied by the contractor:
5.1 The repaired cards as per contract, to be supplied to the Sr. Section Engineer (Tele.)
/Store/Danapur or as specified by competent authority.
5.2 Recording of measurement :
All the measurement recording shall be done by the authorised Railway representative/Engineer nominated by
Sr.Divnl. Sig. & Telecommunication Engineer.
6.0 FORCE MAEJURE :
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 or delayed by reason of any war, hostility, acts of the public enemy,
civil commotion, sabotage, fires, floods, earth quakes, explosions, epidemics, quarantine restrictions, strikes,
lockouts, any statute, statutory rules, regulations, order or requisitions issued by any government department or
competent authority, acts of God (hereinafter referred to as event ) the 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 in reason of such event be entitled to terminate this contract or either party have any claim for damage against

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 11 of 15

the other in respect of such non performance, and the obligation under the contract 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 obligations under this contract is prevented or delayed by reason of any such event beyond a period as
mutually agreed to by the railway and contractor after any event or 60 days in the absence of such an agreement
whichever is more, either party may at its option terminate the contract, provided also that if the contract is so
terminated under this clause the railway may at the time of such termination, take over from the contractor at prices
as provided for in the contract, all works executed or, works under execution.
7.0 AGREEMENT:
7.1 The successful tenderer shall have to perform agreements having been called upon by notice to do so be bound to
execute an agreement based on accepted rates and conditions, in such form as the railway may prescribe and lodge
the same with the railway together with the condition of contract, specification and schedule of price referred to
therein duly completed.
8.0 PROGRAMME OF WORK:
a. The Contractor shall be held responsible for the execution of the works according to the time schedule given above
for the execution of the work in full compliance of the specifications and the various clause of the supplement
technical specification, instructions and Drawings failure to comply with any of these will be dealt with as per provision
laid down in general condition of contract and instructions for tenders of the Engineering Department of Eastern
Railway.
b. The contractor is liable to carry out the extra work up to 25% of quantity for item under the same terms and conditions
of the agreement.
c. The contractor shall have necessary resources to execute the work, so that the work is to be completed within the
specified period mentioned in the agreement.
d. Programme of execution of work at site shall be intimated to the Railway before commencement and completion.
9.0 INSPECTION:
i. The Engineer or his representative may inspect and test the various portions of the work at all stages and shall have
full power to reject all or any portion of the work that may consider to be defective or inferior in quality or material,
workmanship or design in comparison to what is called for in the specifications. In the event of rejection of any work
already executed which is not in accordance with the specification as in this tender paper and / or as determined by
the Engineer of which the contractor have been apprised, the contractor shall carry out alternation, replacement to
such work to the satisfaction of the Engineer for which no additional expenses will be borne by the Railway.
ii. The contractor shall carry out such tests at his own expenses as are necessary in the opinion of the Engineer to
determine that the contract is being completed with and that the contractor is entitled for payment in respect thereof.
iii. Even if the Engineers representative remained associated / supervised in course of the progress of the works at
various stages, a joint inspection, for each items of works, by Engineers representative and contractors representative
will be carried out to check that the work has been done as per specification and measurement taken and one register
for that must be maintained.
iv. All the inspections will be carried out by the inspecting Authority at the original manufacturer’s premises only who are
supplying these items, but not any other places in case of important and large value items. The cost of stay of the
Railway inspecting official shall be borne by the Railway.
10.0 STORAGE OF MATERIALS:
Storage of materials, tools and machinery used by the contractors shall be done in orderly manner and anything used
by the contractor for the execution of work should in no way cause a danger or hindrance to the working of the railway
or to the movement of its staff or passengers.
11.0 CONTRACTOR’S RESPONSIBILITY
11.1 All costs, damages or expenses which railway may have paid , for which, under the contract, the contractor is liable
may be deducted by the railway from any money due or becoming due by him to the contractor under the contract or
may be recovered by action of law or otherwise from the contractor. The Railway reserves the right and is at liberty to
retain security deposit/Performance Guarantee, any payment due to the contractors under the contract and the
money retained under clause 16.1 (Revised) of the general condition of contract for execution of works and to set off
against such deposit, payments, and money retained all claims whether arising our of this contract or out of any other
transaction or claim whatever against the contractor.
11.2 The contractor shall have to obtain the necessary license before commencing the work, if required under the provision
of contract labour (regulation and abolition) Act 1970.

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 12 of 15

12.0 DISCREPANCIES IN TENDER BOOKS DOWNLOADED FROM WEBSITE :


If any discrepancies is found in the tenders books downloaded from the website the original book available in this
office will prevail as authenticated and genuine tender book
13.0 ATTESTATION OF ALTERATIONS :
No scribbling is permissible in the tender documents. Tender containing erasures and alterations in the tender
documents are liable to be rejected. Any correction made by the tenderer / tenderers in his/their entries must be
attested by him/them.
14.0 ERRORS, OMMISSION & DISCREPANCIES :
The contracts(s) shall not take any advantages of any misinterpretation of the conditions due to typing or any other
error and if in doubt, shall bring it to the notice of the Engineer, without delay. In case of any contradiction, only the
printed rules, and books should be followed and no claim for the misinterpretation shall be entertained.
15.0 EXECUTION AT SITE:
15.1 The contractor shall abide by all the railway rules relating to safety of personal or railway operation.
15.2 The contractor shall not do any work that may interfere with traffic until protection has been provided by railway.
15.3 The contractor shall ensure that his technical Supervisor / Engineer is always available at the site of work during the
execution period till commissioning and during the period of maintenance supervision to ensure that no time is lost in
correspondence .Any written order or instructions which the Railway Engineers may give to such representative of the
contractor shall be deemed to have been duly given or communicated to the contractor.
16.0 Contractors Certificate:
16.1 The contractor will submit a written declaration regading the reparing of the cards with validity of warranty of such
repaired cards for a period of one year.
17.0 MEASUREMENT:
17.1 The measurement of quantities for the purposes of payment to the contractor shall be undertaken section wise jointly
by the representative of the Sr. Divisional Signal & Telecommunication Engineer, East Central Railway, Danapur and
the contractor in course of and on completion of work item wise as included in schedule attached hereto.
17.2 The measurement of quantities shall be made only after ensuring conformity with the specifications and various
clause of the supplement” Technical specification, instruction and drawings”.
18.0 UNIT PRICES:
Unit prices offered against the various items in schedule will also include the cost of transportation of the materials..
19.0 COMPLETION OF WORK:
19.1 The work should be commenced immediately and be completed in One Month from the date of issue of acceptance
letter.
19.2 In the event of the failure to complete the work in schedule time, necessary action will taken as per provision of GCC
of Engineering Department of East Central Railway.
20.0 MODE OF PAYMENT
20.1 ON ACCOUNT OF PAYMENT:
Subject to any deductions or recovery which the railway may be entitled to make under contract, the contractor will be
entitled to be paid from time to time by ways of “On account” of payment only for such works as in the opinion of the
Engineer, he has executed in the terms of contract.
20.2 Running on A/c. Payment will be made as under: -
i. For all items involving supply in the rate schedule, 90% of supply rate quoted in the rate schedule shall be paid to the
contractor as on account payment only on receipt of materials in good condition at the Stores of Sr. Section
Engineer /Store/ Danapur on production of the materials inspection certificate with materials delivery challan.
ii. For all items involving either installation only or supply and installation, 85% of the installation rate quoted in the rate
schedule shall be paid to the contractors on account payment only on submission of certificate by the Site Engineer
that relevant portion of installation has been completed.
iii The balance 10 % of the supply rates and 15% of installation rates quoted against each item involving both Supply
and installation or installation only may be released against equivalent amount of Bank Guarantee and 100% of
the rate quoted in respect of items involving installation and commissioning shall be paid on completion of the
installation/erection and on issue of the completion certificate by authorized railway official/representative on
submission of final bill in Railway format along with measurement book duly measured by site Supervisors. The
issue of completion certificate by the authorized railway representative on submission of final bills in railway format
along with measurement book duly measured by site supervisor. The validity of Bank Guarantee should be

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 13 of 15

60(Sixty days) beyond the stipulated date of completion of the contract.


21.0 SUBMISSION OF BILLS:
All bills will be submitted to the Sr. Divisional Signal & Telecommunication Engineer, East Central Railway, Danapur.
22.0 WARRANTY/MAINTENANCE PERIOD:
22.1 Warranty period of the executed work shall be (01) One year from the date of installation/completion of the system.
The contractor shall rectify the defect raised in the executed work and also in the materials supplied by the contractor
due to bad workmanship or inferior quality of the materials free of cost. Railway shall keep the security deposit for a
period of (01) One year from the date of completion of work to safe guard the Railway from any fault arises after
completion of work.
23.0 Release of Security Deposit :
Security Deposit unless forfeited according to terms and conditions, will be released after completion of
maintenance/warantee period (01) One year on receipt of certificate. The Certificate, inter alia, should mention that
the work has been completed in all respect and that all the contractual obligations have been fulfilled by the
contractors and that there is no due from the contractor to Railway against the contract concerned. Before releasing
the SD, the contractor shall submit an unconditional and unequivocal no-claim certificate.
24.0 Release of Bank Guarantee :
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 contractor has completed the work in all
respects satisfactorily.
25.0 THE RAILWAY NOT BOUND TO ACCEPT ANY TENDER :
The Railway shall not be bound to accept the Lowest or any Tender or to assign any reason for non-acceptance or
rejection of a Tender. No Tender shall be deemed to have been accepted unless such acceptance shall have been
notified in writing to the successful tenderer by the Railway. The Railway reserves the right to accept any tender in
respect of the whole or any portion of the work specified in the tender or to divide or reduce the work or to accept any
tender for less than the tendered quantity without assigning any reason whatsoever.
26.0 Rebate :
If any tenderer wishes to give any rebate on the rates quoted by him, the same may be filled by him in attached
Annexure – Z(I).

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 14 of 15

Annexure –Z

SCHEDULE OF WORK
Name of work :- Repairing of PD MUX Cards(Webfil make) of
Telecommunication
equipments of Danapur division of E.C.Rly.
TENDER No. DNR/S&T/Tele/2013/3
SL Description of works Qty Unit Rate in figure Rate in Words
No. (Per unit) (Per unit)

1 Tributory card (Tributory Interface 10 Nos.


Module)

2 Network Interface Module (NIM) 13 Nos.


card

3 Voice Interface E&M card (4 circuit 32 Nos.


per card)

4 subscriber I/F card ( 4 circuit per 25 Nos.


card)

5 data card (64kbps) 2 Nos.

6 PSU (MUX ) card 4 Nos.

Note: 1. In case of any discrepancy between the rate quoted in word & figure, the rate quoted in figure shall be
considered for tender evaluation & the decision of Railways in this regard shall be final & binding on the
tenderer.
2. In case the tenderer intends to offer any rebate then the same is to be mentioned under earmarked
space in annexure-Z of this tender document. Cognizance of rebate mentioned elsewhere shall not be
taken & the tenders shall be evaluated accordingly.

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR


Page 15 of 15

ANNEXURE-Z(1)
East Central Railway
(S&T Department)

Tender No:- DNR/S&T/Tele/2013/3

Name of the work:- Repairing of PD MUX Cards(Webfil make) of


Telecommunication equipments of Danapur division of
E.C.Rly.

I/We offer general rebate of _________% (in figures) ____________%(In Words) as lump sump rebate on items of all
schedules.

NOTES: -

(1) If any tenderer wishes to give any rebate on the rates quoted by him, the same may be filled by him in this
schedule.
(2) It is to be noted that such rebate if offered, shall apply on the rates quoted for all the items in all the other
schedules of the tender documents. Such rebate shall be totally unconditional.
(3) In case a tenderer does not wish to give any rebate, he should write ‘NIL’ in this schedule. In case nothing has
been filled in by the tenderer in this schedule, it will be treated as ‘Nil’ and shall be so recorded in the blanks
above at the time of opening of the tender by the officials opening the tenders.
(4) If any tenderer gives any type of conditional rebate, such rebate shall not be considered for evaluation of the
tenderer.

Signature of Tenderer(s)

Date……………………..

End of Tender Document

TENDERER’S SIGNATURE Tender No. DNR/S&T/Tele/2013/3 DRM (S&T) DNR

You might also like