You are on page 1of 47

Page 1 of 47

TENDER NO.B/E.29/I/37/2011-12
ISSUED TO M.R. / DD No. Date:

SPECIAL ATTENTION TO TENDERERS The General Condition of Contract(G.C.C.) has been revised as such the Tenderers should read the relevant provisions carefully before quoting their rates. Major items to be noted are: 1. Scale of EMD has been revised (Para-5 of Conditions Of Tender) 2. Procedure for deduction of Security deposit has been revised (Para-23 of Conditions Of Tender) 3. New Provision for Performance Guarantee has been added (Para-24 of Conditions Of Tender) 4.The Standing Earnest Money Deposit, if any with the Railway will not be considered for the purpose of this Tender.

M/s. / Shri..

Not Transferable.

DRM/Elecl./M/BZA ==================================================================
SOUTH CENTRAL RAILWAY

ELECTRICAL WORKS CONTRACT REGULATIONS OF TENDERS AND CONTRACTS

CONDITIONS OF TENDER TENDER AGREEMENT FORM

Open Tender No.B/E.29/I/37/2011-12 Dt.01-11-2011


Approximate Value EMD

`. 32,28,776/`. 64,580/-

Date and time for submission of tenders Date and time for opening of tenders

On 12.12.2011 upto 15.30 hrs. On 12.12.2011 at 16.00 hrs.

Page 2 of 47

T.No.B/E.29/I/37/2011-12

SOUTH CENTRAL RAILWAY


STANDARD REGULATIONS FOR TENDERS AND CONTRACTS Para Contents Tender Notice Annexure-I Annexure-II Annexure-III Annexure-IV Annexure-V -Annexure -VI Annexure VII Tenderers Information Tenderers undertaking Price Schedule(s) List of Approved Suppliers Specification(s) General Conditions of contract. Regulations for tenders & Contracts Conditions of Tender Page No. 03 04 to 05 06 to 08 09 to 12 13 14 to 23 24 25 to 28 29 to 47

Page 3 of 47

TENDER NOTICE South Central Railway Vijayawada Division

DRMs Office/Electrical/Maintenance/Vijayawada Tender Notice No. B/E.13/2011-12 dt. 01.11.2011 Sealed Tenders from the Contractors, who have previous experience in carrying out similar works are invited by the Undersigned for the following works up to 15.30 hrs., on 12.12.2011.
Sl No 1 2 Tender No. & Date B/E.29/I/37/11-12 dt. 01.11.2011 B/E.29/I/38/11-12 dt.01.11.2011 Name of the work Approx Value ` 32,28,776/Earnest Completio Money n period Deposit ` (In days) 64580/90 days 12 months 12 months

3.

B/E.29/I/39/11-12 dt:01.11.2011 1
2 3 4 5 6

Vijayawada: Provision of wireless intelligent field terminal units to pumps and pumping installations Vijayawada Division: Hiring of multi utility road Vehicle ( 3 Ton capacity pick up van like, TATA207 or equivalent) for transportation of electrical general items to various stations over the Division for 1 year period. Vijayawada: Annual Maintenance Contract for Air conditioners various capacities.

5,23,680/-

10,480/-

7,43,120/-

14,870/-

Cost of each tender form (non-refundable) in person for item no.1 : `.3435/- and for item no. 2&3: `.2290/Last date and time for issue of tender schedule in person Cost of each Tender form (non-refundable) by post for item No. 1: Last date and time for issue of tender schedule by post Last date and time for receipt of tender schedule Date and time of opening of Tender schedule Upto 13.00 hrs on 09.12.2011 `.3935/- and for item no. 2&3: `. 2790/Upto 18.00 hrs on 02.12.2011 Upto 15.30 hrs.on 12.12.2011 At 16.00 hrs. on 12.12.2011

Venue: Tender documents, duly completed in all respects shall be dropped in the Tender Box kept for the purpose at Divisional Railway Managers Office, Electrical (Maintenance), South Central Railway, Vijayawada, Krishna District; (or) may be sent by post to the address. Railway is not responsible for any delay in transit (or) loss of Tender form sent/received by Post. If the date of opening happens to be a holiday, the tenders will be opened on the next working day. Note: Detailed tender conditions/details are available in the tender documents visit at website: http://tenders.gov.in

Divisional Railway Manager, Electrical Maintenance, S.C. Railway, Vijayawada. For and on behalf of the President of India.

Page 4 of 47

T.No.B/E.29/I/37/2011-12

ANNEXURE-I Note: The tenderer shall fill up proforma and sign and submit along with the offer. TENDERERS INFORMATION The tenderer shall furnish the following information: 1. Name of the contractor & Full Address : (with proof of address) (copy of the Voters card or House Hold Card should be enclosed) For contact purpose: (i) Mobile No. (ii) Land Phone (a) Office (b) Residence (iii) Fax No. (iv) e-mail address 3. (i) Bank Account Nos.

2.

: : : : : : :

(ii) Name of the Bank with address (iii) Code of the Bank (To arrange contractual payments through Electronic Fund Transfer System) 4. 5. 6. PAN No. Partnership deed should be enclosed, if it is not a proprietary firm.

: : :

License No., under contract Labour : (Regulation and abolition Act 1970 or Building and Other Construction Works Act (BOCW) from Ministry of Labour, if applicable. Specify the reasons if not applicable. (copy should be enclosed). EPF Code No. ( Copy of Registration to be enclosed)

7.

Station: Date:

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 5 of 47

T.No.B/E.29/I/37/2011-12

NEFT / RTGS MANDATE FORM 1. 2. 3. 4. 5. 6. 7. 8. 9. Name of City Bank Code No. Banks Name Branch Address Branch Telephone/ Fax No. Contractors Account No. Type of Account IFSC Code for NEFT IFSC Code of RTGS

10. Contractors Name as per Account. 11. Telephone No. of Contractor 12. Contractors E-mail ID, if any.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 6 of 47

T.No.B/E.29/I/37/2011-12

ANNEXURE-II
TENDERERS UNDERTAKING To The President of India Acting through the Principal Chief Engineer, Divisional Railway Manager, Senior Divisional Engineer/Divisional Engineer South Central Railway I/We-------------------------------------------------------------------- have read the various conditions to tender attached hereto and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my / our Earnest Money. I/ We offer to do the work for South Central Railway, at the rates quoted in the attached schedule and hereby bind myself /ourselves to complete the work in all respects within --------months from the date of issue of letter of acceptance of the tender. 2. I / We also hereby agree to abide by the General Conditions of Contract corrected up to printed/advance correction slip No_______ dt_____________ (Railway Board Letter No.2003/CEI/CT/4/PT.1 dt.12.5.2006) and to carry out the work according to the special conditions of contract and specifications of materials and works as laid down by Railway in the annexed Special Conditions / Specifications and the works as laid down by the Railway in the annexed special conditions / specifications and the South Central Railway Works Hand Book Part III corrected up to printed / advance correction slip No___ dated____ sanitary works Hand Book corrected up to printed/advance correction slip No_____ dated_____-- schedule of Rates Part II corrected up to Printed/advance correction slip No.___- dated _________ for the present contract. 3. A sum of Rs._____ __ is herewith forwarded as earnest money deposit. The full value of earnest money shall stand forfeited without prejudice to any other rights or remedies, if a) I/ we do not execute the contract documents within 7 (Seven) days after receipt of notice issued by the Railway that such documents are ready or b) I /We do not commence the work within fifteen days after receipt of orders to that effect. 4 Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work. SIGNATURE OF WITNESSES 1. 2. Date: Address of the Tenderer (s)

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 7 of 47

T.No.B/E.29/I/37/2011-12

ACCEPTANCE OF TENDER

I accept the tender and agree to pay the rates as per Standard Schedule of Rates_____ as corrected by and up to correction slip No_______ of _ enhanced / diminished by ________

percent / at par in respect of schedule A and at the rates AT PAR / diminished by _________ per cent in respect of Schedule-B.

DIVISIONAL RAILWAY MANAGER Electrical (Maintenance) SOUTH CENTRAL RAILWAY Vijayawada For and on behalf of the President of India.

Date:____________________

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 8 of 47

T.No.B/E.29/I/37/2011-12

SOUTH CENTRAL RAILWAY AGREEMENT OF WORKS


1. Contract agreement No_____ dt._______ articles of agreement made this ________day of _______ between The President of India acting through the ____________ South Central Railway Administration [herein after called the Railway which expression shall unless the context does not so admit include his successors and assignees in office of the one part and ________ [herein after called the contractor which expression shall unless excluded by the context includes his heirs, executors, administrators, successors and assignees] of the other part. 2. Where as the contractor has agreed with the Railways for the work ______________ set forth in the schedule hereto annexed up on the General Conditions of contract and the specifications of the South Central Railway and the Special Conditions and Special Specifications, if any, and in conformity with the drawings here to annexed, if any, and whereas the performance of the said work is an act in which the public are interested. 3. Whereas the balance in the security deposit after adjustment of earnest money of Rs._______ originally paid by the contractor is at the instance of the contractor recovered at 10 percent of the value of the running bills till the amount of security deposit of Rs.________ is fully recovered. 4. Whereas the contractor has furnished an irrevocable Bank Guarantee for Rs.____________(5% of Contract value) towards Performance Guarantee valid upto _____________(expiry of the maintenance period). 5. Now this indenture witnesseth that in consideration of the payments to be made by the Railway the contractor will duly perform the said works in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings and said conditions of contract on or before the _____________ date of ________ year and will be maintain the said works for a period of _________calendar months from the certified date of the completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same has been fully set forth herein), and the Railway both hereby agree that if the contractor shall duly perform the said work in the manner aforesaid and observe and keep said terms and conditions. The Railway will pay or cause to be paid to the contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates setforth in the Standard Schedule of Rates, 2002 as corrected by and up to correction slip No ___ for Vijayawada division, enhanced/diminished / At par ________ percent of Schedule ( items covered by SSR) and the rates shown in the schedule _______ for items not covered by SSR. 6. It is hereby agreed and declared that all the provisions of the said specifications, conditions of contract which have been carefully read and understood by the contractor and schedule of rates, including the general instructions contained in page _______ thereof shall be as binding up on the contractor and up on the Railway Administration as if the same has been repeated herein and shall be read as part of these presents.

Signature of the contractor Name of the Contractor Address Signature of witness with address to

Date: Signature Designation For and on behalf of the President of India. South Central Railway.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 9 of 47

T.No.B/E.29/I/37/2011-12

ANNEXURE III PRICE SCHEDULE Name of the work: Vijayawada Division : Provision of WIFTUs to pumping installations.
(Est.Sanc.No. B/E. 252/PE/Est./46/10-11, Dt.12.5.11) Allocation: 43.36.76.03 Period of completion: 90 Days. Period of Maintenance: 12months

Schedule A
Item No. 1. Description Supply, Installation, Testing and commissioning of Wireless intelligent Field terminal unit(WIFTU) -1 consisting of i) Special purpose wireless INTELLIGENT programmable monitoring and control unit (Make : ABB/Siemens/Mitsubishi) ii) Energy meter (Make : Conzerv) iii) Wireless Data Transmission equipment enabled with I/O port. iv) Enclosure for WIFTU-1(1200mm x 900mm x 300mm) v) Auxiliary contacts will be based on no.of pumps. vi) All connecting accessories (SMPS, Relays, MCBs, Auxiliary contacts, TBs, FTBs, CTCoils, Converter, DIN Rail, Cable Drafts, Wire bundles (0.5, 1, 4, 6, 10Sq.mm core), Switches, Lamps (R,Y,G,B). a) Supply. b) Installation, testing and commissioning. c) Supply and providing of 80mm/3 Valve Electrically actuated butterfly valve. 2. Supply, Installation, Testing and commissioning of Wireless intelligent Field terminal unit(WIFTU) -2 consisting of i) Special purpose wireless INTELLIGENT programmable monitoring and control unit (Make : ABB/Siemens/Mitsubishi) ii) Energy meter (Make : Conzerv) iii) Wireless Data Transmission equipment enabled with I/O port. iv) Enclosure for WIFTU-2(1200mm x 900mm x 300mm) v) Auxiliary contacts will be based on no.of pumps. vi) All connecting accessories (SMPS, Relays, MCBs, Auxiliary contacts, TBs, FTBs, CTSignature of the tenderer 01 01 05 Set Set No. 470000.00 25000.00 73847.00 470000.00 25000.00 369235.00 Qty., Unit Rate `. Value `.

DRM/Elecl.,/Maint.,/BZA

Page 10 of 47

T.No.B/E.29/I/37/2011-12

Item No.

Description Coils, Converter, DIN Rail, Cable Drafts, Wire bundles (0.5, 1, 4, 6, 10Sq.mm core), Switches, Lamps (R,Y,G,B). a) Supply.

Qty.,

Unit

Rate `.

Value `.

01

Set Set

414000.00 25000.00

414000.00 25000.00

3.

b) Installation, testing and commissioning. 01 Supply, Installation, Testing and commissioning of Wireless intelligent Field terminal unit(WIFTU) -3 consisting of i) Special purpose wireless INTELLIGENT programmable monitoring and control unit (Make : ABB/Siemens/Mitsubishi) ii) Energy meter (Make : Conzerv) iii) Wireless Data Transmission equipment enabled with I/O port. iv) Enclosure for WIFTU-3(1200mm x 900mm x 300mm) v) Auxiliary contacts will be based on no.of pumps. vi) All connecting accessories (SMPS, Relays, MCBs, Auxiliary contacts, TBs, FTBs, CTCoils, Converter, DIN Rail, Cable Drafts, Wire bundles (0.5, 1, 4, 6, 10Sq.mm core), Switches, Lamps (R,Y,G,B). a) Supply. 01 b) Installation, testing and commissioning. 01 Supply, Installation, Testing and commissioning of Wireless intelligent Field terminal unit(WIFTU) -4 consisting of i) Special purpose wireless INTELLIGENT programmable monitoring and control unit (Make : ABB/Siemens/Mitsubishi) ii) Energy meter (Make : Conzerv) iii) Wireless Data Transmission equipment enabled with I/O port. iv) Enclosure for WIFTU-4(1200mm x 900mm x 300mm) v) Auxiliary contacts will be based on no.of pumps. vi) All connecting accessories (SMPS, Relays, MCBs, Auxiliary contacts, TBs, FTBs, CTCoils, Converter, DIN Rail, Cable Drafts, Wire bundles (0.5, 1, 4, 6, 10Sq.mm core), Switches, Lamps (R,Y,G,B). a) Supply. 01 01 b) Installation, testing and commissioning. Supply, Installation, Testing and

Set Set

414000.00 25000.00

414000.00 25000.00

4.

Set Set

421000.00 25000.00

421000.00 25000.00

5.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 11 of 47

T.No.B/E.29/I/37/2011-12

Item No.

Description commissioning of Wireless intelligent Field terminal unit(WIFTU) -6 consisting of i) Special purpose wireless INTELLIGENT programmable monitoring and control unit (Make : ABB/Siemens/Mitsubishi) ii) Energy meter (Make : Conzerv) iii) Wireless Data Transmission equipment enabled with I/O port. iv) Enclosure for WIFTU-6(1200mm x 900mm x 300mm) v) Auxiliary contacts will be based on no.of pumps. vi) All connecting accessories (SMPS, Relays, MCBs, Auxiliary contacts, TBs, FTBs, CTCoils, Converter, DIN Rail, Cable Drafts, Wire bundles (0.5, 1, 4, 6, 10Sq.mm core), Switches, Lamps (R,Y,G,B). a) Supply. b) Installation, testing and commissioning. c) Supply and providing of 80mm/3 Valve Electrically actuated butterfly valve.

Qty.,

Unit

Rate `.

Value `.

01 01 03

Set Set No.

416000.00 25000.00 73847.00

416000.00 25000.00 221541.00

6.

Supply, Installation, Testing and commissioning of Central Wireless intelligent Monitoring and Control unit (CWIMCU) consisting of i) Application Software with Web Designs and Database (Make: Cybermotion Technologies Pvt., Ltd.,) ii) Uninterruptible power supply (One hour back up). a) Supply. b) Installation, testing and commissioning. 01 01 Set Set 353000.00 25000.00 353000.00 25000.00

TOTAL : 3228776.00 (Rupees thirty two lakhs twenty eight thousand seven hundred and seventy six only) (a) Percentage above / at par / below on Schedule A. i) In figures:. ii) In words:. NOTE :
1. The contractor/tenderer has to quote a uniform percentage rate above/below/at par on the total of items in the Schedule both in figures and words. If there is any variation in between the percentage rate quoted in words and figures, the percentage rate quoted in words will be taken as correct and final. The contractor/tenderer should not quote

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 12 of 47 T.No.B/E.29/I/37/2011-12 different percentage rates for different items of the schedule and offered with different percentage rates for different items the schedule are liable to be rejected. 2. 3. The contractor/tenderer has to sign at the bottom of every page of the tender schedule. The Make, Brand of all the Items to be supplied shall be of from the approved list. The items not covered in the approved list shall be from a reputed make with ISI mark and should be got approved by ADEE / Sr.DEE/M/BZA before execution of the work. The contractor/tenderer should offer all the materials for inspection before execution of work and inspection will be done by the authorized Railway representative. Any Item / Items of the work should be done by the contractor as per the specification. However for any modification / Alterations of the Items / Work as per site conditions / requirements should be done, as desired by the Railway Site Engineer. The contractor/tenderers are advised to inspect the site before quoting the tenders. The rates quoted should be firm and inclusive of all fixed and variable taxes. Two copies of Technical Manuals, Catalogues, Technical specifications issued by OEM of major installations are to be supplied by the contractor. The Drawings mentioned in the Specification / Schedule, may be verified in the Sr.DEE/M/BZA Office during the working days.

4. 5.

6. 7. 8. 9.

10. The Payment shall be arranged as per clause 40 of Conditions of Tender. 11. For purpose of inspection of the materials, to be supplied by the contractor by RITES/RDSO/Railways, the contractor shall give two weeks notice to the nominated authority of the railway with a copy of the list of materials and quantity ready for inspection. 12. Dismantling of the existing items if any and the same should be handed over to concerned site Engineer at his stores. 13. As erected drawings in duplicate shall be submitted by the contractor along with the bill on completion of the work. 14. Please Ensure that all worksites are protected on DMRC pattern wherever worksites happen to be in the vicinity of passenger movement etc.,.

Signature of the Tenderer.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 13 of 47

T.No.B/E.29/I/37/2011-12

ANNEXURE IV Schedule "C" LIST OF APPROVED SUPPLIERS


Sl. No. Description Approved sources of supply.

-Nil-

Authenticity Certificate
(From the manufacturers / Authorised stockists) Certified that M/s or Sri ...........have purchased the following luminaries / cables / switch gear / meters as per Invoice No. Dt. for execution of the contract agreement No. for the work ......... The material are supplied to the aforesaid contract are genuine. Sl.No. Description Qty.

Note : Authrised stokists should enclose the authorization certificate issued by the manufacturers..

Signature of the tenderer.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 14 of 47

T.No.B/E.29/I/37/2011-12

ANNEXURE V

SPECIFICATION NO. B/E.G/1


1. SPECIFICATIONS OF WEB BASED AUTOMATION OF PUMPS 1. Scope Broadly, the scope covers supply and installation of Web-based Pump Automation System (WPAS) with General Packet Radio Service (GPRS) communication along with the associated hardware and software. This specification is intended to address technical requirements, construction, installation, performance and testing for both single phase and three phase supply. 2. Reference standards IS : 616-1986 (reaffirmed 1998) : Safety requirements for mains operated electronics or related apparatus for household and similar general use. IEC: 60529: 2001 Degree of protection provided on enclosures (IP Code). IEC 61149 or equivalent IS standard or other acceptable standard by neutral and recognized agency : Safety of Mobile Radios. ISO Certification. Electrical Contractors License Grade B.

3. Working Principle-Components of the system. The proposed scheme would offer the following advantages: better and more control options, improvement in system efficiency/performance, safety of equipment/people, and reduction in downtime by way of timely maintenance attention. The tube well pumps in use are often located in remote and hard to reach areas which renders difficult, the task of switching them ON/OFF. To deal with this problem, it is proposed to have TRUs (Remote Terminal Units) at the tube well pump sites. The RTUs shall be responsible for controlling these pump sites. These RTUs will communicate, via GSM/GPRS, to a Central station. LCS can be provided at major locations where there are multiple pump sites. Pumps at wayside stations can be controlled from the LCS situated at the nearest major location. The various LCSs in a division shall communicate via (wired) internet with a Central Station (CS) which shall log the data in one centralized location where the main report generation shall be carried out. The CS shall generally be located at divisional headquarters. In the event of failure of. LCS, the concerned WIFTUs will communicate directly with and be controllable from the central station via GSM/GPRS. It shall be possible, at a future date, to integrate the Server in to a larger system of automation which might encompass the entire zonal railway(s) the WIFTUS should be operated from a local control station or from a central station using INTERNET. All the WIFTUs should be Monitored & Controlled as defined by the user from anywhere across the Globe using a PASSWORD/ USER NAME as defined by the user.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 15 of 47

T.No.B/E.29/I/37/2011-12

4.

RTU1

RTU2

RTUn
Communication Modes 1. GSM/GPRS 2. TCP/IP (Wired / Wireless) 3. RS485 4. OFC 5. RF

Local Ctrl Station 2 RTU1 RTU2 RTUn

Emergency Warning Alarms via GSM


(SMS to Nominated Personnel)

RTU1

RTU2

RTUn

Internet connectivity mode 1. GPRS Modem 2. Satellite link

Local Ctrl Station n

Central Server

Local Ctrl Station 1

5. Broad design consideration for the proposed solution. The basic design consideration for such a system should cover the following. 1. Acquiring important data like water flow, level (Level of OHT & GLR), pressure, current, voltage, power factor, frequency and even through field instruments. The data could be either digital or analog. 2. Transmit the analog / digital data by WIFTU hardware which will have analog/ digital modules, GSM ModemGPRS communication, inbuilt memory for storage and provision for On/Off. 3. Monitor, archive, analyze the logged data and generate control signals, event history, alarms, management reports and graphical presentation of all the WIFTUs. 4. The system should be capable of transferring the data from the WIFTU, to LCS & also to the central web server using a application software. 5. The application software should be designed as defined by user & display the SCREENs accordingly. 6. The application server should be given provision to modify the SCREEN / Any changes in the WIFTUs as defined by the user. 7. In case of WIFTUs if the OHT or the GLR is far away approx. 1 Km(one km) from the WIFTU, It should be operated wirelessly.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 16 of 47

T.No.B/E.29/I/37/2011-12

8. If the remote pump site has multiple pumps which are running alternative, and there only one WIFTU has to be installed & the I/Os to the respective pumps has to be started through that WIFTU only. 9. Site details shall be obtained by the tenderer by visiting to the pump houses before quoting the tender. 5.1. Parameter Monitoring : The monitoring system should bifurcate the monitoring parameters in to three basic types. Analog Parameters : An analog parameter should provide output at regular interval of 15 minutes which should be remotely configurable via web based CS software. For a typical water system, it can be (say) : Flow Temperature Pressure Over Head Tank GLR

Digital Parameters : A digital parameter should provide status or alarm situation for the monitored equipment, for a typical pumping system, it can be: Pump status Sequential Packet Protocol (SPP) failure. Overload failure Level switch Valve open / close.

Electrical Parameters : The typical lists of Electrical parameters to be captured are as follows: Voltage of each phase Current in each phase Neutral current PF kW each phase and total kVA each phase and total Metering KWH cumulative

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 17 of 47

T.No.B/E.29/I/37/2011-12

6.0

Metering KVAH cumulative Technical Requirements :

Technical details in respect of the system required for automation system of the tube wells are furnished as follows. The system should be designed to take care of additions and upgradations that might become necessary in the future, there should be provision for expandable I/Os both at the WIFTU and also at the Central Server. The scope of work shall include the following activities and any other activity which may be required to run the system successfully. i. The WIFTU field device should be able to send data to the centralized application hosted on web. The integrated energy meter of WIFTU should be based on open protocol like Modbus and should not be proprietary protocol of meter manufacturer. Control wiring in the Motor starter should be designed in a way that the Motor can be operated manually by pressing Start and Stop buttons on Starter Panel or automatically by WIFTU device without any changeover switch. The proposed WIFTU application system should be hosted at a Central station. Data Centre and the system must be web based. The WIFTU application software should be controllable through a web browser via internet. There should not be any requirement of paid client license on the user workstation. The WIFTU filed device should log the following electrical parameters at without time interval and send the Data Centre. a) Voltage and Current for all 3 phases. b) Frequency c) Energy (Active, Apparent, Reactive) d) Power Factor phase wise e) Total Power Factor (calculated and displayed for each interval) f) Power (Active, Apparent, Reactive) vi. vii. viii. ix. Hardware unit should have 4nos 4-20 mA Inputs with capability to integrate with sensors like Flow, Pressure and Level etc., Scheduled On/Off of the motor (scheduled On/Off: should be programmed through the website). There should be provision for remote OnOff of the motor of the motor from LC,CS and also from anywhere in the Globe through Internet. There should be provision of manual On/Off of the motor of the motor from LC,CS and also from anywhere in the Globe through Internet. There should be facility to view reports for : Signature of the tenderer

ii.

iii.

iv.

v.

x.

DRM/Elecl.,/Maint.,/BZA

Page 18 of 47

T.No.B/E.29/I/37/2011-12

KWh reporting between a start date & time and end date & time with bar graphs on hourly and daily basis. Total cumulative consumption between a start and end date of water pump.

xi. xii.

There should be provision to select individual water pump and switch it remotely. There should be provision to define schedules with the conditions like : a. Pump operations for fixed hours despite power outage, as per defined schedule. b. Operational hours reset on daily basis cumulative kWh and running hours etc.,

xiii.

There should be provision for online display of graphical charts for : a) Active b) Apparent c) Reactive

xiv.

There should be provision to defined group of pumps and define the reports on groups basis like cumulative kWh and running hours etc., Markings: All markings / indications shall be placed in the vicinity of the components to which they refer and shall not be placed on removable parts. The web application should generate Alarms and send SMS messages to minimum four mobile users i.e., (SSE, AEE. & Sr.DEE) for the following conditions: a) Electricity supply failure to the motor. b) Pump overdue POH. (Date, Month, Year) of POH due date to be entered in the system.

xv.

xvi.

xvii.

Pump failure History : a) The system should be capable of keeping the history of pump failure data for the last 3 years. b) History of replacement of different pumps with makes.

xviii. The system should have the facility to view reports for pumps stopped due to the following reasons. a) Single phasing b) Reverse phase sequence c) Unbalance in phase voltages d) Overloading of pump motor e) Dry run f) Earth leakage in pump motor General features of the controller : A 32-bit ARM based controller should be RISC architecture and it should operate at 50MHz. Hardware division and single cycle multiplication should be performed. DRM/Elecl.,/Maint.,/BZA Signature of the tenderer

Page 19 of 47

T.No.B/E.29/I/37/2011-12

It should have 26 interrupts with eight priority levels and is integrated with Nested Vectored Interrupt Controller (NVIC) which provides deterministic interrupt handling. The controller should support tail-chaining, and it should be able to enable back to back interrupts to be performed without the overhead of state saving and restoration. It should have internal memory of 64 KB flash with code protection by marking the memory blocks as read-only or execute only and 8KB single-cycle SRAM. It should have three programmable timers which should be configured as 32-bit timers or 16 bit timers or event counters. When configured in 32-bit mode, a timer should run as a periodic timer, one shot timer and Real-Time Clock (when 32.768 Khz external clock is used as input). It should have watch dog timer that should be used to regain control when a system fails due to a software error or due to external device failure. The controller should have 6 Nos.of 10-bit ADC single ended input channels with a sample rate of 1 Msps (Million samples per second). It should have minimum two fully programmable 16c550-type UARTS, that should be used as RS-232 or RS-485 communications with data transfer speeds up to 460.8 Kbps and separate FIFOs for Transmit and Receive. It should have SSI unit to synchronously serial interface peripheral devices and configured as either master or slave. The controller should have additional port to monitor the I/O pins and minimum of 30 GPIOs which can be configured as digital inputs or digital outputs and are 5V tolerant. The operating voltage of the controller should be 3.3 V and operating temperature should be range of - 40C to 85C. The controller should be from reputed make. (T.I, Atmel, Microchip). Features of WIFTU with all accessories : WIFTU should also come in an extended temperature range to endure the harsh operating environment. WIFTU should interface with existing set up of CMCU. It should have provision of reprogrammable. Data speed should be 19200 bit/s at 25 kHz and 9600 bit/s at 12.5 kHz in the air. Should have communication ports RS-232 or RS-485. Should be Millisecond Time Stamping records events to millisecond accuracy. Should have Error correction (FEC). Should have an LED display for status of No. of I/Os. Web Server (CWICMU) should monitor and control field equipment from anywhere in the globe. The WIFTU should be able to send the data to the web server for every millisecond. Signature of the tenderer

DRM/Elecl.,/Maint.,/BZA

Page 20 of 47

T.No.B/E.29/I/37/2011-12

Control wiring in the motor should be designed in the way that the motor should be operated manually by pressing stat and stop buttons on the WIFTU panel without any changeover switch.

Ping Alarming should provide automatic pinging features for selected devices on the network.

Alarm Levels must contain user-defined alarm levels with 128 available configurations. There should be a provision for remote On/Off of the motor and valve. There should be a provision of manual On/Off of the Motor and valve. System Integration should customize the system to your hardware/system specifications. The WIFTU should be log the following electrical parameters for every second. 1. 2. 3. 4. Voltage and current for all phases. Power factor Frequency Total power factor.

Automation of valves (Valve Control) : The valve should have the power range of 24VDC to 380V AC and it should be protected by double stroke limit protect for over heat and aver load. The temperature range should be 10 to + 60C. Linear design should be replaceable with Integral half O ring on the surface which acts as a body gasket & seals firmly between the flanges without use of any gasket. Safety anti-ejection circlip should keep shaft in place and it should allow easy maintenance. Complete protection should be there for shaft and valve body from fluids. Reliability of movements should be self-lubricating bearings. (Make : Danfoss) Switch Mode Power Supply : It should have the input range of 160V AC to 270V AC and the output voltage should be 24V DC (adjustable Output voltage) and the current should be 6A. LED indication should be there for input status. Efficiency should be 80% to 90%. Overload, short circuit O/P over Voltage protection should be there and should have minimum of 2 output terminals. Integrated input fuse should be there. (Make: Omran/ABB/UL) Wireless Water level indicator : The Level Sensor should sense the level of the tank at various levels. When the tank level is either low or high, it should pass the signal to the intelligent controller as programmed. The DRM/Elecl.,/Maint.,/BZA Signature of the tenderer

Page 21 of 47

T.No.B/E.29/I/37/2011-12

wireless modem should send the signal accordingly to the pump house to switch on/off the pump automatically. (STANDARD MAKE Wireless Modem). Control Panel : The panel should have the 100A rated fuse terminal unit for the incomer. The incomer should be located separately. The mains bus bar should have the glass frame door with bolted. The bus bar shall be provided with heat shrinkable of full voltage ratings and color coded. The frame of the enclosures should consist of three interlocking high precision profiles which should provide the necessary rigidity, while maintaining a high strength-to-weight ratio. The panel should have the removable gland plates at the bottom and suitable rated control transformer for control voltage. Control should be more than 360V AC and it should have provision for operating auto/manual switch, for operating the pumps manually whenever the user required and display the voltage, current & power factor readings of the running pump. The panel should be of sheet steel make, IP65 protection and direct online reversible feeders for the motor starting. Each feeder should have two power contactors for motor forward and reverse running. AMF Panel : AMF panel should have : Three phase change over, auto start/stop. Auto start the Genset when Mains fails. Auto stop the Genset when Mains restores. Automatically changes the lines from Main AC to Gen Line and vice versa. Total controlling by remote switch. Fails-to-start alarm. Auto battery charger. Start Delay Time 3-5 sec. Main restores delay time 10 sec. DG output delay time 8-10 sec. Total control of safety on DG. Low/high voltage protection. Phase failure protection. Phase reverse protection. Auto/ Manual mode selector available. Digital Volt, Amp. Hz. Meters & 4 Indication of Mains & DG in Display. Generator cranking Relay & Harness are inbuilt. 100A., 3 pole LS contactor Coil Voltage 180-260V ac. Make : (Kirloskar). Signature of the tenderer

DRM/Elecl.,/Maint.,/BZA

Page 22 of 47

T.No.B/E.29/I/37/2011-12

Wireless Automation of valves : (Optional) Wireless valve set to be supplied as per following specification and order of the purchaser for application demanded by indenter. The valve should work on 24V DC and 220V AC and should have option to work with any of the input voltage using select switch. Valve body shall be made of Cast Iron (GG20), Armature of stainless steel (AISI 430L), tube stop of Stainless Steel(AISI 304L), Spring of Stainless Steel (AISI 301). The valve should be capable to work 25 to 400 Cu. M / Hr or as if specified by purchaser, pressure range 0.25 bar or less and to 10 bar or more, the opening time 15 sec (Max) and closing time 30 sec (Max), working range of temperature from 25 degree to + 90 degree centigrade, the valve should be able to handle fluid of viscosity 50cSt (Max). The valve should be protected by double stroke limit protect from over heat and over load. Linear design should be replaceable with integral hair O ring on the surface which acts as a body gasket & seals firmly between the flanges without use of any gasket. Safety anti-ejection circlip should keep shaft in place and it should allow easy maintenance. Complete protection should be there for shaft and valve body from fluids. Reliability of movements should be with self-lubricating bearings. Suitable GSM control to be designed for operation of the valve through serve controlled coil. The valve should remain closed as long as there is no voltage across operating coil whereas valve shall open when there is differential pressure and voltage across coil. Normal dia of flange connection to be supplied as specified by purchaser in size of 2.5, 3, 4 or 6 inch. (Make: Danfoss with standard make of wireless instruments). Training : Technical operational and maintenance training has to be provided by the firm to enable Railway staff to become familiar with the system operation and maintenance of all the components & equipment. The firm has to provide the training at least for a period of one month. -x-

Signature of the tenderer.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 23 of 47

T.No.B/E.29/I/37/2011-12

SPECIFICATION NO. B/E.G/1


1.

SPECIFICATION FOR U.G. CABLE:


(a) For XLPE LTUG cable: Supply, laying, testing and connecting of Cross linked polyethylene (XLPE) insulated, PVC outer sheathed with galvanized round steel wire or strip cable or steel strip cable with aluminium conductor for rated voltage of 1100Volts grade confirming to IS:7098 Part I of latest .

2.

Specification for laying of UG cable and Excavation cable trench: The cable trench shall be of 750 mm. deep and 400mm. wide for LT UG cables and 1000mm deep & 400 mm. wide for HT UG cable . The cable trench shall be filled with a layer of sand of 50mm. and cable laid over the sand. The cable shall be covered with a layer of bricks, length of the brick being perpendicular to cable before filling up. Whenever the cable laid across the Track/Road/Culvert, the trench shall be of 1000mm. depth and 400mm. width. 4 SWG / 8 SWG G.I wire should be run along with the cable for earth continuity for HT/LT UG cable respectively. Cable laying and closing of cable trench shall be done only in presence of Railway Representative. The cable trench when covered and settles down shall be in level with adjoining ground and there shall be no pits/cavities. If the cable is crossing the road, the tar/cement should be covered with tar/cement only, when the trench is closed. When the cable laid across track or road or culvert of drainage, the cable shall be taken through a spun concrete pipe 150mm dia (Heavy duty) of adequate length. One cable loop on each end of adequate dia area to be left at both termination ends based on minimum bending radious stipulated in IS specification for cable laying. Cable maker shall be provided at every 6 mtrs., intervals to indicate the cable route. Cable termination on Rail post/ Tubular posts shall be through GI pipe of suitable dia at a height of 2 mtrs., clamped properly to the post. Relevant I.E. rules and code of practice for laying of UG cable shall be followed. Cable ends are provided with suitable size of cable lugs for fixing and connecting.

Note: If the cables laid up on walls/PF shelter /trusses/beams/PF shelter columns etc., with proper clamping arrangements shall be made by the contractor including supply of clamps with bolts and nuts etc., --X--

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 24 of 47

T.No.B/E.29/I/37/2011-12

SOUTH CENTRAL RAILWAY


GENERAL CONDITIONS OF CONTRACT

I / We have gone through the General conditions of contract governing the performance of work covered by this Tender. I / We have kept myself / our selves fully informed of the provisions of these general conditions. I will follow the General conditions of contract of SC Rly. as amended from time to time and in token of acceptance I / we ,am/are appending my/our signature below.

Signature of the Tenderer

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 25 of 47

T.No.B/E.29/I/37/2011-12

ANNEXURE-VI
( REGULATIONS FOR TENDERS AND CONTRACTS FOR GUIDANCE OF CONTRACTORS FOR ELECTRICAL ENGINEERING WORKS) MEANING OF TERMS. 1.0 DEFINITIONS: 1.1 In these regulations for tenders and contracts the following terms shall have the meaning assigned hereunder except where the context otherwise requires. (a) Railway shall mean the President of the Republic of India or the Administrative officer of South Central Railway or the successor Railway authorized to invite tenders and enter into contracts for works on his behalf. (b) General Manger shall mean the officer in Administrative charge of the whole of South Central Railway and shall mean and include the General Manger of the successor Railway. (c) Principal Chief Electrical Engineer shall mean the officer in charge of the Engineering department, South Central Railway. (d) Divisional Railway Manager shall mean the administrative officer in charge of the division of South Central Railway for the time being. (e) Divisional/Sr. Divisional Engineer shall mean the officer in charge of the division or district of South Central Railway. (f) Tenderer shall mean the person/ the firm or the company who tenders for the works with a view to secure the work on contract with the Railway and shall include their personal representatives, successors and permitted assignees. (g) Limited tenders shall mean tender invited from all or some contractors from the approved list of contractors with the Railway. (h) Open tenders shall mean tenders invited in open and public manner and with adequate notice. (i) The work shall mean the works contemplated in the drawings and schedules set forth in the tender forms and description of contract and required to be executed according to specifications. (j) Specification shall mean the specifications, materials and works, South Central Railway issued under the authority of the Principal Chief Electrical Engineer or as amplified, added to or superseded by special specifications, if any, appended to the tender forms. (k) Schedule of rates, South Central Railway shall mean the schedule of rates issued under the authority of the Principal Chief Electrical Engineer from time to time. (l) Drawings shall mean the drawings, plans and tracing or prints thereof annexed to the tender forms. 1.2 2.0 SINGULAR AND PLURAL: Words imparting the singular number shall also include the plural and vice versa where the context requires. INTERPRETATIONS: These regulations for tenders and contracts shall be read in conjunction with the General Conditions of the Contract which are referred to herein and shall be subject to modifications, additions, super cessions by special conditions of contract and/ or special specifications, if any, annexed to the tender forms.

3.0 A contractor who has not carried out any work so far on this Railway should furnish credentials particulars regarding. a. his position as an independent contractor. b. His capacity to undertake and carry out works satisfactorily, as vouched for by a responsible official or firm. c. His previous experience on works similar to that to be contracted for, in proof of which original certificates or testimonials may be called for and their genuineness verified, if need be, by reference to the signatories thereof.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 26 of 47 T.No.B/E.29/I/37/2011-12 d. His knowledge, from, actual personal investigation, of the resources of the zone or zones in which he offers to work e. His ability to supervise the work personally or by competent and duly authorized agents. f. His financial position. 3.1 OMISSIONS & DISCREPANCIES: Should a tenderer find discrepancies in, or omissions from the drawing or any of the Discrepancies tender forms or should he be in doubt to their meanings he should at once notify the authority inviting who may send a written instruction to all tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof. 4.0 GENERAL INFORMATION: 4.1 Tender forms in the prescribed form may be obtained from the office of the Divisional Railway Manager, Electrical (Maintenance), S.C. Railway, Vijayawada, on production of cash receipt for each tender form at the rates in the tender notice, if the tender form is obtained in person and Rs.500/should be paid extra for each tender, if the tender form is required to be sent by post. If any plan/drawing is attached with the tender form, Rs. 200/- for plan / drawing will be levied extra. The amount towards the cost of tender form may be remitted to the Divisional Cashier (Pay) S.C.Railway, Vijayawada, Guntur, Secunderabad, Hyderabad, Guntakal and Nanded, Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway and the receipt obtained thereof should be submitted to this office with a requisition for issue of tender form. Money Orders, Postal Orders, etc, will not be considered for issue of tender forms. The tender forms are not transferable and the cost of the tender form is not refundable. This office will not entertain direct payment. Tender Number, Description of the work, etc. should be written on the sealed cover addressed to the Divisional Railway Manager, Electrical (Maintenance), S.C.Railway, Vijayawada. 4.2 The Tender forms are available for sale in the office of Divisional Railway Manager, Electrical (Maintenance), S.C.Railway, Vijayawada and also in S.C.Railway Web site. 4.3 Tender conditions/other particulars are available in the tender documents on our website at http://tender.gov.in which can be downloaded. 4.4 The perspective tenders are advised to visit website http://tenders.gov.in before the date of tender opening to note any changes /corrigenda for any tender. 4.5 The tender notice is also displayed in the Notice board located in the office of Divisional Railway Manager, Electrical (Maintenance,) S.C.Railway, Vijayawada. 4.6 The Railway reserves the right to cancel the tender without assigning any reason thereto. 4.7 Venue: Tender documents, duly completed in all respects shall be dropped in the Tender Box kept for the purpose at Divisional Railway Managers Office, Electrical (Maintenance), South Central Railway, Vijayawada, Krishna District (or) may be sent by post to Divisional Railway Manager, Electrical (Maintenance), South Central Railway, Vijayawada, Krishna District(A.P.). Railway is not responsible for any delay in transit (or) loss of Tender form sent/received by Post. 4.8 If the date of opening happens to be a holiday, the tenders will be opened on the next working day. 4.9 Tender schedules are also available on web site as an attachment to the Tender Notice and the same can be down loaded and used as tender document for submitting the offer. However, the cost of tender document as indicated above has to be deposited by the Tenderer in the form of a bank draft payable in favour of Senior Divisional Finance Manager, S.C. Railway, Vijayawada or original money receipt obtained from Divisional Cashier (Pay) S.C.Railway, Vijayawada, Guntur, Secunderabad, Hyderabad, Guntakal, Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway along with the Tender document. This should be paid separately and not clubbed with the Earnest Money deposit. If tenderers down load tender documents from Website and do not enclose proper value towards the cost of tender form, their tender shall be considered as invalid.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 27 of 47

T.No.B/E.29/I/37/2011-12

4.10 Tenderers are free to down load the tender document from the website at their own risk and cost for the purpose of perusal and to use the same as tender document, if so desired for submitting their offer. If the offer of the any tenderer who has submitted the Tender document down loaded from the website is accepted, the contract agreement will be prepared based on the master copy of the document and will be binding on the contractor. The Railway does not own any responsibility for any alteration/omission in the contents of the Tender form uploaded on the web site. No claim on this account will be entertained. The administration will not own any responsibility, if website is not opened for downloading / uploading the tender documents due to any technical snag. 4.11 WARNING: It is hereby brought to the notice of all prospective tenderers that if any change/additions/deletions/alterations are found to be made by them and the same is subsequently detected / noticed at any stage even after award of the contract, all necessary action including banning of business would be taken. In addition, the tenderers are liable to be prosecuted under law. 5.0 5.1 EARNEST MONEY: The tenderer shall be required to deposit earnest money with the tender for the due performance of the stipulation to keep the offer open till such date as might be specified in the tender. It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is permitted to tender in consideration of the stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Principal Chief Engineer, Divisional Railway Manager, Divisional Engineer, Sr. Divisional Engineer of South Central Railway. Should a tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway. The details of Earnest money are furnished in the Tender notice and also as per clause No. 5.0 of Conditions of Tender. The sum mentioned in 5.1 above constitutes the earnest money. If his tender is accepted this earnest money will be retained as part of security for due and faithful fulfillment of the contract in terms of clause 16 of the General Conditions of the Contract. The earnest money deposit of the other tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession nor be liable to pay interest thereon.

5.2

6.0 CARE IN SUBMISSION OF TENDER: (a) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works, are taken into account and that the percentage/rates he enters in the tender forms is/are adequate and all inclusive to accord with the provisions in Clause 37 of the General conditions of Contract for the completion of works to the entire satisfaction of the Engineer. (b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorised to enter into commitments on their behalf. The Railways will not be bound by any power of attorney granted By the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. 7.0 RIGHT OF RAILWAY TO DEAL WITH TENDERS: The Railway reserves the right of not to invite tenders for any work or works, to invite open or limited tenders, and when tenders are called, to accept a tender in whole or in part or reject any tenders or all tenders without assigning reasons for any such action. 8.0 EXECUTION OF CONTRACT DOCUMENTS: The tenderer whose tender is accepted shall be required to appear at this office of the General Manager, Principal Chief Electrical Engineer, Senior Divisional Electrical Engineer or Divisional Electrical Engineer, as the case may be in person, or if a

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 28 of 47 T.No.B/E.29/I/37/2011-12 firm or corporation , a duly authorized representative shall so appear and to execute the contract documents within seven days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies. In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as herein-before provided the Railway may determine that such tenderer has abandoned the contract and there upon his tender and the acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the earnest money and to recover Performance guarantee as per clause No. 24 of conditions of tender. 9.0 FORM OF CONTRACT DOCUMENT: Every contract shall be completed in respect of the documents it shall so constitute. Not less than two copies of the contract documents shall be signed by the competent authority and the contractor and one copy given to the contractor. The contract documents required to be executed by the tenderer whose tender is accepted shall be the agreement. 10.0 FORM OF QUOTATION: (a) The Tender shall be submitted in the prescribed form annexed hereto at page- quoting a percentage above or below or at par the rates shown in printed schedule of Rates, South Central Railway. The percentage quoted must be clearly written in figures and in words. (b) Tenderers are not permitted to quote different percentages for different chapters or different items, and in the percentage quoted fraction is permitted. The percentage quoted MUST BE FIRM PRECISE AND UNCONDITIONAL. (c) The Tenderers should quote rates in figures and in words, on the total value of the schedules. Whenever there is a difference between the rates quoted in figures and in words, the rates quoted in words will be taken as correct. (d) If any item is excluded by the Tenderer in submitting his tender the Principal Chief Engineer/Divisional Railway Manager/ /Senior Divisional Electrical Engineer may reject the tender. Place: _____________________________ Date : Signature of Tenderer/Tenderers

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 29 of 47

T.No.B/E.29/I/37/2011-12 ANNEXURE-VII

CONDITIONS OF TENDER
1 The drawings for the Works can be seen in the office of the Divisional Railway Manager, (Electrical), South Central Railway, Vijayawada at any time during office Hours. General Conditions of Contract and Specifications for Materials and works of South Central Railway , can be seen at the Office of Divisional Railway Manager (Electrical),South Central Railway, Vijayawada or had on payment at the rates fixed for each book from time to time. The Tenderer/Tenderers shall quote percentage rates for items covered by Schedules (items covered by Schedule-A and Schedule -B). The quantities shown in the attached Schedules are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy, the Railway does not guarantee work under each item of the Schedule. Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by the tenderer/tenderers in his/their entries must be attested by him/them.

5.0 EARNEST MONEY DEPOSIT: 5.1 The tender must be accompanied by the sum as advertised in the tender notice as earnest money deposited in cash or in any of the forms mentioned below failing which the tender will not be considered and will be summarily rejected. The earnest money shall be as below on the estimated tender value as indicated in the tender Notice. The Earnest money shall be rounded to the nearnest Rs.10 (Rs. Ten only). This earnest money shall be applicable for all modes of tendering. S. No. A B Value of work EMD For works with Estimated tender 2% of the Estimated tender value value costing up to Rs. 1 Crore. For works with Estimated tender Rs.2 Lakh plus % (half per cent) of the value costing above Rs. 1 Crore. excess of estimated cost of work beyond Rs.1 Crore subject to a maximum of Rs. 1 crore.

5.2

5.3

The Earnest money should be in any of the following forms: 1. The Earnest Money should be in cash or in the form of Deposit Receipts, Pay orders or Demand Drafts executed by State Bank of India or any of the Nationalised Banks or by a Scheduled Bank. Earnest Money Deposit in the form of cash paid to Divisional Cashier (Pay), S.C.Railway, Vijayawada and the cash receipt in original should be submitted along with the offer. Demand Drafts drawn in favour of Sr.Divisional Finance Manager, S.C.Railway, Vijayawada or FDR drawn in favour of Sr.Divisional Finance Manager, S.C.Railway, Vijayawada with the on account name of the tenderer should be submitted along with the offer. The tenderer should furnish the postal address, e-mail address, fax No. and phone No. of the Bank issuing the FDR towards EMD. Any other form of EMD includng guarantee bonds etc. other than cash/DD /FDR /Pay orders is not acceptable.

2.

3. 4.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 30 of 47 T.No.B/E.29/I/37/2011-12 5.4 The Standing Earnest Money Deposit, if any with the Railway will not be considered for the purpose of this Tender. 6.0 VALIDITY OF THE OFFER: (i) The Tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of tender, within which period the tenderer cannot withdraw 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 Security Deposit for due performance of the foregoing stipulations. The tenderer shall hold the offer open till such date that may be specified in the tender.

(ii)

(iii) It shall be 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 on his part that after submitting his tender, he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to Divisional Railway Manager South Central Railway, Vijayawada. Should the tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as security for the due performance of the above stipulation shall be forfeited to the Railway. 7.0 If the tender is accepted, the amount of earnest deposit will be held as security deposit for the due and faithful fulfillment of the contract. The earnest money of the unsuccessful tenderer will save as herein before provided, be returned to the unsuccessful tenderers but the Railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest thereon. 8.0 It shall not be obligatory on the said authority to accept the lowest tender and no tenderer/ tenderers shall demand any explanation for the cause of rejection of his / their tender. 9.0 If the tenderer deliberately gives/tenderers deliberately 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. 10.0 If a tenderer expires after the submission or his tender of after the acceptance of his tender, the railway shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the railway shall deem such tender as cancelled, unless the firm retains its character. 11.0 The earnest money including the amount taken as security deposit for the due performance of the stipulation to keep the offer open till the date specified in the tender will be refunded to the unsuccessful tenderer/ tenderers within a reasonable time. The earnest money deposited by the successful tenderer/tenderers will be retained towards the security deposit for the due and faithful fulfillment of the contract but shall be forfeited if the contractor fails/contractors fail to execute the Agreement Bond or start the work within a reasonable time (to be determined by the Engineer-incharge) after notification of the acceptance of his/their tender. 12.0 a) The tenderer is / tenderers are required to produce along with his/their tender an attested certificate from the Employer/Client, audited balance Sheet, duly certified by the Chartered Accountant etc. b) Documents testifying to the Tenderers/Tenderers previous experience and financial status should be produced when desired by the railway. 13.0 Tenders must be enclosed in sealed covers, super scribed The Tender for __________________ and must be sent by Registered Post to the address of Divisional Railway Manager(Electrical, Maintenance), South Central Railway, Vijayawada so as to reach his office not later than 15-30 hours. on the prescribed date of opening or deposited in the Special Box allotted for the purpose in

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 31 of 47 T.No.B/E.29/I/37/2011-12 the office of the Divisional Railway Manager(Electrical, Maintenance) Vijayawada. This will be sealed at 15-30 hours on the prescribed date of opening. 14.0 Non-compliance with any of the conditions set forth herein above is liable to result in the tender being rejected. 15.0 The authority for acceptance of the tender does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider any particular tenderer / tenderers 16.0 The Successful Tenderer/Tenderers shall be required to execute an agreement with the President of India acting through the Principal Chief Electrical Engineer/Chief Electrical Engineer/ Engineer-inchief/Deputy Chief Electrical Engineer (Constructions), Divisional Railway Manager/ Divisional Electrical Engineer/ Senior Divisional Electrical Engineer of the Railway for carrying out the work according to the General Conditions of the Contract and specifications for works and material of South Central Railway including correction slips issued from time to time. 17.0 Should the Railway decide to negotiate with a view to bringing down the rates, the tenderer called for negotiations should furnish the following form of declaration before commencement of negotiations. I/We_______________________do declare that in the event of failure of the contemplated negotiations relating to Tender No______opened on ____________my original tender shall remain open for acceptance on its original terms and conditions. I/We also declare that I/we am/are aware that during this negotiation, I/we cannot increase the originally quoted rates against any of the individual items and that in the event of my/our doing so, the same would not be considered at all ie. Reduction in rates during negotiation alone would be considered and for some items if I/we increase the rates, the same would not be considered and in lieu my/our originally quoted rates along would be considered and my/our offer would be evaluated accordingly. 18.0 Should a tenderer be a retired engineer of the gazetted rank or any other Gazetted officer working before his retirement, whether in the executive or administrative capacity or whether holding a pensionable post or not, in the Engineering Department of any of the Railways owned and administered by 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 a 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 cases where such engineer or officer has not retired from Government Service at least two years prior to the date of the submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership Firm or an incorporated company, to become a partner or director as the case may be or to make employment under the contractor has been obtained by the tenderer or the engineer or the 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/s without 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. 19.0 Should a tenderer of contractor being an individual on the list of approved contractors, have a relative employed in Gazetted capacity in the Engineering department of the South Central Railway or in the case of a partnership firm or company incorporated under the Indian company law, should a partner or a relative of the partner or a SHARE HOLDER or a relative of a SHARE HOLDER be employed in Gazetted capacity in the Engineering Department of the South Central Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tenders failing which the tender may be rejected or if such fact subsequently comes to light the contract may be rescinded in accordance with the provisions in Clause 62 of the General conditions of the contract.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 32 of 47 T.No.B/E.29/I/37/2011-12 20.0 LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT OR NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE of any grade at site for Technical Supervision of the work. This Engineer-in-charge will be responsible for safety of the traffic. The work shall be executed by the contractor in a workman-like manner to the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site and it is established during the departmental enquiry by the Railway or by Statutory enquiry of CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on the part of the contractor or his labour in not adhering to the instructions of the engineer-in-charge, the contractor shall render himself liable for damages and also legal prosecution if loss of life is involved. 21. 0 PARTNERSHIP FIRM: (a) Partnership deed is eligible if entered into and registered prior to Tender Notice. Tenderer should enclose/submit experience certificate in the same name and style as the tenderer and their credentials shall be considered fully to the extent of work executed by the partnership firm. (EXPERIENCE OF INDIVIDUAL PARTNERS WILL NOT BE CONSIDERED). (b) Any change or modification in the constitution of tendering firms for whatever purpose or intimation of any disputes by any of the partners in the firm making tendering firm ineligible, during consideration of Tender after opening of the Tender, shall be deemed to be backing out of the offer by the Tenderer. (c) PARTNERSHIP DEEDS, POWER OF ATTORNEY etc: In case of Partnership firms, an attested copy (attested either by Notary or by Gazetted Officer) of the partnership deed with latest modification of the deed should be submitted along with the tender documents without fail. The tenderer 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 tender documents on behalf of the 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 document. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of firm subsequent to the execution of the contract. It may however recognize such power of attorney and the changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. 22.0 CONSORTIUM AGREEMENTS, JOINT VENTURE AND MOUS SHALL NOT BE CONSIDERED. 23.0 PRICES: 23.1 The rates include all lead and if the materials obtained by rail all freight charges including loading charges. 23.2 Excise duty, Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be used or supplied by the contractor will be payable by the contractor. The Railway will neither pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him by way of these taxes or duties. 23.3 VARIATION OF COSTS. Labour and material (Escalation clause): General conditions of contract viz. Variation of costs Labour and material shall not be applicable to this contract. Time is the essence of contract.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 33 of 47 T.No.B/E.29/I/37/2011-12 23.4 The Railway does not guarantee work under each item of the master schedule. For example, if a gate lodge or gang hut is to be built between stations and the work order issued to the sectional contractors additional payment on account of lead or freight charges for the materials that may have to be brought by rail or by road, will not be admissible. 24.0 PERFORMANCE GUARANTEE (P.G.): 24.1 The successful bidder shall have to submit a Performance Guarantee (PG) within 30(thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60(sixty) 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(sixty) 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 retender for that work. 24.2 The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value: (i) a deposit of Cash; (ii) Irrevocable Bank Guarantee; (iii) Government Securities including State Loan Bonds at 5%(five percent) below the market value; (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks; (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; (vi) a Deposit in the Post Office Saving Bank; (vii) a Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten Years Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificates at 5%(five percent) below market value or at the face value whichever is less. Also, FDR in favour of Sr.Divisional Finance Manager, S.C. Railway, Vijayawada (free from any encumbrance) may be accepted. 24.3 The performance guarantee shall be submitted by the successful bidder after the Letter of Acceptance(LOA) has been issued, but before signing of the contract agreement. The PG shall be initially valid upto the stipulated date of completion plus 60(sixty) days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of Performance guarantee(PG) extended to cover such extended time for completion work plus 60(sixty) days. 24.4 The value of Performance Guarantee (PG) to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5%(five percent) for the excess value over the original contract value should be deposited by the contractor. 24.5 The Performance guarantee (PG) shall be released after physical completion of the work based on Completion Certificate issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on No Claim certificate from the contractor. 24.6 Whenever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or 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. 24.7 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:

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 34 of 47 T.No.B/E.29/I/37/2011-12 (i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee. (ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the clauses / conditions of the agreement, within 30 days of the service of notice to this effect by Engineer. (iii) The contract being determined or rescinded under provision of the GCC the performance guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India. 25.0 SECURITY DEPOSIT: The scale of security deposit that is to be recovered from the contractor shall be as follows: i) Security deposit for each work should be 5% of the contract value, ii) The rate of recovery shall be at the rate of 10% of the bill amount till the full security deposit is recovered, iii) Security deposits will be recovered only from the running bills of the contract and no other mode of collecting Security Deposit such as Security Deposit in the form of instruments like Bank Guarantee, Fixed Deposit etc., shall be accepted towards Security deposit. The Security deposit shall be released only after the expiry of maintenance period and after passing the final bill based on No Claim Certificate. After the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee for equivalent amount to be submitted by him. In case of contracts of value Rs. 50 crores and above, irrevocable bank guarantee can also be accepted as a mode of obtaining security deposit 26.0 DEDUCTION OF INCOME TAX, SALES TAX AT SOURCE : 26.1 In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961 the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in the case of sub contractor only when the Railway is responsible for payment of consideration to him under the contract) for carrying out any work (including supply of labour for carrying out any work) under the contract be entitled to deduct income tax at source on Income comprised in the sum of such payments. The deduction towards income tax to be made at source from the payments due to non-residents shall continue to be governed by Section 195 of the Income Tax Act 1961. No Income Tax will be deducted by the Railway on payments made for supply of materials where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles, bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at source from the payment due to non/residents shall continue to be governed by Section 195 of the Income Tax Act 1961. 26.2 Sales Tax at 4% on the materials portion of the contract will be deducted from each on account bill where it it is identifiable. Where the labour and material portion is not clearly identifiable, the labour element shall be taken as 30%. On the balance 70% of the value of the work, 4% shall be deducted pro-rata from each on account bill towards Sales tax as per extant Rules. 26.3 Implementation of the building and other construction workers(RECS) Act, 1996 and the building and other construction workers Welfare Cess Act, 1996 in Railway Contracts. The tenderer for carrying out any construction work in Andhra Pradesh (name of state) must get themselves registered from the Registering Officer under Section-7 of the building and other construction workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of State) Government and submit certificate of registration issued from the Registering Officer of the Andhra Pradesh(name of the State) Government (Labour Department). For enactment of this act, the

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 35 of 47 T.No.B/E.29/I/37/2011-12 Tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill cost of material shall be outside the purview of cess, when supplied under a separate schedule item. 27.0 The materials supplied should conform to Railways Specification in all respects & should be in accordance with approved sample. 27.1 All such materials supplied to the contractor(s) for the work either free of charge or on payment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods shed and will have to be transported by the contractor to the site of work at his cost. All such materials shall be used by the Contractor for the work in such quantities as are indicated in the schedule or in the relevant specifications or drawings or as approved by the Engineer, whose decision thereon shall be final. Wastage or damages of such materials in any manner shall be totally avoided. The contractor(s) shall be liable to the accountal for all such materials issued by Railway either free of cost or on payment excluding the permissible wastage which in case of steel materials should not in any case exceed 1% of the total quantity required for the work as per the approved drawings. No wastage under other items is permissible. Short lengths of rods should also be utilized to the extent possible by overlapping joints. 27.2 Any other materials issued in excess of the requirement(s) as above, shall be returned in perfectly good condition by the contractor(s) to the Railway at the Railway depot/Godown/Goods shed at________ immediately after completion or termination of the contract. If the contractor fails to return the said materials then the cost of such materials issued in excess of the requirement as computed by Railway according to the specification and approved drawings will be recovered from the contractor(s) at twice the prevailing procurement cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without prejudice to the right of Railway to take action against the contractors under the condition of the contract for not doing/completing the work according to the prescribed specification and approved drawings. If it is discovered that the quantity of cement, steel or any other material used is less than the quantity computed by the Railway, according to specifications and approved drawings the cost of materials not returned will be recovered at the same rates as applicable to excess issue of materials, indicated in the preceding Para. 27.3 It shall be the responsibility of the contractor to keep in safe custody any Railway material plant or equipment issued for the work. The contractor shall at his own expense provide suitable temporary shed/sheds for this purpose on the Railway land made available by the Railway free of rent and shall remove the shed/sheds when no longer required in terms of clause 30 of General conditions of contract. 27.4 If due to any reason the Railway is not in a position to make available the Railway land the Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost shed/sheds or secure private accommodation outside the Railway premises. In such a case the contractor may be permitted to take the Railway material required for the works outside the railway premises and to store in the Shed so erected or private accommodation so secured. It shall be the responsibility of the contractor to keep the railway material in safe custody and the same should be kept entire separate from the contractors material and the Railway shall have liberty to inspect the same from time to time. 28.0 For any other items not specially shown in the schedule of rates appended to the tender document, the Divisional/Executive Engineer will offer rates as per extant rules. 29.0 Railway shall not supply from its own quota to the contractors controlled or imported commodities. Assistance will, however given by recommending to appropriate authorities. Contractor applications for issue of import licenses and release of controlled commodities if the Engineer is satisfied that this material is actually required by contractor for carrying out the work and is not available in the country.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 36 of 47 T.No.B/E.29/I/37/2011-12 30.0 The contractor shall not assign or sublet the contract or any part thereof or allow any person to become interested therein in any manner whatsoever without the special permission of the Railway to rescind the contract under clause 62 of GCC and also render the contractor liable for payment to the Railway in respect of any loss or damage arising or ensuing from such cancellation. Provided always that execution of the details of the works by petty contract under the direct and personal supervision of the contract or his agent shall not be deemed to be subletting under this clause. The permitted subletting of work by the Contractor shall not establish any contractual relationship between the sub-contractor and the Railway and shall not relieve the contractor of any responsibility under the contract. 31.0 PERIOD OF COMPLETION: (i)The Railway expects that a resourceful and experienced contractor should be able to complete the work in all respects within the period as furnished in Price Schedule from the date of letter of acceptance of the Tender. (ii) Extension of time of completion will be governed by clause 17 of General Conditions of Contract. However, while granting the extension of time under clause 17 (B) of GCC, a token penalty as deemed fit based on the circumstances of the case can be imposed on the contractor without prejudice to other rights of Railway Administration as provided under GCC. (iii)Provided further that if the Railway is not satisfied that the works can be completed by the Contractor and in the event of failure on the part of the contractor to complete the work within further extension of time allowed as aforesaid, the Railway shall be entitled, without prejudice to any other right or remedy available in that behalf, to appropriate the contractors security deposit and rescind the contract under Clause 62 of these conditions, whether or not actual damage is caused by such default. 32.0 MAINTENANCE PERIOD: The work shall be maintained after completion for a period as furnished in Price Schedule by the contractor and he shall make good any defects, imperfections, shrinkages or faults which may appear at his own cost. 33.0 It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of all corrections, and amendments of the said General conditions of contract made up to the date of the execution of these presents and no objection shall be taken by the contractor on the ground that he was not aware of such amendments and corrections of the said General Conditions of Contract or to any of them. 34.0 VARIATIONS IN QUANTITIES: 34.1 The Railway reserves the right to alter the designs and drawings. If due to change of drawing or design or any other reasons, there be variations, either increase or decrease in quantities, payment will be made only for the actual quantities executed at the accepted rates. If there be sufficient cause the Railway may grant extension of the date of completion suitably. Such circumstances shall in no way affect or vitiate the contract or alter the character thereof, or entitle the contractor to damages or compensation thereof except as provided for in this contract. 34.2 The quantities of each item of work furnished in the Schedule are approximate and are intended for the guidance of Tenderer/Contractor. In actual execution of work there may be some increase in the quantities specified. Such variation upto 25% shall in no degree affect the validity of the contract and it shall be performed by the contractor as provided therein and be subjected to the same conditions, stipulations and obligations originally and expressly included and provided for in specifications and drawings and the amount to be paid there for shall be calculated in accordance with accepted schedule rates. 34.3 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.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 37 of 47 T.No.B/E.29/I/37/2011-12 34.4 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions: (a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than SA 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 unavaoidable circumstances with the concurrence of Associate Finance and shall be paid at 96% of the rate awarded for that item in that particular tender. (b) The variation in quantities as per the above formula will apply only to the individual items of the contract and not on the overall contract value. (c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with the existing contractor, with prior personal concurrence of Associate Finance and approval of Competent Authority. 34.5 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. (c) It should be certified that the Quantities proposed to be reduced will not be required in the same work at a later stage. 34.6 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. No such quantity variation limit shall apply for foundation items. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

34.7 34.8

34.9

In the event of any reduction in the quantity to be executed for any reasons whatsoever, the contractor shall not be entitled to any compensation but shall be paid only for the actual amount of work done. 34.10 The contractor is bound to notify the Engineer at least seven days before the necessity arises for the execution of any item in excess of 25% of the over all value of the agreement. 34.11 In case the contractor fails to attend the meeting after being notified to do so or in the event of no settlement being arrived at, the Railway shall be entitled to execute the extra works by other means and the contractor shall have no claim for loss or damage that result from such procedure. 35.0 EMPLOYMENT OF ELECTRICAL ENGINEERING GRADUATES / DIPLOMA -

HOLDERS: The contractor shall employ the following technical staff during the execution of this work. DRM/Elecl.,/Maint.,/BZA Signature of the tenderer

Page 38 of 47

T.No.B/E.29/I/37/2011-12

i)

One graduate engineer when the cost of the work to be executed is Rs.15 lakhs and above. One qualified diploma holder (over-seer) when the cost of the work to be executed is more than `.5 lakhs but less than Rs.15 lakhs.

ii)

These technical staff shall be available through out the period when the work is in progress and not merely be available for taking instructions. In case the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a reasonable amount not exceeding a sum of `.5000/- (five thousand only) for each month of default in case of graduate engineer and `.3000/- (three thousand only) for each month of default in case of diploma holder (overseer). The decision of the Railway engineer-in-charge as to the period for which the required technical staff was not employed by the contractor and so as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor. 36.0.Completion drawings / locations shall be submitted by the contractor along with Final Bill counter signed by the contractor and Railways site Engineer.
37.0 SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE. The Contractor shall not allow any road vehicle belonging to his or his suppliers etc. to ply in railway land next to the running line . If for execution of certain works, viz., earthwork for parallel railway line and supply of ballast for new or existing rail line gauge conversion etc. road vehicles are necessary to be used in railway land next to the railway line the contractor shall apply to the Engineer-in-charge for permission giving the type and number of individual vehicles, names and licence particulars of the drivers location duration and timings for such work/movement. The Engineer-in-charge or his authorized representative will personally counsel, examine and certify the road vehicle drivers contractors flagmen and Supervisor and will give written permission giving names of road vehicle drivers, contractors flagmen and supervisor, to be deployed on the work, location, period and timing to the work. This permission will be subject to the following obligatory conditions. i) Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6m from the center of the nearest track. For ply of road vehicles during night hours, adequate measures to be communicated in writing along with a site sketch to the contractor/contractors representative and controlling engineers/supervisors in-charge of the work including officers and the in-charge of the sections. Nominated vehicles and drivers will be utilized for work in the presence of at least one flagmen and one supervisor certified for such work.

ii)

iii) The vehicles shall ply 6 M. clear of track. Any movement /work at less than 6M. and up to minimum 3.5M. clear of track center shall be done only in the presence of railway employees authorized by the engineer-in-charge . No part of the road vehicle will be allowed at less than 3.5M. from track center. Cost of such railway employee shall be borne by the Railway. iv) The Contractor shall remain fully responsible for ensuring safety and in case of any accident, shall bear cost of all damages to this equipment and men and also damages to railway and its passengers. v) Engineer-in-charge may impose any other conditions necessary for a particular work or site.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 39 of 47 T.No.B/E.29/I/37/2011-12 38.0 RAILWAY CONTRACTORS / EXTENSION OF PROVIDENT FUND ACT TO THE EMPLOYEES WORKING UNDER RAILWAY CONTRACTORS:The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code number from the concerned authorities whenever workmen employed by him are 20 or more. He shall also indemnify Railways from and against any claim, penalties, recoveries under the above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF Commissioners to extend the social security benefits to the workmen engaged by the Railway contractors. The first months bill will be released only after code number is taken from the PF Office and a copy of coverage intimation produced. Subsequently for each month, bills will be released only on submission of challans & 12 A monthly return copy in proof of remittance of PF dues for previous month.(Authority: CGE/SC letter No.W.148/P.Vol.IV dt.04-8-2004).

39.0 Conservancy charges as applicable and as modified from time to time will be recovered from Contractors running bills.
40.0 MEASUREMENT AND PAYMENT: 40.1 The contractor shall be entitled to be paid from time to time by way of On account payment only for such works as in the opinion of the Engineer he has executed in terms of the contract. All payments due on the Engineers or the Engineers representatives certificates of measurements shall be subject to any deductions which may be made under these presents. 40.2 On the completion of the work or the termination of this contract, final measurements will be made and account/adjusted accordingly. 40.3 On the Engineers certificate of completion in respect of works an adjustment shall be made and the balance of account based on the Engineer or the Engineers representatives certified measurements of the total quantity of work executed by the contractor upto date of completion and on the accepted schedule or rates for extra works on rates determined under Clause 39 of GCC shall be paid to the contractor subject always to any deduction which may be made under these presents. 41.0 MODIFICATION TO CLAUSE 63 & 64 OF GCC: 41.1 The Provision of Clause 63 and 64 of the General Conditions of Contract will be applicable only for settlement of claims /disputes, for values less than or equal to 20% of the original value(excluding the cost of materials supplied free by Railway) of the contract or 20% of the actual value of the work done (excluding the value of the work rejected) under the contract whichever is less. When claims/disputes are of value more than 20% of the value of the original contract or 20% of the value of the actual work done under the contract, whichever is less, the contractor will not be entitled to seek such disputes/claims for reference to arbitration and the provisions of Clause No; 63 &64 of the General Conditions of Contract will not be applicable for referring the disputes to be settled through arbitration. 41.2 The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of General Conditions of Contract. But the Contractor should seek reference to arbitration to settle the disputes only once, subject to the conditions as per Para 43.1. 41.3 The Special conditions shall prevail over the existing Clause 63 & 64 of General Conditions of contract. 41.4 The Railway shall be entitled to determine the contract at any time in the Railway opinion, the cessation of work become necessary owning to paucity of funds or from any other cause whatsoever, in which case the value of approved materials at site and or work done to date by the contractor will be paid for in full at the rates specified in the contract. Notice in writing from the Railway of such determination and the reason therefore shall be conclusive evidence thereof.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 40 of 47 42.0 ELIGIBILITY CRITERIA:

T.No.B/E.29/I/37/2011-12

42.1 (i) For the works whose advertised Tender value is costing above Rs.50 lakhs

and ii) For the works whose advertised Tender value is below Rs.50 lakhs, but the tenderers quoting their offer value more than Rs.50 lakhs Shall satisfy the eligibility criteria as detailed below by submitting documents in support of their claims along with the tender document itself.
1 Electrical Contractors B-Grade License issued by Government Electrical Licensing Board. The license shall be infavour of the tenderer. Copy of Electrical Contractors B-Grade License should be submitted along with the offer.

2 Should have physically completed in At least one similar single work, for a minimum value of 35% of the last three financial years i.e. Advertised Tender Value of Work. current year and three previous i) Similar nature of works physically completed within the financial years qualifying period, i.e. the last 3 financial years and current financial year (even though the work might have commenced before the qualifying period) shall only be considered in evaluating the eligibility criteria. ii) The total value of similar nature of work completed during the qualifying period, and not the payments received within qualifying period alone, shall be considered. In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including statutory deduction is to be considered. If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deduction is to be considered. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility. 3 Total Contract amount received Shall be a minimum of 150% of Advertised Tender Value. during the last three financial years (An attested certificate from the Employer/Client, Audited and in the current financial year. balance Sheet, duly certified by the Chartered Accountant etc. shall be submitted.) Current year is reckoned as the Financial year in which the date of opening falls.

42.2 For the works whose advertised tender value costs below Rs. 50 lakhs: 1 Electrical

Contractors B- Copy of Electrical Contractors B-Grade Licence Grade Licence issued by should be submitted along with the offer. Government Electrical Licensing Board. The license
shall be tenderer. infavour of the

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 41 of 47 T.No.B/E.29/I/37/2011-12 43.0 THE FOLLOWING DOCUMENTS SHALL BE SUBMITTED ALONG WITH TENDER. 43.1 Tenderer should submit an attested copy of certificate obtained from Jr. Administrative Grade Officer of Engineering department of Railways/Superintendent Engineer of State Government or equivalent grade officer in Quasi Government department/Public Sector Undertakings in Central Government to establish the eligibility criteria. Description of work, organization for whom executed, value of contract at the time of award, date of award; date of scheduled completion of work; date of actual start, actual completion; final value of contract. If the work is completed but final bill not paid, details as required in Annexure - C shall be made available. The certificate for works executed for Government / Quasi Government / Public Sector Undertakings only will be considered. The Certificates for works executed for private organizations / Individuals shall not be considered. 43.2 Attested copy of Certificate from Jr. Administrative Grade Officer of Engineering department of Railways/Superintendent Engineer of State Government or equivalent grade officer in Quasi Government department / Public Sector Undertakings in Central Government showing agreement wise contract bill amount received during the last 3 financial years and in the current financial year. Audited balance sheet indicating agreement wise contract bills received during the last 3 financial years, duly signed and certified by the Chartered Accountant also can be enclosed. 43.3 List of works on hand indicating name of work, contract value, Bill amount paid so far; due date of completion etc. to be furnished by Contractor in Annexure-D and this certificate to be signed by Contractor. 43.4 The onus of establishing credentials lies with the Tenderer and hence Railway shall evaluate the offer only from the certificates/documents submitted along with the tender offer. 43.5 Any certificate, documents submitted after tender opening shall not be given any credit and shall not be considered. 43.6 The offer of tenderer(s) who do not enclose Experience Certificate and Turnover Certificate as in 43.1 to 43.2 along with their tender to establish their credentials shall be summarily rejected though they are working contractors or Contractors of Approved list. 43.8 Post Tender correspondence shall not be entertained. Railway shall not call for any clarification regarding the credentials from the contractor(s) after the tender is opened. 43.9 The following further documents may be submitted along with the Tender:(a) List of personnel organization available on hand and proposed to be engaged for the subject work. These two lists should be given separately and signed by Tenderer. To be submitted in the proforma given in the Annexure-A. (b) List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work and this list shall be signed by tenderer. To be submitted in the proforma given in the Annexure-B (c) List of works completed in the last three Financial years giving description of the work, Organisation for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work, date of actual start, actual completion and final value of contract should also be given. (d) List of works on hand indicating name of work, contract value, Bill amount paid so far, due date of completion etc. to be furnished by Contractor in Annexure-D and this certificate to be signed by the contractor. 43.10 If tenders download tender documents from Website and do not enclose proper value towards the cost of tender form their tender shall be considered as invalid. 43.11 If any certificates or details enclosed by tenderers are found to be fake/bogus/ tampered, such of those agencies shall not be awarded any work in S.C. Railway for a period of 5 years from the date of opening of tender. Joint ventures or partnership firms or any other nature of firms in which such agencies are a party shall also not be awarded any work for this period of 5 years. --x--

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 42 of 47

T.No.B/E.29/I/37/2011-12

PROFORMA ANNEXURE-A ENGINEERING ORGANISATION 1. ENGINEERING ORGANISATION AVAILABLE ON HAND. Sl. No. 01 A B C Z Name & Designation of Employee 02 Qualification 03 Previous Experience 04 Working From To 05

2.

ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM ABOVE. Sl. No. 01 A B C Z Name & Designation of Employee 02 Qualification 03 Previous Experience 04 Remarks 05

3.

ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM OUTSIDE. (A SUITABLY WORDED CONSENT LETTER FROM SUCH A PERSON SHOULD BE OBTAINED AND ENCLOSED). Sl. Name & Designation of Qualification Previous Remarks No. Employee Experience 01 A B C Z 02 03 04 05

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER:

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 43 of 47

T.No.B/E.29/I/37/2011-12

ANNEXURE-B PROFORMA PLANT & MACHINERY 1. Sl. No. PLANT & MACHINERYAVAILABLE ON HAND. Particulars of machinery, Plant & equipment 02 No. of Units Kind and make Approx. Capacity Age and Condition cost in Rs. in lakhs Purchase Bill No. & Date and Registration particulars

01 A B C Z

03

04

05

06

07

08

2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE. Sl. No. Particulars of machinery, Plant & equipment 02 No. of Units Kind and make Approx. Capacity Age and Condition cost in Rs. in lakhs Purchase Bill No. & Date and Registration particulars

01 A B C Z

03

04

05

06

07

08

3. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE. Sl. No. Particulars of machinery, Plant & equipment 02 No. of Units Kind and make 04 Approx. Capacity Age and Condition cost in Rs. in lakhs 05 06 07 If to be purchased give likely date of receipt and suppliers Name. 08

01 A B C Z

03

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER:

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 44 of 47

T.No.B/E.29/I/37/2011-12

PROFORMA ANNEXURE-C EXPERIENCE CERTIFICATE Date: Sl. No. 1 2 3 4 5 6 7 8 9 Work Details Name of Work Agreement Number, date and Name of the Agency. Agreement Value in Rupees ( in words and figures) Due date of completion Number of Extensions granted Actual date of completion of work Value of Final Bill passed (in words) Work completed but Final measurements not recorded a) Amount paid so far as in CC Bill No. Work completed, Final measurements recorded with negative variation. a) Amount so far paid as in CC Bill No. Work completed, Final measurements recorded with positive variation which is not sanctioned yet a) Original agreement value or last sanctioned agreement value whichever is lower Details

10

Note: 1) This certificate in this proforma is to be issued only for Completed work. 2)This certificate to be issued only by Sr.DEN in charge of the work in open Line and by Dy.CEin-charge of the work in Construction. This type of certificate may be obtained from Superintendent Engineer-in-charge of the work from State Government/Public Sector Undertakings.

Signature Name of Officer Designation Address Office Seal

: : : : :

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 45 of 47

T.No.B/E.29/I/37/2011-12

PROFORMA ANNEXURE-D

LIST OF WORKS ON HAND WITH THE TENDERER

Sl. No.

Name of work

Agreement No. and date

Designation and address of agreement signing authority

Agreement value in lakhs

Bill amount paid so far in lakhs

Due date of completion

Number of extensions taken

Railway works A B C D E Z State Govt. Works A B C D E Z Public Sector Undertaking Works A B C D E Z

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 46 of 47

T.No.B/E.29/I/37/2011-12

PROFORMA OF PERFORMANCE GUARANTEE TO BE SUBMITTED BY CONTRACTORS AS PER NEW CLAUSE ADDED IN THE GENERAL CONDITIONS OF CONTRACT BY RAILWAY BOARD VIDE LETTER NO.2003/CE-1/CT/4/PT.1 DATED /16-5-2006 In consideration of the President of India ( hereinafter called the Government) having agreed to exempt-------------------- ( hereinafter called the said contractor/s) from the demand, under the terms and conditions of Tender No. ------------------- opened on --------------------- for the work --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- awarded to M/s.--------------------------------------------------------------------------------------- vide acceptance letter No.----------------------------------------------------------dated----------hereinafter called the said contract, of performance guarantee for due fulfillment by the said contractors of the terms and conditions contained in the said contract, on production of irrevocable bank guarantee amounting to 5% of contract value ie., for Rs.----------------(Rupees ---------------------------------------------------------------------------------------- only). We -------------------------------------------------(indicate the name of the Bank) hereinafter referred to as the Bank at the request --------------------------(Contractor(s) doe hereby undertake to pay to the government an amount not exceeding Rs.--------------( in words Rs. ----------------------------------------) against any loss or damage caused to or suffered or would be caused or suffered by the Government by reasons of any breach by the said contractors of any of the terms or conditions contained in the said contract. We undertake to keep this performance guarantee in force till the satisfactory completion of the work and maintenance period is over. We, ---------------------------------------(name of the Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reasons of breach by the said contractor(s) of any of the terms and conditions contained in the said contract or by reason of the contractor(s) failure to perform the said contract. Any such, demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.---------------------. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s)/supplier(s) in any suit or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s) / supplier(s) shall have no claim against us for making such payment. We-----------------------(name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said contract and that is shall continue to be enforceable till all the dues of the Government under or by virtue of the said contract have been fully paid and its claims satisfied or discharged or till -------------------(Office / Department). Ministry of ------------------------certifies that the terms and conditions of the said contract have been fully and properly carried out the said the contractor(s) and accordingly discharges this guarantee. Unless, a demand or claim under this guarantee is made on us in writing on or before the ------------------- (date) , we shall be discharged from our liability under this guarantee thereafter.

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

Page 47 of 47

T.No.B/E.29/I/37/2011-12

We, ---------------------(name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said contract and we shall not be relived from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance act or omission on the part of the Government or any indulgence by the Government to the said contractor(s) or any such matter or things whatsoever which under the law relating to the sureties would, but for this provision, have effect of so relieving us. This guarantee will not be discharged due to the change in the constitution of the bank or the contractor(s) / supplier(s). We, ----------------------(name of the bank) lastly under take not to revoke this guarantee during its currency except the previous consent of the Government in writing. Dated: the---------------- day of --------------- 20 For ----------------------------(Bank) Witness:1)

2)

DRM/Elecl.,/Maint.,/BZA

Signature of the tenderer

You might also like