TENDER BOOKLET
NAME OF TENDERER :-
1. Tender Notice -- 3 to 6
2. Instruction to tenderer -- 7
4. Preamble to Tender -- 9
23. Drawings --
Sealed “OPEN” tender are invited on behalf of President of India for under mentioned works which will be received up
to 15.00 Hrs. on date given below in tender box of Sr. Divisional Electrical Engineer at Tender Room near Main
Entrance gate of Divisional Railway Manager, N. E. Railway, Lucknow office and in tender box of Sr. Divisional
Electrical Engineer at Divisional Railway Manager, N. E. Railway, Varanasi office. All the tenders will be opened on
the next date working day in the presence of tenderers at 15.30 Hrs at Sr. Divisional Electrical Engineer, NER, Lucknow
office.
Name of Work :-
01. Hiring of Desert Coolers for three years for Lucknow Depot Area.
02. Annual Maintenance Contract of Solar Power System for UTS at Khalilabad Railway Station.
03. Provision of Centralized Air Cooling Plant in Running Rooms at Lucknow, Gonda, Sitapur, Mailani,
Kanpur Anwarganj and Gorakhpur.
1. Tender document can be purchased on written request from the office of the Sr. Divisional Electrical Engineer, N.
E. Railway, Ashok Marg, Lucknow after the tender notice publication. Tender document can be purchased
personally on any working day between 10.00 Hrs. to 13.00 Hrs. till one day before of the tender opening date.
Tender document can be purchased by post through money order only till seven days before of the tender opening
date on additional payment of Rs. 500/- as postal charges. Tender cost is not refundable. Postal order & Demand
draft is not acceptable as tender cost by post. Railway will not be responsible for late receipt of tender by post.
A. List of personnel, organization available on hand and proposed to be engaged for the subject work.
B. List of plant & machinery available on hand (own) and proposed to be inducted (own and hired to be given
separately) for the subject work.
C. List of work completed in the last three financial year giving description of work, organization for the time of
award, date of award and date scheduled completion of work. Date of actual start, actual completion and final
value of contract should also be given.
D. List of works in hand indicating description of work, contract value and approximate value of balance work yet to
be done and date of award.
E. Audited balance sheet duly certified by the Chartered Accountant of last three years.
F. Tenderer should also have “A” class Electrical Contractor license issued by state Government for the work for Sl.
No. 3.
Note :-
I) In case of item C and D above, supportive documents/ certificates from the organizations with whom they worked/
are working should be enclosed.
II) Certificate from private individuals for whom such works is executed/ being executed should not be accepted.
III) Other terms & conditions and instructions to tenderers are available in tender document shall be applicable.
Tenderer should have executed total work for minimum value of 150% of advertised tender value or have taken
payment more than this amount during last three years and current financial year for work. It will be necessary to
enclose to this effect which may be attested certificate from the employer/client, audited balance sheet duly
certified by the Chartered Accountant for the work.
4. The details of this Tender notice and Tender document paper will also be available on web site
http://www.ner.indianrailways.gov.in and http://www.tenders.gov.in during this tender notice period, which
may be down loaded and used as tender document.
5. Tenderer(s) who are submitting downloaded (from web site) tender documents must enclose with the tender form a
non refundable tender fee of mentioned value in form of Bank Draft issued by any Nationalized/Scheduled Bank in
favour of F.A. & C.A.O., N.E. Railway payable at LUCKNOW. Tender offer not accompanying with the
requisite tender fee will be summarily rejected.
6. A certified copy of original tender document is available in the tender section of Sr. Divisional Electrical
Engineer/N. E. Railway/Lucknow, which may be seen on any working day during prescribed period for sale of
tender form. Tenderer(s) on award of contract will have to enter into agreement with Railway in format of above –
mentioned original tender documents. Tenderer(s) shall not have any right/claim to insists on signing of contract
agreement in format on which tender document were submitted by him after downloading from web site.
7. Earnest money should be deposited in cash or in shape of Demand Draft, Banker’s Cheque of the State Bank of
India or any Nationalized/Scheduled Bank in favour of F.A. & C.A.O., N.E. Railway, Gorakhpur. Deposit
Receipt & Bank Guarantee will not be accepted as Earnest money. Tenders without requisite Earnest money will
be summarily rejected.
8. The total Earnest money will constitute as security deposit for the performance of the stipulation to keep offer open
for a period of 90 days from the date of opening of tender or till the period extended by mutual agreement.
9. Railway administration reserves the right to accept or reject any or all tenders without assigning any reason there
to.
10. The successful tenderer will have to produce requisite amount stamp paper duty as per stamp duty Act issued by
the state treasury at the time of agreement.
11. Tenderer can deposit the tender cost at Divisional Cashier, N. E. Railway, Lucknow or Station Superintendent, N.
E. Railway, Lucknow in HEAD – 93652000 and received the tender paper from the office of Sr. Divisional
Electrical Engineer, N. E. Railway, Ashok Marg, Lucknow after producing the original money receipt.
fuEufyf[kr dk;ksZa ds fy, eksgjcUn **[kqyh** fufonk Hkkjr ds jk"Vªifr dh vksj ls vkeaf=r dh tkrh gS tks eaMy jsy
izcU/kd] iwoksZRrj jsyos] y[kuÅ dk;kZy; ds eq[; izos’k }kj ds ikl fLFkr fufonk d{k esa yxs ofj"B eaMy fo|qr bUthfu;j
ds fufonk ckDl esa rFkk eaMy jsy izcU/kd] iwoksZRrj jsyos] okjk.klh dk;kZy; esa ofj"B eaMy fo|qr bUthfu;j ds fufonk
ckDl esa uhps nf’kZr fnukad dks 15-00 cts rd izkIr dh tk;sxhA lHkh fufonk izi= nwljs fnu dk;Z fnol esa 15-30 cts
fufonkdrkZvksa ds le{k ofj"B eaMy fo|qr bUthfu;j] iwoksZRrj jsyos] y[kuÅ ds dk;kZy; esa [kksyh tk,axhA
1- y[kuÅ fMiks {ks= ds fy, rhu o"kksZa ds fy, MsTkVZ dwyj dh gk;fjaxA
2- [kyhykckn jsyos LVs’ku ij ;wVh,l ds fy, lksyj ikoj flLVe dk okf"kZd vuqj{k.k BsdkA
3- y[kuÅ] xks.Mk] lhrkiqj] eSykuh] dkuiqj vuojxat vkSj xksj[kiqj jfuax #eksa esa dsUnzhd`r ,;j dwfyax IykUV dk
izko/kkuA
1- fufonk izi= ofj"B eaMy fo|qr bUthfu;j] iwoksZRrj jsyos] v’kksd ekxZ] y[kuÅ dk;kZy; esa fufonk lwpuk izdkf’kr
gksus ds mijkUr ls fdlh Hkh dk;Z fnol esa fufonk [kqyus dh frfFk ls ,d fnu iwoZ rd 10-00 cts ls 13-00 cts rd
O;fDrxr #i ls izkIr dh tk ldrh gSA fufonk izi= Mkd }kjk dsoy euhvkMZj Hkstdj fufonk [kqyus dh frfFk ds
lkr fnu iwoZ rd vfrfjDr iksLVy [kpZ #0 500@& nsdj izkIr dh tk ldrh gSA fufonk ewY; dh ;g jkf’k fdlh Hkh
n’kk esa okil ugha gksxhA Mkd }kjk fufonk ewY; ds fy, iksLVy vkMZj rFkk fMek.M MªkQ~V Lohdkj ugha fd;s tk,axsA
iksLVy Mkd esa fdlh Hkh izdkj ds foyEc ds fy, jsy iz’kklu ftEesnkj ugha gksxkA
v- laxBu ds deZpkfj;ksa dh lwph tks gkFk esa gS rFkk tks fo"k;kxr~ dk;Z es bUxst fd;s tkus gsrq izLrkfor gSA
c- e’khujh ,oa l;=a dh lwph tks gkFk es gS ¼viuh½ rFkk tks fo"k;xr dk;Z gsrq mi;ksx es yk;h tkuh gS ¼viuh vFkok
fdjk;s ij yh x;h vyx & vyx½
l- foxr rhu foRrh; o"kksZ ds vUrxZr~ iw.kZ fd;s dk;ksZ dh lwph ftlesa dk;Z dk fooj.k] laLFkk ftlds vUrxZr~ dk;Z fd;k
x;k] vkcafVr ewY;] dk;Z vkcaVu dh frfFk] ewy dk;Z lekiu frfFk] lEikfnr dk;Z dk ewY; bafxr gksuk pkfg;sA
n- orZeku es pkyw dk;ksZa dh lwph ftlesa dk;Z dk fooj.k] vuqcU/k ewY;] vuqekfur vo'ks"k dk;Z dk ewY; ,oa dk;Z ,okMZ
gksus dh frfFk bafxr gksuh pkfg;sA
;- foxr rhu o"kksZa dk pkVZMZ ,dkmUVsUV }kjk izekf.kr vkfMVsM cSysUl 'khVA
j- dze la[;k 3 ds dk;Z ds fy, fufonkdkj ds ikl jkT; ljdkj }kjk tkjh v|ru ,oa oS/k *d* Js.kh fo|qr Bsdsnkjh
ykblsUl gksuk pkfg;sA
uksV %&
A½ mijksDRk *l* ,oa *n* ds lk{; ds #i es ftl laLFkk ds vUrxZr dk;Z fd;k x;k gS ;k fd;k tk jgk gS dk izek.k i=
layXu djuk gksxkA
AA½ fdlh izkbosV O;fDr dk izek.k i= ekU; ugh gksxkA
AAA½ fufonk lEcU/kh vU; fu;e o 'krsZa fufonk izi= esa nh x;h gSa mudk vuqikyu fufonkdkjksa dks lqfuf’pr djuk gksxkA
dk;Z ds fy, fufonkdkj }kjk fu;ksDrk@xzkgd }kjk lR;kfir izek.k&i= vkfMVsM cSysUl 'khV ftls pkVZMZ ,dkmUVsUV
}kjk izekf.kr fd;k x;k gks vkfn ds vuqlkj foxr rhu foRrh; o"kksZa esa ,oa pkyw foRrh; o"kZ esa lQyrkiwoZd lEiUu
fd;s x;s dk;ksZ dk Hkqxrku] vkeaf=r fufonk ykxr dk 150 izfr’kr ls de ugh gksuk pkfg;s ftldk izek.k i= layXu
djuk vko’;d gksxkA
4- fufonk lwpuk rFkk fufonk izi= iwoksZRrj jsyos ds osc lkbV http://www.ner.indianrailways.gov.in ,oa
http://www.tenders.gov.in ij Hkh miyC/k gS ftls MkmuyksM dj fufonk izi= ds #i esa mi;ksx esa yk;k tk
ldrk gSA
5- oss fufonknkrk tks ¼osclkbV ls½ Mkmu yksMsM fufonk izi= nsuk pkgrs gSa] mUgs fufonk izi= ds lkFk fdlh Hkh
jk"Vªh;d`r@f’kM~;wYM cSad ds }kjk tkjh fd;k x;k nf’kZr ewY; dk cSad MªkQ~V] tks foRr lykgdkj ,oa eq[;
ys[kkf/kdkjh] iwoksZRrj jsyos ds i{k esa tkjh rFkk y[kuÅ esa ns; gks ] layXu djuk gksxkA fufonk izi= ds lkFk vko’;d
/kujkf’k tek u fd;s tkus ij fufonk vkQj rqjUr v;ksX; dj nh tk,xhA
6- ofj"B eaMy fo|qr bUthfu;j] iwoksZRrj jsyos] y[kuÅ ds dk;kZy; ds fufonk vuqHkkx esa ewy fufonk izi= dh izekf.kr
izfr miyC/k gS ftls fdlh Hkh dk;Z fnol esa fufonk cspus gsrq fu/kkZfjr le; esa ns[kk tk ldrk gSA fufonk ,okMZ gksus
ds Ik’pkr fufonkdrkZ dks mijksDr of.kZr ewy fufonk izi= esa fn;s x;s vuqcU/k izksQkekZ izk#i ij jsyos ds lkFk vuqcU/k
djuk gksxkA fufonkdrkZ dks osclkbV ls MkmuyksM fd;s x;s izi= ds izk#i ij vuqcU/k gsrq gLrk{kj djus dk@vkxzg
djus dk dksbZ vf/kdkj@nkok ugha izkIr gksxkA
7- /kjksgj jkf’k uxn esa tek gksuk pkfg;s ;k cSad MªkQ~V] cSadlZ psd ds #i esa gksuk pkfg;s tks Hkkjrh; LVsV cSad ;k fdlh
Hkh jk"Vªh;d`r@f’kM~;wYM cSad }kjk foRr lykgdkj ,oa eq[; ys[kkf/kdkjh] iwoksZRrj jsyos] xksj[kiqj ds fgr esa ns; gksA
/kjksgj jkf’k ds #i esa tek jlhn o cSad xkj.Vh ekU; ugha gksxhA /kjksgj jkf’k ds vHkko esa fufonk vkQj v;ksX; djkj
nh tk;sxhA
8- /kjksgj jkf’k vuqcU/k iwjk djus ds fy, tekur ds #i esa fufonk [kqyus dh frfFk ls 90 fnuksa dh vof/k ds fy, vFkok
ijLij lgefr ls c<kbZ xbZ vof/k rd tc rd izLrko [kqyk jgrk gS] tek jgsxkA
9- jsy iz’kklu dks fcuk dksbZ dkj.k crk;s fufonk@fufonkvksa dks Lohd`r@vekU; djus dk iw.kZ vf/kdkj gksxkA
10- lQy fufonkdkj dks LVkEi M~;wVh ,DV ds vuqlkj fu/kkZfjr /kujkf’k ds LVsV Vªstjh ls [kjhns x;s uku tqMhf’k;y
LVkEi isij vuqcU/k ds le; izLrqr djuk gksxkA
11- fufonkdkj fufonk ewY; dks eaMy [ktkUph ] iwoksZRrj jsyos] y[kuÅ ;k LVs’ku v/kh{kd] iwoksZRrj jsyos] y[kuÅ ds ;gkaW
'kh"kZ tsM&93652000 esa tek dj ewy euh jlhn dks ofj"B eaMy fo|qr bUthfu;j] iwoksZRrj jsyos] v’kksd ekxZ] y[kuÅ
ds dk;kZy; esa izLrqr dj fufonk izi= izkIr dj ldrk gSA
TENDER DOCUMENT
FOR
1.0 INSTRUCTIONS
1.1 Tenderer(s) who are submitting downloaded (form website) tender documents must enclose with the
tender form a non-refundable tender fee of Rs. 1,000.00 in form of Bank Draft issued by any
Nationalized Bank, in favour of FA & CAO/North Eastern Railway payable at Lucknow. Tender
offers not accompanying the requisite tender fee shall be summarily rejected.
1.2 A certified copy of original tender document is available in the tender section of Divil. Railway
Manager/Electrical/ North Eastern Railway/ Lucknow which may be seen on any working day during
prescribed period for sale of tender form.
Tenderer(s), on award of contract, will have to enter into agreement with Railway in format of above
mentioned original tender documents. Tenderer(s) shall not have any right/claim to insist on signing
of contract agreements in format on which tender documents were submitted by him after
downloading from website.
1.3 If during process of tender finalization it is detected that tenderer has submitted tender documents
after making any changes/additions/deletions in the tender documents downloaded from website,
then the earnest money deposited by tenderer shall be forfeited by the Railway and offer will be
summarily rejected.. Further, if after award of contract it is detected that tenderer has submitted
tender documents after making any changes/additions/deletions in the tender documents down loaded
from website then Railway will take action to remove the contractor from the work in terms of clause
62 of G.C.C./2014 and initiate such further legal action against contractor as is considered necessary.
Tenderers are requested to read carefully the check list to avoid any ambiguity or dispute in finalization of the contract
and during execution.
1. Schedule of guaranteed Technical Particulars for various equipments at page No. shall be filled in.
2. Makes of various equipments/ instruments shall only be accepted as specified in the Technical Specification
and preferred makes.
3. The tenderer shall submit all type test certificate along with complete test report of reputed test houses for all
equipments as desired in the technical specification along with the tender documents.
4. Tenderer shall submit PAN, Credentials and Financial certificates.
5. The Earnest money of Rs. 8,000.00 shall be deposited along with tender in favour of F.A. & C.A.O., N.E.
Railway, Gorakhpur in cash or in the form of banker’s cheque/demand draft executed by the State Bank of
India or any of the nationalized bank/Scheduled Bank. Government securities, stock certificates, Bearer Bonds,
Promissory Notes, Cash Certificates, Deposit receipts etc shall not be accepted as Earnest Money. Total Earnest
Money will constitute as Security deposit for due performance of the stipulation to keep the offer open for a
period of 90 days from the date of opening of the tender or within further period if extended by the mutual
agreement. Should be tenderer resile from his offer or modify the terms and conditions in manner not
acceptable to the Railway administration the aforesaid amount shall be liable to be forfeited.
6. The unit price of each item of Work and Material Schedule shall be furnished both in words and in figures.
7. The tender form at page No. 22 to 24 shall be filled in.
8. Tender will be received up to 15.00 Hrs. of dated 16.05.2016 and will be opened on the date i.e. 15.30 Hrs. of
dated 17.05.2016 in the office of Sr. Divisional Electrical Engineer, N.E. Railway, Lucknow.
9. All necessary Tools and Plants for successful and satisfactory execution of work shall be arranged by the
contractor.
10. The tenderer shall submit the tender papers in original and sign each page of the tender booklet in token of their
acceptance, failing to which tender offer is liable to be rejected.
11. The U.P. Trade Tax on works contract shall be deducted from the bill at the rate prevailing at the time of
payment. The present rate of U.P.T.T. is 4%
12. Income Tax on works contract shall be deducted from the bill at the rate prevailing at the time of payment. The
present rate of Income Tax is 2% with surcharge of 10% and cess as applicable.
13. No payment shall be admissible on the supply of equipments. It should be made after a particular equipment
has been properly installed and commissioned.
14. The tenderer shall submit the Power of Attorney, if required, on non-judicial stamp paper of Rs. 65/-duly sealed
and signed by the Notary. It should be submitted in the High//district court, certified copy of the same should
be obtained. The contract agreement can only be signed on behalf of successful tenderer, who had given the
power of attorney to sign such agreement.
15. Tenderers shall also submit partnership deed, if any on non-judicial paper of Rs. 220/-. The same should be
registered in the state Registrar of the firm.
16. If the security deposit is in the form of Bank Guarantee the same should be on non judicial stamp paper of Rs.
65/- and should be valid for a period of one year after the completion of the work.
17. In the event of submitting a Bank Guarantee Bond the tenderer shall advice us the name of banker to confirm
by Sr. Divisional Electrical Engineer, N. E. Railway, Lucknow that this Bank Guarantee has been issued by
them on behalf of tenderer. The successful tenderer during signing of contract agreement shall be required to
sign the agreement with Sr. Divisional Electrical Engineer/Divisional Electrical Engineer, N.E. Railway,
Lucknow and for which the document are required to kept ready.
18. All bills and measurement book shall be signed only either by the contractor or by the person having power of
attorney in particular tender.
On behalf of the President of India, Sr. Divisional Electrical Engineer. North Eastern Railway, Ashok Marg, Lucknow (herein after
referred to as “Railways”) invites tender from the established, experience and reliable Contractors for the work given below:
Subject : - Annual Maintenance Contract of Solar Power System for UTS at Khalilabad Railway Station.
The tender documents consist of the following parts:-
Part I - Regulations for Tender & Contracts standard General Condition of Contract.
Part II - Specification for Electrical Works.
Part III - Schedule of Works.
Part IV - Form of Tenders.
Note: a) The Tenderer must read the complete booklet before filling up the tender.
b) The General Condition of Contract shall be governed by.
i) The regulation of tender and contract of the Electrical Deptt. Of Chief Electrical Engineer/ N. E. Railway,
Gorakhpur issued by his letter No L29/0/A/2817 dated 21.07.85 and as included in the tender document.
ii) General Condition of Contract 2014 of N.E. Railway included up to-date amendments and corrigendum.
The tenderer must enclose the documents as under:-
1) Earnest money in the name of FA&CAO, N. E. Railway, Gorakhpur of requisite amount in the form as published.
2) Tender form 1st sheet.
3) Latest valid Income Tax Clearance Certificate.
4) Experience certificate of work done for similar nature of work either Central State government.
5) Work and rate schedule duly filled up in all respect both in figure and words.
1.0 MATERIALS OF APPROVED MAKES:
1.1 All the material used shall be from the suppliers approved by N.E Railway as per latest ISS and preferable bearing the ISI
marking.
2.0 EXCISE DUTY:
2.1 No payment shall be made by the Railway to the contractor separately as reimbursement of excise duty. If any on the
components and raw materials used in the manufacture of the equipment forming part of this contract on the furnished
equipment (s) forming part of the contract .The contractor shall absorb all this in his prices.
3.0 TAXES:
3.1 Taxes as livable shall be deducted from the contractor bill at the prevailing rates. At present the taxes to be deducted from
the contractor bill as under
I. UP Sales tax on works contract 4.0 % (On contract value)
2. Income Tax on works contract 2.0 % + 10% surcharge (On contract value) and cess as applicable.
4.0 PAYMENT:
5.0 On account of payment and final payment will be made as per Para 46 and 51 respectively of General Condition of
Contract.
REGULATIONS FOR TENDER AND CONTNACT FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS FOR
USE IN CONNECTION WITH ELECTRICAL ENGINEERING WORKS.
Meaning of terms:- Definition and Interpretations:
(1) DEFINITIONS:-
In these regulations for tender and contract the following terms shall have the meaning assigned here under except where the
context otherwise require:
a) “Railway” shall mean the President of the Republic of India or the Administrative officers of N.E. Railway or of the Successor
Railway authorized to deal with any matter with which these present are concerned on his behalf.
b) “General Manager’ shall mean the officer in administrative charge of the whole N.E. Railway and shall mean and include the
General Manager of the successor Railway.
c) “Chief Electrical Engineer’ shall mean the officer-in charge of the Electrical Engineering Department of N.E. Railway and
shall also include the Addl. Chief Electrical Engineer. N. E. Railway and shall mean and include the Engineers of the
successor Railway.
d) ‘Engineer’ shall mean the Senior Divisional Electrical Engineer/ Divisional Electrical Engineer/ Assistant Electrical Engineer
in executive charge of the work and shall include the superior officers of the Electrical Engineering Department of N. E.
Railway and shall include the Engineers of the successor Railway.
e) “Engineers Representative” shall mean the Div. Electrical Engineer’ in direct charge of the work and shall include any
Resident Engineer or Sub- Engineer or any inspector of the Electrical Engineering department appointed, by the Railway and
shall mean and include the Engineers representative of the successor Railway.
I) “Contract” shall mean the person, firm or company whether incorporated or not who enters into the contract with the Railway
and shall include their executors, administrators, successors and permitted assigns.
g) “Contractor shall mean and include the Agreement or work order, the accepted schedule of rates of the schedule of Rates,
N.E. Railway modified b the tender-percentage for items of works quantified or not quantified forms if any.
h) “Works” shall mean the works to be executed in accordance with contract.
i) “Specifications” shall mean the specifications for materials and works, N.E. Railway issued under the authority of the Chief
Electrical Engineer or as amplified, added to or superseded by special specification if any.
j) “Schedule of Rates” N.E. Railway shall mean the schedule of Rates issued under the authority of the Chief Electrical Engineer
from time to time.
k) “Drawings” shall mean the map, drawing, plans and tracings or prints thereof annexed to the contract and shall include any
modification of such drawings and further drawings as may he issued by the Engineer from time to time.
CONTRACTOR’S SIGNATURE
TO,
The President of India,
Acting through the Sr. Divisional Electrical Engineer, N. E. Railway, Ashok Marg, Lucknow.
1.
I/We……………………………………………………………………………………………………………………………
…..……………………………………………. have read the various conditions to tender attached here to and agree to abide by the
said condition. 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 liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work for N. E. Railway,
at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in
………………………months/days from the date of issue of letter of acceptance of the tender.
2. I/We also hereby agree to abide by the General Condition of Contract corrected up to printed/advance correction slip
No……………. dated ……………….. and to carryout the works according to the Special condition of contract and specifications of
materials and work as laid down by Railway in the annexed Special Conditions/Specifications and the
………………………………….. Railway works Hand book Part will 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.
2. A sum of Rs …………….. is herewith forwarded as Earnest Money. The full value of the earnest money shall stand
forfeited without prejudice to any other right or remedies in case my/our Tender is accepted and if :-
a) I/We do not execute the contract documents within seven days after receipt of notice issue by the Railway that such
documents are ready; and
b) I We do not commence the work within fifteen days after receipt of orders to that effect.
3. Until a formal agreement in prepared an executed, acceptance of this tender shall constitute a binding contract between us
subject to modification as may be mutually agreed to between to us and indicated in the letter of acceptance of my/our offer for this
work.
1. Instructions to tenderers and conditions of tender :-The documents form part of tender/contract:-
a) Tender Form – First sheet and Second sheet.
b) Special Conditions/Specifications (enclosed)
c) Schedule of approximate quantities (enclosed)
d) General Condition of Contract and Standard specifications for materials and works of North Eastern Railway, as
amended/corrected up to correction slips mentioned in First Sheet of Tender Form, copies of which can be seen in the office of
Sr. Divisional Electrical Engineer, N.E. Railway, Lucknow or obtained from the office of Chief Electrical Engineer, N. E.
Railway on payment of prescribed charges.
e) Schedule of Rates, as amended/corrected up to correction slip as mentioned in First Sheet of Tender Sheet of Tender Form,
copies of which can be seen in the office of Sr. Divisional Electrical Engineer, N.E. Railway, Lucknow or obtained from the
office of Chief Electrical Engineer, N. E. Railway on payment of prescribed charges.
f) All general and detailed drawings pertaining to this work which will be issued by the engineer or his representative (from time
to time) with all changes and modifications.
2. Drawing for the work :- The drawings for the works can be seen in the office of the Sr. Divisional Electrical Engineer, North
Eastern Railway, Ashok Marg, Lucknow and Chief Electrical Engineer, N.E. Railway at any time during office hours. The
drawings are only for the guidance of the tenderer(s). Detailed working drawings (if required) based generally on the drawing
mentioned above, will be given by the Engineers or his representative from time to time.
-----------------------------------
(Signature)
-----------------------------------
(Designation)
------------------------------
Signature of Tender(s)
Security Money deposited vide deposit receipt No. ……………….. Dt. ---------------- for Rs. ----------- issued by
…………………………………………………………………………………………………. in favour of F.A. & C.A.O., N.E.R.,
Gorakhpur
ARTICLES OF AGREEMENT made this day of 200 between the President of India Acting
through the Railway Administration hereinafter called the “Railway” of the one part and
………………………………………………………………………………………………………………… hereinafter called the
“Contractor” of the other part.
WHEREAS the Contractor has agreed with the Railway for the performance of the works
………..…………………………………………………………………………………………………………………
………………………………………………….. set forth in the schedule hereto annexed upon the General Condition of Contract and
the specification of the North Eastern Railway and the special conditions and special specifications, if any, and in conformity with the
drawings here-into annexed AND WHEREAS the performance of the said works is an act in which the public are interested.
NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railway, the
Contractor will duly perform the said works in the said schedule set forth and shall execute the same with great promptness, care and
accuracy in a workmanlike 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 day of 200 and will maintain the
said work for a period of twelve calendar months from the certified date of their completion and will observe, fulfill and keep all the
conditions therein mentioned (which shall be deemed and taken to be part this contract as if the same had been fully set forth-herein),
AND the Railway both hereby agree that if the contractor shall duly perform the said works in the manner aforesaid and observe and
keep the said terms and conditions the Railway will pay or cause to be paid to the contractor for the said works on the final
completion thereof the amount due in respect thereof at the rates specified in the schedule hereto annexed.
1. ……………………………………………………
CONTRACTOR
ADDRESS………………………………………………
………………………………………………….
………………………………………………….
In consideration of the President of India (hereinafter called “The Government”) having agreed to exempt
__________________ (hereinafter called “the said Contractor(s)” from the demand for the payment of security deposit
for the due fulfillments by the/said Contractor (s) on the terms and conditions of Agreement dated _____________
made between ________________ and ____________ for (hereinafter called “the said Agreement”) on production of a
bank guarantee for Rs. _______________ (Rupees _________________________ only), we, _________________
Bank Ltd. wherein after referred to as “the Bank” do hereby undertake (an promise) to pay the Government an amount
not exceeding Rs. ____________ against any loss or damage caused to or suffered by the Government by reason of any
breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.
2. We, _______________ Bank Ltd., further agree that (and premise) to pay the amounts due and payable under
this guarantee without any demur, merely on demand from the Government through the Financial Adviser and Chief
Accounts Officer, North Eastern Railway, Gorakhpur stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the Government by reason of any breach by the contractor(s) of any of
the terms of conditions contained in the said agreement or by reason of the contractor’s failure to perform the said
Agreement. Any such demand made on the Bank shall be conclusive as regard 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.
___________.
3.We, ____________ Bank Ltd., further agree that the guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said agreement and that it shall continue to be
enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged or till ________________ (office/department). Ministry of ____________ certified that
the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor (s) and
accordingly discharge the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or
before (2 months after the date of completion of the contractor (s), we shall be discharged form all liability under this
guarantee thereafter.
3. (a) Nothing withstanding anything to the contrary contained herein the liability of the Bank under this
guarantee will remain in force and effect until such time as this guarantee is discharged in writing by the Government of
until _________________ (the date of the expiry of the contract which ever is earlier and no claim shall be valid under
this guarantee unless notice in writing thereof is given by the Government within 2 months from the date aforesaid).
(b) Provided always that we _____________________ Bank unconditionally undertakes to renew this
guarantee or to extend the period of guarantee from year to year within Four months before the expiry of the period or
the extended period of the guarantee, as the case may be, on being called upon to do so by the Government. If the
guarantee is not renewed or the period extended on demand, we ____________________ bank shall pay the
Government the full amount of the Guarantee on demand and without demand.
4. We, _______________ Bank Ltd., further agree with the Government that the Government shall have the
fullest liberty without our consent and without affecting in any manner out of obligations hereunder to vary any of the
terms and conditions of 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 forebear or enforce any of the terms and
conditions of the said Agreement and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said Contractor (s) or for-bearance, act or Omission on the part of the Government or any
indulgence by the Government to the said Contractor (s) or by any such matter or thing whatsoever which under the law
relating to sureties, but for the said reservation would relieve us from the liability.
5. This guarantee will not be revoked by any change in the constitution of the Bond and or of the surety.
6. We, _______________ Bank Ltd., lastly undertakes not to revoke this guarantee during its currency except
with the previous consent of the Government in writing.
Extension of Bank Guarantee Bond No. _____________ dated ____________ issued by ____________ Bank
on behalf of ______________________ in favour of President of India through FA&CAO/N.E. Railway,
Gorakhpur for the amount of exceeding Rs. ____________ (Rupees __________________ only) valid for the
period from _________ to _______ (Herein-after called the original Bank Guarantee Bond).
We, the _________________ Bank do hereby extend the period of validity of the original Bank Guarantee
Bond No. ___________ dated __________ for Rs. ______________ (Rupees ________________ only) executed
by us on behalf of ________________ in favour of President of India through FA&CAO/N.E. Railway, Gorakhpur
for a period of ________ this is upto ________ for the same amount viz Rs. ____________ (Rupees
___________________ only) on the same terms and conditions as contained in the Original Bank Guarantee Bond.
This deed of extension is to be treated as “Addendum” to the Original Bank Guarantee Bond No.
________________ dated ___________ and to be treated as part and parcel of the original Bank Guarantee Bond.
That excepting the above extension of period of validity of the original Bank Guarantee Bond, all other terms
and conditions of the original Bank Guarantee Bond shall remain unchanged and binding on us.
EXPLAINATORY NOTE
NAME OF WORK :- Annual Maintenance Contract of Solar Power System for UTS at Khalilabad
Railway station.
xxxxxxxx
Item wise scope of works is described as below.
ITEM No. 1 This item is mainly consisting of Annual maintenance of the Solar Power System suitable for 3.64 KW
48 Volt DC and 1.5 KVA 230 Volt AC systems. The details of work are given below.
a Monthly checking, cleaning and servicing the solar Panel and submitting the joint report with Railway’s
representative for the same by contractor.
b Monthly checking of complete system including toping up of batteries.
c Attending the plant when called upon immediately after lodging the complaint at the contractor’s office.
d Break down call shall be attended to immediately even on Sunday, Holiday or after normal working
hours.
e Repairing/ overhauling the components of the equipment at site/in service station, including replacement
of worn out parts when found necessary.
f Consequential damages and losses of any nature what so ever are not covered under the maintenance
scheme.
g This maintenance contract does not cover damage to equipment/ ancillaries because of environmental
conditions.
h Contractor shall be liable to breach or non performance of delay in carrying out any of the obligations
contained in this maintenance service scheme as a result of strike, lock out, industrial/ labour
disturbances, fire/accidental damage, restrictions, imposed by Government, any act of God, riot, war or
any condition arising from similar cause beyond our control.
i Contractor shall be responsible to rectify all the defects/ deficiencies and will have repair / replenish and
put the system in satisfactory operation within 24 hours of information given to them or their
representative over telephone / Fax/letter etc. They will also intimate the site-in-charge regarding action
being taken by them in writing. In the case of delay in attending to the complaints, penalty at the
following rates will be levied :-
(a) Delay beyond 24 hours & upto next 24 hours - Rs. 100 per day
(b) Delay beyond 24 hours in excess of 24 hours and Upto 72 hours - Rs. 125 per day
(c) Delay beyond 24 hours in excess of 72 hours - Rs. 150 per day
j During the breakdown period No AMC charges shall be paid to the contractor. Deduction shall be made
on proportionate AMC charges basis.
NAME OF WORK :- Annual Maintenance Contract of Solar Power System for UTS at Khalilabad Railway
station.
xxxxxxxx
1 This work is mainly consisting of Comprehensive Annual Maintenance contract for Solar Power System
suitable for 3.64 KW 48 Volt DC and 1.5 KVA 230 Volt AC system installed at Khalilabad PUS/UTS
centre.
2 All material to be used shall confirm to relevant ISS and work should be done strictly as given in work and
material schedule under item description of work.
3 All the taxes legally leviable as per extant rules will be deducted from the contractor’s bill.
4 100% Payment will be payable only after successful completion of work duly certified by site incharge &
site engi neer. Payment shall be made quarterly after completion of the period.
5 Tenderer are requested to visit the site before quoting their rates.
6 This contract will be governed by the General Condition of Contract 2014 with latest amendment.
7 If tenderer required any surcharge/tax, they have to specially mention in their offer.
8 If any ambiguity arises during execution of work regarding specification, quality of work, measure of work
and content of text, the decision of Sr. Divisional Electrical Engineer, N. E. Railway, Lucknow shall be final
and binding on the contractor.
10 Railway can delete any item of the schedule at any stage, which shall be binding on the contractor.
NAME OF WORK :- Annual Maintenance Contract of Solar Power System for UTS at Khalilabad Railway Station.
Total cost =
S. Unit Rate in Unit Rate in
Description of work Qty unit Unit Rate x
N. figure word
Quantity
1 2 3 4 5 6 7
1 Comprehensive Annual Maintenance contract 60 Month
for Solar Power System suitable for 3.64 KW 48
Volt DC and 1.5 KVA 230 Volt AC systems
suitable for (1+2) days autonomy requirement
along with backup charging facility by
conventional power supply.
NOTE:-