Anda di halaman 1dari 31

GOVERNMENT OF INDIA EAST COAST RAILWAY OPEN TENDER NO. Item No1 of Tender Notice No.

SDEE/KUR/Elect/2008-09/19 NAME OF WORK: Date: 17.03.09

Replacement of O/H lines with Underground cabling and associated electrical works at PRDP
DATE OF OPENING 30.04.2009 (AT 16.00 HRS.) LAST DATE OF SUBMISSION 29.04.2009 (UPTO 13:30 HRS.)

Cost of Tender Document: Rs.3000/- (Rupees Three Thousand only)

ISSUED BY SR. DIVISIONAL ELECTRICAL ENGINEER (G) EAST COAST RAILWAY KHURDA ROAD.

East Coast Railway ANNEXURE-I TENDER FORMS (FIRST SHEET) Tender No. Name of Work: Segregation of loads at various locations in KUR division. To The President of India, Acting through the DRM(Elect)/KUR East Coast Railway. I/We. have read the various conditions to tender attached here to and agree to abide by the said conditions. I /We also agree to keep this tender open for acceptance for a period of .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 E.Co.Railway, at the rates quoted in the attached schedule and here by bind myself / ourselves to complete the work in all respects within months from the date of issue of letter of acceptance of the tender. I/We also here by agree to abide by the General Conditions of Contract corrected up to printed / advance correction slip No. .. dated. 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 E.Co. Railway General Conditions of Contract and Standard Specifications part IV corrected up to printed / advance correction slip No. dated .. General Conditions of Contract and Standard Specifications corrected up to printed / advance correction slip No. dated.. for the present contract., 3. 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 rece4ipt of notice issued 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. 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) Address of the Tenderer(s) Signature of Tenderer(s) Date:

EAST COAST RAILWAY Tender Notice Tender Notice No. SDEE/KUR/Elect/2008-09/19 Date:17.03.09 For and on behalf of President of India, Sr. Divisional Electrical Engineer (G), East Coast Railway, Khurda Road invites sealed Tender in prescribed tender form for the following work. Item Name of the work Approximate E.M.D (Rs) Cost of No Cash value Tender (Rs) Documents (Rs) 1 2 3 4 5 1 Replacement of O/H lines with 27,66,485/- Rs.55,330/Rs.3000 /Underground cabling and associated electrical works at PRDP Rs.55,850/- Rs.3000 /2 Rehabilitation of street lighting 27,92,299/arrangement with provision of GRP poles and energy efficient T-5 FTL fitting at PUI The prescribed non-transferable Tender forms are obtainable on any working day from the office of the Senior Divisional Electrical Engineer (G),East Coast Railway,Khurda Road on remittance of cost of Tender forms (non-refundable) either by Crossed DD drawn in favour of Sr.DFM/East Coast Railway,Khurda Road on any Nationalized/Scheduled Bank payable at Khurda Road or in the form of money receipt issued by Chief Cashier/East Coast Railway/ Bhubaneswar or Divl cashier/E.Co.Rly. Khurda Road or any station master of this Railway under head of allocation Z-652 in support of deposition of requisite money with him. An amount of Rs.500/- extra has to be paid if required by post. The period of issue of Tender Form: From 30.03.2009 Up to12:00 Hrs of 29.04.2009. The last date and time of receipt of Tenders: Up to 13:30 hrs of 29.04.2009. (No further time extension will be granted to submit the Tenders even if the last date of receipt of Tender happens to be a BANDH or Holiday) Date and time of opening of Tender: At 16:00 hrs of 30.04.2009 at Sr. DEE(G)/KURs Office. If the date of opening happens to be a BANDH or Holiday, the tender will be opened at the same time on the following working day. The tender documents will also be available in the website at www.eastcoastrailway.gov.in" during the period from 30.03.2009 to 29.04.2009 and can be down loaded and used as tender documents for submitting the offer. Separate Demand Draft towards the cost of tender documents as mentioned at Col-5, shall have to be enclosed in addition to earnest money while submitting the tender, other wise, the tender will be summarily rejected. Railway Administration shall not be responsible for any delay/difficulties/ inaccessibility of the down loading facility for any reason whatsoever. Tenders will also be accepted by post. However, Railway shall not be responsible for any postal delay. In case of any discrepancy between the tender documents down loaded from internet and the master copy available in the office, the later shall prevail and will be binding on the Tenderer(s). No claim on this account will be entertained.

For the work mentioned above the tenderer should satisfy the following eligibility criteria. 1. Tenderers should have valid Electrical Contractors License(HT for Item No-1 & LT for Item No-2) copy of which should be submitted along with the tender offer. 2. Tenderer should have physically completed in the last three financial years (i.e. Current financial year and three previous financial years) at least one similar single work for a minimum value of 35% of the advertised tender value in Rlys or any other Govt./Semi Govt. Organisation in one single contract agreement. 3.Total contract amount received by the Tenderer during the last three financial years and in the current financial year should be minimum of 150% of Advertised Tender value. In support of this tenderer(s) should submit attested certificates from the employer/client/audited balance sheet duly certified by chartered accountant etc. along with the Tender offer. 4. For item No.1 Similar nature of work: The tenderer should have executed one single work of 35 % of advertised tender value which contains atleast one or more items as mentioned below in Railways / Airport/ CPWD/ Defence buildings/State Govt secretariat/Public sector undertakings etc. Execution of HT (11KV/33 KV) cablings/ HT(11KV/33 KV) overhead lines/ HT (11 KV/33 KV) panels/(11/0.4KV) or (33/0.4KV) substation equipments/ earthing / other associated works etc. including commissioning of the HT system . For item No.2 Similar nature of work: The tenderer should have executed one single work of 35 % of advertised tender value which contains atleast one or more items as mentioned below in Railways / Airport/ CPWD/ Defence buildings/State Govt secretariat/Public sector undertakings etc. Execution of Internal/external electrification (wiring/ supply and commissioning of LT electrical fittings/ LT cabling/ LT panels/street lighting/ earthing and associated works etc) in respect of staff quarter / service buildings / street lights/ passenger platform/concourse/circulating area. Tenderer has to produce supporting documents/ certificates from the organization with whom they have worked along with the tender offer. Certificates from private individuals/Organisations for whom such works are executed/ being executed shall not be accepted. (a)Similar nature of work physically completed within the qualifying period i.e. the last three financial years and current financial year (even though the work might have commenced before the qualifying period) should be considered in evaluating the eligibility criteria. (b)The total value of similar nature of work completed during the qualifying period and not the payment received within the qualifying period should alone be considered. In case the final bill of similar nature of work has not been passed and final measurement have not been recorded, the paid amount including the statutory deduction is to be considered .If final measurement have not 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 measurement 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 which ever is lower should be considered for judging eligibility. (c)In case of composite works involving combination of different works, even separate completed similar nature of works of required value should be considered while evaluating the eligibility criteria.

The tender should be accompanied by a deposit towards Earnest Money to be deposited in cash or in any of the following forms obtained in favour of Sr.Divisional Finance Manager E.Co.Railway, Khurda Road i) Deposit Receipt(ii)Pay order(iii)Demand Draft These forms of earnest money could be either of the State Bank of India or of any of the Nationalized Bank. (Guarantee Bonds will not be accepted for the amount as specified for EMD). The tender shall hold the offer open for a period of 90 days from the date fixed for opening the same, it being 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 terms and conditions thereof, in a manner not acceptable to the Chief Engineer / Divisional Railway Manager / Sr.Divisional Engineer /Divisional Engineer of the East Coast Railway. Should the tenderer fail to observe or comply with the foregoing stipulation the aforesaid amount shall be liable to be forfeited to the Railways. Government securities, stock certificates, bearer bonds promissory notes/cash certificates etc. will not be accepted. Sealed Tender documents along with EMD may be dropped in the box specifically available in the following addresses. (i)Sr.Divl. Electrical Engineer (G),East Coast Railway,KhurdaRoad,At/PO-Jatni,Dist-Khurda, Orissa, PIN-752050 (ii)Chief Electrical Engineer,East Coast Railway, 3rd Floor, ECoR HQ . Building, Chandrasekhar pur Bhubaneswar, PIN-751017. (iii)Asst.Divl Electrical Engineer (G),East Coast Railway, PURI , At/PO- PURI, PIN-752002

Sr.Divisional Electrical Engineer (G) E. Co. Railway, Khurda Road. For & On Behalf of President of India.

EAST COAST RAILWAY RATE SHEET Name of the work: Replacement of O/H lines with Underground cabling and associated electrical works at PRDP. DESCRIPTION Replacement of O/H lines with Underground cabling and associated electrical works at PRDP BASIC RATE OF TENDER Rs. 27,66,485/QUOTED TENDER RATE (in % above/below) ________________________ % above / below (In figure)

__________________________ % above / below (In words)

(i) (ii)

(iii) (iv) (v) (vi) (vii)

(BASIC RATES ARE GIVEN IN SCHEDULE OF PRICES) NOTE: Tenderer should invariably strike out [ABOVE/BELOW] whichever is not applicable and percentage value both in figures and words failing which the offer will be summarily rejected. Conditional Tenders will summarily be rejected without any condition whatsoever. Tenderer should not quote any percentage above/below in schedule of prices or anywhere except in above. Tenderer should and only quote in above blank form. Taxes and levies will be deducted at source as applicable. The rates quoted in % above or below should be inclusive of all taxes, as leviable by Union of India/ State Government including Excise duty, Sales tax, Entry tax or any other taxes/ charges. No correction is allowed in the percentage quoted and such tenders received having any corrections/over writing/duality between the percentage quoted in figures and words, will be summarily rejected. The basic cost, item & quantities are approximate and for guidance to the tenderer(s).This may vary as per the site condition and no claim what-so-ever will be entertained. The entire work should be completed in all respect within 06 months from the date of acceptance letter issued.

SIGNATURE OF THE TENDERER (S)WITH SEAL

EAST COAST RAILWAY Item No.1 of Tender Notice No. SDEE/KUR/Elect/2008-09/19 Date: 17.03.09

Name of Work: - Replacement of O/H lines with Underground cabling and associated electrical works at PRDP SCHEDULE OF PRICE Sl No 1 2 Description of work XLPE insulated, PVC sheathed armoured cable, 1100 volts grade , 3 core 120 Sq.mm XLPE insulated, PVC sheathed armoured cable, 1100 volts grade , 3 core 50 Sq.mm XLPE insulated, PVC sheathed armoured cable, 1100 volts grade , 3 core 25 Sq.mm Cable laying charges along the road/track. Cable laying charges across the road/track through 150 mm dia spun concrete pipe. Excavation of wall and fixing of cable with cement plastering SETC of Feeder pillar Earthing arrangement Dismantling of LT OH line including insulator & bracket etc Dismantling of Rail pole/RS Joist/SST pole Supply of 11 KV A/B switch 200A, complete with all accessories. Erection of A/B switch Supply of lightening arrestor,10 KA complete with all accessories. Erection of lightening arrestor Supply of 11 KV explusion type DO fuse 50/60 A capacity , complete with all accessories. Erection of DO fuse Supply and fabrication of RS joist of 200 X 100 mm of 11mtr length Transportation of RS joist to the site and erection of RS joist Qty 2000 2500 Unit Mtr Mtr Rate 253 127 Total 506000 317500

3 4 5

1000 5000 500

Mtr Mts Mts

82 95 499

82000 475000 249500

6 7 8 9 10 11 12 13 14 15

100 14 20 6 20 5 5 3 3 3

Mtr No No KM No Set Set Set Set Set

63 28883 1200 507 406 6532 800 2171 309 1860

6300 404362 24000 3042 8120 32660 4000 6513 927 5580

16 17 18

3 8 8

Set No No

309 9350 393

927 74800 3144

Sl No 19 20 21 22 23 24 25 26 27 28 29

Description of work Excavation of earth pit for foundation of RS joist Supply and erection of horizontal bracing of size 100 X 50X5mm G.I. channel Supply and erection of G.I. angle 50 X 50 X 6mm Supply and erection of G.I. Nuts and bolts 5/8 X 6" and 5/18 X 3.1" Supply and erection of G.I. clamps of suitable size Supply and erection of anticlimbing device Painting of 4pole structure Painting of RS Joist/SST pole/Rail pole Supply and spreading of Ballast Erection of street light fitting on SST/Rail pole Supply of loop in loop out box made of MS sheet of 2 mm thick of size 200mm X 150mm X 100mm with kitkat fuse ,connectors and locking arrangement Erection of loop in loop out box Supply and erection of 4 way Distribution Board with 4 X 16 A Kfuse . Supply and fixing of sand bucket with stand (1 set consisting of 4 nos Bucket with stand) Supply and fixing of fire fighting equipment Supply of insulation pad Supply and erection of 11 KV danger board Supply of Energy efficient T5 Road luminaire ,model No:BTSLF414 MS complete with all accessories and 4 X 14 W T5 lamp Total

Qty 16 800 300 100 100 20 2 80 40 60 40

Unit Cum KG KG KG KG KG No No Cum No No

Rate 1632 36 36 36 36 36 4547 183 569 190 165

Total 26112 28800 10800 3600 3600 720 9094 14640 22760 11400 6600

30 31 32

40 40 2

No No Set

50 350 1953

2000 14000 3906

33 34 35 36

2 4 6 60

Set No No No

2285 244 142 6628

4570 976 852 397680

2766485

Sr. Divisional Electrical Engineer (G) East Coast Railway/ Khurda Road For and on behalf of President of India

EAST COAST RAILWAY EXPLANATORY NOTES OF SCHEDULE ITEM NO 1 The rate includes supply of ISI marked XLPE insulated ,PVC sheathed cable with aluminium conductor suitable for rated voltage of 1100 Volts grade and conforming to IS:7098(Pt.1)/1988 with amendment No:1 and of size 3.5Core X 120 Sq.mm ,circular & armoured make NICCO/Havells/SOMEX or similar. ITEM NO 2 The rate includes supply of ISI marked XLPE insulated ,PVC sheathed cable with aluminium conductor suitable for rated voltage of 1100 Volts grade and conforming to IS:7098(Pt.1)/1988 with amendment No:1 and of size 3.5Core X 50 Sq.mm ,circular & armoured make NICCO/Havells/SOMEX or similar. ITEM NO 3 The rate includes supply of ISI marked XLPE insulated ,PVC sheathed cable with aluminium conductor suitable for rated voltage of 1100 Volts grade and conforming to IS:7098(Pt.1)/1988 with amendment No:1 and of size 3.5Core X 25 Sq.mm ,circular & armoured make NICCO/Havells/SOMEX or similar. ITEM NO 4 The rate include excavation of cable trench and laying of cable along the road/track as per CEE/ECORs drawing No CEE/GS/CABLE TRENCH/01 (mod01) dt 02.05.05. Rate also includes covering of cable trench with bricks, sand and earth after laying of cable. The price shall include all other materials and labour required for doing the work. Railway will only supply the cable and the contractor shall collect it from the store of the concerned Sr. Section Engineer(Elect)/ Section Engineer(Elect) with contractors labour. The contractor will have to make the surface as good as before after laying of cables. ITEM NO 5 The rate include excavation of cable trench and laying of cable across the road/track as per CEE/ECORs drawing No CEE/GS/CABLE TRENCH/01 (mod01) dt 02.05.05. Rate also includes covering of cable trench with bricks, sand and earth after laying of cable. Whenever laying of cable across the road already constructed, is involved ,digging of road surfaces is to be avoided by using mechanized trenchless technology for laying of pipes.Trenchless technology should also be used for laying cables for crossing Railway tracks.The price shall include all other materials and labour required for doing the above work. The cable will be supplied by the concerned Sr. Section Engineer (Elect)/ Section Engineer (Elect) and the contractor shall collect it from the store of the concerned Sr. Section Engineer (Elect)/ Section Engineer (Elect) with contractors labour.The price shall include all other materials and labour required for doing the work.The contractor will have to make the surface as good as before after laying of cables. ITEM NO 6 The rate include excavation of wall and fixing of cable with cement plastering and to make the surface as good as before after laying of cable.Only the cable will be supplied by the Rly and remaining all other materials required for the above work are to be supplied and executed by the contractor.

ITEM NO 7 Rate includes supply of LT outdoor feeder pillar consists of copper bus bar 200A bus bar (20 x 5mm for phase, 20 x 3mm for neutral) with LED type indication lamp for RYB in incoming side. The feeder pillar shall consist of I/C: 1 x 100A MCCB 4P, 35KA, O/G: 2 x 50A MCCB 4P, 35KA, 2 x 32A MCB DP, 10KA as outgoing (MCCB make Seimens/ABB/L&T/IndoAsian/GE/LEGRAND and MCB make ABB/L&T/IndoAsian/ GE/LEGRAND/C&S). There should be a separate 5Amp plug point available with power supply from incoming side of panel with switch control and 11 W CFL lamp. Panel size : (750 mm x 600 mm x 400 mm approx) with +10% in overall size : (Sheet: 1.6mm thick, Angle: 40 x 40 x 6mm, Channel: 75 x 40 x 4.4 mm). The panel will made on two parts with doors on both front and rear side for incoming and outgoing connections in terminal blocks. Jointless earthing, clamp, earth strip will be provided in both side with internal wiring & fixing of switch gears. Rate also includes erection, testing & commissioning of the outdoor feeder pillar on the brick pedestal of approx 500 mm height, with plastering & finishing etc, to be done by the contractor with his labour and tools as directed by the Engineer in charge of work at site. Jointless Earthing connection to the panel to be made at two distinct places from two distinct earth electrode by 8 SWG G.I wire including cable entry into the panel as directed by the Engineer in charge of work at site. The work also includes connection of incoming, outgoing cables with socket or directly as required in the site. Double compression glands are to be provided in all cables. ITEM NO-8 The rate includes earthing in any type of soil as per CEE/ECoRs drawing No.CEE/GS/EARTHING/02/(mod-1) dt..28.11.07 with sump including supply of all materials, earth cone pipe conforming to latest IS specification. The rate also includes excavation of pit, filling with charcoal and salt, refilling with earth, etc. as per drawing. Earth continuity wire No-6 SWG shall be taken from the earth cone to the desired place as shown by site Incharge and properly connected with nut & bolt with suitable socket. Value of the earth resistance shall be less than 6 ohms. ITEM NO-9 Rate includes dismantaling of LT OH lines including Insulator & bracket, etc. & submitting to Railway authority, by the contractor with his labour and tools. ITEM NO-10 Rate includes dismantaling of Rail Pole/R.S. Joist/SST pole, etc. & submitting to Railway authority, by the contractor with his labour and tools. ITEM NO-11 Rate includes supply of 11 KV AB switch 200 Amps, (Vertical type) with base frame insulators, operating rods with locking arrangement conforming to CEEs specification No.CEE/Dev/DO 150/6.66 including 3 sets of horizontal/vertical bracing. ITEM NO-12 Rate includes erection, testing & commissioning of the AB switch on 4 pole/DP structure, with bolts & nuts, clamp etc. to be done by the contractor with his labour and tools as directed by the Engineer in charge of work at site. ITEM NO-13 Rate includes supply of 11 KV lightening arrester, 10 KA as per Specification No.CEE/D/LA/2.66 (3 Nos. 1 set)

ITEM NO-14 The rate includes erection, testing & commissioning of 11 KV lighting arrester, including jumpering and earthing to electrode provided, 4 pole/DP structure with bolts & nuts, clamp etc. & complete in all respect as directed by the Engineer in charge of work at site. ITEM NO-15 The rate includes supply of 11 KV, 50/60A capacity explusion Type drop out fuse (1 set 3 Nos.), as per CEEs Specification No.CEE/4/10-64. ITEM NO-16 Rate includes erection, testing & commissioning of the DO fuse on 4 pole/DP structure with bolts & nuts, clamp etc. to be done by the contractor with his labur tools as directed by the Engineer in charge of work at site. ITEM NO-17 Rate includes supply and fabrication of R.S. Joist of 200 x 100 mm of 11M long. ITEM NO-18 Rate includes transportation of the R.S Joist to the site and erection of the same with contractors labour, vehicle and tools. ITEM NO-19 Rate includes excavation of earth pit any kind of soil/rock for erection of RS joint 200 x 100 mm/Rail pole of 11 M long with cement concrete in the ratio: 1:3:6 casting of foundation including re-filling and dressing of earth with contractors labour, tools including supply of cement and all materials. Digging of pit, casting of foundation 1M x 1 M x 2M with stone ballast of size 40mm. and down for erection of R.S. Joist with contractors cement and mortar with ratio: 1:3:6 and 12mm. Thick cement plastering and neat cement finishing are also to be done for muffing by the contractor. The size of muffing shall be 500mm x 500mm x 500mm with proper slope towards top and complete in all respect by the contractor with his labour and tools. All the foundations are to be cured for 21 days. ITEM NO-20 The rate includes supply & erection of horizontal bracing of size 100 x 50 x 5mm G.I Channel ITEM NO-21 The rate includes supply & erection of G.I. Angle 50 x 50 x 6 mm ITEM NO-22 The rate includes Supply & erection of G.I. Nuts & Bolts 5/8 x 6 and 5/18 x 3.1 ITEM NO-23 The rate includes supply & erection of G.I. Clamps of suitable size as directed by site incharge. ITEM NO-24 The rate includes supply & erection of G.I. anticlimbing wire.

ITEM NO-25 Rate includes Painting of 4 pole structure including all members, name board, earth pit etc with two Alu, paint over a coat of anticorrosive Red oxide primer A class (ASIAN PAINT/SHALIMAR/BERGER) & complete in all respect as directed by the Engineer in charge of work at site. ITEM NO-26 Rate includes Painting of R.S. Joist/SST poll/Rail pole with two coats of Alu. Paint over a coat of anti-corrosive Red oxide primer A class (ASIAN PAINT/SHALIMAR/BERGER) shall be done by the contractor. ITEM NO-27 Rate includes supply and spreading of 25mm size ballast in the Sub Station. ITEM NO-28 The rate includes associated wiring, fixing, testing and commissioning of street light luminaries on the SST/Rail pole. Connection to the fitting to be provided from the junction box provided in the pole by means of a 2.5 sq mm PVC insulated multi strand copper wire of make- Finolex/L&T/Poly-cab/BCH/IndoAsian. Only the fitting with lamp will be supplied by the Rly. The contractor will have to collect it from the store of concerned SSEE/SEE.Remaining all other materials required for erection of the fitting will be supplied and executed by the contractor. ITEM NO-29 The rate includes supply of loop in loop out box made of MS sheet of 2mm thickness of size- 200mm x 150mm x 100mm with 10A kitkat fuse 2 Nos., connectors and locking arrangemnet. ITEM NO-30 The rate includes erection of loop in loop out box in the muffing to be done by the contractor with his labour and tools as directed by the Engineer in charge of work at site.Only the loop in loop out box will be supplied by the Rly. Remaining all other materials required for the above work will be borne by the contractor. ITEM NO-31 The rate includes supply, erection, testing & commissioning of 4 way Distribution board of make L&T/LEGRAND/ABB/GE/C&S/IndoAsian with 4 x 16A kit kat fuse of make Anchor/IndoAsian/SSK/HPL including fixing on the wall and connection with service main and different points, complete the work in all respect as directed by the Engineer in charge of work at site. ITEM NO-32 The rate includes supply & fixing of Sand bucket with sand (1 set) consisting of 4 Nos. bucket with stand) ITEM NO-33 The rate includes supply & fixing Fire fighting equipments of dry chemical powder type fire extinguisher, capacity 5 KG of any ISI approved make.

ITEM NO-34 The rate includes supply of Rubber Insulation pad of size 1 meter X 1 Meter with minimum thickness of 1 cm. The material shall be of ISI standard and any ISI approved make. ITEM NO-35 The rate includes supply and erection of 11 KV danger board with the inscription Danger 11000V in Oriya, Hindi & English including, Skull & Bones as per IS: 2551 means for pole symbol. ITEM NO-36 The rate includes supply of Energy efficient T5 Road luminaire complete with all accessories and 4 X 14 W T5 lamp,model No:BTSLF414 MS of Bajaj make or similar type of Philips/CGL make .

Sr. Divisional Electrical Engineer (G) East Coast Railway/ Khurda Road For and on behalf of President of India

Certificate of Familiarization I/We hereby solemnly declare that I/We have visited the site of above work and have familiarized myself/ourselves of the working conditions there in all respects and in particular the following: Topography of the area and existing road network (highways & village - Pucca & Katcha) and availability of service roads. Soil conditions at the site of the work. Sources and availability of construction materials. Rates for construction materials. Availability of construction materials. Availability of local Labour both skilled and unskilled and the prevailing labour rates. Availability of water & electricity. Availability of space for putting up. Labour camps, offices, store godown. Engineering yard etc.

Signature Of Tenderer(S)/Contractor(S)

2.1. Sl No 1

INSTRUCTIONS TO TENDERER (S) Documents Part of This Tender Document Name Published By

General Condition Of Contract And South Eastern Standard Specification (Vol.2) 2001 Railway with Correction Slip issued up to date of opening of tender. Note: The terms Correction slip as referred to in this tender document includes the following terms also. Addendum slip, Correction slip, Addendum slip and corrigendum slip which are issued in consecutive serials. 2.2 Submission : 2.2.1 Tender must be enclosed in sealed cover superscribing thereon the name of the work, as mentioned in the tender notice, Scheme No and must be deposited in the Tender box in the office as mentioned in the tender notice on or before the specified time. Tenderer(s) are requested to be present at the time of opening of tender. 2.2.2 Tenders that are received after the date and time specified will not be considered. 2.2.3 Tenders containing over writing, additions, alterations, erasures, obliteration and other discrepancies may not be considered. The Tenderer(s) should properly attest all corrections made by them. 2.2.4 The Tenderer(s) shall sign every page of the tender documents and submit all of them. 2.2.5 The Tenderer(s) should quote rates both in figures and in words. Wherever there is a difference between the rates quoted in figures and in words, the rate quoted in words will be taken as correct. 2.2.6 (i) Tender to give consent in a mandate form (Annexure-A) for receipt of payment through ECS/EFT. (ii) Tenderer to provide the details of Bank A/C in line with RBI guide lines for the same. These details will include Bank Name, Branch Name and address. Account type Bank A/C No. and Bank & Branch Code as appearing on MICR cheque issued by bank. (iii) Tenderer to attach certificate from their bank certifying the correctness of all above mentioned information ( as mentioned in para (ii) above. (iv) In case of non-payment through ECS/EFT or where ECS/EFT facility is not available, payment will be released through cheque. 2.3 Eligibility criteria: With the intention of bringing good & experienced contractor in the tenders the eligibility criteria in all tenders shall be as under. 2.3.1 As given in the table below for open tenders costing above Rs.20 lakhs.
(i) Should have completed in the last three financial years (i.e current year and three previous financial years): Total contract amount received during the last three financial years and in the current financial year. At least one similar single work, for a minimum of 35% of Advertised Tender value of work. Should be a minimum of 150% of Advertised Tender value. The tenderer (S) are required to produce along with the tender the attested copies of certificates from the employer/client/ audited balance sheet duly certified by chartered accountant etc. in support of the financial turnover.

Referred In This Document As GCC 2001

(ii)

2.3.2 Document submission:-The following documents should be submitted along with tender. (a) List of personnel, organisation 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 works completed in the last three financial years giving description of 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 description of work, contract value, approximate value of balance work yet to be done and date of award. Note: 1 In case of items (c) and (d) above, supportive documents/certificates from the organisations with whom they worked/are working should be enclosed. 2 Certificate from Private Individuals/Organisations for whom such works are executed/ being executed shall not be accepted. 2.4 Company Profile 2.4.1 Tenderer(s) should specifically and fully disclose in his/their respective tender, their respective constitutions and submit attested Photostat copies of documents like partnership deed, Articles and Memorandum of Association, Certificate of Incorporation etc., if any in support of such disclosures. If Tenderer(s) is/are a firm i.e. partnership business, it should be stated whether the same is Registered under the Indian Partnership Act, and the name and address of all the partners of the firm should be fully disclosed. He/they shall submit the partner ship deed/any other appropriate document, if any, to prove about the joint venture with any other party having such machineries, base of quarries etc. along with the tender offer and the details of document regarding the joint venture shall of the dates back before the date of opening of tender. The Railway Administration shall always have the liberty to demand production of the original of the said documents and also to make such further and other enquiries regarding the constitution of the Tenderer(s) as may be considered necessary. 2.5 Programme for completion of work 2.5.1The contractor will have to complete the quantity of work allotted to him in form of lots as and when required at the desired location. The allotted lot given at any point of time during the validity period has to be completed within 20 days from the date of issue of work order failing which L.D. will be imposed @5% per week or part there of the allotted value of work subject to maximum recovery of 10% of the allotted value of work. 2.5.2 Tenderer(s) should work out resource requirement (men, material & machinery) on monthly basis for his/their programme and submit it to Railways. Tenderer should also submit a month wise statement of resources (men, material & machinery) proposed to be deployed at site. 2.6 Earnest Money: The tenderer(s) shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be as per following table.

Value of the work (Tender Value) EMD For works estimated to cost upto Rs. 1 Crore 2 % of the estimated cost of the work. For works estimated to cost more than Rs. 1 Rs. 2 Lakhs plus % (half percent) of Crore the excess of estimated cost of work beyond Rs. 1 Crore subject to a maximum of Rs. 1 Crore. The earnest money shall be rounded to the nearest Rs.10. This earnest money shall be applicable for all modes of tendering. 2.6.1 The Tender must be accompanied by a sum, as mentioned on page 1 of his tender, as Earnest Money. Earnest Money should be in cash or in any of the following forms: (i) Deposit Receipts, Pay Orders or Demand Drafts. These forms of Earnest Money could be either of the State Bank of India or of any of the nationalized banks. No confirmatory advice from the Reserve Bank of India will be necessary. (ii) Deposit receipts executed by the Scheduled Banks (other than the State Bank of India and the Nationalized Banks) approved by the Reserve Bank of India for this purpose. The Earnest money is to be endorsed in the name of Sr. Divl. Finance Manager, East Coast Railway, Khurda Road. 2.6.2 Earnest Money other than in the form mentioned in clause 2.6.1 (i) & (ii) will not be accepted. 2.6.3 The Tenderer(s) shall hold the offer open for a period 90 days from the date of opening of the Tender. It is understood that the Tender Documents have been sold/issued to the Tenderer(s) and the Tenderer(s) is/are being permitted to the tender in consideration of the stipulation on his/their part that after submitting his/their Tender he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to the DRM(Elect), E.Co. Railway, Khurda Road. Should the Tenderer(s) fail to observe or comply with the foregoing stipulations, Railway shall forfeit the Earnest Money deposited with the tender. 2.6.4 The Earnest Money of the Unsuccessful Tenderer(s) will be returned to the Unsuccessful Tenderer(s). However Railway shall not be responsible for any loss or depreciation that may happen to Earnest Money while they are in Railways possession, nor be liable to pay interest thereon. 2.6.5 The Earnest Money deposit of the Successful Tenderer(s) will be retained towards part of the Security Deposit for the due and faithful fulfillment of the Contract. The same shall however be forfeited if the successful Contractor(s) fails to execute the Agreement Bond within 15 days after the receipt of letter of acceptance to that effect towards penalty imposed under the condition of Contract. 2.7 Security amount Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery / mode of recovery shall be as under:a) Security Deposit for each work should be 5% of the contract value, b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered, c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD, etc. shall be accepted towards Security Deposit. Security Deposit shall be returned to the contractor after the expiry of maintenance period and after passing the final bill based on No Claim certificate. The Competent shall normally be the authority, who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia,

should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, contractor concerned should submit an unconditional and unequivocal no claim certificate. 2.7.1 Performance Guarantee (P.G.) The procedure for submitting Performance Guarantee is outlined below:a) The successful bidder may give Performance Guarantee amounting to 5% of the contract value in any of the following forms:i)A deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government securities including State Loan Bonds at 5% 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% below market value or at the face value whichever is less. Also FDR in favour of FA&CAO (free from any encumbrance) may be accepted. b) A Performance Guarantee shall be submitted by the successfully bidder after the letter of acceptance has been issued, but before signing of the agreement. The agreement should be signed within 15 days after the receipt of LOA and the Performance Guarantees shall also be submitted within this time limit. This guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days. c) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the Completion Certificate issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit, however, shall be released only after the expiry of the maintenance period and after passing the final bill based on No Claim Certificate. d) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encased and the balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor(s) can participate in the risk & cost tender as per the stipulations made vide clause (f) of item No.2.7.1 below. e) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: i Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee. ii Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the 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. f) i. The provision of Clause 62(y) of GCC should be the guiding principle for Risk and Cost Tenders.

ii. The failed contractor should be notified about the Risk and Cost Tender and in case he applies for the Risk and Cost Tender, the tender forms shall be issued to him. In case the offer of the failed contractor is accepted: a) He should furnish a Performance Guarantee at 10% of the contract value before the agreement is executed. b) The Security Deposit shall be recovered only from the running bills and no Bank Guarantee in lieu of Security Deposit can be accepted. c) In case, he fails to execute the work for the second time, the Performance Guarantee would be encashed and he would be debarred from participating in the subsequent tender for completing the balance work. 2.8 General : 2.8.1 Non-compliance with any of the conditions set forth in this tender document and GCC 2001 is liable to result in the tender being rejected. 2.8.2 The instructions to the Tenderer(s) shall be deemed to form a part of the tender document. 2.8.3 GCC 2001 can be had on payment of an amount specified for copy of each Volume on any working day during office hours, subject to availability, in the office of DRM(Elect), E.Co. Railway, Khurda Road, Jatni 752050. 2.8.4 The Submission of a Tender by a Tenderer(s) shall be deemed to imply that he has read, understood and abided by the conditions stated in tender document & GCC 2001. 2.8.5 A Certificate should be attached along with the Tender papers that the Tenderer(s) has/have purchased GCC 2001 and gone through all the conditions of contract and specifications etc. embodied therein. 2.8.6 If the Tenderer(s) deliberately give/gives wrong information in his/their Tender or create/creates circumstances for the acceptance of his/their Tender, Railways reserve the right to reject such tender at any stage. 2.8.7 The authority for the acceptance of the Tender will rest with the President of India acting through DRM, E.Co. Railway, who does not bind himself to accept the lowest or any other Tender nor does he undertake to assign reason for declining to consider the Tender. No correspondence will be entertained with the Tenderer(s) in respect of the rejection of any or all of the Tenders. The Railways reserve the right to accept the Tender either for the full quantity of work or part thereof or divide the works amongst more than one Tenderer without assigning any reasons for any such actions. 2.8.8 Should a Tenderer(s) find discrepancies in or omission from the drawings or any of the Tender Forms, or should be in doubt as to their meanings, he/they should at once, notify the authority inviting Tender who may send a written instructions to all Tenderer(s). It should be understood that every endeavour has been made to avoid any error which can naturally affect the basis of the Tender and the successful Tenderer(s) shall take upon himself/themselves and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof. 2.8.9 Tender documents in which Tenderer(s) submits Tender shall become the property of the Railway and the Railway shall have no obligation to return the same to the Tenderer(s). 2.8.10 Before submitting a Tender, the Tenderer(s) will be deemed to have satisfied himself/themselves by actual inspection of the site and locality of the work all conditions likely to be encountered during the execution of the works. It is understood that Tenderers have taken into account all factors and rates he/they

enters/enter in the Tender Forms are adequate and all inclusive, to accord with the provisions in Clause - 37 of the GCC 2001. 2.8.11 The successful Tenderer(s) shall execute an Agreement with the President of India acting through the DRM(Elect), E.Co. Railway, Khurda Road for carrying out the works according to specification laid down in the document. 2.8.12 The Agreement to be executed shall on the Agreement Form for the works of the E.Co. Railway except as specifically varied by these Tender Papers, as well as provisions contained in the Tender Documents shall form part of the contract. All certificates submitted by Tenderer including programme & completion of work shall for the part of agreement. 2.8.13 The Tenderer(s) whose tender is accepted shall appear at the office of the DRM(Elect), E.Co. Railway,Khurda Road, in person; in case of a Firm or Corporation, a duly authorised representative there of, to execute the Contract documents within Fifteen days after notice that the contract has been awarded to him/them. Failure to do so shall constitute breach of the Agreement effected by the acceptance of the Tender in which case the earnest money accompanying the Tender shall be forfeited by the Railway as liquidated damages for such fault. 2.8.14 In case of non acceptance of a Tender by the Railway Administration for any reason whatsoever, the Tenderer(s) cannot claim for the expenses incurred by him in submitting the Tender for the work or for any other account. 2.8.15 Non-compliance with any of the conditions set forth herein above is liable to result in the Tender being rejected. 2.9 Death of Tenderer 2.9.1 If a Tenderer(s) expires after the submission of his Tender or after the acceptance of his Tender, the Railway shall deem such Tender as cancelled. If a Partner of a Firm expires after 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 legally acceptable. 2.10 Price preference 2.10.1 No price preference will be allowed for public sector undertaking

Signature of Tendere(s)/Contractor(s)

Annexure A Form No. E-5 Appendix-VIII NATIONAL ELECTRONIC FUND TRANSFER/ ELECTRONIC CLEARANCE SERVICE (CREDIT CLEARING) MODEL MANDATE FORM ( Investor / Customers Opinion to receive payment through Credit Clearing Mechanism) NAME OF THE SCHEME AND THE PERIODICITY OF PAYMENT No:1) Investor / Customers Name : 2) Particulars of Bank Account : a) Name of the Bank : b) Name of the Branch : Address : Telephone No. c) 9 Digit Code Number of the bank and branch appearing on the MICR cheque issued by the bank : d) IFSC Code of the branch : e) Type of the Account (Current/Savings/ Cash Credit with code 10/11/13) : f) Ledger and Ledger Folio Number : g) Account Number (appearing on the Cheque book) : (In lieu of the bank certificate to be obtained as under, please attach a bank cancelled cheque or photocopy of a cheque or front page of your savings bank passbook issued by your bank for verification of the particulars). 3. Date of effect:

I hereby decide that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user instruction responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under scheme. Date: Signature of the Investor/Customer

Certified that the particulars furnished above are correct as per our records. Bank Stamp Date._______________ Signature of the Authorised Official of the Bank.

SPECIAL CONDITIONS OF CONTRACT (PART-I) 3.1 General : 3.1.1 The Special Conditions of Contract, Part-I, II & III Instructions to Tenderer(s) and the stipulations made in the Schedules of quantities shall govern the works under this contract, in addition to and /or in part suppression of the SOR 1992 & GCC 2001. 3.2 Precedence Order : 3.2.1 When there is a conflict between the Instructions to Tenderers, Special Conditions of Contract Parts I, II & III and the stipulations contained in the Schedules of quantities and Rate on the one hand and the SOR 1992 & GCC 2001 on the other, the former shall prevail. 3.2.2 Provision contained on Instruction to Tenders, Special Condition of Contract Pt. I, II & III Schedule of quantities and rate get precedence over provisions contained in IRS Code/IRC code/IS codes/codes owned by other institution. 3.2.3 In case of conflict between provision of IRS/IRC/IS specification the precedence will be in same order. In case of ambiguity the decision of Divisional Railway Manager shall be final & binding. 3.2.4 Any notes appearing in the Schedule Of Quantities and Rates will take precedence over Special Conditions Of Contract Part I, II & III and also SOR 1992 & GCC 2001. 3.2.5 Any specifications/conditions stated by the Tenderer(s) in the covering letter submitted by him along with the tender shall be deemed to be a part of the contract only to such an extent as has been expressly accepted by the Railway. 3.2.6 All measurements, methods of measurements, meaning and item of specifications and interpretation of Special Conditions of Contract part I, II & III made by the Engineer on behalf of the Railway shall be final and binding and shall be considered as Excepted matters in terms of condition No.63 of GCC 2001. 3.3 Agreement: 3.3.1 All expenses in drawing up the agreement and the cost of stamp duty, if any shall be borne by the Contractor. 3.3.2 The tenderer(s) if he/they so desire(s) may quote his /their Bank Account number and other details of their Bank for arranging payment through electronic payment mechanism as soon as the system is made effective. 3.4 Passes: 3.4.1 No Railway pass of any kind for self/ agent/ labourers, for any purpose in connection with this tender/contract will be issued to the Contractor. 3.5 Change of address 3.5.1 Any change in the address of the Contractor shall be forthwith intimated in writing to the Railways. The Railway will not be responsible for any loss or inconvenience suffered by the Contractor on account of his failure to comply with this. 3.6 Dissolution of Contractors Firm: 3.6.1 If the Contractors firm is dissolved due to death or retirement of any partner or for any reasons whatsoever before fully completing the whole work or any part of it undertaken by the Principal agreement, the partners shall remain jointly, severally and personally liable to complete the whole work to the satisfaction of the Railway and to pay compensation for loss sustained if any, by the Railway due to such dissolution. The General Manager of the Railway shall decide the amount of such compensation and his decision in the matter shall be final and binding on the Contractor(s). 3.7 Deployment of plant and machinery: 3.7.1 The deployment of plant and machinery including moving machines shall be such as not to infringe or cause damage to Railway track or any other Government or private properties. Operation of such equipment involving infringement to moving dimensions prescribed in the Handbook of the Schedule of Dimensions of the Railway shall not be undertaken without the prior approval of the Engineer-in-charge. Contractor/s shall be wholly responsible for any loss or damage resulting from violation of this clause.

3.8 Emergency work: 3.8.1 In the event of any accident or failure occurring in or about the work or arising out of or in connection with the construction, completion or maintenance of the works in which Administration will not be liable to pay the Contractor any charges for rectification or repairs to any damage which may have occurred from any cause whatsoever, to any part in the opinion of the Engineer requires immediate attention, the Railway may bring its own workmen or other agency to execute or partly execute the necessary work or carry out repairs if the Engineer considers that the Contractor/s is/are not in a position to do so in time and charge the cost thereof, as shall be determined by the Engineer-in-charge of SE Railway to the Contractor. 3.9 Night work: 3.9.1 Contractor/s attention is drawn to clause 23 of the GCC 2001 that stipulates that no work shall be carried out between sunset and sunrise without previous permission by the Engineer. 3.9.2 If the Engineer is satisfied that the work is not likely to be completed in time except by resorting to night work, he may order the Contractor/s to carry out the works even at night without conferring any right on the Contractor for claiming any extra payment for the same. The Contractor at his own risk and cost shall make all arrangements in this connection. 3.10 Service Roads : 3.10.1 The Contractor(s) will be permitted to make use of the service roads already existing in the possession of the Railway. All service roads required by the contractor in or outside Railway boundary shall be constructed by the Contractor at his own risk and cost and all these roads shall be maintained by the Contractor at his own cost. The Railway reserves the right to make use of the service roads as and when necessary without any additional payment to the Contractor. 3.11 Water supply : 3.11.1 The Contractor/s shall be responsible for the arrangements to obtain potable water supply necessary for the works. No arrangements will be made by the Railway administration for supplying water to the Contractor either for drinking purpose or execution of work. Rates quoted shall include the cost of arranging potable water supply. Only potable water shall be permitted to use in all types of concrete as well as for curing. 3.12 Electricity: 3.12.1 Any electric supply required at site for whatsoever purpose shall be arranged by the Contractor/s. The Contractor/s shall be responsible for the arrangements for obtaining electric supply at his own cost and rates quoted shall include the cost of providing electric supply arrangements required for the work. 3.12.2 If required by Contractor/s, thpe Railway Administration may give required assistance in recommending to State Electricity Board for giving necessary electric connection to the Contractor for execution of works. 3.13 Loss Of Work Orders: 3.13.1 If the original work order issued to the contractor is lost by him for any reason whatsoever and the Contractor demands for supply of a duplicate of the same, a penal levy of Rs.100/- (Hundred only) for each work order shall be imposed on him for the issue of a duplicate copy. 3.14 Income Tax Deduction : 3.14.1 In respect of works, the contract value of, which is more than Rs.10, 000/- each, a deduction of 2% on the gross payment from each of the Contractors bills shall be made in terms of section 194(e) of the Income Tax Act of 1961 & 1991. From time to time surcharge will also be deducted along with I.T.

3.15 Employment of Graduate Engineers/Diploma Holders by Contractor: 3.15.1 Tenderer(s)/Contractors after award of the contract shall be required to employ unemployed Electrical engineering graduates/diploma holders on monthly salary and for the duration as indicated below. No. Of Eng./ Diploma Contract Monthly Salary. Duration. Holders and Value. Degree holders. During Currency of Less than Rs. 15 Engineers Contract Lakhs. Diploma holder Engg. Diploma holder. Not -1 Less Than Rs. 2000/-. Above Rs. 15 Engineers During Currency of Lakhs. Contract Degree holder Engg. Degree holder not 1 Less Than Rs. 4000/3.15.2 In case Contractor fails to employ the Technical staff as aforesaid, he shall be liable to pay a sum of Rs.4000/- (Rupees Four thousand only) for each month of default in case of Graduate Engineer and Rs.2000/- (Rupees Two thousand only) for each month of default in case of Diploma Holder to be deducted from his ongoing on A/C bills. 3.15.3 The decision of the Engineer-in-Charge as to the period for which the required Technical staff was not employed by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor. 3.16 Procurement of Machinery by Contractor: 3.16.1 It should be clearly understood that it is entirely Contractors responsibility and liability to find and procure all the machinery, tools and plant and their spare parts that are required for the efficient and methodical execution of the work. Delay in procurement of such items due to their non-availability or import difficulties or any other causes, whatsoever, shall not be taken as an excuse for slow progress or non-performance of the work. 3.17 Hire of Railways Plant & Machinery: 3.17.1 The Railway may at their discretion give on hire to the Contractor such plant as compressors, Pneumatic equipment, concrete mixers and light equipment, as considered necessary by the engineer. However it does not guarantee hiring any such machinery and it shall not entertain any claim or compensation due to Railways inability to supply such plant/machinery or the condition of the railways plant/machinery supplied on hire be taken as an excuse for slow progress or for non- performance of the work. 3.18 Hire charges on Plant & Machinery : 3.18.1The railway administration shall charge the contractor for the hire of machinery and plant supplied to him. The rate of hire charge for the plant and machinery given by the railway will be calculated on the basis of the S.E Railway General Conditions of Contract and Standard Specifications - 1994 Volume - 2 together with correction slips issued upto date of tender notice. 3.19 Statutory Certificate Etc. : 3.19.1 While the machine(s) is/are in the possession of the contractor(s), he/they shall be responsible for seeing that any inspection certificate or license required under any Government Act is obtained in due time. The contractor shall also be responsible for seeing that all required precautions are observed in using the plant as well, and he shall be responsible for any accident that may occur from the use of the plant. 3.20 Access to Plant at Hirers Premises: 3.20.1 The Railway shall be given reasonable access to the plant and such facilities as may be necessary to satisfy itself that the plant is being so used as to avoid any unnecessary wear or loss or risk.

3.21 Right to Recall : 3.21.1 The Railway shall reserve to itself the right to recall any plant/machinery without assigning any reasons by giving one months notice or at any time without notice in the event of its being required by the Railway for an unforeseen emergency. In either case, the Railway shall not be liable to pay any compensation to hirer for the loss that may be caused by the withdrawal of the plant. 3.22 Storage of Railway Materials : 3.22.1 The Contractor shall make his own arrangements at the site of work for the safe storage and custody of Railway material issued to him. Such Railway materials issued to the Contractor and stored at the site of work shall be open for inspection by the Engineerin-charge or his representative at all times. 3.23 Maintenance Period: 3.23.1 The maintenance period shall be 12 months from the date of issue of completion certificate for all works from the date of issue of completion certificate. 3.24 Employment of Railway surplus labour by contractor : 3.24.1 The Tenderer(s)/Contractor(s) may be required to engage surplus/retrenched casual labour of the E.Coast Railway if found suitable upto the extent of twenty persons for each Lakh or part of the value of the contract during the currency of the contract. The terms of the employment between such labour and the Tenderer(s) may be on mutually agreed terms subject to the statutory provisions contained in the labour regulations and enactments. The Contractor(s) shall indemnify the Railway against any claim arising out of employment of such labour and the Railway shall not be a party to any disputes etc., arising out of the employment of such labour by the Tenderer(s)/Contractor(s). 3.24.2 The Contractor shall engage local labour for skilled/ unskilled work as far as practicable. 3.25 Antiviral work: 3.25.1 During execution of the works against this contract the Contractor(s) shall be responsible for antiviral work at his/their own cost. 3.26 Non-itemised works: 3.26.1 Where item not covered by the schedules are to be executed, the rates for such non-itemised works shall be negotiated before commencement of such work or to be got executed through any other agency by the Railway at the discretion of the Railway Administration. 3.27 Time is the essence of Contract : 3.27.1 Time is the essence of contract. All the works are required to be completed in all respects as stipulated by the Railway within the completion date. Progress shall be maintained strictly in accordance with the programme given by the Contractor and accepted by the Engineer-in-charge from time to time as per the programme chart as per (BAR/CPM/PERT chart) as will be finalised. 3.28 Lead & Lift on Railways/Contractors Materials: 3.28.1 No lead and lift for the Contractors/Railways materials is payable for the works executed under this contract unless otherwise specified. 3.30 Cutting/uprooting of trees : 3.30.1 No extra rate shall be paid for cutting or uprooting tress upto 30 cm. depth at one metre above ground level, grubbing root of trees or jungle clearance involved in any work under this contract. 3.31 IS Codes/IRS Specifications: 3.31.1 Wherever any reference to Code, specification, Act etc. is made in this document, it shall be taken as a reference to the latest version thereof, including all amendments and corrections there to or otherwise specified.

3.31.2 The contractor shall not be entitled to any extra payment on any account for compliance with the various provisions of IS specifications/IRS specifications and Special Conditions of contract. The rates indicated in the schedule shall be deemed to include all works required to be done in compliance with the specifications. 3.32 Sales Tax or any other taxes : 3.32.1 The Contractor shall bear in full all taxes and royalties or levied by the State Government and/or Central Government from time to time. This would be entirely a matter between the contractor and State 3.31.2 Government/or Central Government. Railway will recover the taxes and royalties through running account bills if the contractor fails to pay the taxes and royalties to the government. 3.33 Tree Cutting : 3.33.1 If the section passes through forest land, the contractor or his labour is prohibited to cut the trees for the purpose of fire wood or for any other purpose. Cutting of trees as required under the items of works indicated in the tender schedules may be carried out strictly as directed by the Engineer-in-Charge of the work. Unauthorized felling of trees will result in prosecution and imprisonment. It is the contractors responsibility to cause no damage to the forest growth and the Contractor at his own cost shall arrange any fuel required by the Contractor for his own use or for the use by his labourers, or for the work. The Contractor shall take this aspect into consideration while quoting the rates against the tender. 3.34 Approval of Samples of Material : 3.34.1 All materials to be used in the work by the Contractor shall be subject to the prior approval of the Engineer-in-charge of the work. Contractor shall submit samples of materials to be used to work and arrange for the supplies, only after if Engineer has approved the samples. 3.35 Price variation. i) Price Variation Clause (PVC) shall be applicable for tenders of value more than Rs. 50 lakh irrespective of the contract completion period and PVC shall not be applicable to tenders of value less than Rs. 50 lakh. ii) Price Variation Clause will not apply if the price variation is upto 5% and that reimbursement/recovery due to variation in prices will continue to be made only for the amount in excess of 5% of the amount payable to the contractor. 3.36 Disaster/train accident/Natural calamities. 3.36.1 In the event of any disaster/ train accident/ Natural calamities, the contractor(s) shall be asked to mobilize his/ their manpower/ vehicle/ tools and machineries to the affected locations to meet the situation. In such a case, the contractor(s) shall shift the required material as per the direction of Engineer-in-charge and separate payment for this will be made as per the prevailing SOR and for the activities if any executed beyond the scope of the agreement will be paid separately at the rates finalised by the Railway Administration as per the existing procedure for NS items. 3.36.2 The contractor shall train his/ their staff/ supervisor adequately on First-Aid (shall submit a certificate in support of it) and see that they are capable of encountering any adverse situation at the disastrous spot during execution of the work. In the event of the Engineer being satisfied that the contractor is not employing properly trained staff, the contractor shall at once remove them and engage additional trained staff within seven days and failure on the part of the contractor will entitle the Railway take necessary action, in terms of agreemental condition and which may cause termination of contract in the event of failure of the contractor to engage competent men. 3.37 VARIATION IN CONTRACT QUANTITIES In suppression of paras 5.3.6,5.3.7 and 5.3.9 of Annexure-I of Boards letter No. 94/CE-I/CT/4 dated 17.10.2002, the procedure as detailed below shall be adopted for dealing with variation in quantities during execution of works contracts:-

i) Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required. ii) In case of increase in quantity of an individual item by more than 25% of the agreement quantity is considered as unavoidable, the same shall be got executed by floating afresh tender. If floating a fresh tender is considered not practicable, negotiations may be held with the existing contractor for arriving at reasonable rates for additional quantities in excess of 125% of agreement quantity. iii) 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. iv) No such quantity variation limit shall apply for foundation items. v) 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 on 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). vi) For the tenders accepted at the Zonal Railways level, the variation in quantities will be approved by the authority in whose powers the revised value of the agreement lies. vii) For tenders accepted by General Manager, variations upto 125% of the original agreement value (even if the revised agreement value is beyond GMs competence to accept tenders) may be accepted by General Manager. viii) For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by General Manager. ix) The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. 3.38 First-Aid facilities There shall be provided and maintained by the contractor so as to be readily accessible during all working hours first-aid box equipped with the prescribed contents at every place where contract labour is employed by him

Signature of Tendere(s)/Contractor(s)

SPECIAL CONDITIONS OF CONTRACT (PART-II) 2. Conditions of Contract: 2.1This chapter deals with the conditions of contract under which the work coming under the purview of this contract is to be executed by the contractor. 2.2Conditions of Contract: If the tender submitted by tenderer is accepted and the contract awarded to the tenderer, the work coming within the purview of the contract shall be governed by the terms and conditions included in the tender papers as modified or amended by the letter of acceptance of tender and IR's Standard Condition of Contract, 2001 (Vol-II) regulations and instructions for tenderers and standard form of contract (latest) as corrected up to date. 2.3 Termination of contract: Not-withstanding other provisions under other papers the Railway may at any time, by notice in writing, summarily terminate the contract without liability to pay any compensation to the contractor in respect thereof in any of the following events. (i) Insolvency: If the contractor being an individual or if a firm or any partner in the contractors firm shall at any time be adjudged insolvent or shall have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or compensation or under any law relating to insolvency being in force for the time being or make any conveyance or assignment of his assets or enter into any arrangement or composition with his creditors or suspend payment or if the firm be dissolved under the partnership act. (ii) Liquidation: If the contractor, being a company passes a resolution or the court(s) make an order for the liquidation of its affairs or a receiver or manager on behalf of the debenture holders be appointed or circumstances have arisen which entitle the court or debenture holders to appoint a receiver or manager. (iii) Breach of contract: If the contractor commits any breach of this contract not herein specifically provided for, provided always that such determination shall not prejudice any right of action or remedy which shall have occurred or shall occur thereafter to the Railway and provided also, that the contractor shall be liable to pay the Railway any extra expenditure which the Railway is thereby put to, but shall not be entitled to any gain or repurchases. In the event of such determination, without prejudice to the other rights of or remedies to the Railway including right of forfeiting the Security Deposit, the Railway shall be entitled to have the work or remainder thereof performed executed and/or carried out by another agency at cost and risk of the contractor and hold the contractor liable for reimbursement in the event of any loss on this account. 2.3.1 EXCEPTIONS: Termination of contract will not arise in case of voluntary liquidation meant for alternation or re-organization provided with the newly formed company takes over the full responsibilities and liabilities of the liquidated firm and it is acceptable to the Railway Administration. Termination of contract under this para will not arise in case of breaches or defects of a minor nature. The CEE/ East Coast Railway or any other appropriate authority of the Railway shall be the sole authority to decide whether breaches and defects are of minor nature or otherwise. 2.4 Agreement: The successful tenderer shall be bound to execute an agreement within 15 days after receipt of letter of acceptance, based on accepted terms and conditions in such form as the Railway may prescribe and lodge the same with the Railways, together with conditions of contract, specifications and schedules of prices referred to therein duly complete. The successful tenderer(s) will furnish `Power of Attorney duly authenticated

by the Notary public in favour of the person who will execute the agreement, other legal and financial documents. 2.5 Terms of payment: Payment of running bills up to 90% will be made as per the progress of work..100 % payment will be made after completion of all work duly tested and accepted by the consignee. Bills in quadruplicate complete in all respects together with test certificate and other relevant documents shall be submitted to the Sr.Divisional Electrical Engineer (G)/ East Coast Railway/ Khurda Road. Bills, after being passed by Sr. DEE(G)/ East Coast Railway/ Khurda Road will be forwarded to Sr.DFM/East Coast Railway/ Khurda Road for payment to the contractor 2.6 Inspection and testing: Contractor shall offer all reasonable facilities to the authorized representatives of the Railway for various inspection and testing and submit test report jointly signed by the firm and Electrical Supervisor of Railway.. 2.7 Consignee: The consignee will be the concerned Sr.Section Engineer (Elect)/ Section Engineer (Elect) 2.8 Disposal of released parts: The released materials if any shall be deposited to the Railway. 2.9 Warrantee clause: 1.The electrical installations to be provided by the contractor should be guaranteed for a period of one year from the date of handing over for trouble free working. 2.The decision of the East Coast Railway in regard to the cause of failure and nature of rectification to be carried out by the contractor shall be final and binding on the part of the contractor. During warrantee, cost of all repair materials required and to and fro transport charges will be borne by the contractor. 3. On being informed of a failure of a defect during the warranty period,the contractor shall, within 07 days from the date of report rectify / replace the defective components and re install the installations. The warranty clause is equally applicable on the repaired/replaced components as well. 2.10 Liquidated damages clause: If the contractor fails in due performance of his contract, within the time fixed by the contract or any authorized extension thereof, the Railway Administration shall be entitled to recover from the contractor as liquidated damages a sum of % cost of the contracted amount of the work in default per week or part thereof (part of a week being reckoned as a week), total recovery not exceeding 10% of the contract value. Alternatively, the work shall be got done by another agency including the Railway Administration at contractors cost and risk and the amount of loss/damage that may be sustained by the Railways by reason of such failure on the part of contractor shall be recovered from the contractor bills or any other dues that may be payable to the contractor. This provisions are also applied to completion of warrantee obligation with time specified under warranty clause . The decision of Railways Administration in this respect shall be final and binding. 2.11 Extension Clause: If such failures as aforesaid arises from any cause which Railway Administration may admit as being a reasonable ground for extension of time, competent authority, may allow such additional time as he may consider to be reasonable for completion of work. The contractor will not be entitled for any compensation, however decision of Chief Electrical Engineer/ East Coast Railway in this respect shall be final and binding. 2.12 Arbitration: The clause no. 63 and 64 of General Conditions of Contracts (GCC) have been revised for the purpose of arbitration in view of promulgation of the Arbitration and Conciliation Ordinance, 1996 and shall be applicable as approved by Ministry of Railways under No.96/CE-I/CT/29 dated 6.8.97. the details are furnished in Annexure-A

2.13 Force Majeure: The contractor shall be relieved of liability, arising under this contract wherever and to the extent to which the fulfillment of any obligation under this contract is prevented, restricted or impended by reasons of any statute, statutory rules, regulations, order or requisitions issued by any Govt. Department or other competent authority, natural calamities, war, riots and such other unforeseen circumstances beyond the reasonable control of the contractor. The Chief Electrical Engineer/ EAST COAST RAILWAY shall consider the claims of the contractor arising from the foregoing circumstances and may either reject or admit such claims as deemed reasonable and are supported by voucher and or documentary evidence to the entire satisfaction of the Chief Electrical Engineer/ EAST COAST.RAILWAY. 2.14.Eligibility Criteria: 1.Tenderers should have valid Electrical Contractors License(HT) copy of which should be submitted along with the tender offer. 2. Tenderer should have physically completed in the last three financial years (i.e. Current financial year and three previous financial years) at least one similar single work for a minimum value of 35% of the advertised tender value in Rlys or any other Govt./Semi Govt. Organisation in one single contract agreement. 3.Total contract amount received by the Tenderer during the last three financial years and in the current financial year should be minimum of 150% of Advertised Tender value. In support of this tenderer(s) should submit attested certificates from the employer/client/audited balance sheet duly certified by chartered accountant etc. along with the Tender offer. 4. Similar nature of work: The tenderer should have executed one single work of 35 % of advertised tender value which contains atleast one or more items as mentioned below in Railways / Airport/ CPWD/ Defence buildings/State Govt secretariat/Public sector undertakings etc. Execution of HT (11KV/33 KV) cablings/ HT(11KV/33 KV) overhead lines/ HT (11 KV/33 KV) panels/(11/0.4KV) or (33/0.4KV) substation equipments/ earthing / other associated works etc. including commissioning of the HT system . 2.15 Calendar of Events: Sl. No. Events Time limit Penalty for delay 1. Deposit of Security Within 15 days after Forfeiture of earnest money receipt of letter of and withdrawal of advance acceptance unless Railways acceptance. agree to extend the period. 2. Commencing of Within 10 days from the Withdrawal of advance work date of issue of letter of acceptance of the contract, acceptance. and forfeiture of security unless Railways agree to extend the period. 3. If contractor fails to Within 06 months from Liquidated damages will be the date of issue of letter imposed as per clause carry out the work of acceptance of the within specified tender. time.

ANNEXURE - C SPECIAL CONDITIONS OF CONTRACT (PART-III) Item No.1 of Tender Notice No. SDEE/KUR/Elect/2008-09/19 Date:17.03.09

1. The work shall be carried out as per the direction of the Concerned Sr. Section Engineer (Elect)/ or Section Engineer (Elect) or any authorized representative of Sr. Divisional Electrical Engineer (G) / Khurda Road. 2. The entire work shall be completed in all respect within 06 months from the date of issue of acceptance letter. 3. The Rly is not responsible for providing any site/Offices/stores for the contractor to execute the work. The contractor is fully responsible to build there a office/store at the vicinity of the work and no land/accommodation required for the work will be arranged by Rly. 4. The sample of materials to be used shall be accepted by the Sr. Divisional Electrical Engineer (G)/Khurda Road or his authorized representative before commencing of the work. 5. The rates quoted and accepted shall be inclusive of all taxes as leviable by Union of India/ State Government including Sales tax, Entry tax etc. 6. The tender document as signed by the contractor shall be taken to mean as part and parcel of the agreement. 7. The work order will be issued pending execution of the agreement. 8. After completion of works, the entire installations are to be tested in accordance with the requirement & the test reports shall be furnished for all units jointly signed by contractor & Railways Section in charge. 9. The security deposit will be refunded on successful completion of all works and settlement of all dues less debit, if any according to the terms and conditions of the contract and after expiry of the warrantee period of one year. 10.S.E. Railway General Condition of Contract 2001 vol-II and up to date corrections slips are applicable and binding on the contract 11.The Electrical installation to be provided by the contractor should be guaranteed for trouble free working for a period of one year from the date of handing over. The warrantee clause is equally applicable on the repaired/replaced components as well. 12. All materials used shall comply with the latest IS. Specification. 13.As erected drawing to be supplied by the contractor on completion of work. 14.Immediate after issue of LOA the contractor has to submit planning for availability of the materials and planning for execution of the complete works, in bar chart with a copy to CESE/ECoR/BBS & DRM/KUR for information. 15. The contractor has to deploy qualified, competent and experienced skilled and unskilled workers and supervisors. The staff deployed should have no. Of mobiles so as to have the communication among the staff as well as the Railways. 16. The staff deployed at work site should have proper and adequate tools & tackles & M&Ps to execute the work. 17. The contractors have to adopt all required safety measures during the execution of the work.

Sr. Divisional Electrical Engineer (G) East Coast Railway/ Khurda Road For and on behalf of President of India

Anda mungkin juga menyukai