1446815317312_new tender snt ju 24r 15 16

131
Signature of Tenderer/s Page 1 of 131 For Sr.DSTE/Works North-Western Railway, Jodhpur NORTH WESTERN RAILWAY TENDER DOCUMENT [Tender No. S&T/JU/24R/2015-16] Name of work : Replacement of Batteries on age-cum-condition basis for OFC Huts at 11 stations viz. RKB, MDB, MMY, TIW, SRK, MWT, STSN, KRC, KHTU, GOTN, SWF over Jodhpur division in North Western Railway. OFFICE OF THE Sr.DIVISIONAL SIGNAL & TELECOM ENGINEER/WORKS NORTH WESTERN RAILWAY JODHPUR ------------------------------------- Price Rs. 3000/- By Post Rs3500/--

Upload: gursharan4

Post on 17-Feb-2016

234 views

Category:

Documents


0 download

DESCRIPTION

tender NWR

TRANSCRIPT

Page 1: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 1 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

NORTH WESTERN RAILWAY

TENDER DOCUMENT

[Tender No. S&T/JU/24R/2015-16]

Name of work: Replacement of Batteries on age-cum-condition basis for

OFC Huts at 11 stations viz. RKB, MDB, MMY, TIW, SRK, MWT, STSN, KRC, KHTU, GOTN, SWF over Jodhpur division in North Western Railway.

OFFICE OF THE

Sr.DIVISIONAL SIGNAL & TELECOM

ENGINEER/WORKS NORTH WESTERN RAILWAY

JODHPUR

-------------------------------------

Price Rs. 3000/-

By Post Rs3500/--

Page 2: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 2 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

TENDER DOCUMENT

Name of work: Replacement of Batteries on age-cum-condition basis for OFC Huts at 11 stations viz. RKB, MDB, MMY, TIW, SRK, MWT, STSN, KRC, KHTU, GOTN, SWF over Jodhpur division in North Western Railway.

1. Approximate cost of work : Rs. 2187317/-

2. Earnest Money : Rs. 43750/-

3. Completion Period : 06Months.

________________________________________________________________________

Tender sale closing date : 11.12.2015 upto 13.00 Hrs

Tender to be submitted up to : 11.12.2015. upto 15.00 Hrs

Tender opening Date : 11.12.2015 Soon after closing of tender

box at 15.00 Hrs.

________________________________________________________________________

NOT TRANSFERABLE

Issued by: Sr.Divisional Signal & Telecom Engineer/Works

North Western Railway Jodhpur.

Issued to: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ _ ___

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ __

_ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __

Page 3: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 3 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Name of work:- Replacement of Batteries on age-cum-condition basis for OFC Huts

at 11 stations viz. RKB, MDB, MMY, TIW, SRK, MWT, STSN, KRC, KHTU, GOTN, SWF over Jodhpur division in North Western Railway.

INDEX

Sr No Description Page No

From To

1. Tender Form – First Sheet 4 4

2. Tender Form – Second Sheet 5 15

3. Special Condition of Contract (General) 16 47

4. Special Conditions of Contract (Non-Technical ) 48 67

5. Annexure (Non Technical) 68 88

6. (Technical requirement for the work) 89 119

7. Annexure (Technical) 120 126

8. Schedule of work 127 128

9. Rate Form 129 129

10 End of Document 130 130

Page 4: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 4 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

TENDER FORMS (FIRST SHEET) Tender No: S&T/JU/24R/2015-16

Name of work : Replacement of Batteries on age-cum-condition basis for OFC Huts at 11 stations viz. RKB, MDB, MMY, TIW, SRK, MWT, STSN, KRC, KHTU, GOTN, SWF over Jodhpur division in North Western Railway.

To

The President of India

Acting through the

Sr.DSTE/W North Western Railway

Jodhpur

1. 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 90 days from the date fixed for opening the same and in default

thereof, I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the

work North Western Railway, at the rates quoted in the attached schedule and hereby bind

myself/ourselves to complete the work in all respects within 06 months from the date of

issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the General Conditions of Contract-2013 corrected up

to date and to carry out the work according to the Special Conditions of Contract and

Standard Schedule of Rates-March 2012 for S&T Works of North Western Railway,

corrected up to date for the present contract.

3. A sum of Rs 43750/-is herewith forwarded as Earnest Money in the form of Cash or

Bankers Cheque or Demand Draft in favour of FA&CAO NWR Jaipur. 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

issued by the Railway that such documents are ready; and

(b) I/We do not commence the work within ten days after receipt of orders to that effect.

4. I/We have downloaded this tender document from official website of North-Western

Railway and a sum of Rs3000/- in favour of Sr.DFM NWR Jodhpur is herewith

forwarded in the form of Cash or Bankers Cheque or Demand Draft as tender fee failing

which my/our offer shall be summarily rejected.

OR

I/We have purchased the Tender Form from the office of Sr.DSTE/Works North Western

Railway on payment of Rs3000/- as prescribed fee, vide…………………. (Receipt No.)

issued by Asst Div. Cashier/Cash /NWR/Jodhpur.

5. 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 Witness:- …….....……………

(1)………………… Signature of Tenderer(s)

(2)………………… Date………..

Page 5: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 5 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Address of the Tenderer(s)

TENDER FORMS (SECOND SHEET)

1. Instructions to tenders and conditions of tender: -

The following documents form part of Tender / Contract:-

(a) Tender forms – First Sheet and Second Sheet

(b) Special Conditions of Contract (enclosed)

(c) Schedule of approximate quantities (enclosed)

(d) General Conditions of Contract -2013 amended/corrected up to date as mentioned in First

Sheet of Tender Form, copies of which can be seen in the office of Sr.DSTE/JU or obtained

from the office on payment of prescribed charges.

(e) Standard Schedule of Rates(SOR)-March 2012 for S&T Works of North Western

Railway,corrected up to date as mentioned in first sheet of tender form, copies of which be

seen in the office of Sr.DSTE/JU or obtained from the office on payment of prescribed

charges

(f) All general and detailed drawings pertaining to this work which will be issued by the

Engineer or his representatives (from time to time) with all changes and modifications.

2. Drawings for the work: - The Drawing for the work can be seen in the office of the

SR.DSTE/JU at any time during the office hours. Generally the drawings are only for the

guidance of Tenderer(s). Detailed working drawings. (if required) based generally on the

drawing mentioned above, will be given by the Engineer or his representative from time to

time to successful tenderer after acceptance of his offer.

3. The Tenderer(s) shall quote his/their rates as a percentage above or below or at par the total

value of schedule of the tender. The quantities shown in the attached schedule are given as

a guide and are approximate only and are subject to variation according to the needs of the

Railway. The Railway does not guarantee work under each item of the schedule.

4. Tenders containing erasures and/or alterations of tender documents are

liable to be rejected. Any correction made by tenderer(s) in his/their entries must be

attested by him/them.

5. Earnest Money:

(a) The tender must be accompanied by a sum of Rs.43750/- as earnest money deposited in

cash or in form of Bankers cheque or Demand draft failing which the tender shall not be

considered.

(b) The Tenderer(s) shall keep the offer open for a minimum period of 90days 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 permitted to tender in consideration of the

stipulation on his/their part that after submitting his/their tender subject to the period being

Page 6: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 6 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

extended further if required by mutual agreement from time to time, he/they will not resile

from his/their offer or modify the terms and conditions thereof in a manner not acceptable

to the Sr.DSTE/Works/JU Should the tenderer fail to observe or comply with the foregoing

stipulation, the amount deposited as Earnest Money for the due performance of the above

stipulation, shall be forfeited by the Railway.

(c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as

Security Deposit for the due and faithful fulfillment of the contract. This amount of

Security Deposit shall be forfeited if the tenderer(s) fail to execute the Contract Agreement

within 7 days after receipt of notice issued by Railway that such documents are ready or to

commence the work within 10 days after receipt of the order to that effect.

(d) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be

returned to the unsuccessful tender(s) within a reasonable time but the Railway shall not be

responsible for any loss or depreciation that may happen to the Security for the due

performance of the stipulation to keep the offer open for the period specified in the tender

documents or to the Earnest Money while in their possession nor be liable to pay interest

thereon.

(e) “The Earnest Money should be in the form of Cash recipt issued by Asst Div.

Cashier/Cash/NWR/Jodhpur, or/Bankers Cheque or demand drafts executed by State

Bank of India or any of the Nationalized Banks or by a Scheduled Bank.”

NOTE:

(i) Bankers Cheque and demand drafts should be drawn in favor of FA&CAO North Western

Railway Jaipur.

(ii) Deleted.

(iii) Deleted

(iv) Deleted.

(v) The facility of lump-sump earnest money will not be accepted from the registered

contractors of any railway and they are required to deposit earnest money along with their

offer.

6. Right of the Railway to deal with tender:- The authority for the acceptance of the tender

will rest with the Railway. It shall not be obligatory on the said authority to accept the

lowest tender or any other tender and no tenderers shall demand neither any explanation for

the cause of rejection of his/their tender nor the Railway to assign reasons for declining to

consider or reject any particular tender or tenders.

6.1 System of tendering:-

6.1.1 For value of tenders more than Rs. 10 (ten) crore, Two Packet System of tendering shall be

applicable. In this system, tenderers shall submit their quotations/offers in two sealed

envelopes; with one cover containing the Technical & Commercial offers and the other

Page 7: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 7 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

cover containing the Financial Bids. The first packet shall be with the objective of

scrutinizing the capability, possession of appropriate machinery & equipments, financial

strength, experience etc. of the tenderers.

(a) The technical details and commercial conditions shall be read out before the tenderers or

their representatives at the time of opening of tenders and the same shall be evaluated by

the Tender Committee. If the offers are found acceptable by the competent authority (as

prescribed by Railway Board from time to time for the estimated value of tender invited),

the second packet shall be opened and the tenders shall be processed for finalization in the

normal manner.

(b) However, if on the basis of information contained in the first packet, the Tender Committee

needs clarification regarding designs, specifications etc discussions shall be held with each

individual party/tenderer after obtaining approval of the Competent Authority.

(c) Details of the documents to be submitted in the First Packet (Technical & Commercial Bid)

is given in Para 23 below. The envelope containing the First Packet (Technical &

Commercial Bid) shall be super scribed as under

First Packet (Technical & Commercial offer)

Tender No. ………………………

Name of Work……………………

(d) In the Second Packet (Financial Bid) only schedule of approximate quantities and offers

sheet of the tender documents duly filled in, stamped and signed by the tenderer (s) is to be

submitted. The envelope containing the Second Packet (Financial Bid) shall be super

scribed as under -

Second Packet (Financial Bid)

Tender No. ………………………

Name of Work……………………

(e) Both of the envelopes containing ‘Technical & Commercial offer’ and ‘Financial Bids’

shall then be put together in common envelope and submitted as detailed in Para 10 below.

6.1.2 For value of tenders upto Rs. 10 (ten) crores, normally single packet tender system will be

adopted. In this system, all the documents i.e. Technical & Commercial offer and Financial

Bid shall be sealed in one envelope only and submitted in accordance with clause 10 below.

6.2 An affidavit is required to be submitted by all tenderers (as given in Annexure- II). Based

this affidavit, Tender Committee will deliberate and decide eligibility of tenderers for first

packet.

Second packet (Finance Bid) of only eligible tenderers will be opened and relevant

documents of eligible tenderers will be got verified. The number of tenderers, whose

documents are to be got verified, will be decided by the Tender Committee.

Page 8: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 8 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

If contents in documents submitted by tenderers are found to be incorrect/false action will

be taken against such tenderer’s as per provisions contained in Affidavit submitted by them

as Annexure- II.

7. If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates /

create circumstances for the acceptance of his/their tender, the Railway reserves the right to

reject such tender at any stage.

8. If the tenderer(s) expires /expire after the submission of his/their tender or after the

acceptance of his their tender, the Railway shall deem such tender cancelled. If a partner of

a firm expires after the submission of their tender or after the acceptance of their tender, the

Railway shall deem such tender as cancelled, unless the firm retains its character.

9. Tenderer’s Credentials: - Documents testifying tenderer’s previously experience and

financial status should be produced along with the tender or when desired by competent

authority of the North Western Railway.

Tenderer(s) who has/have not carried out any work so far on this Railway should submit

along with his/their tender credentials to establish:-

(i) His capacity to carry out the works satisfactorily.

(ii) His financial status supported by Bank reference and other documents.

(iii) Certificates duly attested and testimonials regarding contracting experience for the type of

job for which tender is invited with list of works carried out in the past.

10. Tender must be enclosed in a sealed cover, superscripted “Tender

NoS&T/JU/24R/2015-16 and must be sent by registered post to the address of

Sr.Divisional Signal & Telecom Engineer/Works North Western Railway Harish Joshi

Marg Jodhpur so as to reach his office not later than 15.00 hours on the 11.12.2015 or

deposited in the special box allotted for the purpose in the office of Sr.DSTE North

Western Railway Jodhpur. This Special box will be sealed at 15.00 hours on

11.12.2015 The tender will be opened soon after closing of the tender box at 15:00

hours on the same day. The tender papers will not be sold after 13.00 hours on

11.12.2015

11. Tenders not comply with any of the conditions set forth therein above is liable to be

rejected.

12. Execution of Contract Documents:- The successful Tenderer(s) shall be required to

execute an agreement with the President of India acting through the Sr.Divisional Signal &

Telecom Engineer/Works North Western Railway Jodhpur or any other Officer

appointed to do so within competancy for carrying out the work according to General

conditions of Contract, Special conditions of Contract annexed to the tender and Indian

Railways Standard Specification as amended/corrected up to date as mentioned in tender

form (First Sheet).

The Tenderer whose tender is accepted shall be required to appear in person at the office of

the Sr.Divisional Signal & Telecom Engineer/Works North Western Railway Jodhpur

as the case may be, or if a firm or corporation, a duly authorized representative shall so

appear and execute the contract documents within 7 days after issue of notice by Railway

Page 9: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 9 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

that the contract documents are ready. Failure to do so shall constitute a breach of the

agreement affected by the acceptance of the tender in which case the full value of the

earnest money accompanying the tender shall stand forfeited without prejudice to any other

rights or remedies.

If any tenderer whose tender is accepted shall refuse to execute the contract document as

here in before provided, the Railway may determine that such tenderer has abandoned the

contract and there upon his tender and acceptance thereof shall be treated as cancelled and

the Railway shall be entitled to forfeit the full amount of the Earnest Money and to recover

the damages for such default.

13. Partnership deeds, Power of Attorney Etc: - The tenderer shall clearly specify whether the

tender is submitted on his own or on behalf of a partnership concern. If the tender is

submitted on behalf of a partnership concern, he should submit the certified copy of

partnership deed along with the tender and authorization to sign the tender documents on

behalf of partnership firm. If these documents are not enclosed along with tender

documents, the tender will be treated as having been submitted by individual signing the

tender documents. The Railway will not be bound by any power of attorney granted by the

tenderer or by changes in the composition of the firm made subsequent to the execution of

the contract. It may, however recognize such power of attorney and changes after obtaining

proper legal advice, the cost of which will be chargeable to the contractor.

14. (a) For participating in tendering process :- Power of Attorney, duly stamped and authenticated

by a Notary Public from all partners of the firm in favour of one or more partners(s) or any

other persons(s) as per listed in Para 24 of this section.

(b) On award of work to successful tenderer :- One or more partners of the firm or any other

persons(s) shall be designated as the authorized person(s) on behalf of the firm, who will be

authorized by all the partners to act on behalf of the firm through a “Power of Attorney”,

specifically authorizing him/them to sign the agreement, receive payment, witness

measurements, sign measurement books, make correspondences, compromise, settle,

relinquish any claim(s) preferred by the firm, sign “No Claim Certificate”, refer all or any

dispute to arbitration and to take similar such action in respect of the said tender/contract. Such

“Power of Attorney” should be notarized/registered and submitted as per listed in Para 24 of

this section.

15. Employment/Partnership, etc of Retired Railway Employees:-

(a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer

working before his retirement, whether in the executive or administrative capacity, or

whether holding a pensionable post or not, in the S & T or any other department of any of

the railways owned and administered by the President of India for the time being, or should

a tenderer being partnership firm have as one of its partners a retired engineer or retired

Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any

such retired engineer or retired officer as one of its Directors, or should a tenderer have in

his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full

information as to the date of retirement of such Engineer or Gazetted Officer from the said

service and in case where such Engineer or Officer had not retired from Government

service at least 2 years prior to the date of submission of the tender whether permission for

taking such contract, or if the contractor be a partnership firm or an incorporated company,

to become a partner or Director as the case may be, or to take the employment under the

Page 10: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 10 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be

from the President of India or any officer, duly authorised by him in this behalf, shall be

clearly stated in writing at the time of submitting the tender. Tenders without the

information referred above or a statement to the effect that no such retired Engineer or

retired Gazetted Officer is so associated with the tenderer, as the case may be’ shall be

rejected.

(b) Should a tenderer or contractor, have a relative(s) or in the case of partnership firm or

company of contractors one or more of his shareholder(s) or a relative(s) of the

shareholder(s) employed in gazetted capacity in the S & T or any other department of the

North Western Railway, the authority inviting tenders shall be informed of the fact at the

time of submission of tender, failing which the tender may be disqualified/rejected or if

such fact subsequently comes to light, the contract may be rescinded in accordance with the

provision in clause 62 of the General Conditions of Contract.

16 Omissions & Discrepancies: - Should a tender find discrepancies or omissions in the

drawings or any of the Tender Forms or should he be in doubt as to their meaning, he

should at once notify the authority inviting tenders who may send a written instruction to all

tenderers. It shall be understood that every endeavor has been made to avoid any error

which can materially effect the basis of the tender and the successful tenderer shall take

upon himself and provide for the risk of any error which may subsequently be discovered

and shall make no subsequent claim on account thereof.

17 . Care in Submission of Tenders:-

(a) Before submitting a tender, the tenderer or shall be deemed to have satisfied himself by

actual inspection of the site and locality of the works, that all conditions liable to be

encountered during the execution of the works are taken into account and that the rates he

enters in the tender forms are adequate and all inclusive to accord with the provisions in

Clause-37 of the General Conditions of Contract for the completion of works to the entire

satisfaction of the Engineer.

(b) When work is tendered for by a firm or company, the tender shall be signed by the

individual legally authorized to enter into commitments on their behalf.

(c) The Railway will not be bound by any power of attorney granted by the tenderer or by

changes in the composition of the firm made subsequent to the execution of the contract. It

may, however, recognize such power of attorney and changes after obtaining proper legal

advice, the cost of which will be chargeable to the contractor.

18. Right of Railway to deal with Tenders:- The Railway reserves the right not to invite

tenders for any of Railway work or works or to invite open or limited tenders and when

tenders are called to accept a tender in whole or in part or reject any tender or all tenders

without assigning reasons for any such action.

19. Should the Railway decide to negotiate with a view to bring down the rates, the tenderer

called for negotiations should furnish the following form of declaration before

commencement of negotiations:

Page 11: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 11 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

I/we ………………………. do declare that in the event of failure of the contemplated

negotiations relating to Tender No.-------------------Dated---------- opened on ………. my

original tender shall remain open for acceptance on its original terms and conditions upto

the date specified in the tender or the date extended by mutual agreement from time to

time.

20. The tenderer/s are required to quote his/their rates as %(percentage) above/below/at par in

figures and words (both) on the total value for tender as per the rate sheet annexure of the

tender document and in case of discrepancy between rate quoted in figures and words, the

rate quoted in words shall be taken into account . Rates quoted only in figure shall not be

considered and the tender shall be summarily rejected.

21. Tender documents are not transferable.

22. MINIMUM ELIGIBILITY CRITERIA:- (Applicable for tenders more than Rs.50

Lakhs)

Only such tenderer(s) who satisfy the following criteria should submit their offer for this

work:

(i) Turnover:- Total contract amount received during last three financial years and in

current financial year upto date of opening of tender should be minimum 150% of

advertised tender value. Authentic Certificates shall be produced by the tenderer(s) to

the effect which may be an attested certificate from the employer/client, Audited

Balance Sheet duly certified by the Chartered Accountant etc.

(ii) Experience in similar nature of work:- The tenderer(s) should have completed in last

three financial years and in current financial year, at least one single work of similar

nature for a minimum value of 35% of the advertised tender value. Following works

will be treated as of similar nature:

Work of Similar nature means: Not applicable

NOTE

(a) Para 22(i) is self explanatory. Certificate issued by Chartered Accountants will also be

accepted.

(b) Para 22(ii) , the criteria for completed works shall be as under :-

(i) Entire work has to be completed in all respects as per contract agreement. Part

completed work shall not be considered.

(ii) The work(s) should have been directly awarded to the tenderer by Govt. Organization/

Semi Govt. Organization/ Public Sector Undertaking / Autonomous bodies/ Municipal

Bodies. Completion certificate should be as per proforma given in Annexure-IV.

(iii) Details of works physically completed is to be submitted in the proforma as per

‘Annexure-III’.

(iv) The value of completed work shall be reckoned from the total payment received by

the tenderer from the organization mentioned in (ii) above.

(v) The amount given at Sr. No. 9 in proforma vide Annexure-IV for the completion

certificate will be the value of completed work if nomenclature of work as given in

completion certificate matches with similar nature work mentioned in 22(ii).

(vi)The amount mentioned at Sr. No. 10 in ‘Annexure-IV’ for the completion certificate

shall be the value of completed work if the nomenclature of completed work includes

Page 12: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 12 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

additional components of work which are not matching with similar nature of works

mentioned in 22(ii).

(vii)Certificate from private individuals for whom such works are executed will not be

considered for eligibility of tenderer for 22(ii)

(c) Conditional tenders are liable to be rejected straight away. Railway reserves

the right to reject such tenders summarily without assigning any reasons whatsoever.

Note:- Any false certificate submitted by tenderer shall lead to forfeiture of EMD and

further action as mentioned in affidavit at ‘Annexure-II’ will be taken.

23. The list of documents to be attached by the tenderer(s) for this tender:-

23.1 Following documents are common for all types of firms i.e. Sole proprietorship,

Partnership, Limited Company or JV.

a) Firm details for registration - Bank Account no., MICR no. and IFSC (Code) in

‘Annexure-I’

b) Affidavit as per proforma given in ‘Annexure-II’

c) List of similar nature of works physically completed in all respects in current and last

three financial years directly awarded by Govt./Semi Govt./Public sector undertaking

/ Autonomous bodies /Municipal bodies as per proforma given in ‘Annexure-III’

d) Attested copy of Completion Certificate of works mentioned in para (c) above from

the Organizations with whom they worked as per proforma given in ‘Annexure-IV’.

e) List of works on hand as per proforma given in ‘Annexure-V’

f) List of plants & Machinery available on hand (own) and proposed to be inducted

(own and hired to be given separately) for the subject work in ‘Annexure–VI’.

g) List of Personnel, Organization available on hand and proposed to be engaged for the

subject work in ‘Annexure –VII’.

h) Certificate for non-employment/partnership of retired Gazetted Railway Officers as

per proforma given in ‘Annexure-VIII’

i) Earnest Money in proper form – EMD should be purchased in the name of the

tenderer (Sole Proprietership/ Partnership/ Limited Co. / JV firm). EMD will be

verified from the issuing bank for name of the tenderer also. Offer submitted with

EMD in the name of any individual/entity shall not be considered.

j) Demand draft/pay order/Bankers cheque towards the cost of tender documents in case

tender documents are downloaded from website of North-Western Railway.

k) (i) For Two Packet System of Tender

First packet will contain complete tender documents except schedule of approximate

quantities and offer sheet, duly stamped & signed by the tenderer(s) as mentioned in

INDEX. Second packet will contain schedule of approximate quantities and offer

sheet duly filled in stamped & signed by the tenderer(s).

(ii) For Single Packet System of Tender

Complete tender documents duly stamped & signed by the tenderer(s)

l) Annual turnover for the last three years and current financial year with supporting

documents required as per para 22(i).

m) Attested copy of Permanent Account Number (PAN) issued by Income Tax

Department.

n) Attested copy of ISO 9000 certificate (if any).

o) The tenderers are required to submit the test report of the stone ballast, along with

their offer, issued from the approved laboratory as listed in the tender documents

Page 13: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 13 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

otherwise their offer shall be summarily rejected. (This item will be applicable only in

those tenders whose tender schedule includes item of supply of ballast).

p) Any other document in support of his/their credentials/scheme

23.2 In addition to Para 23.1 above certain more documents are to be submitted by

tenderers

as per status of their firms. These documents are listed below –

23.2.1 For Sole Proprietorship firm

a) Affidavit as per ‘Annexure –IX’.

b) Attested copy of notarized Power of Attorney including ratification clause, if any. .

23.2.2 For Partnership firm

a) Attested copies of Partnership deed duly notarized/registered.

b) Undertaking from all the partners of the partnership firm that they have not been

black listed as per proforma given in ‘Annexure-X’.

c) Special Power of Attorney as per proforma given in ‘Annexure-XV’ to be

submitted by Partnership firm only.

23.2.3 For Limited Company

a) Attested copy of Memorandum & Articles of Association of Company.

b) Attested copy of resolution passed by Board of Directors authorizing its

Director/Employee to deal with tender on behalf of company.

c) Attested copy of Notarized Power of Attorney including ratification clause

duly signed by person authorized by the company vide above.

23.2.4 For JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as

per the status of firm participating in JV firm. In addition following documents are to

be submitted.

d) Memorandum of Understanding of JV as per proforma given in ‘Annexure-XI’

e) Certificate from each member of JV as per proforma given in ‘Annexure-XII’

f) Letter of consent as per proforma given in ‘Annexure-XIII’ to be submitted by a

partnership firm participating as a Member of JV firm (wherever applicable).

g) Special Power of Attorney as per proforma given in ‘Annexure-XIV’ to be

submitted by Limited Companies or Sole Proprietor participating as member of JV

firm (wherever applicable).

Note:-

(a) No post tender submission of documents shall be permitted in respect of item mentioned in item (b) below. Clarification only can, however, be called for by Railway in respect of any part / document submitted by the tenderer which shall be responded to by the tenderer within 10 working days of the date of issue of such letter for clarifications, failing which the offer shall be dealt with as per available documents.

(b) The documents required vide items 23.1(a)(b)(c)(d)(h)(i)(j)(k)(l)(o) and 23.2 in

above list are mandatory for submission with tender document. If any of these

documents is not submitted alongwith tender, the offer shall be summarily rejected.

Page 14: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 14 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

24. Instruction for submitting the tenders as Partnership Firms in works tender

24.1. The Partnership Firms participating in the tender should be legally valid under the

provisions of Indian Partnership Act.

24.2. Partnership Firms are eligible to quote tenders of any value.

24.3. The partnership firm should have been in existence or should have been formed prior to

submission of tender. Partnership firm should have either been registered with the

competent registrar or the partnership deed should have been notarized prior to date of

tender opening as per Indian Partnership Act.

24.4. Separate identity/name should be given to the partnership firm. The partnership firm should

have PAN/TAN number in its own name and PAN/TAN number in the name of any of the

constituents partners shall not be considered. The valid constituents of the firm shall be

called partners.

24.5. Once the tender has been submitted, the constitution of firm shall not be allowed to be

modified/altered/terminated during the validity of the tender as well as the currency of the

contract except when modification becomes inevitable due to succession laws etc. in which

case prior permission should be taken from Railway and in any case the minimum eligibility

criteria should not get vitiated. The reconstitution of firm in such cases should be followed

by a notary certified Supplementary Deed. The approval for change of constitution of the

firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have

no claims what so ever. Any change in the constitution of Partnership Firm after opening of

tender shall be with the consent of all partners and with the signatures of all partners as that

in the Partnership deed. Failure to observe this requirement shall render the offer invalid and

full EMD shall be forfeited. If any partner/s withdraw from the firm after opening of the

tender and before the award of the tender, the offer shall be rejected. If any new partner join

the firm after opening of tender but prior to award of contract, his/her credentials shall not

qualify for consideration towards eligibility criteria either individually or in proportion to his

share in the previous firm. In case the tenderer fails to inform Railway beforehand about any

such changes/modification in the constitution which is inevitable due to succession laws etc.

and the contract is awarded to such firm, then it will be considered a breach of contract

conditions, liable for termination of contract under Clause 62 of General Condition of

Contract.

24.6. A partner of the firm shall not be permitted to participate either in his individual capacity or

as a partner of any other firm in the same tender.

24.7. The tender form shall be purchased and submitted only in the name of partnership firm and

not in the name of any constituent partner. The EMD shall be submitted only in the name of

partnership firm. The EMD submitted in the name of any individual partner or in the name

of authorized partner(s) shall not be considered.

24.8. A notary certified copy of registered or notarized partnership deed shall be submitted along

with the tender.

24.9. On award of the contract to the partnership firm, a single performance guarantee shall be

submitted by the firm as per tender conditions. All the guarantees like Performance

Guarantee, Guarantee for Mobilization advance, Plant and Machineries advance shall be

submitted only in the name of the partnership firm and no splitting of guarantees among the

partners shall be acceptable.

24.10.On issue of LOA, contract agreement with partnership firm shall be executed in the name of

the firm only and not in the name of any individual partner.

24.11.In case, the contract is awarded to a partnership firm, the following undertaking shall be

furnished by all the partners through a notarized affidavit, before signing of contract

agreement:-

Page 15: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 15 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

a) Joint and several liabilities –The partners of the firm to which the contract is awarded, shall

be jointly and severally liable to the Railway for execution of the contract in accordance

with general and special conditions of the contract. The partners shall also be liable jointly

and severally for the loss, damages caused to the Railway during the course of execution of

the contract or due to non-execution of the contract or part thereof.

b) Duration of the partnership deed and partnership firm agreement – The partnership

deed/partnership firm agreement shall normally not be modified, altered, terminated during

the currency of contract and the maintenance period after the work is completed as

contemplated in the conditions of the contract. Any change carried out by partners in the

constitution of the firm without permission of Railway, shall constitute a breach of contract

liable for determination of contract under clause 62 of General Conditions of Contract.

c) Governing Laws – The partnership firm agreement shall in all respect be governed by and

interpreted in accordance with the Indian laws.

d) No partner of the firm shall have the right to assign or transfer the interest, right or liability

in the contract without the written consent of the other partner and that of the Railway in

respect of the tender/contract.

24.12.The tenderer shall clearly specify that the tender is submitted on behalf of a partnership

concern. The following documents shall be submitted by the partnership firm, with the

tender-

a) A copy of registered/notarized partnership deed duly authenticated by notary.

b) Power of Attorney duly stamped and authenticated by a Notary Public from all partners of

the firm in favour of one or more partner(s) or any other persons(s) as per Annexure-

“XV”.

c) Undertaking from all the partners of the partnership firm that they have not been black listed

or debarred as per proforma given in Annexure-“X” by Railways or any other Ministry/

Department/PSU of the Govt. of India/ any State Govt. from participation in

tenders/contract on the date of opening of bids either in their individual capacity or in any

firm in which they were/are partners. Concealment/wrong information in regard to above

shall make the contract liable for determination under clause 62 of General Conditions of

Contract.

24.13.Evaluation of eligibility of a partnership firm.

Technical and financial eligibility of the firm shall be adjudged based on satisfactory

fulfillments of the eligibility criteria by the firm in its own name and style. Share of

individual partners towards their performance in other firms shall not be considered.

***

Page 16: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 16 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

SPECIAL CONDITION OF CONTRACT (GENERAL)

1. (1) Law governing the contract (Clause No.3 of GCC): - The contract shall be

governed by the law for the time being in force in the Republic of India.

(2) Compliance to regulations and bye-laws: - The Contractor shall conform to the

provision of any statute relating to the works and regulations and bye-laws of any local

authority and of any water and lighting companies or undertakings, with whose system the

work is proposed to be connected and shall before making any variation from the drawings

or the specifications that may be necessitated by so confirming give to the Engineer notice

specifying the variation proposed to be made and the reason for making the variation and

shall not carry out such variation until he has received instructions from the Engineer in

respect thereof. The Contractor shall be bound to give all notices required by statute,

regulations or bye-laws as aforesaid and to pay all fees and taxes payable to any authority in

respect thereof.

2. Communications to be in writing (Clause No.4 of GCC):- All notices,

communications, reference and complaints made by the Railway or the Engineer or the

Engineer's Representative or the Contractor interse concerning the works shall be in writing

and no notice, communication, reference or complaint not in writing shall be recognized.

3. Service of Notices on Contractors (Clause No.5 of GCC):- The Contractor shall

furnish to the Engineer the name designation and address of his authorized agent and all

complaints, notices, communications and references shall be deemed to have been duly

given to the Contractor if delivered to the Contractor or his authorised agent or left at or

posted to the address so given and shall be deemed to have been so given in the case of

posting on day on which they would have reached such address in the ordinary course of

post or on the day on which they were so delivered or left. In the case of contract by

partners, any change in the constitution of the firm shall be forthwith notified by the

Contractor to the Engineer.

4. Occupation and use of land (Clause No.6 of GCC):- No land belonging to or in

the possession of the Railway shall be occupied by the Contractor without the permission of

the Railway. The Contractor shall not use, or allow to be used, the site for any purposes

other than that of executing the works. Whenever non-railway bodies/persons are permitted

to use railway premises with competent authority’s approval, conservancy charges as

applicable from time to time may be levied.

5. Assignment or subletting of contract (Clause No.7 of GCC):- The Contractor

shall not assign or sublet the contract or any part thereof or allow any person to become

interested therein any manner whatsoever without the special permission in writing of the

Railway. Any breach of this condition shall entitle the Railway to rescind the contract under

clause 62 of these conditions and also render the contractor liable for payment to the

Railway in respect of any loss or damage arising or ensuing from such cancellation.

Provided always that execution of the details of the work by petty contractor under the

Page 17: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 17 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

direct and personal supervision of the Contractor or his agent shall not be deemed to be sub-

letting under this clause. The permitted subletting of work by the Contractor shall not

establish any contractual relationship between the sub-contractor and the Railway and shall

not relieve the Contractor of any responsibility under the Contract.

6. Representation on Works (Clause No.12 of GCC):- The Contractor shall, when he

is not personally present on the site of the works place and keep a responsible agent at the

works during working hours who shall on receiving reasonable notice, present himself to

the Engineer and orders given by the Engineer or the Engineer's representative to the agent

shall be deemed to have the same force as if they had been given to the Contractor. Before

absenting himself, the Contractor shall furnish the name and address of his agent for the

purpose of this clause and failure on the part of the Contractor to comply with this provision

at any time will entitle the Railway to rescind the contract under clause 62 of General

Conditions of Contracts.

7. Excavated material (Clause No.14 of GCC):- The Contractor shall not sell or

otherwise dispose of or remove except for the purpose of this contract, the sand, stone, clay

ballast, earth, rock or other substances or materials which may be obtained from any

excavation made for the purpose of the works or any building or produced upon the site at

the time of delivery of the possession thereof but all the substances, materials, buildings and

produce shall be the property of the Railway provided that the contractor may, with the

permission of the Engineer, use the same for the purpose of the works either free of cost or

pay the cost of the same at such rates as may be determined by the Engineer.

8. Indemnity by Contractors (Clause No.15 of GCC):: - The Contractor shall

indemnify and save harmless the Railway from and against all actions, suit proceedings

losses, costs, damages, charges, claims and demands of every nature and description

brought or recovered against the Railways by reason of any act or omission of the

Contractor, his agents or employees, in the execution of the works or in his guarding of the

same. All sums payable by way of compensation under any of these conditions shall be

considered as reasonable compensation to be applied to the actual loss or damage sustained,

and whether or not any damage shall have been sustained.

9. (1) Security Deposit (Clause No.16 of GCC):: - The Earnest Money deposited by

the Contractor with his tender will be retained by the Railways as part of security for the

due and faithful fulfillment of the contract by the contractor. The balance to make up the

security deposit, the rates for which are given below, may be deposited by the Contractor in

cash or may be recovered by percentage deduction from the Contractor's "on account" bills.

Provided also that in case of defaulting contractor the Railway may retain any amount due

for payment to the Contractor on the pending "on account bills" so that the amounts so

retained may not exceed 10% of the total value of the contract.

(2) 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,

Page 18: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 18 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

© 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 (except

Note (ii) below); FD etc. shall be accepted towards Security Deposit.

The Security Deposit shall be released only after the expiry of maintenance period,

warranty period and after passing the final bill. Before releasing the SD, an unconditional

and unequivocal no claim certificate from the contractor concerned should be obtained.

Note-(i) After the work is physically completed, security deposit recovered from the

running bills of a contractor can be returned to him if he so desires, in lieu of

FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him (ii) In case

of contracts of value Rs 50 crore and above, irrevocable Bank Guarantee can also be

accepted as a mode of obtaining security deposit.

(3) No interest will be payable upon the Earnest Money and Security Deposit or amounts payable

to the Contractor under the Contract, but Government Securities deposited in terms of Sub-

Clause (1) of this clause shall be payable with interest accrued thereon.

(4) Procedure for Releasing of S.D:-

(a). Deleted

(b) Deleted

(c) If Tender is floated for Telecommunication Work

Security Deposit (SD) shall be returned/released to the contractor after getting certified

by Competent Authority (CA):-

i).Work is physically completed in all respect and Final Acceptance Certificate (FAC) has

been issued to the contractor.

ii). Free maintenance period of 1 year is completed.

iii). Warranty period of 1 year is completed.

iv). Final bill has been passed.

Note:-

Before releasing the SD, contractor will submit the warranty certificates issued by OEMs

for all those Telecom equipments for which warranty period more than 1 year has been

decided/fixed by RDSO in the approved RDSO’s Specifications of the equipments.

Page 19: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 19 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(5) Performance Guarantee (P.G)

The procedure for obtaining Performance Guarantee is outlined below: -

(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30

(Thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for

submission of PG beyond 30 (Thirty) days and up to 60 days from the date of issue of LOA

may be given by the authority who is competent to sign the contract agreement. However, a

penal interest of 15% per annum shall be charged for the delay beyond 30 days, i.e. from

31st day after the date of issue of LOA. In case the contractor fails to submit the requisite

PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly

forfeiting EMD and other dues, if any payable against that contract. The failed contractor

shall be debarred from participating in re-tender for that work.

(b) The successful bidder should give a Performance Guarantee in any of the following forms,

amounting to 5% of the contract value :-

(i) A deposit of cash.

(ii) Irrevocable bank guarantee.

(iii) Government securities including state loan bonds at 5 percent below the market value.

(iv) Deposit receipts, pay orders, demand drafts and Guarantee bonds.

These forms of performance Guarantee should 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 percent below market value or at the face value whichever is

less.

(xii) FDR in favour of FA & CAO NW Railway, Jodhpur (free from any encumbrance.)

Note– The instruments as listed above will also be acceptable for Guarantees in case of

Mobilization Advance.

(c) A performance guarantee shall be submitted by the successful bidder after the letter of

Acceptance (LOA) has been issued, but before signing of the contract agreement. This PG 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.

(d) The value of PG to be submitted by the contractor will not change for variation up to 25%

(either increase or decrease). In case during the course of execution, value of the contact

increases by more than 25% of original contract value, an additional Performance

Guarantee amounting to 5% (Five percent) for the excess value over the original contract

value shall be deposited by the contractor.

(e) 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 shall,

however, be released only after the expiry of the maintenance period and after passing the

final bill based on ‘No Claim Certificate from the contractor.

(f) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance

Guarantee shall be encashed. The balance work shall be got done independently without risk

and cost of the failed contractor. The failed contractor shall be debarred from participating in

the tender for executing the balance work. If the failed contractor is a JV or a partnership firm,

Page 20: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 20 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

then every member/partner of such a firm shall be debarred from participating in the tender for

the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.

(g) The Engineer shall not make a claim under the Performance Guarantee except for amounts

to which the President of India is entitled under the contract (not withstanding and/or

without prejudice to any other provisions in the contract agreement) in 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 Clause/Conditions of the agreement, within 30

days of the service of notice to this effect by Engineer.

iii) If the contract is 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

iv) (a) It should be insisted upon the contractors, suppliers etc. that Bank Guarantees(BGs) to

be submitted by them should be sent to the concerned authorities as directed by the issuing

bank under Registered Post AD.

(b) In exceptional cases, where the BGs are received through the contractors, suppliers etc., the

issuing branch should be requested to immediately send by Registered Post AD an

unstamped duplicate copy of the Bank Guarantee directly to the Railways with a covering

letter to compare with the original BGs and to confirm that it is in order.

(h) MODEL FORM OF BANK GUARANTEE BOND To: The President of India Acting through the Sr. DFM/, North Western Railway, JODHPUR, Rajasthan .

1. In consideration of the President of India (hereinafter called “the Government”) having

agreed to exempt --------------(hereinafter called “the said Contractor(s)” from the demand,

under the terms and conditions of an Agreement dated -------- made between ---------- and --

---------- for ----------- (hereinafter called “the said Agreement”), of security deposit for the

due fulfillment by the said Contractor(s) of the terms and conditions contained in the said

Agreement, on production of a bank Guarantee for Rs.------- (Rupees------------------only)

we, ----------------------- (hereinafter referred to as “the Bank” at the request of --------------

(contractor(s) do hereby undertake to pay to the Government an amount not exceeding Rs. -

--------- ----- against any loss or damage caused to or suffered or would be 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------(indicate the name of the bank) and our local branch at Jodhpur i.e.--------------------

---(name, address and branch code of local branch at Jaipur) do hereby undertake to pay the

amounts due and payable under this guarantee without any demur, merely on a demand

from the Government stating that the amount claimed is due by way of loss or damage

caused to or would be caused to or suffered by the Government by reason of breach by the

said contractor(s) of any of the terms of conditions contained in the said Agreement or by

Page 21: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 21 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

reason of the contractor(s) failure to perform the said Agreement. Any such demand made

on the bank shall be conclusive as regards the amount due and payable by the Bank under

this guarantee. However, our liability under this guarantee shall be restricted to an amount

not exceeding Rs. -------------

3. We under-take to pay to the Government any money so demanded notwithstanding any

dispute or disputes raised by the contractor(s)/supplier (s) in any suite or proceeding

pending before any court or Tribunal relating thereto our liability under this present being

absolute and unequivocal .

The payment so made by us under this bond shall be a valid discharge of our liability for

payment there under and the contractor(s)/supplier(s) shall have no claim against us for

making such payment.

4. We………..(indicate the name of bank) and our local branch at Jodhpur i.e.--------------------

---(name, address and branch code of local branch at Jodhpur) further agreed with 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 -------- certifies that the terms and conditions of the said

Agreement have been fully and properly carried out by the said Contractor(s) and

accordingly discharges this guarantee. Unless a demand or claim under this guarantee is

made on in writing on or before the ------------ we shall be discharged from all liability

under this guarantee thereafter.

5. We………..(indicate the name of bank) and our local branch at Jodhpur i.e.--------------------

---(name, address and branch code of local branch at Jodhpur) further agree with the

government that the Government shall have the fullest liberty without our consent and

without affecting in any manner our obligations hereunder to vary any of the terms and

conditions of the said Agreement or to extend time of performance by the said contractor(s)

from time to time or to post opens for any time or from time to time any of the powers

exercisable by the Government against the said, Contractor(s) and to further or enforce any

of the terms and conditions relating to 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 any forbearance, act or commission on the part of the Government or

any indulgence by the Government to the said Contractor(s) or any such matter or thing

whatsoever which under the law relating to sureties would, but for this provision, have

effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the bank or

the contractor(s)/Supplier(s).

7. We ----(indicate the name of bank) and our local branch at Jodhpur i.e.-----------------------

(name, address and branch code of local branch at Jaipur) lastly undertake not to revoke this

guarantee during its currency except with the previous consent of the Government in

writing.

Dated the----------- day of ---------2015

For ______(indicate the name of bank) and our local branch at Jodhpur i.e.--------------------

---(name, address and branch code of local branch at Jodhpur)

Page 22: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 22 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

10. Force Majeure Clause no 17 of GCC 2013:-

If at any time, during the continuance of this contract, the performance in whole or in part

by either party of any obligation under this contract shall be prevented or delayed by reason

of any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or

damage by fire, explosions, epidemics, strikes, lockouts or acts of God (hereinafter, referred

to events) provided, notice of the happening of any such event is given by either party to the

other within 30 days from the date of occurrence thereof, neither party shall by reason of

such event, be entitled to terminate this contract nor shall either party have any claim for

damages against the other in respect of such non-performance of delay in performance, and

works under the contract shall be resumed as soon as practicable after such event has come

to an end or ceased to exist, and the decision of the Engineer as to whether the works have

been so resumed or not shall be final and conclusive, PROVIDED FURTHER that if the

performance in whole or in part of any obligation under this contract is prevented or

delayed by reason of any such event for a period exceeding 120 days, either party may at its

option terminate the contract by giving notice to the other party.

17 – A of GCC Subject to any requirement in the contract as to completion of any portions

or portions of the works before completion of the whole, the contractor shall fully and

finally complete the whole of the works comprised in the contract (with such modifications

as may be directed under conditions of this contract) by the date entered in the contract or

extended date in terms of the following clauses:-

(i) If any modifications have been ordered which in the opinion of the Engineer have

materially increased the magnitude of the work, then such extension of the contracted date

of completion may be granted as shall appear to the Engineer to be reasonable in the

circumstances, provided moreover that the Contractor shall be responsible for requesting

such extension of the date as may be considered necessary as soon as the cause thereof shall

arise and in any case not less than one month before the expiry of the date fixed for

completion of the works.

(ii) If in the opinion of the Engineer the progress of work has any time been delayed by any act

or neglect of Railway's employees or by other contractor employed by the Railway under

sub-clause (4) of clause 20 of these conditions or in executing the work not forming part of

the contract but on which contractor's performance necessarily depends or by reason of

proceeding taken or threatened by or dispute with adjoining or to neighboring owners or

public authority arising otherwise through the Contractor's own default etc. or by the delay

authorized by the Engineer pending arbitration or in consequences of the contractor not

having received in due time necessary instructions from the Railway for which he shall

have specially applied in writing to the Engineer or his authorized representative then upon

happening of any such event causing delay, the Contractor shall immediately give notice

thereof in writing to the Engineer within 15 days of such happening but shall nevertheless

make constantly his best endeavours to bring down or make good the delay and shall do all

that may be reasonably required of him to the satisfaction of the Engineer to proceed with

the works. The contractor may also indicate the period for which the work is likely to be

delayed and shall be bound to ask for necessary extension of time. The Engineer on receipt

of such request from the contractor shall consider the same and shall grant such extension

of time as in his opinion is reasonable having regard to the nature and period of delay and

the type and quantum of work affected thereby. No other compensation shall be payable for

Page 23: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 23 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

works so carried forward to the extended period of time, the same rates, terms and

conditions of contract being applicable as if such extended period of time was originally

provided in the original contract itself.

(iii) In the event of any failure or delay by the Railway to hand over the Contractor possession

of the lands necessary for the execution of the works or to give the necessary notice to

commence the works or to provide the necessary drawings or instructions or any other

delay caused by the Railway due to any other cause whatsoever, then such failure or delay

shall in no way affect or vitiate the contract or alter the character thereof or entitle the

contractor to damages or compensation therefore but in any such case, the Railway may

grant such extension or extensions of the completion date as may be considered reasonable.

17-B of GCC Extension of time for delay due to contractor:-

The time for the execution of the work or part of the works specified in the contract

documents shall be deemed to be the essence of the contract and the works must be

completed not later than the date(s) as specified in the contract. If the contractor fails to

complete the works within the time as specified in the contract for the reasons other than

the reasons specified in clause 17 and 17 -A, the Railway may, if satisfied that the works

can be completed by the contractor within reasonable short time thereafter, allow the

contractor for further extension of time (Proforma Annexure-VII of GCC) as the Engineer

may decide. On such extension the Railway will be entitled without prejudice to any other

right and remedy available on that behalf, to recover from the contractor as agreed damages

and not by way of penalty a sum equivalent to 1/2 of 1 % of the contract value of the works

for each week or part of the week.

For the purpose of this clause, the contract value of the works shall be taken as value of

work as per contract agreement including any supplementary work order/contract

agreement issued. Provided also, that the total amount of liquidated damages under this

condition, shall not exceed the under noted percentage value or of the total value of the item

or groups of items of work for which a separate distinct completion period is specified in

the contract.

(i) For contract value up to Rs. 2 lakhs - 10% of the total value of the contract.

(ii) For contracts valued above Rs. 2 lakhs - 10% of the first Rs.2 lakhs and the 5% of the

balance.

Further competent authority while granting extension to the currency of contract under

clause 17 (B) of GCC may also consider levy of token penalty as deemed fit based on the

merit of the case. Provided further, that if the Railway is not satisfied that the works can be

completed by the Contractor and in the event of failure on the part of the contractor to

complete the work within further extension of time allowed as aforesaid, the Railway shall

be entitled without prejudice to any other right or remedy available in that behalf, to

appropriate the contractor's security deposit and rescind the contract under clause 62 of

these conditions, whether or not actual damage is caused by such default.

11.(1) Contractor's understanding(Clause No.19 of GCC):- It is understood and agreed

that the Contractor has, by careful examination, satisfied himself as to the nature and

location of the work, the conformation of the ground, the character, quality and quantity of

Page 24: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 24 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

the materials to be encountered, the character of equipment and facilities needed

preliminary to and during the progress of the works, the general and local conditions, the

labour conditions prevailing therein and all other matters which can in any way affect the

works under the contract.

(2) Commencement of works:- The Contractor shall commence the works within 15 days

after the receipt by him of an order in writing to this effect from the Engineer and shall

proceed with the same with due expedition and without delay

(3) Accepted programme of work:- The Contractor who has been awarded the work shall

as soon as possible but not later than 30 days after the date of receipt of the acceptance

letter in respect of contracts with initial completion period of two years or less or not later

than 90 days for other contracts have to submit the detailed programme of work indicating

the time schedule of various items of works in the form of Bar Chart/PERT/CPM. He shall

also submit the details of organization (in terms of labour and supervisors) plant and

machinery that he intends to utilize (from time to time) for execution of the work within

stipulated date of completion. The programme of work amended as necessary by

discussions with the Engineer, shall be treated as the agreed programme of the work for the

purpose of this contract and the contractor shall endeavour to fulfill this programme of

work. The progress of work will be watched accordingly the liquidated damages will be

with reference to the overall completion date. Nothing stated herein shall preclude the

contractor in achieving earlier completion of item or whole of the works than indicated in

the programme.

(4) Setting out of works: -The Contractor shall execute the work as shown in the standard

drawings and as directed by the Engineer's representative and shall check these at frequent

intervals. The Contractor shall provide all facilities like labour and instruments and shall

co-operate with the Engineer's representative to ensure good quality of work. If, at any

time, during the progress of the works any error shall appear or arise in any part of the

work, the contractor, on being required so to do by the Engineer's representative shall, at his

own cost rectify such errors, to the satisfaction of the Engineer's representative. Such

checking shall not absolve the contractor of his own responsibility of maintaining accuracy

in the work.

12.(1) Compliance to Engineers Instructions (Clause No.20 of GCC::- The Engineer

shall direct the order in which the several parts of the works shall be executed and the

Contractor shall execute without delay all orders given by the Engineer from time to time

but the Contractor shall not be relieved thereby from responsibility for the due performance

of the works in all respects.

(2) Alterations to be authorised:- No alterations in or additions to or omissions or

abandonment of any part of the works shall be deemed authorised, except under instructions

from the Engineer, and the Contractor shall be responsible to obtain such instructions in

each and every case in writing from the Engineer.

(3) Extra works:- Should works over and above those included in the contract require to be

executed at the site, the contractor shall have no right to be entrusted with the execution of

such works which may be carried out by another contractor or contractors or by other

means at the option of the Railway.

Page 25: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 25 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(4) Separate contracts in connection with works:- The Railway shall have the right to

let other contracts in connection with the works. The Contractor shall afford other

contractors reasonable opportunity for the storage of their materials and the execution of

their works and shall properly connect and coordinate his work with theirs. If any part of

the Contractors work depends for proper execution or result upon the work of another

contractor(s), the Contractor shall inspect and promptly report to the Engineer any defects

in such works that render it unsuitable for such proper execution and results. The

Contractor's failure so-to inspect and report shall constitute an acceptance of the other

contractor's work as fit and proper for the reception of his work, except as to defects which

may develop in the other contractor's work after the execution of his work.

13. Instruction of Engineer's Representative (Clause No.21 of GCC):- Any

instructions or approval given by the Engineer's representative to Contractor in connection

with the works shall bind the Contractor as through it had been given by the Engineer

provided always as follows:-

(a) Failure of the Engineer's representative to disapprove any work or materials shall not

prejudice .the power of the Engineer thereafter to disapprove such work or material and to

order the removal or breaking up thereof.

(b) If the Contractor shall be dissatisfied by reason of any decision of the Engineer's

representative, he shall be entitled to refer the matter to the Engineer who shall there upon

confirm or vary such decision.

14 (1) Adherence to specifications and drawings (Clause No.22 of GCC)::- The

whole of the works shall be executed in perfect conformity with the specifications and

drawings of the contract. If Contractor performs any works in a manner contrary to the

specifications or drawings or any of them and without such reference to the Engineer he

shall bear all the costs arising or ensuing therefore and shall be responsible for all loss to

the Railway.

(2) Drawings and specifications of the works:- The Contractor shall keep one copy of

Drawings and Specifications at the site, in good order, and such contract documents as may

be necessary, available to the Engineer or the Engineer's Representative.

(3) Ownership of drawings and specifications:- All Drawings and Specifications and

copies thereof furnished by the Railway to the Contractor are deemed to be the property of

the Railway. They shall not be used on other works and with the exception of the signed

contract set, shall be returned by the Contractor to the Railway on completion of the work

or termination of the Contract.

(4) Compliance with Contractor's request for details:- The Engineer shall furnish

with reasonable promptness, after receipt by him of the Contractor's request for the same,

additional instructions by means of drawings or otherwise, necessary for the proper

execution of the works or any part thereof. All such drawings and instructions shall be

consistent with the Contract Documents and reasonably inferable there from.

Page 26: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 26 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(5) Meaning and intent of specification and drawings:- If any ambiguity arises as to

the meaning and intent of any portion of the Specifications and Drawings or as to execution

or quality of any work or material, or as to the measurements of the works the decision of

the Engineer thereon shall be final subject to the appeal (within 7 days of such decision

being intimated to the Contractor) to the Chief Signal & Telecom Engineer who shall have

the power to correct any errors, omissions, or discrepancies in aforementioned items and

whose decision in the matter in dispute or doubt shall be final and conclusive.

15. Working during night (Clause No.23 of GCC): - The Contractor shall not carry out

any work between sun-set and sun-rise without the previous permission of the Engineer.

But, 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 cost shall make all arrangements in this connection. In any

case indoor wiring and testing will be carried out round the clock normally.

16. Damage to Railway property or private life and property (Clause No.24 of

GCC:: - The Contractor shall be responsible for all risk to the work and for trespass and

shall make good at his on expense all loss or damage whether to the works themselves or to

any other property of the Railway or the lives, persons or property of others from

whatsoever cause in connection with the works until they are taken over by the Railway and

this although all reasonable and proper precautions may have been taken by the Contractor,

and in case the Railway shall be called upon to make good any costs, loss or damages, or to

pay any compensation, including that payable under the provisions of the Workmen's

Compensation Act or any statutory amendments thereof to any person or persons sustaining

damages as aforesaid by reason of any act, or any negligence or omissions on the part of the

Contractor the amount of any costs or charges including costs and charges in connection

with legal proceedings, which the Railway may incur in reference thereto, shall be charged

to the Contractor. The Railway shall have the power and right to pay or to defend or

compromise any claim of threatened legal proceedings or in anticipation of legal

proceedings being instituted Consequent on the action or default of the Contractor, to take

such steps as may be considered necessary or desirable to ward off or mitigate the effect of

such proceedings, charging to Contractor, as aforesaid, any sum or sums of money which

may be paid and any expenses whether for reinstatement or otherwise which may be

incurred and the propriety of any such payment, defence or compromise, and the incurring

of any such expenses shall not be called in question by the Contractor.

17. Sheds, Stores houses and Yards (Clause No253 of GCC):: - The Contractor shall

at his own expense provide himself with sheds, storehouses and yards in such situations and

in such numbers as in the opinion of the Engineer is requisite for carrying on the works and

the Contractor shall keep at each such sheds, store-houses and yards a sufficient quantity of

materials and plant in stock as not to delay the carrying out of the works with due

expedition and the Engineer and the Engineer's representative shall have free access to the

said sheds, store houses and yards at any time for the purpose of inspecting the stock of

materials or plant so kept in hand, and any materials or plant which the Engineer may

object to shall not be brought upon or used in the works, but shall be forthwith removed

from the sheds, store houses or yards by the Contractor. The Contractor shall at his own

expenses provide and maintain suitable mortar mills, soaking vats or any other equipments

necessary for the execution of the works.

Page 27: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 27 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

18. Provision of efficient and competent staff at work sites by the contractor

(clause 26 of GCC)

18.1 The Contractor shall place and keep on the works at all times efficient and competent staff

to give the necessary directions to his workmen and to see that they execute their work in

sound & proper manner and shall employ only such supervisors, workmen & labourers in

or about the execution of any of these works as are careful and skilled in the various trades.

18.2 The contractor shall at once remove from the works any agents, permitted sub-contractor,

supervisor, workman or labourer who shall be objected to by the Engineer and if and

whenever required by the Engineer, he shall submit a correct return showing the names of

all staff and workmen employed by him.

18.3 In the event of the Engineer being of the opinion that the Contractor is not employing on

the works a sufficient number of staff and workmen as is necessary for proper completion

of the works within the time prescribed, the contractor shall forthwith on receiving

intimation to this effect deploy the additional number of staff and labour as specified by the

Engineer within seven days of being so required and failure on the part of the Contractor to

comply with such instructions will entitle the Railway to rescind the contract under Clause

62 of these conditions.

18. A Deployment of Qualified Engineers At Work Sites by the contractor:

(Clause 26-A of GCC)

18A.1 The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma Holder

Engineer, based on value of contract, as may be prescribed by the Ministry of Railways

(Para 18A.3) through separate instructions from time to time.

18A.2 In case the contractor fails to employ the Engineer, as aforesaid in Para 18A.1, he shall be

liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways (Para

18A.4) through separate instructions from time to time for the default period for the

provisions, as contained in Para 18A.1.

18A.3 No. of qualified Engineers required to be deployed by the Contractor for various activities

contained in this works contract shall be as under:-

1) Graduate Engineer - Minimum …....... Nos.

2) Diploma Engineer – Minimum -------- Nos.

18A.4 Further for this work in case the contractor fails to employ the Qualified Engineer, as

aforesaid in Para 18A.1 above, he, in terms of provisions of Clause 18A.2 to the Conditions

of Contract, shall be liable to pay an amount of Rs.40,000/- and Rs.25,000/- for each month

or part thereof for the default period for the provisions, as contained in Para 18A.3 above

respectively.

19. (1)Workmanship and testing (Clause No.27 of GCC):- The whole of the works

and/or supply of materials specified and provided in the contract or that may be necessary

to be done in order to form and complete any part thereof shall be executed in the best and

most substantial workman like manner with materials of the best and most approved quality

of their respective kinds, agreeable to the particulars contained in or implied by the

Page 28: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 28 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

specifications and as referred to in and represented by the drawings or in such other

additional particulars, instructions and drawings may be found requisite to be given during

the carrying on of the works and to the entire satisfaction of the Engineer according to the

instructions and directions which the Contractors may from time to time receive from the

Engineer. The materials may be subjected to tests by means of such machines, instruments

and appliances as the Engineer may direct and wholly at the expense of the Contractor.

(2) Removal of Improper work and materials:-The Engineer or the Engineer's

Representative shall be entitled to order from time to time:-

(a) the removal from the site within the time specified in the order of any materials which in

his opinion are not in accordance with the specifications or drawings.

(b) the substitution of proper and suitable materials, and

(c) the removal and proper re-execution, notwithstanding any previous tests thereof or on

account payments therefore, of any work which in respect of materials or workmanship is

not in his opinion in accordance with the specifications and in case of default on the part of

the Contractor in carrying out such order the Railway shall be entitled to rescind the

contract under Clause 62 of GCC

20. Facilities for Inspection (Clause No.28 of GCC):-The Contractor shall afford the

Engineer and the Engineer's Representative every facility for entering in and upon every

portion of the work at all hours for the purpose of inspection or otherwise and shall provide

all labour, materials, planks, ladders, pumps, appliances and things of every kind required

for the purpose and the Engineer and the Engineer's Representative shall at all times have

free access to every part of the works and to all places at which materials for the works are

stored or being prepared.

21. Examination of work before covering up (Clause No29 of GCC):- The

Contractor shall give 7 days notice to the Engineer or the Engineer's Representative

whenever any work or materials are intended to be covered up in the earth, in bodies or

walls or otherwise to be placed beyond the reach of measurements in order that the work

may be inspected or that correct dimensions may be taken before being so covered, placed

beyond the reach of measurement in default whereof, the same shall at the option of the

Engineer or the Engineer's Representative be uncovered and measured at the Contractor's

expense or no allowance shall be made for such work or materials.

22. Temporary Works (Clause No.30 of GCC):- All temporary works necessary for the

proper execution of the works shall be provided and maintained by the Contractor and

subject to the consent of the Engineer shall be removed by him at his expenses when they

are no longer required and in such manner as the Engineer shall direct. In the event of

failure on the part of the Contractor to remove the temporary works, the Engineer will cause

them to be removed and cost as increased by supervision and other incidental charges shall

be recovered from the Contractor. If temporary huts are provided by the Contractor on the

Railway land for labour engaged by him for the execution of works, the contractor shall

arrange for handing over vacant possession of the said land after the work is completed; if

the contractor's labour refuse to vacate, and have to be rejected by the Railway, necessary

expenses incurred by the Railway in connection therewith shall be borne by the Contractor.

23.(1)Contractor to supply water for works (Clause No.31 of GCC):- Unless

otherwise provided in the Contract, the Contractor shall be responsible for the arrangements

to obtain supply of water necessary for the works.

Page 29: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 29 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(2) Water supply from Railway System:- The Railway may supply to the Contractor part

or whole of the quantity of the water required for the execution of works from the,

Railway's existing water supply system at or near the site of works on specified terms and

conditions and at such charges as shall be determined by the Railway and payable by the

Contractor, provided that the Contractor shall arrange, at his own expense, to effect the

connections and lay additional pipe lines and accessories on the site and that the Contractor

shall not be entitled to any compensation for interruption of failure of the water supply.

(3) Water supply by Railway Transport:- In the event of the Railway arranging supply

of water to the Contractor at or near the site of works by travelling water tanks or other

means, the freight and other charges incurred thereby, including demurrage charges that

may be levied, shall be paid by the Contractor in addition to the charges referred to in sub-

clause (2) of the clause provided that the contractor shall not be entitled to any

compensation for interruption or failure of the water supply.

(4) (a)Contractor to arrange supply of Electric power for works: - Unless otherwise

provided in the contract, the Contractor shall be responsible for arrangements to obtain

supply of Electric Power for the works.

(b) Electric supply from the Railway system:- The Railway may supply to the

Contractor part or whole of the electric power wherever available and possible, required for

execution of works from the Railway's existing electric supply systems at or near the site of

works on specified terms and conditions and such charges as shall be determined by the

Railway and payable by the Contractor provided the cost of arranging necessary

connections to the Railway's Electric Supply systems, and laying of underground/overhead

conductor, circuit protection, electric power meters, transmission structure, shall be borne

by the Contractor and that the Contractor shall not be entitled to any compensation for

interruption or failure of the Electric supply system:

24.(1) Precaution during progress of works(Clause No.34 of GCC):- During the

execution of works, unless otherwise specified, the contractor shall at his own cost provide

the materials for and execute all shoring, timbering and strutting works as is necessary for

the stability and safety of all structures, excavation and works and shall ensure that no

damage , injury or loss is caused or likely to be caused to any person or property.

(2) Roads and Water courses:- Existing roads or water courses shall not be blocked cut

through, altered, diverted or obstructed in any way by the Contractor, except with the

permission of the Engineer. All compensations claimed for any unauthorized closure,

cutting through, alteration, diversion or obstruction to such roads or water courses by the

Contractor or his agent or his staff shall be recoverable from the Contractor by deduction

from any sums which may become due to him in terms of contract, or otherwise according

to law.

(3) Provision of access to premises:- During progress of work in any street or

thoroughfare, the Contractor shall make adequate provision for the passage of traffic, for

securing safe access to all premises approached from such street or thoroughfare and for

any drainage, water supply or means of lighting which may be interrupted by reasons of the

Page 30: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 30 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

execution of the works and shall react and maintain at his own cost barriers, lights and other

safeguards as prescribed by the Engineer, for the regulation of the traffic, and provide

watchmen necessary to prevent accidents. The works shall in such cases be executed night

and day if so ordered by the Engineer and with such vigour so that the traffic way be

impeded for as short a time as possible.

(4) Safety of Public:- The Contractor shall be responsible to take all precautions to ensure

the safety of the public whether on public or Railway property and shall post such look out

men as may in the opinion of the Engineer be required to comply with regulations

appertaining to the work.

25. Use of Explosives (Clause No.35 of GCC):- Explosives shall not be used on the

works or on the site by the Contractor without the permission of the Engineer and then only

in the manner and to the extent to which such permission is given. Where explosives are

required for the works, they shall be stored in a special magazine to be provided by and at

the cost of the Contractor in accordance with the Explosive Rules. The Contractor shall

obtain the necessary license for the storage and the use of explosives and all operations in

which or for which explosives are employed shall be at the sole risk and responsibility of

the Contractor and the Contractor shall indemnify the Railway in respect thereof.

26.(1)Suspension of works (Clause No.36 of GCC):- The Contractor shall on the order

of the Engineer, suspend the progress of the works or any part thereof for such time or

times and in such manner as the Engineer may consider necessary and shall during such

suspension properly protect and secure the work so far as is necessary in the opinion of the

Engineer. If such suspension is:-

(a) Provided for in the contract, or

(b) Necessary for the proper execution of the works or by the reason of weather conditions or

by some default on the part of the Contractor, and or

(c) Necessary for the safety of the works or any part thereof.

(2) The Contractor shall not be entitled to the extra costs, if any, incurred by him during the

period of suspension of the works, but in the event of any suspension ordered by the

Engineer for reasons other than aforementioned and when each such period of suspension

exceeds 14 days, the Contractor shall be entitled to such extension of time for completion of

the works as the Engineer may consider proper having regard to the period or periods of

such suspensions and to such compensations as the Engineer may consider reasonable in

respect of salaries or wages paid by the Contractor to his employees during the periods of

such suspension.

(3) Suspension lasting more than 3 months:- If the progress of the works or any part

thereof is suspended on the order of the Engineer for more than three months at a time, the

Contractor may serve a written notice on the Engineer requiring permission within 15 days

from the receipt thereof to proceed with the works or that part thereof in regard to which

progress is suspended and if such permission is not granted within that time the Contractor

by further written notice so served may, but is not bound to, elect to treat the suspension

where it affects part only of the works as an omission of such part or where it affects the

whole of the works, as an abandonment of the contract by the Railway.

Page 31: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 31 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

27. Rates for items of works (Clause No.37 of GCC):- The rates, entered in the

accepted Schedule of Rates of the Contract are intended to provide for works duly and

properly completed in accordance with the general and special (if any) conditions of the

contract and the specifications and drawings together with such enlargements, extensions,

diminutions, reductions, alterations or additions as may be ordered in terms of Clause 42 of

General Condition of Contract and without prejudice to the generality thereof and shall be

deemed to include and cover superintendence and labour, supply, including full freight, of

materials, stores, patterns, profiles, moulds, fittings, centering, scaffolding, shoring props,

timber, machinery, barracks, tackle, roads, pegs, posts, tools and all apparatus and plant

required on the works, except such tools, plant or materials as may be specified in the

contract to be supplied to the Contractor by the Railway, the erection, maintenance and

removal of all temporary works and, buildings, all watching, lighting, bailing, pumping and

draining, all prevention of or compensation for trespass, all barriers and arrangements for

the safety of the public or of employees during the execution of works, all sanitary and

medical arrangements for labour camps as may be prescribed by the Railway, the setting of

all work and of the construction, repair and upkeep of all centre lines, bench marks and

level pegs thereon, site clearance, all fees duties, royalties, rent and compensation to owners

for surface damage or taxes and impositions payable to local authorities in respect of land,

structures and all material supplied for the work or other duties of expenses for which the

Contractor may become liable or may be put to under any provision of law for the purpose

of or in connection with the execution of the contract, and all such other incidental charges

or contingencies as may have been specially provided for in the specifications.

28.(1) Rates for extra items of works (Clause No 39(1) of GCC):- Any item of work carried out by the Contractor on the instructions of the Engineer which is

not included in the accepted schedules of rates shall be executed at the rates set forth in the

"Schedule of Rates of North Western Railway" modified by the tender percentage and such

items are not contained in the latter, at the rate agreed upon between the Engineer and the

Contractor before the execution of such items of work and the Contractors shall be bound to

notify the Engineer at least seven days before the necessity arises for the execution of such

items of works that the accepted schedule of rates does not include rate or rates for the extra

work involved. The rates payable for such items shall be decided at the meeting to be held

between the Engineer and Contractor, in as short a period as possible after the need for the

special item has come to the notice. In case the Contractor fails to attend the meeting after

being notified to do so or in the event of no settlement being arrived at, the Railway shall be

entitled to execute the extra works by other means and the Contractor shall have no claim

for loss or damage that may result from such procedure.

(2) (Clause No 39(2) of GCC):- Provided that if the Contractor commences work or incurs

any expenditure in regard thereto before the rates as determined and agreed upon as lastly

hereunto fore mentioned, then and in such a case the Contractor shall only be entitled to be

paid in respect of the work carried out or expenditure incurred by him prior to the date of

determination of the rates as aforesaid according to the rates as shall be fixed by the

Engineer. However if the Contractor is not satisfied with the decision of the Engineer in this

respect he may appeal to the Chief Signal & Telecom Engineer, North Western Railway

within 30 days of getting the decision of the Engineer, supported by analysis of the rates

claimed. The Chief Signal & Telecom Engineer, North Western Railway decision after

hearing both the parties in the matter would be final and binding on the Contractor and the

Railway.

Page 32: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 32 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

29. Modification to contract to be in writing (Clause No.41 of GCC)::- In the event

of any of the provisions of the contract requiring to be modified after the contract

documents have been signed, the modifications shall be made in writing and signed by the

Railway and the Contractor and no work shall proceed under such modifications until this

has been done. Any verbal or written arrangement abandoning, modifying, extending,

reducing or supplementing the contract or any of the terms thereof shall be deemed

conditional and shall not be binding on the Railway unless and until the same is

incorporated in a formal instrument and signed by the Railway and the Contractor, and till

then the Railway shall have the right to repudiate such arrangements.

30. (1) Powers of modification to contract (Clause No 42 (1) of GCC) :- The

Engineer on behalf of the Railway shall be entitled by order in writing to enlarge or extend,

diminish or reduce the works or make any alterations in their design, character position,

site, quantities, dimensions or in the method of their execution or in the combination and

use of materials for the execution thereof or to order any additional work to be done or any

works not to be done and the contractor will not be entitled, to any compensation for any

increase/reduction in the quantities of work but will be paid only for the actual amount of

work done and for approved materials supplied against a specific order.

(2) (Clause No 42 (2) of GCC)

(i) Unless otherwise specified in the special conditions of the contract, the accepted variation

in quantity of each individual item of the contract would be up to 25% of the quantity

originally contracted, except in case of foundation work. The contractor shall be bound to

carry out the work at the agreed rates and shall not be entitled to any claim or any

compensation whatsoever up to the limit of 25% variation in quantity of individual item of

works.

(ii) Not Applicable.

(iii) In case of foundation work, no variation limit shall apply and the work shall be carried out

by the contractor on agreed rates irrespective of any variation.

(3) Valuation of variations (Clause No 42 (3) of GCC) :- The enlargements,

extensions, diminution, reduction, alterations or additions referred to in sub-clause (2) of

this clause shall in no degree affect the validity of the contract but shall be performed by the

Contractor as provided therein and be subject to the same conditions, stipulations and

obligations as if they had been originally and expressively included and provided for in the

specifications and drawings and the amounts to be paid therefore shall be calculated in

accordance with the accepted schedule of rates. Any extra items/quantities of work falling

outside the purview of the provisions of sub-clause (2) above shall be paid for at the rates

determined under clause-39 of GCC.

(4) Variation in quantities of Items of Contracts (Clause No 42 (4) of GCC):-

(4.1) Individual NS items in contracts shall be operated with variation of plus or minus 25% and

payment would be made as per the agreement rate. For this, no finance concurrence would

be required.

(4.2) In case an increase in quantity of an individual item by more than 25% of the agreement

quantity is considered as unavoidable, the same shall be got executed by floating a fresh

tender. If floating a fresh tender for operating that item is considered not practicable,

Page 33: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 33 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

quantity of that item may be operated in excess of 125% of the agreement quantity subject

to the following conditions:

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of

an officer of the rank not less than SA Grade.

(i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the

concerned item, shall be paid at 98% of the rate awarded for that item in that particular

tender.

(ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the

concerned item, shall be paid at 96% of the rate awarded for that item in that particular

tender.

(iii) Variation in quantities of individual item beyond 150% will be prohibited and would be

permitted only in exceptional unavoidable circumstances with the concurrence of associate

finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation of quantities as per the above formula will apply only to the individual items

of the contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreemental value should not be

permitted and, if found necessary, should be only through fresh tenders or by negotiating

with existing contractor, with prior personal concurrence of FA & CAO and approval of

General Manger treating it as a single tender.

(4.3) In cases where decrease is involved during execution of contract:

(a) The contract signing authority can decrease the items up to 25% of individual item without

finance concurrence.

(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the

approval of an officer not less than the rank of SA grade will be taken after obtaining No

Claim Certificate from the contractor and with finance concurrence giving detailed reasons

for each such decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same

work.

(4.4) 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.

(4.5) No such quantity variation limit shall apply for foundation items.

(4.6) As far as Schedule of Rate (SOR)-March 2012, items are concerned, the limit of 25%

would apply to the value of SOR schedule as a whole and not on individual SOR items.

However, in case of NS items, the limit of 25% would apply on the individual items

irrespective of manner of quoting the rate (single percentage rate or individual item rate)

(4.7) For the tenders accepted at Zonal Railway level, variations in the quantities will be

approved by the authority in whose powers revised value of the agreement lies.

(4.8) For tenders accepted by General Manager, variations up to 125% of the original agreement

value may be accepted by General Manager.

(4.9) For tenders accepted by Board Members and Railway Minister, variations up to 110% of

original agreement value may be accepted by General Manager.

(4.10) The aspect of vitiation of tender with respect to variation in quantities should be checked

and avoided. In case of vitiation of the tender (both for increase as well as decrease of value

of contract agreement), sanction of the competent authority as per single tender should be

obtained.

Page 34: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 34 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(5.0) In Para (4.4) above (Para 42 (4.4) of GCC) minor value NS item is defined. For such

item in case of excess beyond 100% (total quantity more than 200%) the provisions

of Para (4.2) (iii) above (Para 42(4.2)(iii) of GCC) will apply.

31. (1) Variation in quantity of individual Minor value item beyond 100%:- Variation in quantity of individual minor value item beyond 100% (ie total quantity

200%) will be prohibited & would be permitted only in exceptional unavoidable

circumstances with the concurrence of associated finance & shall be paid at 96% of the

rate awarded for that item in that particular tender upto further 100%. Thereafter prior

finance concurrence will be required.

31. (2) Above para 31(1) would be applicable only for the contracts which have been finalised

based on single percentage above/below the assessed cost of tender.

If the contract includes itemized rates for all items separately, the variation beyond

100% in minor value items would be dealt on case to case basis with finance

concurrence and approved by tender accepting authority. Normally this should be

prohibited. In exceptional circumstances, detailed reasons should be recorded on file.

32.(1) Monthly Statement of Claims (Clause No 43(1) of GCC):-The Contractor shall

prepare and furnish to the Engineer once in every month an account giving full and detailed

particulars of all claims for any additional expenses to which the Contractor may consider

himself entitled to and of all extra or additional works ordered by the Engineer which he

has executed during the preceding month and no claim for payment for and such work will

be considered which has not been included in such particulars.

(2) Signing of "No Claim" Certificate(Clause No 43(2) of GCC):- The Contractor

shall not be entitled to make any claim whatsoever against the Railway under or by virtue

of or arising out of this contract, nor shall the Railway entertain or consider any such claim,

if made by the Contractor, after he shall have signed a "No Claim" Certificate in favour of

the Railway in such form as shall be required by the Railway after the works are finally

measured up. The Contactor shall be debarred from disputing the correctness of the items

covered by "No Claim" Certificate or demanding a clearance to arbitration in respect

thereof.

33.0 Price Variation Clause [Clause 46A of IR’s General Conditions of Contract

(GCC)]:- Price Variation Clause is Not Applicable.

34.(1)Certificate of completion of works(Clause No.48 of GCC):- As soon as in the

opinion of the Engineer, the work has been completed and has satisfactorily passed any

final test or tests that may be prescribed, the Engineer shall issue a certificate of completion

duly indicating the date of completion in respect of the work and the free maintenance

period of 12 months of the work shall commence from the date of completion as mentioned

in such certificate. The Engineer may also issue such a certificate indicating date of

completion with respect to any part of the work (before the completion of the whole of

work), which has been both completed to the satisfaction of the Engineer and occupied or

used by the Railway. When any such certificate is given in respect of part of a work, such

part shall be considered as completed and the period of maintenance of such part shall

commence from the date of completion mentioned in the completion certificate issued for

that part of the work.

Note:- The completion certificate for the work will be issued at JAG level.

Page 35: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 35 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(2) Contractor not absolved by completion Certificate:- The Certificate of completion

in respect of the works referred to in sub-clause (1) of this clause shall not absolve the

Contractor from his liability to make good any defects imperfections, shrinkages or faults

which may appear during the free maintenance period of 12 months specified in the tender,

arising in the opinion of the Engineer from materials or workmanship not in accordance

with the drawings or specifications or instruction of the Engineer, which defects,

imperfections, shrinkages or faults shall upon the direction in writing of the Engineer be

amended and made good by the Contractor at his own cost; and in case of default on the

part of Contractor the Engineer may employ labour and materials or appoint another

Contractor to amend and make good such defects, imperfections, shrinkages and faults and

all expenses consequent thereon and incidental thereto shall be borne by the Contractor and

shall be recoverable from any moneys due to him under the contract.

35. Approval only by Maintenance Certificate(Clause No.49 of GCC):- No

certificate other than maintenance certificate referred to in Clause 50 of the conditions shall

be deemed to constitute approval of any work or other matter in respect of which it is issued

or shall be taken as an admission of the due performance of the contract or any part thereof

or of the accuracy of any claim or demand made by the Contractor or of additional varied

work having been ordered by the Engineer nor shall any other certificate conclude or

prejudice any of the powers of the Engineer.

36.(1)Maintenance Certificate(Clause No.50 of GCC):- The Contract shall not be

considered as completed until a Maintenance Certificate shall have been signed by the

Engineer stating that the works have been completed and maintained to his satisfaction. The

maintenance Certificate shall be given by the Engineer upon the expiration of the free

maintenance period or 12 months or as soon thereafter as any works ordered during such

period pursuant to sub clause (2) Clause 48 of these conditions shall have been completed

to the satisfaction of the Engineer and full effect shall be given to this Clause

notwithstanding the taking possession of or using the works or any part thereof by the

Railway.

(2) Cessation of Railway’s Liability:- The Railway shall not be liable to the Contractor

for any matter arising out of or in connection with the contract of the execution of the

works unless the Contractor shall have made a claim in writing in respect thereof before the

issue of the Maintenance Certificate under this clause.

(3) Unfulfilled Obligations:- Notwithstanding the issue of the Maintenance Certificate the

Contractor and (subject to sub-clause (2) of this clause) the Railway shall remain liable for

the fulfillment of any obligation incurred under the provision of the contract prior to the

issue of the maintenance Certificate which remains unperformed at the time such certificate

is issued and for the purposes of determining the nature and extent of any such obligations

the contract shall be deemed to remain in force between the parties thereto.

37. Wages to Labour (Clause No.54 of GCC):-The contractor shall be responsible to

ensure compliance with the provision of the Minimum Wages Act, 1948(hereinafter

referred to as the “said Act” and the Rules made there under in respect of any employees

directly or through petty contractors or sub-contractors employed by him for the purpose of

carrying out the contract.

Page 36: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 36 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

If, in compliance with the terms of the contract, contractor supplied any labour to be used

wholly or partially under the direct orders and control of the Railways whether in

connection with any work being executed by the contractor or otherwise for the purpose of

the Railway such labour shall, for the purpose of this clause, still be deemed to be persons

employed by the contractor.

If any money shall, as a result of any claim or application made under the said Act be

directed to be paid by the Railway, such money shall be deemed to be moneys payable to

the Railway by the contractor and on failure by the contractor to repay the Railway any

moneys paid by it as aforesaid within seven days after the same shall have been demanded ,

the Railways shall be entitled to recover the same from any moneys due or accruing to the

contractor under this or any other contract with the Railways.

37-AApprentices Act: (Clause No.54 –A of GCC)- The Contractor shall be responsible to

ensure compliance with the provisions of the Apprentices Act, 1961 and the Rules and

Orders issued there under from time to time in respect of apprentices directly or through

petty contractors or sub-contractors employed by him for the purpose of carrying out the

Contract.

If the contractor directly or through petty contractors or sub-contractors fails to do so, his

failure will be a breach of the contract and the Railway may, in its discretion, rescind the

contract. The contractor shall also be liable for any pecuniary liability arising on account of

any violation of the provisions of the Act.

Note: The contractors are required to engage apprentices when the works undertaken by

them last for a period of one year or more and/the cost of works is rupees one lakh or more.

38. Implementation of “The Building and Other Construction Workers (Regulation of

Employment and Conditions of Service) Act, 1996” and “The Building and Other

Construction Workers” Welfare Cess Act, 1996 (Clause 55-C of GCC)

The tenderers for carrying out any construction work must get themselves registered from

the Registering Officer under Section-7 of the “Building and Other Construction Workers

Act, 1996” and rules made thereto by the concerned State Govt. and submit certificate of

Registration issued from the Registering Officer of the concerned State Govt. (Labour

Dept.). As per this Act, the tenderer shall be levied a cess @ 1% of cost of construction

work, which would be deducted from each bill. Cost of Material, when supplied under a

separate schedule item, shall be outside the purview of cess.”

39.(1) Right of Railway to determine the contract (Clause No.61 (1) of GCC):-: - The Railway

shall be entitled to determine and terminate the contract at any time should, in the Railway's

opinion, the cessation of work becomes necessary owing to paucity of funds or from any

other cause whatever, in which case the value of approved materials at site and of work

done to date by the Contractor will be paid for in full at the rate specified in the contract.

Notice in writing from the Railway of such determination and the reasons therefore shall be

conclusive evidence thereof.

2) Payment on determination of contract (Clause No 61 (2) of GCC):-Should the contract

be determined under sub clause (1) of this clause and the Contractor claims payment for

expenditure incurred by him in the expectation of completing the whole of the work, the

Page 37: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 37 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Railways shall admit and consider such claims as are deemed reasonable and are supported

by vouchers to the satisfaction of the Engineer.

The Railway's decision on the necessity and propriety of such expenditure shall be final and

conclusive.

(3) (Clause No 61 (3) of GCC):- The Contractor shall have no claim to any payment of

compensation or otherwise, howsoever on account of any profit or advantage which he

might have derived from the execution of the work in full but which he did not derive in

consequence of determination of contract.

40(1) Determination of contract owing to default of contractor (Clause No 62 (1)

of GCC):- If the Contractor should:-

(i) Becomes bankrupt or insolvent, or

(ii) make an arrangement with of assignment in favour of his creditors, or agree to carry out the

contract under a Committee of Inspection of his creditors, or

(iii) being a Company or Corporation, go into liquidation (other than a voluntary liquidation for

the purposes of amalgamation or reconstruction), or

(iv) have an execution levied on his goods or property on the works, or

(v) assign the contract or any part thereof otherwise than as provided in Clause 7 of these

conditions, or

(vi) abandon the contract, or

(vii) persistently disregard the instructions of the Engineer, or contravene any provision of the

contract, or

(viii) fail to adhere to the agreed programme of work by a margin of 10% of the stipulated period,

or

(ix) fail to remove materials from the site or to pull down and replace work after receiving from

the Engineer notice to the effect that the said materials or works have been condemned or

rejected under clause 25 and 27 of these conditions, or

(x) fail to take steps to employ competent or additional staff and labour as required under

clause 26 of the conditions, or

(xi) fail to afford the Engineer or Engineer's representative proper facilities for inspecting the

works or any part thereof as required under clause 28 of the conditions, or

(xii) promise, offer or give any bribe, commission, gift or advantage either himself or through

his partner, agent or servant to any officer or employee of the Railway or to any person on

his or on their behalf in relation to the execution of this or any other contract with this

Railway.

Page 38: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 38 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(xiii)(A)At any time after the tender relating to the contract, has been signed and submitted by the

Contractor, being a partnership firm admit as one of its partners or employ under it or being

an incorporated company elect or nominate or allow to act as one of its directors or employ

under it in any capacity whatsoever any retired engineer of the gazetted rank or any other

retired gazetted officer working before his retirement, whether in the executive or

administrative capacity, or whether holding any pensionable post or not, in the S & T

Department of the Railways for the time being owned and administered by the President of

India before the expiry of two years from the date of retirement from the said service of

such Engineer or Officer unless such Engineer or Officer has obtained permission from the

President of India or any officer duly authorized by him in this behalf to become a partner

or a director or to take employment under the contract as the case may be, or

(B) Fail to give at the time of submitting the said tender:-

(a) The correct information as to the date of retirement of such retired engineer or retired

officer from the said service, or as to whether any such retired engineer or retired officer

was under the employment of the Contractor at the time of submitting the said tender, or

(b) the correct information as to such engineers or officers obtaining permission to take

employment under the Contractor, or

(c) being a partnership firm, the correct information as to, whether any of its partners was such

a retired engineer or a retired officer, or

(d) being in incorporated company, correct information as to whether any of its directors was

such a retired engineer or a retired officer, or

(e) being such a retired engineer or retired officer suppress and not disclose at the time of

submitting the said tender the fact of his being such a retired engineer or a retired officer or

make at the time of submitting the said tender a wrong statement in relation to his obtaining

permission to take the contract or if the Contractor be a partnership firm or an incorporated

company to be a partner or director of such firm or company as the case may be or to seek

employment under the Contractor. Then and in any of the said clause, the Engineer on

behalf of the Railway may serve the Contractor with a notice (Proforma at Annexure IX of

GCC) in writing to that effect and if the Contractor does not within seven days after the

delivery to him of such notice proceed to make good his default in so far as the same is

capable of being made good and carry on the work or comply with such directions as

aforesaid of the entire satisfaction of the Engineer, the Railway shall be entitled after giving

48 hours notice (Proforma at Annexure X of GCC) in writing under the hand of the

Engineer to rescind the contract as a whole or in part or parts (as may be specified in such

notice) and after expiry of 48 hours notice, a final termination notice (Proforma at

Annexure XI of GCC) should be issued and adopt the following courses.

To measure up or the whole or part of the work from which the contractor has been

removed and get it completed by another contractor , the manner and method in which such

work is completed shall be in the entire discretion of the Engineer whose decision shall be

final.

40(2) Right of Railway after, rescission of contract owing to default of Contractor

(Clause No 62 (2) of GCC):- In the event of any or several of the courses, referred to

in sub-clause (1) of this clause, being adopted:-

(a) the Contractor shall have no claim to compensation for any loss sustained by him by reason

of his having purchased or procured any materials or entered into any commitments or

Page 39: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 39 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

made any advances on account of or with a view to the execution of the works or the

performance of the contract and Contractor shall not be entitled to recover or be paid any

sum for any work thereto for actually performed under the contract unless and until the

Engineer shall have certified the performance of such work and the value payable in respect

thereof and the Contractor shall only be entitled to be paid the value so certified.

(b) the Engineer or the Engineer's Representative shall be entitled to take possession of any

materials, tools, implements, machinery and buildings on the works or on the property on

which these are being or ought to have been executed, and to retain and employ the same in

the further execution of the works or any part thereof until the completion of the works

without the Contractor being entitled to any compensation for the use and employment

thereof or for wear and tear or destruction thereof.

(c) the Engineer shall as soon as may be practicable after removal of the Contractor fix and

determine ex-parte or by or after reference to the parties or after such investigation or

enquiries as he may consider fit to make or institute and shall certify what amount (if any)

had at the time of rescission of the contract been reasonably earned by or would reasonably

accrue to the Contractor in respect of the work then actually done by him under the contract

and what was the value of any unused, or partially used materials, any constructional plant

and any temporary works upon the site. The legitimate amount due to the contractor after

making necessary deductions and certified by the Engineer should be released

expeditiously.

41. Matters finally determined by the Railway (Clause No.63 of GCC) –

All disputes and differences of any kind whatsoever arising out of or in connection with the

contract, whether during the progress of the work or after its completion and whether before

or after the determination of the contract, shall be referred by the contractor to the GM and

the GM shall within 120 days after receipt of the contractor’s representation make and

notify decisions on all matters referred to by the contractor in writing provided that matters

for which provision has been made in clauses 8, 18, 22(5), 39, 43(2), 45(a), 55, 55-A(5), 57,

57A,61(1), 61(2) and 62(1) to (xiii) (B) of General Conditions of contract or in any clause

of the special conditions of the contract shall be deemed as ‘excepted matters’ (matters not

arbitrable) and decisions of the Railway authority, thereon shall be final and binding on the

contractor; provided further that ‘excepted matters’ shall stand specifically excluded from

the purview of the arbitration clause.

42 Arbitration Clause No 64 of GCC

42(1)(i) Demand for Arbitration-In the event of any dispute or difference between the parties

hereto as to the construction or operation of this contract, or the respective rights and

liabilities of the parties on any matter in question, dispute or difference on any account or as

to the withholding by the Railway of any certificate to which

the contractor may claim to be entitled to, or if the Railway fails to make a decision within

120 days, then and in any such case, but except in any of the “excepted matters” referred to

in Clause 63 of these conditions, the contractor, after 120 days but within 180 days of his

presenting his final claim on disputed matters shall demand in writing that the dispute or

difference be referred to arbitration.

Page 40: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 40 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

42(1)(ii) The demand for arbitration shall specify the matters which are in question, or subject of

the dispute or difference as also the amount of claim item wise. Only such dispute (s) or

difference (s) in respect of which the demand has been made, together with counter claims

or set off, given by the Railway, shall be referred to arbitration and other matters shall not

be included in the reference.

42(1)(ii)(a)The Arbitration proceedings shall be assumed to have commenced from the day, a

written and valid demand for arbitration is received by the Railway.

(b) The claimant shall submit his claim stating the facts supporting the claims along with all the

relevant documents and the relief or remedy sought against each claim within a period of 30

days from the date of appointment of the Arbitral Tribunal.

(c) The Railway shall submit its defence statement and counter claim(s), if any, within a period

of 60 days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension

has been granted by Tribunal.

(d) The place of arbitration would be within the geographical limits of the Division of the

Railway where the cause of action arose or the Headquarters of the concerned Railway or

any other place with the written consent of both the parties.

42(1)(iii)No new claim shall be added during proceedings by either party. However, a party may

amend or supplement the original claim or defence thereof during the course of arbitration

proceedings subject to acceptance by Tribunal having due regard to the delay in making it.

42(1)(iv)If the contractor(s) does/do not prefer his/their specific and final claims in writing, within

a period of 90 days of receiving the intimation from the Railways that the final bill is ready

for payment, he/they will be deemed to have waived his/their claim(s) and the Railway

shall be discharged and released of all liabilities under the contract in respect of these

claims.

42(2) Obligation during Pendency of Arbitration - Work under the contract shall, unless

otherwise directed by the Engineer, continue during the arbitration proceedings, and no

payment due or payable by the Railway shall be withheld on account of such proceedings,

provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or

not such work should continue during arbitration proceedings.

42(3)(a)(i) - In cases where the total value of all claims in question added together does not exceed

Rs.10,00,000/- (Rupees ten lakhs only), the Arbitral tribunal shall consist of a sole

arbitrator who shall be a Gazetted officer of Railway not below JA grade, nominated by the

General Manager.

The sole arbitrator shall be appointed within 60 days from the day when a written and valid

demand for arbitration is received by GM.

42(3)(a)(ii) - In cases not covered by the clause 64(3) (a)(i), the Arbitral Tribunal shall consist of a

Panel of three Gazetted Rly. Officers not below JA grade or 2 Railway Gazetted Officers

not below JA Grade and a retired Railway Officer, retired not below the rank of SAG

Officer, as the arbitrators. For this purpose, the Railway will send a panel of more than 3

names of Gazetted Rly. Officers of one or more departments of the Rly. which may also

include the name(s) of retired Railway Officer(s) empanelled to work as Railway

.Arbitrator to the contractor within 60 days from the day when a written and valid demand

Page 41: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 41 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

for arbitration is received by the GM. Contractor will be asked to suggest to General

Manager at least 2 names out of the panel for appointment as contractor’s nominee within

30 days from the date of dispatch of the request by Railway. The General Manager shall

appoint at least one out of them as the contractor’s nominee and will, also simultaneously

appoint the balance number of arbitrators either from the panel or from outside the panel,

duly indicating the ‘presiding arbitrator’ from amongst the 3 arbitrators so appointed. GM

shall complete this exercise of appointing the Arbitral Tribunal within 30 days from the

receipt of the names of contractor’s nominees. While nominating the arbitrators it will be

necessary to ensure that one of them is from the Accounts department. An officer of

Selection Grade of the Accounts Department shall be considered of equal status to the

officers in SA grade of other departments of the Railway for the purpose of appointment of

arbitrator.

42(3)(a)(iii)- If one or more of the arbitrators appointed as above refuses to act as arbitrator,

withdraws from his office as arbitrator, or vacates his/their office/offices or is/are unable or

unwilling to perform his functions as arbitrator for any reason whatsoever or dies or in the

opinion of the General Manager fails to act without undue delay, the General Manager shall

appoint new arbitrator/arbitrators to act in his/their place in the same manner in which the

earlier arbitrator/arbitrators had been appointed. Such re-constituted Tribunal may, at its

discretion, proceed with the reference from the stage at which it was left by the previous

arbitrator (s).

42(3)(a)(iv)- The arbitral Tribunal shall have power to call for such evidence by way of affidavits

or otherwise as the Arbitral Tribunal shall think proper, and it shall be the duty of the

parties hereto to do or cause to be done all such things as may be necessary to enable the

Arbitral Tribunal to make the award without any delay. The Arbitral Tribunal should record

day to-day proceedings. The proceedings shall normally be conducted on the basis of

documents and written statements.

42(3)(a)(v)-While appointing arbitrator(s) under sub-clause (i), (ii) & (iii) above, due care shall be

taken that he/they is/are not the one/those who had an opportunity to deal with the matters

to which the contract relates or who in the course of his/their duties as Railway servant(s)

expressed views on all or any of the matters under dispute or differences. The proceedings

of the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid

merely for the reason that one or more arbitrator had, in the course of his service

opportunity to deal with the matters to which the contract relates or who in the course of

his/their duties expressed views on all or any of the matters under dispute.

42(3)(b)(i)-The arbitral award shall state item wise, the sum and reasons upon which it is based.

The analysis and reasons shall be detailed enough so that the award could be inferred there

from.

42(3)(b)(ii)-A party may apply for corrections of any computational errors, any typographical or

clerical errors or any other error of similar nature occurring in the award of a tribunal and

interpretation of a specific point of award to tribunal within 60 days of receipt of the award.

42(3)(b)(iii)-A party may apply to tribunal within 60 days of receipt of award to make an

additional award as to claims presented in the arbitral proceedings but omitted from the

arbitral award.

Page 42: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 42 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

42(4) In case of the Tribunal, comprising of three Members, any ruling on award shall be made

by a majority of Members of Tribunal. In the absence of such a majority, the views of the

Presiding Arbitrator shall prevail.

42(5) where the arbitral award is for the payment of money, no interest shall be payable on

whole or any part of the money for any period till the date on which the award is made.

42(6) The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia

include fee of the arbitrator(s), as per the rates fixed by the Railway Board from time to

time and the fee shall be borne equally by both the parties. Further, the fee payable to the

arbitrator(s) would be governed by the instructions issued on the subject by Railway

Board from time to time irrespective of the fact whether the arbitrator(s) is/ are appointed

by the Railway Administration or by the court of law unless specifically directed by

Hon’ble court otherwise on the matter.

42(7): Subject to the provisions of the aforesaid Arbitration and Conciliation Act 1996 and the

rules there under and any statutory modifications thereof shall apply to the arbitration

proceedings under this clause.

Note:-

(i) The provision of Clauses 63 and 64 of the General Conditions of contract will be

applicable only for settlement of claims of disputes between the parties for values less than

or equal to 20% of the value of the contract and when the claims and disputes are of value

more than 20% of the value of the contract, provisions of Clauses 63 & 64 and other

Clauses of the General Conditions of Contract will not be applicable and arbitration will

not be a remedy for settlement of such disputes.

(ii) The contractor shall not be entitled to ask for reference to arbitration before the

completion of the work assigned to him under this contract. The contractor shall seek

reference to arbitration to settle the disputes only once within the ambit of condition (i)

above.

(iii) These special conditions (i) & (ii) above shall prevail over existing Clauses 63 and 64 of

the “General Conditions of the Contract”.

(Authority: Chief Engineer’s Circular No. 1 on Contract Policy circulated vide letter No.

W-118/0/Policy dated 11/06/2003)

(iv) If there is any dispute arisen between the parties with respect to this agreement, then

any application or suit shall be initiated only in the court with the local limits, falling

under the jurisdiction of the North-Western Railway and both the parties shall be

bound by this clause.

(v) For settlement of disputes between one Government Departments and the other or between

the Government Department and Public Sector undertaking the following special

conditions shall be applicable.

“In the event of any dispute or difference between the parties hereto, such dispute or

condition shall be resolved amicably by mutual consultation through the good offices of

Page 43: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 43 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

empowered agencies of the Government. If such resolution is not possible, then the

unresolved dispute or difference shall be referred to arbitration of an arbitrator to be

nominated by Secretary, Department of Legal Affairs (Law Secretary) in terms of office

Memorandum No.55/3/1/75/CF dated 19-12-75 issued by the Cabinet Secretariat

(Department of Cabinet Affairs) as modified from time to time.

The arbitration and Conciliation Act, 1996 or the arbitration clause contained in the

General Conditions of Contract shall not be applicable to the arbitration under this clause.

The award of the Arbitrator shall be binding upon parties in the dispute, provided

however; any party aggrieved by such award may make further reference for setting aside

or revision of the award to Law Secretary whose decision shall bind the parties finally and

conclusively”.

43. Participation of Joint Venture (JV) Firms in Works Tender (Clause No

65 of GCC) Instruction for Participation of Joint Venture (JV) Firms in Works Tender

This clause shall be applicable for works tenders of value more than Rs.10 Crores.

However, for not allowing participation of the JV firm in the tenders valuing more than

Rs.10 crore or for allowing participation of the JV Firm in tenders valuing less than Rs.10

crore, approval of the HAG officer shall be necessary on case to case basis; alongwith the

concurrence of Associate Finance based upon merit/justification for the individual case.

This decision shall invariably be communicated through the Notice Inviting Tender (NIT).

43.1. Separate identity/ name shall be given to the Joint Venture Firm.

43.2. Number of members in a JV Firm shall not be more than three, if the work involves only

one department (say Civil or S&T or Electrical or Mechanical) and shall not be more than

five, if the work involves more than one department.

43.3. A member of JV Firm shall not be permitted to participate either in individual capacity or

as a member of another JV Firm in the same tender.

43.4. The tender form shall be purchased and submitted only in the name of the JV firm and not

in the name of any constituent member.

43.5. Normally EMD shall be submitted only in the name of the JV firm and not in the name of

constituent member. However, in exceptional cases EMD in the name of

Lead Member can be accepted subject to submission of specific request letter from Lead

Member stating the reasons for not submitting EMD in the name of JV firm and giving

written confirmation from JV members to the effect that EMD submitted by the Lead

Member may be deemed as EMD submitted by JV firm.

43.6. One of the members of the JV Firm shall be its Lead Member who shall have a majority

(at least 51%) share of interest in the JV Firm and also, must have satisfactorily completed

in the last three previous financial years and the current financial year upto the date of

opening of the tender, one similar single work for a minimum value of 35% of advertised

tender value. The other members shall have a share of not less than 20% each in case of

Page 44: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 44 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

JV Firms with upto three members and not less than 10% each in case of JV Firms with

more than three members. In case of JV Firm with foreign member(s), the Lead Member

has to be an Indian Firm with a minimum share of 51%.

43.7. A copy of Memorandum of Understanding (MOU) executed by the JV members shall be

submitted by the JV Firm along with the tender. The complete details of the members of

the JV Firm, their share and responsibility in the JV Firm etc. particularly with reference

to financial, technical and other obligations shall be furnished in the MOU. (The MOU

format for this purpose is enclosed as Annexure-“XI” in this document).

43.8. Once the tender is submitted, the MOU shall not be modified / altered / terminated during

the validity of the tender. In case the tenderer fails to observe/comply with this stipulation,

the full Earnest Money Deposit (EMD) shall be liable to be forfeited.

43.9. Approval for change of constitution of JV firm shall be at the sole discretion of the

Employer (Railways). The constitution of the JV Firm shall not be allowed to be modified

after submission of the tender bid by the JV Firm, except when modification becomes

inevitable due to succession laws etc. and in any case the minimum eligibility criteria

should not get vitiated. However, the Lead Member shall continue to be the Lead Member

of the JV Firm. Failure to observe this requirement would render the offer invalid.

43.10. Similarly, after the contract is awarded, the constitution of JV Firm shall not be allowed to

be altered during the currency of contract except when modification become inevitable

due to succession laws etc. and in any case the minimum eligibility criteria should not get

vitiated. Failure to observe this stipulation shall be deemed to be a breach of contract with

all consequential penal action as per contract conditions.

43.11. On award of contract to a JV Firm, a single Performance Guarantee shall be submitted by

the JV firm as per tender conditions. All the Guarantees like Performance Guarantee,

Bank Guarantee for Mobilization Advance, Machinery Advance etc. shall be accepted

only in the name of the JV Firm and no splitting of guarantees amongst the members of

the JV Firm shall be permitted.

43.12. On issue of LOA (Letter Of Acceptance), an agreement among the members of the JV

Firm (to whom the work has been awarded) shall be executed and got registered before the

Registrar of the Companies under Companies Act or before the Registrar/ Sub-Registrar

under the Registration Act, 1908. This JV Agreement shall be submitted by the JV Firm to

the Railways before signing the contract agreement for the work. In case the tenderer fails

to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be

forfeited and other penal actions due shall be taken against partners of the JV and the JV.

This Joint Venture Agreement shall have, inter-alia, following Clauses :

43.12.1. Joint and Several Liability – Members of the JV Firm to which the contract is awarded,

shall be jointly and severally liable to the Employer (Railways) for execution of the

project in accordance with General and Special Conditions of Contract. The JV members

shall also be liable jointly and severally for the loss, damages caused to the Railways

during the course of execution of the contract or due to non-execution of the contract or

part thereof.

Page 45: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 45 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

43.12.2. Duration of the Joint Venture Agreement – It shall be valid during the entire currency of

the contract including the period of extension, if any and the maintenance period after the

work is completed.

43.12.3. Governing Laws – The Joint Venture Agreement shall in all respect be governed by and

interpreted in accordance with Indian Laws.

43.13. Authorized Member – Joint Venture members shall authorize one of the members on

behalf of the Joint Venture Firm to deal with the tender, sign the agreement or enter into

contract in respect of the said tender, to receive payment, to witness joint measurement of

work done, to sign measurement books and similar such action in respect of the said

tender/contract. All notices/correspondences with respect to the contract would be sent

only to this authorized member of the JV firm.

43.14. No member of the Joint Venture Firm shall have the right to assign or transfer the interest

right or liability in the contract without the written consent of the other members and that

of the employer (Railways) in respect of the said tender/contract.

43.15. Documents to be enclosed by the JV Firm along with the tender.

43.15.1. In case one or more of the members of the JV Firm is/are partnership firm(s), following

documents shall be submitted.

(a) Notary certified copy of the Partnership Deed.

(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of

appropriate value (in original).

(c) Power of Attorney (duly registered as per prevailing law) in favor of one of the partners of

the partnership firm to sign the JV Agreement on behalf of the partnership firm and create

liability against the firm.

43.15.2. In case one or more members is/are Proprietary Firm or HUF, the following documents

shall be enclosed.

Affidavit on Stamp Paper of appropriate value declaring that his/her concern is a

Proprietary Concern and he/she is sole proprietor of the Concern OR he/she is in position

of “KARTA” of Hindu Undivided Family (HUF) and he/she has the authority, power and

consent given by other partners to act on behalf of HUF.

43.15.3. In case one or more members is/are limited companies, the following documents shall be

submitted :

(a) Notary Certified copy of resolutions passed by Board of Directors of the Company,

permitting the company to enter into a JV agreement, authorizing MD or one of the

Directors or Mangers of the Company to sign JV Agreement, such other documents

required to be signed on behalf of the Company and enter into liability against the

company and/or do any other act on behalf of the company.

(b) Copy of Memorandum and Articles of Association of the Company.

(c) Power of Attorney (duly registered as per prevailing law) by the Company Authorizing the

person to do/act mentioned in the Para (a) above.

43.15.4. All the Members of JV shall certify that they are not black listed or debarred by Railways

or any other Ministry/Department of the Govt. of India/ State Govt. from participation in

Page 46: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 46 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

tenders/contracts on the date of opening of bids either in their individual capacity as

members of the JV or the JV Firm in which they were/are members.

43.16. Credentials & Qualifying Criteria :- Technical and financial eligibility of the JV Firm

shall be adjudged based on satisfactory fulfillment of the following criteria:

43.16.1. Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder) :-

(a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily completed in

the last three previous financial years and the current financial year upto the date of

opening of the tender, one similar single work for a minimum of 35% of advertised value

of the tender.

OR

(b)(i) In case of composite work (e.g. works involving more than one distinct component, such

as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case

of major bridges – substructure, superstructure etc.), for each component, at least 35% of

the value of any of such components individually for single similar nature of work should

have been satisfactorily completed by the JV Firm or by any member of the JV Firm in the

previous three financial years and the current financial year upto the date of opening of

tender. The member satisfying technical eligibility criteria for the largest component of the

work shall be the Lead Member and that Member shall have a majority (at least 51%)

share of interest in the JV firm.

(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-

defined with estimated tender cost of it, as part of the tender documents without any

ambiguity. Any work or set of works shall be considered to be a separate component, only

when cost of the component is more than Rs.2 crore each.

(iii) However, as long as the JV Firm or any member of the JV firm meets with the

requirements, in one or more components of the work, and has completed a minimum of

35% of the advertised value of the tender for the same value of the component, and

resultantly, all the members of the JV collectively, then meet the prescribed technical

eligibility criteria, the JV shall stand technically qualified.

Note :-Value of a completed work done by a Member in an earlier JV firm shall be

reckoned only to the extent of the concerned member’s share in that JV Firm for the

purpose of satisfying his/her compliance to the above mentioned technical eligibility

criteria in the tender under consideration.

43.16.2. Financial Eligibility Criteria: - The contractual payment received by the JV firm or the

arithmetic sum of contractual payments received by all the members of JV Firm in the

previous three financial years and the current financial year upto the date of opening of

tender shall be at least 150% of the estimated value of the work as mentioned in the

tender.

Note: - Contractual payment received by a Member in an earlier JV firm shall be reckoned

only to the extent of the concerned member’s share in that JV Firm for the purpose of

satisfying compliance of the above mentioned financial eligibility criteria in tender under

consideration.

Page 47: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 47 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

In this regard all correspondence & Notices to the Joint Venture shall be addressed

of J.V. firm or Lead Partner only……………………………………..

(Name with full address)

An account will be opened in any scheduled Bank/ Nationalized Bank in the name of

the Joint Venture Firm which will be operated by the authorized representative of

the J.V. firm. The name of Bank shall be intimated to the Railway by Lead Partner

of the J.V. and payment by the Railways shall be made to the said bank account only.

Now the parties have joined hands to form this joint venture of this

date………………… ( DD/MM/YY) with reference to and in confirmation of their

discussions and understanding Brought of record on date ………………………. (

DD/MM/YY).

In witness thereof All/Both the above named parties have set their respective hands

on this Joint Venture Agreement on the Day, Month & Year first above mentioned ,

in the presence of the following witnesses :-

Witness:-

1……………………. First Party (Authorized Signatory)

2……………………. Second Party (Authorized Signatory)

Third Party (Authorized Signatory)

Place:-----------------------

Dated:----------------------

Page 48: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 48 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

SPECIAL CONDITIONS OF CONTRACT (NON-TECHNICAL)

1. These special conditions and the work schedule shall govern the works to be executed

under this contract in addition to and/or in part suppression of the General Conditions of

Contract-2010 corrected up to date and to carry out the work according to Standard

Schedule of Rates (SOR)-March 2012 for S&T Works of North Western Railway,

corrected up to date,on or before the opening of tender.

2. Where there is any conflict between the Special Conditions of Contract on one hand and

Standard Schedule of Rates-March 2012 for S&T Works on the other hand, the former

shall prevail.

3. Any special condition stated by the tenderer(s) in the covering letter submitted along with

the tender shall be deemed as part of contract to such extent only as have explicitly been

accepted by the Railway.

4. As far as possible the tenderer(s) bid should not have any condition or specification or

assumption contrary to the provisions in these tender documents on which the tenderer(s)

bid is based. Tenderer(s) own special conditions, not in conformity with the tender

specifications, are required to be listed separately & shall be supplemented by the details

of exact financial implications if applicable. Tenderer(s) special conditions, not in

conformity with the tender specifications, are required to be listed separately. Railway will

not take cognizance of any other conditions/variations from the drawings etc. except under

the format specified in the tender documents for such special conditions if any. It needs to

be emphasized that only such conditions/stipulations which are at variance with the tender

conditions, codal provisions, stipulated in the tender documents need be mentioned, in

case tenderer(s) choice to stipulated such special condition taking into account the

restrictions mentioned elsewhere in the tender document. Only such of the special

conditions/specifications stipulated by tenderer(s) which have been specifically approved

by the Railways in writing shall be deemed to have been accepted by the Railways. The

tenderer(s) conditions/stipulations/codal are at variance with the tender conditions/codal

provisions shall be withdrawn by the tenderer(s)

5. Use of Railway Land:

5.1 Use of Railway land required by the contractor(s) for constructing temporary offices,

quarters, hutments etc. for the staff and for storing materials etc. would be permitted to

him/them free of charges by Railway, if available. The location of these offices, hutments,

stores etc., will be subject to the approval of the engineer or his authorized representative.

The land will be restored to Railway by the contractor(s) in the same condition as when

taken over or in vacant condition as desired by the engineer, after completion of the work

or at any earlier day, as specified by the Engineer. The failure to do so will make the

contractor(s) liable to pay the cost incurred by the Railway for getting possession of land.

Page 49: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 49 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

5.2 The tenderer(s) shall also acquaint himself/themselves with the availability of land,

working space for his/their works etc. The Railway will not acquire any land for the

purpose of movement of vehicles of the Contractor/s for executing the work by the

contractor/s.

6 Use of Private Land

The Contractor will have to make his/their own arrangements for use of private land,

outside Railway limits for due fulfillment of contract or for borrow pits, approaches, etc.,

directly with the land owners or local authority and to pay such rents if any as are payable

as may be mutually agreed upon between them.

7 Cess Charges:

7.1 For Contractor's labour employed/residing at stations and in colonies where railway

sanitary facilities exist, Contractor(s) will be required to pay cess charges as per rules in

force on the Railway from time to time.

7.2 For labour working between stations or at isolated places where railway facilities do not

exist, the Contractor(s) shall be required to provide necessary facilities for their labour in

terms of clause 59(4) of the General Conditions of Contract. In case of any failure on

his/their part, the Railway Administration at the cost of Contractor(s) shall provide the

necessary facilities and expenditure thus incurred will be recovered from his/their bills.

7.3 As per Railway Board letter No.2008/CE-I/CT/6 DATED 09.07.2008 (for

implementation of-The Building and other Construction Workers (RECS) Act, 1996 and

The Building and Other Construction Workers Welfare Cess Act,1996 in Railway

Contracts) the cess shall be levied and collected @ 1% of the cost of construction incurred

by an employer .

“The tenderer for carrying out any construction work in

Rajasthan/Haryana/Punjab/Gujarat Govt must get themselves registered from the

registering officer under Section-7 of the Building and other Construction Workers

Act,1996 and rules made thereto by the Rajasthan/Haryana/Punjab/Gujarat Govt and

submit certificate of Registration issued from the Registering Officer of the

Rajasthan/Haryana/ Punjab/Gujarat Govt.(Labour Deptt). For enactment of this Act, the

tenderer shall be required to pay cess @ 1% of the cost of construction work to be

deducted from each bill. Cost of material shall be outside the purview of cess, when

supplied under a separate schedule item.”

8 Contractor's Responsibility to arrange Tools, Plants, Machinery etc. 8.1 The Contractor should make his/their own arrangements for all plants and tools required

for the successful completion of the work in time. However, railway may, if available,

provide on their terms and at the cost of the contractor(s) (cost and terms as fixed by the

Railway as per extant rules) Railway's tools and plants, machinery, stores and other

facilities which the Contractor may require for the expeditious completion of this contract

and which in the opinion of Engineer is necessary but the Railway undertakes no

responsibility for doing so. The rates quoted by the tenderer will include cost of all tools

Page 50: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 50 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

& plants, machineries, labour, materials etc. which will be required for successful and

methodical completion of the work. Nothing extra will be paid on this account.

8.2 The tenderer(s) shall supply along with his/their offer a list of special tools, plants and

equipments required for proper execution, inspection/maintenance of work. The detailed

descriptions/specifications of these tools, plants and equipments with full cost of each and

the sources of availability thereof shall be indicated along with the offer.

8.3 Either at the contractor/s request or suo-moto in order to prevent possible delay in the

execution of the work or due to contractor/s inability to make adequate arrangements for

plant or machinery tools and other equipments or due to any other reasons, the Railway

may give such plant and machinery, tools and other equipments on hire as can be readily

made available and as can be conveniently spared from Railway's Stock on usual hire

charges but this is not binding on the railway.

8.4 The decision of the Engineer in regard to hiring of equipment will be final and binding on

the contractor/s and the non-supply of such equipment shall not be entertained as a reason

for delay in the execution of works or the cause of any claims.

8.5 If the Railways make arrangements to supply tools, plants and machinery, the same will

be given on hire basis to the Contractor/s on such terms and conditions as may be

prescribed by the Railways and incorporated in Special agreement. The Hire and Staff

charges for operational and maintenance of plants will be fixed as per the Railway rules,

terms and conditions as prevailing at the time of hire.

9.0 Procedure of Material Accountal

9.1. For every work, a Tally book shall be opened by store In charge. Receipt/dispatch/ transfer/Balance entries are shown in Tally Book. Separate page is nominated for each item in Tally Book as per work schedule.

9.2. Material is received based on request of contractor. Contractor gives in writing the details of item including serial number and quantity of work schedule to SSE/Store. SSE/Store will inspect the material and its related documents mandatory as per contract agreement and material is entered to the Tally Book assigned for this particular work if found in order as per contract.

9.3. Whenever material is required for execution of work at site, contractor will request SSE/Store for issuing of material on his letter head/demand signed and stamped by his authorised person.

9.4. For issuing the material required by contractor as above, SSE/Store shall fill E-49 Form (Called HR) mentioning all relevant details and this form shall be signed by both SSE/Store incharge and authorised representative of contractor. There after material is taken by contractor for site of work and stored temporarily under his own custody. Material so stored temporarily at site shall be secured and protected by the contractor at his own resources.

9.5. While filling up measurement book, reference of E-49 and Tally Book are to be mentioned wherever required (applicable for both running & final bills).

9.6. Work site register will be maintained by the contractor for recording daily work

Page 51: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 51 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

progress and measurements which is also signed by Railway’s representative deployed by SSE/Store incharge.

Note: Paras 9.1, 9.2, 9.3, 9.4, 9.5 and 9.6 above, are applicable for accountal of material supplied by the contractor of sanctioned works costing less than Rs.2.5 Crores.

9.7. Procedure for accountal of material supplied by the contractor of sanctioned

works costing more than Rs.2.5 Crores:- In addition to accountal of material supplied by the contractor of sanctioned work costing less than Rs.2.5 Crores as mentioned in Para 9.1, 9.2, 9.3, 9.4, 9.5 and 9.6 above, field units should also maintain register and accountal of register at site MAS (Material at Site) in accordance with Para 1436 to 1446 of Engineering Code. The contractor will provide necessary assistance for this purpose.

9.8 CONSIGNEE: The consignee for this work will be Senior Section Engineer

(/Tele/JU or other nominated JE/SSE by Sr.DSTE/Works/JU ----------. 9.9. LOADING/UNLOADING OF MATERIAL: All the material shall be transported by

the contractor from Store of SSE (Sig./Tele)/Con)/Ajmer/Jodhpur/Jaipur/Bikaner to the site of the work and vice versa with his own cost.

9.10. Before issuing Railway material to the Contractor, Store in charge will ensure

that contractor has already indemnified all the Stores handed over to him and executed the Indemnity Bond for this purpose on standard Performa given along with these documents in Annexure-XVI.

The material which will be supplied by the Railway for execution of work will also be

transported by the contractor from the Store of SSE (Tele.)/Con)/Ajmer/Jodhpur/ Jaipur/ Bikaner to the site of the work.

9.11. All stores drawn by the tenderer shall be accounted for either as installed as per

site measurements recorded or as per surplus stores returned to the Site Inspector-in-charge.

9.12. Empty cable drums will be the property of the Railway and shall be returned back

to SSE/Store incharge by the contractor. If cable drums are not fully empty then cable shall be rolled back in same cable drum and handed over to SSE/Store. If empty cable drums are not returned back to SSE/Store incharge then recovery @Rs.560/per empty cable drum will be recovered from the running/final bill of the contractor.

9.13. Security of Material

9.13.1. Once the material is handed over to the contractor, the contractor shall be responsible for the security of material irrespective of the fact that the material is kept in Railway premises. The contractor shall make adequate arrangements at site as deemed necessary for guarding the same from the thefts by outsiders or his labour or damage of any sort.

9.13.2. The cost of stores lost shall be realized by the Railway out of any payments due to the contractor in this contract or from any other contract executed by Govt.of

Page 52: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 52 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

India.

9.14 Return of Surplus Store

9.14.1 The stores found to be surplus shall be returned to Consignee by the Contractor with his

own staff with immediate effect and proper (-) minus hand receipt will be issued to

contractor on receipt of surplus material by the Railway depot staff.

9.14.2 The contractor shall account for all material that was issued to him. A register shall be

maintained by the contractor, which shall be signed by the Contractor as a token of

receipt of material. All the issued material shall either be used in the installation or

returned to Consignee.

9.15 Return of Released Store

Released material shall be handed over to Consignee in systematic manner. Proper care

should be taken while releasing & transporting the material at General Stores, ------------

--------------(for the material to be D-S8ed) and other released material at

Telecommunication Stores, -------------------(which will not be D-S8ed).

9.16 Royalty, Octroi and other charges on materials to be supplied by the contractor for

construction of work except those to be supplied by the Railway will be borne by the

contractor/s.

10. Safety Precautions to be Taken While Permitting Plying of Vehicles in the

vicinity of working site

10.1 Safe working of contractors (Extract of Para 826 of IRPWM):– A large

number of men and machinery are deployed by the contractors for track renewals, gauge

conversions, doublings, bridge rebuilding etc. It is therefore essential that adequate safety

measures are taken for safety of the trains as well as the work force. The following

measures should invariably be adopted.

(i) The contractor shall not start any work without the presence of railway supervisor at site.

(ii) Wherever the road vehicles and/or machinery are required to work in the close vicinity of

railway line, the work shall be so carried out that there is no infringement to the Railway’s

schedule of dimensions. For this purpose, the area where road vehicles and/or machinery

are required to ply, shall be demarcated and acknowledged by the contractor. Special care

shall be taken for turning/ reversal of road vehicles/machinery without infringing the

running track. Barricading shall be provided wherever justified and feasible as per site

conditions.

(iii) The look out and whistle caution orders shall be issued to the trains and speed restrictions

imposed where considered necessary. Suitable flagmen/detonators shall be provided

where necessary for protection of trains.

(iv) The supervisor/workmen should be counseled about safety measures. A competency

certificate to the contractor’s supervisor as per Performa annexed shall be issued by the

officer, which will be valid only for the work for which it has been issued.

Page 53: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 53 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(v) The unloaded S&T materials after unloading along track should be kept clear off moving

dimensions and stacked as per the specified heights and distance from the running track.

(vi) Supplementary site specific instructions, wherever considered necessary shall be issued by

the Engineer in Charge.

10.2. Plying of road vehicles & working of machineries close to running tracks.

(i) Normally, the road vehicles shall be run or machinery shall be worked so as not to come

closer than 6.0m from centre line of nearest running track.

(ii) The land strip adjacent to running tracks, where road vehicle is to ply or machinery is to

work, shall be demarcated by lime in advance in consultation with the Railway’s

Supervisor. Wooden pegs at interval not exceeding 75mts shall be provided along the line

marking as permanent marks. The road vehicles shall ply or machinery shall work so as

not to infringe the line of demarcation.

6.0M FROM CENTER

LINE OF TRACK RUNNING TRACK

LIME MARKING

WOODEN PEGS

AT INTERVAL NOT

EXCEEDING 75M.

ROAD VEHICLE/MACHINERY

(iii) If a road vehicle or machinery is to work closer to 6.0m due to site conditions or

requirement of work, following precautions shall be observed.

a. In no case the road vehicle shall run or machinery shall work at distance less than 3.5m

from centre line of track.

b. Demarcation of land shall be done by bright coloured ribbon/nylon chord suspended on

75cm high wooden/bamboo posts at distance of 3.5 m from centre line of nearest running

track.

c. Presence of an authorized Railway’s representative shall be ensured before plying of

vehicle or working of machinery.

d. Railway’s Supervisor shall issue suitable caution order to Drivers of approaching train

about road vehicles plying or machineries working close to running tracks. The train

drivers shall be advised to whistle freely to warn about the approaching train. Whistle

boards shall be provided wherever considered necessary.

e. Lookout men shall be posted along the track at a distance of 800m from such locations

who will carry red flag and whistles to warn the road vehicle/machinery users about the

approaching trains.

f. On curves where visibility is poor, additional lookout men shall be posted.

(iv) If vehicle/machinery is to be worked closer to 3.5m from running track. Under unavoidable conditions, if road vehicles is to ply or machinery is to work closer to

3.5m due to site conditions or requirement of work, following precautions shall be

observed:

a. Plying of vehicles or working of machinery closer to 3.5m of running track shall be done

only under protection of track. Traffic block shall be imposed wherever considered

Page 54: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 54 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

necessary. The site shall be protected as per provisions of Para No. 806 & 807 of P-Way

Manual as case may be.

b. Presence of a Railway’s Supervisor shall be ensured at worksite.

c. Railway’s Supervisor shall issue suitable caution order to Drivers of approaching train

about road vehicles plying or machineries working close to running tracks. The train

drivers shall be advised to whistle freely to warn about the approaching train.

(v) Precaution to be taken while reversing road vehicle along side the track. The location where vehicle will take a turn shall be demarcated duly approved by

Railway’s representative. The road vehicle driver shall always face the Railway track

during the course of turning/reversing his vehicle. Presence of an authorized Railway

representative shall be ensured at such location.

(vi) Road vehicle shall not be allowed to run along the track during night hours generally. In

unavoidable situations, however, vehicles shall be allowed to work during night hours

only in the presence of an authorized Railway’s representative and where adequate

lighting arrangements are made and where adequate precautions as mentioned earlier have

been ensured.

(vii) Road vehicles/machinery/plant etc. when stabled near running tracks shall be properly

secured against any possible roll off and always be manned even during off hours.

10.3. Execution of works close to or on running lines

(i) Any work close to or on running tracks shall be executed under the presence of a

Railway’s Supervisor only.

(ii) Precaution to be taken to ensure safety of trains while execution of work close to the

running line or on running lines.

a. Such works shall be planned and necessary drawings particularly with regard to

infringement to moving dimensions shall be finalized duly approved by competent

authority before execution of work. The work shall be executed only as per approved

procedure and drawings.

b. All temporary arrangements required to be made during execution of work shall be made

in such a manner that moving dimension do not infringe.

c. Suitable speed restriction shall be imposed or Traffic block shall be ensured as required.

d. The site shall be protected as per provisions of Para No. 806 & 807 of P-Way Manual as

case may be

e. Necessary equipment for safety of trains during emergency shall be kept ready at site.

(iii) Precaution to be taken to ensure safety of electrical/signal/ telephone cables while

excavating near tracks. a. Particular care shall be taken to mark the locations of buried electrical/signal/telephone

cables on the plans jointly with S & T/Electric supervisor and also at site so that these are

not damaged during excavation.

b. Copy of the cable plan should be given to the contractor’s authorised representative before

handing over the site to start the work.

c. Due care shall be taken to ensure that any part of the equipment or machinery or

temporary arrangement does not come close to cables while working.

(iv) Precaution to be taken during execution of works requiring traffic blocks.

Page 55: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 55 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

a. Any work, which infringes the moving dimensions, shall be started only after the traffic

block has been imposed.

b. Before closing the work, the track shall be left with the proper track geometry so that the

trains run safely.

c. After completion of work the released sleeper and fittings should be properly stacked

away from the track to be kept clear of moving dimensions.

d. Block shall be removed only when all the temporary arrangement, machineries, tools,

plants etc. have been kept clear of moving dimensions.

(v) Precaution to be taken during execution of works during night. The work close to running line, generally, shall be carried out only during day hours. At

locations, however, where night working is unavoidable, proper lighting arrangement

should be made. The engineering indicator boards shall be lightened during night hours as

per the provisions of P-Way Manual. The staff deputed for night working should have

taken adequate rest before deploying them in night shift. We can specify duration of night

shift from 20.00 hrs to 04.00 hrs. All other safety precautions applicable for day time work

should be strictly observed during night working.

(vi) Precautions to be taken to ensure safety of workers while working close to running

lines. a. Necessary lookout men with red flags and whistles shall be provided to warn the workmen

about the approaching train.

b. Railway’s supervisor shall issue suitable caution order to Drivers of approaching train for

whistling to warn the workers about the approaching train. Whistle boards shall be

provided wherever considered necessary.

c. A “First aid kit” shall always be kept ready at site.

(vii) Precaution shall be taken for safety of public or passengers, while executing works at

locations, used by passengers and public. The worksite shall be suitably demarcated to keep public and passengers away from work

area. Necessary signage boards such as “Work in progress. Inconvenience is regretted”

etc. shall be provided at appropriate locations to warn the public/ passengers. Adequate

lighting arrangement of worksite wherever required shall be done to ensure safety of

public/passengers during night.

(viii) Precaution to be taken before stacking materials along side the track to ensure that

safety of trains is not affected. The following precautions shall be taken before stacking the materials along the track for

stacking of ballast, rails, sleepers etc.

a. The sites for material stacking should be selected in advance in such a manner to ensure

that no part of the material to be stacked is infringing to the Standard Moving Dimensions.

A plan of proposed stacking locations be made and signed jointly by an authorized

Railway’s representative and contractor’s representative.

b. The selected locations shall be marked by lime in advance.

c. Presence of an authorized Railway’s representative while unloading and stacking shall be

ensured.

d. The material shall be stacked in such a height so as to not to infringe SOD in case of

accidental roll off.

Page 56: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 56 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

10.4. Protection of track during emergency

(i) Action to be taken when a contractor’s supervisor or vehicle operator apprehends

any unusual circumstances likely to infringe the track and endanger safe running of

trains.

At any time if a contractor’s supervisor or vehicle operator observes any unusual

circumstances likely to infringe the track and apprehend danger to safe running of track,

he shall take immediate steps to advise a Railway official of such danger and assist him in

protection of track.

The track shall be protected as under. One person shall immediately plant a red flag (red

lamp during night) at the spot and proceed with all haste in the direction of approaching

train with a red flag in hand (red lamp during night) and plant a detonator on rail at a

distance of 600m from the place of obstruction of BG track (400m for MG track) after

which he shall further proceed for not less than 1200m from the place of obstruction from

BG track (800m for MG track) and plant three detonators at 10m apart on rails. After this

he shall display the red flag (red lamp during night) at a distance of 45m from the

detonators.

Attempts shall also be taken to send an advise to nearest Railway station about the

incident immediately.

600m FOR BG,

400M FOR MG

1200m FOR BG,800M FOR MG

Detonator

Red flag

Red lamp

10m

Location of Danger

RUNNING TRACKDIRECTION

OF TRAIN

45m

(ii) Action to be taken if train is seen approaching to site of danger and there is no time

to protect the track as per guidelines mentioned above? In such a case the detonators shall be planted on rails immediately at distance away from

place of danger as far as possible and attention of driver of approaching train shall be

invited by whistling, waving the red flag vigorously, gesticulating and shouting.

(iii) What action shall be taken if more than one track is obstructed?

a. In case of single line protection as above shall be done in both the directions from place of

danger.

b. In case of double line or multiple lines, if other tracks are also obstructed, the protection as

above shall be done for other track also.

c. The protection shall be done in that direction and on that track first on which train is likely

to arrive first.

d. The Contractor’s Supervisors, Operators and lookout men shall be properly explained

about the direction of trains on running tracks.

Page 57: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 57 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(iv) Equipment required for protection of track.

Minimum compliment of protection equipment i.e. 10 detonators, 4 red hand flags, 4 red

hand lamps, 4 banner flags and whistles etc. shall always be kept ready at worksites for

use in case of emergency. Railway will arrange to provide detonators, whereas Contractor

shall arrange other equipment at his own cost.

(v) Arrangement of lookout men and competency required for lookout man to warn

labour about approaching train.

a. Contractor will provide lookout men.

b. The lookout men shall be properly trained in warning to staff at worksite about

approaching train.

c. Only those lookout men shall be provided at site who have been issued with a competency

certificate by the Railway’s Supervisor.

d. In case, it is felt necessary to provide lookout men by Railway, the charges for the same as

fixed by Railway Administration shall be recovered from Contractor.

10.5. Training to Supervisors and Operators of Contractor.

The Supervisors and Operators of the contractor proposed to be deployed at wok site,

which is close to the running track, shall be imparted mandatory training by the Railway at

site free of cost about the safety measures to be adopted while working in the vicinity of

running track. Engineer-in charge of the work shall decide the scale, extent & adequacy

of training. In case training is imparted at a recognized Railway training institute, the

charges for the same, as decided by Railway, shall be recovered from contractor. A

competency certificate to this effect to the individual Supervisor/Operator shall be issued

as given below, by a Railway Officer not below the rank of Assistant level. No

Supervisor/Operator of the Contractor shall work or allowed to work in the vicinity of

running track who is not possession of valid competency certificate.

All the labour, materials, tools, plants etc. except detonators, required for ensuring safe

running of trains shall be provided by Contractor at his own cost. Wherever lookout men

are provided by Railway, charges at the rate of Rs.500/- per man day shall be recovered

from Contractor.

Page 58: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 58 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Competency Certificate

Certified that Shri ____________________________________ Supervisor/Operator of

M/s. __________________________________ has been trained and examined in safety

measures to be followed while working in the vicinity of running railway track for the

work _________________________________. His knowledge has been found

satisfactory and he is capable of supervising the work safely.

This certificate is valid only for the work mentioned in this certificate only.

Signature and designation of the officer

10.6 Returns:

The tenderer shall furnish to the Incharge Engineer every week during the progress of the

work, a classified return of the number of the people employed on the work during the

week preceding the period. The contractor shall also furnish to the In charge Engineer a

report of any accident which may have occurred within 24 hours of its occurrence.

11. The Railway will not acquire any land for the purpose of movement of

vehicles of the contractor/s in doing earthwork.

12. Trespass

The Contractor shall at all times be fully responsible for any damage or trespass

committed by his agents or workmen in carrying out the work, even if such trespass is

authorised by the Engineer.

13. Inflammable Articles

Inflammable materials, such as petrol, oil, etc. shall be stored separately from other

materials and all due precautions as required under the Indian Explosives Act, or any other

act shall be taken by the Contractor(s) to prevent any fires etc.

14. Figures, Dimensions, etc.

Figures, dimensions and drawings shall supersede measurements by scale and drawing to

larger scale shall take precedence over those to a smaller scale. Special dimensions or

directions in the specification shall supersede all else.

Page 59: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 59 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

15. Plea of Custom

The plea of custom prevailing will not on any account be permitted as excuse for an

infringement of any of the conditions of the contract or specifications.

16. Arrangements for Permits or License

Arrangements for permits and license for materials will not be made by the Railway or

any assistance given. The Contractor will have to make his own arrangements. No import

license shall be arranged by the railway for this work.

17. Taxes and Royalties

17.1 All rates quoted in the tender shall be deemed to be inclusive of all taxes, royalties’

payable by the Contractor(s) to the government or public body or local authority and no

additional amount will be paid or claim entertained on this account by the Railway.

17.2 All taxes such as Income tax, Sales tax and other taxes as prescribed by Central/State

Govt. from time to time shall be applicable. The Contractor shall be fully responsible

for payments of all such taxes without any liability of Railway Administration. Deductions

towards such taxes shall be made from the payments of the contractor in accordance with

rules in force from time to time.

17.3 Income Tax:-The Railway will deduct income tax @ 2% of the gross amount and

surcharge on income tax of each bill as prescribed by Government from time to time and

such deduction of Income Tax shall be recovered while making payment to the

Contractor/s. The settlement of income tax should be made by the contractor with the

Income Tax authorities.

18. Notice to Public Bodies The Contractor(s) shall give to the municipality, police and other authorities all notices

that may be required by law and obtain all requisite licenses for temporary obstructions,

enclosures and pay all fees, taxes and charges, which may be leviable on account of his

operations in executing the contract. He should make good any damage to adjoining

premises whether public or private and supply and maintain any lights, etc., required at

night.

19. Damage by Accident, Floods or Tides

19.1 The contractor shall take all precautions against damage from accident, floods or tides.

No compensation will be allowed to the contractor for his plant or part or material lost or

damaged by any cause whatsoever. The contractor shall be liable to make good the

damages to any structure or part of structure, plant or material of every description

belonging to the administration lost or damaged by any cause during the course of the

contractor's work.

19.2 The administration will not be liable to pay to the contractor any charges for rectification

or repairs to any damage which may have occurred from any cause, whatsoever, to any

part of the new/existing structure, during construction.

Page 60: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 60 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

20. First Aid

The Contractor shall maintain in a readily accessible place first aid appliances including

an adequate supply of sterilized cotton wool. The appliances shall be placed under the

charge of a responsible person who shall be readily available during working hours.

21. Foreign Exchange Requirement

Any demand of foreign exchange for importing of equipments and materials shall not be

accepted.

22. Service Roads

22.1 The Contractor/s will be permitted to make use of existing service roads, or service roads

constructed by the Railway for its use free of cost. New service roads required by the

contractor/s either near the work site or elsewhere within or outside railway limits for

carriage of materials or for any other purpose whatsoever, will have to be constructed and

maintained by the contractor/s at his/their own cost. For the purpose of constructions of

service roads on railway land, permission will be given free of any charge. If any land

other than railway land is necessary to be acquired or to be entered upon, permission to

enter in the land will have to be arranged by the contractor/s at his/ their cost. The

contractor/s will not refer any claim, whatsoever on this account. The Railway, however,

reserves the right to make use of such service roads as may be constructed by the

contractor/s without payment of any charges.

23. Emergency Works

In the event of any accident or failure occurring in, on or about the work or arising out of

or in connection with the construction, completion or maintenance of the works, which in

the opinion of the Engineer requires immediate attention, the Railway may bring its own

workmen or other agency 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, which will be determined by the Chief Signal &Telecom

(C), North Western Railway, to the contractor.

24. Free Maintenance Period

24.1. After the equipments, system/sub-system have been installed and commissioned, the

contractor shall be responsible for proper maintenance & supervision, free of cost, of the

equipments, system/sub-system till a period of 12 months as per Clause 47 of General

Conditions of Contract-2010, from the date of commissioning of the station.

24.2. During this free maintenance period, if any deficiency/fault is noticed in the functioning as

a result of any defect in design or manufacture, the same will be rectified by the contractor

at his own cost. During such rectification, if any faulty equipment/modules/

cards/system/subsystem/part either in hardware or in software or any other form, need

replacement or repair, they shall be provided by the contractor free of cost from the set of

equipments or modules that the contractor should bring to the site of installation in

addition to all the materials to be supplied against this contract.

Page 61: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 61 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

24.3. In the free maintenance period, contractor will provide all the spares required for such

maintenance free of cost.

24.4. In addition to Para 24.1, 24.2 and 24.3 above, free maintenance period for EI will also

includes:-

(a) Maintenance and upkeep of all hardware, software & peripheral equipments;

(b) Attending to break-downs immediately;

(c) Periodical preventive maintenance (monthly);

(d) Repair/replacement of defective card/module/sub-system/system/part either in

hardware or in software or in any form;

(e) Modification to software and hardware required to run the existing system

satisfactorily.

24.4.1. For this purpose, contractor shall prepare a maintenance plan and make available the

services of maintenance Engineer and staff who will maintain and supervise the system.

24.4.2. If any failure takes place, then the maintenance personnels so deputed will immediately

attend & rectify the failure. If he fails to rectify the failure within six hours from the time

of information communicated to him by means of fax, telegram, telephone or any other

method at the address as specified by the contractor within geographical jurisdiction of ----

-----------------N.W.Railway, a penalty will be imposed @ Rs.100/- per hour per system

and part thereof, which will be recovered from the payments due to the contractor or from

the security deposit payable to the contractor. Working hours for the system will be twenty

four hours a day. Further if any failure is not rectified within 12 hrs from the time of

information communicated to him as above, Railway may proceed to rectify it

departmentally at contractor’s risk and penalty of Rs.2000/- plus cost of such rectification

will be deducted from the payments due to the contractor or from the security deposit

payable to the contractor.

Note:- No part refund of Security Deposit shall be permitted during the maintenance

period mentioned above.

25. Instructions/Directives of the Engineer’s Representative

25.1. The contractor shall at all times, execute the contract work only in the presence and under

the supervision of the Engineer's Representative or a Railway employee specifically

appointed on his behalf. No work under the contract shall, therefore, be commenced by

the contractor without the express permission of the Engineer’s representative.

25.2. The contractor shall always execute the work under this contract in strict compliance with

the instructions/directives by the Engineer's representative. Any act of non-compliance

with the instruction/directives issued by the Engineer's representative shall be considered

as a default of the contractor where after the

Railway shall be free to take further appropriate action as provided in the contract for

dealing with such defaults of the contractors. The decision of the Engineer-in-charge

whether there has been an act of non-compliance with the instruction/ directives of the

Engineer's representative for the purpose of this clause shall be final and conclusive.

Page 62: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 62 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

25.3. The instructions/directives by the Engineer's representative shall not, however, absolve

the contractor of his responsibility or reduce his responsibility in any manner whatsoever

in regards to maintaining at all times the safe working conditions at the work site.

26. Non-compliance with the instructions/directives of the Engineer’s

representative

26.1. The contractor shall always comply with the instructions/directives issued by the

Engineer's representative from the time to time. In the event of any non-compliance with

such instructions/directives, apart from and in addition to other remedies available to the

Railway as specified herein above the Engineer's representative may employ at the works

Railway's workmen with necessary equipment as considered appropriate and adequate by

him to provide the requisite conditions for the safe and unhampered movement of Railway

traffic. The decision of the Engineer's representatives in regard to the need of

appropriateness and adequacy of the deployment of the Railway Workmen with necessary

equipment shall be final and conclusive.

26.2. When the Railway workmen with necessary equipment are deployed in the above manner,

recovery at the following rate shall be made from the contractor's dues under this contract

or any other money of the contractor available with the Railway under this contract. The

recovery for the total Railway Workmen Hours employed at the rate of Rs. 100/-

(Rupees Hundred only) per Workmen-Hour irrespective of the type and grade of the

Railway Employee actually employed. The aggregate period of the Workman-Hours for

the above recoveries shall be reckoned from the time the Railway Workmen are actually

deployed at the work site till the work is completed to the satisfaction of the Engineer's

Representative whose decision in this regard shall be final and conclusive.

26.3. During the above-mentioned period of suspension of work, the contractor shall not in any

manner attempt to carry out any work at the work site. Any such attempt of the contractor

shall be deemed to be an unauthorized work on the work site. For such acts, the contractor

shall then be liable for further appropriate action under the relevant provisions of the

Indian Railway Act.

27. Warranty

27.1. The contractor shall warranty that all materials & equipments to be supplied and installed

as per this tender, shall be free from defects and faults in design, material, workmanship

and manufacture and shall be of the highest grade and consistent with the established and

generally accepted standard for materials of the type ordered and in full conformity with

the contract specifications.

27.2. This warranty shall start from the date of commissioning of system installed at the

station and shall expire 1 years after commissioning of the station. Whether the

maintenance of the installation is taken over by the Railways or an AMC is done, the

Contractor shall be responsible for the proper functioning of the system for the period of

warranty.

27.3. The equipments/system/sub system/modules/cards etc for which warranty period of

more than 1 year has been decided/fixed by RDSO in approved RDSO’s Specifications,

then for those equipments/system/sub system/modules/cards etc, contractor will submit the

warranty certificate issued by the OEM’s for the period as decided/fixed by RDSO.

Page 63: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 63 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

27.4. During the period of Warranty, the contractor shall remain responsible to arrange

replacement and for setting right at his own cost any equipment/subsystem either in

hardware or in software or any other form supplied by him which is of defective

manufacture or defective design or defective material/component becomes unworkable

due to any cause whatsoever. The decision of the Railway to attend to any damage or

defect in work shall be final and binding on the Contractor.

27.5. If it becomes necessary for the contractor to replace or renew any defective portions of the

system under this clause, the provisions of this clause shall apply to the portion of

system/subsystem so replaced for further period of 12 months from the date of such

replacement or renewal or until the end of the warranty period whichever may be later. If

any defect is not remedied within reasonable time, the Railway may proceed to do the

work at contractor’s risk and expense, but without prejudice to any other rights, which the

Railway may have against the contractor in respect of such defects.

27.6. All inspections, replacements or renewals carried out by the contractor during the

warranty period shall be subject to the same conditions of the contract.

27.7. All replacement and repairs and design change that the Railway shall call upon the

contractor to deliver or perform under this warranty shall be delivered and performed by

the contractor within one month, promptly and satisfactorily.

27.8. The decision of the railway in regard to contractor’s liability and the amount, if any,

payable under this warranty shall be final and conclusive.

27.9. Due to analysis of failures, if any design deficiency is pointed out by the Railway, the

contractor shall rectify it at his own cost.

27.10. After the plant has been taken over and during the period of warranty, the contractor shall

be responsible to the extent expressed in this clause for any defects that may develop

under the conditions provided for by the contract and under proper use, arising from faulty

materials, design or workmanship in the plant or from faulty erection of the equipment

under the supervision of the contractor, but not otherwise and shall remedy such defects at

his own cost and when called upon to do so by the purchaser who shall state in writing in

what respect the portion is faulty.

28. Shifting of Electrical/Telegraph Wires

In some stretches, high-tension grid towers /electric telegraph/telephones wires or posts

etc. are to be shifted. It is expected that the electric lines/towers will be shifted in good

time but in case, there is any delay on this account suitable extension in date of

completion will be considered and given to the contractor for only the effected portion

and no compensation whatsoever in this respect or due to the delay thus caused will be

payable and contractor has to adopt such methods of execution of earthwork so as not to

cause any damage to existing structure lines etc.

29. Handing Over of Site for Work

The entire site, required for execution of work, will be handed over to the contractor.

However, Railway may not hand over the entire site required for completion of this work,

suitable extension in the completion period of the contract, will be granted without any

payment of extra claim to the contractor.

Page 64: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 64 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

30 Mode & Terms of Payment:

30.1 All payments will normally be made only for finished works on the basis of mode and

terms of payments agreed upon and provided in the contract. For Schedule (N.S Items)

a) )80% of the accepted cost of the items of the Schedule ‘(duly inspected by the nominated Inspection Authority) will be paid on receipt of the equipment by the Consignee.

b)10% of the accepted cost (in addition to the 80% released above) shall be paid after installation/erection of that particular equipment.

c)The balance 10% of Schedule will be paid after completion of work..

100% will be paid for spares & for items, which are not required to be erected by the contractor, on receipt of the equipment and no loss certificate by consignee.

Note1: For items pertaining to consignee inspection necessary purchase Voucher of the items is to be submitted.

Note:2 On the basis of final acceptance certificate from the Railways engineer for all the works in all the sections covered in this contract and reconciliation of materials issued the final bill for the balance payment for each item of work shall be submitted by the contractor along with a clear “ No claims certificate”.

Note3: FINAL SETTLEMENT

On expiry of the warranty period and issue of certificate of final acceptance of the entire installations the security deposit will be refunded to the contractor after adjustment of any dues payable by the contractor.

30.1.2 IMPLICATION OF MODVAT RULES:

The liability of the purchaser to reimburse exercise duty is limited to such sum as may be found legally due and payable in respect of contract goods after availing the full credit on all inputs used in the manufacture of the finished products irrespective of whether the contractor has in fact availed of the said credit or not.

30.1.3 In case of vitiation due to variation in quantities the amount by which vitiation occurs will not be payable to the contractor.

30.1.4 MOBILISATION ADVANCE: Mentioned vide para no. 32 of special conditions ( Non technical ) mobilization advance is not applicable for this tender.

30.2. MANNER OF PAYMENT: Payment to the contractor will be made through Electronic

Fund Transfer (EFT) for payment of running and final bills. The tenderers will also fill the

Annexure-I indicating the bank account number, name of bank and bank specific code

number (MICR/IFSC) as enclosed. The conditions and Annexure-I will be part of the

tender document.

31. Accident/natural calamities:-

31.1 Vehicle and equipments of the contractor can be drafted by Railway Administration in

case of accidents/natural calamities involving human lives.

31.2 For payment purpose, the item may be operated as New Non-Schedule (NS Item) as per

existing norms and powers delegated.

31.3 Contractor may submit list of vehicles and equipment available with him.

Page 65: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 65 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

32. MOBILIZATION ADVANCE (For Contract Value Rs.25 Crores and Above):-

32.1 This shall be limited to 10% of the contract value and payable in 2 stages as indicated

below:-

Stage-I: - 5% of Contract Value on signing of the contract agreement.

Stage-II:-5% on mobilization of site-establishment, setting up offices, bringing in

equipment and actual commencement of work.

The two stages of advances shall be payable immediately after signing of contract

documents and at the time of mobilization, respectively.

32.2. The rate of interest on ‘Mobilization Advance’ is @ 4.5% per annum above the Base Rate

of State Bank of India as effective on the date of approval of payment of Mobilization

Advance by the Competent Authority.

32.3. The Mobilisation Advance Clause shall be restricted only for high value tenders of Rs.25

crore and above.

32.4. The Mobilisation Advance shall be against an irrevocable Bank Guarantee of value 110%

of the sanctioned advance amount. The Bank Guarantee shall be from a Nationalised

Bank in India or State Bank of India, all scheduled Banks in India, National Savings

Certificate etc.

32.5 Method of Recovery of Interest:

“Interest will be recovered on the advance outstanding for the period commencing from

the date of the payment of advance till date of particular on account bill (through which

recovery of principal is effected) and adjusted fully against on account bill along with pro-

rate principal recovery. In the event of the any shortfall the same will be carried forward

to the next on account bill and will attract interest @ 4.5% per annum above the Base Rate

of State Bank of India as effective on the date of approval of payment of mobilization

advance by the Competent Authority.

33.0 Stage Payment on supply of steel in the Works Contract (For contract

value Rs. 15.00 crores & above) :- Deleted (Not applicable for S&T

tenders)

34.0 Incentive Bonus Payment Clause (For Plan head Doubling and Traffic

Facilities works only):- Deleted (Not Applicable for S&T tenders)

35. Joint procedure order for undertaking digging work in the vicinity of

underground Signalling, Eelectrical & Telecommunication Cables

Following joint procedure shall be followed while carrying out any digging work near to

existing signaling & telecommunication and electrical cables so that the instances of cable

cut due to execution of works can be controlled and minimized.

35.1 Before taking up any digging activity on a particular work by any agency, Sr.

DSTE/DSTE or Sr. DEE/DEE of the section shall be approached in writing for permitting

Page 66: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 66 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

to undertake the work. Sr.DSTE/DSTE or Sr. DEE/DEE, after ensuring that the concerned

executing agencies including the contractor have fully understood the S&T and Electrical

cable route plan, shall permit the work in writing within 7 days of the request made for the

same.

35.2. After getting the permission from S&T or Electrical department as the case may be, the

relevant portion of the cable route plan shall be attached to the letter through which

permission is issued to the contractor for commencement of work and ensuring that the

contractors have fully understood the cable route plan and precautions to be taken to

prevent damage to the underground cables. The contractor shall be asked to study the

cable plan and follow it meticulously to ensure that the safety of the cable is not

endangered.

35.3. In all the sections where major project are to be taken up/going on S&T department shall

deploy their official to take preventive/corrective action at site of work. As regards

Electrical Department, the official may be deputed on need basis.

35.4. No new OFC or quad cable shall be laid close to the existing track. It shall be laid close to

the Railway boundary on one side of the Railway track to the extent possible to avoid any

interference with the future works (doubling etc). It shall be ensured in the new works of

cable laying that the cable route is properly identified with electronic or concrete markers.

Wherever multiple cables are laid in a trench, RFID markers may be provided for easy

identification of the cable. Henceforth, wherever cable laying is planned, before

undertaking the cable laying work, the cable route plan of the same shall be prepared by

the Dy.CSTE/C or Dy.CEE/C and shall be got approved from the concerned Sr.

DSTE/DSTE or Sr. DEE/DEE and also from the concerned Dy.CE/C for new lines and

from the concerned Sr. DEN for all other projects including doubling GC etc., to avoid

possible damage in future. Such approval shall be granted within 15 days of the

submission of the request.

35.5. The works of excavating the trench and laying of the cable should proceed in quick

succession, leaving a minimum time between the two activities.

35.6.In case damage is caused to OFC/Quad cable/Electrical cable/Signalling cable during

execution of the work, the contractor is liable to pay a penalty for damaging the cable.

Penalty shall not be levied in case of the following:-

(i) Detailed cable route plan is not provided or cable is not protected as per laid down

procedures.

(ii) The alignment of the cable does not tally with the information provided to the contractor.

(iii) No representative of S&T department was available at site guarding the cables on the

fixed pre determined date and time.

35.7. Penalty to be imposed for damages to cable as per Railway Board Telecom Circular

No.17/2013 issued vide Railway Board letter no.2003/Tele/RCIL/ 1Pt.IX dated

24.06.2013.

35.8. In case of damage to OFC, owner department of OFC should be paid 5/6th

of the penalty

recovered. In case owner is RCIL, 5/6th

of the penalty recovered will be paid to RCIL.

Page 67: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 67 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

35.9. All types of signalling & OHE bonds i.e. rail bond, cross bond and structure bond shall be

restored by the contractor with a view to keep the rail voltage low to ensure safety of

personnel.

35.10. S&T cable and electrical cable route plan should be prepared by the concerned S&T and

Electrical officers respectively and got approved before undertaking the work. The

completion cable route plan should be finalized block section by block section as soon as

the work is completed.

35.11. All cable laying works shall be executed as per laid down technical specifications, such as

protection measures/ protective cover, compaction of refilled material etc.

*****

Page 68: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 68 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

ANNEXURE­I”

1. Full name of Contractor/s

Construction firm and year of

establishment.

:

2. Registered Head Office Address :

3. Branch Office in India :

4. Constitution of firm giving full details

including name of Partners/

Executive/s Power of Attorney holders

etc.

:

5. Particulars of registration with

Government semi Govt. Organization,

public sector undertaking and local

bodies etc.

:

6 The bank account number, name of

bank and bank specific code number

(MICR/IFSC)

Note: - The information furnished above shall be supported by authentic documents

Including registration number of the firm. The copies of documents submitted shall be

duly attested by Gazetted officers.

Signature of Tenderer/s

Dated:--------------------

Page 69: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 69 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

“ANNEXURE-II”

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY TENDERER ALONGWITH THE

TENDER DOCUMENTS

(To be executed in presence of Public Notary on non-judicial stamp paper of the value of Rs.

100/- . The stamp paper has to be in the name of the tenderer)**

I …………………………………... (Name and designation)** appointed as the

attorney/authorized signatory of the tenderer (including its constituents), M/s.

______________________ (hereinafter called the tenderer) for the purpose of the Tender

documents for the work of ______________ as per the Tender No.______________ of North

Western Railway, do hereby solemnly affirm and state on behalf of the tenderer including its

constituents as under:

1. I/We the tenderer (s), am/are signing this document after carefully reading the contents.

2. I/We the tenderer (s) also accept all the conditions of the tender and have signed all the

pages in confirmation thereof.

3. I/We hereby declare that I/We have downloaded the tender document from North western

Railway website www.northwesternrailway.gov.in and printed the same. I/We have verified

the content of the printed document from the website and there is no addition, no deletion or

no alteration to the content of the tender document. In case of any discrepancy noticed at

any stage i.e. evaluation of tenders, execution of work or final payment of the contract, the

master copy available with the Railway Administration shall be final and binding upon

me/us.

4. I/We declare and certify that I/we have not made any misleading or false representation in

the forms, statements and attachments in proof of the qualification requirements.

5. I/We declare that the information and documents submitted along with the tender by me/us

are correct and I/we are fully responsible for the correctness of the information and

documents, submitted by us.

6. I/We understand that if the certificates regarding eligibility criteria submitted by us are

found to be forged at any time during process for evaluation of tenders, it shall lead to

forfeiture of the tender EMD. Further, I/we [insert name of the tenderer]**_______ and all

my/our constituents understand that my/our offer shall be summarily rejected.

Page 70: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 70 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

7. I/We also understand that if the certificates submitted by us are found to be false at any time

after the award of the contract, it will lead to termination of the contract, along with

forfeiture of EMD/SD and Performance Guarantee.

DEPONENT

SEAL AND SIGNATURE

OF THE TENDERER

VERIFICATION

I/We above named tenderer do hereby solemnly affirm and verify that the contents of

my/our above affidavit are true and correct. Nothing has been concealed and no part of it is false.

DEPONENT

SEAL AND SIGNATURE

OF THE TENDERER

Place :-

Dated:-

** The contents in Italics are only for guidance purpose.

Details as appropriate, are to be filled in suitably by tenderer.

Attestation before Magistrate/ Notary Public.

Page 71: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 71 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

“ANNEXURE III”

Details of works of similar nature physically completed in all respect as per contract agreement and directly awarded

by Govt./Semi Govt./ Public Sector Undertaking/Autonomous bodies/Municipal Bodies in last three and current

financial year as on date………….

SN

Nam

e o

f w

ork

Nam

e o

f o

rgan

izat

ion f

or

wh

om

wo

rk p

hy

sica

lly

com

ple

ted

Ty

pe

of

org

aniz

atio

n

(Go

vt.

/ S

emi

Go

vt.

/PS

U/

Au

ton

om

ou

s b

od

ies/

Mu

nic

ipal

Bo

die

s) f

or

wh

om

wo

rk e

xec

ute

d

Co

ntr

act

Ag

reem

ent

No

. &

Dat

e

Ori

gin

al v

alu

e of

con

trac

t

agre

emen

t

Fin

al v

alu

e o

f co

ntr

act

as

com

ple

ted

Pay

men

t re

ceiv

ed t

ill

op

enin

g o

f p

rese

nt

ten

der

(On

acc

oun

t/fi

nal

bil

l)

Time taken for

completion of work

Pri

nci

pal

fea

ture

of

the

wo

rk i

n b

rief

Date of

award of

contract

Date of

actual

completion

1 2 3 4 5 6 7 8 9 10 11

1.

2.

3.

Note:- (i) Above detail should be given only for works which have been physically completed in all

respects. Part completed work shall not be considered.

(ii) Certificate from Private individual firms for whom such works are executed shall not be

Considered for eligibility of tenderers.

Page 72: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 72 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

(iii) The tenderers must attach attested performance certificate issued by the organizations for

whom the work was carried out in the proforma as per Annexure-IV.

(iv) Not more than five certificates should be attached.

Page 73: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 73 of 131 For Sr.DSTE/Works

North-Western Railway,

Jodhpur

“ANNEXURE-IV”

(Completion Certificate by Govt./Semi Govt./ Public Sector Undertaking/

Autonomous bodies/ Municipal bodies for work directly awarded by them)

Name of Organization

Postal address, Phone No., Email ID, Fax No

Letter No. Date :-……….

1. Name of work

2. Contract Agreement (C/A) No. and date

3. (i) Name of Firm/Organization with address

(ii) In case of JV……. Name and % share of individual

firms.

4. Original value of contract agreement.

5. Final value of contract as completed. (if final bill paid)

6. Date of award of contract

7. Has the work physically been completed in all respect

as per contract agreement?

( Yes / No )

8. If yes, then actual date of physical completion.

9. Total payment made in above contract till the date of

opening of present tender.

10. In case of composite work:

Component of payment made in respect of similar

nature of work e.g. earthwork /Track/Bridges etc. (as

defined in eligibility criteria) out of the total payment

made under Sr. No. 9 above.

I hereby certify that above mentioned work has been physically completed in all respect as

per contract agreement. Performance of the contractor while executing the work had been

satisfactory.

(Signature)

Name and Designation of officer

Mobile No. of officer

Seal of officer

Note:- (i) Submission of false certificates by tenderer shall lead to, forfeiture of EMD

and other action including penal action (Annexure-II).

(ii) Copy of certificate duly attested shall be submitted along with tender

document.

(iii) Payment made as indicated in above certificate (At Sr. No. 9/ Sr. No. 10)

will be considered as value of completed work for the purpose of eligibility

under Para 22 (ii) of Instructions to tenderers and conditions of tender.

Page 74: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 74 of 131 For Sr.DSTE/Works

North-Western Railway,

Jodhpur

“ANNEXURE­V”

List of awarded works under execution

Sr. No

Name of work Organization for whom work is

being done

Date of award of contract

Contract Agreement

No & Date

Contract Value

Value of balance work yet

to be done

Schedule of completion

Date of Commence-

ment

Expected date of

completion

1 2 3 4 5 6 7 8 9

1

2

3

4

5

6

7

8

NOTE: - The information furnished above shall be supported by authentic documents. The copies of documents submitted should be duly attested by a Gazetted officer.

Signature of Tenderer/s

Dated:--------------------

Page 75: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 75 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

“ANNEXURE­VI”

List of Plants & Machinery available on hand and proposed to be inducted (Own and hired to be

given separately) for the subject work

Sr.

No.

Particulars of

Plants/Machinery

No.

of

Unit

Kind

and

make

Capacity

Age &

Conditions

Owned

by

firm

Proposed to be purchased

Date of

placing

order

Likely date

of receipt

1 2 3 4 5 6 7 8 9

1

2

3

4

5

6

7

8

9

Note: Indicate clearly, whether (i) Owned by firm, or (ii) To be purchased by firm giving date of

placing order and likely date of receipt.

Signature of Tenderer/s

Dated:--------------------

Page 76: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 76 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

“ANNEXURE­VII”

List of Personnel, Organization available on hand and proposed to be engaged for the subject

work.

Sr.

No.

Name &

Designation

Qualification Professional experience Remarks

1. 2 3 4 5

1

2

3

4

5

6

7

8

9

Signature of Tenderer/s

Dated:--------------------

Page 77: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 77 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Annexure-VIII

CERTIFICATE FOR NON EMPLOYMENT/ PARTNERSHIP OF RETIRED RAILWAY

EMPLOYEES

(1) For Proprietorship firms (Either as Sole Tenderer or as Partner of JV)

a) It is to certify that I, the tenderer have not retired from Railway service as Gazetted Officer

within 02 years from the date of submission of this tender form.

b) It is to certify that I, the tenderer, have retired as Gazetted Officer form Railway service and

have obtained permission from the President of India to participate in the Tenders as tenderer.

Copy of the permission granted to me is enclosed.

(Note :- Strike off the para which is not applicable).

Signature …………….

Name:-……………….

(2) For Partnership Firms or Limited Companies (Either as Partnership Firm/Limited Company

participating as tenderer byself or partner of JV firm)

a) It is to certify that none of the Directors/Employee of the company or partners/employee of the

firm has retired from Railway service as Gazetted Officer within 02 years from the date of

submission of this tender form.

b) It is to certify that following persons working as Directors/Employee of the company or

partners/employee of the firm are retired from Railway service within 02 years from the date

of submission of this Tender Form and he/she/they have obtained permission from the

President of India to become partner or take employment in this Firm/Company which is

participating in such tenders as tenderer.

Sr.

No.

Name of Person &

Designation

Date of

Retirement

Copy of permission granted

enclosed (Reference no.etc.)

1.

2.

3.

(Note :- Strike off the para which is not applicable).

Signature ………………

Name:- …………………

Page 78: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 78 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Annexure-IX

AFFIDAVIT

(For sole proprietorship firm)

I ……………………….……………… (Indicate Name – Sole Proprietor) S/o

……………….………… Proprietor of M/s……………….……….. (Indicate Name – Proprietary

firm) situated at ………………….……… do hereby solemnly affirm & declare as under:-

1. That I am the “Sole Proprietor” of the firm working in the name & style of

M/s………………………. (Indicate Name – Proprietory firm) at ……………

2. That the submission of facts stated in para 01, is true & correct.

DEPONENT

VERIFICATION

I, the above named deponent do hereby solemnly affirm & verify that the

contents of my above affidavit are true & correct. Nothing has been concealed and no

part of it is false.

DEPONENT

Place :-

Date :-

Necessary Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in force in that State at the time when such AFFIDAVIT is being executed. Affidavit may be affirmed before the Oath Commissioner/Notary Public. vko’;d fVIi.kh%& okLrs izksijkbVjh QeZ ij LVkEi M;wVh] lEcfU/kr jkT; ds LVkEi vf/kfu;e ds

rgr~ ns; gksxhA ’kiFk&i= dk Affirmation **vksFk dfe’kuj** ds }kjk fd;k tkuk visf{kr gSa A

Page 79: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 79 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Annexure-X

UNDERTAKING FROM ALL THE PARTNERS OF THE PARTNERSHIP, FIRM FOR NOT

BEING BLACK LISTED OR DEBARRED BY RAILWAY or ANY OTHER MINISTRY/

DEPARTMENT OF THE GOVT. OF INDIA/PSU (PUBLIC SECTOR UNDERTAKING) etc.

We …………………………..all the partners of the partnership firm………………………

(Name of firm) do hereby declare that, we have not been black listed or debarred by Railways or any

other Ministry/Department/Public Sector Undertaking of the Govt. of India/ any State Govt. from

participation in tenders/ contract on the date of opening of bids either in our individual capacity or in

any firm in which we are partners.

(1) Signature ……………………….

Name :- ……………………….

(2) Signature ……………………….

Name :- ……………………….

(3) Signature ……………………….

Name :- ……………………….

(4) Signature ……………………….

Name :- ……………………….

(5) Signature ……………………….

Name :- ……………………….

Name of Firm :

Seal/Stamp of the Firm

Page 80: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 80 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

‘Annexure-XI’

MEMORANDUM OF UNDERSTANDING FOR JV

(The memorandum of understanding shall be submitted in following

format on the non judicial stamp of Rs.100/-)

NOW THIS Memorandum of Understanding is executed at …………………. (Name of

Place) on this date ………………… (DD/MM/YY) between M/s ……………………..(Name of first

constituent and address) as the first party represented by Shri ………………………………and

M/s…………………………… (Name of 2nd

constituent and address )represented by

Shri……………………….. as the second party and so on ( the expression and words of first and

second and other shall mean and include their heirs successors, assigns, nominees, execution,

administrators and legal representatives respectively) and so on 3rd

, 4th

& 5th

subsequent parties.

WHEREAS all the parties are engaged mainly in the business of execution of Civil

Engineering and general contracts for various Government Departments and organizations.

AND WHEREAS the parties herein above mentioned are desirous of entering into a joint

venture for carrying out civil engineering and/or contract works in connection with Tender

No………………………..“………………………………………………………………………………

……………………………………………………………………………………………………………

…………………………………………………………… (Name of work) “as mutually decided

between members of Joint Venture Agreement.

1. That we M/s…………………………….. (JV firm) on behalf of all members of this joint

venture agreement agreed that M/s / Shri ……………………………… will be “Lead Partner”

of this Joint Venture.

2. That under this MOU, the work will be done jointly by M/s / Shri………………………….. the

first party and M/s / Shri ……………………… the second and so on ……………..in the name

and style of ……………………………….(Name ) ( joint venture firm).

3. That we JV firm M/s …………………………. on behalf of all the members of JV firm shall

be legally liable, severally and jointly responsible/ liable for the satisfactory/ successful

execution/ completion of the works including maintenance period in all respects and in

accordance with terms and conditions of the contract.

4. That we M/s JV firm…………………………….. on behalf of all the members of the JV firm

to which the contract is awarded, shall be jointly and severally liable to the Employer

(Railways) for execution of the project in accordance with General and Special Conditions of

the Contract. The JV members shall also be liable jointly and severally for the loss, damages

caused to the Railways during the course of execution of the contract or due to non-execution

of the contract or part thereof.

Page 81: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 81 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

5. M/s ……………………(Name of Lead Firm ) of JV firm shall be the lead member of the JV

firm who shall have a majority ……………..% share of interest in the JV firm. The other

(One/Two) members shall have following share: - M/s ………….. (Name of Second Firm)

have ……. % and M/s ………….. (Name of Third Firm if any ) have ………% share of

interest in the JV Firm.

6. That this JV shall be valid during the entire currency of the contract including the period of

extension, if any ,and the maintenance period after the work is completed.

7. That we all the Joint Venture members shall authorize M/s

…………………………………….…one of the members on behalf of the JV firm to deal

with the tender, sign the agreement or enter into contract in respect of the said tender, to

receive payment, to witness joint measurement of work done, to sign measurement books and

similar such action in respect of the said tender/contract. All notices/ correspondence with

respect to the contract would be sent to this authorized member……………………………….

(address) of the JV firm.

8. That no member of the JV shall have the right to assign or transfer the interest right or liability

in the contract without the written consent of the other members and that of the employer

(Railways) in respect of the said tender/contract.

9. That we all the members of the JV shall certify that we have not been black listed or debarred

by Railways or any other Ministry/Department /PSU (Public Sector Undertaking) of the Govt.

of India/ State Govt. from participation in tenders/contract in the past either in our individual

capacity or as a member of the JV firm or partnership firm in which they were

members/partners.

10. That this Joint Venture MOU shall in all respect be governed by and interpreted in accordance

with Indian Laws.

11. That a member of JV firm shall not be permitted to participate either in individual capacity or

as a member of another JV firm in the same tender.

12. That the tender form shall be purchased and submitted only in the name of the JV firm and not

in the name of any constituent member.

13. That the EMD shall normally be submitted only in the name of the JV firm and not in the name

of constituent member. However, in exceptional cases EMD in the name of lead partner can be

accepted subject to submission of specific request letter from lead partner stating the reasons

for not submitting the EMD in the name of JV and giving written confirmation from the JV

partners to the effect that the EMD submitted by the lead partner may be deemed as EMD have

been submitted by JV firm.

14. Once the tender is submitted, the MOU shall not be modified/ altered/ terminated during the

validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full

Earnest money Deposit (EMD) shall be forfeited. In case of successful tenderer, the validity of

this MOU shall be extended till the currency of the contract expires.

Page 82: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 82 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

15. Similarly, after the contract is awarded, the constitution of JV firm shall not be altered during

the currency of contract except when modification become inevitable due to succession laws

etc. and in any case the minimum eligibility criteria should not get vitiated. Failure to observe

this stipulation shall be deemed to be breach of contract with all consequential penal action as

per contract conditions.

16. Approval for change of constitution of JV firm shall be at the sole discretion of the Employer

(Railways). The constitution of the JV firm shall not be allowed to be modified after

submission of the tender bid by the JV firm except when modification becomes inevitable due

to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated.

In any case the Lead Member should continue to be the Lead Member of the JV firm. Failure

to observe this requirement would render the offer invalid.

17. An account will be opened in any Schedule Bank / Nationalized Bank in the name of the Joint

Venture firm which will be operated by the authorized representative of the JV firm. The name

of the bank shall be intimated to the Railway by lead partner of the JV, and payment by the

Railways shall be made to the said bank account only.

18. A copy of this Memorandum of Understanding (MOU) executed by the JV members shall be

submitted by the JV firm along with the tender. The complete details of the members of the JV

firm, their share and responsibility in the JV firm etc. particularly with reference to financial

technical and other obligations shall be furnished in the MOU.

19. On award of contract to a JV firm a single Performance Guarantee shall be required to be

submitted by the JV firm as per tender conditions. All the Guarantees like Performance

Guarantee Bank Guarantee for Mobilization advance, machinery advance etc. shall be accepted

only in the name of the JV firm and no splitting of guarantees amongst the members of the JV

firm shall be permitted.

20. On issue of LOA, an agreement among the members of the JV firm (to whom the work has

been awarded) has to be executed and got registered before Office of the Sub-Registrar

concerned. This agreement shall be submitted by the JV firm to the Railways before signing

the contract agreement for the work. In case the tenderer fails to observe/comply with this

stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions

due shall be taken against partners of the JV and the JV.

21. Documents to be enclosed by the JV firm along with the tender :

22.1 In case one or more of the members of the JV firm is/are partnership firm(s), following

documents shall be submitted:

(a) Notary certified copy of the Partnership Deed.

(b) Consent of all the partners to enter into the Joint Venture Agreement

on a stamp paper of appropriate value (in original).

(c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners

to sign the MOU and JV Agreement on behalf of the partners and create liability against the

firm.

22.2 In case one or more members is/are Proprietary Firm or HUF, the

following documents shall be enclosed:

Page 83: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 83 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Affidavit on Stamp Paper of appropriate value declaring that his concern is a Proprietary

Concern and he is sole proprietor of the concern OR he is in position of “KARTA” of Hindu

Undivided Family and he has the authority, power and consent given by other partners to act

on behalf of HUF:

22.3 In case one or more members is/are limited companies, the following

documents shall be submitted :

(a) Notary certified copy of resolutions passed by Board of Directors of the Company,

permitting the company to enter into a JV agreement, authorizing MD or one of the

Directors or Managers of the Company to sign MOU, JV Agreement, such other documents

required to be signed on behalf of the Company and enter into liability against the

company and/or do any other act on behalf of the company.

(b) Copy of Memorandum and articles of Association of the Company.

(c) Power of Attorney (duly registered as per prevailing law) by the company authorizing the

person to do/act mentioned in the para (a) above.

23 Credentials & Qualifying criteria

Technical and financial eligibility of the JV firm shall be adjudged based on

satisfactory fulfillment of the following criteria:

23.1 Technical eligibility criteria :

Either the JV firm or Lead Member of the JV firm must have satisfactorily completed in the

last three previous financial years and the current financial year up to the date of opening of

the tender, one similar single work for a minimum value of 35% of advertised tender value.

OR

In case of composite works (e.g. works involving more than one distinct component such as

Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of

major bridges, substructure and superstructure etc.), at least 35% of the value of each such

component of similar nature should have been satisfactorily completed by the JV firm or any

one of the members of the JV firm in the previous three financial years and the current

financial year up to the date of opening of tender.. In such cases, what constitutes a

component in a composite work shall be clearly defined as part of the tender condition

without any ambiguity.

NOTE:

Value of a completed work done by a Member in an earlier partnership firm or a JV firm

shall be reckoned only to the extent of the concerned member’s share in that partnership

firm/JV firm for the purpose of satisfying his compliance of the above mentioned technical

eligibility criteria in the tender under consideration.

23.2 Financial eligibility criteria :

Page 84: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 84 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

The contractual payments received by the JV firm or the arithmetic sum of contractual

payments received by all the members of JV firm in the previous three financial years and the

current financial year upto the date of opening of tender shall be at least 150% of the

estimated value of the work as mentioned in the tender.

NOTE

Contractual payment received by a member in an earlier JV firm shall be reckoned only to

the extent of the concerned member’s share in that JV firm for the purpose of satisfying

compliance of the above mentioned financial eligibility criteria in tender under consideration.

NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS MOU ON THIS

date ………………….. (DD/MM/YY) WITH REFERENCE TO AND IN

CONFIRMATION OF THEIR DISCUSSIONS AND UNDERSTANDING BROUGHT ON

RECORD ON date …………………. (DD /MM /YY).

IN WITNESS THEREOF ALL/BOTH THE ABOVE NAMED PARTIES HAVE

SET THEIR RESPECTIVE HANDS ON THIS MOU ON THE DAY, MONTH AND YEAR

FIRST ABOVE MENTIONED, IN THE PRESENCE OF THE FOLLOWING

WITNESSES:-

WITNESS:-

1. FIRST PARTY (Authorized Signatory)

2. SECOND PARTY (Authorized Signatory)

3. THIRD PARTY (If Any) (Authorized Signatory)

Page 85: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 85 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

‘ANNEXURE-XII’

(Certificate from all members of JV)

CERTIFICATE FROM LEAD PARTNER OF JV

This is to certify that I/We the member of ……………………………… (name of JV

firm) do hereby declare that I/we are not black listed or debarred by Railways or any other

Ministry/Department/PSU (Public Sector Undertaking) of the Govt. of India/ State Govt. from

participation in tenders/ contracts.

Signature…………….

(…………………………….)

(Name of Authorized Person who

has signed the MOU for JV)

For……..……………………

(Name of original firm/s)

CERTIFICATE FROM SECOND PARTNER OF JV

This is to certify that I/We the member of …………………………… (name of JV

firm) do hereby declare that I/we are not black listed or debarred by Railways or any other

Ministry/Department/PSU (Public Sector Undertaking) of the Govt. of India/ State Govt. from

participation in tenders/ contracts.

Signature…………….

(…………………………….)

(Name of Authorized Person who

has signed the MOU for JV)

For……..………………………………

(Name of original firm/s)

CERTIFICATE FROM THIRD PARTNER OF JV (IF ANY)

This is to certify that I/We the member of ……………………………… (name of JV firm)

do hereby declare that I/we are not black listed or debarred by Railways or any other

Ministry/Department/PSU (Public Sector Undertaking) of the Govt. of India/ State Govt. from

participation in tenders/ contracts.

Signature…………….

(…………………………….)

(Name of Authorized Person who

has signed the MOU for JV)

For……..…………………

(Name of original firm/s)

Note :- In case of more than 03 members in the JV firm then all other members should sign such

Certificate for which another sheet may be added.

Page 86: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 86 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Annexure-XIII

“Letter of Consent” ( To be submitted by Partnership Firm participating as member of JV )

We the following partners of M/s………………………………… (indicate name of firm)

(1)……………………………………….…2……………………………………………

3…………………………………….………4………………………………………

5……………………………………….……6………………………………………having its office

at …………………………..hereby give our consent on behalf of M/s……. …………..(Indicate

name of firm) in favour of Mr………………………………….. (Indicate name of Partner) of

M/s…………………………………….. for entering into Joint Venture Agreement with

M/s……………………………… (indicate name of Co.)……………… having office at

……………………………. in connection with T. No…………………Name of work ……………

to sign & execute the M.O.U., J.V. Agreement and all other required documents pertaining to

above said tender.

We have read the contents of this letter of consent & accept the same and we hereby

agree to or ratify all acts, deeds & things of them or any documents executed by the said

partner in the scope of this letter of consent.

This letter of consent is made at ……………. on ………………

Name of Partner/s

Accepted

……………………………

(Signature & name of the

authorised partner)

1…………………………………….

2…………………………………….

3…………………………………….

4…………………………………….

5…………………………………….

Necessary Note:- The stamp duty on letter of consent has already been decided as Rs.100/- by Railway Board. Letter of consent shall be duly attested by Notary Public.

vko’;d fVIi.kh%& LVkEi M;wVh iwoZ esa gh jsyos cksMZ }kjk jkf’k :- 100@& fu/kkZfjr dh tk pqdh gSa A mDr

lgefr ij lk>snkjksa ds gLrk{kj tfj;sa uksVsjh ifCyd vuqizekf.kr djok;k tkuk visf{kr gSa A

Page 87: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 87 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Annexure-XIV

Special Power of Attorney

(To be submitted by Limited Companies or Sole Proprietor participating as member of JV) BE IT KNOWN To all that I …………….. (Indicate name of Director/Sole Prop.)……… at the

Company/Proprietary firm (Indicate Name of Co. / Sole Proprietary firm) ………. having its office at

…………………… do hereby for and on behalf of the said Company/Proprietary firm appoint

Sh.…………….S/o Shri …………age….. (Indicate Name of Nominee) of the Company/Prop. firm as

our Attorney, to execute the M.O.U./ J.V. Agreement & all other required documents with M/s

……………. (Indicate Name of Co./Prop. firm)………….. situated at …………… in connection with the

following tender invited by North Western Railway:-

“T.No………………………Name of work………………………………………

……………………………………………………………………..………………………………””

We/ I have read the content of this Special Power of Attorney & accept the same, and We/ I

hereby agree to ratify & confirm & do hereby ratify & confirm all acts, deeds & things lawfully done or

caused to be done by our said Attorney.

In witness where of I…………….(Indicate name of Director/

Sole Prop.) of M/s………………… (Indicate name of Co./ Prop. Firm) the above named Director /

Proprietor has executed this Power of Attorney.

For M/s…………………

(Indicate name of Co./Prop. Firm)

Place :-…………

(Name……………..)

Date :-………….

Title………………………………….

Witnesses:-

1……………..

Accepted

2……………..

(Name & signature of

Power of Attorney Holder)

Necessary Note:- The stamp duty shall be governed by the provision of the Law relating to

stamp in force in that State at the time when such Power of Attorney is being executed.

Power of Attorney shall be duly attested by Notary Public.

vko’;d fVIi.kh%& LVkEi M;wVh lEcfU/kr jkT; ds vuqlkj ns; gksxh A ikWoj vkWQ vVksZuh dks tfj;s uksVsjh

ifCyd lE;d:is.k vuqizekf.kr fd;k tkuk vko’;d gksxkA

Page 88: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 88 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Annexure-XV

Special Power of Attorney (For Partnership Firms only)

BE IT KNOWN To all that we (1) …….……………..(2)………..…………...

(3)………………………(4)……………..…………..(5)………….……………. all the partners of the

firm…………………… having its registered office at …………..………………………. do hereby, for

and on behalf of the said firm appoint Shri………………………… (name & designation) Special

Attorney of the said firm and authorize the said Shri…………….…………… (name) to do all or any of

the following acts deeds and/or things on behalf of the said firm and to represent the firm in respect

for the tender No…………………………. (Name of work)………………………………………… invited

by North Western Railway.

1. To appear before office of North Western Railway related to the process of tendering for the

above said tender.

2. To procure/download the tender documents for the above said tender.

3. To sign the above said tender documents and submit the offer to North Western Railway.

4. To attend meetings and submit clarifications including negotiations, if any, called by North

Western Railway.

We further state that if our offer for the above said tender is accepted then, for day to day

execution of work and contract agreement a separate Power of Attorney will be submitted.

Executants Partner

(Signature of Sri……………………) (Name & signature)

Attested 1.

2.

(Signature of all Partners) 3.

4.

5.

Seal of Firm Seal of Firm

Note:- This special Power of Attorney may be executed on Stamp Paper,

duly notarized.

Page 89: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 89 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Annexure-XVI

INDEMNITY BOND

Indemnity Bond for safe custody of Railway material to be supplied to M/s ------------------

____________________________________________ under Tender No.___________________

We, M/s.___________________________________________ (hereinafter called the Contractor) do

hereby undertake that we shall hold in our custody for and on behalf of the President of India acting in

the premises through the General Manager, Western Railway or for him all Railway materials which

have been handed over to us against the contract for Tender no. ____________________ dt.________

for the work of “___________________________________

____________________________________________________________________________” by the

Railway for the purpose of execution of the said contract until such time the materials are duly

installed and/or erected or otherwise handed over to the Railway.

We shall be entirely responsible for the safe custody and protection of the said materials against all

risk till they are duly delivered as installed and/or erected equipment to the Railway or as directed

otherwise and shall indemnify the Railway against any loss, damage or deterioration whatsoever in

respect of the said materials. The said materials shall at all time be opened to Inspection by any

Officer authorised by the General Manager, Western Railway or his nominee.

Should any loss, damage or deterioration of materials occur or surplus materials disposed off and a

refund becomes due, the Railway shall be entitled to recover from us the full cost and compensation

determined in terms of the contract for such loss or damage, if any, along with the amount to be

refunded without prejudice to any other remedies available to him by deduction from any sum due or

any sum which at any time thereafter becomes due to us under the said or any other contract.

In the event of any loss or damage as aforesaid the assessment of such loss or damage and the

assessment of the compensation therefore would be made by the President of India acting through the

General Manager, Western Railway or his authorised nominee shall be final and bind upon us.

Signed at _____________________________

on this day of __________________________________

Signature of Witness: ___________________________

for & on behalf of ____________________________

M/s._______________________________

Name of Witness in

BLOCK LETTERS

ADDRESS:

Page 90: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 90 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

TECHNICAL REQUIREMENTS

Page 91: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 91 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

TECHNICAL REQUIREMENTS

1. General:

This section covers the general requirement of 48 V DC SMPS Based Power Plants, based on High Frequency Switch Mode Techniques using switching frequencies of 20KHz and above for use in Indian Railway Network.

2.0 SMPS Based Power Plants is intended to be used in Auto Float Rectifier-cum Float-Charger

(FR-FC) and/or Float Rectifier cum Boost Charger (FR-BC) mode as a regulated DC Power Source.

2.1 Power System Configuration: The configuration of 48 V DC Power Plants with FR-FC & FR-

BC Modules shall be as under:

SN Basic SMR Module Configuration Permissible Ultimate Capacity*

1 12.5 A FR-FC (n+1) 50 Amp

2 25 A FR-FC (n+1) 150 Amp

3 50 A FR-FC (n+1) 800 Amp

4 12.5 A FR-BC (n+2) 50 Amp

5 25 A FR-BC (n+2) 150 Amp

6 50 A FR-BC (n+2) 800 Amp

The FR-FC or FR-BC modules shall be housed in (n+1) or (n+2) parallel configuration in a single rack where ‘n’ is the actual required number of FR-FC, FR-BC modules for meeting the particular load requirement.

Railway shall indicate the Type, Number and Configuration of SMR Modules, depending upon the load requirement. Railway shall also indicate Ultimate Expandable Capacity considering future expansion requirement.

* Permissible Ultimate Capacity stipulate that with particular Basic SMR Module, the ultimate Capacity can not be more than as defined in this column. However Ultimate Expandable Capacity for a particular product of manufacturer can be less than the Permissible Ultimate Capacity defined in this column.

2.3 Rack Configuration : Rack is composed of following units accommodated in sub racks

a) Float Rectifier cum Float Charger (FR-FC) Modules or Float Rectifier cum Boost Charger

(FR-BC) Modules b) Distribution-Switching-Control-Alarm Arrangement (DSCA) c) The number and rating of FR-FC, FR-BC Modules shall be provided as per purchaser’s

requirement. The Distribution-Switching-Control-Alarm Arrangement (DSCA) shall be provided for the Ultimate Expandable Capacity. All factory wirings for the rack shall be for the Ultimate Expandable Capacity so that only plugging-in of FR-FC or FR-BC module shall enhance the DC Power output.

Further details of System Rack Configuration are given in SECTION 3. 2.4 The Electrical and Mechanical requirement of FR-FC & FR-BC Modules are given in

SECTION 4 & SECTION 6 respectively.

Page 92: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 92 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

2.5 The Electrical and Mechanical requirement of Distribution-Switching-Control-Alarm

Arrangement (DSCA) are given in SECTION 5.

2.6 Parts & Components 2.6.1 The Parts & Components including Fuses and Circuit Breakers for manufacturing of the SMPS

Based Power Plants shall be of Industrial Grade. These Parts & Components shall be procured from reputed manufacturers to ensure prompt and continuous service and delivery of spare parts.

2.6.2 The Components approved by recognized National/International Institutions like LCSO/CACT/UL/CSA/VDE/TUV shall only be used in manufacturing of SMPS Power Plant.

2.6.3 Power Transformers and Chokes shall use Class B or Higher Grade of insulation. The Transformers and Chokes shall be wound with copper wire provided with adequate insulation.

2.6.4 Component mounting and fixing methods shall be secured.

2.7 Wiring: 2.7.1 All insulated conductors except those within the confines of a printed circuit board assembly

shall be of the rating enough to withstand the maximum current voltage during fault and overload.

2.7.2 All wiring shall be neatly secured in position and adequately supported. Where wires pass through any part of Metal Panel or Cover, the hole through which they pass shall be suitably bushed with rubber grommet.

2.8 Bus Bars:

2.8.1 Bus bars shall be of high conductivity electrolytic copper strips capable to with-stand 1.5 times the maximum load current. The Bus bar shall be capable to carry current density of 2

Amps/mm2 but shall not be less than 25mmx5mm in any case. The size of bus bars chosen for

battery and load path shall be capable to take care of the current of maximum power plant capacity for which it is designed.

2.8.2 Bus-bar Riser height wherever applicable shall be 250mm for both load and battery.

2.9 Earthing: All non-current carrying metal parts shall be bonded together and earthed. An earth

terminal suitable for taking minimum 4 mm dia wire and with suitable marking shall be provided.

2.10 Qualities and Workmanship 2.10.1 The guidelines contained in Quality Manuals QM-202, QM-204, QM-205, QM-206 and QM-

207 of QA wing of BSNL for proper quality & workmanship shall be followed. 2.10.2 All materials and workmanship shall be of professional quality to ensure the MTBF

requirements. 2.10.3 The equipment and components shall not use any material which support combustion.

2.11 Climatic Requirements: 2.11.1 The Power Plant shall operate at specified ratings and conforms to requirements contained in

as per IS-9000 (Pt-III), IS-9000 (Pt.V/Section-2). Power Plant includes FR-FC Modules, FR-BC Modules and DSCA Modules.

2.11.2 The SMPS Based Power Plants shall be designed & manufactured for continuous operation at rated load in the ambient temperature range of 0ºC to 55ºC with RH up to 95%. For extreme temperature conditions of 0ºC & 55ºC, the efficiency shall remain as given below: A. efficiency:

1. Units working on Single Phase

a) Nominal Input, Output & Full rated load - better than 85%

Page 93: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 93 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

b) For other specified Input, Output conditions - better than 80%

2. Units working on three phase

a) At Nominal Input, Output & Full rated load - better than 90%

b) For other specified Input, Output conditions - better than 85% B. Power Factor: a) At nominal Input/Output & load 75% to 100%, the Power Factor should be between

0.95 lag & 0.98 lead b) For other than specified Input/Output conditions & load between 25% to 100%, the

Power Factor should be between 0.90 lag & 0.90 lead 2.11.3 The fully equipped SMPS Based Power Plants shall be capable of withstanding Burn-In Test as

per Clause 7.8. 2.12 Insulation Resistance and Voltage Proof 2.12.1 The insulation resistance of a fully wired FR-FC and FR-BC Modules when tested with a 500V

DC Megger shall be as given below: a) AC input and Earth - Greater than 2 Mega Ohm

b) DC Output and Earth - Greater than 1 Mega Ohm

c) AC input and DC output - Greater than 5 Mega Ohm. 2.12.2 With EMI/RFI Capacitors and MOVs/Transzorbs removed from the circuit, and a test voltage

of 1500V/50Hz is applied for one minute. - between earth and interconnected output terminals

- between input and output terminals

No breakdown or abnormal temperature rise shall occur.

2.13 Lightning Protection : The SMPS Based Power Plants shall have modular type Type I/Class B and Type II/Class C type surge protection in TT configuration of wiring. Both the Type I/Class B and Type II/Class C arrestors should be from the same manufacture and shall be mounted as per the specific installation recommendations of the manufacturer to achieve perfect coordination. The schematic diagram of surge and lightning protection is as per Annexure I.

2.13.1 Type I/Class B Protection : The product shall be tested as per the latest VDE 0675 and IEC 61643 standard. The protection shall be in compliance with IEC 61312. IEC 61024 and with the following characteristics.

Parameter of Type I/Class B Protection Rating

Maximum Continuous Operating Voltage Between R,Y,B and N

SMPS Power Plant with 3 Phase Power Supply ≥ 285 Volt

SMPS Power Plant with Single Phase Incoming Power > 285 Volt

Supply within range of 165V-260V

SMPS Power Plant with Single Phase Incoming Power > 320 Volt

Supply within range of 90V-300V

Voltage Protection Level/Response Time ≤ 1.5 KV/ <100 ñsec

Minimum Lightning impulses current R Y, B and N 50 KA, 10/350 s

Minimum Lightning Impulses Current between N and PE 100 KA, 10/350 s

Line follow current extinguisher capacity of arrester connected ≥ 10 KA r.m.s.

between R, Y, B and N at arrester rated voltage without back up

fuse

Page 94: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 94 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

2.13.2 Type II/ Class C Protection

The Class C arrester in the modular and pluggable form shall be provided. The products shall be tested as per the latest VDE 0675 and IEC 61643 standard. The protection shall be in compliance with IEC 61312, IEC 61024 and have the following characteristics.

Parameter of Type II/Class C Protection Rating

Nominal voltage between R, Y, B and N 230 V working

Maximum Continuous Operating Voltage Between R,Y,B and N

SMPS Power Plant with 3 Phase Power Supply ≥ 285 Volt

SMPS Power Plant with Single Phase Incoming Power > 285 Volt

Supply within range of 165V-260V

SMPS Power Plant with Single Phase Incoming Power > 320 Volt Supply within range of 90V-300V

Nominal discharge current of the arrester between R,Y,B and N ≥ 10KA (8 / 20 s)

Maximum voltage protection level 1.6 KV

Response Time ≤ 25 nano second 2.13.3 Coordination Between Class B/Type I and Class C/Type II Protection

There shall be a perfect coordination between Class B/Type I and Class C/Type II stages. The coordinating inductor /cable distance is not required for coordination between class B/type I and class C/type II

The proper coordination of the SPD system as well as safety of operation shall be specifically ensured.

2.13.4 Parallel/Series arrangement of Spark Gap (SG) with MOVs is not permitted in Type I/Class B as well as Type II / Class C.

2.13.5 In built Thermal Disconnect arrangement and remote indication for type II/class C connected between R.Y B and N should be available.

2.13.6 The manufacturer shall clearly give the earthing guidelines required for the purpose.

2.13.7 Type III/Class D Protection All external 48 V DC Power Lines connected to the SMPS Power Plant shall be protected by using pluggable Type-III/Class D Surge Protection Device which consists of a combination of Varistors and GD Tube with voltage and current limiting facilities. The device shall be in compliance to IEC 61643-1 and VDE 0675 Part-6. These devices are to be connected in parallel to the SMPS Power Plant output connected to the load as given in the figure 1.3 Annexure-II. These Class-D/Type-III devices shall be having a visual indication as well as remote indication function to indicate the prospective life and failure mode to facilitate replacement of the overstressed SPDs. These protection device shall be equipped with thermal disconnection, as a protection against SPD failure due to open and short circuit. General Specification of the Devices.

Nominal Voltage 48 Volt

Maximum Continuous Operating Voltage(Uc) > 75 Volt

Nominal Discharge Current(In) 8/20 s > 2.5 KA

Rated Load Current 25 Amp

Maximum Discharge Current(Imax) 8/20 s > 5 KA

Voltage Protection Level between L-L(Up) < 500 V

Page 95: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 95 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Voltage Protection Level between L-G < 700 V

Response Time < 25 ns 2.14 Radio Frequency Interference Suppression: The module shall be designed to minimize the

level of electromagnetic interference (EMI), both conducted and radiated, detected in its vicinity and generated by Switch Mode Power Conversion Equipment operating within the rack. The radiated and conducted noise shall be within the limits as specified in ANNEXURE-V.

2.15 Finish and painting: The finish of steel and panels shall conform to relevant IS specification. The colour scheme shall be as follows: (a) Rack & doors : Pebble gray – RAL 7032

(b) FR-FC Module or FR-BC module: Shall harmoniously match with rack colour.

2.16 Marking & Labellng

2.16.1 Component marking 2.16.2 Each electrical component should be possible to be located on the PCB by the layout/circuit

drawings. Switch Mode diodes may be marked as a block in the layout/circuit diagram. The wiring shall be clearly and permanently identified with a designation of a colour code which corresponds to the equipment circuit diagram. Where non standard colours are used, cable function shall be clearly and permanently labeled at both ends.

2.16.2.1 Fuse holder identification shall include details of the fuse rating and type. In case of fuses on PCBs, the rating shall be either on the fuse or PCB.

2.16.2.2 A cabling diagram, screen printed or any other better arrangement ensuring better life expectancy shall be placed on the inside of the front door or any other convenient place for ready reference of the maintenance staff.

2.16.2.3 Procedure for adjustment of float voltage, boost voltage, battery current limit and other adjustments required to be done in the field shall be printed or any other better arrangement ensuring better life expectancy shall be placed in the inside of the front door or any other convenient place for ready reference of maintenance staff.

2.17 Name plate : A name plat etched/engraved/anodized or any other better arrangement ensuring better life expectancy shall be suitably fixed on each rack/module and contain following information. 1. Specification Number

2. Type of Unit

3. Manufacturer’s name and identification

4. Model No. 5. Unit Serial No.

6. Input Voltage and phase 7. Output Voltage and current

8. Year of manufacture 9. Suitable for battery capacity

2.18 Instruction and Maintenance Manual:

2.18.1 Two copies of the Instruction Manual shall be supplied along with each unit. The manual has to include dimensioned layout drawings, detailed circuit and schematic diagrams, PC card layouts and detailed interconnecting drawings of modules and switching arrangement. Details of testing and adjustment procedure, initial checks on receipt at site, detail installation & commissioning procedures, maintenance procedure, proposed routine maintenance tests, actual test results obtained for the particular and at the factory and a detailed trouble shooting chart shall be outlined in the manual. Feedback format is also to be included in the Instruction Manual. A copy of the Installation and Maintenance Manual shall also be provided on a

Page 96: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 96 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

CD(Compact Disk). 2.18.2 Instruction Manual is to be prepared using good quality paper with clear and crisp printing. All

the drawings in clear printing shall be attached to the handbook binding. One set of flow chart drawings necessary for troubleshooting shall be provided with lamination with each manual. The handbook shall have a thick polythene sheet cover with plastic spiral binding or comb-binding.

2.18.3 The manufacturer shall submit certificate of the equipment for its satisfactory performance for

24 months. During the warranty period, any defect should be repaired free of cost.

2.19 Noise & Vibration: The fully equipped rack at full load shall not contribute more than 15dB (weighted) to the ambient noise level taken as 45dBA. It shall be measured at a distance of 1 meter from the unit and 1.25m above the floor level in the Acoustic Range. The correction factor for Total Noise when the ambient noise level is more than 45dBA shall be as given below:

AMBIENT CORRECTION AMBIENT CORRECTION AMBIENT CORRECTION NOISE FACTOR NOISE FACTOR NOISE FACTOR 45dBA 0dB 51dBA 1.41dB 57dBA 3.69dB

46dBA 0.18dB 52dBA 1.73dB 58dB 4.17dB

47dBA 0.39dB 53dBA 2.07dB 59dBA 4.68dB

48dBA 0.61dB 54dBA 2.47dB 60dBA 5.21dB

49dBA 0.86dB 55dBA 2.82dB

50dBA 1.12dB 56dBA 3.25dB

Note: The correction factor shall be added to the limit of 60dBA to arrive at the limit when the ambient is greater than 45dBA

2.20 Module Replacement Time & MTBF: 2.20.1 Module Replacement Time. The mean time to replace a faulty rectifier module shall be less

than 20 minutes. 2.20.2 The MTBF of the system shall not be less than 70,000 hours. Calculation details of MTBF

shall be furnished by the manufacturer at the time of Type Approval. Based on the MTBF figures, 3 Years Maintenance Spare shall be specified by manufacturers during Type Approval.

2.20.3 The fans provided shall have MTBF better than 70,000 hours at 40 C 2.20.4 In case of fan failure, the module shall have automatic protection to switch off with extension

of suitable alarm. It shall not cause any fire hazard. 2.21 Packing: 2.21.1 Power plants complete shall be packed in suitable boxes/crates, strong enough, to prevent

damage or loss to the unit during transit. Loose space inside the box/crate shall be filled up with suitable packing material.

2.21.2 It is desirable that the fragile components such as meters and PC cards are individually packed to prevent damage.

2.21.3 Each box shall be legally marked at one end with code numbers, contents quantity and name of manufacturer/supplier.

Page 97: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 97 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

SECTION 3

SYSTEM AND RACK CONFIGURATION

3.0 Scope: This section deals with the mechanical and electrical requirements of the rack.

3.1 Rack Configuration: Rack shall be capable of accommodating the following equipment/units as

given below:

a) Float Rectifier – cum – Float Charger (FR-FC) Modules or Float Rectifier – cum – Boost

Charger FR-BC Modules. b) Distribution-Switching-Control-Alarm Arrangement..

3.2 Constructional features of Rack:

3.2.1 The FR-FC or FR-BC Modules shall be accommodated in a rack. The system shall employ a

modular configuration to provide flexibility, keeping in view the future load requirements of DC power. Suitable mechanical structure/arrangement for holding modules in position shall be provided so that the module is held firmly by sliding through it.

3.2.2 The rack structure shall be made up of rigid frame work of anti-corrosive steel profiles conforming to IS: 226. The sides of rack may have suitable ventilating arrangements. The front door (if provided) and rear door may be of hinged or removable type. The rear door shall be provided with proper ventilation arrangement. The ventilator opening shall be less than 3 mm size for protection against entry of lizards etc. The rack shall conform to IP 31 type of protection as specified in table 1 of specification No. IS 2147 – 1962. The FR-FC or FR-BC Module shall have ventilation opening as per IP 20 Protection Enclosures.

3.2.3 The rack shall be treated with Zinc Chromate Primer followed by Electrostatic Epoxy Powder Coating Paint finished. Passivation shall be done through seven stage process. Small metal parts such as nuts, bolts and washers shall be either galvanized or chrome plated. All other metal parts of the rack shall be plated for protection against corrosion.

3.2.4 The structural strength of the rack shall be able to withstand the mechanical load for Ultimate

Expandable Capacity of the Power Plant without any deformity.

3.2.5 The depth of rack shall not be more than 600mm from front door (when provided) to rear with

door fitted and height shall be not more than 2200mm.

3.2.6 The case of rack shall ensure uniform floor loading of not more than 975 kg/Sq.mt. Lifting

facilities shall be provided by removable eyebolt located at the top of the rack. The necessary arrangement for fixing the rack on the floor shall also be provided.

3.2.7 The top of the rack shall be fully covered except for proper ventilation and bus bar or cable

entries. Each air flow vent shall be covered by a grill to prevent foreign material larger than 5mm dropping into the rack.

3.2.8 The rack shall be free of sharp edges & sharp corners.

Page 98: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 98 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

3.2.9 With doors in position, all the common visual alarms and meters shall be clearly visible. In

case of hinged door, meters and alarm indications are permitted on door also. However, the fixtures on the door shall not restrict the movement of door in any way.

3.3 Dimensions: Dimensions of the rack for all the capacities shall be as follows:

Height: 2200mm (max)

Depth: 600mm (max)

Width: 600mm (max)

3.4 The rack shall be designed for easy maintenance and installation.

3.5 Rack mounting arrangement shall be such as to provide easy access from front, rear and top for

installation and maintenance.

3.6 The FR-FC & FR-BC Modules shall be provided as per requirement. The prescribed FR-FC or

FR-BC Modules ratings are 12.5A, 25A & 50A.

3.7 The Distribution-Switching-Control-Alarm Arrangement shall be provided for the Ultimate Expandable Capacity as explained in Clause 2.2. All AC, DC or control/alarm cabling/wiring shall be pre-wired for the ultimate capacity so that mere plugging-in of FR-FC & FR-BC Module shall add to the DC power output.

3.8 The individual FR-FC or FR-BC Module shall be easily mounted to/removed from the rack. The FR-FC and FR-BC Module shall be designed to slide into the rack on a suitable mechanical arrangement. The associated AC input, DC output connections, Control/alarms and interface cable connecting the modules shall be disconnected/installed easily without causing any interruption/damage to the supply and working module.

3.9 Proper thermal engineering of hardware design shall be done by the manufacturer so as to ensure the uninterrupted use of the equipment. The rack complete with all panels fitted shall be designed to allow cooling by natural convection. For the racks using 50A modules, DC fans are permitted in the rack or FR-FC & FR-BC module. If cooling is provided at rack level, it shall be provided with additional fan with facility for manual switch over. Proper fitting shall be provided to control dust ingress. There shall be an arrangement for automatic switching off of fans during AC input failure. If required, individual modules may be separated by air baffle to provide effective convection. The manufacturer shall also ensure that the failure of fan does not cause any fire hazards. The failure of any of the fans shall draw immediate attention of the maintenance staff.

3.10 Facility shall be made to connect external AC power at the top/bottom of rack and alarm cable & DC output distribution module at the top of the rack. Where cables pass through metal panels suitable bushing shall be provided to protect cables from damage. Bus-bars if used shall be suitably spaced and insulated to prevent any possibility of short circuit between bus-bar and or rack.

3.11 Electrical requirements:

Page 99: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 99 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

3.11.1 AC input supply: The Power Plant using FR-FC or FR-BC modules of 12.5 & 25 Amps shall

operate from single phase AC input and FR-FC or FR-BC modules of 50A capacity may operate from single phase or 3 phase 4 wire AC input. The nominal input frequency is 50Hz which may vary from 48-52Hz. The input voltage range shall be as given below:

a) Single Phase (nominal 230V) :

(i) For Power Plant to be used at stations having poor power supply regulation, incoming

power supply range shall be from 90 V AC to 300 V AC. (ii) For Power Plant to be used at stations having reasonable power supply regulation,

incoming power supply range shall be from 165 V AC to 260 V AC.

b) Three Phase/4 Wire 400V+10%/ - 15% (Nominal 400V)

3.11.2 There shall be an automatic arrangement for shutting off the FR-FC or FR-BC Modules wherever the input voltage is beyond the specified operating limits with suitable alarm indication. It shall resume normal working automatically when the input is restored within the working limits. Hysteresis within specified working limits shall not cause shutting down of the

FR-FC or FR-BC Modules. A tolerance of 5V may be acceptable for protection & alarm operation. All the FR-FC or FR-BC Modules shall switch OFF simultaneously.

3.11.3 FR-FC or FR-BC Modules working from 3 phase/4 wire input shall work satisfactorily for

unbalance of 10% of nominal input. The module shall be isolated ( if required for the protection of the unit) in the event of unbalance beyond 10% and shall restore when the input is within limits.

Page 100: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 100 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

SECTION 4

FLOAT RECTIFIERS CUM CHARGER (FR-FC) MODULES

4.0 Scope: This section deals with electrical and mechanical requirement of FR-FC Modules.

4.1 General: The FR-FC Modules used shall be such as to be accommodated in a rack in the

standardized capacities of 12.5A, 25A & 50Amps.

4.2 Mechanical Requirements

4.2.1 The FR-FC Modules shall be cooled by natural convection for smaller capacities i.e. 12.5 Amp

and by natural/forced cooling for higher capacity i.e. 25 Amp and 50 Amps.

4.2.3 The FR-FC module shall be removable from the front of the rack only. All AC input, DC

output and alarm/control/monitoring cables interconnecting the modules and racks shall be easily disconnected by disconnecting the male-female of directly PCB mounted pluggable plugs or connectors.

4.3 DC Output Characteristics

4.3.1 The module shall be capable of operating in ‘Auto Float-cum-Charge’ mode and it shall be

programmed to operate as a Float Rectifier or a Float Charger depending on the condition of the battery sets being sensed by the Distribution-Switching-Control-Alarm Unit.

4.3.2 Auto Float Mode

a) The float voltage of each rectifier module shall be continuously adjustable & pre- settable at any value in the range of –48V to –56V. The prescribed float voltage setting is – 54V for VRLA battery.

b) The DC output voltage shall be maintained within 1% of the half load preset voltage in the range 25% load to full load when measured at the output terminals over the full specified input range.

4.3.3 Auto Charge Mode: In Auto Charge Mode FR-FC shall supply battery & equipment current till terminal voltage reaches set value, which is normally 2.3V/Cell (55.2V) & shall change over to constant voltage mode it shall remain in this mode till a change over to float mode signal is received.

4.4 Efficiency: The efficiency of the single phase and three phase unit shall be as given below: -

4.4.1 Units working on Single Phase AC

a) At nominal input, output and full rated load better than 85%

b) For other specified input, output conditions better than 80%

and load between 25% to 100%.

Page 101: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 101 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

4.4.2 Units working on Three Phase AC

a) At nominal input, output and full rate load better than 90%

b) For other specified input, output condition better than 85% and load between 25% to 100%

4.5 Input Power Factor: The input power factor at nominal input, output voltage and load 75% to

100% shall be between 0.95 lagging and 0.98 leading but it shall remain between 0.90 lag and 0.90 lead in any other working condition and load between 25% to 100%.

4.6 Total Harmonic Distortion:

4.6.1 Total Voltage Harmonic Distortion: The total line harmonic voltage distortion shall not be

more than 10%.

4.6.2 Total Current Harmonic Distortion: The total current harmonic distortion contributed by the unit at the input shall not exceed 10% for input voltage range 90V-300V/165V-260V(as the case may be) for single phase units and 340V to 440V for 3 phase respectively for load 50 to 100% of the rated capacity.

4.7 Current limiting (Voltage Droop)

4.7.1 The current limiting (Voltage Droop ) shall be provided for Float Charge operation. The

Float/Charge current limiting shall be continuously adjustable between 50 to 100% of rated output current for output voltage range of –44.4V to –56 volts. For test purposes upper limit of 100% +5% and lower limit of 50% - 5% shall be acceptable.

4.7.2 The float and charge current limit adjustment shall be provided on the front panel of the

rectifier module.

4.7.3 The FR-FC modules shall be fully protected against short circuit. It shall be ensured that short

circuit does not lead to any fire hazard.

4.8 Soft Start Feature:

4.8.1 Slow start circuitry shall be employed such that FR-FC module input current and output

voltage shall reach their nominal value within 10 seconds.

4.8.2 The maximum instantaneous current during start up shall not exceed the peak value of the

rectifier input current at full load at the lowest input voltage.

4.9 Voltage overshoot/undershoot

4.9.1 The requirements of clauses 4.9.2 to 4.9.4 shall be achieved without a battery connected to the

output of FR-FC module.

4.9.2 The FR-FC modules shall be designed to minimize output voltage overshoot/undershoot such

that when they are switched on the DC output voltage shall be limited to 5% of the set voltage

Page 102: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 102 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

& return to their steady state within 20ms for any load of 25% to 100%.

4.9.3 The DC output voltage overshoot for a step change in AC mains shall not cause shut down of

FR-FC module and the voltage overshoot shall be limited to 5% of its set voltage and return to steady state within 20 ms.

4.9.4 The modules shall be designed such that a step load change of 25 to100% shall not result in

DC output voltage overshoot/undershoot of not more than 5% and return to steady state value within 10ms without resulting the unit to trip.

4.10 Electrical Noise

4.10.1 The rectifier (FR-FC) modules shall be provided with suitable filter on the output side.

4.10.2 A resistor shall be provided to discharge the capacitors after the rectifier modules have stopped

operation and the output is isolated.

4.10.3 The Psophometric Noise (e.m.f weighted at 800 Hz) with a battery of appropriate capacity connected across the output should be within 2mV while delivering the full rated load at nominal input (400V AC for 3 phase supplies and 230V for single phase supply). For test purposes, this shall be taken as equivalent to 4mV when the battery is not connected and other conditions remaining the same as per ITU-T Rec P53.

4.10.4 The Peak to Peak Ripple: Voltage at the output of the rectifier module on full load without

battery connected shall not exceed 300mV at the Switching Frequency measured by an Oscilloscope of 50/60 MHz band-width (typical).

4.11 Parallel Operation:

4.11.1 FR-FC modules shall be suitable for operating in parallel with one or more modules of similar

type, make and rating, other output conditions remaining within specified limits.

4.11.2 The current sharing shall be within 10% of the average current per rectifier module and within individual capacity of each rectifier module in the system (mounted in the same or different racks) when loaded between 50 to 100% of its rated capacity for all other working conditions.

4.12 Protection:

4.12.1 DC over voltage protection.

4.12.1.1 Each rectifier module shall be fitted with an internal over-voltage protection circuit.

4.12.1.2 In case output DC voltage exceeds –57V the over voltage protection circuit shall operate &

shut off the faulty module. A tolerance of 0.25V is permitted in this case. Restoration of the module shall be through a reset switch/push button.

4.12.1.3 Shutting-off of faulty FR-FC module shall not affect the operation of other FR-FCs operating

Page 103: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 103 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

in the rack.

4.12.1.4 Operation of over-voltage shut down shall be suitably indicated on the module and also

extended to monitoring/control unit.

Page 104: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 104 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

4.12.1.5 The circuit design shall ensure protection against the discharge of the battery through the

FR-FC module in any case. 4.12.1.6 The over voltage protection circuit failure shall not cause any safety hazard.

4.12.2 Fuse/Circuit Breakers: Fuses or circuit breakers shall be provided for each FR-FC module as

follows:

1. Live AC input line

2. Negative DC output

3. Against failure of Control sensing circuit

4.12.2.1 All fuses/circuit breaker used shall be suitably fault rated.

4.12.3 AC Under/Over Voltage Protection: AC input Under/Over voltage protection shall be provided

as per clause 3.11.

4.12.4 Over Load/Short Circuit Protection: The FR-FC shall be protected for Over load/Short circuit

as per clause 4.7.

4.13 Alarms and Indicating Lamps

Visual indications/display such as LEDs, LCDs or a combination of both shall be provided on each FR-FC module to indicate.

Functional Indications:

A Mains available B FR-FC on Auto Float C FR-FC on Auto Charge

Alarm Indications

A AC/DC Rectifier module Over Voltage, Under voltage or Output Fail B FR-FC Over Load (Voltage Droop) C Fan fail (due to any reason)

Functional indications shall be extended as status and alarm indications as “FR-FC” Fail to Distribution-Switching-Control and Alarm Arrangement.

4.14 Termination:

A The AC Input Connection to the rectifier module shall be by means of Pluggable

Connectors. These Connectors shall be made of complete non-ferrous metal parts. Housing material if any shall be of Polyamide 6.6 of V0/V2 inflammability class as per UL94. The male connectors shall preferably be mounted in the FR-FC Module and female connectors be terminated to the cable.

Page 105: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 105 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

The DC Output Connection from the rectifier module for smaller rating (up to 25

Amps) shall be by means of Pluggable Connectors. These Connectors shall be made of

complete non-ferrous metal parts. Housing material if any shall be of Polyamide 6.6 of

V0/V2 inflammability class as per UL94.

For higher rating suitable termination lugs shall be provided.

The male connectors shall preferably be mounted in the FR-FC Module and female connectors shall be preferably terminated to the cable.

C The output of each rectifier in the negative lead shall be taken through the full rated

Fuse/MCB in the Distribution-Switching-Control-Alarm Arrangement (DSCA) or in the FR-FC Module.

Page 106: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 106 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

SECTION-5

DISTRIBUTION/SWITCHING/CONTROL AND ALARM AARANGEMENT(DSCA)

5.0 General:

Depending on the system requirements and manufacturer’s design, Power Plant racks shall be provided with a Distribution-Switching-Control-Alarm Arrangement (DSCA) for the Ultimate Expandable Capacity as defined in Clause 2.2.

The unit shall comprise of the following:

a) Termination for the batteries

b) Termination for the load c) Interconnecting arrangement for power equipment d) Battery Switching Arrangement (Connection to/isolation from system) e) Termination for AC input to the rack

f) Termination for AC and DC to FR-FC modules

g) Circuit Breakers/fuses etc.

5.1 Dimensions:

5.1.1 The Distribution/Switching Sub-System of the equipment shall preferably be in the modular

form whereas Control/Alarm & Monitoring Sub-System shall be modular only. The Distribution/Switching Sub-System may be accommodated in a rack with other FR-FC or in a separate rack. These sub-systems shall be rack mountable.

5.1.2 The unit shall preferably be housed in the upper portion of the rack above the FR-FC modules.

5.1.3 The DSCA shall be provided for ultimate capacity of SMPS Based Power Plant. All AC, DC

Control, Alarm cabling/wiring shall be pre-wired for the ultimate capacity so that mere plugging-in of FR-FC module shall add to the DC Power Output.

5.2 Accessibility:

5.2.1 All the termination points shall be easily accessible from front, rear or top.

5.2.2 The AC modular earth terminal should be touch proof with universal yellow green housing

symbolizing the potential earth with all non ferrous metal parts including the screws.

5.3 AC Termination Arrangement:

5.3.1 The Input Terminals shall be clearly marked as R, Y, B and N for three phase and L and N for

single phase as applicable.

AC Termination should be modular in design These Termination shall be made of complete non-ferrous metal parts. Housing material if any shall be of Polyamide 6.6 of V0/V2 inflammability class as per UL94. The Termination Block should be as per IEC-947-7-1.

Page 107: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 107 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

5.3.2 AC input termination shall be suitably protected against the accidental touch/contact with the

working staff for their protection and shall also have clear and prominent “DANGER” Marking.

5.3.3 Screening shall be provided between AC & DC components to prevent accident.

5.3.4 All the connections between DSCA and FR-FC shall be through properly rated cables only.

5.3.5 Fuses and Circuit Breakers for each FR-FC shall be easily accessible and properly rated.

5.3.6 Proper terminations for AC at the input of the circuit breakers and its output to the FR-FC.

5.4 DC Terminations:

5.4.1 Connection between FR-FC and DC Distribution shall be through a properly rated lugged

Cable/Buster. Wherever cables are used, the same shall be terminated through the appropriately screw locking type Terminal Blocks. These Terminal Blocks shall be made of complete non-ferrous metal parts. Housing material if any shall be of insulating material with dielectric strength not less than 4 KV and of V0/V2 inflammability class as per UL94.

5.4.2 The DC output to battery and load shall be through cable.

5.4.3 The provision for interconnection between load & FR-FC or battery (along with switching

arrangement) and terminations for load, battery & FR-FC shall be made. The isolation of any of the battery from the load shall create an alarm.

5.4.4 The proper rated fuses/circuit breakers shall be provided on the –ve DC lead from the FR-FC

(if not provided at FR-FC module).

5.4.5 All the AC, DC and control/alarm cabling shall be supplied with the rack.

5.4.6 All DC + ve and –ve loads shall be clearly marked.

5.4.7 All conductors shall be properly rated to prevent excessive heating.

5.5 Alarms.

5.5.1 Following visual indications/display such as LEDs, LCDs or a combination of both shall be

provided to indicate.

Functional Indications:

a) Mains Available ( not mandatory if provided at module level)

b) FR-FC in Float Mode

c) FR-FC in Charge Mode

Page 108: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 108 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Alarm Indications:

a) Load Voltage High (above 57V)/Low (below 44.4V)

b) FR-FC Fail (Any failure condition as per clause 4.13.

c) Mains Out of Range d) System Over Load

e) Mains ‘ON’/Battery Discharge f) Fan Fail (incase fan provided at rack level)

g) Temperature Compensation Fail h) Battery Fail/Isolated

5.5.2 All alarm circuits shall be provided with suitable delay to ensure that they do not operate to

transients.

5.5.3 All the protections/alarms shall be within tolerance of 0.25V in case of DC voltage and 1% in

case of current. For AC voltage it shall be 5V.

5.5.4 Every alarm condition shall be accompanied with an audio alarm with audio cut-off facility.

5.5.5 Two nos. of Potential Free Contacts (one for alarm and one redundant) shall be provided for

extension of alarms to Centralized Display.

5.5.6 Two numbers of potential free contacts for connecting to network monitoring system for monitoring DC output fail, DC output over voltage, DC output under voltage and mains fail shall be provided. Alternatively, the Power Plant shall have provision for RS-232 or RS-485 or SNMP over TC/IP connectivity compatible for remote control monitoring of the above system parameters depending upon the user’s requirements.

5.6 Battery Monitoring

5.6.1 Battery Under Voltage Isolation: To cater for the requirements of unattended stations like microwave repeater stations and other similar systems, the provision for automatic isolation of battery bank from the load shall be made available. The tendering authority shall specify for such type of power plants, the load and battery capacity. The operate and release voltages for the above conditions shall be as follows:

Cut-off: 1.85V/cell (44.4 V+0.25V) Reconnect: 1.90V/cell (45.6V+0.25V)

5.6.2 Battery Health Monitoring in Auto Mode: To keep the battery in healthy state, the battery condition shall be continuously monitored. On restoration of AC mains after an interruption, depending on the battery condition (depth of discharge) sensed, the system shall change over to Auto Charge mode to charge the battery at higher voltage of 55.2 V till the battery is fully recouped.

5.6.3 Battery Current Limiting Circuit: In auto mode, to ensure the availability of required load and

safety of the battery, battery path current limit shall be settable as per the battery bank requirements so that the battery path current is kept to 10% of battery AH capacity.

Page 109: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 109 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Tending authority will give the capacity of the battery to be used for this purpose. For the type approval, the manufacturer shall demonstrate the facility and undertake to make provision as per order.

5.6.4 Temperature Compensation for Battery: There shall be provision for monitoring the temperature of battery and consequent arrangement for automatic temperature compensation of the FR-FC, FR-BC output voltage to match the battery temperature dependant charge characteristics. The output voltage of the rectifier in float/charge operation shall decrease or increase at the rate of 72m V (3mV/cell, 24 cell battery) per degree increase or decrease in temperature over the set voltage. The output voltage shall decrease till the open circuit voltage of the battery is reached. The open circuit voltage range shall be settable between 2.1V/cell to 2.2V/cell. The increase in output voltage due to decrease in temperature has been taken care of

by the tripping of the unit due to output voltage high (57V) protection. A tolerance of 5mV may be acceptable over the specified rate of 72mV/deg. C. Failure of temperature compensation circuit including sensors shall create an alarm and shall not lead to abnormal change in output voltage.

5.6.5 Battery Reverse Polarity Protection: Protection for battery reverse polarity shall be provided in

the system.

5.6.6 D.C. Contactor: High quality DC contactors, UL approved should be used for battery path disconnection circuit. The contact tips should be brazed accordingly for long life and trouble free operation and the coil should be of H class insulation level. In case of battery disconnection due to low battery condition the battery shall be reconnected to the DC bus only after resumption of mains, the SMRs getting ON and ready to deliver the rated output. There shall also be a provision to switch on the contractor manually. DC contactor from Albright, Prestolite or Powernix should only be used.

5.7 Meters:

There shall be provision to monitor AC voltage (either at module or at the control unit), DC current and voltage with the help of analogue or digital (with digital display of height 12mm) meters to read the voltage and current of the system, batteries or any of the individual FR-FC (at individual FR-FC module also permitted) Normally the meters mounted at Distribution-Switching-Control-Alarm Arrangement shall indicate the system voltage and current.

Accuracy of the meters shall be as given below:

A Current: Analogue: 1.5% of F.S.D. or better

Digital: 1.5% of the range or better, shall be able to read up to 1 place

decimal for meter range up to 99A and full digit in case of higher range.

B Voltage:

Analogue: 1.5% of F.S.D. or better

Digital 1.5% of the range or better with a resolution of one decimal Point in case of DC voltmeter and full digit in case of AC voltmeters.

Page 110: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 110 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

SECTION-6

POWER PLANTS COMPATIBLE WITH CONVENTIONAL BATTERIES

6.0 Introduction: The conventional lead acid batteries have special requirement of periodic boost charging @ 2.7 V per cell. To meet this requirement, the Power Plant shall be so configured that in addition to the specification requirements, detailed in Section-1 to Section-5, shall also have a provision of a group of FR-BC (as per battery capacity) for charging the batteries @ 2.7V/cell.

6.1 Float rectifier-float-charger-boost charger (FR-BC): In addition to requirement of FR-FC

Modules, the FR-BC Modules shall meet the following additional requirement.

6.1.1 The FR-BC module shall be programmable to work as FR-FC or FR-BC. When programmed

as FR-FC, it shall be capable of working as FR-FC with other FR-FCs and shall comply with all the requirements of FR-FC.

The rated capacity of the FR-BC when programmed as FR-FC shall be same as that of the other FR-FCs. The prescribed float voltage setting for conventional batteries is 52.8 V.

6.1.2 It shall also be programmable as a Boost Charger (BC) under manual control after isolating it

from the float bus.

6.1.2.1 As a boost charger its output voltage shall be continuously adjustable and presettable at constant current up to 100% for voltage range 44.4 to 56 V and up to 50% to 70% rated capacity at any value in the range of 56V to 64.8V as per design of the FR-BC. The firm has to specify the percentage of rated capacity of FR-BC module when it is working in the boost charging mode (56 to 64.8V).

6.1.2.2 The boost voltage shall be maintained within 1% of the set value over the full boost current

range as specified.

6.1.2.3 When programmed in Boost Charging Mode, FR-BC modules shall work in parallel load

sharing arrangement with other FR-BC modules in the same mode, keeping other output conditions within specified limits.

The current sharing shall be within 10% of the average current per FR-BC module ( in Boost Charging Mode) in the system (mounted in the same or different racks) when loaded between 50 to 100% of its rated capacity (as BC) for all other working conditions.

6.1.3 In addition to the Visual indications/display specified for FR-FC the following shall also be

provided in FR-BC Module.

Functional Indications: FR-BC on Boost Mode

Alarm Indications: Following Alarms shall actuate in BC mode:

A. FR-BC Over Voltage.

B FR-BC Over Load (Voltage Droop)

Page 111: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 111 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

6.1.4 Protection: The module shall also be protected against DC over voltage in BC Mode.

6.1.4.1 Shutting-off of faulty FR-BC module in FR-BC mode shall not affect the operations of other

FR-BC & FR-BC in FR-FC mode.

6.2 Distribution-Switching-Control-Alarm Arrangement: The Distribution-Switching-

Control-Alarm Arrangement, in addition to the facilities specified in Section-5 shall also provide for switching arrangement under SCHEME 1 and SCHEME 2 as elaborated in Clause

6.3 and 6.4 respectively. .

6.3 SCHEME 1 Switching Arrangement: A Block Diagram is shown in Annexure-III. This Scheme is necessary if two nos. of battery bank of identical capacity are used and the total load requirement is more than 50 Amp. This uses two nos battery selection switches(as shown as SW4 and SW5 in Annexure III) and for boost extended charging of anyone battery bank at a time, operator has to carry out manual operation.

The switching arrangement may have knife-switches, Rotary switches or any other suitable arrangement in the same or separate rack for the following facilities.

a) FR-BCs in Auto Float

b) Selection and switching a Group FR-BC for Boost or Float charge operation

To achieve the above, the switching arrangement shall be capable of selecting

6.3.1 Battery Auto Float Charge/Boost Charge selection arrangement for selecting.

i) All the batteries in Auto Float Charge Mode

ii) Battery 1 on boost, others on auto float charge iii) Battery ‘N’ Boost, others on auto float charge

6.3.1.1 The above arrangement shall be provided with a suitable inter-locking arrangement so

that one of the batteries is always on float. In case interlocking arrangement is not feasible due to the rack size, a provision of Alarm shall be made in the event of all the batteries are isolated accidentally.

6.3.1.2 The capacity and number of batteries shall be as order.

6.3.1.3 In case of failure of FR Module(s) supplying load the group of FR-BC modules can be

used to supply load with battery floated across it by operation of the normal/emergency switch(shown as SW3 in Annexure III). By doing so while one pole of this switch will connect Boost bus to load its another pole will ensure that FR-BC modules do not go to boost. Once FR modules have been set right this switch position can be put to normal (as shown).

6.3.2 FR-BC Switching Arrangement shall be provided for connection of FR-BC group to the float

bus for auto float charge operation or boost charge bus for boost charging of the battery after its isolation from the float bus.

6.4 SCHEME 2 Switching Arrangement : The schematic diagram of the scheme as per Annexure-

Page 112: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 112 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

IV may be implemented or otherwise the manufacturer may adopt another suitable design to

The scheme is useful with only one Battery Bank used at a station. However it can also be used with two battery banks is parallel. The scheme is to be used for total requirement upto 50 Amp(using 12.5 Amp FR-BC Modules only). However it can also be used beyond 50 Amp load and upto 100 Amp load using 25 Amp FR-BC Modules as per users choice. Its details are given as under.

6.4.1 The dropper diodes shall be using 14 nos. of diodes of at least 2 times rated current mounted on

suitable heat dissipation platform.

6.4.2 The bypass contact C shall be DC rated to carry at least 1.5 times rated current and coil be

rated at 48V DC nominal.

6.4.3 The control card shall sense the Battery Voltage and will cut in dropper diodes in the Battery to

load path so that the voltage across load remains within 45V to 56.5V at rated load while voltage across Battery may vary between 48V to 64.5V.

6.4.4 The contact C must close automatically in case the AC main has failed or voltage across

Battery Bank is 48V or less.

6.5 The Distribution-Switching-Control-Alarm Arrangement in addition to the facilities specified

in Section-5 shall also provide for :

Functional indications: FR-BCs in Boost Charge Mode.

Alarm Indications: Boost Load Voltage High(above 66V)/Low (below 44.4V)

Page 113: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 113 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

SECTION-7

TESTS AND REQUIREMENTS

7.1 Conditions of tests: Unless otherwise specified, all tests shall be carried out at ambient and

atmospheric conditions.

7.2 Type Tests

The following shall comprise type tests.

a) Visual Inspection (Clause 7.5)

b) Insulation Resistance Test (Clause 7.6)

c) Applied High Voltage Test (Clause 7.7)

d) Radio Frequency Interference Suppression Test (Clause 7.13)

e) Burn-in Test (Clause 7.8)

f) Performance Test (Clause7.9)

g) Test for Protection Device (Clause7.10)

h) Climatic Test (Clause 7.11)

i) Vibration Test (Clause 7.12)

j) MTBF Clculation (Clause 2.20.2)

7.2.1 Only one Power Plant shall be tested for this purpose. The Power Plant shall successfully pass all the type tests for proving conformity with this specification. If the module fails in any of the type test the purchaser or the nominee at his discretion, may call for further module of the same type and output rating and subject it to all the tests or to the test (s) in which failure occurred. No failure shall be permitted in the repeat test (s).

7.3 Acceptance Tests:

The following shall comprise acceptance test:

a) Visual Inspection (Clause 7.5)

b) Insulation Resistance Test (Clause 7.6)

c) Applied High Voltage Test (Clause 7.7)

d) Performance Test (Clause 7.9)

e) Test for Protective Device (Clause 7.10)

7.3.1 Visual Inspection, insulation resistance test and performance test shall be carried out on all

SMPS Based Power Plant.

Page 114: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 114 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Page 29 of 40 Effective from 10.12.2008 RDSO/SPN/TL/23/99 Version 4.0

The following sampling plan shall be adopted for the remaining tests:

Lot Size Sample Size

2-8 2

9-15 3

16-25 5

26-50 8

51-100 13

101-150 20

151-200 32

7.3.1.1 For acceptance of the lot there shall be no failure in any of the test as mentioned under clause

7.3 above.

7.4 Routine Tests

Following shall constitute routine test and shall be conducted by manufacturer on every equipment and test results will be submitted during the inspection.

a) Visual Inspection (Clause 7.5)

b) Insulation Resistance Test (Clause 7.6) c) Applied High Voltage Test (Clause 7.7)

d) Performance Test (Clause 7.9)

7.4.1 The performance test may be carried out only at nominal input voltage during the routine test.

7.5 Visual Inspection:

The system shall be visually inspected to ensure compliance with the relevant requirements of sections 2, 3, 4, 5 & 6.

7.6 Insulation Resistance Test:

This test shall be carried out after Applied High Voltage Test.

The measurement shall be made at a potential of not less than 500V DC. The insulation shall be measured between:

a) AC line terminals and earth

b) DC line terminals and earth

c) AC terminals and DC terminals

The Insulation Resistance values shall comply with clause 2.12.1

7.7 Applied High Voltage Test:

Page 115: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 115 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

This test should be done as per clause no. 2.12.2. Note:

1. Module and Rack should be tested separately

Page 30 of 40 Effective from 10.12.2008 RDSO/SPN/TL/23/99 Version 4.0

2. In Routine Test only one FR-FC, FR-BC module shall be tested.

7.8 Burn-In Test:

The fully equipped rack shall be capable of withstanding Burn-In Test for 72 hours during Type Test ( 8 Hours during Acceptance Test) at an ambient temperature of 50(+ 2) ºC when the equipment is working at full rated load. This test may be performed in a temperature-controlled room with free airflow. The ambient temperature shall be measured at a distance of 1 foot from the equipment under test. The necessary set up for the purpose shall be provided by the manufacturer. The temperature rise of the heat dissipating components above the ambient measured directly or at heat sink in the first eight hours of the test shall not be more than

a) Transformers and Chokes: 70ºC for Grade B insulation. However for higher grade of

insulation, higher temperature rise may be permissible subjected to the following conditions.

i) It is at least 20º C below the permissible limit for the grade of insulation used. ii) The temperature rise shall be at least 30ºC below Curie temperature of the

magnetic material. iii) This temperature shall neither affect the other components nor shall lead to fire

hazard.

b) Transistors/Thyristor/Diodes/FETs/Semiconductor Devices : 60º C or as per

components specification.

7.9 Performance Test:

The Power Plant shall be tested for its output performance (Efficiency, Power Factor, Harmonic Distortion, Psophometric Noise and Ripple Voltage) at the AC Input Voltages 90V/165V, 230V and 260V/300V at different terminals for the Auto Float Mode and Auto Charge Mode respectively.

7.9.1 In Auto Float Mode, reading shall be taken for float voltage setting of 2.2V/cell at load current

in the range 25% load to full load.

7.9.2 In Auto Charger Mode readings shall be taken for boost voltage setting of 2.3V/cell at load

current in the ranges 25% load to full load.

7.9.3 During the performance test the Power Plant shall fulfill the requirement of Efficiency, Power

Factor, Harmonic Distortion, Psophometric Noise, Ripple Voltage etc as given under clauses 4.4, 4.5, 4.6 & 4.10 of this specification.

Page 116: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 116 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

7.9.5 The current sharing of the module working in parallel shall be tested as per Clause 4.11.

7.9.6 All other performance tests shall be carried out as mentioned in sections 2, 3, 4, 5 & 6.

7.10 Tests for Protective Devices:

7.10.1 Short Circuit: During this test, system shall be connected to AC input voltage of 265V/305V.

Output terminals shall be short circuited through a suitable arrangement. Steady short circuit current shall be measured. It should not exceed rated current +5%. There shall not be any damage to charger. Working of over load/ short circuit indications/alarms will also be checked on the FR-FC. This shall be achieved by controlling output current and voltage under short circuit conditions and not by switching off the input/output voltage under short circuit condition.

7.10.2 Reverse Battery Connection: A fully charged battery shall be connected in reverse polarity to

output terminals of charger. There shall be no emission of smoke of undue temperature rise of any component of charger. Working of corresponding indication/alarm will also be checked.

7.10.3 Other protection such as current limiting, voltage overshoot/undershoot, battery monitoring

tests shall be as per clause nos. 4.7, 4.9 & 5.6 respectively.

7.10.4 For lightning protection manufacturer must submit a certificate of Class B and Class C type

protection as per Clause 2.4.4 from International or National Agency.

7.11 Climatic Tests:

7.11.1 The Climatic Tests shall consists of:

i) Dry heat at 55±2 deg C as per IS: 9000 (Pt. III) for 16 hours duration. ii) Damp Heat (Cyclic) Test as per Variant 1 for 6 Cycles with severity of

Upper Temperature 55oC as per IS: 9000 (Pt V/Sec.2) : 1981.

iii) Cold test at 0 deg C for two hours duration as per IS: 9000 (Pt.III).The equipment will be kept inside the chamber in the energized condition in auto charge mode of operation.

7.11.2 These tests shall be performed by configuring the SMPS Based Power Plants as follows.

i) Control & Monitoring Arrangements of ratings for Ultimate Expandable Capacity. ii) One FR-FC or FR-BC module with one standby FR-FC or two standby FR-BC module

i.e. with minimum configuration as per Cl. 2.2.

7.11.3 The climatic test shall be carried out by setting the system in auto charge mode of operation.

During the period of exposure in each test the system shall be connected to supply mains of nominal input voltage and shall deliver the rated output voltage of 2.3V/Cell to a resistive load.

7.11.4 During climatic test, after every climatic cycle, 2-4 hour restoration time in ambient, after completion of climatic tests as specified in para 7.11.1 above, 4 hours restoration time shall be given and insulation and protection tests shall be repeated. There shall not be any malfunction during test.

7.12 Vibration Test (Sinusoidal)

Page 117: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 117 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

7.12.1 The vibration test shall be conducted to withstand the following test conditions.

(i) Frequency 5 to 350 Hz

(ii) Amplitude ±6mm constant displacement or 1.5 g

constant acceleration whichever is less.

(iii) Direction of vibration X,Y,Z

(iv) Duration/axes 2 Hours

7.12.2 Endurance test by Frequency sweep: Frequency shall be varied at the rate of 1 octave per

minute from min (5 Hz) to max (350 Hz) and maximum to minimum constituting one full sweep. The total duration of the endurance shall be 6 hours and this shall be conducted in all the three axis preferably with equal distribution.

7.12.3 The equipment is to be vibrated in three mutually perpendicular directions.

7.12.4 The frequency is to be varied continuously from the lowest to the highest value over the specified range, at such rate that resonances can be easily detected. The rate of change of frequency will not normally exceed one octave in one minute. Resonances may be observed by stroboscope or other means. All frequencies at which assemblies are detected to resonate shall be noted.

In case the Vibration Tests are not feasible on the SMPS Based Power Plants, the same may be conducted on basic modules mounted in Card-Cage in a packed condition or in a box.

7.12.5 At the end of the test the equipment is to be examined for mechanical damages and electrical

performance.

Note: Vibration test is to be conducted on one FR-FC, FRBC module. In case the vibration tests are not feasible on the unit the same may be conducted on control cards mounted in card-edge, in a packed condition or a Box.

7.13 Radio Frequency Interference Suppression Test

This test shall be done to examine compliance with Clause 2.14 and shall be conducted during Type Test only. Separate Test will be required for power plants working on three phase and single phase input AC. EM/RFI test shall be conducted on one FR-FC-BC module of each type viz 12.5A, 25A, 50A SMPS Module separately.

7.14 Final examination and measurements:

After completion of vibration test the equipment is finally to be checked for any mechanical damages and performance tests as specified in clause number 7.9 are to be conducted.

7.15 Training Documents

Comprehensive Training Documents shall be submitted during Initial Type Approval. Training Documents should include Design Details, Detailed Circuit Diagram, Component Layout Plan,

Page 118: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 118 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Preventive Maintenance Procedures, Corrective Maintenance Procedures etc. The Training Documents shall be structured in the form of Instructors Notes, Power Point Presentations, Trainee Notes, Course Materials etc. This Training Documents shall be reviewed by IRISET/SC and subsequently manufacturers shall supply copies of these Training Documents to Training/Maintenance Units along with delivery of Power Plant(s).

Page 119: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 119 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

SECTION 8

INFORMATION TO BE SUPPLIED BY THE PURCHASER

8.1 The type of battery to be used, VRLA or Conventional Lead Acid (Clause. 1.1, Section I)

8.2 For Single Phase, Incoming Power Supply range either 90V-300V or 165V-260V. (Clause 1.3

of Section 1).

8.3 Battery capacity (Clause. 5.6.3 of Section 5) and numbers. of battery bank.

8.4 Ultimate Expandable Capacity of the Power Plant in terms of load(Clause 2.2 of Section 2). 8.5 Type, Number& Configuration of SMR Modules (Clause. 2.2, Section 2) 8.6 Power Plant will work on Single phase or 3 phase (Cl. 2.4.1, Section 2) 8.7 Power Plant to work as Float Rectifier–cum–charger (FR-FC) Mode or Float Rectifier– cum-

charger–Boost Charger (FR-FC-BC) Mode.

Page 120: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 120 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

ANNEXTURE & DRAWINGS(Technical)

Page 121: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 121 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

ANNEXURE-I

Page 122: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 122 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

ANNEXURE-II Schematic Diagram for connection of Class D Surge Arrestor for SMPS Power Plant

Page 123: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 123 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

ANNEXURE-III

Power Plant having Manual Boost Charging Changeover Arrangement using a least two Battery Banks.

Page 124: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 124 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

ANNEXURE-IV

Power Plant having Automatic Boost Charging Changeover Arrangement using only one or more Battery Banks.

Page 125: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 125 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

ANNEXURE-V

General Requirements : Radio Frequency Interference Suppression: The system (FR-FC, FR-BC & DSCA modules) shall be designed to minimize the level of electromagnetic interference (EMI), both conducted and radiated, detected in its vicinity and generated by the module and shall comply the following clause.

1. Radiated Emission from the single phase and three Phase power equipment.

Requirement: Any network of conductors and apparatus connected thereto shall not exceed the level of field strength specified in IEC-CISPR 22 'A' as given below:

Frequency (F) (MHz) Distance (Meters) Quasi peak limits dB(VV/m)

30-230 10M 40 dB ((VV/m) 230-1000 10 M 47 dB ((VV/m)

1. The lower limit shall apply at the transition frequency. 2. Additional provisions may be required for cases where interference occur.

Test Procedure: Test setup, Test procedure & Measurements shall be conducted as per IEC – CISOPR 22.

2. Conducted Emission Limits: All conducted emissions from power equipment or accessories

connected thereto, intended to be connected to the power lines of a public utility shall not exceed. the limits specified in IEC-CISPR 22'A' as given below :

Frequency (MHz) Quasi peak limits Average limit dB(VV)

dB(VV)

0.15 – 0.5 79 dB ((VV) 66 dB ((VV)

0.5 – 30.0 73 dB((VV) 60 dB ((VV/m)

The lower limit shall apply at the transition frequency..

Test Procedure: Test set up, Test procedure & Measurements shall be conducted as per IEC-CISPR 22.

3. Conducted Susceptibility Limits : Power equipment used in Telecom Network shall not

malfunction when high voltage surge as specified below is superimposed at the input power mains to the power equipment, for more than two seconds as per IEC 61000 – 4-12 9(b). The equipment shall also not fail or degrade in performance after the surge is withdrawn.

Test levels: Voltage Rise time (First peak): 75 nano sec ±20% Oscillation Frequencies : 100 KHz & 1 MHz ±10%

Repetition rate : at least 40/s for 100KHz and 400/s for 1 MHz Decaying : 50% of the peak value between the 3rd & 6th periods.

Burst duration : not less 2 S Surge amplitude : 250V (-10%) to 2.5 KV (+ 10%)

Page 126: 1446815317312_New tender SNT JU 24R 15 16

Signature of Tenderer/s Page 126 of 131 For Sr.DSTE/Works

North-Western Railway, Jodhpur

Test Procedure: Test set up, Test procedure & Measurements shall be as per IEC 61000-4-12. EMI surge of specified levels injected on power leads of test sample shall not cause degradation of performance or malfunction

4. Electrostatic discharge (ESD) immunity limits: the limits shall be as per IEC 61000 -4-2,

9(1) (Both contact discharge method and Air discharge method) as given below :

Test level:

Contact discharge Air discharge

Level Test voltage KV Level Test voltage KV

4 8 4 15

Test Procedure: This test shall be conducted as per IEC 61000-4-2 for both requirements &

unit shall comply of clause 9(1) of IEC 61000-4-2.

5. Electrical fast transient/Burst immunity limits : The limits shall be as specified in IEC

61000-4-4.

Test level:

Open-circuit output test voltage (±20%)

Level On power supply port, Protection Earth

Voltage peak KV4 Repetition rate KHz

4 4 2.5

Rise time of one Pulse -5 ns ±30%

Impulse duration - 50 ns ±30%

Test Procedure: This test shall be conducted as per IEC 61000-4-4. Test results shall be in compliance of clause 9(1) of IEC 61000-4-4.

6. Radiated radio-frequency Electromagnetic field immunity limits: The limits as per IEC

610004-3.

Test level:

Frequency range: 80MHz to 1000 MHz

Level Test field strength V/m

3 10

Test Procedure: This test shall be conducted as per IEC 61000-4-3. Test results shall be in compliance of clause 9(a) of IEC 61000-4-3.

7. Surge Immunity limits: The limits as per IEC 61000-4-5.

Test level:

Page 127: 1446815317312_New tender SNT JU 24R 15 16

Signature of tenderer Page 127 of 131 For Sr.DSTE/Works.

North Western Railway, Jodhpur

Level Open circuit test voltage (± 10%) KV

1 0.5 2 1.0

3 2.0

4 4.0

Voltage surge – 1.2/50Vs Amplitude - 2KV (DM)

- 4KV (CM) - After testing for 4KV, the amplitude shall also be increased to 6KV (1.2/50 Vs Combined wave form as per EEE C62 41 – 1991 to cover lightening/Surge protection test also.

Test results shall be in compliance of clause 9(b) of IEC 61000-4-5.

Test Procedure: This test shall be conducted as per IEC 61000-4-5. After testing for 4KV, the amplitude shall also be increased to 6KV (1.2/50 Vs). Combined wave form as per EEE C62.41-1991 (to cover Lightening/Surge protection test also.).

Note: The rated voltage of the MOVs issued for the above shall not be less than 320V.

8. Radio Frequency Conducted Susceptibility immunity limits: The limits as per IEC 61000-4-6.

Test level:

Frequency range: 150 KHz – 80 MHz

Level Voltage level ( e.m.f.)

3 10

Test Procedure: This test shall be conducted as per IEC 61000-4-6. Test results shall be compliance of clause 9(a) of IEC 61000-4-6

Page 128: 1446815317312_New tender SNT JU 24R 15 16

Signature of tenderer Page 128 of 131 For Sr.DSTE/Works.

North Western Railway, Jodhpur

PART II

SCHEDULE OF WORK

Page 129: 1446815317312_New tender SNT JU 24R 15 16

Signature of tenderer Page 129 of 131 For Sr.DSTE/Works.

North Western Railway, Jodhpur

Name of Work:-Replacement of Batteries on age-cum-condition basis for OFC Huts at 11 stations viz.

RKB, MDB, MMY, TIW, SRK, MWT, STSN, KRC, KHTU, GOTN, SWF over Jodhpur division in North

Western Railway

SN Description of Item Unit Qty Rate Amount Inspection Authority

Schedule- NS Items

1 Supply of SMPS based Battery Chargers

as per RDSO Spec for Telecom use 48

volts, 25 Amps in 2+1 configuration

modules of 25 Amps with ultimate

expandable capacity 50 Amps, automatic

switching between the modules as per

RDSO Spec No.

RDSO/SPN/TL/23/99/V3 or latest.Along

with two potential free contacts.

No. 11 83282.70 916109.70 RDSO

2 Module for SMPS 25 Amps/48VDC

suitable for item no 1

No. 11 24188.89 266077.80 Consignee

3 Supply of Maintenance free free VRLA

Batteries set of 48V-200 AH as per

RDSO specification IRS Spec. No.

IRS:S.93/96(A) with amendments-1(Each

battery set shall be of 24 batteries of

2V200AH)

No. 11 88980.66 978787.26 RDSO

4 Installation of Battery chargers, batteries,

Battery rack, Power distribution Board

along with MCBs of suitable ratings and

wiring and commissioning of External

alarm contacts through EMS. The work

includes supply of battery rack, MCBs,

battery cable and battery lugs and other

accessories required for installation of

power plant.

No. 11 2394.75 26342.25 Consignee

Total 2187317.01

Page 130: 1446815317312_New tender SNT JU 24R 15 16

Signature of tenderer Page 130 of 131 For Sr.DSTE/Works.

North Western Railway, Jodhpur

NORTH WESTERN RAILWAY, JODHPUR DIVISION

TENDER FORM ( RATE FORM) ( Rate should be quoted both in figures as well as in words

1. NIT NO. : S&T/JU/24R/2015-16 2. Date of opening : 11.12.2015 3. Name of Work : Replacement of Batteries on age-cum-condition basis for OFC Huts

at 11 stations viz. RKB, MDB, MMY, TIW, SRK, MWT, STSN, KRC, KHTU, GOTN, SWF over

Jodhpur division in North Western Railway. 4. Cost of Work : Rs2187317/-R/O 5. Earnest Money : Rs.43750/- in favour FA & CAO NWR Jaipur. 6. Completion period : 06 Months. 7. Tender Form Cost : Rs3000/- in favour of Sr.DFM NWR Jodhpur. 8. Similar Nature of work: Not applicable.

I/We hereby agree and abide to do the work as per schedule as per below

S.No Reference of SOR S&T2012/N.S items

Total Basic Cost Rate to be quoted by the tenderer Above/Below/At Par in percentage on Basic Cost/ base rate.

In Figures In Words

1. Schedule N.S Items

Rs. 2187317.01/-

1. Rate to be quoted by the tenderer inclusive of all Taxes as per extend rules. 2. The quantities shown in above schedule are approximate & are as a guide to give the

tenderer(s) an idea of quantities of work involved. The Railway reserves the right to increase/ decrease and/ or include any of quantity given in the schedule of work and no extra rate will be allowed on this account.

Signature of the Tenderer(S)

Page 131: 1446815317312_New tender SNT JU 24R 15 16

Signature of tenderer Page 131 of 131 For Sr.DSTE/Works.

North Western Railway, Jodhpur

END OF DOCUMENT