northern coalfields limited tender and contract · pdf filenorthern coalfields limited ....

109
Northern Coalfields Limited TENDER AND CONTRACT DOCUMENT NAME OF WORK: Earthwork in formation, construction of bridges, P-way works, building, S&T, Electrical and other miscellaneous works in connection with modification of Dudhichua yard for 2 nd silo of NCL, District Sonebhadra (U.P.) Tender No. :-RITES/RPO-LKO/5915/NCL/2 PART – 1 TECHNICAL BID Consultants for the Work: Tender Document issued to RITES LIMITED Name of Tenderer _________ (A Government of India Enterprise) Address of Tenderer _________ REGIONAL PROJECT OFFICE, Signature of Officer issuing the Near Sewa Hospital, NH-24, Document with Designation and Sitapur Road, Lucknow-227208 Date of issue______________ Phone : 0522-2734894, 2734895 Fax No.: 0522-2734893

Upload: lekiet

Post on 07-Feb-2018

223 views

Category:

Documents


0 download

TRANSCRIPT

Northern Coalfields Limited

TENDER AND CONTRACT DOCUMENT

NAME OF WORK:

Earthwork in formation, construction of bridges, P-way works, building, S&T, Electrical and other miscellaneous works in connection with modification of Dudhichua yard for 2nd silo of NCL, District Sonebhadra (U.P.)

Tender No. :-RITES/RPO-LKO/5915/NCL/2

PART – 1

TECHNICAL BID

Consultants for the Work: Tender Document issued to RITES LIMITED Name of Tenderer _________ (A Government of India Enterprise) Address of Tenderer _________ REGIONAL PROJECT OFFICE, Signature of Officer issuing the Near Sewa Hospital, NH-24, Document with Designation and Sitapur Road, Lucknow-227208 Date of issue______________ Phone : 0522-2734894, 2734895 Fax No.: 0522-2734893

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 1

CONTENTS

S.No. Details Page PART – 1 (Technical Bid) SECTION No 1 Notice Inviting Tender and Instructions to

Bidders. 03-51

SECTION No 2 Tender and Contract Form 52-55 SECTION No 3 Special Conditions 56-74 SECTION No 4 Schedules A to F 75 -82 SECTION No 5 Technical Specifications 83-106 SECTION No 6 Drawings 107-108 PART – 2 (Financial Bid)

SCHEDULE (BILL) OF QUANTITIES

-

PART -3

General Conditions of Contract *

SECTION No 7 Conditions of Contract SECTION No 8 Clauses of Contract SECTION No 9 RITES Safety Code SECTION No 10 RITES Model Rules for Protection of

Health and Sanitary Arrangements for Workers

SECTION No 11 RITES Contractor’s Labour Regulations *General Conditions of Contract (Compilation of Sections 7 to 11) is available with all correction slips upto date in RITES website.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 2

PART-1

TECHNICAL BID

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 3

Section - 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 4

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL 1.1 Tender Notice

Tenders are invited by Northern Coalfields Limited (Employer) from working Contractors (including Contractors who have executed works within the last five years reckoned from the Scheduled date of opening of tenders) of Railways, CPWD, MES, DOT, NCL,RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central/State Governments or Public Ltd. Co., listed on BSE/NSE for the work of “Earthwork in formation, construction of Bridges, P-way works, Building, S&T, Electrical and other miscellaneous works in connection with modification of Dudhichua yard for 2nd silo of NCL, District Sonebhadra (U.P.)”. M/s RITES Ltd are the consultant for the work.

1.1.1 Tenders are invited in Two Packet System. (Note : Throughout these bidding documents, the terms ‘bid’ and ‘tenders’ and their derivatives are synonymous.)

1.2 Estimated Cost of Work

The work is estimated to cost Rs.21.80 Crore (Rupees Twenty One Crore Eighty lakh Only). This Estimate, however, is given merely as a rough guide.

1.3 Time for Completion

The time allowed for completion will be 10 months from the date of start which is defined in Schedule F under Clause 5.1a of Clauses of Contract.

1.4 Brief Scope of Work:

The scope of work and major activities broadly comprises of:

(i) Earth work in formation i.e. cutting including weathered rock, embankment with provision of blanketing layer as per RDSO guide lines.

(ii) Construction of minor bridges (Box Culvert)

(iii) Laying of new track, renewal of existing track including turnouts, dead ends and provision of glued joints.

(iv) Construction of retaining walls and other miscellaneous/incidental protection works required for completion of the work.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 5

(v) Signaling-Design, Supply, Installation Testing and Commissioning of: Points, signals and slot control operated from Central Panels to be provided in the room of S&T Building . Block working between Shaktinagar – Dudhichua yard with IRS push button type tokenless block instrument.

(vi) Design, Supply, Installation, Testing and Commissioning of Point to Point Communication, VHF Communication System and Section Control System on Quad Cable..

(vii) Yard and Building Electrical work.

(viii) Foot Over Bridge and In Motion Weigh Bridge.

Note: Alignment Plan and typical GA plans of bridges are enclosed with the tender document as tender drawings for better understanding of the work. However, all these drawings are subject to change.

1.5 Availability of Site: The site for the work is available. 2.0 QUALIFICATION CRITERIA TO BE SATISFIED 2.1 The Qualification Criteria to be satisfied is given at Annexure-I enclosed. 2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether

Normal or Large. Normal Works are those costing upto Rs.30 Crores each and Large Works are those costing more than Rs.30 Crores. The work for which the tender is being invited falls under the category of Normal.

2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls in Normal area or Difficult area. Difficult area includes North East States, Jammu & Kashmir, Jharkhand, Chattisgarh and Andaman & Nicobar Islands. Normal area covers all areas other than Difficult area. The work for which this Tender has been invited falls under Normal area.

2.4 Joint venture is not allowed. 2.5 The documents to be furnished by the Bidder to prove that he is satisfying the

Qualification Criteria laid down should all be in the Bidder’s name, except in cases where though the name has changed, the owners continued to remain the same and in cases of amalgamation of entities.

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA 3.1 Other than Joint Ventures The tenderer shall furnish a Letter of Transmittal as given in ANNEXURE II A

enclosing the documents mentioned therein/listed in para 1(a) of Annexure IA. 3.2 & 3.3 - Not Applicable

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 6

4.0 CONTENTS OF TENDER DOCUMENT

4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and addenda issued in accordance with para 7:

PART – 1:- Technical Bid Packet

Section 1 Notice Inviting Tender and Instructions to Tenderers. Section 2 Tender and Contract Form. Section 3 Special Conditions Section 4 Schedules A to F Section 5 Technical Specifications Section 6 Drawings

PART – 2 :- Financial Bid Packet

Schedule of Quantities (Bill of Quantities) PART – 3:- General Conditions of Contract of RITES

(read with latest correction slip ) Section 7 Conditions of Contract Section 8 Clauses of Contract Section 9 RITES Safety Code Section 10 RITES Model Rules for protection of Health and Sanitary arrangements for Workers Section 11 RITES Contractor’s Labour Regulations.

4.2 RITES General Conditions of Contract (Compilation of Sections 7 to 11) with upto

date correction slips is available in RITES website www.rites.com.

5.0 ISSUE OF TENDER DOCUMENT 5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para

4.1 above can be seen in the office of the Regional Project Office, RITES Ltd., Near Sewa Hospital, NH-24 Sitapur Road, Lucknow, 227208 between hours of 11.00 hrs and 16.00 hrs every day except on Saturdays, Sundays and Public Holidays.

5.2 One set of Tender Document may be purchased from the office of Regional Project

Office, RITES Ltd., 13 Km, NH-24 Sitapur Road, Lucknow, 227208 from 12.10.2012 to 07.11.2012 between 11 hrs to 16.00 hrs on all working days except Saturdays, Sundays and public holidays for a non refundable fee per set of Rs. 15000/- (Rupees Fifteen Thousand only) in the form of Demand Draft/Pay Order/Banker’s Cheque drawn on any Scheduled Bank payable at Lucknow in favour of RITES Ltd, on submission of an application.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 7

5.3 Tender Documents including drawings can also be downloaded from RITES Website (www.rites.com) and in such a case, the Tenderer shall deposit the cost of tender documents along with submission of tender, failing which his tender shall not be opened. The cost of tender documents shall be deposited in the form of a separate Demand Draft/Pay Order/Bankers Cheque and enclosed in the envelope containing the Earnest Money Deposit. The amendments/clarifications to the Tender documents will also be available on the above website.

5.4 Tender documents downloaded from Employer/RITES website shall be considered

valid for participating in the tender process. During the scrutiny of downloaded tender document, if any modification/correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a Tenderer is liable to be rejected. In case the bid of a Tenderer who has downloaded the document from website is accepted, the contract shall be executed in the original/manual tender document issued by Regional Project Office, RITES Ltd., Near Sewa Hospital, NH-24 Sitapur Road, Lucknow, 227208.

5.5 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may notify DGM/C-2, RITES Ltd. in writing or by telefax or by E-mail at the postal address Regional Project Office, RITES Ltd., Near Sewa Hospital, NH-24 Sitapur Road, Lucknow, 227208, Fax No. 0522-2734893, E-mail address [email protected] . In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications including request for Extension of Time for submission of Bid, if any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the name of Bidders who had raised the questions. Any modification of the Tender Document arising out of such clarification will also be uploaded on RITES website only. In case where Pre-Bid Meeting is proposed to be held, provision in pare 6.0 below may be referred to.

6.0 PRE-BID MEETING

6.1 The tenderer or his official representative is invited to attend a pre-bid meeting at 3.30 PM on 30.10.2012. which will take place at the Office of General Manager, Dudhichua, NCL, Distt. Sonebhadra,U.P.

6.2 The tenderers are required to submit any question on issues relating to the tender in

writing or by telefax or by Email so as to reach DGM/C-2, RITES Ltd. in writing or by telefax or by E-mail at the postal address Regional Project Office, RITES Ltd., Near Sewa Hospital, NH-24 Sitapur Road, Lucknow, 227208, Fax No. 0522-2734893, E-mail address [email protected] not later than 3 (three) days before the date fixed for the meeting.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 8

6.3 The purpose of the meeting will be to clarify issues raised and to answer supplementary questions on such issues.

6.4 Minutes of the meeting including the text of the questions raised (without identifying

the source of enquiry) and the responses given will be uploaded on RITES website. Any modifications of the Tender Document which may become necessary as a result of the Pre-bid meeting shall be made exclusively through the issue of an Addendum/Corrigendum and not through the Minutes of the Pre-bid Meeting. The Minutes of the Meeting as described above and the Addendum/Corrigendum, if any, will be uploaded on RITES website only.

6.5 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a

tenderer. 7.0 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of tenders, the Tender Document may be modified

by Employer by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 7 days prior to the deadline for submission of tenders as finally stipulated.

7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become a

part of the tender document. All Tenderers are advised to see the website for addendum/ corrigendum to the tender document which may be uploaded up to 7 days prior to the deadline for submission of tender as finally stipulated.

7.3 To give prospective tenderers reasonable time in which to take the addenda/ corrigenda into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by Employer.

8.0 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 120 days from the due date for submission of

Tender or any extended date as indicated in sub para below. 8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to

the expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity for a specified additional period. The request and the Tenderer’s response shall be made in writing. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Financial Bid to a higher amount but will be required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY 9.1 The Tender should be accompanied by Earnest Money of Rs. 21.80 Lacs (Rupees

Twenty One Lacs Eighty Thousand only) in any of the forms given below:-

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 9

Banker’s Cheque/Pay Order/Demand Draft payable at Lucknow, drawn in favour of RITES Ltd.

9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be

rejected by the Employer as non-responsive. 9.3 Refund of Earnest Money

a) Two Packet System

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed by the Employer subject to provisions of Para 9.4 (b). The Earnest Money of the tenderers whose Technical Bid is found acceptable but Financial Bid is rejected will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4 (b). b) Single Packet System :- Not applicable c) The Earnest Money shall be refunded only through Electronic Fund Transfer. The

tenderer shall submit RTGS/NEFT Mandate Form as per proforma given in Annexure IX, duly filled in.

d) In case of both Two Packet and Single Packet System, the Earnest Money of the successful Tenderer, without any interest, will be adjusted as a part of the Security Deposit payable in terms of provisions in the General Condition of Contract (Clause 1A of Clauses of Contract).

9.4 The Earnest Money is liable to be forfeited

a) If after bid opening but before expiry of bid validity or issue of Letter of Acceptance, whichever is earlier, any Tenderer

i) Withdraws his tender or ii) makes any modification in the terms and conditions of the tender which

are not acceptable to the Employer.

b) In case any statement/information/document furnished by the Tenderer is found to be incorrect or false.

c) In the case of a successful Tenderer, if the Tenderer

i) Fails to furnish the Performance Guarantee within the period specified

under Clause 1 of “Clauses of Contract” or ii) Fails to commence the work without valid reasons within the period as

specified in Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 10

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in para 7.0 above. Alternatives or any modifications shall render the Tender invalid.

11.0 SUBMISSION OF TENDER 11.1 Two Packet System and Single Packet System.

(a) Two Packet System

The tenderer shall submit the Tender in original in two packets as under:- PACKET A :- TECHNICAL BID Envelope 1 Earnest Money alongwith Mandate Form as per

Annexure IX duly filled in and cost of tender document, if the bid is submitted on the document downloaded from RITES Website .

Envelope 2 “Authority to Sign”, ‘Integrity Pact’(When applicable)

and Qualification Information along with all enclosures/documents as per Letter of Transmittal/ Checklist given in Annexure II A. As regards “Authority to Sign” Para 11.2 below may be referred to. As regards ‘Integrity Pact’, para 11.7 below may be referred to.

Technical Bid (Part 1 and Part 3)(Refer Para 4.1)including signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. Each page of the above documents including all Drawings should bear the dated initials of the tenderer along with the seal of the Company, in token of confirmation of having understood the Contents.

PACKET B :- FINANCIAL BID Envelope 3 Schedule/Bill of Quantities.

Each page of the Financial Bid (Part 2-Refer Para 4.1) should be signed by the Tenderer along with the seal of the company. In the last page of Financial Bid, at the end, the Tenderer should sign in full with the name of the Company, Seal of the Company and Date. All rates and amounts, whether in figures or words, must be written in indelible ink. Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 11

The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paisa and less and considering more than fifty paisa as rupee one. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities. Instructions contained in subsequent Para 17.6 on “Item rate tender” and 17.6 (b) on “Percentage rate tender” may be carefully studied and complied with. b) Single Packet System :- Not applicable

11.2 Authority to Sign

a) If the applicant is an individual, he should sign above his full type written name and current address.

b) If the applicant is a proprietary firm, the Proprietor should sign above his full

type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by a partner holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be

signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) Not applicable.

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i) There shall be no additions or alterations except those to comply with the

instructions issued by the Employer or as necessary to correct errors, if any, made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in

the Financial offer will however be accepted.

iii) The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the conditional

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 12

rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders

11.4.1 Two Packet System

(a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1(a) above should be sealed separately superscribing “Technical Bid” with Envelope Number, Name of the work and Name of the tenderer. In addition, the following should also be superscribed on the respective envelopes.

Envelope 1 i) Earnest Money alongwith Mandate Form as per Annexure IX.

ii) Cost of Tender Document, if the Bid is submitted on the document downloaded from RITES website.

Envelope 2 i) Authority to Sign, Integrity Pact(When

applicable as per para 11.7 below) and Qualification Information/ documents as per checklist in Annexure IIA.

ii) Technical Bid including Drawings. Both the envelopes should be put in a packet which should be sealed. The following should be superscribed on the packet: i) Packet A – Technical Bid ii) Name of the Work iii) Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in a packet B which should be sealed. The following should be superscribed on the packet. i) Packet B – Financial Bid

ii) Name of the work

iii) Name of the tenderer

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 13

(c) Both packets A and B should be put inside an outer envelope and sealed. This envelope should be superscribed with the following details:

i) Tender for (Name of work) ii) Tender number

iii) Date and time of opening of Tender

iv) From (Name of tenderer)

v) Addressed to RITES, Lucknow.

11.4.2 Single Packet System:- Not applicable.

11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras 11.4.1/11.4.2 above, the Employer will assume no responsibility for the misplacement

or premature opening of the Tender. 11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by the Employer at the following address not later than

14.00 hrs on 09.11.2012. In the event of the specified date for the submission of the Tender being declared a holiday due to Strike/Bandh or on any account by the Employer, the Tenders will be received up to the appointed time on the next working day.

Address for submission of Tender: Northern Coalfields Limited C/O RITES Ltd., Regional Project Office,

Near Sewa Hospital, NH-24 Sitapur Road, Lucknow, 227208.

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the Tenderer previously subject to the original deadline will be subject to new deadline.

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of Tender will be returned unopened to the Tenderer.

11.7 Integrity Pact

(i) The Bidder/contractor is required to enter into an Integrity Pact with the EMPLOYER, in the Format at Annexure VIII. The Integrity Pact enclosed as Annexure VIII will be signed by NCL at the time of execution of Agreement

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 14

with the successful Bidder. While submitting the bid, the Integrity Pact shall also be signed by the duly authorized signatory of the Bidder. In case of failure to submit the Integrity Pact duly singed and witnessed, along with the bid, the bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid

Document and the Integrity Pact, the former will prevail. Provided always that provision of this para 11.7 – Integrity Pact, shall be

applicable only when so provided in para 11.7A below which will also stipulate the name and address of the Independent External Monitors as well as the Name, designation and address of the official nominated by the EMPLOYER to act as the Liaison Officer between the Independent External Monitor and the Engineer-in-Charge as well as the Contractor.

11.7A Whether para 11.7 (Integrity Pact) shall be applicable Yes If Yes, Name and Address of the Independent External Monitor (In case value of contract is Rs.10 crores or more)

(i) Sh Brijesh Kumar, IAS (Retd.) A-21, Kachnar Estate, Sector Gamma -1 Greater Noida – 201308.

(ii) Sh.M.N.Buch, IAS (Retd.) B-1/403, PWO Housing Complex, Sector – 43 Gurgaon – 122002 (Haryana).

Name, Designation and Address of Liaison Sh. G K Sharma

Officer General Manager/Civil NCL, HQ

Singrauli

11.8 Modification and Withdrawal of Bids 11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the

deadline prescribed in para 11.5 for submission of Bids. 11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and

delivered in accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.

The envelopes for modifications on ‘Technical Bid’ and Financial Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Financial Bid’ as the case may be.

11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated

below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadline for submission of Bids, such offer will not be considered for Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 15

his original offer without considering the suo moto offer, the rebate / discount offered will be taken into account for incorporation in the Contract Agreement.

11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after

the deadline for submission of bids shall result in forfeiture of the Earnest Money. 12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF

APPLICATIONS 12.1 The Employer will open all the Tenders received (except those received late or

delayed)as described in para 12.2/12.3 below, in the presence of the Tenderers or their representatives who choose to attend at 14:30 hrs on 09.11.2012 in the office of Regional Project Office, RITES Ltd., Near Sewa Hospital,NH-24 Sitapur Road, Lucknow, 227208. In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Two Packet System (a) The PACKET A will be opened and Envelope 1 containing Earnest Money and cost of

Tender Document (where Bid is submitted in the document downloaded from RITES Website) of all the Tenderers will be opened first and checked. If the Earnest Money furnished is not for the stipulated amount are not in an acceptable form and where applicable ,the cost of Tender Document has not been enclosed for the correct amount and in an acceptable form ,the Envelope 2 of PACKET A (TECHNICAL BID) and PACKET B will be returned to the Tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of other tenderers who have furnished Earnest Money of correct amount in acceptable form and where applicable the cost of Tender Document for the correct amount in acceptable form will then be opened. The tenderer’s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by the Employer at the time of opening of Packet A. PACKET B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted for evaluation will be checked if the seals are intact. All such PACKETS B will be put in an envelope and sealed. The Employer’s official opening the Tender will sign on this envelope and will also take the signatures of preferably atleast two Tenderers or their representatives present. This envelope will be kept in safe custody by the Employer.

(b) The Employer will scrutinise the Technical Bids accepted for evaluation to determine

whether each Tenderer

(iii) has submitted ‘Authority to sign’ as per para 11.2 above and Integrity Pact (where applicable)duly signed and witnessed as per para 11.7 above;

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 16

(iv) meets the Qualification Criteria stipulated in Para 2.0; and (v) conforms to all terms, conditions and specifications of the Tender Document

without any modifications or conditions. (c) If required, the Employer may ask any such tenderer for clarifications on his Technical

Bid. The request for clarification and the response from the Tenderer will be in writing. If a tenderer does not submit the clarification/document requested, by the date and time set in the Employer’s request for clarification, the bid of such Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found acceptable will be advised of the same and their Earnest Money and PACKET B (FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated in writing of the time and date and place where and when the PACKET B (Financial Bid) will be opened.

(d) At the appointed place, time and date, in the presence of the Tenderers or their

representatives who choose to be present, the Employer will open the envelopes containing the PACKET B (FINANCIAL BID). The Tenderer’s name, the tender amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

12.3 Single Packet System:- Not applicable

13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER (i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the

tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such tender is likely to be rejected.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 17

(ii) The Competent authority of the Employer does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The Competent authority of the Employer reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The tenderer shall not be permitted to tender for works if his near relative is posted as

regular employee with NCL or is posted with RITES as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the tenderer would render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a Contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is liable for rejection.

17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the Tenderer in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 18

worked out by the Tenderer shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the Tenderer or it does not correspond with the rates written either in figures or in words then the rates quoted by the Tenderer in words shall be taken as correct. Where the rates quoted by the Tenderer in figures and in words tally but the amount is not worked out correctly, the rates quoted by the Tenderer will, unless otherwise provided, be taken as correct and not the amount. In the event that no rate has been quoted for any item(s), leaving space both in figure (s) or word(s) and the amount blank, it will be presumed that the Tenderer has included the cost of this/ these item (s) in other items and rate for such item (s) will be considered as zero and work will be required to be executed accordingly.

b) In case of percentage Rate Tender only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the Tenderer in percentage rate tender shall be accurately filled in figures and words so there is no discrepancy. If, for any Schedule in Financial Bid, the total amount has been indicated by the Tenderer and if discrepancy is noticed in the percentages quoted in words and figures, then the percentage which corresponds with the total amount, shall, unless otherwise proved be taken as correct. If the total amount is not worked out or if worked out, it does not correspond with the percentage written either in figures or in words, then the percentage quoted by Tenderer in words shall be taken as correct. When the percentages quoted by the Tenderer in figures and words tally but the total amount is not worked out correctly, the percentage quoted by the Tenderers shall be taken as correct, unless proved otherwise and the total amount worked out accordingly.

17.5 In the case of any Item rate tender where unit rate of any item/items appear unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.6 (a)In Item rate Tender ,all rates shall be quoted on the tender form. The amount for

each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount in each schedule should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word “Rs” should be written before the figure rupees and word ‘P’ after the decimal figures (eg.) Rs.2.15P and in case of words the word “Rupees” should precede and the word “Paisa” should be written at the end.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 19

17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess on material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to the Contactor by the Employer after satisfying that it has been actually and genuinely paid by the Contractor.

17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation. Any Bidder who has submitted a Bid for the work shall not be witness for any other Bidder for the same work.Failure to observe the above stipulations would render all such Tenderer submitted as a Bidder and/or as a witness, liable to summary rejection.

17.9 The Contractor shall be fully responsible for all matters arising out of the Performance of the Contract and shall, at his own expense, comply with all laws/acts/enactments/orders/regulations/obligations whatsoever of the Government of India, State Government, Local Body and any Statuary Authority.

18.0 SIGNING OF CONTRACT AGREEMENT 18.1 The Tenderer whose tender has been accepted will be notified of the award by the

employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity period, in the form at Annexure VI.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.2 Within the period specified in Clause 1 of `Clause of Contract’, of the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee( where applicable) in the format prescribed .

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful tenderer that his tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure VII. The agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 28 days stipulated above will be extended suitably.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 20

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS 1. Annual Financial Turnover

The bidder should have achieved a minimum annual financial turnover of Rs.21.8 Crore in any one of the last 5 financial years.

Notes :

- The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

- Closing stocks in whatsoever manner should not form part of turnover. - Weightage of 5% (compounded annually) shall be given for equating the financial

turnover of the previous years to the current year.

- For considering the financial years, for example for a work for which the tender is being opened in financial year 2011-12, the last five financial years shall be 2010-11, 2009-10, 2008-09, 2007-2008 and 2006-07. For a tender opened on (say) 06.06.11 (F.Y. 2011-12), with weightage of 5% compounded annually, the weightages to be applied on the Turnover of the previous five Financial Years will be : F.Y. 2010-11 = 1.050; F.Y. 2009-10 = 1.103; F.Y. 2008-09 = 1.158; F.Y. 2007-08 = 1.216; F.Y. 2007-07 = 1.276.

- The bidder should furnish Annual Financial Turnover for each of the last 5 Financial years in tabular form as per Proforma-4 and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criteria.

- The Tenderer should submit self attested copy of Auditor’s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant financial year in which the minimum criterion is met. Provisional audit reports or certified statements may not be accepted.

- If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the five financial years immediately preceding the previous year may be adopted for evaluating the credentials of the bidder.

- In case JV is permitted the following provisions will apply:

Large Works For each Partner, the highest Annual Turnover in any of the last five Financial years will be considered and the weighted figure for the current Financial Year will be

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 21

worked out as described in para 1 (Note 3).This should not be less than the figure arrived at by multiplying the minimum Annual Turnover stipulated for the Bidder in Qualification Criterion multiplied by the percentage of Financial participation by that partner in the JV. Each partner should satisfy this requirement and thus automatically JV will satisfy the criterion of Minimum Annual Turnover.

Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion. 2. WORK EXPERIENCE a) Similar Works Experience

The bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs.17.44 Crore OR at least two similar works each of minimum value of Rs.10.90 Crore OR at least three similar works each of minimum value of Rs.8.72 Crore during the last 5 (five) years prior to the date of submission of the bid. Works completed prior to the cut off date shall not be considered.

Similar Works Similar Works shall mean Work involving P-way Linking and S & T works. Notes : - A weightage of 5% (compounded annually from the date of completion of the work to

the submission of the bid) shall be given for equating the value of works of the previous years to the current year.

- Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

- The bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed.

- Works carried out by another contractor on behalf of the bidder on a back to back basis will not be considered for satisfaction of Qualification Criterion by the bidder.

- Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations/ Public Sector Undertakings/ Autonomous bodies of Central/State Governments / Municipal bodies/ Public Ltd. Cos. listed in Stock Exchange in India or abroad shall only be accepted for assessing the eligibility of a tenderer.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 22

- The cut off date shall be calculated backwards from the date of submission/opening of Tender i.e. for a tender which is being opened on 06.08.2011, the cut off date shall be 07.08.06.

- In case JV is permitted the following provisions will apply:

Large Works All the partners shall jointly meet this criterion.

Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion.

b) Construction Experience in key activities/specified components:- Not applicable. 3. SOLVENCY CERTIFICATE

A Solvency Certificate of minimum solvency of Rs.8.72 Crore (suggested format at Proforma 2) from a Nationalized or a Scheduled Bank issued not earlier then 6 months from the last date of submission of tender is required to be submitted by the bidder. Notes:

The Certificate so produced by the Bidder may be got verified from the issuing Bank.

- In case JV is permitted the following provisions will apply:

Large Works

For each Partner, the figure in the Solvency Certificate issued as above in favour

of that Partner, should be not less than the minimum Solvency figure stipulated for the Bidder in the Qualification Criterion multiplied by percentage of Financial participation by that Partner in the JV.

Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion.

4. PROFITABILITY The applicant firm shall be a profit (net) making firm and shall have made profit in

each of the last two Financial Years and in at least one out of three financial years immediately preceding the last two Financial Years.

The bidder should furnish net profit of last 5 years in tabular form as per Proforma-5 and submit attested copies of Auditor’s Reports along with audited Balance Sheets and Profit and Loss Statements for the last five financial years. In case the firm is profit making for the last three financial years continuously, the bidder may submit the above documents for last three financial years only. Specific reference with page no. of document which proves satisfaction of this Qualifying Criteria should be indicated in the tabular statement.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 23

Notes: - In case JV is permitted, the following provisions will apply:

Large Works All the partners shall meet individually this criterion.

Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion.

5. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA

a) Sub-Contractor’s Experiences and Resources Sub-Contractors’ Experiences and Resources will not be taken into account in

determining the Bidder’s compliance with the qualifying criteria. b) Experiences and Resources of the Parent Company and other subsidiary

companies

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

6. DECLARATION BY THE BIDDER

Even though the bidders may meet the above qualifying criteria, they are subject to be disqualified if they have

a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides tenderer’s liability to action under para 9.4 of Instructions to Tenderers, the tenderer is liable to face the penalty of banning of business dealings with him by RITES/Employer.

b) Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

c) Their business banned or suspended by any Central/State Government Department/ Public Undertaking or Enterprise of Central/State Government and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format. A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 24

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERIA

COMPLETED DURING THE LAST 5 YEARS

S. No.

Client's Name and Address

Name of the Work &

Location

Scope of work

carried out by the Bidder

Agreement / Letter of Award No.

and date

Contract Value (Rs. in Lakhs)

Date of

Start

Date of Completion Reasons for delay in

completion if any

Ref. of document(with page no.) in

support of meeting

Qualification Criteria.

Awarded Actual on completion

As per LOA/ Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

Note : 1. In support of having completed above works attach self attested copies of the

completion certificate from the owner/client or Executing Agency/Consultant appointed by owner/Client indicating the name of work, the description of work done by the bidder, date of start, date of completion (contractual & actual), contract value as awarded and as executed by the bidder. Contract Value shall mean gross value of the completed work including cost of material supplied by the owner/client but excluding those supplied free of cost.

2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations / Public Sector Undertakings / Autonomous bodies of Central or State Government / Municipal Bodies / Public Ltd. Co. listed in Stock Exchange in India or abroad shall only be accepted for assessing the eligibility of a tenderer.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 25

“In case of a certificate from a Public Limited Co., the Bidder should also submit documentary proof that the Public Ltd. Co. was listed in Stock Exchange in India or abroad when the work was executed for it”.

3. Information must be furnished for works carried out by the Bidder in his own name as

a prime Contractor or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

4. If a Bidder has got a work executed through a Subcontractor on a back to back basis,

the Bidder cannot include such a work for his satisfying the Qualification Criterion even if the client has issued a completion Certificate in favour of that Bidder.

5. Only similar works completed during the last 5 years prior to the last stipulated date

for submission of Bid, which meet the Qualification Criteria need be included in this list.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 26

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ____________________, having their registered office at _____________, a customer of our bank is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date Senior Bank Manager (Name of Officer issuing the

Certificate) Name, address & Seal of the Bank/ Branch

Note: Banker’s Certificate should be on letter head of the Bank.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 27

Proforma 3

DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements; ii) We do not have records of poor performance such as abandoning the work, not

properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) No Central/State Government Department/Public Sector Undertaking or Enterprise of

Central/State Government has banned/suspended business dealings with us as on date. iv) We have submitted all the supporting documents and furnished the relevant details as

per prescribed format.

v) List of similar work satisfying qualification Criterion indicated in Proforma 1 does not include any work which has been carried out by us through a Subcontractor on a back to back basis.

vi) The information and documents submitted with the Tender and those to be submitted

subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vii) We understand that in case any statement/information/document furnished by us or to

be furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and Business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

Signing this document

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 28

PROFORMA – 4

Para 1 of Annexure I

STATEMENT OF ANNUAL FINANCIAL TURNOVER

S.No. Financial

Year

Annual Turnover (Rs.In Lakh)

Actual Updated

as per para 1 of Annexure-1

Ref. of document (with page

No.) in support of meeting

Qualification criteria.

SEAL AND SIGNATURE OF THE TENDERER

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 29

PROFORMA – 5

Para 4 of Annexure I

STATEMENT OF NET PROFIT

S.No. Financial Year Net Profit

Rs. (In Lakh)

Ref. of document (with page no.) in

support of meeting Qualification

criteria

SEAL AND SIGNATURE OF THE TENDERER

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 30

ANNEXURE I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED 1. a) BY BIDDERS OTHER THAN JOINT VENTURES

i) Annual Financial Turnover

- Annual financial turnover for each of the last 5 Financial Years in tabular

Form as per format given in Proforma 4.

- Self attested copies of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement for the relevant Financial Year in which the minimum criterion is met (Refer Notes under Para 1 of Annexure I).

ii) Work Experience

- Similar Work Experience : Proforma 1 of Annexure I with details of 1, 2

or 3 works as the case may be, which satisfy requisite qualification criterion with self attested copies of supporting document (Refer Para 2a of Annexure I).

- Construction Experience in Key Activities/Specialised Components: Tabular Statement giving contract-wise quantities executed in last 5 years along with documentary proof in support of having met the criterion (Refer Para 2b of Annexure I) – Not Applicable.

iii) Solvency Certificate.

Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure I)

iv) Profitability

- Net profit of last 5 Financial Years in tabular form, Proforma - 5. - Self attested copies of Auditor’s Report along with the Balance Sheets and

Profit and Loss Statements for last 5 or 3 Financial Years, as the case may be (Refer Para 4 of Annexure I).

v) Declaration by Bidder Proforma 3 (Refer Para 6 of Annexure I)

vi) Integrity Pact : duly signed and witnessed in the format at Annexure VIII

(Refer para 11.7 of NIT & Instructions to Tenderers)

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 31

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS

--LETTER OF TRANSMITTAL (on letter head of the Applicant)

From To

_____________ NCL (Authority Inviting Tender)

Sir,

Sub: Submission of Qualification information/documents as per Check list. 1. I/We hereby submit the following documents in support of my/our satisfying the

Qualification Criteria laid down for the work:- a) Self attested copy of a certificate, confirming that the applicant is a working

Contractor or have executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body or Public Limited Company listed on NSE/BSE.

b) Annual Turnover (i) Annual financial turnover for each of the last 5 years in tabular form.

(ii) Self attested copy of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement and Schedules for the relevant financial year in which the minimum criterion is met, with calculations in support of the same.

c) Work Experience i) Similar Works Experience :- In Proforma 1 with details of 1 / 2 / 3

works as applicable and self attested copies of supporting documents as mentioned therein.

ii) Construction experience in key activities / specialised components: Tabular Statement giving contract wise quantities executed in last 5

years with documentary proof. d) Solvency Certificate - Proforma 2. e) Profitability - Net profit of last 5 Financial years in tabular form with self

attested copies of Profit and Loss Statements for the last 5 or 3 Financial Years as applicable.

2. In addition the following supporting documents are enclosed.

a) Self attested copy of Partnership Deed/Memorandum and Articles of Association of the firm.

b) Self attested copy of PAN/TAN issued by Income Tax Department c) Declaration – Proforma 3

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 32

d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration Certificate (as applicable).

e) Self attested copy of Registration under Labour Laws, like PF, ESI etc. f) Self attested copy of ISO 9000 Certificate ( if any) g) Integrity Pact (Where applicable) : duly signed and witnessed.

3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the enclosed documents or not, to verify our competence and general reputation.

4 I also enclose written Power of Attorney of the signatory of the tender on behalf of the

Tenderer.

Yours faithfully, Encl: As in Para 1, 2 & 4

Signature of Applicant With Name ________________

Date with seal

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 33

ANNEXURE II B (L)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS – LETTER OF TRANSMITTAL BY JOINT VENTURE

(FOR LARGE WORKS COSTING OVER Rs.30 CRORES)

NOT APPLICABLE

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 34

ANNEXURE II B (N)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS – LETTER OF TRANSMITTAL BY JOINT VENTURE

(FOR NORMAL WORKS COSTING BETWEEN Rs.1 CRORE and Rs.30 CRORES)

NOT APPLICABLE

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 35

ANNEXURE III

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE

(On each firm’s Letter Head)

NOT APPLICABLE

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 36

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______, and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with the Employer/RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding till the Contract Agreement is entered into with NCL and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ___________, _________ and ___________. Dated this the _____ day of ______ 20 (Signature and name of authorized signatory being given Power of Attorney) ___________ (Signature and name in block letters of *All the partners of the firm,*Authorized Signatory for the Company) (* Strike out whichever is not applicable) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation:

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 37

Notes: - In case the Firm/Company is a Member of a Consortium/ JV, the authorized signatory

has to be the one employed by the Lead Member. - The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 38

ANNEXURE V

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM /

JOINT VENTURE

NOT APPLICABLE

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 39

ANNEXURE VI

(FORM OF LETTER OF ACCEPTANCE)

(By REGD POST/ACK.DUE)

(On the letter head of Employer)

NO. : Dated :

To

_________________

(Name & Address of the Contractor)

Dear Sirs,

Sub: TENDER No. FOR THE WORK OF

Ref: Your tender dated _________________ and letter dated _____________.

And this office letter Nos.______________dated______________in reply to the same.

This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of NCL for a total Contract Price of Rs. _______ (Rupees _____________only). Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable Performance Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an Additional Performance Guarantee for an amount of Rs.---------(if applicable). The Guarantee Bonds aggregating for an amount of Rs.______________ is required to be submitted within 15 days of issue of this Letter of Acceptance. Bank Guarantees issued by the following Banks will not be acceptable_______________(Names of Banks___________) The time of ________ months allowed for execution of the work will be reckoned from 15 days after the date of issue of this Letter of Acceptance or from the first day of the handing over of the site, whichever is later, in accordance with phasing, if any, indicated in tender document. You are requested to contact _________ (complete designation and address of the project-in-charge) for carrying out the contract. You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. It may be noted that no payment shall be made for any work carried out by you till the Agreement is executed and till such time the Performance Guarantee and Additional Guarantee(where applicable) has /have been submitted by you.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 40

This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement. Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract between us pending execution of formal Agreement. Your letter as well as this office letters referred to above shall form part of the Contract.

Yours faithfully,

(The Employer)

Copy to :

1. RITES LTD., Near Sewa Hospital, NH 24, Sitapur Road, Lucnkow-227208 for

information. (in Original )

2. Project-in-charge (Complete designation and address)

3. Associated Finance (Not in original)

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 41

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between Northern Coalfields Ltd. ( a subsidiary of Coal India Ltd , a Company registered under Companies Act, 1956) having its Head office at Singrauli (MP) hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part.

WHEREAS the Employer is desirous that certain works should be executed viz. “Earthwork in formation, construction of bridges, P-way works, building, S&T, Electrical and other miscellaneous works in connection with modification of Dudhichua yard for 2nd silo of NCL, District Sonebhadra (U.P.)” and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) NOW THIS AGREEMENT WITNESSETH as follows:- 1. In this agreement words and expressions shall have the same meaning as are

respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents in conjunction with addenda/ corrigenda to Tender

Documents shall be deemed to form and be read and construed as part of this agreement viz. a) The Letter of Acceptance dated______. b) Priced Schedule (Bill) of Quantities c) Notice Inviting Tender and Instructions to Tenderers. d) Tender and Contract Form e) Special Conditions f) Schedules A to F. g) Technical Specifications h) Drawings i) Amendments to Tender Documents(List enclosed) j) General Conditions of Contract (read with latest Correction Slip) . comprising

of (i) Conditions of Contract (ii) Clauses of Contract

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 42

(iii) RITES Safety Code (iv) RITES - Model Rules for the protection of Health and Sanitary

arrangements for Workers (v) RITES – Contractor's Labour Regulations.

3. In consideration of the payment to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of the

execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY ____________________________ In the capacity of _____ On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name & Designation) 1. 2.

______________________________ --------------------,

---------------, NCL

(The Employer) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 43

ANNEXURE - VIII

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 44

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 45

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 46

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 47

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 48

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 49

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 50

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 51

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 52

Section - 2

TENDER & CONTRACT FORM

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 53

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS

To Tender Accepting authority NCL

Sub: Tender for the work of ------------------------------------------------------------------------- (TENDER No._______________________ISSUED BY______________________)

TENDER

1. I/We have read and examined the Notice Inviting Tender and Instructions to

Tenderers, Special Conditions, Schedules A to F, Technical Specifications , Drawings , Schedule /Bill of Quantities, and General Conditions of Contract as well as other documents and rules referred to in GCC and all details contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any

defects therein, specified in the Schedule of Quantities within the time specified in Schedule “F”, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 120 days from the due date

of submission of bid or extended date as stipulated and not to make any modifications in its terms and conditions.

4. A sum of Rs. ___________ (Rupees _________ only) is hereby forwarded in the form

of Banker’s cheque/Demand draft/Pay order issued in favour of RITES Ltd, payable at Lucknow as the Earnest Money. Mandate Form authorizing RITES Ltd. to make all payments through RTGS/NEFT as per Annexure IX, duly filled in, is enclosed.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of

Letter of Acceptance which ever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 54

6. If I/We fail to furnish the prescribed Performance Guarantee and additional

Performance Guarantee ( if applicable) within prescribed period, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period, I/We agree that the

Employer shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee and additional Performance Guarantee ( if applicable) absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest

Money & Performance Guarantee and additional Performance Guarantee (if applicable) as aforesaid in paras 5 to 7, I/We shall be debarred for participation in re-tendering process of the work.

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest

Money shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule F at rate as stipulated in relevant clauses of contract and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clause 12.2 and 12.3 of the General Conditions of Contract

10. I/We hereby agree that I/We shall sign the Formal Agreement with the Employer

within 28 days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings and other

records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to any

content of Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender the

may receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our written

acceptance thereof shall constitute a binding contract between us and NCL.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 55

15. I am/We are signing this Tender offer in my/our capacity as one/those authorized to

sign on behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead Member by the Members of the Joint Venture.

Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer Postal Address

Seal

Witness Signature Name Postal Address Occupation

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 56

Section - 3

SPECIAL CONDITIONS

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 57

SECTION-3

SPECIAL CONDITIONS

1.0 In case of any conflict between the General Conditions of Contract and the Special

Conditions of Contract, provisions of the Special Conditions of Contract shall prevail.

1.1 MOBILIZATION ACTIVITIES

1.1.1 The Contractor shall submit the following within 30 days from the date issue of Letter of Acceptance:

(a) Construction Programme (b) Samples for concrete mix design

1.1.2 The Contractor should complete the following activities within 60 days from the date of issue of Letter of Acceptance: (a) Cement godown

(b) Mobilization of Automatic Batching Plant at site. (c) Designs & drawings of shuttering & scaffolding (d) Site Office & Lab 2.0 AMENDMENT TO GENERAL CONDITIONS OF CONTRACT 2.1 Replace the word RITES with RITES/ Employer.

2.2 Para-2(iv) of Section-7 of GCC replaced as under:

The Employer means the organization as mentioned in Schedule-F.

2.3 Para-2(v) of Section-7 of GCC replaced as under :

The Engineer in charge means the Engineer Officer of the Employer who shall

supervise and be in-charge of the work as mentioned in Schedule F.

2.4 The first sentence of Clause-1 (ii) of section -8 of GCC is replaced as under :

“The Performance Guarantee and Additional Performance Guarantee shall be initially valid up to the stipulated date of completion plus 90 days beyond that”.

2.5 Clause-10CC of Section-8 of GCC deleted. 2.6 Employment of technical staff & Employees:

There shall be one Principal Technical Representative & two Deputy Technical Representatives in charge of works. All other conditions of clause 36 will remain the same.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 58

2.7 In addition to provisions as contained in annexure “B-1”of GCC, Material testing lab shall be fully equipped with the testing facilities for field testing of Earthwork, Concrete work and Ballast (except for Abrasion test) . P-way Kit for measurement of track geometry shall also be available in the lab.

3.0 WORKING NEAR RUNNING LINE 3.1 The Contractor shall not allow any road vehicle belonging to him or his suppliers etc.

to ply in land next to the running line. If for execution of certain works viz earth work for parallel railway line and supply of ballast for new or existing rail line etc, road vehicles are necessary to be used in land next to the railway line, the Contractor shall apply to the Engineer for permission giving the type & no. of individual vehicles, names and license particulars of the drivers, location, duration & timings for such work / movement. The Engineer or his authorized representative will personally counsel, examine & certify the road vehicle drivers, Contractor’s flag men & supervisor and will give written permission giving names of road vehicle drivers, Contractor’s flag men and supervisor to be deployed on the work, indicating location, period and timing of the work. This permission will be subject to the following obligatory conditions:

i) Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6 meter from the center of the nearest track. For plying of road vehicles during night hours adequate measures to be communicated in writing along with a site sketch to the Contractor / Contractor’s representative and controlling engineers / supervisors in –charge of the work including the Engineer-in-charge.

ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one flagman and one supervisor certified for such work. In order to monitor the activities during night hours, the Contractor shall post additional staff based on the need of the individual site. iii) The vehicles shall ply 6 m clear of track. Any movement / work at less than 6m and up

to minimum 3.5m clear of track center, shall be done only in the presence of a supervisor authorized by the Engineer. No part of the road vehicle will be allowed at less than 3.5m from track center.

iv) The Contractor shall remain fully responsible for ensuring safety and in case of any

accident, shall bear cost of all damages to his equipment, men and also damages to Railways/RITES/NCL property, its staff and public.

v) Provision of Mobile Phones/ Walky Talky based on the needs of the individual work

sites must be ensured. vi) The Engineer may impose any other condition necessary for a particular work

or site. Nothing extra shall be payable for the same.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 59

3.2 The Contractor’s special attention is drawn to Para 826 of Indian Railways Permanent Way Manual which is to be rigidly complied with as detailed below: Para 826 of IRPWM: Safe working of Contractors – 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 proforma annexed shall be issued by AEN which will be valid only for the work for which it has been issued.

v) The unloaded ballast/rails/sleepers/other P.Way 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.

COMPETENCY CERTIFICATE Certified that Shri____________________________P.way supervisor of M/s._________________ has been examined regarding P.Way working on ______________work. His knowledge has been found satisfactory and he is capable of supervising the work safely.

Assistant Engineer

Note : For the purpose of this tender AEN of Railways shall mean Engineer in charge. 3.3 Suitable barricading to forewarn road vehicle driver shall be provided by the

Contractor. The luminous tape, strung on bamboo or steel poles can be considered for such barricading. Barricading arrangement should be got approved by the Engineer.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 60

4.0 COMPLETION REPORT

The following documents shall also be submitted by the Contractor in triplicate as part of completion report:

a) Test certificate for materials supplied by the Contractor.

b) Certified records of field tests on materials/equipment, as applicable

including Welds, USFD etc.

c) Six sets of construction drawings showing therein the as built conditions of the work duly approved by RITES along with CD.

d) Following completion drawing duly approved in six copies neatly bound along with C.D shall be supplied.

(i) Signalling Plan, Selection Table, Panel Diagram. (ii) Track bounding diagram. (iii) Cable Corage Plan (iv) Cable Route Plan (v) Location Box (vi) Wiring Diagram (vii) Termination and Cable particulars. (viii) Cable Termination Rack Particulars (ix) Relay Rack Arrangement (x) Cable Testing Chart (xi) Contact Analysis Chart (xii) Relays and other equipment detail (Field Equipments) (xiii) Wiring equipment. (xiv)Any other related drawings..

f) Track geometry records as per railway manuals.

g) Records of welding of joints.

h) Assets handing over details

i) Reconciliation of New and released materials

5.0 ISSUE OF 52KG RAILS: 5.1 Rails shall be issued and received back in meters. .

5.2 For Rails to be issued for fabrication of P-way items such as Switches, Glued Joints, Check Rails etc Bank Guarantee shall be submitted by the Contractor. Bank Guarantee shall be from the scheduled bank and as per format at Annexure-X. Bank Guarantee shall be equivalent to value of rails issued. Value of rails shall be considered @ of Rs.3650/- per meter. Bank Guarantee shall be valid initially for a period of 6 months. It shall be extended suitably as per the direction of Engineer in charge in case of non receipt of fabricated P-way items within this period. Bank Guarantee shall be released on manufacturing of P-way items and its return to site.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 61

6.0 MATERIALS TO BE PROVIDED BY THE CONTRACTOR: 6.1 Entire cost of inspection i.e. cost of samples, cost of inspecting agencies and cost of

arranging inspection etc. shall be borne by the contractor.

6.2 Materials (Civil, P-Way, S&T, Electrical and Mechanical etc) for which there are approved sources from Railways shall be procured from such sources only and shall be got inspected by Railways/RITES/NCL before dispatch.

6.3 The Contractor, at his own cost, will furnish test certificates for steel from the manufacturer or the laboratories approved by the Engineer-in-charge before its use.

6.4 Employer may also take samples during the course of work, and get it tested to ascertain its conformity to the IS specifications. Frequency of the testing shall be as prescribed in Field Quality Plan.

6.5 Electrical materials: 6.5.1 The cost of MCCBs & MCBs Item No. 5.31 a, b, c, & d are included in the total cost of

“Feeder Pillar” and no extra payment shall be made for the same.

6.5.2 Inspection of Item No. 5.31 (Feeder Pillar), Item No. 5.32 (30m High Mast) and item no. 5.27 (Octagonal Pole 6m high) shall be carried out at manufacturer’s works. The contractor shall bear the entire cost of inspection.

6.5.3 The cables against Item No. 5.29(a) (4 Core 35 sqmm), 5.29(b) (4 core 16sqmm), 5.29(c) (4 core 70 sqmm) shall be acceptable of only those manufacturers (make) who has a valid rate contract issued by Director General of Supplies & Disposals for the Supply of XLPE Cable of sizes in question.

7.0 STANDARD DRAWINGS & SPECIFICATIONS

7.1 All standard drawings and specifications required for the work shall be arranged by the Contractor at his own cost.

8.0 TRUNCATED INHIBITOR CEMENT SLURRY COATING TO

REINFORCEMENT BAR SHALL BE DONE AS FOLLOWS:

(i) Cleaning of steel by wire brush, for removal of dust.

(ii) Apply one coat of cement slurry (1 kg cement + 600 c c of inhibitor solution) by dipping or brushing. Allow it to dry for 24 hour in shade. The water is not to be used. The inhibitor solution is prepared in ionized water.

(iii) Applying second coat of cement slurry (same as above).Allow it to dry in shade.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 62

9.0 CONCRETE WORK:

9.1 Pumped concrete, if required, shall be used for all concrete work except for Plain

Cement Concrete (PCC) and concrete in drain.

9.2 Contractor shall get at his own cost the concrete mix design from reputed institute like

NCCBM Ballabhgarh Haryana, IITs, NITs, RITES or as advised by the Employer.

9.3 Admixture to be used for concrete works is to be approved by the Employer.

9.4 Trail mix to be prepared and tested.

9.5 Before taking up concrete work designs of shuttering, scaffolding and scheme for

curing to be submitted for approval by the Engineer in charge. Standard release agents

shall be used for shuttering. Release agents shall be got approved by the Employer.

9.6 Batching of concrete shall be from automatic batching plant of adequate capacity with facility of automatic feeding of all ingredients including water and admixture and with facility of printing the batch details.

9.7 Cover blocks to be vibrated on casting.

9.8 Cover blocks to be used in the work should be 28 days cured.

9.9 Binding wire to be used should be of galvanized steel of 18 gauges.

9.10 Concrete structures are to be cured for 28 days as per scheme approved by

the Employer.

9.11 Shuttering & Scaffolding ;

(a) Minimum 4 mm thick steel shuttering for RCC work

(b) Steel scaffolding to be used.

10 ELECTRICAL WORKS 10.1 All the Electrical works shall be carried out in accordance with the provisions of Indian

Electricity Act 2003 and Indian Electricity Rules 1956, as amended to date.

10.2 All Electrical installation works, shall be carried out as per relevant safety code of Practice, Guide for Safety Procedures & Practices in Electrical work as per IS: 5216 Pt. I & II/1982 shall be observed.

10.3 All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for electrical connections as required and all other sundry items which are useful and necessary for proper assembly and efficient working of the

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 63

various components of the works shall be deemed to have been included in the tender rates, whether such items are specifically mentioned in the tender documents or not.

10.4 The contractor shall execute all the electrical works through an approved electrical contractor having valid electrical license for carrying out installation work issued by the State Govt.

10.5 The contractor shall furnish the name and particulars of the certificate of competency of supervisor and workman to be engaged for carrying out the electrical work

10.6 The contractor shall submit conduit plans and cable route drawings for the approval of Engineer before execution. The work shall be executed only after approval of Engineer.

10.7 The contractor shall ensure and be entirely responsible for proper execution and commissioning of the electrical works and all associated activities.

10.8 No extra payment will be made for complying with the provisions of these clauses and the cost of the work under this element shall be deemed to be included in the rates quoted by the bidder.

10.9 The contractor shall submit details and drawings of all MDBs Feeder Pillar SDBs etc. for approval of Engineer.

10.10 The approved make for equipment not mentioned in this BOQ shall be of CPWD approved list.

10.11 The works shall be carried out in conformity with the latest specifications of electrical works (Both Internal and External SOR item) issued by CPWD.

11.0 SUPPLY OF WEIGH BRIDGE 11.1 The supply of the weigh Bridge shall be strictly as per RDSO specification No. WD –

29 – Misc – 05 (upto latest current amendment) & from RDSO approved sources only.

11.2 The supply of weigh bridge shall be on “WTC Basis” in accordance with instructions contained in RDSO/Lucknow letter No. MW/CS/PE/WB dt. 24.10.2011. For this, all formalities with RDSO shall be arranged by supplier/Contractor only.

11.3 Clause No. 8.2(spares & accessories – addition only for maintenance) and 8.5 (Annual Maintenance Contract) of the specification shall not be applicable in this case.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 64

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 65

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 66

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 67

COMPLIANCE OF LABOUR LAWS 13.1 LABOUR

The Contractor shall unless otherwise provided in the Contract make his own arrangements for the engagement of all staff and labour their payment housing feeding and transport. The Contract shall if required by the Engineer deliver to the Engineer a return in detail in such form and at such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by contractor on the site and such information respecting contractor’s equipment as the Engineer may required.

13.2 COMPLIANCE WITH LABOUR REGULATIONS 13.2.1 During continuance of the contract, the contractor and his sub contractors shall abide at

all times by all existing labour enactments and rules made thereunder, regulations, notifications and bye laws of the State of Central Government or local authority and any other labour law, including rules, regulations, bye laws that may be passed or notifications that may be issued under any labour law in further either by the State or Central Government or the local authority. Salient feature of some of the major labour laws that are applicable to construction industry are given below. The contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made thereunder, regulations or notifications including amendments. If the Empolyer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications bye laws/acts/rules/regulations/ including amendments, if any on the part of the contractor, the Engineer/Employer shall have the right to deduct any money due to the contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer. The employees of the contractor and the sub-contractor in no case shall be treated as the employees of the Employer at any point of time.

13.2.2 SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO

ESTABLISHMENT ENGAGED IN BUILDING AND CONSTRUCTION / CIVIL WORKS.

a) Workmen Compensation Act 1923 :- The act provides for compensation in case of

injury by accident arising out of and during the course of employment. b) Payment of Gratuity Act, 1972 :- Gratuity is payable to an employee under the Act

on satisfaction of certain conditions on separation if an employee has completed 5 years services or more or on death the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 10 or more employees.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 68

c) Employees PF and Miscellaneous Provisions Act 1952 :- The Act provides for monthly contributions by the employer and workers @10% or 8.33% or as applicable. The benefits payable under the Act are :- i. Pension or family pension on retirement of death as the case may be ii. Deposit linked Insurance on the death in harness of the worker. iii. Payment of PF accumulated on retirement/death etc.

d) Maternity Benefit Act 1951 :- The act provides for leave and some other benefits to

women employees in case of confinement or miscarriage etc. e) Contract Labour (Regulation & Abolition) Act 1970 :- The Act provides for certain

welfare the measure to be provided by the contractor to contractor labour and in case the contractor fails to provide, the same are required to be provided by the Principal Employer by Law. The Principal Employer is required to take Certificate of Registration and the contractor is required to take license from the designated officer. The Act is applicable to the establishments or contractor of Principal Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948 :- The Employer is supposed to pay not less that the

Minimum Wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of Buildings, Roads Runways are scheduled employment.

g) Payment of Wages Act 1936 :- It lays as to by what date the wages are to be paid

when it will be paid and what deductions can be made from the wages of the workers. h) Equal Remuneration Act 1979 :- The Act provides for payments of equal wages for

work of equal nature of Male and female workers and for not making discrimination against Female employee in the matters of transfers, training and promotion etc.

i) Payment of Bonus Act 1965 :- The Act is applicable to all establishments employing

20 or more workmen. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawings Rs. 3500/- per month or less. The bonus to be paid to the employee getting Rs. 2500/- per month to about upto Rs. 3500/- per month shall be worked out by taking wages as Rs 2500/- per month only. The Act does not apply to certain establishments. Some of the State Governments are exempted for five years in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of the Act.

j) Industrial Disputes Act 1947 :- The Act lays dawn the machinery and procedure for

resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment.

k) Industrial Employment (standing Orders) Act 1946 :- It is applicable to all

establishments employing 100 or more workmen (employment size reduced by some of the State and Central Government to 50). The Act provides for laying shown rules

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 69

governing the conditions of employment by the Employer on matters provided in the Act and get the same certified by the designated Authority.

l) Trade Union Act 1926 :- The Act lays down the procedure for registration of trade

unions of workmen and employees. The Trade Union registered under the Act have been given certain immunities from civil and criminal liabilities.

m) Child labour (Prohibition & Regulation) Act 1986 :- The Act prohibits employment

of children below 14 years of age in certain occupations and processes and provides for regulations of employment of children in all other occupations and processes. Employment of Child Labour is prohibited in Building Industry.

n) Inter-State Migrant Workmen’s (Registrations of Employment & conditions of

Services) Act 1997 :- The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter- State migrant workmen in an establishment to which this Act becomes applicable are required to be provided certain facilities such as Housing, Medical-Aid Travelling expenses from home upto the establishment and back etc.

o) The Building and other Construction Workers (Regulation of Employment and

Conditions of Service) Act 1996 and the cess act of 1996 :- All the establishments who carry on any building or other construction work and employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The employer of the establishment is required to provide safety measures at the Building or construction work and other welfare measure such as canteens, First –Aid facilities Ambulance, Housing accommodation for workers near the work place etc. The Employer to whom the Act applies has applies has to obtain a registration certificate from the registration Officer appointed by the Government.

p) Factories Act 1948 :- The Act lays down the procedure for approval at before setting

up a factory, health and safety provisions, welfare provisions, working houses, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10 persons or more with aid of power or more persons without the aid of power engaged in manufacturing process.

14.0 TESTING & COMMISSIONING OF S&T WORKS:

14.1 After execution of all the items of the work as per schedule of the work the Contractor

shall test the installation and furnish a test certificate for the same. Then the Contractor will offer the entire work for test and commissioning with at least 15 (fifteen) days advance intimation to the Engineer-in-charge.

14.2 In case of any faults detected during the said test, the Contractor shall be responsible

for localization of fault(s) and rectification of the same at his own cost and then re-

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 70

offer for testing, till the entire work is finally cleared for commissioning by the Engineer-in-charge.

14.3 Any special type of Measuring Instruments and accessories required for Testing and

Commissioning of the installations are also to be arranged and brought at site by the Contractor at his own cost.

15.0 HANDING OVER OF WORK BY THE CONTRACTOR TO NCL 15.1 Track after linking shall be rolled with three to four passes of locomotive as per

directions of Engineer in charge. All the defects noticed during and after the rolling by locomotive shall be attended to and rectified by the Contractor at his own cost and nothing extra shall be payable on this account. Locomotive and its running shall be arranged by the Employer.

15.2 Track after rolling and second packing can be put to commission by NCL after due

handing over.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 71

ANNEXURE-X

BANK GURANTEE FOR RAILS

Bank Guarantee No. : ………………….

To, Effective Date : ………………….

M/s NCL Ltd Date of Expiry : ………………….

Dudhichua BG Amount : ………………….

Sonbhadra(UP)

Agreement No.: ………………………………………………………………………………….

Nature of Work:………………………………………………………………………………….

Dear Sir(s),

In consideration of NCL having its registered office at -----------------------------------------------------

representing through Dudhichua, NCL -------------------------------------------------------------------------

-----------------. (hereinafter called the Employer) having agreed to supply of rails free of cost to

M/s………………………………………………………………………………(hereinafter called

“The Contractor”) which expression shall where the context so admits or implies be deemed

to include its heirs, executors, administrators and assigns under the terms and conditions of

Letter of Acceptance No……………………………………………………………………. made

between the NCL and the Contractor for work of

……………………………………............................. (hereinafter called the “The Said Contract”)

for the due fulfillment by the said contractor of the terms and conditions contained in the said

contract, on production of a Bank Guarantee for

Rs……………………………………………………

We ……………………………………………………….. (herein after referred to as “the Bank”)

which expression shall, unless repugnant to the context or meaning thereof includes its

successors, administration, executors and assigns at the request of

…………………………………………………………………… (Contractor) do hereby undertake

to pay to NCL by reason of any breach by the said Contractor of any of the terms &

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 72

conditions contained in the contract concerning supply of rails for fabrication of Points &

Crossing and their use on the work covered under the said contract / agreement.

1. We, …………… do hereby undertake to pay the amounts due and payable under

this guarantee without any demur, merely on a demand from NCL. stating that the

amount claimed is due by way of loss or damage caused to or would be caused to

or suffered by NCL by reason of breach by the said contractor o any of the terms

and conditions contained in the said contract or by reason of the contractor’s

failure to perform the said contract concerning supply of rails for fabrication of

points & Crossing and their use on the work covered under the said contract Any

such demand made on the bank shall be conclusive as regards the amount due

and payable by the bank under this guarantee. However , our liability under this

guarantee shall be restricted to an amount not exceeding Rs.

…………………………… (Rupees …………………………).

2. We, the said Bank undertake to pay to NCL any money so demanded

notwithstanding any dispute raised by the contractor in any suit or proceeding

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

present being absolute and unequivocal. This payment so made by us under this

Guarantee shall be a valid discharge of our liability for payment there under and

the contractor shall have no claim against us for making such payment.

3. We, the said Bank further agree that the guarantee herein contained shall remain

in full force and effect during the period that would be taken for the Performance of

the said contract concerning supply of rails for fabrication of Points & Crossing and

their use on the work covered under the said contract and that it shall continue to

be enforceable till all the dues of NCL under or by virtue of the said contract

concerning supply of rails for fabrication of Pints & Crossing and their use on the

work covered under the said contract have been fully paid and its claims satisfied

or discharged or till NCL has certified that the terms and conditions of the said

contract concerning supply of rails for fabrication of Points & Crossing and their

use on the work covered under the said contract have been fully and properly

satisfied by said contractor or till ………………… whichever is earlier, unless any

claim or demand shall be made by us in writing on or before ……………………..,

we shall be discharged from all liability under this guarantee thereafter.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 73

4. We, the said Bank further agree that NCL shall have the fullest liberty without our

consent and without affecting in any manner our obligations hereunder to vary any

of the terms and conditions of the said contract concerning supply of rails for

fabrication for Points & Crossing and their use on the work covered under the said

contract or to extend time of Performance by the said contractor from time to time

or to postpone for any time or time or to postpone for any time or from time to time

of the powers exercisable by NCL against the said contractor and to forbear or

enforce any of the terms and conditions relating to the said contract concerning

supply of rails for fabrication of Points & Crossing and their use on the work

covered under the said contract and we shall not relived from our liability by

reason of any such variation, or extension being granted to the said contractor or

for any forbearance, act or omission on the part of NCL or any indulgence by NCL

to the said contractor 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.

5. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Contractor.

6. This guarantee will neither be cancelled nor revoked by the bank without the

written authorization of the beneficiary (NCL). For this purpose the beneficiary

would inform the Bank of their authorized signatories together with the specimen

signatures.

7. NOTWITHSTANDING anything contained herein:

a. Our liability under this guarantee shall not exceed Rs. ………………. …

….Rupees ……………………………..).

b. This Bank Guarantee shall be valid up to ……………..

c. We are liable to pay the guarantee amount or any part thereof under this Bank

Guarantee only and only if you serve upon us, a written claim or demand on or

before …………………….

d. Thereafter the Bank shall stand discharged from all the liabilities under this

guarantee and all rights of the Beneficiary shall stand forfeited and/or

extinguished, irrespective of the fact whether this guarantee in original is

returned to the Bank or not.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 74

Dated: ………………………….. For ……………………….. Bank Guarantee No. : ………………….

Effective Date : ………………….

Date of Expiry : ………………….

BG Amount : ………………….

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 75

Section - 4

SCHEDULES ‘A’ TO ‘F’

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 76

SECTION 4

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’

Schedule of quantities (As per Bill of Quantities attached)

(BOQ to be attached with Financial Bid)

SCHEDULE ‘B’ –

Schedule of materials to be issued to the Contractor. (Refer Clause 10 of Clauses of

Contract)

S.No Description of items

Quantity Rates in Figures & words at which the material will be charged to the Contractor

Place of Issue

1 2 3 4 5

i)

52 Kg new rails. Full quantity required

for the work

Free of cost. NCL, Dudhichua

Store/ premises

ii) Released rails

for fabrication of

Dead End

-do- -do- From site of

released material

SCHEDULE ‘C’ –

Tools and plants to be hired to the Contractor. (Refer clause 34 of Clauses of

Contract). - Not Applicable -

SCHEDULE ‘D’ --

Extra schedule for specific requirements/documents for the work, if any.

- Not Applicable -

SCHEDULE ‘E’ – - Not Applicable - SCHEDULE ‘F’

Reference to General Conditions of Contract

Name of Work : Earthwork in formation, construction of bridges, P-way works, building, S&T, Electrical and other miscellaneous works in connection with modification of Dudhichua yard for 2nd silo of NCL, Sonebhadra (U.P.)

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 77

Estimated cost of work Rs. 21.8 Crore Earnest money: Rs. 21.8 Lacs Performance Guarantee (Ref. Clause 1) 5% of Tendered value. Security Deposit: (Refer clause 1A) 5% of Tendered value NOTICE INVITING TENDER AND INSTRUCTION TO TENDERERS Officer inviting tender : GM, Dudhichua, NCL CONDITIONS OF CONTRACT (SECTION 7)

Definitions 2 (iv) Employer Dudhichua, NCL 2(v) Engineer-in-Charge Delegation of Power, NCL 2(vii) Accepting Authority DOP, NCL

2(ix) Percentage on cost of materials and labour to cover all Overheads and profits. 15%

2(x) Standard Schedule of Rates DSR 2012 2(xiii) Date of commencement of work 15 days from the date of issue of

LOA or the first date of handing over of site whichever is later.

9(a)(ii) General condition of contract RITES General Conditions of

contract with upto date correction slips.

CLAUSES OF CONTRACT (Section 8) Clause 1 (i) Time allowed for submission of P.G. from the date of issue of Letter of Acceptance 15 days. (ii) Maximum allowable extension beyond the period

provided in (i) above subject to a maximum of 7 days. 7 days.

Clause 2 Authority for fixing compensation under Clause 2 DOP, NCL Clause 2A Whether Clause 2A shall be applicable NO Clause 5 5.1(a) Time allowed for execution of work 10 Months from date of start. Date of start 15 days from the date of issue of Letter of Acceptance or the first date of handing over of site whichever is later.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 78

5.1 (b) GENERAL CONSTRUCTION SCHEDULE – For Guidance

SN Activity

No. of Months / weeks

19 Commissioning & Handing over

17 Supply of S&T

18 Execution of S&T

16 Weigh Bridge

14 Electrical Works

15 FOB

12 Trial Run

13 Building

10 Bridge Works

11 Laying & Linking of Track with welding

8 Laying & Linking of single loop for 2nd Silo

9 Design Mix

6 Switch, Glued, Derailing Switch

7 EarthWork

4 Supply of Ballast

5 Supply of Rail fittings

2 Office & Lab setup

3 Supply of Sleeper

1 Moblisation8 9 101 2 3 4 5 6 7

BAR CHART

Clause 5A – Shifting of stipulated date of completion.

Competent Authority Accepting Authority as Specified in Clause 2(vii) of Conditions of Contract Above.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 79

Clause 6 Whether clause 6 or 6A applicable Clause 6 applicable Clause 7 Gross work to be done together with net Payment / adjustment of advances for material collected, if any, since the last such Rs. 200 Lacs payment for being eligible to interim payment Clause 10A (i) Whether Material Testing Laboratory is to be provided at site. Yes (ii) If “Yes” list of equipments to be provided Ref. Annexure B1 of GCC

& Clause of SCC.

Clause 10 B Whether Clause 10 B (ii) to (v) applicable NO Clause 10 CC Clause 10 CC to be applicable in contract with stipulated period of completion exceeding the period shown in next column Not Applicable

Clause 11 Specification to be followed for execution For CPWD DSR Items:- of work CIVIL WORKS

CPWD Specifications 2009 Vol. I & II ELECTRICAL WORKS CPWD General Specifications Patr I Internal 2005 Part II External 1994 Part III Lifts & Escalators 2003 Part IV Wet Riser Sprinkler

System 2006 Part VI Heating, Ventilation &

Air Conditioning Works 2005

Part VII DG Sets 2006 For Non DSR Items and items of Specialised nature in Railway Works etc. Technical Specifications under Section No. 5.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 80

Clause 12 Clause 12.2 Deviation Limit beyond which i) For Non-Foundation items. 12.3 & 12.5 Clauses 12.2, 12.3 & 12.5shall Plus 25% Apply Minus No limit ii) For Foundation Items

Plus 100% Minus No limit

Note: For Earthwork, individual classification quantity can vary to any extent but overall Deviation Limits will be as above.

Clause 12.5 Defination of Foundation item if Other than that described in Clause 12.5 Not Applicable

Clause 16 Competent Authority for DOP, NCL deciding reduced rates Clause 18

List of mandatory machinery, tools & plants to be deployed by the Contractor at site:-

1. Excavator -1 No. 2. Dozer- 1 No 3. Tippers/Dumpers- 4 Nos. 4. Water Sprinkling Tanker- 1 No 5. Vibratory Pneumatic Roller- 1 No. 6. Transit Mixer-1 No. 7. Automatic Concrete Batching Plant -1 No. 8. Concrete Pump - 1 No. 9. Concrete vibrator- Needle vibrators -4 Nos, Plate vibrators- 1 No. Clause 25 Appellate Authority DOP, NCL Appointing Authority DOP, NCL Clause 36 (i)

Minimum Qualifications & Experience required and Discipline to which should belong

Designation Minimum Qualification

Minimum working experience

Discipline to which should belong

Principal B.E./B. Tech. 10 Years Civil Engineering with

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 81

Technical Representative

experience of construction of bridges

Deputy Technical Representative For Civil /P Way works

-DIPLOMA IN ENGINEERING

NA Retired Railway Gazetted Engineer with

P way background .

Deputy Technical Representative For S&T works

- DIPLOMA IN ENGINEERING

NA Retired Railway Gazetted Engineer with

S&T background. Clause 36 (iv)

Recovery for non-deployment of Principal Technical Representative, Deputy Technical Representative.

Designation Rate of Recovery per month (in Rs.) for non deployment

Principal Technical Representative Rs.50000/- from 1st day of start of work Deputy Technical Representative Rs.40000/- from 15th day of start of work

Clause 42 i) (a) Schedule/statement for determining DSR-2012 theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD ii) Variations permissible on theoretical

Quantities a) Rails for fabrication of switches 5% b) All other materials N.A.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of Item Recovery rate

1 52 kg new rails Cost of rails plus 25% 3 Released Rails for fabrication of Dead

End Rs.1800 per RM

Clause 46 Clause 46.10 Details of temporary accommodation including number of rooms and their size as well as furniture to be made available by the Contractor :

Two rooms (one room of size 12’x14’ and other room of size 12’x22’) with Vitrified tiles flooring, AC sheet roof and false ceiling-both rooms should be air conditioned (Total 3 Nos. of Air conditioners of 1.5 Ton capacity each)

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 82

Two toilets with wash basin in each toilet

Sufficient lights (300 flux) and two plug points, Fans, A small pantry of 6’x6’size

Two tables of 5’x3’ size and one table of 5’x9’ size

6 executive cushion chairs and 10 visitors chairs of good quality.

3 tables of 4’x3’size and 6 steel chairs.

Whether Clause 46.11.1A applicable Yes

Whether Clause 46.13A applicable Yes

Clause 46.17 City of Jurisdiction of Court Sonebhadra ( UP)

Clause 47.2.1 Sum for which Third Party Rs.5.0 Lakhs per occurrence with the Insurance to be obtained. number of occurrences limited to 4.

Clause 55 Whether clause 55 shall No be applicable.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 83

Section – 5

TECHNICAL SPECIFICATIONS

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 84

SECTION 5

TECHNICAL SPECIFICATIONS

(A) – STANDARD CODES & SPECIFICATIONS :

1. Indian Railways Standards (IRS) Codes, Manuals and Specifications. 2. Indian Railway Signal Engineering Manual (IRSEM) 3. CPWD Specifications for Civil Works 2009 Vols I & II. 4. MORTH specification 5. Bureau of Indian Standards (BIS) Codes. 6. ELECTRICAL ENGINEERING WORKS

CPWD General Specifications for Electrical Works:- Internal 2005

External 1994 HVAC 2004

Sub Stations 2007 D.G. Sets 2006

Wet Riser and Sprinkler Systems 2006

7. For items covered by CPWD Specifications, reference may be made to the relevant CPWD Specifications. Where it is felt that the CPWD Specification concerned does not reflect the full scope of work under any item, reference may be given to IS or any other relevant Specifications.

8. Electrical Items not covered by printed CPWD Specifications, the broad

guidelines indicated in Para 3 under (A) Civil Engineering Works, may be followed in the case of Electrical Works also.

9. For Pit-less in-motion Railway Electronic Weigh Bridge- RDSO Specification

No WD-29-MISC-05 with latest amendments.

(B) – SPECIAL SPECIFICATIONS 1.0 Railway Codes/ Manuals/ Specifications :

(i) Indian Railway Permanent Way Manual (IRPWM)

(ii) Indian Railway Bridge Manual (IRBM)

(iii) Manual for fusion welding of rails by Alumino Thermit Welding Manual

(ATWM)

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 85

(iv) Ultrasonic Flaw Detection Manual (USFDM)

(v) Durability of Concrete Structures (BS:14).

(vi) IRS Concrete Bridge Code - 1997.

(vii) Schedule of Dimensions – 2004 with latest correction slips.

(viii) RDSO Specifications of track ballast (GE : IRS-1, June-2004).

(ix) Guidelines for Earthwork in Railway Projects (GE: G-1, July 2003).

(x) RDSO specification no. WD-29-MISC-05 for Pitless In-motion Railway

Electronic Weighbridge.

(xi) Indian Railways Signal Engineering Manual Part I & II.

(xii) Indian Railways Telecommunication Engineering Manual

2.0 FASTENING FOR LAYING & LINKING OF TRACK

SN

Name of Fitting Drawing No. Conforming to

1. Elastic Rail Clips(ERC)Mk -3

RDSO/ T-3701 T-31-1992

2. Elastic Rail clip for FF Joint Sleepers ERC-J

T-4158 T-31-1992

3. GFN Liners - 66 RDSO/T-3707-GS & RDSO/T-3708- NGS

T-44-1995

5. GRSP 6mm thick

RDSO/T-3711 T-47-2006

6. 610mm Long Fish Plates 52 kg

RDSO/T-090(M) T-1-1966

7. 1(One) Meter Long Fish Plates 52 kg

RDSO/T-5915 T-1-1996

8. Fish Bolts

RDSO/T-11501 T-23-1967

9. Single Coil Spring Washers

RDSO/T-10773

T-42-1988

3.0 ELECTRICAL WORKS 3.1 SPECIFICATION OF OCTAGONAL, HOT DIP GALVANIZED POLE 3.1.1 Design

The Octagonal Poles shall be designed to withstand the maximum wind speed of 169Km/Hr. The top loading i.e. area and the weight of fixtures are to be considered to

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 86

calculate maximum deflection of the pole and the same shall meet the requirement of BS: 5649 Part-VI 1982 and the Octagonal Poles shall be in single section. There shall not be any circumferential weld joint.

3.1.2 Pole Shaft The pole shaft shall have octagonal cross section and shall be continuously tapered with single longitudinal welding. There shall not be any circumferential welding. The welding of pole shaft shall be done by Submerged Arc Welding (SAW) process. All octagonal pole shafts shall be provided with the rigid flange plate of suitable thickness with provision for fixing 04 Nos. foundation bolts of size not less than 20mm dia 600mm long or as recommended by the manufacturer. The Octagonal Poles shall be bolted at foundation. This base plate shall be fillet welded to the pole shaft both from inside and outside.

3.1.3 Door Opening The Octagonal Poles shall have door of approximate 500mm length at the elevation of 500mm from the Base Plate. The door shall be vandal resistance and shall be weather proof to ensure safety of inside connections. The door shall be flush with the exterior surface and shall have suitable locking arrangement. There shall also be suitable arrangement for the purpose of earthing.

The pole shall be adequately strengthened at the location of the door to compensate for the loss in section.

Smart pack junction box with one No. single pole 6A MCB for single arm 6M long pole with terminal to suit 16/35 sqmm 4 core cable entry & exit.

3.1.4 Top Mountings The Galvanized Mounting single arm 800mm long bracket shall be supplied along with the Octagonal Poles for installation of 150 Watts Metal Halide Street Light Luminaries as per approved drawing.

3.1.5 Manufacturing The manufacturing unit shall be ISO 9001:2000 & ISO 14001 certified to ensure consistent quality & environmental protection.

3.1.6 Material (i) Octagonal Poles : Conforming to Grade S355JO

(ii) Galvanization : The poles shall be hot dip galvanized as per IS: 2629/ IS: 2633/ IS:4759 standards with average coating thickness of 70 micron. The galvanizing shall be done in single dipping.

3.2 Detailed Technical Specification for High Mast Lighting 3.2.1 Scope:

The scope of this specification covers the manufacture, transport, installation, testing and commissioning of the complete lighting system, using Raising and Lowering type

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 87

of High Mast Towers, including the Civil Foundation Works. The owner will only provide the supply point and the feeder cable of the required size, up to the bottom of the High Mast. However, all items required for the safe and efficient operation and maintenance of the lighting system, including the High Mast, whether explicitly stated in the following pages or not, shall be included by the Contractor.

3.2.2 Application Standard:

The following shall be the Reference Standards for the loading of the High Mast:

S. No. Code No. Title a) I.S. 875 (Part-III) 1987 Code and practice for design loads for

structures b) BSEN 10025/DN 17100 Grade of M.S. Plates c) BS 5135/AWS Welding d) BS 1461 Galvanizing

3.2.3 High Mast: 3.2.3.1 Structure:

The High Mast shall be of continuously tapered, polygonal cross section, at least, 16-20 sided, presenting a good and pleasant appearance and shall be based on proven In-Tension design conforming to the standards referred to above, to give be an assured performance, and reliable service. The structure shall be suitable for wind loadings as per IS 875 Part-III 1987.

3.2.3.2 Construction:

The mast shall be fabricated from special steel plates, conforming to BS-DIN 17100/BSEN 10025 or equivalent, cut and folded to from a polygonal section and shall be telescopically jointed and welded. The welding shall be in accordance with BS.5135/AWS. The procedural weld geometry and the workmanship shall be exhaustively tested on the completed welds. Mast shall be delivered in form of 3 sections. Top section of length approximately 9690 mm middle section, 10980 mm bottom section 10 meters. Thus a 30 m Mast shall be delivered in three sections and 20 M Mast shall be supplied in two sections. At site, the sections shall be joined together by slip-stressed fit method. No site welding or bolted joint shall be done on the mast. The minimum over lap distance shall not be less than 1.5 times the diameter at penetration. The dimensions of the mast shall be decided based on proper design and design calculations shall be submitted for verification.

The mast shall be provided with fully penetrated flange, which shall be free from any lamination or incursion. The welded connected of the base flange shall be fully development to the entire section. The base flange shall be provided with supplementary gussets between the bolts-holes to ensure eliminations of helical stress concentration. For the environmental protection of the mast, the entire fabricated mast shall be hot dip

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 88

galvanized, internally and externally, having a uniform thickness of 85 microns for the bottom section and65 micron for the middle and top sections.

3.2.3.3 Door Opening:

An adequate door opening shall be provided at the base of the mast and the opening shall be such that it permits clear access to equipment like winches, cables, plug and socket, etc. and also facilities easy removal of the winch. The door opening shall be complete with a close fitting vandal resistant, weather proof door, provided with a heavy duty double internal lock with special paddle key.

The door opening shall be care fully designed and reinforced with welded steel section, so that the mast section at the base shall be unaffected and undue buckling of the cut portion is prevented. Size of door opening shall not be more than 1040x245 mm to avoid buckling of the mast section under heavy wind conditions.

3.2.3.4 Dynamic Loading for the Mast:

The mast structure shall be suitable to sustain an assumed maximum reaction arising from a wind speed as per IS 875 (three second gust), and shall be measured at a height of 10 meters above ground level. The design life of the mast shall be a minimum of 25 years.

3.2.4 Lantern Carriage 3.2.4.1 Fabrication

A fabricated lantern carriage shall be provided for fixing and holding the flood light fittings and control gear boxes. The lantern carriage shall be of special design and shall be of steel tube construction, the tubes actions as conduits for wires, with holes fully protected by grommets. The lantern carriage shall be so designed and fabricated to hold the required number of flood light fittings and the control gear boxes, and also have a perfect self balance.

The lantern carriage shall be fabricated in two halves and jointed by bolted flanges with stainless steel bots and nylon type stainless steel nuts to enable easy installation or removal from the erected mast. The inner lining of the carriage shall be provided with protective PVC arrangement, so that no damage is caused to the surface of the mast during the raising and lowering operation of the carriage. The entire lantern carriage shall be hot dip galvanized after fabrication.

3.2.4.2 Junction Box:

Weather proof junction box, made of Cast Aluminum shall be provided on the carriage assembly as required, from which the interconnections to the designed number of the flood light luminaries and associated control gears fixed on the carriage shall be made.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 89

3.2.5 Raising and lowering mechanism: For installation and maintenance of the luminaries and lamps, it will be necessary to lower and raise lantern carriage assembly. To enable this, a suitable winch arrangement shall be provided, with winch fixed at the base of the mast and the specially designed head frame assembly at the top.

3.2.5.1 Winch:

The winch shall be of completely self sustaining type, without the need for brake shoe, springs or clutches. Each driving spindle of the winch shall be positively locked when not in use with gravity activated PAWLS. Individual drum also should be operated for fine adjustment of lantern carriage. The capacity operating speed, safe working load, recommended lubrication and serial number of the winch shall be clearly marked on each winch. The gear ratio of the winch shall be 53:1. However, the minimum working load shall be not less than 1000 Kg. The winch shall be self-lubricating type by means of an oil bath and the oil shall be of readily available grades of reputed make. The winch drums shall be grooved to ensure perfect seat for stable and tidy rope lay, with no chances of rope slippage. The rope termination in winch shall be such that distortion or twisting is eliminated and at least 5 to 6 turns of rope remains on the drum even when the lantern carriage fully lowered and rested on the rest pads. It should be possible to operate the winch manually by a suitable handle and/or by an external power tool. It shall be possible to remove the double drum after dismantling, through the door opening provided at the base of mast. Also, a winch gear box for simultaneous and reversible operation of the double drum winch shall be provided as part of contract.

The winch shall be type tested in presence of Engineer in Charge in reputed institution and the test certificates shall be furnished before supply of materials. A test certificate shall be furnished by the contractor from the original equipment manufacturer for each winch in support of the maximum load operated by the winch.

3.2.6 Head Frame:

The head frame, winch is to be designed as a capping unit of the mast, shall be of welded steel construction, galvanized but internally and externally after assembly. The top pulley shall be of appropriate diameter, large enough to accommodate the stainless steel wire ropes and the multi-core electric cable. The pulley block shall be made of non-corrodible material, and shall be of die cast Aluminum Alloy (LM-6). Pulley made of synthetic materials such as plastic or PVC are not acceptable.

Self-lubricating bearings and stainless steel shaft shall be provided to facilitate smooth and maintenance free operation for a long period. The pulley assembly shall be fully protected by a canopy galvanized internally and externally.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 90

Close fitting guides and sleeves shall be provided to ensure that the ropes and cables do not dislodged from their respective position in the grooves The head frame shall be provided with guides and stops with PVC buffer for docking the lantern carriage.

3.2.7 Stainless steel wire rope:

The suspension system shall essentially be without any intermediate joint and shall consist of only non-corrodible stainless steel of AISI 316 or better grade. The stainless steel wire ropes shall be 7/19 construction, the central core being of the same material. The overall diameter of the rope shall not be less than 6mm and Breaking Load capacity 2350 kg giving a factor of safety of over 5 for the system at full load as per the TR-7. The end constructions of ropes to the winch drum shall be fitted with talurit. The thimbles shall be secured on rope by compression splices. Two continuous lengths of stainless steel wire ropes shall be used in the system and no intermediate joints are acceptable in view of the required safety. No intermediate joints/terminations, either bolted or else, shall be provided on the wire ropes between winch and lantern carriage.

3.2.8 Electrical system, cables and cable connections:

A suitable terminal box shall be provided as part of the contract at the base compartment of the high mast for terminating the incoming cable. The electrical connections from the bottom to the top shall be made by special trailing cable. The cable shall be EPR insulated and PCP sheathed to geflexibility land endurance. Size of the cable shall be minimum 5 crore 4 sq. mm copper. The cable shall be of reputed make. At the top, there shall be weatherproof junction box to terminate the trailing cable. Connections from top junction box to the individual luminaries shall be made by suing 3 cores 1.5 sq. mm flexible PVC cables of reputed make. The system shall have in-built facilities for testing the luminaries while in lowered position. Also, suitable provision shall be made at the base compartment of he mast to facilitate operation of externally mounted, electrically operated power tool for raising and lowering of the lantern carriage assembly. The trailing cables of the lantern carriage rings shall be terminated by means of specially designed, metal clad, multi-pin plug and socket provided in the base compartment to enable easy disconnection when required.

3.2.9 Power tool for the winch:

A suitable, high powered, electrically driven, internally mounted power tool, with manual over ride shall be supplied for the raising and lowering of the lantern carriage for maintenance purposes. The speed of the power tool shall be to suit the system. The power tool shall be single speed, provided with a motor of the required rating. The power tool shall be supplied complete with push button type remote

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 91

control switch, together with 6 (six) meters of power cable, so that, the operations can be carried out from a safe distance of 5 (five) meters. The capacity and speed of the electric motor used in the power tool shall be suitable for the lifting of the design load installed on the lantern carriage.

The power tool mounting shall be so designed that it will be not only self-supporting, but also, aligns the power tool perfectly with respected to the winch spindle during the operations. Also, a handle for the manual operation of the winches in case of problems with the electrically operated tool shall be provided shall incorporate a torque-limiting device.

There shall be a separate torque-limiting device to protect the wire ropes from over stretching, it shall b mechanical with suitable load adjusting device. The torque limiter shall trip the load when it exceeds the adjusted limits. There shall be suitable provision for warning the operator once the load is tripped off. The torque limiter is requirement as per the relevant standards in view of the over all safety of the system. Each mast shall have its own power tool motor & system.

3.2.10 Lighting Finial:

One number heavy duty hot dip galvanized lighting finial shall be provided for each mast. The lighting finial shall be minimum 1.2 m in length and shall be provided at the center of the head frame. It shall be bolted solidly to the head frame to get a direct conducting path to the earth through the mast. The lighting finial shall not be provided on the lantern carriage under any circumstances in view of safety of the system.

3.2.11 Aviation obstruction lights:

Suitable Aviation Obstruction Light of reliable design and reputed manufacturer shall be provided on top of each mast.

3.2.12 Earthing terminals:

Suitable earth terminals using 12 mm diameter stainless steel bolts shall be provided at a convenient location on the base of the Mast, for lighting and electrical earthing of the mast.

3.2.13 Luminaries:

Luminaries shall be specially designed and suitable lamp housing control gears for 400 W HPSV lamps. The luminaries shall be tested as per Indian Standards and test reports shall be submitted along with the materials. The luminaries shall be suitable for installation of high masts.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 92

4.0 S&T WORKS:

4.1 Design Criteria

(i) Design Criteria for the signaling systems detailed in Indian Railway Standard Specification IRS-S-36/87 for the Relay Interlocking System (route setting type) and Indian Railway Signal Engineering Manual (IRSEM) and for the Telecommunication Systems the criteria detailed in Indian Railway Telecommunication Manual.

(ii) The mistakes in signalling circuit design will attract a token penalty over and above the penalty/LD as provided in GCC. The penalty shall be recovered at the rate of Rs.1000/- per sheet if the number of mistakes are above 2%. Decision of Employer about mistakes shall be final.

(iii) Circuit designed by the Contractor will have to be altered or modified as suggested by Employer with specifications and ECR practices in vogue. Such alterations, modifications etc. will have to be carried out by the Contractor free of cost.

4.2 Installation

This portion of the specification lays down the method of installation of various equipments.

4.2.1 Control Panels

The information required by the operator to control train movements and his actions initiated for this purpose shall be displayed clearly and concisely on the signaling control panels. The control panel shall be installed as laid down in IRSEM-Part II para 21.1 &21.3 and IRS-S-36/87 para 3.

4.2.2 Equipment in the Relay Rooms

Supply, erection, testing and commissioning of the equipment shall conform to paragraphs-9, 10,11 of IRS-S-36/87 and Section-K of Chapter-VII of IRSEM 1988 edition & Chapter-XXI of Part-II of IRSEM Sep. 2001 edition.

Supply, fixing, wiring and testing of Composite Relay, Racks complete with relays, fuses, terminals in accordance with the approved design and the approved circuit diagram including all other accessories in the Relay Rooms and apparatus cases.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 93

Supply, fixing, wiring, termination and testing of Integrated Power Supply System (IPS) including battery chargers transformers, power panel, batteries etc. and their connection with relay rack control panel etc. Panel etc shall be carried out in accordance to RDSO specification no. RDSO/SPN/165/2004 and as per manufacturer instructions.

Supply and Fixing of cable runway to support all cables in Panel/Relay/Power/Battery Room.

The initial charging of batteries shall be carried out as per procedure prescribed by the manufacturer at the time of installation.

Supply, fixing, wiring and commissioning of crank handle interlocking shall be as per approved circuit diagram both in Panel Room and apparatus case respectively.

Supply, fixing, wiring and commissioning of Magneto Telephones Control Phones etc.

4.2.3 Signals

This work shall conform to paragraph-6 of IRS-S-36/87 and Chapter-VII and XIX of IRSEM 1988 & 2001 edition respectively.

4.2.4 Electric Point Machines

(a) Supply: Provision of Electric Point Machines shall conform to paragraph-7 of IRS-S-36/87 and Section-K of IRSEM 1988 edition and chapter XIX of IRSEM 2001 edition respectively.

(b) Installation: Installation of Electric Point Machines shall be carried out in accordance with the Drawings and provisions in IRSEM Part II para 19.28 to 19.38. Before installation of EPM on points the provisions on point as laid down in para 12.40 of IRSEM Part II shall be fulfilled.

4.2.5 Track Circuits:

Closed type DC track circuits are to be installed in this work. The track ircit shall be provided and installed as per provisions in Chapter XVII of IRSEM Part II for DC track circuit.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 94

(a) Track Lead Junction Boxes

Two track lead junction (TLD) boxes one at the track feed end and another at the relay end shall be installed and fixed clear of infringements and the respective track circuit tail cable (2x2.5mm PVC copper conductor) from the apparatus case shall be terminated as shown in the drawings no NCL/LKO/PO/31.

The connection from the TLD boxes to the rail should be through the solid GI soft 8 SWG wire which shall be fixed to the rail at both feed and relay ends. The GI wire from TLD boxes is to be covered with suitable PVC sleeves to prevent shorting between the rails. Insulation bushes are to be provided on the TLD box to prevent the GI wire earthing.

Both TLD boxes shall be painted and the track circuit number shall be neatly written as required.

4.2.6 Cable Laying

The cable shall be planned and laid in accordance to provisions in IRSEM Chapter XV and cable insulation resistance test shall be prepared in accordance with Annexure 12 of IRSEM Part II Chapter XV.

4.2.7 Apparatus Cases and Junction Boxes

The locations for provision of apparatus cases shall be as shown on the cable plan. The actual location at site shall be as approved by the Employer.

Apparatus cases, junction boxes etc. shall be supplied and fixed to the foundations after casting as shown on the drawings. They shall be vertical and plumb.

Terminal strips for fixing of ARA terminals and fuses and Hylum sheets shall be provided in apparatus cases and junction boxes. Terminals and fuses shall be fixed and wired as per the Contractors approved termination diagram and circuit diagram. Shelves in apparatus cases shall be of 25mm thick salwood.

The location number is to be stenciled with letters of not less than 100mm on both doors of the apparatus cases.

The apparatus cases provided with battery and battery chargers shall be stenciled with legend BB and BC respectively in 100mm letters.

The apparatus cases shall generally be on the same side of the track as the cable run and shall be placed just ahead of the signal it serves so that the aspect of the signal is seen while testing the location equipment.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 95

Each core of every cable including spare cable core shall be terminated in the location boxes and shall be provided with identification ferrules with letters to indicate the designation of the circuit which the particular core carries (e.g. 12 or 15 NWKR etc.)

The fixing of equipment such as relays etc. in apparatus cases and the wiring of equipment shall be carried out as detailed on the approved circuit diagrams.

The cables shall be neatly fixed through cable clamps of appropriate sizes and earths through stranded copper wire of size 4 SWG connected to the earthing. Materials required for the work except the supply item will be given by the Contractor.

4.2.8 Painting

General Instruction regarding preparation and paints to be used are detailed in Chapter-XIX, Sec.O of IRSEM of Sept’2001 may be referred.

Marking of all circuits by painting particularly near terminal board/ rack in apparatus cases, junction boxes relay rooms/relay huts/ Station Master's Room and relay nomenclature, face numbers, equipment nomenclature etc. shall be carried out as per approved terminal chart and the provisions of IRSEM.

4.3 TESTING AND COMMISSIONING

Testing and commissioning shall be carried out in accordance with Section E of IRSEM Part II para 13.30.

4.4 TELECOMMUNICATION

(a) Provision of Control Telephone

For this purpose, it is proposed to provide 6 quad underground telecom cable. One of the quads will be used for Control Telephone. Necessary instructions for laying the underground cable are covered in Annexure 1.

(b) Section Control for all the 5 Station with 2 Spare Circuits.

Technical Specification for Telecommunication works is available in Annexure-1.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 96

Annexure-(S&T) 1

RAILWAY TELECOMMUNICATION SYSTEM ON SECTION

1.1 OVERALL SYSTEM REQUIREMENT:

These circuits should work for 24hrs without any interruption. The overall system design should be in such a manner that these circuits are absolutely noise free, without any cross talk. There should be no noise/cross talk from the block/Level crossing communication provided in the same cable. There should be no occasion of any howling due to cascading of amplifiers or humming in the system due to any external causes either man made or natural.

2.0 ROUTE SURVEY FOR 6 QUAD TELECOM CABLE

2.1 PRELIMINARY CABLE ROUTE SURVEY: The objective of this survey is :

a) Designing and finalizing drawing for the purposed route of the 6 quad cable.

b) Planning location of crossing tracks, over bridges, culverts etc.

c) Deciding the cable termination location under the system.

d) Planning` for extending control communication from cable termination location to various user in station area and other locations etc.

2.2 POINTS TO BE COVERED UNDER THE PRELIMINARY SURVEY FOR CABLE ROUTE.

2.2.1 Avoiding underground structures, Signalling cable, power cables and pipe lines etc.

2.2.2 Avoid rodent/ termite infested or infected side of the alignment.

2.2.3 Off set of the cable trench from the central line of the track such as having burrows.

2.2.4 Avoiding proximity to chemical, paper and such other industries which discharge chemically active affluent.

2.2.5 Avoiding areas prone to water logging.

2.2.6 Avoiding large rock cutting/tick jungles and areas different to approach etc.

2.2.7 Avoid the side of the alignment which is likely to be affected due to addition/alteration of earth work/super structures (such as doubling, shifting of alignment of the existing

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 97

track etc.) for this, cable route should be discussed with construction and doubling organization.

2.2.8 The orientation of the route (left or right side of the track in the sections(c) to be decided on following:

i) That side of main line which is away from coastal side, other cables such as Signalling and power.

ii) Side which is likely to involve least track crossings and likely to be more convenient for crossing the track, bridges, culverts etc.

2.2.9 Figure out and scale crossing of roads, tracks etc.

2.2.10 Scale out proposed arrangement of crossing bridges, culverts etc, out of the many alternative available.

2.2.11 Assess special problems, if any, of the section such as undulating surface, long cutting tunnels etc.

2.2.12 Scale out the cable entry/exit arrangement at the cable termination locations. Avoid built up areas including those area where building etc. are likely to come up in future.

2.2.13 With engineering drawing already in hand, verify pathways/ pedestrian crossing and other lateral clearances.

2.2.14 Scale out the special work required if any and the manner of the cable route in approach of the existing bridges locations.

2.2.15 Identify if any special lengths of cable is required to avoid joints on bridges/culverts etc.

2.2.16 For the straight runs as far as possible a separation equal to height of bank should be kept from the toe of the bank.

2.3 CABLE ROUTE PLAN

The cable route plan will show different locations reference points which are also called chainages. There are two kind of references points available in section on date. Kilometer stones of engineering department provided along with the track.

Telegraph posts along with the track in section.

In addition to above all major Engineering land marks like bridges, culverts, etc. can also be used for all reference points on cable route plan.

Any other reference point for the purpose bench marking, the cable route as discussed with Engineer in charge of work will also be shown on cable route plan.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 98

Based on above survey, the cable route plan should be prepared: -

2.3.1 6 quad telecom cable route plan (5 Km. charts) with horizontal scale as 1 km = 10 cm

The ASM’s office, etc. are to be marked on the chart.

2.3.2 Drawing of the laying of the cable in special terrain viz. Station yards, Approaches of cable huts, Long bridges, Culverts etc. are to be made 1 Km. chart. ( Scale 1 Km= 50 cm) to show the details.

2.3.3 The name of location should be put in the LOC column and the chainages in the CH column. At every 10 cm the Km. post No. should be written and its exact equal chainages for per survey plan entered in the CH column. The equivalent chainage is required for working out the length of main cable required. The name of station should be shown against the locations of the SM’s office.

2.3.4 Based on the survey, the Sr. No. and the length of culverts, bridges and LC gates should be marked on the track line of the cable route plan. The survey party should be supplied with prints of 5 Km chart with the above details entered for enabling them to mark the route and other details after surveying.

2.3.5 All the plans and drawings shall be neatly prepared by using CAD and Plotter etc. The drawings shall be in A3 size and suitably filed for ease of handling.

2.4 INFORMATION IN CABLE ROUTE PLAN

The cable route plan shall contain following: -

2.4.1 Whether the cable route is to on north or south side of the Railway track.

2.4.2 Approximate location and lengths where the cable shall be laid in G.I. and HDPE pipes under the bed on culverts.

2.4.3 Location of track crossing and the number of tracks to be crossed.

2.4.4 Location of road crossings and the number of HDPE pipes to be provided.

2.4.5 Location and length for protection of cable in rocky area and platform cutting etc.

2.4.6 Proximate locations of derivation joints, LC gates or emergency sockets posts will be provided on 6 quad cable.

2.4.7 The size, length and route of derivation/PIJF cable SM’s office to various subscriber points.

2.5 MAIN ITEMS OF WORK

The following are main items of work, which should constitute the detailed survey: -

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 99

2.5.1 Closely examine the proposed cable route and prepare cable route plans.

2.5.2 Sighting of areas for loading / unloading of cable drums and siding facilities for the EMTs (Engineering materials, trains for the project).

2.5.3 Preparation of route charts for derivation, PIJF cables with the size and length of the cables for each tapping and termination arrangement.

2.5.4 Estimating of requirement of special cable lengths of cables for long girder bridges.

2.5.5 Deciding location of each joint and preparation of a joint schedule.

2.5.6 Determining earth resistively measurement of each cable section along the proposed cable route.

2.5.7 Working out the exact length of derivation, PIJF cable required.

2.5.8 Preparation of material schedule required for different protective works.

2.5.9 Arranging isolated telephone circuits to be provided in the cable.

2.5.10 Investigation on special problems of the section and finding out proposed solution thereof.

2.5.11 Examination of chemical composition of soil to see whether any special precaution are to be taken to protect cable from soil corrosion.

2.6 FINALISATION OF CABLE ROUTE PLAN.

The following are the guidelines for finalizing the route and preparation of the cable route plan:-

2.6.1 Prepare the “5 Km. charts” as explained above showing the relevant chainages and details in the “5 Km. charts”.

2.6.2 Actual measurement by 30M steel tape or chain along the route is necessary only in case of important locations to be terms as “special terrains” for example, approach to repeater station/Cable hut, long bridges, big yards, sharp diversions in the cable route from its parallel course along the main railways track due to obstruction, cutting etc.

2.6.3 Inspect and decide the portions of route falling in category of “special terrains” i.e. where actual longitudinal measurement is necessary.

2.6.4 The remaining portions of the route i.e. other than the portion decided as “special terrain” are to be terms as “straight runs”. Actual chaining along the route is not necessary for such ‘straight runs’ and these can be marked on the ‘5 Km. charts’.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 100

2.6.5 For the ‘straight runs’ on the cable route an allowance of 3.5 % of the drum length should be made for the contours, joining etc. and each drum length should be considered to cover a route of 0.965 x cable drum length.

The cable route should be started from a repeater cable hut station. Actual measurement along the route should be done by means of a 30M steel tape for a few drum lengths up to a convenient point along the main line where from the distance along the route may be reckoned from the Plan. A termination allowance of 5M cable inside the repeater station/cable hut building should be made, in addition to a length of about 10M being kept in a pit just put side the building.

2.6.6 It should be ensured that both “special terrains” should consist of full drum lengths, so that the position of joints (other than ‘T’ joints) is fixed without difficulty in both cases.

2.6.7 Actual measurements of the separation distance from the center line of the reference should be made where necessary. In case of special terrains, the separation distance at some points on the route may also have to be reckoned from some other permanent structures depending upon the site conditions.

2.6.8 The separation distance of the cable route from the nearest track on the “straight runs “ should be 10M. The deviating from this standard separation of 10M should be kept to the minimum and as soon as any obstruction has been negotiated, the route should again follow this standard separation distance. It is desirable from the point of view of calculating the induced voltage that the uniformity of the separation is maintained for the maximum possible length of the main cable route.

2.6.9 Separation distance should be marked on the “straight runs” portion of the cable route plan (5 Km. chart) at intervals of not more than 250 M. In addition, the separation distance at points of change in the cable route such as diversions, track crossings, approaches to bridges, culverts, etc. should invariably be marked on the cable route plan in such a way as the intended cable route is clearly defined for “special terrain” the separation distance should be marked at as close intervals as is considered necessary depending on the site conditions.

2.6.10 The route should be decided by walking along the track. On long stretches “straight runs” a push trolley moving slowly may be used. The trolley should be on the track closes to the proposed route.

2.6.11 Actual measurement should be made for the protective works required for the cable passing over the culverts, under tracks, over long girder bridges, level crossings, rocky areas, under the bed of culverts.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 101

2.6.12 Once the cables are laid the actual length of cable as per the printed marking on the cable is required to be indicated at every kilometer of cable route, at diversions, crossings, approaches of bridges and joints for quad cables.

2.7 FINALISATION OF TAPPING DIAGRAM

2.7.1 The survey team should visit each location such as cabin, SM,s offices, Loco sheds, cabins, gate lodges, etc. and verify the details collected during the preliminary survey of all the existing telecommunication facilities, and additional telecommunication facilities to be provided.

2.7.2 The position of each tapping should thus be finalized and a final tapping diagram prepared.

2.8 ISOLATED TELEPHONE CIRCUITS

It is necessary that all the telephone circuits such as isolated quarry sites, gate lodges, etc. are taken note of and provision made for telephone communication through quad cable wherever considered necessary.

2.9 LENGTH OF 6 QUAD CABLE

The cable length is worked out on following basis to arrive at the locations of the straight joints:-

a) Route length as per actual measurement plus contour allowances of 2.5%.

b) Extra length for track crossing including 2.5M loop on each side etc.

c) Extra length on approach/crossing of the bridges and culverts as per measurement in the detailed survey.

d) 10M of cable to be kept on either side of major steel bridges and 5M on minor bridges.

e) At every joint a loop of 10M on either side.

f) In cable hut a loop of 10M in the cable pit.

2.10 PREPARATION OF JOINT SCHEDULES

The details of type and number of joints in main 6 quad cable is required to be worked out based upon the, obligatory locations, LC gates etc. The typical drum lengths of 6 quad telephone cable is 1 Km. and therefore, it shall generally be possible to combine straight through joints.

2.10.1 No isolation transformer is considered necessary for LC gate & other location telephones up to a distance 7.5 Km. on 6 quad telephone cables.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 102

2.10.2 The jointing schedule shall be made as straight-line diagram indicating the locations of various joints with reference to chainages. The length of 6 quad cable from leading cable hut /ASM’s office shall be specifically indicating taking into account the factory printed markings on the cables.

2.10.3 The requirement of termination boxes for cables at various locations shall be worked out.

2.11 CABLE MARKER

The cable markers shall normally be provide at the distance of every 100 M on the cable route and also at places or corner wherever the route of the cable changes. The joint indicators shall be provided at all types joints. The cable maker and joint markers provided shall be as per drawing of stone/ concrete reinforced marker drawing with standard trench as per site conditions.

2.12 LAYING OF DERIVATION CABLE

The derivation cable is required to be laid from cable hut to the subscriber premises (ASM, Cabin Depots, Residence, LC gates etc.) and from main cable trench to emergency post for extending control and other tapings. The plan & requirement of PIJF/ derivation cables shall be suitably worked out and got approved from the Engineer well in advance.

As far as possible derivation/ PIJF cables shall be laid in the trenches/ protective works already done for 6 quad cable. From the diversion point, cables shall have to be laid on independent trenches. For taking out different tapings on route, the cable may be tapped at different locations. However, it must be ensured that every tapping is taken on independent conductors right from cable hut to the subscriber for case of isolation in case of malfunctioning.

Required protective works shall be implemented for protecting these cables.

2.13 JOINTING OF 6 QUAD TELECOM CABLE AND ACCEPTANCE TEST

The Contractor can follow instructions issued by M/s REPL or other approved supplier of Thermo shrink jointing kit, provided such instructions are issued

formally by the supplier and it is certified that joint will be free of defect.

2.13.1 Jointing & termination of PIJF quad & derivation cables.

2.13.2 Thermo shrink joints of appropriate size for straight through or branch off joints as per RDSO specification shall be provided.

2.13.3 All the derivation/ PIJF cables shall be terminated on CT box of suitable size duly mounted on cable huts/ ASM room and other locations as advised by the site engineer.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 103

2.13.4 The details of cable of different types of jointing of cable are as per Drawing.

2.14 TESTING OF VF TRANSFORMER:

2.14.1 Following tests may be conducted on VF transformers before using in the joint:-

a) Continuity and DC resistance of windings:- Use an AVO meter to check continuity, measure DC resistance of primary/ secondary windings with LCR bridge. The readings obtained should be comparable.

b) Insulation resistance:- Connect one lead of a 500 V megger to one winding connect the other lead on Megger first to another winding and take reading. Next connect it to all other windings connected together and the case and again take the reading insulation resistance should not be less than 10,000 Mega Ohms.

c) Insertion Loss:- Adjust output level of transmission measuring set to O/db and connect it across the primary of transformer connect a db meter on the secondary side. Db meter reading should not be more than 1 db.

2.14.2 INSULATION TEST

a) Instruments to be used-Mega ohm Meter/ Megger. The insulation resistance measured between a conductor of a quad and all conductors of all other quads connected together to the sheath and earth shall not be less than 625 mega ohms per Km. When measured at 100 volts DC after energising for one minute at a temperature of not less than 160 C.

b) For measuring insulation all conductors may be bunched together and tied properly with a bare and insulation to the sheath/ screen measured. The insulation resistance per Km. can be obtained as - No. of wires tested x deflection (Megs (c) x Length (Km. Meg ohms per Km.)

2.14.3 FREQUENCY ATTENUATION & TRANSMISSION MEASUREMENT.

Instrument to be used - Transmission Measuring sets (IRS TC 43.87 or latest). Two transmission measurement sets are required for these measurements. One set is kept at one end of the cable and the other at the other end of the cable. Before sending the set to other end the zero errors of all meters are checked.

Zero db tone is sent from one end and the level received at the other end and is measured. Whenever the frequency is changed the zero level should be adjusted again Zero level of the tone should also be adjusted first before taking any reading.

The reading are taken at the following frequencies 300 Hz, 400 Hz, 600 Hz, 800 Hz. 1000 Hz, 1400 Hz, 1600 Hz, 2000 Hz, 2400 Hz, and 3000 Hz and recorded and it should be as per specification of quad cable laid.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 104

2.14.4 CROSS TALK MEASREMENT

Instrument to be used a cross talk measuring set (IRS EC-45) and oscillator 1 KHz/ 800 Hz. Zero dB , Tone of 800 Hz is given on one pair and cross talks is measured on the other pair in the same quad. Also the cross talk has to be measured in adjacent quads, cross talks is measured at 'Near-End' and also 'Far-End' The far-End cross talks attenuation between any two air spaced paper insulated VF pairs at a frequency of 800 Hz shall not be less than 65 dB. The near-End Cross-Talks shall not be less than 61 dB.

2.14.5 INSTALLATION, TESTING AND COMMISSIONING OF EQUIPMENTS IN

SM'S OFFICE, CABINS AND OTHER LOCATIONS

Para No. Subject

5.1 Way station control equipment

5.2 6 quad cable repeater equipment etc.

5.3 Protection against Surge & Lightening

5.4 Arrangement at 4W/2W junctions

5.5 Installation of test room equipment as per RDSO specification no. TC/34/02 VER.3

2.15 INSTALLATION, TESTING AND COMMISSIONING OF EQUIPMENT IN

SM'S OFFICE CABINS AND OTHER LOCATIONS

2.15.1 WAY STATION CONTROL EQUIPMENT

Those locations where the repeater amplifier equalizer rack is not provided and the way stations are separately installed these equipments shall be suitably fitted on slotted or MS angle frame work. The MS angle frame shall be suitably grouted on the floor/walls at the subscriber location shown in the tapping diagram and as per markings given by Engineer's representative. The MS angle frames shall be painted with a primer coat of Red Oxide and finally with gray enamel paints to ISI specification (2 coats). The mounting arrangements for fixing way station equipment shall be as per decision of Engineer. In ASM's room and cabins the telephone shall be kept on ASM's table. A wooden stand shall be mounted on wall at suitable height (1200mm) as per at all other locations for placing the control telephone.

The wiring shall be done on PVC Casing & capping / PVC conduit of suitable size depending upon the requirement, along the walls from C.T. Boxes to the equipments.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 105

Wires from the equipments to the table for telephone and other equipments shall also be taken accordingly. For crossing of floor the wiring shall be taken inside the GI pipe minimum 25 mm dia, buried inside the floor and bent at both the ends. All the wiring shall be terminated on the telephone termination strip/Rosette suitably fixed in a wooden box, for facilitating connection to telephone and block instruments etc.

6 Quad PET cable repeaters shall be installed on 30 cm masonry platform rigidly or on the wall as per the instructions supplied by the manufacturer. The wiring from repeater equipment to the C T box shall be neatly fixed and pass through PVC conduit pipe with facility of its isolation. The AC power required for the repeater shall be taken from nearest Power board and a socket shall be fixed nearby the repeater equipment. The wiring for DTMF control telephone, telephone shall be done up to SM's table neatly, concealing the conduct pipe underground (if required).

2.16 PROTECTION AGAINST SURGE AND LIGHTENING:

2.16.1 All the equipments shall be protected against the insurgence of surge voltage and

lightening etc. by providing Gas discharge tubes before they are connected to

main/derivation cables.

2.16.2 GD tubes (rare gas type) with normal flashing voltage of 250-300 volts along with fuses of 3 amps. 250 volts shall be used as per TEC or IRS specifications.

2.16.3 In cable Hut these shall be provided on Krone or mounted independently as per manufacturers instructions.

2.16.4 The GD with fuses shall also be provided on LC gate, emergency, spare quads and derivation circuits. The block circuits shall be protected through block filter unit.

2.16.5 All the GD tubes shall be suitably connected to proper earth. The earthing arrangement shall be provided with GI pipe earth as per drawing and detail instructions given in Chapter VI.

2.17 INSTALLATION OF TEST ROOM EQUIPMENT AS PER RDSO

2.17.1 Test room equipment with prewired rack, suitable for 4/6 quad cable with wall mounting arrangement consisting of-

1) Cable termination panel having Krone connectors sufficient nos. to

terminate 4 quad and Telephone connection-1Nos.

2) Link Panel with sufficient U Links-2 Nos.

3) Amplifier Equalizer system sufficient for 4 quads.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 106

4) Isolation Transformer sufficient for 4 quad.

5) Power Supply Unit (230AC-12V DC)-2 Nos.

6) Battery Management System-1 Nos.

7) 12V.40 AH low Maintenance batteries-2 Nos.

8) DTMF control equipment with remote monitoring facility.

9) Is to be installed in test room as per manufacturers instruction and

directives to make it operative.

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 107

Section - 6

DRAWINGS

Tender No.:-RITES/RPO-LKO/5915/NCL/2

PART -1 108

SECTION 6

DRAWINGS

LIST OF DRAWINGS ENCLOSED

01. Engineering Scale Plan.

02. Box culvert.

03. GA Plan of S&T building,

04. Signal Scheme

05. Dead End

Note: RITES Drawing referred in Schedule 4 Part-2, S&T Works can be seen in RPO

Lucknow in office hours.