tender document - east central railway...

60
Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15 Page 1 of 60 EAST CENTRAL RAILWAY (MECHANICAL DEPARTMENT) Hajipur TENDER DOCUMENT (TWO-PACKET SYSTEM) TENDER NO. ECR/MEC/WAG/463/B&C/MGS/2 DATE OF OPENING: 19.08.2015 NAME OF WORK: Repair of 3400 ‘C’ Category & 10500 ‘B’ Category Unloadable wagons at MGS Cost of Tender document: - Rs 28,500/- Chief Mechanical Engineer EAST CENTRAL RAILWAY Hajipur

Upload: others

Post on 16-Apr-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 1 of 60

EAST CENTRAL RAILWAY (MECHANICAL DEPARTMENT)

Hajipur

TENDER DOCUMENT (TWO-PACKET SYSTEM)

TENDER NO. ECR/MEC/WAG/463/B&C/MGS/2

DATE OF OPENING: 19.08.2015

NAME OF WORK : Repair of 3400 ‘C’ Category & 10500 ‘B’ Category Unloadable wagons at MGS

Cost of Tender document: - Rs 28,500/-

Chief Mechanical Engineer EAST CENTRAL RAILWAY

Hajipur

Page 2: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 2 of 60

INDEX

Sr. No. Description Page No.

1. Top page of tender documents 1

2. Index 2

3. Brief of tender 3

4. Tender Notice & Corrigendum 4 – 5

5. Tender Form (First Sheet) 6

6. Instructions to tenderers 7 – 11

7. Form for Agreement 12

8. Scope of Work 13 – 25

9. Financial Bid (Schedule of Rates) 26 – 28

10. Special Terms & Conditions of Contract 29 – 32

11. Other Conditions of Contract (General) 33 – 46

12. Format of Bank Guarantee 47 – 48

13. Mandate Form for EFT/NEFT 49

14. Proposed site for repair work 50

15. Drawings 51 – 56

16. RDSO Letter No. MW/Specification, dated

31.01/01.02.2013 57 – 60

Page 3: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 3 of 60

East Central Railway Mechanical Department

Hajipur

Tender No: ECR/MEC/WAG/463/B&C/MGS/2

DESCRIPTION OF WORK: - “Repair of 3400 ‘C’ Category & 10500 ‘B’ Category

Unloadable wagons at MGS”. 1. Estimated Cost of Work: Rs. 79,06,95,898/- (Rupees Seventy-nine Crore Six

Lakh Ninety-five Thousand Eight Hundred Ninety- eight only)

2. Required Earnest Money: Rs. 41,03,480/- (Rupees Forty-one Lakh Three Thousand Four Hundred Eighty only)

3. Cost of Tender Document: Rs. 28,500/- (Rupees Twenty-eight Thousand Five

Hundred only) - (Non-Refundable)

4. Quantity: 3400 ‘C’ Cat. & 10500 ‘B’ Cat. Unloadable wagons

5. Period of work : 01 (One) Year

6. Schedule Date & Time of Tender opening: 14.30 hrs of 19.08.2015

7. Places of Tender opening: I. Office of the CME, E.C. Railway, Hajipur Dist- Vaishali, Bihar-844101. II. Office of Sr.DME(C&W), E.C. Railway, Mughalsarai ,Dist- Chandauli- 232101 (UP).

8. Submission/ Receiving of tender: Tender shall be dropped in the tender box between 11.00 hrs & 14.00 hrs of 19.08.2015.

9. Sealed Tender Covers (on Two Packet System ) should be addressed to ‘Chief Mechanical Engineer, East Central Railway, Hajipur’.

10. Tender Cover should be subscribed with Tender No., Name of Work, and Date & Time

of opening

Page 4: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 4 of 60

EAST CENTRAL RAILWAY Tender Notice No: ECR/MEC/WAG/463/B&C/MGS/2

(Corrigendum - 4) (This Tender Notice supersedes the earlier tender notice dated 13.04.2015 & 17.06.2015 and Corrigendum-1,2 & 3.) (This tender document also supersedes original tender document and tender document loaded along with corrigendum-2/tender notice dated 17.06.2015 having header as “Tender No. ECR/MEC/WAG/463/B&C/MGS/2”) For and on the behalf of President of India, Chief Mechanical Engineer, East Central Railway, Hajipur invites sealed Open Tenders on TWO PACKET SYSTEM in prescribed tender forms from contractors with adequate experience and financial capability for the under mentioned work:

Name of work :- Repair of 3400 ‘C’ Category & 10500 ‘B’ Category Unloadable wagons at

Mughalsarai.

Approximate value of work

Earnest Money *#

Cost of Tender

Documents #

Period of work

Completion

Date and time of submission

of tender

Date and time of opening of

tender

1 2 3 4 5 6

Rs. 79,06,95,898/- Rs. 41,03,480/- Rs. 28,500/- 01 Year 19.08.2015 14.00 hrs.

19.08.2015 14.30 hrs.

* In terms of the Railway Board’s letter No.2001/CE-I/CT/19 dated 09/07/2004, exemption for

Earnest Money & Security Deposit is admissible to PSUs which are wholly owned by the Railways.

# In terms of the Railway Board’s letter No.2010/RS(G)/363/1, dated 05.07.2012: 1. Tender sets shall be provided free of cost to MSEs registered with the agencies specified in

para 1(e)(ii) of “Other Conditions of Contract (General)” for the item tendered. 2. MSEs registered with the agencies specified in para 1(e)(ii) of “Other Conditions of

Contract (General)” for the item tendered will be exempted from payment of Earnest Money.

Tender will be received on the date mentioned in col-5 between 11.00 hrs to 14.00 hrs and will be opened on the same date at 14.30 hours at following locations: 1. Office of the Chief Mechanical Engineer, E.C. Railway, Hajipur, Dist – Vaishali -844101 (Bihar). 2. Office of Sr.Divisional Mechancial Engineer, E.C. Railway, Mughalsarai, Dist-

Chandauli- 232101 (UP)

INSTRUCTION TO TENDERERS: -

1. Instructions for filling the bids and documents to be attached are detailed in tender documents. 2. The prescribed Tender Forms (non-transferable) are obtainable during office hours on any

working day upto 17.00 hours from the office of Chief Mechanical Engineer, East Central Railway, Hajipur on remittance of cost of Tender Document (non-refundable) indicated at Col. No. – 3 either by Crossed DD drawn in favour of FA&CAO/East Central Railway/Hajipur ‘payable at Hajipur’ or in the form of money receipt issued by Divisional Cashier/ East Central Railway/ Sonpur in support of deposition of requisite money with him. Sale of Tender Forms will be closed on the previous working day of the opening of tender.

Page 5: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 5 of 60

3. The tenderer(s) desirous of getting the tender documents by Post should send an additional amount of Rs.500/- (Rupees five hundred only) per set, to cover the postal charges, at least ten days prior to opening of tender. However, Railway will not be responsible for delay/loss/non-receipt of tender documents sent by post.

4. The tender notice is also available on Internet website www.ecr.indianrailways.gov.in. The tender document can also be downloaded from the above noted website. This facility is available free of cost. However, the demand draft of requisite amount (cost of tender documents) in favour of FA&CAO, East Central Railway, payable at Hajipur or in the money receipt issued by Divisional Cashier/ East Central Railway/ Sonpur towards the cost of tender documents will have to be enclosed with the tender in addition to Earnest Money separately. In case tender documents are downloaded from Internet and if tender is not accompanied with the valid demand draft or money receipt for the cost of tender document or if any change is done in downloaded tender form, the tender will summarily be rejected.

5. In case of unusual occurrences i.e. strike, bandh, holidays, etc., the dropping of tender paper/ documents and opening of tender will be done on the next working day.

6. Railway reserves the rights to accept/ reject any tender in respect to the whole or any portion without assigning any reason whatsoever.

7. Successful tenderer will have to deposit ‘Performance Guaranty’ amounts to 5% of contract value before signing the contract agreement in any of the acceptable form detailed in tender documents. The Performance Guaranty will be in addition to ‘Security Deposit’ amounts to 5% of contract value.

Qualifying Criteria : For bidders to participate in the tender, following conditions are essential to meet.

8. The tenderer should have satisfactorily completed in the last 3 financial years (i.e. last three financial years and current financial year up to the date of opening of tender), at least one ‘similar single work’ for a minimum value of 35% of advertised tender value.

Here ‘Similar’ Works Means “Wagon manufacture and/or wagon repair/ rehabilitation and/or fabrication of steel structures for bridges and/or steel fabrication work”.

Similar nature of work physically completed within the qualifying period, i.e. the last 3 financial years and current financial year up to date of opening of the tender (even though the work might have commenced before the qualifying period) should only be considered in evaluating the eligibility criteria.

9. The total contract amount received during the last three financial years and in the current financial year should be a minimum of 150% of the advertised tender value. Certificates produced by the tenderer(s) to this effect may be an attested certificate from the employer/ client, audited balance sheet duly certified by the Chartered Accountant, etc.

NOTE: Any other information required by the tenderer can be obtained from the office of Chief

Mechanical Engineer, East Central Railway, Hajipur (from Chief Rolling Stock Engineer/ Freight, East Central Railway, Hajipur and Dy. Chief Mechanical Engineer/ Optg-I, East Central Railway, Hajipur) during the working hours.

Chief Mechanical Engineer E C Railway, Hajipur

For and on behalf of the President of India

Page 6: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 6 of 60

TENDER FORM (FIRST SHEET) Tender No: - ECR/MEC/WAG/463/B&C/MGS/2 Name of work: - Repair of 3400 ‘C’ Category & 10500 ‘B’ Category Unloadable wagons at

MGS. To,

The President of India, Acting through the Chief Mechanical Engineer, E.C. Railway, Hajipur

1. I/We ____________________ have read the various conditions of the tender attached

here to & here by agree to abide by the said condition. I/We also agree to keep this tender open for acceptance for a period of 180 days from the date fixed for opening the same & in default thereof, I/We will be liable for forfeiture of my/ our (Security deposit/Earnest money). I/We offer to do the work for E.C. Railway at the rate quoted in the attached schedule and there by bind myself/ourselves to complete the work in all respect within stipulated time.

2. I/We also hereby agree to abide by Indian Railway Standard General Conditions of Contract, with all correction slips up-to-date and to carry out the work according to Special Conditions of Contract and Specifications of materials and works as laid down by Railway in the annexed Special Condition/Specifications, Schedule of rates with all correction slips up-to-date for the present contract.

3. A sum of Rs. ……………/- (Rupees ……………………………………. only) is forwarded

herewith as earnest money. The full value of earnest money shall be forfeited without prejudice to any other rights for remedies if

a) I/We do not execute the contract documents within seven days after receipt of

notice issued by the Railway that such documents are ready.

b) I/We do not commence the work within ………… days after receipt of order to that effect.

4. Until formal agreement is prepared and executed, the acceptance of this letter shall

constitute a binding contract between us subject to modification as may be mutually agreed to between us and indicated in the letter of my/our offer for this work.

----------------------------- Signature of Witness

Signature of Tenderer(s) 1……………………… Date: - ____/____/_____ 2. …………………….. Address of tenderer(s)

……………………….

Page 7: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 7 of 60

GENERAL INSTRUCTIONS TO TENDERERS 1) Submission of offers :

(a) All offers shall be either type written or written neatly in indelible ink. (b) Any individual(s) signing the tender or other documents connected therewith

shall specify whether he is signing: - • As sole proprietor of the concern or attorney of the sole proprietor. • As a partner or partners of the firm • As a Director, Manager or Secretary of a Limited company duly authorized by a

resolution passed by the board of Director or in pursuance of the authority conferred by memorandum of association.

(c) In the case of a firm not registered under the Indian Partnership Act, all the

partners or the attorney duly authorized by all of them should sign the tender and all other connected documents.

(d) The original power of attorney or other documents empowering the individual

or individuals to sign should be furnished to the Railway for verification, if required.

(e) All prices/rates and other information like document sets having a bearing on

the rates shall be written both in figures and words in the prescribed offer form.

(f) Offer in the prescribed form should be addressed to the Chief Mechanical

Engineer, East Central Railway, Hajipur. The tender should be submitted in a sealed cover super scribed with the name of work, due date of opening.

(g) Offers shall be as per the Indian Railways General and special conditions of

contract with its latest correction slips if any.

(h) Each page of the offer must be numbered consecutively, should bear the tender number and should be signed and stamped by the tenderer at the bottom. A reference to the total number of pages comprising the offer must be made at the top right hand corner of the first page. Offer(s) without such reference is liable to be rejected.

(i) All the copies of Annexure enclosed with the tender paper should be duly

filled in by the tenderer and submitted along with the tender duly signed and stamped on each page.

(j) The tenderer should avoid ambiguity in his offer e.g. if his offer is to his

standard sizes/lengths/dimensions, he should specifically state them in details without any ambiguity. Brief descriptions such as “Standard lengths” etc. should be avoided in the offer.

Page 8: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 8 of 60

2) BID:

The tender shall be on “two packet system ”. Technical bid and Financial bid shall be submitted separately in clearly marked sealed envelopes. Each of these bids (envelopes) shall be clearly specified in bold letters as “Technical Bid“ & ”Financial Bid”. Both of these bids shall then be put in a common envelope, sealed & stamped, super scribing on the top of the envelope, the name of the work, tender no. & due date.

Only those Contractors shall qualify for “ Financial Bid” opening whose “Technical Bid” has been accepted & have met all the eligibility criterion of the tender.

Tender papers are not transferable.

The Bid so submitted shall comprise of following:

a) Technical Bid: (Packet-I)

The Technical Bid shall consist of • Properly signed tender documents (except Schedule of Rates ). • EMD and cost of tender document in the prescribed form in case

the document have been downloaded from Internet. • Proof of Eligibility Criterion mentioned in para-3 of General

Instructions to Tenderers. • Documents required vide para-4 of General Instructions to

Tenderers. • Any other relevant documents which the tenderer desires to

submit along with their offer.

b) Financial Bid: (Packet –II)

• The Financial Bid shall be strictly in the format of “Schedule of Rates” provided at Annexure – ‘B’.

3) Eligibility Criteria : For bidders to participate in the tender, following conditions are essential to meet.

a) The tenderer should have satisfactorily completed in the last 3 financial years (i.e.

last three financial years and current financial year up to the date of opening of tender), at least one ‘similar single work’ for a minimum value of 35% of advertised tender value.

Here ‘Similar’ Works Means “Wagon manufacture and/o r wagon repair/ rehabilitation and/or fabrication of steel structur es for bridges and/or steel fabrication work” .

Similar nature of work physically completed within the qualifying period, i.e. the last 3

financial years and current financial year up to date of opening of the tender (even though the work might have commenced before the qualifying period) should only be considered in evaluating the eligibility criteria.

Page 9: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 9 of 60

b) The total contract amount received during the last three financial years and in the current financial year should be a minimum of 150% of the advertised tender value. Certificates produced by the tenderer(s) to this effect may be an attested certificate from the employer/client or audited balance sheet duly certified by the Chartered Accountant, etc.

4) Following documents are required to be submitted along with the tender:

a. List of work completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work, date of actual start, actual completion and final value of contract should also be given.

b. List of works on hand indicating description of work, contract value, approximate value of balance work yet to be done and date of award.

c. In case of items (a) & (b) above, supportive documents/certificates from the

organizations with whom they worked/ are working should be enclosed. Note:- Certificates from private individuals for whom such works are executed/ being

executed shall not be accepted. Certificates only from Indian Railways, Central/ State Government/ Union Territories Organizations/ PSUs/ Corporations shall be accepted.

d. List of Plant & Machinery available on hand (Own) and proposed to be inducted

(Own & hired to be given separately) for the subject work. e. Details showing that he has an established proper supervisory control

organization to ensure that there is adequate control at all stages of execution of the contract.

5) The tenderer should visit and acquaint himself with the working pattern and conditions of the work at site before applying for tender.

Page 10: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 10 of 60

INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED FROM INTERNET

1. Tender file is to be down loaded from the internet and printout is to be taken on A-4 size paper and details are to be entered by the tenderer at various locations in the document. It is advisable that the downloaded tender document to be printed through laser printer only. Submission of Xerox/photo copy of tender document is prohibited.

2. This tender document (in full) downloaded along with various documents required to be submitted as per the tender conditions in sealed cover duly super scribing the name of the work, tender notice No. and date.

3. The cost of tender document as indicated in the tender notice/ document will have to be deposited by the tenderer in the form of demand draft issued by a nationalized bank or any scheduled bank payable in favour of FA&CAO/East Central Railway/Hajipur ‘payable at Hajipur’. This should be enclosed as a separate demand draft. A single demand draft for the cost of tender form and earnest money deposit will not be accepted. Tender not accompanied by the above demand draft towards the cost of tender document will be summarily rejected.

4. Tenderers are advised to downloaded the tender documents will in advance and submit the tender before the stipulated time. It is the responsibility of the tenderer to check for any corrections or any modifications published subsequently in website and the same shall be taken into account while submitting the tender. Tenderer shall download corrigendum (if any), print it out, sign and attach it with main tender document. Tender document not accompanied by the published corrigendum/s is liable to be rejected. The railway will not be responsible for any delay in downloading of the tender document from the internet.

5. The tenderer may please note that the rate for items should be written in figures and in words by black or blue ball point pen only. The tenderer should sign each page of tender document.

6. Tenderer/s are free to download tender document at their own risk and cost for the purpose of perusal as well as for using the same as tender document for submitting the offer, master copy of the tender document is available in the office of Chief Mechanical Engineer, East Central Railway, Hajipur. After award of work an agreement will be drawn which shall be executed by the successful tenderer and this agreement will be prepared based on the master copy of tender document available in the above mentioned office and not based on the tender document submitted by the tenderer. In case, any discrepancy between the tender documents downloaded from the internet and the master copy, letter shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained.

7. If any change/additional-deletion is made in the tender document by the tenderer/contractor and the same is detected at any stage even after the award of the tender, the tenderer's full earnest money deposit will be forfeited and the contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from doing business with Railways and/or prosecuted.

Page 11: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 11 of 60

8. The following declaration should be given by the tenderer while submitting the tender:

Declaration

(a) I/we have downloaded the tender form from the internet site

www.ecr.indianrailways.gov.in and I/We have not tampered/modified the tender forms in any manner. In case, if the same if found to be tampered/modified, I/We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and I/We am/are liable to banned from doing business with Railways and/or prosecuted.

(b) I/We submitting a demand draft No………………………… dated ……………. issued by …………………… Bank (any scheduled/nationalized bank of India) for Rs. ………… (Rupees ……………………………………. only) towards the cost of tender form.

Date: ……………..

Address: Signature of Tenderer

Page 12: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 12 of 60

AGREEMENT EAST CENTRAL RAILWAY

Contract Agreement No: ............................................... Dated: - .................

ARTICLES OF AGREEMENT made this.............. day of .............................. between the President of India acting through the Railway Administration here after called the “Railway” of the one part and ......................................................................... herein after called the “Contractors” of the other part.

WHEREAS the Contractors have agreed with the Railway for the performance of the work “………………………………………………………………………………………….” set-forth in the schedule hereto annexed upon the “General Conditions of Contract 2014 of Indian Railways with latest corrections” and the Specifications of the Railways and the special conditions and special specifications, if any and in conformity with the drawings hereto annexed AND WHEREAS the performance of the said work is an act which the public are interested.

NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railways, the Contractor will duly perform the said works in the said schedule set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said conditions of contract and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein) and East Central Railway both hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the final completion thereof the amount due in respect thereof at the rates specified in the schedule hereto annexed.

Contractors ________________ Address ___________________ (for and on behalf of the President of India) Date ______________ Date _________________ Signature of witnesses with address to Signature to Contractor

1) _____________________________

2) _____________________________

Page 13: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 13 of 60

SCOPE OF WORK

1) General Work Procedure:

Repair will be done as per pre-inspection sheet jointly prepared by authorized representative of Sr.DME/MGS and representative of the contractor. This will include identification of damages to Side panel, End panel, Floor, Door, Door mediator etc.

A. Work of repair shall broadly include :

(i) Gas cutting and removal of the damaged parts. (ii) Surface preparation, including straightening for proper fitment and removal of

rust by wire brushing of the surface on which welding is to be done. (iii) Cutting of MS sheets to pre-determined sizes. (iv) Fixing the patch by means of tack welding followed by continuous welding

(either lap or butt as the case may be) of the patch by MMAW (Manual Metal Arc Welding). The weld should be free from visible defects, such as discontinuities, cracks, undercut etc.

(v) Chipping of slag after welding and cleaning with wire brush. (vi) Painting of the repaired area with coat of red-oxide primer. (vii) Marking on repaired patches as per “Marking diagram” RDSO Drawing No.WD-

80007-S/21. (viii) Riveting operation, as required. (ix) Collection of scrap generated in work place and stacking the same at

nominated place. (x) Any other miscellaneous welding works as required to make wagon loadable. (xi) In general, instructions for fabrication/ repair contained in RDSO Specification

No. G-72 Rev.-3 should be followed. (xii) Specification of electrode should conform to IRSM 28/12 IS 814 2004 IS/AWS

Code 4112 (xiii) Supply items as detailed in schedule below will have to be got inspected by

inspecting authority as mentioned in Para 4. (xiv) Quantity supplied for each items should match with progress of work and actual

consumption. So that overstocking as well as issue of security of material is minimised. No payment shall be made against supply of any items.

(xv) The Panel patching and other repairs will be carried out as per instruction of authorised representative of Sr.DME(C&W)/MGS.

B. Welding Procedure : (i) In general, instructions for welding, edge preparation, procedure of welding

etc. contained in RDSO Specification No. G-72 Rev.-3 should be followed. (ii) Earthing of wagons trolley should be ensured before starting welding work.

Method of earthing is as under:- If any welding work is done after assembly of wagons proper earthing shall be ensured so that electric current does not pass through the bearings. The earthing should be done very close to welding area and the earthing wire should be tightly secured at both ends. Alternatively the earthing can be done with a earthing wire/strip running parallel to the track instead of earthing with rails. If wagons is not properly earthed the current passing through the bearings will cause arcing in between the rollers and the race ways leading to

Page 14: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 14 of 60

failure. All the earthing ports may be properly grounded through periodically calibrated earth pits. Earthing wires and conductors shall be arranged by contractor itself.

(iii) Details of the edge preparation for welding shall be in accordance with IS:9595-1980 "Recommendations for Metal Arc Welding of Carbon Manganese Steels”.

(iv) Only those electrodes and wire-flux combinations which have been approved by RDSO shall be used for welding.

(v) All welds shall be homogenous and show physical properties similar to those of parent metal. Finished welds shall be perfectly free from all defects such as porosity, burnt metal, inclusions etc. and shall present as smooth appearance.

(vi) Welded joints defect specially due to the use of equipment and /or filler material shall not be accepted. After welding the welded parts or assemblies should correspond to the dimensions required as per mentioned in drawings.

2) Detailed work procedure (Itemwise) : (Please ref er Annexure – ‘B’).

(A) Repair of corroded ,broken & cracked wall porti on of wagons by replacement

with new 5mm thick patches. (i) Removing the damaged side wall/ End wall/ribs and preparing the work area for

fixing the new Patch of suitable size. (ii) Cutting and fixing the new side wall/ End wall/ribs patch on the wagon by tack

welding. (iii) Continuous lap welding of the side wall/ End wall/ribs patch on both side. (iv) Painting and Marking as per “Marking diagram” of the repaired area with single

coat of red-oxide primer. (v) Component arrangement should confirm to RDSO Drawing No.WD 80007-S-05&

06 And BOXN/Sketch./MGS/02 (vi) Supply of consumables like electrode, cutting gas ,electricity etc. for carrying out

the repair work. (vii) Collection and disposal of scrap at nominated place.

(B) Repair of corroded, broken & cracked floor port ion and covering plate of top

coping of wagons by replacement with new 6mm thic k patches (i) Removing the damaged floor panel/covering plate for top coping and preparing

the work area for fixing the new Patch of suitable size. (ii) Cutting and fixing the new floor panel/covering plate patches on the wagon by

tack welding. (iii) Continuous lap welding of the floor/covering plate for top coping on the top. (iv) Painting and Marking as per “Marking diagram” of the repaired area with single

coat of red-oxide primer. (v) Component arrangement should confirm to RDSO Drawing No.WD 80007-S-04&

05 And BOXN/Sketch./MGS/01 (vi) Supply of consumables like electrode, cutting gas, electricity etc. for carrying out

the repair work (vii) Collection and disposal of scrap at nominated place.

Page 15: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 15 of 60

(C) Repair of corroded ,broken& cracked Channel of ISMC-100 at floor stinger, side middle coping ,Top Coing and doorway stiffener :

(i) Cutting the channel ISMC-100 of required length. (ii) Fixing the ISMC – 100 as required as per Drg. No: WD-80007-S-05 & WD-

S0007-S-04 (iii) Complete welding of the couping bar (ISMC – 100) (iv) Attending any other unforeseen and exigency repairs. (v) Welding of covering plate along with replaced top couping as per Drg. No: WD-

80007-S-05 (vi) Attending Painting and stencilling on the repaired portions. (vii) Supply of consumables like electrode, cutting gas ,electricity etc. for carrying out

the repair work (viii) Collection and disposal of scrap at nominated place.

(D) Repair of corroded ,broken& cracked crib angles (I SA 50X50X6) of wagon

body (i) Cutting the angles of required length. (ii) Fixing the angles as required as per Drg. No: WD-80007-S-14 & WD-S0007-S-

04 (iii) Attending any other unforeseen and exigency repairs. (iv) Attending Painting and stencilling on the repaired portions. (v) Supply of consumables like electrode, cutting gas ,electricity etc. for carrying out

the repair work (vi) Collection and disposal of scrap at nominated place.

(E) Supply of MS sheets of thickness 5mm

Under this schedule contractor will have to supply sheet of thickness 5 mm as per specification confirming to IS 2062-2011 E- 250,Quality A with Cu. Sheet may be supplied as per pre determined patch sizes also. Supply items will have to be got inspected by inspecting authority mentioned in Para-3.

(F) Supply of MS sheets of thickness 6 mm

Under this schedule contractor will have to supply sheet of thickness 6 mm as per specification confirming to IS 2062-2011 E- 250,Quality A with Cu.Sheet may be supplied as per pre determined patch sizes also. Supply items will have to be got inspected by inspecting authority mentioned in Para-3.

(G) Supply of channel ISMC-100

Under this schedule contractor will have to supply channel as per specification confirming to IS 2062-2011 E- 250, Quality A with Cu. Supply items will have to be got inspected by inspecting authority mentioned in Para-3.

(H) Supply of Crib Angle (ISA 50X50X6)

Under this schedule contractor will have to supply Crib angle (ISA50X50X6) as per specification confirming to IS 2062-2011 E- 250, Quality A with Cu. Supply items will have to be got inspected by inspecting authority mentioned in Para-3.

(I) Supply and Replacement of Corner stanchion for BOXN Wagon :

(i) Supply and fixing the new Corner Angle with the end panel by riveting. (ii) Complete welding of the corner angle with the end panel & side panel on the

wagon both from inside & outside.

Page 16: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 16 of 60

(iii) Providing stiffener, bend plate and corner connecting bend plate on the top corner as per drawing No. WD-80007-S-05

(iv) Attending any other unforeseen and exigency repairs. (v) Attending Painting and stencilling on the repaired portion as per RDSO Drawing

No: WD-80007-S-21 (vi) Attending to riveting as required. (vii) Supply of consumables like electrode, cutting gas, electricity etc. for carrying out

the repair work (viii) Collection and disposal of scrap at nominated place. (ix) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

(J) Replacement of Broken Side Stanchion for BOXN Wa gons : (i) Removing the broken Side Stanchion and preparing the work area for fixing the

new one. (ii) Supply and fixing the new Side Stanchion on the wagon as per Drawing No: WD-

80007-S-17 (iii) Attending any other unforeseen and exigency repairs. (iv) Attending Painting on the repaired portion (v) Supply of consumables like electrode, cutting gas ,electricity etc. for carrying out

the repair work (vi) Collection and disposal of scrap at nominated place (vii) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3

(K) Renewal of Top Corner : (i) Removing the top corner and preparing the work area for fixing the new one. (ii) Supply and fixing the new Top corner components like corner bend plate, top

corner stiffener and corner connecting plate as per drawing no. WD-80007-S-04 on the wagon.

(iii) Attending any other unforeseen and exigency repairs. (iv) Attending Painting on the repaired portion. (v) Supply of consumables like electrode, cutting gases, electricity etc. for carrying

out the repair work. (vi) Collection and disposal of scrap at nominated place. (vii) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

(L) Renewal of Door Mediator : (i) Removing the Door pressing and side body sheet as required as indicated in

sketch BOXN/Sketch./MGS/05. (ii) Preparing the work area for fixing the new one. (iii) Supply and fixing the new Door pressing on the wagon by welding. (iv) Supply and fixing of new door locking bracket and door cotter. (v) Supply and fixing of side body sheet (indicated as ‘B3’ in sketch). (vi) Painting of the repaired area with one coat of red-oxide primer, as required. (vii) Supply of consumables like electrode, cutting gas ,electricity etc. for carrying out

the repair work. (viii) Collection and disposal of scrap at nominated place. (ix) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

Page 17: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 17 of 60

(M) Procedure for Renewal of Wagon Door : (i) Removing the broken/defective Door and preparing the work area for fixing the

new one. (ii) Supply and fixing of painted ,new Door on the wagon as per Drawing No: WD-

90007-S-1. And BOXN/Sketch./MGS/04. (iii) Supply of consumables like electrode, cutting gas ,electricity etc. for carrying out

the repair work. (iv) Collection and disposal of scrap at nominated place. (v) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

(N) Renewal of Wagon Door Hinge foot : (i) Removing the broken Door Hinge Foot and preparing the work area for fixing the

new one. (ii) Fixing the new Door Hinge Foot on the wagon as per Drawing No: WD-90007-S-1. (iii) Attending any other unforeseen and exigency repairs. (iv) Attending Painting on the repaired portion. (v) Supply of consumables like electrode, cutting gas ,electricity etc. for carrying out

the repair work. (vi) Collection and disposal of scrap at nominated place. (vii) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

(O) Repair of cross bar : (i) Supply and welding of reinforcement plate. (ii) Broken Cross Bar is to be repaired by welding reinforcement plate, thickness of 6

mm of size 40x20 mm 02 in no. one on each side. (iii) If required reinforcement plate may be bend in L-shape such that one leg is

welded to cross bar and other to sole bar. (iv) Supply of consumables like electrode, cutting gas ,electricity etc. for carrying out

the repair work. (v) Painting of repaired portion (vi) Collection and disposal of scrap at nominated place. (vii) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

(P) Renewal of Ladder : (i) Removing the broken Hand Hold, Ladder Pipe and Foot step and preparing the

work area for fixing the new one. (ii) Supply and fixing the new one on the wagon as per Drg. No: WD-80007-S-06. (iii) Attending any other unforeseen and exigency repairs. (iv) Attending Painting and stencilling on the repaired portion. (v) Supply of consumables like electrode, cutting gas, electricity etc. for carrying out

the repair work. (vi) Collection and disposal of scrap at nominated place. (vii) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

(Q) Renewal of Pershad Label Holder : (i) Removing the Rivets, label board and preparing the work area for fixing the new

one. (ii) Supply and fixing the new label holder and rivets by riveting operation on the

wagon as per drawing no WD-80007-S-05.

Page 18: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 18 of 60

(iii) Attending any other unforeseen and exigency repairs. (iv) Attending Painting and stencilling on the repaired portion. (v) Supply of consumables like electrode, cutting gas, electricity etc. for carrying out

the repair work. (vi) Collection and disposal of scrap at nominated place. (vii) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

(R) Repair of Body Bulged out (Side or End Panel) by Ch ain Pulling : (i) Pulling the bulge causing side pillers/end pillers by chain & fixture. (ii) Complete welding of the body pillers/ end pillers with floor by providing stiffener

(from outside &inside). (iii) Welding of any open welding joint/panel throughout bulged body to maintain its

shape from both inside & outside. (iv) Attending any other unforeseen and exigency repairs. (v) Attending Painting on the repairs attended as per RDSO Drg. No: WD-80007-S-

21 (vi) Supply of consumables like electrode, cutting gas, electricity etc. for carrying out

the repair work. (vii) Collection and disposal of scrap at nominated place.

(S) Fitment of door locking component .

(a) Bracket and Pin:

(i) Removal of bend distorted bracket and pin. (ii) Preparing surface for fixing of new one. (iii) Supply and fixing of new Bracket and pin as per drawing no. WD-90007-S-1. (iv) Attending painting of repaired area. (v) Supply of consumables like electrode, cutting gas, electricity etc. for carrying

out the repair work. (vi) Collection and disposal of scrap at nominated place. (vii) Supply items will have to be got inspected by inspecting authority mentioned

in Para-3.

(b) Gravity Cotter with Rivets: (i) Removal of bend, distorted gravity cotter. (ii) Preparing surface for fixing of new one. (iii) Supply and fixing of new Gravity cotter and rivet as per drawing no. WD-

90007-S-1. (iv) Attending painting of repaired area. (v) Supply of consumables like electrode, cutting gas, electricity etc. for carrying

out the repair work. (vi) Collection and disposal of scrap at nominated place. (vii) Supply items will have to be got inspected by inspecting authority mentioned

in Para-3.

(T) Door Check Spring: (i) Removal of bend, distorted Door Spring. (ii) Preparing surface for fixing of new one. (iii) Supply and fixing of new Door Check Spring and rivet as per drawing no. WD-

90007-S-1. (iv) Attending painting of repaired area.

Page 19: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 19 of 60

(v) Supply of consumables like electrode, cutting gas, electricity etc. for carrying out the repair work.

(vi) Collection and disposal of scrap at nominated place. (vii) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

(U) Supply of paints as per ISC 446 to RDSO specificati on M&P/PCN/122/2006 Under this schedule contractor will have to supply paint as per ISC 446 to RDSO specification M&P/PCN/122/2006 for attending painting requirement of repaired items. Payment shall be made as per actual consumption.

(V) Miscellaneous welding - It will involve all other welding as required and not

covered in any of the above schedules.

(W) Supply of steel item for miscellaneous items not covered in above schedule: (i) Supply will include various shapes of sheets, angles and channels to meet

requirement of wagons. (ii) Supply items will have to be got inspected by inspecting authority mentioned in

Para-3.

Page 20: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 20 of 60

3) Materials to be supplied by contractor for Unload able repair

Item of Schedule

(as per Annex-B)

Item Specification / Drawing No. Inspecting Authori ty

E & F M S Sheet (5 mm, 6 mm, etc)

Confirming to IS:2062 -2011 E-250, Quality A with Cu

Representative of Sr.DME(C&W)/MGS against firm test certificate for procurement from SAIL / inspection by RITES* for procurement from other reputed manufacturer.

G M S

Channel ISMC 100 confirming to IS:2062 -2011 E-250,Quality A with Cu

Representative of Sr.DME(C&W)/MGS against firm test certificate for procurement from SAIL / inspection by RITES* for procurement from other reputed manufacturer.

H M S Angle Confirming to IS:2062 -2011 E-250,Quality A with Cu IS: 2062, Gr.-A.

Representative of Sr.DME(C&W)/MGS against firm test certificate for procurement from SAIL / inspection by RITES* for procurement from other reputed manufacturer.

L & M Door Door modified complete for BOX N Wagon to RDSO Drg. No. WD-90007-S-1 Item no. 1 to 11, Alt 13.

RITES*

N Door Hinge Foot

Door Hinge Foot IRS Drg. No. W/DW- 287, Alt. No.-6.

RITES*

T Door Check Spring

Door Check Spring for BOXN Drg. No. WD/DW305/D,Alt 6

RITES*

S Locking bolt of Door

Locking Bolt for Door BOXN Wagon to RDSO Drg. no. WD-90007 -S-1 Item 15 Alt.13

RITES*

S Bracket for

Locking Bolt

Bracket for locking bolt for BOXN wagon to RDSO Drg. no. WD-90007 -S-1 Item 14 Alt.13

RITES*

S Gravity Cottor

Flap Door Chainless Cottor for BOXNHL to RDSO Drg. no. WD-90007 -S-1 Item 8 Alt.13 Ref. Drg. W/DW-297, Alt.-1.

RITES*

S Flap Door Chainless

Cottor Rivet

Flap Door Chainless Cottor rivet to RDSO Drg. no. WD-90007 -S-1 Item 2 Alt.13

RITES*

P Ladder Hand Hold

Ladder Hand Hold to RDSO Drg. no. WD-80007 -S-06 Item 8 Alt.16, Mat Spec IS:1239 Part -1

RITES*

P Ladder

Pipe Ladder Pipe to RDSO Drg. no. WD-80007 -S-06 Item 7 Alt.16, Mat Spec IS:1239 Part -1 RITES*

Page 21: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 21 of 60

P Foot Step Foot Step for BOXN Wagon to RDSO Drg. no. WD-80007 -S-10, Item 34 Alt.21. RITES*

Q Pershad

Label Holder

Pershad Label Holder to RDSO Drg. no. WD-80007 -S-05 Item 10 Alt.23Ref Drg. W/ML-11 RITES*

O DOORWAY Cross bar Assembly

DOORWAY Cross bar Assembly consists of 7 items to RDSO Drg. no. WD-80007 -S-05, Alt.-23 Item no.2=1 no. , item no.15=2 nos, item no. 14=1 no. & Drg. no. WD-90007 -S-1 Alt.13, item no. 2=4nos., item no.8=2 nos., item no.14=4 nos. item no. 15=2 nos., total 7 items in assembled condition.

RITES*

I Corner

stanchion Corner stanchion to RDSO Drg. No. Wd-80007-S-06 RITES*

J Body side stanchion

Body Side Stanchion to RDSO Drg. No. Wd-80007-S-17 consist of 10 Items Alt 15 RITES*

U Paint

Ready mixed brushing finishing Red Oxide semi gloss for general purpose to ISC 446, is RDSO Spec M and P/PCN/122/2006(item Packed in 20Ltr new and sound returnable sound M.S drums to IS 2552/89 Grade B-II)

RITES*

V Electrode

Manual Metal Arc Welding ELECTROES Class A 1 ( rutile type)Type of Coating Medium IRSM 28/12 code as per IS 814 2004. IS/AWS code ER 4112-size dia x length, 4 x 450 mm

RITES*

Note: Steel material specifications of assemblies/sub-assemblies/components as

mentioned in above referred respective drawings/Sketches for steel fabricated items wherever applicable to be revised as per RDSO Letter no.MW/Specification, Dated 31.01/01.02.2013 (Copy enclosed).

* Inspection procedure as applicable for Railway Supply to be followed by RITES.

4) Resources to be deployed by Contractor: All Tools & Plants, equipments, safety gears for worker, consumables like, electrodes, gases, etc., required to complete the repair work shall be arranged by the contractor.

5) FACILITIES TO BE PROVIDED BY THE RAILWAY:

(i) One Tapping point for electricity will be provided by Railways. At present cost of electricity is Rs 6.75 /unit. The prevailing cost will be charged from contractor. The connection charge as applicable will have to be borne by the contractor. However, if considered necessary, more than one tapping points may also be provided.

(ii) Open space for working and keeping new and segregated released material. (iii) Water supply free of cost.

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

Page 22: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 22 of 60

Floor W

idth: 2

960 mm 5

65

39

3

52

2

52

2

39

3

56

5

6) SKETCHES FOR REPAIRS TO BE ATTENDED: (Please ref er Scope of Work)

6.1 Item A: Renewal of Floor Damages

BOXN Floor Length: 9784 mm

BOXN/Sketch./MGS/01

BOXN/Sketch./MGS/02

1630 1600 817 1690 817 1600 1630

6.2 Item B: Renewal of Side Panel Damages

(63

0 x

198

0)

B2 (1525x730)

B4 (1520x730)

B3 (1525x550)

B5 (1520x650)

B6 (1520x600)

B6 B6

B4 B4

B5 B5

B2

B3

B1

DOOR DOOR

B1

Page 23: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 23 of 60

6.3 Item C: Renewal of End Panel Damages

BOXN/Sketch./MGS/03

BOXN/Sketch./MGS/03

BOXN/Sketch./MGS/04

BOXN/Sketch./MGS/04

DOOR DOOR

(550

x19

80)

C1 C2 C3 C2 C1

(65

0x1

980

)

(6

30x

198

0)

6.4 Item D: Renewal of Doors

Page 24: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 24 of 60

6.5 Item E: Renewal of Door Mediator

BOXN/Sketch./MGS/05

DOOR DOOR

Page 25: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 25 of 60

Annexure – ‘A’

Standard sizes of patch to be used (Please refer Scope of Work)

Sr. No. Schedule Size of Patches (in mm) Weight of patch in

kg

Weight of patch in Kg/m2

Side wall

1 Replacement of 5 mm Patches

B1 630 x 1980 x 5 48.96 39.25 B2 1525 x 730 x 5 43.70 39.25 B4 1520 x 730 x 5 43.55 39.25 B5 1520 x 650 x 5 38.78 39.25 B6 1520 x 600 x 5 35.80 39.25

End Walls C1 550 x 1980 x 5 42.74 39.25 C2 630 x 1980 x 5 48.96 39.25 C3 650 x 1980 x 5 50.51 39.25

Ribs 100 x 50 x 5 0.20 39.25

Floor Patches

2 Replacement of 6 mm Patches

A2 1600 x 1480 x 6 111.53 47.1 A1 1630 x 1480 x 6 113.62 47.1 A4 1690 x 1480 x 6 117.82 47.1 A3 817 x 1480 x 6 56.35 47.1

Covering plate for top coping

D1 1505 x 110 x 6 7.80 47.1

D2 1530 x110 x 6 7.93 47.1

D3 700 x 110 x 6 3.63 47.1

D4 365 x 110 x 6 1.89 47.1

Note: 1. Patch sizes can be half or one fourth of standard sizes mentioned above for wagons requiring

minor repair. The decision of Railway representative doing pre-inspection shall be final in this respect.

Page 26: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 26 of 60

Annexure – ‘B’ Financial Bid (Packet Two)

SCHEDULE OF RATES Tender No.: ECR/MEC/WAG/463/B&C/MGS/2

Name of Work : Repair of 3400 ‘C’ Cat. & 10500 ‘B’ Cat. Unloadable wagons at MGS.

Item Description of work Qty. Unit Unit Rate

(In Rs) Total Value (In Rs) In Fig. In Words

A Repair of corroded, broken & cracked wall portion of wagons by replacement with new 5mm thick MS (IS:2062 -2011 E-250,Quality A with Cu ) Patches of various size listed in Annexure-A. It will include removal of old patches, surface preparation and fixing of new patches as per detailed procedure in scope of work. (It would include cost of consumable, electrode, cutting gas and electricity. However cost of plate to be supplied is to be charged separately under schedule E)

77854760 cm of welding

length.

running length of weld in

centimetre

B Repair of corroded ,broken & cracked floor portion and covering plate for top coping of wagons by replacement with new 6mm thick MS (IS:2062 -2011 E-250,Quality A with Cu) Patches of various size listed in Annexure-A. (It will include removal of old patches, surface preparation and fixing of new patches as per detailed procedure in scope of work. (It would include cost of consumable, electrode, cutting gas and electricity. However cost of plate to be supplied is to be charged separately under schedule F)

22050512 cm of welding length.

running length of weld in

centimetre

C Repair of corroded, broken & cracked channel of ISMC 100 of wagon body by replacement with new channels (IS: 2062 -2011 E-250, Quality A with Cu).It will include removal of old channels, surface preparation and fixing of new channels as per detailed procedure in scope of work. (It would include cost of consumable, electrode, cutting gas and electricity. However cost of channel to be supplied is to be charged separately under schedule G)

194559.1 meters of welding length

meter

D Repair of corroded, broken & cracked crib angles (ISA 50X50X6) of wagon body by replacement with new angles (IS:2062 -2011 E-250,Quality A with Cu).It will include removal of old angles, surface preparation and fixing of new angles as per detailed procedure in scope of work. (It would include cost of consumable, electrode, cutting gas and electricity. However cost of angle to be supplied is to be charged separately under schedule H)

93990 meters of

weld length Meter

Page 27: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 27 of 60

E Supply of MS sheet (5mm) confirming to IS:2062 -2011 E-250,Quality A with Cu to carry out work under schedule A

3858959.85 Kg

F Supply of MS sheet (6mm) confirming to IS:2062 -2011 E-250,Quality A with Cu to carry out work under schedule B

2624458.55 Kg

G Supply of Channel (ISMC 100) to be used for wagon repair confirming to IS:2062 -2011 E-250,Quality A with Cu to carry out work as per Schedule C

1157317.57

Kg

H Supply of Crib Angle as per specification IS:2062 -2011 E-250,Quality A with Cu to carry out work as per Schedule D

211477.5 Kg

I Supply and replacement of broken corner stanchion as per RDSO Drg. No. WD-80007-S-06

136 Nos.

J Replacement of Broken side stanchion. Component arrangement to confirm RDSO Drg. No. WD-80007-S-17 consist of 10 item Alt 15

6936 Nos.

K Repair of Top corner with corner connecting bend plate, corner connecting plate & top corner stiffener as per RDSO Drg. No. WD-80007-S-06

9640

Nos.

L Supply and replacement Door Mediator as per sketch attached. Component arrangement to confirm RDSO Drg. No. WD-90007-S-01& WD-80007-S-05

9020 Nos.

M Supply and Replacement of damaged door as per RDSO Drg. No. WD-90007-S-1 item no. 1 to 11, Alt 13.

10380

Nos.

N Supply Replacement of door hinge foot as per IRS Drg. No. W/DW-287, alt No.-6.

1668

Nos.

O Repair of broken cross bar as per procedure detailed in scope of work. It would include supply of plate, consumable like cutting gas, electrode, and electricity.

8280

Nos.

P Repair/replacement of ladder component as per RDSO Drg. No. WD-80007-S-06

Ladder Hand Hold 340 Nos.

Ladder Pipe 17000 Nos.

Foot step 3400 Nos.

Q Supply and fitment of Pershad Label Holder as per RDSO Drg. No. WD-80007-S-05 Item No.-10, Alt. 23 Ref. Drg. W/ML-11.

6800 Nos.

R Repair of Body Bulged out with chain pulling as per procedure laid down in scope of work.

340 Nos.

S Supply and Fitment of Door Lock component AS per Drg. No. WD-90007-S-01

Bracket & Pin 111200 Nos.

Gravity Cotter with Rivet

19400 Nos.

T Supply and Fitment of Door Check Spring as per Drg. No. WD- 90007-S-01 5832 Nos.

U Supply of paint Ready mixed brushing finishing Red Oxide semi gloss for general purpose to ISC 446, is RDSO Spec M and P/PCN/122/2006(item Packed in 20Ltr new

15450 Litre

Page 28: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 28 of 60

and sound returnable sound M.S drums to IS 2552/89 Grade B-II)

V Miscellaneous welding (other than specified above)

2070000 cm

W Supply of steel item for miscellaneous items not covered in above schedule including fitment as required (excluding welding)

38000 kg

Note:

1) Rates: (i) Rates are to be quoted in reference to “Scope of Work”. (ii) The rates quoted shall be inclusive of all taxes levied by Central or State Govt. or by

any Municipal/ Local or any other body. (iii) If any Entry Tax is leviable, the same should be paid by Supplier/ Contractor for which

no reimbursement will be made by Railways. (iv) Rate to be quoted for above works should be in figures and words. In case of any

difference in the rates quoted in figures and words, the rates quoted in words only will be considered as correct.

2) Recovery: (i) Income Tax :- Income Tax as per prevailing rate will be recovered of the gross amount

of the each bill from all the bills of the contractor as per Income Tax Act. A surcharge as per prevailing rate on the amount of Income Tax so deducted will also be recovered from the contractor’s bills.

(ii) Sales Tax :- For the work executed in the State of Bihar, Jharkhand, MP and UP, Sales Tax on Works Contract will be recovered at the source from the Gross amount of each bill of the contractor as applicable.

3) Steel material specifications of assemblies/sub-assemblies/components as mentioned in referred above respective drawings/Sketches for items mentioned in above schedule ” I – T & V” to be revised as per RDSO Letter no.MW/Specification, Dated 31.01/01.02.2013 (Copy enclosed).

4) Copy of above mentioned RDSO Drawings/Sketches are enclosed. 5) Cost of all required consumables like electricity, electrodes, cutting gasses etc shall be borne

by contractor. Supply of electricity will be arranged by Railways at prevailing rate Per Unit (present cost is Rs 6.75/unit). Total cost of electricity consumed will be adjusted against contractor’s payment.

6) The quantities shown in above schedule are approximate and are as a guide to give the tenderer(s) an idea of quantum of work involved. The Railway reserves the right to increase/decrease and/or delete or include any of the quantities given above and no extra rate will be allowed on this account.

Page 29: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 29 of 60

SPECIAL TERMS & CONDITIONS OF CONTRACT 1) The work may be carried out round the clock, 7 days a week in open in all weather

condition. In case of any change in the timings, permission shall be taken from Sr.DME/C&W/MGS.

2) The staff deployed should be capable of attending all the body repairs, so as to make the wagon fit within 48 hrs.

3) Time of start of repair of wagons will be same as time of pre-inspection by authorised railway representative and time of completion of repair will be determined from time of offer for final inspection by contractor.

4) Each wagon offered by the Rly. for repair shall be pre-inspected jointly by the authorised representative of Sr.DME/C&W/MGS and representative of the contractor, who will mark the area to be repaired in the pre-inspection sheet. It will have particulars, like - Wagon number, date of inspection, date and time handed over for repair, nomenclature of the patch and signature of the authorised representative.

5) The repairs shall be carried out as per the procedure given under the Scope of Work. 6) Measurement of the work that is length of welding, weight of sheets, angle, channels

etc., no. of other wagon component consumed will be done by authorised Railway representative of Sr.DME.

7) Post repair inspection shall be carried out by authorised representative of Sr.DME/C&W/MGS.

8) The contractor shall adhere to the quality standard acceptable to authorised representative of Sr.DME/C&W/MGS, and only those works passed by the authorised representative of Sr.DME/C&W/MGS shall qualify for payment.

9) Defective/rejected repair work will have to be re-done by contractor. 10) The contractor shall submit the detail of manpower (with particulars like, Name,

Father’s name, Address, Age, Passport size photo) that would be utilized for the work to the depot in-charge and any change in the manpower shall be communicated to the depot in-charge in writing. This should be submitted before taking of the job inside the Depot/Yard premises at the beginning of the work as well as in between as and when any of his employees is replaced with the new employee.

11) The contractor shall provide identity card to all those employees deputed to work who shall carry out the said work. The ID card shall carry the photograph, name, father’s name, address, contact no. etc. The contractors name, address and contact no. shall also be printed on the back side of the identity card. The concerned Depot/Yard in charge shall inform RPF authority regarding the contractor’s employee deputed to work inside the Depot/Yard premises as per the said bio-data. Those employees carrying proper identity card, details of which have been submitted to concern Depot/Yard in charge will be only allowed to work inside the Depot/Yard premises.

12) The contactor shall not allow anybody to use the premises for any purpose other than that is permitted under the contract.

13) The contractor shall ensure that the workmen engaged by him do not indulge in any indecent behavior or create disturbance in the workplace during the course of work, failing which the contract shall be liable to be terminated.

14) No accommodation shall be given to any contractor(s) staff/supervisors for the purpose of stay. No railway Pass/PTO shall be admissible to the men engaged by the contractor.

15) The contractor shall provide safety equipment, Industrial helmet and safety shoes to all the employees and shall ensure the use of the same by his staff while on duty.

16) The contractor shall be responsible for the safety of the staff deployed during the course of the work. No claim/compensation would be entertained by the railway for any type of accident/incident involving his staff. Any compensation, as required under the

Page 30: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 30 of 60

law would be payable by the contractor. 17) The cost of damage to the railway property, if caused by the contractor during the

execution of work will be charged on the contractor. 18) Any misuse of Railway property will be viewed seriously and the actual cost with

penalty will be recovered from the contractor’s bills. 19) The contractor shall follow the instructions of depot in charge/his representative in

execution of the services. 20) The stationery required for maintaining the daily formats and other registers are to be

supplied by the contractor. 21) The entire work area including the railway track shall be kept free of any

obstruction/debris released from the wagons repaired by the contractor (for placement and drawals of wagons) on the same day.

22) The contractor must ensure compliance of all labour laws and safety measures for his staff as applicable.

23) Released material from under repair wagons will have to be segregated and stacked in lots at nominated place within 01 km of work place.

24) Since, railway is paying only for consumed material actually fitted on wagons; Scrap generated from new material at site would belong to contractor and will be taken away by contractor as soon as possible.

25) Sufficient stock of material on site should be ensured by the contractor. 26) Road Permit shall be issued by Sr.DME(C&W)/MGS as and when required. However,

payment of all types of taxes/duties, etc. or any other cost involved in issuing the Road Permit shall be borne by the contractor.

27) Contractor will be responsible for safety & security of stores/stored material to be used for repair of wagons.

28) On an average 200 number of ‘B’ cat. & 70 no. of ‘C’ cat. Wagons will be repaired per week.

29) Repair requirement may reach upto 230 ‘B’ cat. & 80 ‘C’ cat. wagons in a week. 30) In case wagons are not offered due to unforeseen circumstances contractor will have

no claim for compensatory payment. 31) Length of welding to be done for each patch or elsewhere will be as per instruction of

Railway Representative. Payment for welding will be made based on actual welding length as measured and certified during final inspection by Railway Representative.

32) There shall be no maintenance period as mentioned para 16 (2) of GCC. 33) “Chief Engineer” as referred in GCC shall be read as “Chief Mechanical Engineer”. 34) “Engineer” as referred in GCC shall be read as “Sr. Divisional Mechanical

Engineer/C&W/MGS” or “Divisional Mechanical Engineer/C&W/MGS” or “Asst. Mechanical Engineer/C&W/MGS”.

35) The Contractor shall adhere to the Labour Rules, Workmen Compensation Act and Payment of minimum wages Act and other Labour legislation’s.

36) The Contractor shall furnish complete details of the personnel to be deployed with supervisor(s) giving the working timings. The name/list of all the employees along with supervisor should be submitted.

37) The Contractor shall ensure due Periodical Medical Check up (Once in 3 months) of all personnel employed for carrying out the work and the medical fitness certificate of RMP to the effect will have to be submitted.

38) That the contract labourers shall not have any claim for the absorption in the Railways. 39) The contractor shall comply with the provision of the hours of the employment

regulations in respect of the staff employed, by him in the manner decided upon by the appropriate authorities.

40) The Railway Administration reserves the right to decrease the quantity of workload and the decision of the Railway Administration in this respect shall be final and binding on

Page 31: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 31 of 60

the contractor. The contractor shall not claim any compensation for the decreasing of workload if any.

41) Matter in question of dispute and differences to be arbitrated shall be referred for decision of arbitrator(s) to be appointed by GM/ECR/HJP and Arbitration and Conciliation Act 1996 shall be applicable in this case also.

42) All direct or indirect costs and obligations pertaining to employment of specialized manpower if any will be borne by the contractor.

43) Commencement of works : The repair work should be started at nominated location(s) as soon as possible but not later than 60 days from the date of issue of Letter of Acceptance failing which, the contract will be terminated and EMD / SD forfeited. This period can be extended by Sr.DME/C&W/MGS with/without penalty on application by contractor.

44) PENALTY CLAUSE :

b) The penalty for detaining a wagon under repair on contractor’s account for more than 48 hrs. (from handing over of wagon for repair) shall be Rs 50/- (Rupees Fifty) per wagon per hour.

c) In case of any damage to the Railway property due to rough handling in the course of attention of repairs or fire on contractors fault, the cost of damage will be recovered as per the extent of damage assessed by the respective Depot In-charge.

d) The decision of Senior Divisional Mechanical Engineer, MGS division, East Central Railway regarding the imposition of penalties is final and binding on the contractor.

e) In case of poor workmanship repair work will have to be re-done besides penalty for detention of wagons as above will also be imposed.

45) PRICE AND PAYMENT

The terms and conditions of payments for the various items of work to be executed under this contract shall be as follows:

a) DUTIES AND TAXES:

i) The rates quoted shall be inclusive of all taxes levied by Central or State Govt. or by any Municipal/ Local or any other body.

ii) If any Entry Tax is leviable, the same should be paid by Supplier/ Contractor for which no reimbursement will be made by Railways.

iii) Recovery of Income Tax:- Income Tax as per prevailing rate will be recovered of the gross amount of the each bill from all the bills of the contractor as per Income Tax Act. A surcharge as per prevailing rate on the amount of Income Tax so deducted will also be recovered from the contractor’s bills.

iv) Recovery of Sales Tax :- For the work executed in the State of Bihar, Jharkhand, MP and UP, Sales Tax on Works Contract will be recovered at the source from the Gross amount of each bill of the contractor as applicable.

Page 32: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 32 of 60

b) PAYMENTS: (In Lieu of Para-46.(1) of GCC)

i) No advance payments will be made except as specified in Para-7 (Payment of advances to contractors) of “Other Conditions of Contract (General)”.

ii) Bill will be submitted twice in a month for the work completed during previous two weeks.

iii) The contractor has to submit pre-receipted bill in triplicate along with necessary Inspection certificates to the Office of Sr.DME(C&W)/MGS.

iv) Payment against schedule A to D of ‘Schedule of Rates’ will be based on length of weld and accepted rate.

v) Payment against schedule E to H shall be based on actual consumption of sheets/angles/channels on wagons for carrying out work under schedule A to D.

vi) Payment against schedule I to Q, S & T shall be based on no. of units actually fitted on wagons.

vii) Payment against schedule R shall be based on no. of wagons repaired. viii) Payment against schedule U, V & W shall be based on actual consumption

on wagons, length of actual miscellaneous welding and actual consumption of miscellaneous steel respectively.

c) Bill Passing Officer: Sr.DME/C&W/MGS d) Bill Paying Officer: Sr.DFM/MGS

Page 33: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 33 of 60

OTHER CONDITIONS OF CONTRACT (GENERAL)

1. EARNEST MONEY:

a) The tenderer shall be required to deposit Earnest Money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The Earnest money shall be 2% of first one crore i.e. Rs.2 Lakh plus ½ % (half percent) of excess of estimated cost of work beyond Rs.1 crore rounded to the nearest Rs. 10/- (subject to a maximum of Rs.1 crore).

b) It shall be understood that the tender documents have been sold/issued to the

tenderer and the tenderer is permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.

c) If his tender is accepted, this earnest money mentioned in sub clause (a) above

will be retained as part of security deposit for the due and faithful fulfillment of the contract.

d) Earnest money of the unsuccessful tenderer(s), will save as here-in-before provided, be returned to the unsuccessful tenderer(s) within a reasonable time, but the Railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon.

e) The Earnest Money should be in cash or Banker’s cheques/ Demand Drafts in

favour of FA&CAO, East Central Railway, executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.

Note:-

(i) In terms of the Railway Board’s letter No.2001/CE-I/CT/19 dated 09/07/2004, exemption for Earnest Money & Security Deposit is admissible to PSUs which are wholly owned by the Railways.

(ii) In terms of the Railway Board’s letter No.2010/RS(G)/363/1, dated 05.07.2012, MSEs registered with the following agencies for the item tendered will be exempted from payment of Cost of Tender documents and Earnest Money.

a) District Industries Centers b) Khadi and Village Industries Commission c) Khadi and Village Industries Board d) Coir Board e) National Small Industries Corporation f) Directorate of Handicraft and Handloom g) Any other body specified by Ministry of MSME

Page 34: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 34 of 60

2. SECURITY DEPOSIT:

(1) The Earnest Money deposited by the contractor with his tender will be retained by

the Railways as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the rates for which are given below, may be deposited by the contractor in cash or may be recovered by percentage deduction from the contractor’s ‘on account’ bills. Provided also that in case of defaulting contractor the Railway may retain any amount due for payment to the contractor on the pending ‘on account bills’ so that the amounts so retained may not exceed 10% of the total value of the contract.

(2) Recovery of Security Deposit :- The security Deposit/rate of recovery/mode of

recovery shall be as under:

a) Security Deposit for each work should be 5% of the Contract value. b) The rate of recovery should be at the rate of 10% of the bill amount till the

full security deposit is recovered. c) Security deposits will be recovered only from the running bills of the

contractor and no other mode of collecting SD such as SD in the form of instruments like BG (except Note (ii) below); FD etc., shall be accepted towards security Deposit.

Security Deposit shall be returned to the contractor after the expiry of maintenance period in all the cases other than Note (i) mentioned below and after passing the final bill based on No Claim Certificate with the approval of the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. This certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal ‘No Claim Certificate’ from the contractor concerned should be obtained.

Note:-

(i) In terms of the Railway Board’s letter No.2001/CE-I/CT/19 dated 09/07/2004, exemption for Earnest Money & Security Deposit is admissible to PSUs which are wholly owned by the Railways.

(ii) After the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

(iii) In case of contracts of value Rs. 50 crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit.

3. PERFORMANCE GUARANTEE

The procedure for obtaining Performance Guarantee is outlined below:

Page 35: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 35 of 60

(b) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 days and upto 60 days from the date of issue of LOA may be given by the authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

(c) The Successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:

(i) A deposit in cash; (ii) Irrevocable Bank Guarantee; (iii) Government Securities including State Loan Bonds at 5% below the

market value; (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds.

These form of Performance Guarantee could be either of State Bank of India or of any of the nationalized banks;

(v) Guarantee Bonds executed or Deposit Receipts tendered by Scheduled Banks;

(vi) A deposit in the Post Office Saving Bank; (vii) A deposit in the National Saving Certificate; (viii) Twelve year National Defence Certificate; (ix) Ten year Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificate at 5% below market value or at the face value

whichever is less. Also, FDR in favour of FA&CAO/ ECR/ HJP (free from any encumbrance) may be accepted.

(c) The Performance Guarantee shall be submitted by the successful tenderer after

the letter of acceptance has been issued, but before signing of the contract agreement. This P.G. shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time of completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days.

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

upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional performance guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor.

(e) Performance Guarantee (PG) shall be released after physical completion of the

work based on ‘completion certificate’ issued by the competent authority stating that the contractor has completed the work in all respect satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance

Page 36: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 36 of 60

period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

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

the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm then every member/partner of such a firm would be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

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

for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

(i) Failure by the contractor to extend the validity of the Performance

Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

(i) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clause/ Conditions of the agreement, within 30 days of the service notice to this effect by Engineer.

(ii) The contract being determined or rescinded under provision of the GCC the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

4. VARIATION IN QUANTITY

The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:

A. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required.

B. In case an increase in quantity of an individual item by more than 25% of the

agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. It floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

(a) Operation of an item by more than 125% of the agreement quantity needs the

approval of an officer of the rank not less than S.A. Grade.

(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.

Page 37: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 37 of 60

(ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender.

(iii) Variation in quantities of individual items beyond 150% will be prohibited and

would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the

Individual items of the contract and not on the overall contract value. (c) Execution of quantities beyond 150% of the overall agreemental value should not

be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO/FA&CAO(C) and approval of General Manager.

C. In cases where decrease is involved during execution of contract:

(a) The contract signing authority can decrease the items upto 25% of individual item without finance concurrence.

(b) For decrease beyond 25% for individual items or 25% of contract agreement

value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in

the same work.

D. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

E. No such quantity variation limit shall apply for foundation items. F. As for as SOR items are concerned, the limit of 25% would apply to the value of

SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

G. For the tenders accepted at Zonal Railways level, variations in the quantities will be

approved by the authority in whose powers revised value of the agreement lies. H. For tenders accepted by General Manager, variations upto 125% of the original

agreement value may be accepted by General Manager. I. for tenders accepted by Board Members and Railway Ministers, variations upto

110% of the original agreement value may be accepted by General Manager. J. The aspect of vitiation of tender with respect to variation in quantities should be

checked and avoided. In case of vitiation of the tender (both for increase as well as

Page 38: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 38 of 60

decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

5. Price Variation Clause (PVC):

A. Applicability : Price Variation Clause (PVC) shall be applicable only for tenders of value as prescribed by the Ministry of Railways through instructions/circulars issued from time to time and irrespective of the contract completion period. Materials supplied free of cost by Railway to the contractor shall fall outside the purview of Price Variation Clause. If in any case, accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery of price variation.

B. Base Month: The Base Month for ‘Price Variation Clause’ shall be taken as month of

opening of tender including extensions, if any, unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence from the month following the month of opening of tender. The Price Variation shall be based on the average Price Index of the quarter under consideration.

C. Validity: Rates accepted by Railway Administration shall hold good till completion of

work and no additional individual claim shall be admissible on account of fluctuations in marked rates, increase in taxes/any other levies/tolls etc. except that payment/recovery for overall market situation shall be made as per Price Variation Clause given hereunder.

D. Adjustment for variation in prices of material, labour, fuel, explosives, detonators,

steel concreting, ferrous, non-ferrous, insulator, zinc and cement shall be determined in the manner prescribed.

E. Components of various items in a contract on which variation in prices be admissible,

shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement & Lime, Concreting, Ferrous, Non-ferrous, Insulator, Zinc, Erection etc. However, for fixed components, no price variation shall be admissible.

F. The percentage of labour component, material component, fuel component etc. in

various types of Engineering Works shall be as under:

Component Percentage Component Percentage (A) Earthwork Contracts: Labour Component 50% Other Material Components 15% Fuel Component 20% Fixed Component* 15% (B) Ballast and Quarry Products Contracts: Labour Component 55% Other Material Components 15% Fuel Component 15% Fixed Component* 15% (C) Tunneling Contracts: Labour Component 45% Detonators Component 5% Fuel Component 15% Other Material Components 5% Explosive Component 15% Fixed Component* 15% (D) Other Works Contracts: Labour Component 30% Fuel Component 15%

Page 39: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 39 of 60

Material Component 40% Fixed Component* 15% * It shall be not considered for any price variation. Note:– Components for ‘Other Works Contracts’ shal l be applicable for this

contract.

G. Formulae: The amount of variation in prices in several components (labour material etc.) shall be worked out by the following formulae:

(i) L = W x (LQ – LB) x Lc

LB 100 (ii) M = W x (MQ - MB) x MC MB 100 (iii) F = W x (FQ - FB) x FC FB 100

Where: - L = Amount of price variation in labour. M = Amount of price variation in materials. F = Amount of price variation in fuel. LC = % of Labour component. MC = % of Material component FC = % of Fuel component

W = Gross value of the work done the by the contractor as per on-account bills excluding cost of materials supplied by Railway free or at a fixed price and excluding value of steel and cement as per on account bill in the quarter under consideration. This will also exclude specific payment, if any, to be made to the Consultants engaged by the contractors (such payment will be indicated in the contractor’s offer).

LB = Consumer price index number for Industrial workers – All India : Published in R.B.I. Bulletin for the base period.

LQ = Consumer price index number for Industrial workers – All India : Published in R.B.I. Bulletin for the 3 months of the quarter under consideration.

MB = Index Number of whole sale prices – By groups and sub-groups – All commodities – as published in the R.B.I Bulletin for the base period

MQ = Index Number of whole sale prices – By groups and sub-groups – All commodities – as published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.

FB = Index Number of whole sale prices – By groups and sub-groups for fuel and power – as published in the R.B.I Bulletin for the base period

FQ = Index Number of whole sale prices – By groups and sub-groups for fuel and power – as published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.

H. Price Variation During Extended Period of Contra ct :

The price adjustment as worked out above, i.e. either increase or decrease shall be applicable upto the stipulated date of completion of work including the extended

Page 40: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 40 of 60

period of completion where such extension has been granted under Clause 17-A of the Standard General Conditions of Contract. However, where extension of time has been granted due to contractor’s failure under Clause 17-B of the Standard General Conditions of Contract, price adjustment shall be done as follows:

(a) In case the indices increase above the indices applicable to the last month of

original completion period under Clause 17-B limited to the amount payable as per the Indices applicable to the last month of the Standard General Conditions period or the extended period under Clause 17-A of the Standard General Conditions of Contract, as the case may be.

(b) In case the indices fall below the indices applicable to the last month of

original/extended period of completion under Clause 17-A, as the case may be, then the lower indices shall be adopted for the price adjustment for the period of extension under Clause 17-B of the Standard General Conditions of Contract.

6. Participation of Joint Venture (JV) Firm: Participation of joint Venture (JV) Firms in Works Tender : This Clause shall be applicable for works tenders of value as approved and communicated by Railway Board from time to time (more than Rs. 10 crore).

A. Separate identity/name shall be given to the Joint Venture Firm.

B. Number of members in a JV Firm shall not be more than three, if the work involves

only one department (say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the work involves more than one department.

C. A member of JV Firm shall not be permitted to participate either in individual

capacity or as a member of another JV Firm in the same tender.

D. The tender form shall be purchased and submitted only in the name of the JV Firm and not in the name of any constituent member.

E. The Joint Venture Firm shall be required to submit Earnest Money Deposit (EMD) alongwith the tender in terms of the provisions contained in Para-5 (Earnest Money) of Part-I of GCC (Para-1(e) above)..

F. One of the members of the JV Firm shall be its Lead Member who shall have a majority (at least 51%) share of interest in the JV Firm and also, must have satisfactorily completed in the last three previous financial years and the current financial year upto the date of opening of the tender, one similar work for a minimum value of 35% of advertised tender value. The other members shall have a share of not less than 20% each in case of JV Firms with upto three members and not less than 10% each in case of JV Firms with more than three members. In case of JV Firm with foreign member(s), the Lead Member has to be an Indian Firm with a minimum share of 51%.

G. A copy of Memorandum of Understanding (MoU) executed by the JV members shall be submitted by the JV Firm alongwith the tender. The complete details of the members of the JV Firm, their share and responsibility in the JV Firm etc. particularly

Page 41: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 41 of 60

with reference to financial, technical and other obligations shall be furnished in the MoU. (The MoU format for this purpose shall be finalized by the Railway in consultation with their Low Branch and shall be enclosed.

H. Once the tender is submitted, the MoU shall not be modified/altered/terminated during the validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be liable to be forfeited.

I. Approval for change of constitution of JV Firm shall be at the sole discretion of the Employer (Railways). The constitution of the JV Firm shall not be allowed to be modified after submission of the tender bid by the JV Firm, except when modification becomes inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. However, the Leas Member shall continue to be the Leas Member of the JV Firm. Failure to observe this requirement would render the offer invalid.

J. Similarly, after the contract is awarded, the constitution of JV Firm shall not be allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions.

K. On award of contract to a JV Firm, a single Performance Guarantee shall be submitted by the JV Firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization Advance, Machinery Advance etc. shall be accepted only in the name of the JV Firm and no splitting of guarantees amongst the members of the JV Firm shall be permitted.

L. On issue of LOA (Letter of Acceptance), an agreement among the members of the JV Firm (to whom the work has been awarded) shall be executed and got registered before the Registrar of the Companies under Companies Act or before the Registrar/Sub-Registrar under the Registration Act, 1908. This JV Agreement shall be submitted by the JV Firm to the Railways before signing the contract agreement for the work. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This Joint Venture Agreement shall have, inter-alia, following Clauses

L.1 Joint And Several Liability - Members of the JV Firm to which contract is awarded, shall be jointly and severally liable to the Employer (Railways) for execution of the project in accordance with General and Special Conditions of Contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof.

L.2 Duration of the Joint Venture Agreement – It shall be valid during the entire

currency of the contract including the period of extension, if any and the maintenance period after the work is completed.

Page 42: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 42 of 60

L.3 Governing Laws – The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.

M. Authorized Member – Joint Venture members shall authorize one of the members

on behalf of the Joint Venture Firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices/correspondences with respect to the contract would be sent only to this authorised member of the JV Firm.

N. No member of the Joint Venture Firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/contract.

O. Documents to be enclosed by the JV Firm alongwith the tender.

O.1 In case one or more of the members of the JV Firm is/are partnership firm(s), following documents shall be submitted :

(a) Notary certified copy of the Partnership Deed, (b) Consent of all the partners to enter into the Joint Venture Agreement on a

stamp paper of appropriate value (in original). (c) Power of Attorney (duly registered as per prevailing law) in favour of one of

the partners of the partnership firm to sign the JV Agreement on behalf of the partnership firm and create liability against the firm.

O.2 In case one or more members is/are Proprietary Firm or HUF, the following

documents shall be enclosed : Affidavit on Stamp Paper of appropriate value declaring that his/her Concern is a

Proprietary Concern and he/she is sole proprietor of the Concern OR he/she is in position of “KARTA” of Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by other partners to act on behalf of HUF.

O.3 In case or more members is/are limited companies, the following documents shall be

submitted :

(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign JV Agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act on behalf of the company.

(b) Copy of Memorandum and Articles of Association of the Company. (c) Power of Attorney (duly registered as per prevailing law) by the Company

authorizing the person to do/act mentioned in the para (a) above.

O.4 All the Member of JV shall certify that they are not black listed or debarred by Railway or any other Ministry/Department/PSU (Public Sector Undertaking) of the Govt. of India/State Govt. from participation in tenders/Contract on the date of

Page 43: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 43 of 60

opening of bids either in their individual capacity or as a member of the JV Firm in which they were/are members.

{Authority : Railway Board’s letter no. 2002/CE-I/CT/37 JV Pt III, Dated

05/14.11.2013}

P. Credentials & Qualifying Criteria : Technical and financial eligibility of the JV Firm shall be adjudged based on satisfactory fulfillment of the following criteria :

P.1 Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder) :

(a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily

completed in the last three previous financial years and the current financial year upto the date of opening of the tender, one similar single work for a minimum of 35% of advertised value of the tender.

OR (b)(i) In case of composite works (e.g. works involving more than one distinct

component, such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges – substructure, superstructure etc.), for each component, at least 35% of the value of any of such components individually for single similar nature of work should have been satisfactorily completed by the JV Firm or by any member of the JV Firm in the previous three financial years and the current financial year upto the date of opening of tender. The member satisfying technical eligibility criteria for the largest component of the work shall be the Lead Member and that Member shall have a jajority (at least 51%) share of interest in the JV Firm.

(b)(ii) In such cases, what constitutes a component in a composite work shall be

dearly pre-defined with estimated tender cost of it, as part of the tender documents without any ambiguity, Any work or set of works shall be considered to be a separate component, only when cost of the component is more than Rs. 2 crore each.

(b)(iii) However, as long as the JV Firm or any member of the JV Firm meets with

the requirements, in one components of the work, and has completed a minimum of 35% of the advertise value of the tender for the same value of the component, and resultantly, all the members of the JV collectively, then meet the prescribed technical eligibility criteria, the JV shall stand technically qualified.

Note : Value of completed work done by a Member in an earlier JV Firm shall be

reckoned only to the extent of the concerned member’s share in that JV Firm for the purpose of satisfying his/her compliance to the above mentioned technical eligibility criteria in the tender under consideration.

P.2 Financial Eligibility Criteria : The contractual payments received by the JV Firm or the

arithmetic sum of contractual payments received by all the members of JV Firm in the previous three financial years and the current financial year upto the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender.

Page 44: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 44 of 60

Note : Contractual payment received by a Member in an earlier JV Firm shall be reckoned only to the extent of the concerned member’s share in that JV Firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration.

{Authority : Railway Board’s letter no. 2002/CE-I/CT/37, Dated 07.09.2011}

7. Payment of advances to contractors:

(a) General :

The applicability of this clause to this tender is subject to high value of tenders of value Rs.25.00(Twenty Five) crore and above each as mentioned in Chapter-I of these documents. The Railway shall consider sanction of the advances to the contractors vide sub-clause (b) & (c) only for work of high value of Rs.25.00 (Twenty five) crore and above each provided further that the contractor has made a request with adequate justification for such adva nce(s) along with his tender. Request for grant of such advance shall not be entertained, if the same is made at any subsequent point of time .

(b) Mobilization Advance:

This shall be limited to 10% of the contract value and payable in 2 stages, as indicated below: Stage 1- 5% of contract value on signing of the contract agreement. Stage II- 5% on mobilization of site-establishment, setting up offices, bringing in equipment and actual commencement of work. The two stage of advances shall be payable immediately after signing of contract documents and at the time of mobilization respectively.

(c) Advance against Machinery and equipment:

The advance shall be limited to a maximum of 10% of the contract value against new Machinery & Equipment, involving substantial outlay, brought to site and essentially required for the work. This advance shall not exceed 75% of the purchase price of such Equipment and shall be payable when hypotheticated to the President of India by a suitable bond or alternatively covered by an irrevocable Bank Guarantee for full cost of the Plant & Equipment from a Nationalized Bank of India or the State Bank of India in a form acceptable to Railway. The plant & Equipment shall be insured for the full value and for the entire period, they are required for the work. This plant &Equipment shall not be removed from the site of work without prior written permission of the Engineer No. advance should be given against old Plant & Machinery.

(d) Advance For Accelerating Progress of The work D uring Course of Execution of Contract:- The advance is to be decided on the merits of each case for contract lying within the powers of General Manager (uptoRs.100crore or less or as decided & circulated by Bond from time to time) and shall be restricted to a maximum 5% of contract value or Rs.1Crore whichever is less. This is to be granted by the General Manager on the recommendations of the Chief Engineer in –charge in consultation with the Associate Finance.

Page 45: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 45 of 60

(e) Advance in Exceptional Cases:- General Manager are further empowered to grant advances in exceptional cases upto a maximum of Rs.5 lacs in respect of even contracts of value of less than Rs.50 lacs, if considered absolutely essential, depending on the merits of each case and circumstances in each situation, to be recommended by the Chief Engineer in-charge and in consultation with the Associate Finance.

(f) The Above Advances Are Subject To the Following Conditions:- (i) The advance shall carry an interest of 4.5% per annum above the Base Rate of

State Bank of India, as effective on the date of approval of payment of the advance by the competent authority and be restricted only for high value tenders of Rs. 25 crore above.

(ii) Advances except those against machinery and equipment, shall be payable against irrevocable guarantee (Bank Guarantee, FDRs KVPs/NSCs) of least 110%of the value of the sanctioned advance amount (covering principal plus interest). The Bank Guarantee shall be from a Nationalized Bank in India or State Bank of India in a form acceptable to the Railways.

(iii) The recovery shall commence when the value of contract executed reaches 15% of original contract value and shall be completed when the value of work executed reaches 85% of the original contract value. The installments on each “on account bill” will be on pro-rate basis.

(iv) That the grant of advance is primarily in Railway’s own interest. (v) That a contract does not receive advances for same work form different

officers. (vi) That arrangements are made with the Accounts Officer for proper accounts

being kept with regard to payment and recovery of these advances and (vii) That all necessary precautions are taken to secure Government from the

possibility of loss and for preventing the system becoming more general or continuing longer than what may be absolutely necessary for proper of the work.

(g) Method of Recovery of Interest:-

Interest shall be recovered on the advance outstanding for the period commencing from the date of payment of advance till date of particular on-account bill (through which recovery of principal is effected) and adjusted fully against on-account bill along with pro-rate principal recovery. In the event of nay short-fall, the same shall be carried forward to the next on-account bill and shall attract interest @4.5% per annum above the Base Rate of State Bank of India, as effective on the date of approval of payment of the advance by the competent authority. The Bank Guarantee for such advances shall clearly cover at least 110% of the value of the sanctioned advance amount (covering principal plus interest). (Authority: Railway Board’s letter No. 2007/CE-I/CT/18 Pt.3, dated 23.05.2012)

8. DEVIATIONS FROM TENDER:

The bidders shall submit a CLAUSE-BY-CLAUSE comment on these tender conditions. The deviation schedule shall include both the general & special conditions of tender.

Page 46: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 46 of 60

9. SHEDS, STORES HOUSES AND YARDS The Contractor shall at his own expense provide himself with sheds, store houses (in addition to whatever is provided by Railways as per clause 17 of Special Terms & Condition of Contract) and yards in such situations and in such numbers as is requisite for carrying on the works and the Contractor shall keep at each such sheds, store houses and yards a sufficient quantity of materials and plant in stock as not to delay the carrying out of the works with due expedition and the Engineer and the Engineer’s representative shall have access to the said sheds, store houses and yards after reasonable notice for the purpose of inspecting the stock of materials or plant so kept in hand, and any materials or plant which the Engineer may object to shall not be brought upon or used in the works, but shall be forthwith removed from the sheds, store houses or yards by the Contractor. The Contractor shall at his own expenses provide and maintain suitable equipment necessary for the execution of the works.

10. RAILWAY WILL NOT PROVIDE QUARTER FOR CONTRACTORS :

No quarters shall normally be provided by the Railway for the accommodation of the Contractor or any of his staff employed on the work in exceptional cases where accommodation is provided to the Contractor at the Railway’s discretion, recoveries shall be made at such rates as may be fixed by the Railway for the full rent of the Building and equipment therein as well as charges for electric current, water supply and conservancy.

11. “Indian Railway Standard General Conditions of Contract, July-2014” of Ministry of

Railway with its latest correction slips will be applicable, however in case of difference between these conditions and GCC, the former shall prevail.

Page 47: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 47 of 60

Annexure – ‘C’

Format for Performance Guarantee in the form of Ban k Guarantee

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

agreed to exempt_____________(hereinafter called “then said Contractor(s)”) from the demand, under the terms and conditions of as Agreement dated _________________made between ____________and _____________for (herein after called “the said Agreement”), or security deposit for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said Agreement, on production of Bank Guarantee for Rs__________(Rupees __________________________________only).

We, ______________________ (Indicate the name of the Bank) (herein after referred to as “The Bank”) at the request of____________(contractor(s)), do hereby undertake to pay to the Government an amount not exceeding Rs.____________ against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach of the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We _____________________________ (indicate the name of the bank) do hereby

undertake to pay the amounts due and payable under this guarantee

without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor(s) of any of the terms or conditions contain in the said agreement or by reason of the contractor(s) failure to perform the said agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs._______________

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding before any court of tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We________________ (indicate the name of Bank) further agree that the guarantee

herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claim satisfied or discharged or till FA & CAO/ECR/HJP office/department Ministry of Railway certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ______________we shall be discharged from all liability under this guarantee thereafter.

5. We, _________________________ (indicate the name of the bank) further agree with

the Government that the government shall have the fullest liberty

Page 48: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 48 of 60

without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to forebear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said contractor(s) or by any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the bank or the contractor(s)/supplier(s).

7. We, _____________________ (indicate the name of the bank) lastly undertake not to

revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the ____________day of 20____

For____________________________ (indicate the name of the bank)

Page 49: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 49 of 60

Annexure - D MANDATE FORM FOR EFT/NEFT

1. PARTCULARS OF THE PARTY i). NAME : __________________________________________________________________

ii). ADDRESS : __________________________________________________________________

iii). PHONE No : _______________ MOBILE ________________ FAX No..___________________

iv). INCOME TAX PAN No.: ______________________ EMAIL ID.____________________________

2. PARTICULARS OF BANK ACCOUNT

I) CITY : ___________________________________________________________

II) BANK NAME : ___________________________________________________________

III) BRANCH : ___________________________________________________________

IV) BANK ADDRESS : ___________________________________________________________

V) BANKTEL NO. : _______________________ FAX No. ____________________________

VI) BANKMICRCODE(9 DIGIT): _____________________________________________________

VII) BANK IFS CODE : ___________________________________________________________

VIII) BANKACCOUNTNO:___________________________________________________________

(Please enclose a cancelled blank cheque)

IX) ACCOUNT TYPE: (SAVING/CURRENT/CASH CREDIT): ______________________________

3. Certified that the particulars furnished/with reference to Bank Account are correct and the bank guarantees to honour all EFT/NEFT advices/reports as per RBI Regulations.

____________________________________

Bank’s Seal Signature of the authorized official of the bank

4. DECLARATION BY THE PARTY

I) I hereby declare that the particulars given in this mandate form are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, the User institution i.e., FA & CAO/E. C. Railway, Hajipur will not be held responsible.

Date____________________ ______________________________ Signature of the Party with Stamp.

Page 50: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Proposed Site for Repair of Unloadable Wagons

Tender No. ECR/MEC/WAG/463/B&C/MGS/2Revised Tender Documents

Page 50 of 60

Proposed Site for Repair of Unloadable Wagons

ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 51: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 51 of 60

Drawing No.: WD-80007-S-04

Page 52: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 52 of 60

Drawing No.: WD-80007-S-05

Page 53: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 53 of 60

Drawing No.: WD-80007-S-14

Page 54: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 54 of 60

Drawing No.: WD-80007-S-1

Page 55: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 55 of 60

Drawing No.: WD-80007-S-17

Page 56: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 56 of 60

Drawing No.: WD-80007-S-21

Page 57: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 57 of 60

Page 58: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 58 of 60

Page 59: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 59 of 60

Page 60: TENDER DOCUMENT - East Central Railway zoneecr.indianrailways.gov.in/ecr/corrigendum/1438259032316... · 2018-05-01 · days prior to opening of tender. However, Railway will not

Tender No. ECR/MEC/WAG/463/B&C/MGS/2 Revised Tender Documents – 30.07.15

Page 60 of 60

“END OF DOCUMENT”