LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92...

92
Signature of the tenderer/s Page 1 of 92 T.No.863/Sr.DEE/NR/LKO Northern Railway LUCKNOW DIVISION TENDER NOTICE No: 14-Elect./TN/LKO/2015-16/03 TENDER NO: 863/Sr.DEE/NR/LKO NAME OF THE WORK Provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division. DATE OF OPENING: 12.08.2015

Transcript of LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92...

Page 1: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 1 of 92 T.No.863/Sr.DEE/NR/LKO

Northern Railway

LUCKNOW DIVISION

TENDER NOTICE No: 14-Elect./TN/LKO/2015-16/03

TENDER NO: 863/Sr.DEE/NR/LKO

NAME OF THE WORK

Provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad &

Raebareli stations of Lucknow division.

DATE OF OPENING: 12.08.2015

Page 2: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 2 of 92 T.No.863/Sr.DEE/NR/LKO

START OF TENDER DOCUMENT

NORTHERN RAILWAY LUCKNOW DIVISION

Packet-I (Technical & Commercial offer)

(A) Details to be filled in by Railway:

Tender No.:fufonk la0 863/Sr.DEE/NR/LKO Station: Lucknow

Date and time of submission of tender fufonk tek djus dh frfFk ,oa le;%

From 29.07.2015 to 12.08.2015 up to 15:00 hrs.

Name of work Dk;Z dk uke

Provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division.

Approximate cost vuqekfur ykxr

`10,44,34,632/- (Rupees Ten Crore forty four Lakh thirty four thousand six hundred thirty two only).

Earnest money /kjksgj jkf’k

`6,72,180/- (Rupees Six Lakh seventy two thousand one hundred eighty only).

Period of completion dk;Z iw.kZ djus dh vof/k

Eight months (08 month )from the date of issue of acceptance letter

Cost of tender Document fufonk izi= dk ewY;

`10,000/-(Rupees Ten thousand only). by post `10,500/-(Rupees Ten thousand five hundred only).

Tender Notice No. & date fufonk lwpuk la0 rFkk fnukad

14-Elect./TN/LKO/2015-16/03 Dated 05.06.2015

Date of opening of tender & time fufonk [kqyus dh frfFk ,oa le;%

Date-12.08.2015, Time-15:30hrs, Office of Sr.Divisional Electrical Engineer (G), Northern Railway, Lucknow.

Name and address of Tenderer to whom the tender was sold (if purchased from office):

(B) Mandatory details to be filled in by tenderer while submitting their offer

Constitution of the Firm / concern. (Tick as applicable)

Sole Proprietorship / Partnership Firm/ Company / JV / Society

Full name of Sole Proprietorship/ Partnership firm/Company/JV/Society (as the case may be)

Year of formation/incorporation PAN No.

Registered Office Address

Address on which correspondence regarding this tender should be done

Name of the proprietor/partners/JV members etc.

Details of EMD submitted

Mobile/ Telephone no. : E-mail address:

Note : 1. Special attention of tenderer/s is drawn to clause 1.16 of Part-I - “Preamble & Instruction to

tenderers”, as per which the tenderer must submit along with tender, the documents mentioned therein pertaining to constitution of firm/concern.

Special attention of tenderer/s is drawn to “Note & Eligibility criteria for tenders” detailed at page No. 4 of the tender document, as per which they should submit the requisite documents along with tender pertaining to their technical & financial eligibility.

Page 3: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 3 of 92 T.No.863/Sr.DEE/NR/LKO

(C) Mandatory documents to be submitted by the tenderer(s) while submitting their offer Tenderer must submit following documents without fail along with their offer and these documents should accompany packet I (Technical & Commercial offers). 1. Requisite earnest money.

2. Cost of tender document.

3. Original/Attested/Notarised copies (as applicable) of all documents/credentials pertaining to

constitution of firm/concern.

4. Original/attested/Notarised copies (as applicable) of all documents/credentials pertaining to his/their technical and financial eligibility.

5. Tenderers are compulsory required to fill up/submit requisite details in prescribed Performa of Annexure B, II, III, IV, V, VI, VIII & XI.

6. Normally no post tender correspondence shall be done by Railway regarding eligibility of tenderers during evaluation of their technical and commercial offer. Tenderer may please note that offers received without requisite/mandatory documents as mentioned above, will be considered as invalid tender and for which contractor shall have no claim on Railway.

(D) SUBMISSION ON TENDER DOCUMENTS & OPENING: -

The tenders will be received in the office of Sr. Divisional Elect. Engineer/(G), N. Rly, DRM Office, Lucknow up to 15:00 hrs on 12.08.2015 and the Technical Bid will be opened at 15:30 Hrs on same date i.e. 12.08.2015. Financial Bids of the eligible tenderers would be opened subsequently on the date & time to be notified later on.

1. The offer is to be submitted in two sealed envelopes, with one envelope containing the Technical

& Commercial offers duly superscribed with “Technical & Commercial Offer (Packet-I), Name of work, tender No. and date of opening and the other cover containing the financial bids duly superscribed with Financial Bids (Packet-II), Name of work, Tender No. Packet-I shall contain the EMD, cost of tender form and the technical & commercial bid along with pre qualification documents / credentials in requisite form and the Packet-II shall contain the financial bid only. Both the envelopes should be again sealed in another large envelope duly super subscribed with “Name of work, Tender No. and Date of opening”.

2. The technical bid along with requisite details as mentioned in para 1.9 shall accompany of the documents as in Para (C) of Top Sheet in support of their eligibility. Tender documents not accompanying with requisite documents / details shall liable to be rejected.

COPIES OF ALL DOCUMENTS / CREDENTIALS DULY ATTESTED BY GAZETTE OFFICERS / PUBLIC NOTARY / SELF ATTESTED (AS APPLICABLE) WILL ONLY BE ACCEPTED FOR TECHNICAL EVALUATION OF THE OFFER. 3. The envelope duly sealed will be clearly super scribed in bold letters with “Financial Bid (Packet-II),

Name of Work, Tender No. and shall contain schedule of rates duly filled as per instructions mentioned thereof.

Page 4: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO

NOTE: 1. Tender paper in original duly signed on each page must be returned with your Tender. 2. Rates must be filled on specified Form. 3. Rates should be quoted inclusive of Sales Taxes, Service tax, Excise duty, Levies and Octroi or

any other direct / indirect tax applicable on date. 4. Offer shall be kept open for 120 days (One hundred twenty Days). 5. In case tender document are down loaded from Internet, requisite cost of tender paper should

be deposited in the form of bank draft payable in favour of Sr. Divisional Finance Manager, Northern Railway, Lucknow along with the tender document.

6. Please ensure that all documents required under clause 1.9 (Credentials of the Tender) of Part-I must be submitted positively in original or duly attested by Gazetted officer.

7. Ambiguous and incomplete offer will be summarily rejected. 8. ELIGIBILITY CRITERIA FOR TENDERS: Only those firms which in their capacity, satisfy the following criteria need to quoted for this tender.

i) As a proof of technical experience/competence, the tenderer should have completed

successfully at least one work of similar nature in individual capacity for a minimum value of 35% of advertised tender value of this work, in the last three years (i.e. current year and three previous financial years).

ii) As a proof of sufficient financial capacity and organizational resources, tenderer should have received a total payment of value not less than 150% of the advertised cost of this work during last three years and current financial year.

iii) The intending tenderers should possess a valid Class “A” electrical contractor license at the time of opening of tender, issued by any state government & same should be submitted along with tender documents by all bidders including working contractors of this unit otherwise offer shall be summarily rejected.

iv) For judging the technical eligibility and financial capability, only those works which had been executed for the Govt. or Semi Govt. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned duly signed under the official seal and same should be submitted along with tender documents by all bidders including working contractors of this unit. It should be noted that credentials for the works executed for private organizations shall not be considered.

v) Similar nature of work is defined in para no. 1.9.1 of Credentials of tender.

Note: I. The requisite credential certificates/documents should be submitted by the tenderer

alongwith his/their offer to fulfill the eligibility criteria as mentioned above, failing which the offer shall be summarily rejected.

II. The tenderer shall have to submit his/their offer in corrigendum documents, if any issued, failing which the offer shall be summarily rejected.

III. For verification of documents Tenderer has to submit the details of issuing authority and organization like- Postal address, Name, Designation, Office Phone number, Mobile no. and email ID of concerned person.

Sr. Divl. Elect. Engineer/G, N. Railway, Lucknow.

Page 5: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 5 of 92 T.No.863/Sr.DEE/NR/LKO

Northern Railway Lucknow Division TENDER FORM (First Sheet)

Tender No: 863/Sr.DEE/NR/LKO Name of Work: ---- Provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad &

Raebareli stations of Lucknow division. To The President of India Acting through the Divisional Railway Manager (Electrical-G) Northern Railway Lucknow

1. I/We ____________________ have read the various conditions to tender attached hereto and agree

to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 120 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work “Provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division.“ for Northern Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 08 months (Eight months) from the date of issue of letter of acceptance of the tender.

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

3. A sum of `6,72,180/- (Rupees Six Lac seventy two thousand one hundred eighty only) is herewith

forwarded as Earnest Money. Full value of the earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our Tender is accepted and if: (a) I/We do not execute the contract documents within seven days after receipt of notice issued by the Railway that such documents are ready; and (b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

Name & Signature of Witnesses: Signature of Tenderer(s) (1) ___________________ Full Name of the tenderer:

(2) __________________ Name of the Firm:

Date:

Address of the Tenderer(s): Email: Contact no:

Page 6: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 6 of 92 T.No.863/Sr.DEE/NR/LKO

PART – 1

PREAMBLE & INSTRUCTION TO TENDERERS.

1.1 INTRODUCTION

1.1.1 On behalf of the President of India, Sr.DEE (G), DEE/G/LKO, DEE/Co-or/BSB,ADEE/G, LKO herein after referred to as ‘Railway’ invites tenders from established, experienced and reliable manufactures, Contractors for execution of electrical works as detailed in Part-III and advertised in notice inviting tender by Northern Railway.

1.1.2 The contract emerging out of this tender shall be referred to as “Work Contract” and the contractor who is awarded the work contract shall be referred to “Contractor”.

1.2 TENDER DOCUMENT

The tender document consists of the following:- (Packet-I) Page No.

Part I : Preamble and general instructions to tenderers. 06 to 13

Part II : General conditions of the Contract. 14 to 25

Part III : Special conditions of the Contract. 26 to 57

The tender document consists of the following:- (Packet-II) 58 to 92 Parts as explained above in 1.2 shall be collectively referred to as the tender papers or Tender Document. The cost of the tender form is not refundable and the tender form is not transferable. 1.2.1 Tender documents are available on Northern Railway website i.e.www.nr.indianrailways.gov.in

and the same can be downloaded and used as tender document for submitting the offer. However the cost of tender document as specified in notice inviting tender (NIT) will have to be deposited by the tenderer in the form of bank draft /cash receipt payable in favour of Sr. Divl. Finance Manager, N.Rly. Lucknow alongwith the tender document. This should be paid separately and not included in the earnest money. In case tender is not accompanied with the cost of tender document, tender will be summarily rejected.

1.2.2 If the tender document is downloaded from Internet, then the tender submitting party will be

responsible for completeness of tender paper in all respect. Railway Administration shall not be liable for any discrepancy during downloading i.e. misprinting, incomplete pages, less number of pages etc. The tender found incomplete in any respects will not be considered. Master copy of the tender document will be available in the office of Sr.DEE/G/LKO after award of work, an agreement will be drawn up. The agreement shall be prepared based on master copy available in the office of Sr.DEE/G/LKO and not based on the tender documents submitted by the tenderer. In case of any discrepancy between the tender documents downloaded from internet and the master copy, later shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained.

1.3 SALE AND SUBMISSION OF TENDER DOCUMENT:

Tender documents can be purchased from DRM Office, Electrical (G) Branch on any working day during office working hrs. on payment of prescribed tender cost as detailed at page no. 1 of the tender document/NIT in cash per set. If the same is required by post, an additional sum of Rs. 500/- (Rupees Five hundred only) per set should be deposited towards postal charges. If the tender form is required by post, the cost of tender form plus postal charges should be sent by money order. The cost of the tender form is not refundable and the tender form is not transferable.

Page 7: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 7 of 92 T.No.863/Sr.DEE/NR/LKO

These tender documents must be submitted duly completed in all respects, in sealed cover super scribed as tender form for the work of as indicated on top sheet and should be dropped in the tender box placed in DRM’S office Electrical Branch, Northern Railway, Hazaratganj, Lucknow upto prescribed date & time as detailed at page no. 2 of the tender document/NIT. The tenders will be opened thereafter and rates read out in the Presence of such tenderer(s) as is/ are present. Tenders which are received after the time and date as specified will be summarily rejected. In case the intended date for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the same time.

Tenders sealed and super scribed as aforesaid can also be sent by Registered post addressed to the Sr. DEE/(G), DRM office Electrical Branch, Northern Railway, Hazaratganj, Lucknow but a tender which is received after the time and date specified will be summarily rejected. Tender delivered or sent by post will be at the risk of the tenderers. Tenderer should quote in single % basis rate in words and figures in the above schedule of rates & quantities. If there is variation between the rates quoted in figures and in words, the rate quoted in words shall be taken as correct. If the tenderer quote multiple rates, the offer will be treated as incomplete and shall be summarily rejected Each page of the tender papers is to be signed and dated by the tenderers or such person/s on his/their behalf who is/ are legally authorized to sign for him/them.

1.4. FINANCE OF THE CONTRACT : The contract shall be financed by Railway from their own resources.

1.5 VALIDITY OF TENDER:

Tenderer shall keep his offer open for a minimum period of ONE HUNDRED TWENTY DAYS (120) days from the date of opening of the tender.

1.6 EARNEST MONEY: (1) (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 as under:

Value Of The Work Earnest Money Deposit (EMD)

A. For works estimated to cost up to

Rs. 1 crore 2% of the estimated cost of the work

B. For works estimated to cost more than Rs. 1 crore

Rs. 2 lakh plus ½% (half percent) of the excess of the estimated cost of work beyond Rs.1 crore subject to a maximum of Rs. 1 crore

The earnest money shall be rounded to the nearest Rs.10. This earnest money shall be applicable for all modes of tendering.

(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 security for the due and faithful fulfillment of the contract in terms of Clause 16 of the Standard General Conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

Page 8: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 8 of 92 T.No.863/Sr.DEE/NR/LKO

(2) The Earnest Money should be in cash or Banker’s Cheques/Demand drafts in favour of Sr. DFM, Northern Railway, Lucknow, executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank. The official cash receipts having a mention of the firm/individual who has deposited the cash or the Banker’s Cheques/Demand Drafts as mentioned above, as the case may be, is to be attached with the tender, failing which tender will be summarily rejected.

1.7.1 TENDERER’S ADDRESS:

The tenderer should state in the tender his postal address, Telephone Nos. of office & Residence, Mobile, E- Mail ID legibly and clearly. Any communication sent to the tenderer by post at his said address shall be deemed to have reached the tenderer in time. Important documents should be sent by registered post.

1.7.1 Rights of the Railway to deal with tender –

i) The Railway reserves the right of not to invite tenders for any of Railway work or works or to invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

ii) The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer (s) shall demand neither any explanation for the cause of rejection of his /their tender nor the Railway undertake to assign reasons for declining to consider or reject any particular tender or tenders.

iii) The Railway Administration reserves the right to modify the quantity from time to time whether it is an increase or decrease in the scope and quantity of work. The tenderer shall not be entitled to any compensation but will be paid for as per contract for the actual work done.

iv) Railway administration reserves the right to accept/cancel/delete any item from Schedule of Rates and or accept partial/full quantity of any item without giving any reason.

v) If the Tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

vi) If the Tenderer(s) expires after the submission of his/their tender or after the acceptance of his/their tender, the Railway shall deem such tender cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless the firm retains its character.

1.8 METRIC UNIT: Dimensions, volumes, weights etc should be quoted in Metric Units.

1.9 CREDENTIALS OF TENDERER:

a) If the tenderer is a Partnership Firm, the conditions and the technical & financial eligibility criteria will be applicable as per guidelines given in Annexure-X. Tender received without guidelines of Annexure-X will be summarily rejected.

b) They have an established technically competent and adequately staffed organization and proposed to be engaged, the details given at Annexure-VI to ensure that the services required under this tender can be satisfactorily rendered at all stages of the work.

c) They have sufficient equipments, plants and machinery along with necessary documents to establish ownership/hiring to meet the obligations under the contract and to complete the work contracted well within the stipulated time schedule and accepted by him/them.

d) List of works completed in the last three financial years (current year & three previous 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.

e) List of works in hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award. (Annexure - XI)

f) Stipulation of minimum eligibility criteria as given below for open tenders for works more than 50 lacs.

Page 9: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 9 of 92 T.No.863/Sr.DEE/NR/LKO

a) As a proof of technical experience/competence, the tenderer should have completed successfully at least one work of similar nature for a minimum value of 35% of advertised tender value of this work, in the last three years (i.e. current year and three previous financial years).

b) As a proof of sufficient financial capacity and organizational resources, tenderer should have received a total payment of value not less than 150% of the advertised cost of this work during last three years and current financial year.

Note:- 1) However, the above eligibility criteria may be modified on case to case basis in respect

of urgent project/ works and specialized nature of work with concurrence of FA&CAO (Associate Finance) and personal approval of General manager.

Note: - 2) For works below Rs.50.0 lacs, the above referred condition under Para (f) shall not be applicable.

Note: - 3) 1) In case of items (e) and (f) above, supportive documents/certificates from the organizations with whom they worked/are working should be enclosed. 2) For judging the technical eligibility and financial capability, only those works which had been executed for the Govt. or Semi Govt. organizations only shall be considered and the tenderer will submit the certificate to this effect from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for private entities (individual/ organizations/ Limited Company) shall not be considered. 3) Original/ Attested copies of these should be submitted.

1.9.1 The similar nature of work is defined as under –

“Supply, installation, testing and commissioning of escalators/ travelators etc with or without AMC.”

1.11 PERIOD OF COMPLETION: 1.11.1 The entire work is required to be completed in all respects within DOC mentioned in NIT from

the date of issue of the acceptance letter/telegram. Time is the essence of contract. The contractor will be required to maintain steady and regular progress to the satisfaction of the Engineer to ensure that the work will be completed in all respects within the stipulated time failing which action may be taken by the Railway Administration in terms of clause 17 and clause 62 of the latest General conditions of contract.

1.12 INSPECTION:

Inspection of material shall be done by the authorized representative of Sr.DEE-G/ RITES/ RDSO.

1.13 PRICES: 1.13.1 All the prices shall be quoted as per details shown in material and works schedule, keeping the

technical specifications, drawings, and special condition of contract in view. 1.13.2 The unit prices of each item of work shall be furnished both in words and figures. 1.13.3 All prices quoted should include all direct & indirect taxes applicable by central / State Govt.

Excise duty, levies and Octroi etc. Form C&D will not be supplied by Railway. 1.13 PAYMENTS: 1.13.1 Payments for the work shall be made in accordance with approved designs and drawings and

measured in relevant units except where provided for otherwise. In case the dimensions of the work are more than those shown in approved designs and drawings, the contractor shall not be entitled to any extra payment unless the dimensions are increased on account of physical impossibility of carrying out the work in accordance with approved designs and drawings, subject to approval by the railway before execution. In case the dimensions of work are less than those shown in the approved designs and drawings and the work is accepted without being rejected, payment will be made for the quantity of work actually executed and accepted.

Page 10: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 10 of 92 T.No.863/Sr.DEE/NR/LKO

1.13.2 Progress payments made to the contractor shall be without prejudice to the final making up of the accounts and shall in no respect be considered or used as evidence of any facts stated in or to be inferred neither from such accounts nor of any particular quantity of work having been executed.

1.14 PAYMENT TO THE CONTRACTOR SHALL BE MADE AS UN DER: a) 80% of the item price (Material cost) shall be paid on receipt of material in Railway custody

after successful inspection. If for any item of work, price of material and erection is not separately available, 80% of the cost of item of work will be considered as material cost. Accordingly, in such case 80% of 80% of item cost i.e. 64% of item cost will be paid on receipt of material. Further payment of material and erection cost to cover 90% of the cost of item of work shall be made on successful testing and commissioning of installation. Balance 10% payment shall be released after successful commissioning and on issue of provisional acceptance certificate.

b) The payment shall be made maximum in four parts i.e. three running bills & fourth final bill excluding AMC/CAMC bill, payment for which shall be made as per terms & conditions of the tender document.

c) 2% Income Tax and 15% surcharge & 3% CESS on Income Tax, 4% Sales Tax & 1% BOCW cess shall be deducted from the payment as statutory obligation and required certificates for this deduction shall be issued by railway Accounts Department.

d) The intending tenderer should posses valid latest ST clearance certificate from State/Central Govt.

e) Any other statutory taxes, as applicable shall also be deducted from the contractor’s bill. 1.15 RELEASING OF SECURITY DEPOSIT / GUARANTEE BOND:

The Tenderer shall guarantee the equipment offered for satisfactory performance for a period of 24 months from the date of commissioning and handing over the installation to the Rlys. against any defects arising out of faulty materials and poor workmanship. The Tenderer should make good all the defects free of cost during the guarantee period and replace or repair the defective equipments /parts free of cost promptly and satisfactorily. The equipments /parts so replaced by the contractor shall be further guaranteed for a period of 12 months for satisfactory service from the date of such replacement. The security deposit shall, however, be liable to be forfeited in case of any breach by the contractor of any of the conditions of the contract for non completion of the full contract without prejudice to other rights remedies of the purchaser whether specifically provided here in or otherwise.

1.16 PARTNERSHIP DEED, POWER OF ATTORNEY ETC:-

(i) The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a Partnership Firm/Joint Venture (JV)/Society etc. The tenderer(s) who is/are constituents of Firm, Company, Association or Society shall enclose self-attested copies of the Constitution of their concern, Partnership Deed and Power of Attorney alogwith their tender. Tender documents in such cases shall to be signed by such persons as may be legally competent to sign them on behalf of the Firm, Company, Association or Society, as the case may be. No partnership deed will be accepted after submission of the tender bid.

(ii) The tenderer shall give full details of the Constitution of the Firm/JV/Company/Society etc. and shall also submit following documents (as applicable), in addition to documents mentioned above:

(a) Sole Proprietor Firm: The tenderer shall submit the notarized copy of the affidavit. (b) Partnership Firm: The tenderer shall submit self-attested copies of (i) registered/notarized

Partnership Deed and (ii) Power of Attorney duly authorizing one or more of the partners of the firm or any other person(s), authorized by all the partners to act on behalf of the firm and to submit & sign the tender, sign the agreement, witness measurements, sign Measurement Books, receive payment, make correspondences, compromise/settle/relinquish any claim(s) preferred by the firm, sign ‘No Claim Certificate’, refer all or any dispute to arbitration and to take similar action in respect of all tenders/contracts or said tender/contract.

(c) Joint Venture (JV): The tenderer shall submit documents as mentioned in Clause 65 to GCC. (d) Company registered under Companies Act – 1956: The tenderer shall submit (i) the

copies of MOA (Memorandum of Association) and AOA (Articles of Association) of the Company

Page 11: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 11 of 92 T.No.863/Sr.DEE/NR/LKO

and (ii) Power of Attorney duly registered/notarized by the company (backed by the resolution of Board of Directors) in favour of the individual, signing the tender on behalf of the Company.

(e) Society: The tenderer shall submit (i) self attested copy of the Certificate of registration (ii) Deed of Formation and (iii) Power of Attorney in favour of the tend signatory. (iii) The Railway will not be bound by any power of attorney granted by the tenderer/s

or by changes in the composition of the firm made subsequent to the submission of tender. The Railway may, however, recognize such power of attorney and changes after obtaining proper legal advice, cost of which will be chargeable to the contractor. Partnership deed will be considered in accordance with Tender Notice/approved tender conditions (Annexure IX & X of tender document).

(iv) If it is mentioned in the tender that it is being submitted on behalf of/by a Sole Proprietorship Firm/Partnership Firm/Joint Venture/Registered Company etc. but above mentioned document/s (as applicable) are not enclosed along with tender, the tender shall be summarily rejected. If it is not mentioned in the tender that it is being submitted on behalf of/by a Sole Proprietor Firm/Partnership Firm/Joint Venture/Registered Company etc., then the tender shall be treated as having been submitted by the individual who has signed the tender. After opening of the tender, any document pertaining to the Constitution of the Firm/JV/Society etc. shall neither be asked nor be entertained/considered.

(v) A tender from JV/Consortium/Partnership Firm etc. shall be considered only where permissible as per the tender conditions.

(vi) If the tenderer expires after the submission of his tender or after the acceptance of his tender,

the railway shall deem such tender/contract as cancelled. In a partnership firm, if a partner of firm expires after the submission of their tender the Railway shall deem such tender as cancelled unless the firm retains its character.

(vii) If the contractor’s firm is dissolved on account of death, retirement of any partners or for any reason whatsoever, before fully completing the whole work or any part of it, undertaken by the principal agreement the surviving partners shall remain jointly/severally and personally liable to complete the whole work to the satisfaction of the Railway and to pay compensation for losses sustained, if any by the Railway due to such dissolution. The amount of such compensation shall be decided by Divl. Railway Manager or any other competent person on his behalf of the Railway and his decision in the matter shall be final and binding on the contractor.

(viii) The cancellation of any document such as power of attorney, partnership deed etc., shall forthwith be communicated to the Railway in writing, failing which the Railway shall have no responsibility or liability for any action taken on the strength of the said documents.

(ix) The value of contract and the quantities given in the attached schedule of items, rates and quantities are approximate and are given only as a guide. These are subject to variations/additions and or omission. The quantum of work to be actually carried out shall not form the basis of any dispute regarding the rates to be paid and shall not give rise to claim for compensation on account of any increase or decrease either in the quantity or in the contract value.

1.17 PERFORMANCE GUARANTEE (PG).

The procedure for obtaining Performance Guarantee is outlined below: (a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty)

days from the date of issue of Letter Of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and 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 (thirty) 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 retender for that work.

(b) 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 of Cash; (ii) Irrevocable Bank Guarantee;

Page 12: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 12 of 92 T.No.863/Sr.DEE/NR/LKO

(iii) Government Securities including State Loan Bonds at 5% below the market value; (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of

Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve years National Defense Certificates; (ix) Ten years Defense Deposits; (x) National Defense Bonds and (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less.

Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted. Note - The instruments as listed above will also be acceptable for Guarantees in case of Mobilization

Advance. (c) The Performance Guarantee shall be submitted by the successful bidder after the Letter Of

Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. 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) The 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 respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on 'No Claim Certificate' from the contractor.

(f) Whenever 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 & 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 shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV /partnership firm.

(g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: (i) Failure by the contractor to extend the validity of the Performance Guarantee as described

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

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

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

Page 13: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 13 of 92 T.No.863/Sr.DEE/NR/LKO

PART – II

2.0 GENERAL CONDITIONS OF CONTRACT

Except where specifically stated otherwise in the tender documents the work will be governed by “Engineering Department: General Conditions of Contract, Regulations and Instructions for Tenderers and Standard Forms of Contract, 2014 or latest with amendments” copy of which is to be purchased by tenderer from the office of Chief Administrative Officer (Construction), Northern Railway, Kashmiri Gate, Delhi-6 or Office of the Chief Electrical Engineer (Construction), Northern Railway, Tilak Bridge , New Delhi or Northern Railway H.Q. Office, Baroda House, New Delhi on payment.

2.1 Omissions & Discrepancies: Should a tenderer find discrepancies in or omissions from the

drawings or any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all tenders. It shall be understood that every Endeavour has been made to avoid any error which can materially affect the basis of tender and successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

2.2 Execution of Contract Document : The Tenderer whose tender is accepted shall be required to

appear in person at the office of General Manager/General Manager (Construction), Chief Administrative Officer (Construction), Divisional Railway Manager or concerned Engineer, as the case may be, or if a firm or corporation, a duly authorized representative shall so appear and execute the contract documents within 7 days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies. In the event of any tenderer whose tender is accepted shall refuse to execute the contract document as here in before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and to recover the damages for such default.

2.2.1 Form Of Contract Document: Every contract shall be complete in respect of the document it shall so constitute. Not less than 2 copies of the contract document shall be signed by the competent authority and the contractor and one copy given to the contractor.

2.3 Recovery Of Security Deposit: Unless otherwise specified in the Special Conditions, if any, the

Security Deposit/rate of recovery/mode of recovery shall be as under: (a) Security Deposit for each work should be 5% of the contract value, (b) The rate of recovery should be at the rate of 10% of the bill amount till the full Security

Deposit is recovered, (c) Security Deposits will be recovered only from the running bills of the contract and no other

mode of collecting SD such as SD in the form of instruments like BG (except Note (ii) below); FD etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the expiry of the 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. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the 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 -

Page 14: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 14 of 92 T.No.863/Sr.DEE/NR/LKO

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

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

2.3.1 No interest will be payable upon the Earnest Money and Security Deposit or amounts payable

to the Contractor under the Contract, but Government Securities deposited in terms of Sub-clause (1) of this clause will be payable with interest accrued thereon.

2.4 INTEGRATION WITH EXISTING WORKS: 2.4.1 The tenderer should keep in mind, visit the location of works, and take due note and give

proper consideration of integrating the new works (Sometimes on replacement account) with the existing system.

2.4.2 The provision of equipment in all electrical installations has to be so sequenced and coordinated

that due to erection, installation and commissioning of new equipment included in the scope of work of this tenderer, no disruption at all, is caused to the functioning of the existing system.

2.4.3 A sequenced schedule of installation, erection and commissioning of equipments should be

drawn by the tenderer after visiting the site. It should be based on pragmatic assessment of quantum of work and time schedule required to complete the work. The scheme should be submitted along with the offer in Annexure-V.

2.4.4 Since electrical work requires shutdowns invariably therefore the tenderer should keep due

allowance in drawing the “Integration Scheme” so that the completion of work is not delayed beyond the stipulated period of completion.

2.4.5 The rates for different items of work should be quoted while keeping these aspects in view. 2.5 SCHEME OF WORK AND PROGRESS REPORT: 2.5.1 The contractor shall within fifteen (15) days of the date of award of the contract submit a

BAR/ PERT CHART and scheme for the execution of key phases of the work such as design, procurement, manufacturing, transportation, field erections, trial operation. The contractor shall indicate in the form of notes of the assumptions and the basis adopted for the preparation of this BAR/ PERT CHART.

2.5.2 The contractor shall submit a monthly progress report detailing the actual progress made in all

activities as compared the above BAR/PERT CHART. The monthly progress report shall indicate the reasons for the variations if any, between the schedule quantities and actual progress, the action proposed and corrective measures required wherever necessary.

2.6 INSPECTION: 2.6.1 The works shall be accepted after inspection by the Railways particularly for the following

aspects: i) Setting out of Electrical equipment. ii) Approval of quality of works. iii) Erection, testing and commissioning as per the approved drawings and the Indian Standard

codes of practice. iv) Safety works to conform Indian Electricity Rules. These aspects shall be checked during

periodical inspections. Any defects, deficiencies noticed in the construction works will be recorded in the site Order Book so that the contractor acts upon it without loss of time.

2.6.2 The cost of the Inspection will be Railway accounts subject to any other provisions contained

here under or elsewhere in contract. One week’s notice must be given by the contractor to the inspecting Officer to take up the inspection.

Page 15: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 15 of 92 T.No.863/Sr.DEE/NR/LKO

2.6.3 The contractor shall provide without any extra cost to the Railways all materials equipments, machine, plant, tools, labour and maintenance of every kind of which the Railway Inspecting Officer may consider necessary for any test and examination to be made at the contractor’s or the sub- contractors and/ or at site.

2.6.4 All the equipments and materials shall be of best quality and will be tested/ inspected by the

Engineer or Engineer’s representative at the manufacturer’s premise/ site of work and approved before they are installed / used in the execution of the works covered in the contract. If the contractor uses any equipments’ materials without the prior approval of Railways these are liable to be rejected.

2.6.5 The decision of the Inspecting Officer with regard to the acceptance or rejection of the

equipment/ work shall be final and binding on the contractor. 2.7 INSPECTION AND REJECTION:

All works connected with and inclusive of installation and erection under this contract shall be done in accordance with the standard established method of installation and erection of electrical equipments and shall comply with relevant Indian Electricity rules, ISI code specifications and standards. The work shall also be strictly in accordance with the instructions/ recommendations of the manufactures. The equipments shall be leveled carefully before being fixed finally in position. All fragile and sensitive equipments shall be protected adequately and handled carefully during installation and erection.

2.8 CONSEQUENCE OF REJECTION: 2.8.1 On the equipment/ assemblies being rejected by the Inspecting Officer of the Railway at

destination, the contractor shall replace such rejected equipment / assemblies of the work forthwith but in any event not later than a period of 8 (Eight) weeks in the case of minor equipment(s) and 16 (Sixteen) weeks in the case of major equipment(s) from the date of rejection. The contractor shall bear all the cost of such replacement including freight etc but without being entitled to any extra time on this account. The decision as to whether the equipment is to be classified as minor or major for the purpose of this clause shall be that of the engineer and is not questionable.

2.9 COMMISSIONING TESTS: 2.9.1 As soon as the installations are ready for commissioning / energisation the contractor shall

arrange for all the tests/ Inspections as required by the relevant ISS and/ or IE rules and advise the Railways. Railways shall depute their inspecting Officer for witnessing the tests and to carry out inspection independently and also jointly with other concerned agencies wherever necessary and only after the installation passes the required tests and inspection, it should be commissioned/ energized with the approval of Chief Elect. Inspector or his authorized representative.

2.9.2 Tools & Plants It should be clearly understood that it is entirely the Contractor’s responsibility and liability to find procure and use all machineries tools and plants and their spare parts that are required for efficient and methodical execution of the work. Delay in procurement of such items, due to their non availability or impart difficulties or any other cause whatsoever will not be taken as an excuse for slow or non performance of work. In exceptional circumstances, if certain tools and plants are separable by the Railway temporarily the Engineer or his representative may give them on hire charges fixed by the Railway.

2.10 WARRANTY: 2.10.1 The contractor shall guarantee that all the equipments and works executed under this contract

shall be free from all defects and faults in material, design, workmanship and manufacture and shall be of acceptable standards for the contracted work and in full conformity with the technical specifications, drawings and other contract stipulations.

Page 16: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 16 of 92 T.No.863/Sr.DEE/NR/LKO

2.10.2 This warranty clause will not apply to defects arising from designs furnished or specified by the

Railways and for which contractor has disclaimed responsibility in writing within three (3) months from the date of the letter of acceptance of tender.

2.10.3 The contractor is not absolved for the responsibility of the successful functioning of the work

carried out by him for which designs are indicated by Railways in the tender documents. In case the designs are apprehended to be inadequate for achieving designed conditions, the tenderer should indicate the same specifically at the time of submission of offer or before giving sufficient time to Railways for taking corrective action. Once the designs are accepted by the tenderer, the warranty shall be complete and extended to all materials and equipments governed in the work.

2.10.4 This warranty shall survive not only till the acceptance of the work but shall expire 24 (Twenty Four) months from the date of acceptance of the completed work by the Railway except in respect of defects notified to the contractor before the expiry of the warranty period. Any approval or acceptances by the Railways at any way absolve the contractor’s liability under this warranty.

2.10.5 The contractor’s liability in respect of any complaint, defect and/or claim shall be limited to the

execution, installation and erection of replacement parts free of charges, or the repairs of defective parts only to the extent that such replacement or repairs are attributable which arise from faulty workmanship or design or material in the manufacture of the equipment/ stores, and/or negligence in any manner and also in the event of failure of the equipment to perform as intended.

2.10.6 The contractor shall if required, replace, repair, execute and or install the goods or such portion

thereof as is rejected by the railway free of cost at site or at the option of Railways. The contractor shall pay the Railways the value thereof and such other expenditure and damage as may arise by reason of the breach of the condition there in specified.

2.10.7 All replacement and repairs that the Railways shall call upon the contractor to deliver or perform under this warranty shall be delivered and performed by the contractor within three (3) months promptly and satisfactorily. In cases, where such replacement, repair, execution and/or installation takes place during the warranty period the provision of the warranty clause shall apply to that portion to replace or renew until the expiry of twelve (12) months from the date of such replacement, repair, execution and/or installation. This extended period shall here in after be referred to as “Extended Warranty Period”.

2.10.8 If, any defect is not remedied satisfactorily within the above mentioned 3 months, the Railway

may proceed to do the work at contractor’s risk and cost and also without prejudice to any other rights of the contractor under the contract.

2.10.9 If, the contractor so desires, the replaced parts can be taken over by him or his representative

for disposal as he deems fit within a period of three (3) months from the date of replacements of goods/parts. After the expiry of this period, no claim whatsoever shall lie on the Railways.

2.10.10 The Railway may, at its discretion recover the ground rent for the goods/parts which have

been rejected during the warranty period for the specified period of Three (3) months, if the rejected materials are not taken over within that period (three (3) months) by the contractor or his representative.

2.10.11 The warranty herein contained shall not apply to any material which have been repaired or

altered by the Railway or on its behalf in any way without the consent of the contractor so as to effect its strength, performance and reliability or to any defects to any part due to misuse negligence or accident and to items of normal wear and tear to be specifically mentioned by the contractor in his offer and got accepted by the railways. The decision of the Railway in regard to contractor’s liability and the amount, if any payable under this warranty shall be final and conclusive.

2.11 REJECTION OF TENDERS WITHOUT EARNEST MONEY:

Page 17: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 17 of 92 T.No.863/Sr.DEE/NR/LKO

2.11.1 Tenders unaccompanied with the earnest money will be summarily rejected. 2.12 FILLING OF TENDER DOCUMENTS : 2.12.1 The tender documents should be filled neatly and rates should be in words and figures. The

total amount should be clearly mentioned in figures and words, any cutting overwriting / corrections in attached schedule. However, rates quoted in words shall be considered final.

2.12.2 Tender papers issued to tenderer should be signed by them and submitted along with the offer

with their covering letter. 2.13 INDIRECT TAXATION: 2.13.1 In the event of any new indirect taxation being imposed after the date of opening of tender

and of being of such a nature that the contractor has to bear additional cost of material directly on account of such additional taxation the purchaser shall reimburse the contractor for such additional costs on receiving satisfactory proof that such taxation was legally livable and that the contractor has actually incurred the additional costs.

2.14 FORCE MAJEURE : If at any time, during the continuance of this contract, the

performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or damage by fire, explosions, epidemics, strikes, lockouts or acts of God (hereinafter, referred to events) provided, notice of the happening of any such event is given by either party to the other within 30 days from the date of occurrence thereof, neither party shall by reason of such event, be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non-performance of delay in performance, and works under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and the decision of the Engineer as to whether the works have been so resumed or not shall be final and conclusive, PROVIDED FURTHER that if the performance in whole or in part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 120 days, either party may at its option terminate the contract by giving notice to the other party.

2.14.1 Extension Of Time In Contracts: Subject to any requirement in the contract as to completion

of any portions or portions of the works before completion of the whole, the contractor shall fully and finally complete the whole of the works comprised in the contract (with such modifications as may be directed under conditions of this contract) by the date entered in the contract or extended date in terms of the following clauses: (i) Extension Due To Modification : If any modifications have been ordered which in the

opinion of the Engineer have materially increased the magnitude of the work, then such extension of the contracted date of completion may be granted as shall appear to the Engineer to be reasonable in the circumstances, provided moreover that the Contractor shall be responsible for requesting such extension of the date as may be considered necessary as soon as the cause thereof shall arise and in any case not less than one month before the expiry of the date fixed for completion of the works.

(ii) Extension For Delay Not Due To Railway Or Contractor : If in the opinion of the

Engineer, the progress of work has any time been delayed by any act or neglect of Railway's employees or by other contractor employed by the Railway under Sub-Clause (4) of Clause 20 of these Conditions or in executing the work not forming part of the contract but on which contractor's performance necessarily depends or by reason of proceeding taken or threatened by or dispute with adjoining or to neighboring owners or public authority arising otherwise through the Contractor's own default etc. or by the delay authorized by the Engineer pending arbitration or in consequences of the contractor not having received in due time necessary instructions from the Railway for which he shall have specially applied in writing to the Engineer or his authorized representative then upon happening of any such event causing delay, the Contractor shall immediately give notice thereof in writing to the Engineer within 15 days of such happening, but shall nevertheless make constantly his best endeavors to bring down or make good the delay and shall do all that may be reasonably required of him to the satisfaction of the Engineer to proceed with the works. The contractor may also indicate the period for which the work is likely to be delayed and shall be bound to ask for necessary extension of time. The Engineer on receipt

Page 18: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 18 of 92 T.No.863/Sr.DEE/NR/LKO

of such request from the contractor shall consider the same and shall grant such extension of time as in his opinion is reasonable having regard to the nature and period of delay and the type and quantum of work affected thereby. No other compensation shall be payable for works so carried forward to the extended period of time, the same rates, terms and conditions of contract being applicable as if such extended period of time was originally provided in the original contract itself.

(iii) Extension For Delay Due To Railways : In the event of any failure or delay by the Railway to hand over the Contractor possession of the lands necessary for the execution of the works or to give the necessary notice to commence the works or to provide the necessary drawings or instructions or any other delay caused by the Railway due to any other cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract or alter the character thereof or entitle the contractor to damages or compensation therefore, but in any such case, the Railway may grant such extension or extensions of the completion date as may be considered reasonable.

2.14.2 Extension Of Time For Delay Due To Contractor: If the contractor fails to complete the

works within the time as specified in the contract for the reasons other than the reasons specified in Clause 17 and 17-A, the Railway may, if satisfied that the works can be completed by the contractor within reasonable short time thereafter, allow the contractor for further extension of time (Performa at Annexure-VII) as the Engineer may decide. On such extension the Railway will be entitled without prejudice to any other right and remedy available on that behalf, to recover from the contractor as agreed damages and not by way of penalty a sum equivalent to ½ of 1% of the contract value of the works for each week or part of the week.

For the purpose of this Clause, the contract value of the works shall be taken as value of work as per contract agreement including any supplementary work order/contract agreement issued. Provided also, that the total amount of liquidated damages under this condition, shall not exceed the under noted percentage value or of the total value of the item or groups of items of work for which a separate distinct completion period is specified in the contract. (i) For contract value upto Rs. 2 lakh - 10% of total value of the contract (ii) For contracts valued above Rs. 2 lakh - 10% of first Rs.2 lakh and 5% of balance

Further, competent authority while granting extension to the currency of contract under Clause 17 (B) of GCC may also consider levy of token penalty, as deemed fit based on the merit of the case. Provided further, that if the Railway is not satisfied that the works can be completed by the Contractor and in the event of failure on the part of the contractor to complete the work within further extension of time allowed as aforesaid, the Railway shall be entitled without prejudice to any other right or remedy available in that behalf, to appropriate the contractor's Security Deposit and rescind the contract under Clause 62 of these Conditions, whether or not actual damage is caused by such default.

2.15 DEFAULT AND DELAY: 2.15.1 The contractor shall execute the work with due diligence and expedition keeping to the

approved time schedule. Should he refuses or neglect to comply with any reasonable orders given to him in writing by the Engineer’s representative in connection with the work or contrivance the provision of the contract or the progress of work lags persistently behind the time schedule due to his neglect, the purchaser shall be at liberty to give 7 days’ notice in writing to the contractor requiring him to make good the neglect or contravention complained and should the contractor to comply with requisition made in the notice within seven days from the receipt thereof, it shall be lawful for the purchaser to take the work wholly or in part out of the contractor’s hands without any further reference and get the work or any part thereof, as the case may be completed by other agencies at expense of the contractor without prejudice to any other right or remedy of the purchaser.

2.15.2 Failure to attend the defects

All defects and deficiencies advised to the contractor shall be attended by him promptly. If contractor fails to respond and arrange repair/rectification within reasonable time, the purchaser shall be free to get the repairs done through departmental labour or through any other sources at contractor’s expenses without prejudice to the other remedies available under the contract.

Page 19: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 19 of 92 T.No.863/Sr.DEE/NR/LKO

2.15.3 Maintenance Manuals – (In case of M&P Supplied & fixed) On successful completion of work,

the contractor shall hand over four copies of the detailed drawings and maintenance manuals of each equipment duly bound in booklets. Two copies shall be given in the form of CD/floppy to the purchaser prior to release of final payment to the contractor.

2.16 LOSS SUSTAINED DUE TO DEFAULT AND DELAY:

a) In the event of any loss to the purchaser on account of execution and/or completion of the work any parts thereof by agencies other than the contractor, in terms of the clause 2.16.1 the contractor shall be liable to reimburse the loss to the purchaser without prejudice to any other right and remedies of the purchaser, and as the case may be met at the option of the purchaser, from out of all or any of the following sources viz.

i) Any amount due and payable to the contractor by the purchaser on any account whatsoever. ii) The contractor’s security deposit with the purchase so far as available and iii) Any other assets whatsoever belonging to contractor.

2.17 CONTRACTOR’S RESPONSIBILITY FOR DISCREPANCY:

a) All designs and drawings submitted by the contractor shall be based on a thorough study and shall be such that the contractor is satisfied about their suitability. The purchaser’s approval will be based on these considerations. Notwithstanding approval communicated by the purchaser during the progress of the contractor for designs and drawings, proto type samples of material after inspection of materials, erection and adjustments to installations the ultimate responsibility for correct designs and execution of wok shall rest with the contractor.

b) The contractor shall be responsible for and shall bear and pay the costs for any alternation of works arising from any discrepancies, errors or omissions in the designs and drawings supplied by him, whether such designs and drawings have been approved by the purchaser or not.

c) The tenderer(s) shall not make any advantage of any misinterpretation of the conditions due to typing or any other error and if any in doubt shall bring to the notice of the Engineer without delay. In case of any contradiction, only the printed rules and books should be followed and no claim for the misinterpretation shall be entertained.

d) The General Conditions of contract will means, the General conditions of contract as amended and/or corrected from time to time up to dates of opening, it shall be the responsibility of the contractor before submitting his tender to ascertain all amendments and/or correction made to the said general conditions of contract.

2.18 WORK BY OTHER AGENCIES: 2.18.1 Any other works undertaken at the same time by the purchaser or the Railway direct or

through some other agency at the same site where the contractor is carrying out his work will not entire the contractor to prefer any claim. Regarding any delays or hindrance he may have to ace on this account. The contractor shall comply with any instructions which may be given to him by the purchaser in order to permit simultaneous execution of his own works and of those undertaken by other contractors or the Railway without being entitled on this account to any extra charge.

2.18.2 The contractor shall not be entitled to any extra payment due to hindrance resulting from

normal Railway operations, such as delay on account of adequate number of and duration of shut-down etc. not being granted.

2.18.3 If the purchaser is unable to supply materials to the contractor as specified in the contract, in

time, the contractor shall not be entitled to any extra payment on account of such delay in supply. However, such delays in supply will be reasonable ground for extension of completion date/s for the work.

2.19 ACCESS TO WORK SITE:

a) Access to the site for the purpose of this contract shall be afforded to the contractor by the purchase at all reasonable time. In the execution of the wok, no person other than the contractor or his only appointed representative or approved sub contractor and bonafide workman shall have access to site. Access to the site of work at all times shall be allowed by

Page 20: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 20 of 92 T.No.863/Sr.DEE/NR/LKO

contractor to officials or approved representative of the purchaser or to Railway staff for purpose of maintenance.

b) The purchaser or his authorized representative shall have the right to refuse admission to the work site of any person employed by the contractor whom the purchaser or his Engineer may consider undesirable.

c) The Engineer or his representative shall be at liberty to object to the presence of any representative or other person employed by the contractor in or about the works on the g round of misconduct, in complete or negligence the contractor.

d) On receipt of notice of such objection in writing, shall forthwith remove the person so objected to and provide in his place another competent person and shall not allow such person to enter the site of work subsequently. The purchaser will not be liable to pay any cost or damage on this account.

e) Safety measures - (i) The contractor shall take all precautionary measures in order to ensure the protection of

his own personnel moving about or working on the Railway premises. When the work is on/near Rly. Track, he shall provide for flagman for protection as per the directives of the purchaser.

(ii) The contractor and his representatives shall abide by all Railway regulations in force. (iii) While working within station limits, specially on passenger platforms, the contractor shall

ensure that at all time sufficient space is left for free-movement of passenger traffic. He must cover and/or barricade the excavations carried out in such areas and continue to maintain these, till the work is completed, with a view to avoid any accident to public or to Railway staff.

(iv) The works must be carried out most carefully without any infringement of the Indian Railway Act or the General and Subsidiary Rules in force on the Railway, in such a way that they do not hinder Railway operation or affect the proper functioning of any Railway equipment, structure or rolling stock.

(v) If safety of track or track drainage etc. is affected as a consequence of works undertaken by the contractor, the contractor shall take immediate steps to restore normal conditions. In case of delay, the purchaser shall, after giving due notice to the contractor in writing, take necessary steps to complete the job and recover the costs from the contractor.

(vi) Contractor shall provide yellow jackets to workers working near Rly. tracks. He should also provide helmets and other safety equipments to his workers.

(vii) The contractor shall be responsible for safe custody of all equipments till provisional acceptance.

f) Provisional Acceptance: a) Immediately on completion of work the contractor shall test the installation to ensure

that installation is as per the specifications. Along with the test results. the contractor shall inform the purchaser in writing that installation is complete and ready for commissioning.

b) The test as stipulated in the specification shall be jointly conducted results if found satisfactory, the installation shall be commissioned. Provisional acceptance shall not be withheld for rectification of minor defects.

2.19.1 FIRST AID FACILITIES:

In terms of Para 19 of “The contract labour and (Regulation & Abolition) Act 1970”, the contractor should provide and maintain a “First Aid Box” equipped with the prescribed contents at every place during the all working hours where contract labour is employed by him/them.

2.19.2 Training of Purchaser's Staff - The contractor shall impart training to Railway staff free of cost. Contents of training and number of staff for training shall be mutually decided.

2.20 INSURANCE: 2.20.1 The contractor shall take out and keep in force a policy or policies of insurance against all

liabilities of the contractor o the purchaser at common law or under any statute in respect of accidents to person who shall be employed by the contractor in or about the site of the contractors office for the purpose of carrying out the works on the site. The contractor shall also take out and keep in force a policy or policies of insurance against all recognized risks to their officers and depots. Such insurance shall in all respects be to the approval of the purchaser and if the so requires in his name.

Page 21: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 21 of 92 T.No.863/Sr.DEE/NR/LKO

2.21 INSURANCE OF MATERIALS AND INSTALLATIONS:

The contractor shall take out and keep in force a policy of policies or insurance for all materials in storage, under erection and/ or erected until such materials are provisionally handed over to the purchaser. For this purpose the materials shall deemed to have been provisionally handed over when provisional acceptance certificate shall be issued. The contractor shall not be liable for losses or damages to equipments erected, in the course of erection or in stores at the contractor’s depot in consequence of mutiny or other similar causes over which the contractor has no control and which cannot be insured, such losses or damages shall, if required by the purchaser be made good by the contractor at the cost of the purchaser. The contractor should, however, insure the material brought to site against risks in consequence or war and invasion as required under the emergency risks (goods) insurance Act 1962 from time to time. The amount of such insurance premia paid by the contractor will be reimbursed to him by the purchaser on submission of bills in proof of payment of such insurance premia.

Note: - The insurance premia under the emergency risks (Goods) insurance Act 1962 are reimbursable

to the contractor only for the premia paid by him and not for any premia paid by any of the sub contractor. The contractor shall have all insurance covers in connection with the contract with the Life Insurance Corporation of India only. The contractor’s liability to meet 3rd party claims of the type outlined above will be applicable only in case where accidents have been caused by bad design, workmanship material or negligence on the part of the contractor and further the liability of the contractor will be limited as per provision of law for any one accident. The contractor shall be responsible for all repairs and rectification of damage to the plant erected or under erection due to accidents or any other cause until the plant is provisionally handed over to the purchaser.

2.21.1 Availability of breakdown/maintenance staff During the period of guarantee the Contractor shall keep available an experienced engineer and necessary equipment to attend any defective installations resulting from defective erection and/or defects in the equipment supplied by the Contractor. This engineer shall not attend to rectification or defects which arise out of normal routine maintenance work. The contractor shall bear the cost of all modification additions or substitutions that may be considered necessary due to faulty materials, design or workmanship for the satisfactory working of the equipment. The final decision shall rest with Sr. DEE/G/LKO.

2.22 DEFECTIVE EQUIPMENTS TO BE REPLACED: Notwithstanding the issue of a provisional acceptance certificate and partial or full use of any equipment if the complete plant or any portion thereof, before it is finally taken over at the end of the guarantee period, found to be or to have become defective in course of usage by the Railways due to faulty material, design or workmanship or to otherwise to fulfill the requirement of the contract and its purpose, the purchaser shall normally give the contractor prompt notice setting the particulars of such defects or failure and the contractor shall rectify the defects or modify or replace the equipment as may be directed by the purchaser’s Engineer at the own cost in all respect to make it comply satisfactory with the said notice upon him or should time not permit of service of such notice the purchaser may repair or reject, replace the whole or part of such defective equipment, as the case may be at the cost of the contractor . The contractor’s full liability under this clause shall be satisfied by the payment to the purchaser of the extra total cost any of such replacement delivered and erected as provided for in the original contract, such defective equipment within a reasonable time, the contractor’s liability under this clause shall be satisfied by the repayment by the contractor of all moneys paid by the purchaser to his in respect of such rejected equipment. Rejected/ defective material shall be returned to the contractor to the extent possible.

2.23 Maintenance Of Works : The Contractor shall at all times during the progress and continuance of the works and also for the period of maintenance specified in the Tender Form after the date of passing of the certificate of completion by the Engineer or any other earlier date subsequent to the completion of the works that may be fixed by the Engineer be responsible for and effectively maintain and uphold in good substantial, sound and perfect condition all and every part of the works and shall make good from time to time and at all times as often as the Engineer shall require, any damage or defect that may during the above period arise in or be discovered or be in any way connected with the works, provided that such damage or defect is

Page 22: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 22 of 92 T.No.863/Sr.DEE/NR/LKO

not directly caused by errors in the contract documents, act of providence or insurrection or civil riot, and the Contractor shall be liable for and shall pay and make good to the Railway or other persons legally entitled thereto whenever required by the Engineer so to do, all losses, damages, costs and expenses they or any of them may incur or be put or be liable to by reasons or in consequence of the operations of the Contractor or of his failure in any respect.

2.24 Certificate Of Completion Of Works: As soon as in the opinion of the Engineer, the work has

been completed and has satisfactorily passed any final test or tests that may be prescribed, the Engineer shall issue a certificate of completion duly indicating the date of completion in respect of the work and the period of maintenance of the work shall commence from the date of completion mentioned in such certificate. The Engineer may also issue such a certificate indicating date of completion with respect to any part of the work (before the completion of the whole of work), which has been both completed to the satisfaction of the Engineer and occupied or used by the Railway. When any such certificate is given in respect of part of a work, such part shall be considered as completed and the period of maintenance of such part shall commence from the date of completion mentioned in the completion certificate issued for that part of the work.

2.25 Contractor Not Absolved By Completion Certificate : The Certificate of Completion in respect

of the works referred to in Sub-Clause (1) of this Clause shall not absolve the Contractor from his liability to make good any defects imperfections, shrinkages or faults which may appear during the period of maintenance specified in the tender arising in the opinion of the Engineer from materials or workmanship not in accordance with the drawings or specifications or instruction of the Engineer, which defects, imperfections, shrinkages or faults shall upon the direction in writing of the Engineer be amended and made good by the Contractor at his own cost; and in case of default on the part of Contractor, the Engineer may employ labour and materials or appoint another Contractor to amend and make good such defects, imperfections, shrinkages and faults and all expenses consequent thereon and incidental thereto shall be borne by the Contractor and shall be recoverable from any moneys due to him under the contract.

2.26 Approval Only By Maintenance Certificate : No certificate other than maintenance certificate

referred to in Clause 50 of the Conditions shall be deemed to constitute approval of any work or other matter in respect of which it is issued or shall be taken as an admission of the due performance of the contract or any part thereof or of the accuracy of any claim or demand made by the Contractor or of additional varied work having been ordered by the Engineer nor shall any other certificate conclude or prejudice any of the powers of the Engineer.

2.27 Valuation Of Variations : The enlargements, extensions, diminution, reduction, alterations or

additions referred to in Sub-Clause (2) of this Clause shall in no degree affect the validity of the contract; but shall be performed by the Contractor as provided therein and be subject to the same conditions, stipulations and obligations as if they had been originally and expressively included and provided for in the Specifications and Drawings and the amounts to be paid therefore shall be calculated in accordance with the accepted Schedule of Rates. Any extra items/quantities of work falling outside the purview of the provisions of Sub-Clause (2) above shall be paid for at the rates determined under Clause-39 of these Conditions.

2.28 Variations In Quantities During Execution Of Works Contracts: The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:

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

2. 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. If 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;

Page 23: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 23 of 92 T.No.863/Sr.DEE/NR/LKO

(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;

(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.

3. 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.

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

5. No such quantity variation limit shall apply for foundation items. 6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule

as a whole and not on individual SOR items. However, in case 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).

7. 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.

8. For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by General Manager.

10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

2.29 FINAL ACCEPTANCE:

a) The final acceptance of the entire of the plant shall take effect from the date of expiration of the period of guarantee as defined in clause 2.10 provided the installations provisionally accepted are still in perfect working order.

b) If on the other hand the installations are not in the perfect working order at the end of the guarantee period the purchaser may either extend the period of guarantee until necessary works are carried out by the contractor, or carry out these works or have them carried out on behalf of the contractor and at his expense. A certificate of final acceptance shall then be issued by the purchaser which will terminate the contractor.

Page 24: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 24 of 92 T.No.863/Sr.DEE/NR/LKO

PART – III

SPECIAL CONDITIONS OF THE CONTRACT

3.1 INTRODUCTION: 3.1.1 The several documents forming the tender are to be taken as mutually complementary to one

another, detailed drawings shall be followed in preference to small scale drawings and figured dimension in preference to scaled dimensions.

3.1.2 The tender shall be governed by General conditions of contract, preamble and general Instructions to tenderer and special Conditions of Contract. Wherever there is discordance between any of these documents, various provisions shall have overriding priority in the following order: -

I) Special conditions of contract & Technical specifications. II) Preamble and General Instructions to Tenderer III) General conditions of contract.

3.1.3 If there are varying or conflicting provisions in the documents forming part of the contract,

Sr.DEE/G Lucknow shall be deciding authority with regard to the intentions of the provisions and decision shall be final and binding on the contractor.

3.2 SCOPE OF WORK: - 3.2.1 Scopes of works are as per RDSO Specification No. RDSO/PE/SPEC/TL/0095 (REV. ‘1’)-2012

including “clause 1.8” in contractors’ scope. 1) Provision of escalators in stations for passenger movements; 2) All associated civil works for providing;

i) Pit for housing escalator parts, adjacent sump of size 0.5m x 0.5m x 2m, etc. ii) Intermediate support (if vertical rise is more than 5m)

3) Transportation of material and equipment for installation purpose; 4) Spare parts, special tools, testing and diagnostic equipment and measuring instruments; 5) Training; 6) Documentation; 7) Control and monitoring system for Escalators; 8) Maintenance for specified period; 9) Canopy above the escalator; 10) FOB extension; 11) Load bearing support pillars thereof; 12) Suitable arrangement to prevent the public from falling down from the sides at top landing; a

floor (flush with escalator floor plate at lower landing) at a level higher than the platform floor level and a ramp to bridge the (higher) escalator floor plate level and the (lower) platform floor level;

13) Provision of portable pump(s) and their utilization for pumping out of rain water accumulation in the pit, during monsoons;

14) Covering up of open spaces enclosed between escalator-wall and escalator-escalator; 15) Triangle protection; anti-climbing; 16) Access restriction and anti-slide arrangements; 17) Railing or other suitable arrangement to ensure that the public approaches the escalator entry

in straight/ orderly manner; 18) A lockable closet/ enclosure for the controller; 19) Provision of earthing pits for achieving an earthing resistance of max 1.0 Ω; 20) Making LT power supply available for the escalator.

3.2.2 Execution of Schedule ‘B’ item of the SOR shall be supervised by the concerned Engineer or his

representative from Civil engineering department. 3.2.3 The works to be governed by this contract shall cover designing, manufacturing, supplying,

transportation till destination, safe custody at site, Insurance, Erection, civil works, testing and commissioning of the works as per specifications in Part-II of this tender.

3.2.4 All electrical installation works shall confirm to relevant Indian Standard code of Practice and carried out as per relevant safety code of practices, guide for safety procedures in electrical work as per I.S. 5216/Pt. I & II/1982 shall be observed.

Page 25: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 25 of 92 T.No.863/Sr.DEE/NR/LKO

3.2.5 Financial bid as per Part III (b) will be evaluated based on total of Schedule A + Schedule B +

Schedule C and the ranking would be arrived accordingly. 3.2.6 The rates should be quoted for a standard vertical height of escalator of 6 meters. The actual

payment to be made to the supplier shall be + 0.6% of given rate with variation of vertical height for every + 0.15 meters i.e. if the height become 6.15 meter then the amount paid to bidder will be 1.006 times the given rate and if height becomes 5.85 meter then amount paid will be 0.994 times of given rate and accordingly.

a) Rate variation in the height will be applicable only on ex factory price. No variation in civil work installation and commissioning will be given.

3.2.7 The warranty period of goods will start after successful commissioning of escalators at site as warranty clause 22 of RDSO specification i.e. the warranty shall be for a period of 24 months from the date of commissioning of the escalator or 30 months from the date of supply whichever is earlier. The warranty period would cover comprehensive maintenance inclusive of all spares, material and labour cost.

3.3 SITE OF WORK:- The site of work is Varanasi, Lucknow, Sultalpur, Raebareli & Faizabad. However site can be changed anywhere in Lucknow Division as and when required.

3.4 STANDARDS: - 3.4.1 The electrical work shall be carried out in accordance with the approved standard of general

electrical work, comply with IE/ISS Act and Rules passed there under in all respect. 3.4.2 The electrical work shall be carried out without interruption of power supply to the offices.

Necessary shut down of power supply shall be arranged by Railway if required.

3.5 GENERAL CONDITIONS : - 3.5.1 The work shall be done in accordance with Technical Specifications i.e. Specification No.

RDSO/PE/SPEC/TL/0095(REV. ‘1’)-2012. The contractor is advised to go through the Technical Specification before offering their quotations.

3.5.3 The work shall be carried out in the best workmanship an any defects in the work of changed

in the design as per site conditions are pointed out by the inspecting authority shall be carried out by the contracted within the tendered rates.

3.5.4 In case of any dispute, regarding work the decision of the Sr. Divisional Elect. Engineer will be

final and binding to the contractor. 3.5.5 If any damage is caused to the building as a result of execution of work, it shall be

responsibility of the contractor to repairs and make good the loss properly at his own cost to the satisfaction of the Railway Administration/representatives.

3.5.6 All the earth works debris shall be removed daily after execution of the day work and throw

outside the Railway premises by the contractors at his own cost and labour. 3.5.7 Part work like civil engineering work can be got executed by the other agency with the due

permission of the railways. 3.5.8 Any defects /discrepancy pointed out to the contractor during site inspection shall be rectified

by the contractor at his own cost. 3.5.9 The tenderer shall responsible for obtaining the approval of local authority i.e. Nagarpalika/

CPWD/ PWD/Municipal Corporation /state authority and also pay all necessary charges for road cutting etc for cable laying.

3.5.10 Before commencing the work contractor shall seek approval of make/sample from Railways. 3.5.11 Contractor’s drawings etc.

Any calculations, designs, drawings, schedules, IS specifications, information data, progress charts etc. required by Purchaser’s Engineer in connection with contract, shall be furnished by Contractor at his own expenses. Contractor will be required to furnish drawings, designs and

Page 26: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 26 of 92 T.No.863/Sr.DEE/NR/LKO

calculations etc for basic designs and employment schedules provided by Purchaser in case no modification/deviation is proposed by contractor for a particular basic design/employment schedule. Providing Engineering Drawings, Technical data, operation manuals, catalogues, spare parts lists etc for the said equipments as erected at site.

3.5.12 Contractor’s Responsibility for discrepancy

All designs and drawings submitted by Contractor shall be based on a thorough study and shall be such that Contractor is satisfied about their suitability. Purchaser’s approval will be based on these considerations. Notwithstanding approval communicated by Purchaser, during progress of contract for designs and drawings, prototype samples of components, materials and equipments after inspection of materials, after erection and adjustments to installations, ultimate responsibility for correct design and execution of work shall be with contractor unless Purchaser insists on adoption of his own designs in spite of Contractor not being agreeable to it.

3.5.13 Maintenance Manuals The maintenance manuals are to be prepared and submitted as per clause 26.0 of the RDSO /PE/ SPEC/TL/0095 (REV. ‘1’)-2012.

3.5.14 The tenderer shall get himself acquainted with the site condition to know exact amount of work involved before quoting.

3.5.15 Inspection, Testing and Commissioning

Inspection, testing and commissioning has to be according to the RDSO Specification No. RDSO /PE/ SPEC/TL/0095 (REV. ‘1’)-2012.

3.5.16 Submission of drawings:

The contractor shall furnish at his own expense all calculations, designs, drawings, explanatory notes, schedule information, procedure for approval and submission of drawings and designs for approval to RDSO/Northern Railway. General arrangement drawing (GAD) for the first escalator should be submitted to consignee within one month from the date of award to each consignee. Supply of escalator should commence within 3 months after approval of GAD of individual escalator. Consignee will endeavor to approve the sites General Arrangement Drawing (GAD) within 30 days from the date of its submission by the contractor.

3.5.17 Loading and unloading of heavy materials: The contractor shall make his own arrangements for loading or unloading of all materials at Work sites. Railway may facilitate the contractor whenever required. Suitable open/ covered space shall be provided by Railways.

3.5.18 Monthly progress report: The contractor shall furnish during the first week of every calendar month, a progress showing progress of finalization of designs and drawings, materials received at site and the works carried out during the preceding months. As far as possible the presentation shall be neat and tabulation from accompanied by colored diagram wherever applicable.

3.5.19 Availability of Escalators: 3.5.20 The availability is defined as escalators available for use on hourly basis and will be calculated

on quarterly basis. The log of availability will be maintained by the consignee.

3.5.21 Escalator Performance Data shall include identification of Escalator, its location, Fault data, Operating hours direction wise, hours due to non-operation due to faults, Energy consumption etc as further decided by Indian Railways & contractor mutually. As detailed in Technical Specification Para 2.2 &9.2, fault data & Escalator Performance Data can be downloaded from Controller by connecting a notebook computer which can also be downloaded in hard disk/Pen or Flash Drive independently using escalator control panel itself. The details of different Protocol / codes (sequence of flow of data and not the source code) as per Para 2.2.2 & 2.2.3 of RDSO‘s specification for data transfer and all other associated information shall be handed

Page 27: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 27 of 92 T.No.863/Sr.DEE/NR/LKO

over to RDSO for development of web based remote data collection & monitoring system by Railways at a later date.

3.6 DOWNTIME PENALTY 3.6.1 During Warranty period

Penalty shall be levied on the tenderer for maintaining availability below the limit of 95%. Penalty shall be calculated as % age of cost of escalator including cost of commissioning on quarterly basis as given below:

Availability Slab

Applicable penalty

95% to 90% 0.5% for every 1% (or part of) reduction in availability of escalator

Below 90% 1% for every 1% (or part of) reduction in availability of escalator maximum upto 10% of contract value.

3.6.2 During Comprehensive AMC period

Penalty shall be levied on the bidder for maintaining availability below the limit of 95%. Penalty shall be calculated as % age of quarterly payment as given below and will be deducted from the respective quarterly payments. Penalty calculation will be done over quarterly payment period:

Availability Slab

Applicable penalty

95% to 90% 0.5% for every 1% (or part of) reduction in availability of escalator

Below 90% 1% for every 1% (or part of) reduction in availability of escalator maximum upto quarterly AMC charge as per AMC contract per quarter.

3.7 SPECIFICATION OF MATERIAL TO BE USED :

The technical specification for the following equipments/material is attached for guidance of the contractor for kind reference to illustrate the quality required from the contractor.

Annexure A: Specification for laying of cable. Annexure B: Submittals by the tenderer. Annexure C: Details as per Annexure 1 of Specification no. RDSO/PE/SPEC/TL/0095 (Rev “1‟) - 2012 for each Escalator. Annexure D: Comprehensive AMC for the Escalators for 3 years.

*Note: - RDSO’s specification is priced document and can be purchased from RDSO.

Page 28: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 28 of 92 T.No.863/Sr.DEE/NR/LKO

PART – III (a) Annexure ‘A’

SPECIFICATION FOR LAYING OF CABLE

1. METHOD OF LAYING OF CABLES : The cable work shall be done as per IS 1255. The cable shall be directly laid in ground, in RCC pipes, in open ducts or on surface depending upon the requirement and site conditions. While deciding the route of the cables at preliminary stage it should be ensured that the joint in the cable shall be placed at most suitable place, such inaccessible locations like the water logged areas, carriage ways, pavements proximity to telecom cables, water mains, pipes etc. should be avoided.

2. LAYING DIRECTLY IN GROUND The cable should be laid directly in ground, wherever it is passing open country, along the road/lanes etc. The area, which is likely to be excavated frequently, should be avoided. Care should be taken to select the area where re-excavation is easily possible without affecting the other services in the proximity.

3. PROVISION OF TRENCHES Width of Trench : - The width of trench shall be determined on the following basis:- The minimum width of cable trench shall be 350 mm. wherever more than one cable is laid in the same trench in horizontal formation the width of trench shall be increased such that inter axial distance between the cable shall be at least 200 mm. There shall be clearance of 150 mm between the end cabled and the sides of the trench. In addition to the protective cover over the cables laid in the underground trench, a brick on edge should be laid in between the two-justapped cables along the direction of the lay of the cable for providing separation. Depth of Trench: - The depth of the trench shall be determined on the following guidelines:- Normally cables should be laid in single tier formation. Wherever the cables are laid in single tier formation, the total depth of the trench should not be less than 750 mm for cables upto 1.1 KV grid and 1200 mm for cables above 1.1 KV. Wherever it is unavoidable to lay the cable in wire than one tier the depth of trench should be increased by at least 300mm for each additional tier to be formed.

4. EXCAVATION OF TRENCH: -

The excavation of trench shall be done as per IS 3764. To the extent possible the trench be excavated in straight lines. Wherever a change in line is required, suitable curvature as per clause 1.11 shall be provided. In case gradient has to be provided in the depth of the trenched it should be a gradual. Manual or mechanical means should be employed for doing excavation. The soil shall be stacked on the side of the trench in such a manner that it should not fall back into the trench. Due care should be taken to avoid damage to any existing cables, pipes or other such installations in the proposed route during execution. While excavating, if route markers, bricks, tiles, bare or protective covers are encountered further excavations should not be carried out without the approval of Engineer Incharge. In case existing property gets exposed during trenching same should be temporarily supported or proposed adequately as directed by the Engineer Incharge. The trenching in such case shall be limited to short lengths. Protective pipes should be laid refilled in accordance with clause 6; in case there is a danger of collapse, or the trench is endangering existing structure the site should be well supported before proceeding on with the excavation work. The bottom of the trench should be level, free from sand, brickbats and gravel etc. such cushion of at least 75 mm should be provided under the cable.

5. LAYING OF CABLE IN TRENCHES: -

Before the cable is issued for laying the individual cores should be tested for continuity and insulation resistance. The cable should be removed from drum by mounting the drum on jacks and spindles of adequate strength. Care should be taken so that the supporting arrangements do not creep to one site while the drum is in rotation. The cable should be pulled over rollers in trench, steadily and uniformly and without jerks and strains. The entire cable shall be as far as possible be paved off in one stretch, however, if this

Page 29: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 29 of 92 T.No.863/Sr.DEE/NR/LKO

is not possible the remaining cable shall be removed by flaking i.e. making one long loop in reverse trench over rollers the cable shall be lifted over the roller by helpers standing about 1000 mm apart and drawn straight. The cable shall then be taken off, the rollers by additional helpers by lifting the cable and then laying in reasonably straight line. In shorter runs and sizes upto 50 Sq.mm of cable and grade upto 1.1 KV any other method with the approval of Engineer Incharge may be employed. After properly straightening the cable, the cores etc testing for continuity and insulation resistance as per clause 1.0/Pt. IV and the cable is then measured. The ends of cables should be sealed suitably to avoid ingress of moisture. The cable laid in a trench in single tier formation shall have covering of dry sand of not less than 150 mm above the base cushion of sand before the protection cover is laid. In case of the multi tier formation after laying the first cable, sand cushion of 300 mm shall be provided. Each of the subsequent tier shall have sand cushion of 300 mm. The top most cable shall have sand layer of not less than 150 mm before the protection cover is laid. Wherever straight through/termination joint is to be provided a surplus length of 3000 mm of cable should be left on both the sides in the formation of loop. Wherever longer run of cable length is provided, balance cable may be left at suitable entrance as specified by the Engineer Incharge. Wherever the cable is entering buildings, fixed structures like sub stations end/or back trenches surplus length of 3000 mm should be left in the shape of loop, otherwise decided by Engineer Incharge. Surplus cable of some location found suitable should be left in the shape of loop.

6. FINAL PROTECTION: -

The cable shall be protected in accordance with clause 5.7 to provide warning to future excavators and also for avoiding any accidental mechanical damage by pickaxe blows etc. The cable should be protected with well-burnt bricks. The bricks on face should be so provided that the width of the brick is in the direction of lay off cable. The bricks should be provided through out the length of the cable to the satisfaction of Engineer Incharge. Wherever more than one cable is laid in the same trench, the protection cover for cable should protect at least 50 mm on the side of end cables.

7. BACK FILLING OF TRENCHES: - After excavation and laying of cables the trench should be back filled with excavated earth, free from stone or other sharp edge debris and should be watered if necessary. A crown of earth of 50 mm should be left in the center, tapering towards the sides of the trench to allow for subsidence. The trench should be inspected at regular intervals particularly during wet weather and any settlement shall be made good contractor by further filling, if required. Due to cable laying work any disturbance to existing equipments in the area like roads, pavements, garden should be made good after the cable laying work is over.

8. ROUTE MARKERS: - Route marker should be provided along straight runs of the cables at locations approved by the Engineer Incharge and generally at intervals not exceeding 100 meters. Whenever the cable route is changing or it is entering a fixed installation, route market must be provided. Route marker shall also be provided at joints of cables. Route marker shall also be made out of 100x20 mm CI/GI plate, welded or bolted on two 35x35x6mm angle iron 500 mm long. The said route marker shall be mounted parallel to and at a distance of 500 mm from the edge of the trench.

Page 30: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 30 of 92 T.No.863/Sr.DEE/NR/LKO

9. CABLE IDENTIFICATION TAG: - Cable markers should be provided where more than one cable is laid in juxta posted configuration. The marker tags as approved described with cable identification details shall be permanently attached to all the cable on the man hole pull pits/entering points in buildings through open duct.

10. LAYING OF CABLES IN PIPES/CLOSED DUCTS: - Wherever the cable is to cross road, enter into any building be mounted on poles, be laid/ in paved areas, the cable shall be laid in pipes or closed ducts. GI/I/CI/RCC pipes shall be used for such purpose. The diameter of such pipes shall be adequate for passing of cables. The pipe shall be laid on suitable bed provided on the ground. Sand cushion/brick/tiles if required can be provided under the pipe. The pipe should be filled with sand after laying the cable insides. The tope surface of pipes shall be at a minimum depth of 1000 mm from the ground level. The pipes on road crossing should be laid on the skew to reduce the angle of bend as the cable enters the leaves crossing. This is very important for high voltage cables. If the cable is to be laid in duct, suitable manhole cutouts at convenient distance should be provided for facilitating inspection and maintenance of cables. Pipe shall be continuous and clear of any debris before drawing of cables sharp edges at ends should be smoothened to prevent injury to cable insulation and ensuring proper safety. LAYING OF OPEN DUCTS: - Open ducts with suitable removable covers should be preferred in sub stations, switch rooms, plant rooms, generator rooms and workshops etc. The cable ducts should be of suitable dimension so that the cable shall be laid conveniently. If required the cable can be fixed with clamps on the walls of the ducts. The cable can be fixed with clamps on the walls of the ducts. The duct shall be covered with removable RCC slabs of suitable dimensions MS, chequre red plates covers so that covers can be lifted conveniently for maintenance inspecting and replacement. The ducts should be filled with dry sand and after the cable is laid and covered or finished with cement plaster specially in high voltage applications. No joints/splices should be permitted inside the ducts. As far as possible laying of cable with different voltage grade in the same duct should be avoided. The cable trays, hooks or racks should be provided for supporting cables in masonry/contracts cable ducts etc. otherwise the cable can be laid directly in the duct or trench or through etc. While laying the cables inducts due care should be exercised to ensure that unnecessary crossing of cable is avoided.

11. LAYING ON SURFACE: -

In the switching stations, factories, tunnels and for raising mains throughout special rack ways the laying of cables on surface should be done. The cable shall be laid in through or brackets at regular intervals or directly cleated to wall ceilings. The cable should be laid over bracket support and clamps to prevent undue sag. The cable clamps should be made from material such as mild steel, porcelain wood, aluminum PVC, epoxy material. These should be non-magnetic and non-corrosive in nature.

12. LAYING ON MS LADDER TRAY: -

The cable shall be laid in the existing MS ladder tray in straight line as far as possible and shall be clamped properly by providing suitable clamps as per site requirement (The clamping arrangements to be get approved from Railways before providing) Normally the distance between each clamp of laid cable shall not be more than 1.5 m (Appx.).

Page 31: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 31 of 92 T.No.863/Sr.DEE/NR/LKO

Annexure ‘B’ Submittals by the tenderer

Every tenderer must submit the following documents along with the offer:

A.1 Typical general arrangement/ layout diagram, which shall convey the following minimum information:

a. Vertical rise b. Horizontal span length with break-up of constant span at upper and lower landing c. Step width d. Handrail type e. Handrail center to centre distance f. Width of truss g. Width of escalator h. Width of lower end opening i. Detailed pit dimensions j. Width of top end opening k. Intermediate support, if involved.

A.2 Clause-by-clause confirmation of compliance to/deviation from this specification. A.3 Key technical information related to escalator. S. No Feature RDSO Spec.

Clause Details

1 1 Escalator manufacturer 2 Escalator brand name 3 Escalator model number 4 Sound level Cl. 2.1.5 5 Drive unit arrangement Cl. 2.1 6 Type of motor Cl. 2.1.4 7 List of motor sizes (KW) 8 THD of drive Cl. 2.1.3 9 Efficiency (Motor & Gearbox Cl. 2.1.7 10 Class of insulation of motor Cl. 2.1.4 11 Protection class of motor Cl. 2.1.4 12 Gear type & material Cl. 2.1.1 13 Coupling type & material 14 Main drive chain’s material & safety factor Cl. 2.8.1 15 Step chain/ band’s Material & breaking strength Cl. 2.8.2

16 Location of step and chain roller (outside/inside the step chain - see Annex 1 item 5)

Cl. 2.8.4

17 Roller diameter and width Cl. 2.8.4 18 Handrail guidance at newels (guide rollers/newel wheel -

see Annex 1 item 6) Cl. 2.6.3

19 Controller - make/ model Cl. 2.2 20 VVVF converter - make/ model Cl. 2.3 21 Truss structural material Cl. 2.4.1 22 Truss Galvanization thickness Cl. 2.4.6 23 Truss surface treatment Cl. 2.4.6 24 Truss construction details 25 Maximum rise up to which truss will not require

intermediate support Cl. 2.4.1

26 Details of intermediate support (for rise above 5m) 27 Details of brake mechanism 28 Lubrication mechanism (Type/ Model) Cl. 2.9 Note: - Offers with any technical deviation will be considered unresponsive and rejected.

Page 32: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 32 of 92 T.No.863/Sr.DEE/NR/LKO

Annexure – C

Details as per Annexure 1 of RDSO Specification no. RDSO/PE/SPEC/TL/0095 (Rev “1‟) - 2012 for each Escalator, 1. Name of the Railway Station: Lucknow

S. No.

Description Parameter Remarks

1 Escalator required at Entry/ Exit of Station

No -

2 Escalator required at Platform(s) P.F.no.2/3, 4/5

Yes -

3 Height of foot over Bridge (At passenger walking-level, from base) In meters

5.53 mtrs. -

4 Horizontal spaces available for escalators installation

Yes -

5 Location of step chain roller (inside/ outside the step chain – see cl.2.8.4)

Step roller inside -

6 Handrail guidance at newels (guide rollers/ newel wheel – see cl. 2.6.3)

guide rollers -

7 Is sprinkler system required (see cl.9.1.24)?

No -

8 Will the escalator be installed at an underground station (see cl. 2.14.2)

No -

2. Name of the Railway Station: Varanasi

S. No.

Description Parameter Remarks

1 Escalator required at Entry/ Exit of Station. (Near Booking office)

Yes -

2 Escalator required at Platform(s) P.F.no.8/9, 4,

No -

3 Height of foot over Bridge (At passenger walking-level, from base) In meters

6.7 mtrs. 6.8 mtrs.

-

4 Horizontal spaces available for escalators installation

Yes -

5 Location of step chain roller (inside/ outside the step chain – see cl.2.8.4)

step roller inside -

6 Handrail guidance at newels (guide rollers/ newel wheel – see cl. 2.6.3)

guide rollers -

7 Is sprinkler system required (see cl.9.1.24)?

No -

8 Will the escalator be installed at an underground station (see cl. 2.14.2)

No -

Page 33: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 33 of 92 T.No.863/Sr.DEE/NR/LKO

3. Name of the Railway Station: Sultanpur

S. No.

Description Parameter Remarks

1 Escalator required at Entry/ Exit of Station

No -

2 Escalator required at Platform(s) P.F.no.1, 2&3.

Yes -

3 Height of foot over Bridge (At passenger walking-level, from base) In meters

6.41 mtrs. -

4 Horizontal spaces available for escalators installation

Yes -

5 Location of step chain roller (inside/ outside the step chain – see cl.2.8.4)

step roller inside -

6 Handrail guidance at newels (guide rollers/ newel wheel – see cl. 2.6.3)

guide rollers -

7 Is sprinkler system required (see cl. 9.1.24)?

No -

8 Will the escalator be installed at an underground station (see cl. 2.14.2)

No -

4. Name of the Railway Station: Faizabad

S. No.

Description Parameter Remarks

1 Escalator required at Entry/ Exit of Station

No -

2 Escalator required at Platform(s) P.F.no.1, 4&5.

Yes -

3 Height of foot over Bridge (At passenger walking-level, from base) In meters

6.0 mtrs. -

4 Horizontal spaces available for escalators installation

Yes -

5 Location of step chain roller (inside/ outside the step chain – see cl. 2.8.4)

step roller inside -

6 Handrail guidance at newels (guide rollers/ newel wheel – see cl. 2.6.3)

guide rollers -

7 Is sprinkler system required (see cl. 9.1.24)?

No -

8 Will the escalator be installed at an underground station (see cl. 2.14.2)

No -

Page 34: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 34 of 92 T.No.863/Sr.DEE/NR/LKO

5. Name of the Railway Station: Raebareli

S. No.

Description Parameter Remarks

1 Escalator required at Entry/ Exit of Station

No -

2 Escalator required at Platform(s) P.F.no.1, 2&3.

Yes -

3 Height of foot over Bridge (At passenger walking-level, from base) In meters

4.30 mtrs. -

4 Horizontal spaces available for escalators installation

Yes -

5 Location of step chain roller (inside/ outside the step chain – see cl. 2.8.4)

step roller inside -

6 Handrail guidance at newels (guide rollers/ newel wheel – see cl. 2.6.3)

guide rollers -

7 Is sprinkler system required (see cl. 9.1.24)?

No -

8 Will the escalator be installed at an underground station (see cl. 2.14.2)

No -

Note- Heights may vary from location to location and as per exact site.

Page 35: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 35 of 92 T.No.863/Sr.DEE/NR/LKO

Annexure - D Terms and conditions for Comprehensive AMC for the Escalators for 3 years 1. The Escalators installed at platforms of busy and important /major Railway stations are expected

to work very extensively for meeting passenger requirements. Therefore, any break-down of these Escalators will adversely hamper the movement of Passengers. The objective of this Comprehensive AMC, therefore, is to achieve trouble free working of the Escalators through- out the period to ensure availability of the Escalators for passenger use.

2. The tenderer shall undertake Comprehensive AMC as per maintenance schedule detailed. 3. The Escalators shall be examined once in a month by the contractor for assessing the working

condition and repair/replace the defective/work-out parts as a result for wear & tear, if the conditions so warrants, free of charge, to ensure trouble free working of the Escalators.

4. Attend any number of break-down calls as reported by the authorized representative of Sr.

Divisional Electrical Engineer/General/Northern Railway, Lucknow, within a reasonable time period, to ensure availability of the Escalators, at the earliest possible. Under any circumstances, attention of the break-down calls shall not be extended more than 24 hours of the intimation (In writing or over phone) of the same by authorized Electrical department official

5. The Contractor shall be in a better position to attend the break-down calls reported after normal

working hours also, as felt necessary to keep the Escalators in good working condition. 6. The contractor should make available competent Service Engineer, in the nearest city of the

Escalator installation, on a round-the-clock basis, to attend any emergency calls/break-downs. Mobile number of the Service Engineer shall be made available to the authorized personnel of Electrical Department for use in exigency.

7. The charges quoted for the Comprehensive AMC of Escalators shall include: a. Cost of preventive maintenance visits during the contract period b. Cost of all consumables for the performance of the AMC c. Cost of all spares d. Salary/Boarding, lodging, transportation, medical facilities and all other incidental expenses. e. Taxes, duties and other levies, if any applicable. Railway will not undertake to pay any other charges

other than the accepted AMC charges 8. In case, the total penalty exceeds 10 % of the CAMC value, Railways shall have the right to cancel

the CAMC and forfeit the security deposit /performance guarantee submitted by the contractor. 9. Payment will be arranged on quarterly basis for the completed portion of CAMC by the contractor,

as certified by the Section Engineer-in-charge, concerned. The bills, as certified by the Engineer-in-charge, shall be forwarded to the Senior Divisional Electrical Engineer together with the CAMC service call reports/break-down attention reports, jointly signed by the authorized representatives of Railways & the contractor.

10. The Contractor shall be solely responsible for any damages suffered by the consignee’s property

during the contract period. The liability shall be limited to making good the damages inflicted. 11. The firm shall deploy adequate skilled and trained staff and supervisor. They should be well

qualified and conversant to keep the equipment in proper working condition they will be responsible to maintain the equipments in efficient, reliable and safe operating condition.

12. During monthly inspection, the Service Engineer shall foresee the probable failures and corrective

action taken so as to avoid any break-downs. 13. The CAMC shall be valid for a period of three years from the date of first attention of CAMC.

Necessary CAMC register shall be maintained by the contractor.

Page 36: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 36 of 92 T.No.863/Sr.DEE/NR/LKO

14. If any of the programmed/scheduled maintenance activities are skipped during the CAMC period, amount corresponding to the skipped maintenance activity/attention shall be recovered from the contractor.

15. The Contractor shall ensure that in case failure s reported by the authorized representative of Sr.

Divisional Electrical Engineer/G/N.Rly/Lucknow, qualified Service Engineer shall visit the Escalator installation for attending the break-down failures within 12 hours from the date of complaint by Railways. The period of 12 hours after failure report shall be treated as grace period, which will not count towards break-down time. Complaints will be lodged by Railways by FAX/Phone/e-mail/ per bearer.

16. All the Escalators are to be handed over to the Railway in good working condition after completion

of Comprehensive Annual Maintenance Contract (CAMC) work, failing which the deduction shall be made from the firm’s bill after calculating amount of defects and discrepancies.

17. The routine maintenance work shall be carried out during non peak hours as per the program

decided by Railway. However breakdown/corrective maintenance can be done at any time in consultation with Railways.

18. Escalators shall be maintained in such a fashion so that there is no inconvenience to commuters. 19. The contractor shall arrange his own tools/special tools for carrying out routine/ schedule

/corrective/ breakdown maintenance. 20. Railway Administration shall not be responsible for any accident to the staff by any reasons

whatsoever the contractor shall ensure that staff is duly insured for liability in case of any accident, strikes, riots, civil commotion. Railway will not liable for any damage causes due to any reasons.

21. A Log Book shall be maintained at site to record the maintenance schedule and break down etc.

Every fault noticed/reported by the Railway shall be entered in the log together with the action taken. The fault log will be maintained as part of the permanent quality assurance record for the escalator and shall be subject to regular inspection by the Railway’s representative. This register should be signed jointly by the firm and Railway representative.

22. The firm shall make arrangement for registration of complaint and to attend the complaint round

the clock as Escalator are working round the clock. The defective period will be treated from the lodging of complaint. The firm shall also display the telephone No., Mobile No. and address on each Escalators at suitable location for lodging complaint

23. The firm shall be liable for any losses/damage of material/human due to poor maintenance. 24. The contract can be terminated by Railway by given a notice of three months. 25. The contract shall be valid for three years from date of successful completion of two years

Warranty period. 26. The contractor shall be required to maintain stocks of recommended spare parts to be jointly

decided by Railways & the contractor. All the spare parts shall be replaced with original and genuine parts.

27. The contract includes replacement of material as a result of normal wear and tear such as

Worms, gears, thrusts, bearings, brake magnet coils, brake shoes, brushes, windings, commutators, rotating elements, contacts, coils, resistance, for operating and motor circuit, magnet frames and other mechanical parts and any other items and control panel of the escalator. The parts which are replaced shall be contractor’s property. The parts to be replaced shall be done with original manufactures components to be approved by Railway.

28. When an Escalator is under maintenance/break down, suitable display/board shall be arranged by

the contractor and exhibited at suitable location attracting the notice of the passengers/users, so

Page 37: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 37 of 92 T.No.863/Sr.DEE/NR/LKO

that possibility of/any person using the Escalator (which is out of service due to break down/maintenance) could be avoided.

In case of breakdown, the contractor shall give fitness to the Railway’s representative in writing before the equipment is offered for passenger service.

29. The contractor shall also make their own arrangement for regular cleaning of the external/exposed

parts of the Escalator and other site of work during the tenure of the contract. 30. The contractor staff shall be always be in uniform with name and badge and I-Card while entering

in Railway Station area. The identity cards will be issued to the staff of the contractor duly approved by Railway. They will be required to carry the identity cards with them during duty hours

31. The contract shall cover all Spares, Consumables and Assemblies which shall be replaced free of

cost by the contractor during the currency of the contract if found defective. 32. During the currency of CAMC contracts, the contractor shall be responsible for all electrical,

mechanical & civil works related to Escalators. The contractor shall always maintain all the safeties provided in perfect working order at any point of time. The Railway’s representative shall be provided all support by the contractor to carry out checks/surprise checks as & when desired.

33. Failure Investigation: - The contractor shall conduct failure investigation and submit the same to

Employer’s representative along with Action Plan. 34. Safety Audit:- The contractor shall conduct regular (at least every three months) internal safety

audit on both the safety management system and the internal site conditions to ensure safe working of Escalators during the currency of CAMC. The safety audit reports shall be put up to Railways for their perusal.

Page 38: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 38 of 92 T.No.863/Sr.DEE/NR/LKO

Page 39: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 39 of 92 T.No.863/Sr.DEE/NR/LKO

Page 40: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 40 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE –I

(To be given on Rs. 100.00 Judicial stamp paper)

PERFORMA OF BANK GUARANTEE

(For Performance Guarantee)

1. In consideration of the President of India (here in after called the Government) having agreed to accept _______________________ (hereinafter called the said contractor from the demand under the terms and conditions of an agreement No. ____________________________ made between ______________________________ Ministry of Railways ____________ and for the _______________________________ as per tender specification (here in after called the said agreement) , of security deposit of the due fulfillment of the said contractor (s) of the terms and conditions contained in the said agreement on production of Bank Guarantee for Rs._______________ we __________________________________________ Bank___________________________________________________________ ( here in after referred to as the Bank ) do hereby undertake to pay to the Government an amount not exceeding Rs.____________________________ Rs. ________________________ against any of the terms and conditions contained in the said agreement.

2. We ________________________________ Bank ______________________ do hereby

undertake to pay the amount due and payable under this guarantee without any demure, 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 any breach by the said contractor (s) of any of the terms or conditions contained in the said agreement or by agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under thus guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. _______________________________.

3. We further agree that the guarantee herein contained shall remain in full force effect during

the period that would be taken for the performance of the said agreement and it shall continue to be enforceable till all the dues of the Government under or by virtue of said agreement have been fully paid and its claim satisfied or discharged or till ________________________ certified that the terms and conditions of the said agreement have been fully and properly carried out by the said contactors ( so and accordingly discharged the 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 the Guarantee thereafter.

3. a) Not withstanding anything to the contrary contained herein the liability of the bank under this

guarantee will remain in force and effect until such time as this guarantee is discharged in writing by the government or until _______________ under this guarantee unless noticed in writing thereof is given by the Government within 2 months from and date aforesaid.

3. b) Provided always that we ________________________ bank unconditionally undertake to

renew this guarantee or to extend the period of guarantee from year to year within two months before the expiry, of the period of the extended period of the guarantee, as the case may be, on being called upon to do so by the Government. If the guarantee is not renewed of the period extended on demand, we __________________________________ bank shall pay the Government the full amount of the Grantee on demand and without demurrage.

4 We ____________________________ Bank further agree with the Government that the

Government shall have without affecting in any manner our obligations hereunder the very any of the terms and conditions of the said agreement or to extend time of performance of the said contractor (s) from time to time or to postpone for any time or from the time to time any of powers exercisable by the Government against 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 forbear to enforce any of the terms and

Page 41: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 41 of 92 T.No.863/Sr.DEE/NR/LKO

conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said contractor (s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said contractor or by any such matter of thing whatsoever which under the law relating to sureties would but this provisions have effect or so relieving un from our liability.

5 We _____________________________ bank lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the Government in writing . The guarantee will not be revoked by any change in the constitution of the bank or the surety.

6. Not withstanding anything contained herein before this guarantee is restricted to Rs.

________________________. Our guarantee shall remain in force till ________________________ unless a claim is made on us on or before that date, all your rights under the said guarantee shall be forfeited land we shall be released and discharged from all liability there under .

Dated the ___________________________ . Attested by Public Notary. Seal of the bank with (Stamp) Signature of the Agent /Manager

Page 42: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 42 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE-II

QUALIFICATION EXPERIENCE

(FOR CURRENT YEAR & THREE PREVIOUS FINANCIAL YEARS) ANNEXURE – A (CLAUSE FOR 35% OF ADVERTISED COST)

(Submission of the credential as required ref. clause No. 1.10 of Section ‘I’). S N

Name of work

Name of Deptt. for whom work executed

Type of work executed

Name of Firm along with address

Awarded Cost of work

Date of award

Date of Completion of work

Amount & date of payments received

Actual cost of work after completion

Performance of the work

1 2 3 4 5 6 7 8 9 10 11

Note:

1 Supporting documents/certificates (duly attested) from the organizations with whom worked/ are working should be enclosed.

2 Certificate from private organizations for whom such works are executed/ being executed shall not be accepted.

3 Re-type Annexure-II, if spaces given are considered inadequate.

Signature of the Tenderer (s) Tenderer (s) Seal

ANNEXURE – B (CLAUSE FOR 150% OF ADVERTISED COST)

(Submission of the credential as required ref. clause No. 1.10 of Section ‘I’).

S N

Name of work

Name of Deptt. for whom work executed

Type of work executed

Name of Firm along with address

Awarded Cost of work

Date of award

Date of Completion of work

Amount & date of payments received

Actual cost of work after completion

Performance of the work

1 2 3 4 5 6 7 8 9 10 11

Note:

1 Supporting documents/certificates (duly attested) from the organizations with whom worked/ are working should be enclosed.

2 Certificate from private organizations for whom such works are executed/ being executed shall not be accepted.

3 Re-type Annexure-B, if spaces given are considered inadequate.

Signature of the Tenderer (s) Tenderer (s) Seal

Page 43: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 43 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE-III

STATEMENT OF DEVIATIONS 1.0 The following are the particulars of deviation from the requirements of the preamble and General

Instructions to tenderer, General and Special Conditions of the contract (Part-I)

1.1 Preamble and General Instructions to Tenderers (Part –I) Clause Deviation Remarks. (Including justification) 1.2 General conditions of contract (Part-II) Clause Deviation Remarks. (Including justification) 1.3 Special Conditions of Contract (Part –III)

Clause Deviation Remarks. (Including justification) 2. The following are the particulars of deviations from the requirements of the technical

specifications (Part-III).

2.1 Separate statement for each specification. Clause Deviation Remarks. (Including justification) NOTE: Where there is no deviation the statement should be returned duly signed with endorsement “NO DEVIATION”

Page 44: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 44 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE-IV

CHECK LIST

1.0 The tenderer should indicate clearly replies against item included in this check list. 1.1 Have You 1.1.1 Purchased the tender documents? Yes/ No 1.1.2 Furnished rates against the quantities in the prescribed

Performa as per schedule of work? Yes/ No 1.1.3 Submitted the earnest money Deposit/Bid Bond? Yes/ No 1.1.4 Furnished the details of credential in Annexure - II

Along with attested copies of supporting document. Yes/ No 1.15 Submitted the statement of deviation (Annexure-III)? Yes/ No 1.1.6 Quoted the accessories and essential spares? Yes/ No 1.1.7 Furnished your ITCC (income Tax clearance Certificates? Yes/ No 1.1.8 Quoted period of completion correctly? Yes/ No 1.1.9 Kept your offer valid for 120 days? Yes/ No 1.1.10 Visited the site and have studied the methodology Yes/ No

To be adopted for completion of the work? 1.1.11 submitted the integration scheme? Yes/ No 1.1.12 Submitted the BAR CHART /PERT CHART Yes/ No 1.1.13 Submitted scheme of completion of work Yes/No

(Annexure V)? 1.1.14 Submitted details of staff working under tenderer Yes/No

(Annexure VI)? 1.1.15 Submitted photocopy of Electrical contractor license. Yes/No

Signature of the Tenderer (s)

Tenderer (s) Seal

Page 45: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 45 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE-V

TENDER’S SCHEME OF WORK

1. Submission of design and drawings by the contractor. 2. Approval of designs and drawings by the Railway. 3. Order of Material. 4. Receipt of Material. 5. Erection of equipments Phase - I. 6. Erection of equipments Phase – II. 7. Erection of equipments Phase – III. 8. Testing and commissioning. 9. Acceptance by Railways. 10. Handing over to Maintenance organization. MONTHS 1. 2. 3. 4. 5.

Signature of the Tenderer (s)

Tenderer (s) Seal

Page 46: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 46 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE – VI

NORTHERN RAILWAY

DETAILS OF THE STAFF WORKING UNDER CONTRACTOR S.NO NAME DESIGNATION EDUCATIONAL

QUALIFICATION

EXPERIENCE

Signature of the Tenderer (s)

Tenderer (s) Seal

Page 47: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 47 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE-VII

STANDING INDEMNITY BOND FOR ON ACCOUNT PAYMENTS (On requisite stamp value)

This indemnity bond is made on this............................... day of .....................................2010 by Sh. .................................. Prop of M/S...................................................................................................... contractor of work contract no. .......................................... (Hereinafter called contract sum surety of the one part) in favour of Sr.DFM, Northern Railway, LKO or its successors (hereinafter called the purchaser of the other part). Whereas the contractor shall be entirely responsible for the material for which on account payment have been made against the contract for the work of............................................................................................ Over to us by the................................purchasers for the purpose of execution of the said contract until such time the material is duly erected or otherwise handed over to him. I shall be entirely responsible for the safe custody and protection of the said material against all risk till they are duly delivered as erected equipment to the purchaser or he may direct otherwise and shall indemnify the purchaser against disposal of surplus material. The said material at time to then be open to inspection by any officer authorized by Sr.DFM, N.Rly., Lucknow or his successor (whose address will be intimated in due course), should any loss, damage or deterioration of materials, occur on surplus material dispose of and refund become due to the purchaser shall be entitled to recover from us the full cost of as per price included in schedule quantity of the contract as applicable and in respect of other the materials is decided by the purchaser and on the basis of the source receipt/purchaser and also compensation for such laws or damage if any along with the amount to be refunded without prejudice to any other remedies available to him by reduction from any sum due or any sum which at any time hereinafter becomes due to us under the said contract or any other contract. That this day of...............................................(for and on behalf of (Messer’s .......................................................................(Contractor) Signature of witness:- Name of witness in BLOCK LETTERS ADDRESS:- Sign. Of the tenderer/s with Stamp

Page 48: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 48 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE-VIII Electronic Clearing Service (Credit clearing)

Contractor’s Information Form

Contractor Address: Line 1 : Line 2 : City : Pin Code : District : State/UT Mobile No : Telephone Bank Details: Bank Name: Complete Branch Address: Branch Code: Contractor A/C Number: Beneficiary A/C Type (Saving/Current): 9 Digit Branch MICR code: Is your bank branch RTGS enabled: Yes No If yes, IFSC code of the branch :

Signature of Contractor/Supplier (Firm Name/Partner Name ...........................)

Countersigned by the bank Sign. Of the tenderer/s With Stamp

Page 49: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 49 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE-IX GUIDELINES FOR PARTNERSHIP DEED IN TENDERS

1. Following stipulations shall be applicable for Partnership firms except to the extent mentioned herein

below, “the provision of Indian Partnership Act, 1932” shall be applicable to firm and the partners.

2. One of the partners who are responsible for executing a major component of the proposed contract shall be nominated as being in-charge during the execution. He will be called the lead partner and shall be authorized to incur all liabilities and receive instructions for and on behalf of all partners of the Partnership firm. This authorization shall be evidenced by submitting a power of attorney signed by legally authorized representative of all the partners of Partnership firm with further stipulation that it shall be valid for the entire period of completion / extended period of the work including maintenance period.

3. All partners of partnership firm shall be jointly and severally liable/responsible for the successful completion of the work as per the terms and conditions of the contract agreement irrespective of their share and role specified in partnership deed.

4. The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the exhibition of the contract. It may, however recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable with the contractor.

5. No partnership will be accepted after submission of the tender bid.

6. Partnership deed shall include among other thing as the partnership firm objective, the proposed management structure, contribution of each constituent, role and responsibility of each partner covering all aspects of the planning and successful execution of the work, the commitment of the partners to the joint & several liability for due performance.

7. In addition recourse/ sanction within partnership deed in the event of the default/withdrawal of any partner and arrangement for providing the require indemnities shall be spelt out and shall be binding on each partner of the partnership firm.

8. The arrangement for investments and other resources required for successful exhibition of work under partnership firm shall be spelt out.

9. The share of profit & loss of each partner of the partnership firm shall be clearly spelled out.

10. The tender should be purchase in the name of partnership firm. Earnest Money and Bank Guarantee shall also be in the name of partnership firm.

11.(a) The technical criteria must be fully met with by any of the partner in the partnership firm based on his proportionate percentage of partnership in the earlier partnership firm.

(b) With regard to the financial criteria, the sum totals of the strength of each the partner in the previous firms in that proportion will be added.

(c) During assessment of eligibility criteria, the proportion of their strength in the new partnership firm shall not be taken in to consideration.

Page 50: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 50 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE-X

Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria.

1 The Partnership Firms participating in the tender should be legally valid under the provisions of

Indian Partnership Act. 2 Partnership Firms are eligible to quote tender any value. 3 The partnership firm should have been in existence or should have been formed prior to

submission of tender. Partnership firm should have either been registered with the competent registrar or the partnership deed should have been notarized prior to date of tender opening as per Indian partnership Act.

4 Separate identity/name should be given to the partnership firm. The partnership firm should have PAN/TAN number in its own name and PAN/TAN number in the name of the any of the constituent partners shall not be considered. The valid constituents of the firm shall be called partners.

5 Once the tender has been submitted, the constitution of firm shall not be allowed to be modified/altered/terminated during the validity of the tender as well as the currency of the contract except when modification becomes inevitable due to succession laws etc. in which case prior permission should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have no claims what so ever. Any change in the constitution of Partnership firm after opening of tender shall be with the consent of all partners and with the signatures of all partners as that in the Partnership deed. Failure to observe this requirement shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraws from the firm after opening of the tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm after opening of tender but prior to award of contract, his/her credentials shall not qualify for consideration towards eligibility criteria either individually or in proportion to this share in the previous firm. In case the tenderer fails to inform Railway beforehand about any such changes/modification in the constitution which is inevitable due to succession laws etc. and the contract is awarded to such firm, then it will be considered a breach of contract conditions liable for determination of contract under Clause 62 of General Condition of Contract.

6 A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner of any other firm in the same tender.

7 The tender form shall be purchased and submitted only in the name of partnership firm and not in the name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The EMD submitted only in the name of any individual partner or in the name of authorized partner(s) shall not be considered.

8 One or more of the partners of the firm or any other person(s) shall be designated as the authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a “Power of Attorney”, specifically authorizing him/them to submit & sign the tender, sign the agreement, receive payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm, sign “No Claim Certificate”, refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contact. Such “Power of Attorney” should be notarized/registered and submitted along with tender.

9 A notary certified copy of registered or notarized partnership deed shall be submitted along with the tender.

10 On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. The entire guarantee like performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantees among the partners shall be acceptable.

11 On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm only and not in the name of any individual partner.

12 In case, the contract is awarded to a partnership firm the following undertakings shall be furnished by all the partners through a notarized affidavit, before signing of contract agreement:-

a) Joint and several liabilities: - The partners of the firm to which the contract is awarded, shall be jointly and severally liable to the Railway for execution of the contract in accordance with general

Page 51: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 51 of 92 T.No.863/Sr.DEE/NR/LKO

and special conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract in accordance with general conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract or due to non-execution of the contract or part thereof.

b) Duration of the partnership deed and partnership firm agreement: The partnership deed/partnership firm agreement shall normally not be modified, altered, terminated during the currency of contract and the maintenance period after the work is completed as contemplated in the conditions of the contract. Any change carried out by partners in the constitution of the firm without permission of Railway, shall constitute a breach of contract liable for determination of contract under Clause 62 of General Conditions of Contract.

c) Governing Laws: The partnership firm agreement shall in all respect be governed by and interpreted in accordance with the Indian laws.

d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other partner and that of the Railway in respect of the tender/contract.

13 The tender shall clearly specify that the tender is submitted on behalf of a partnership concern. The following documents shall be submitted by the partnership firm, with the tender.

a) A copy of registered/notarized partnership deed duly authenticated by notary. b) Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from all

partners of the firm in favour of one or more of the partner(s) or any other person(s) as detailed in Para (8) above.

c) An undertaking by all partners of the partnership firm shall be given that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt. of India/any State Govt. from participation in tenders contract on the date of opening of bids either in their individual capacity or in any firm in which they were/are partners. Concealment/wrong information in regard to above shall make the contract liable for determination under Clause 62 of General Conditions of Contract 1999.

14 Evaluation of eligibility of a partnership firm: Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfillment of

the following condition: i) Technical eligibility criteria:- The tenderer should satisfy either of the following criteria:-

a) The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in

“Para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers” in its own name and style:

OR b) In case the partnership firm does not fulfill the technical eligibility criteria in its own name and

style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria (defined in “Para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers”) on the basis of his/her proportionate share in that proprietorship/partnership firm reduced further by his/her percentage share in the tendering firm.

ii) Financial eligibility criteria::- The tenderer shall satisfy either of the following criteria:- a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as defined

in “Para 2.3.2 (A) (V) of special tender conditions and instructions of for tenderers”) in its own name and style.

OR b) In case the partnership firm does not fulfill the technical eligibility criteria in its own name and

style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria (defined in “Para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers”) on the basis of his/her proportionate share in that proprietorship/partnership firm reduced further by his/her percentage share in the tendering firm.

Page 52: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 52 of 92 T.No.863/Sr.DEE/NR/LKO

Example on Evaluation of Technical & Financial Eligibility of Partnership Firm A tendering partnership firm “ABCD” four constituent partners namely “A” ,”B”,”C” & “D” with their respective shares as 40%,30%,20% & 10%,but this firm has not executed any work in its own name and style. However, the constituent partners have executed the work in earlier partnership firm(s) or as sole proprietor as under:-

Partnership firm “ABZ” having three partners namely “A”, “B” & “Z” with respective shares of 10%, 20% & 70% has executed a work of value Rs. 10.00 cores earlier.

i) Partnership firm “CYX” having three partners namely “C”,”Y” & “X” with respective shares of 50%,

30% & 20% has executed a work of value Rs. 5.00 crores earlier.

ii) Sole proprietorship firm “P” having “D” as sole proprietor has executed a work of value Rs. 2.00 crores earlier.

The evaluation of technical and financial eligibility of tendering firm “ABCD” shall be done by taking proportionate share of credentials of partners A.B,C & D derived from their earlier partnership firms to be reduced further by their percentage share in tendering firm as calculated in table below:- 1 2 3 4 5 Partners Credentials of “A &

“B” derived from firm “ABZ” which has executed work of Rs. 10.00 crores

Credentials of “C” derived from firm “CYX” firm which has executed work of Rs. 5.00 Crores

Credentials of “D” derived from firm Proprietorship firm “P” which has executed work of Rs. 2.00 Crores

Contribution of “A” ,”B”,”C” & “D” to credentials of tendering firm “ABCD”

% share in firm “ABZ”

Proportionate credentials

% share in firm “CYX”

Proportionate credentials

% share in firm “P”

Proportionate credentials

% share in firm “ABCD”

Proportionate credentials

A 10% 10% of 10Cr. = 1.0 Cr.

- - - - 40% 40% of 1 Cr. = 0.4 Cr

B 20% 20% of 10Cr. = 2.0 Cr.

- - - - 30% 30% of 2 Cr. = 0.6 Cr.

C - - 50% 50% of 5 Cr.= 2.5 Cr.

- - 20% 20% of 2,5 Cr, = 0.5 Cr.

D - - - - 100% 100% of 2 Cr. = 2.0 Cr.

10% 10% of 2 Cr. = 0.20 Cr.

Evaluation of Technical Eligibility: Any one of the partners of “ABCD” tendering firm viz. A,B,C & D should satisfy the technical eligibility criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced further by his percentage share in the tendering firm. As calculated in above table, the contribution of partners A,B,C & D towards the credentials of tendering firm “ABCD” will be taken as Rs. 0.40Cr.,Rs. 0.60 Cr., Rs. 0.50 Cr., Rs. 0.20 Cr respectively. Thus, in this example the firm “ABCD” is deemed to have executed one single work of maximum value of Rs. 0.60 Cr. For the purpose of Technical eligibility criteria. Evaluation of Financial Eligibility: The arithmetic sum of the contribution of all the partners of tendering firm “ABCD” derived on the basis of their respective proportionate share in the earlier partnership firms reduced further by their percentage share in the tendering firm in this example will be taken as Rs. 1.70 Cr. (i.e. A+B+C+D= 0.40+0.60+0.50+0.20 = 1.70 Cr.). Thus in this example, the firm,”ABCD” is deemed to have received contractual payments of Rs. 1.70 Cr. For the purpose of financial eligibility criteria.

Page 53: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 53 of 92 T.No.863/Sr.DEE/NR/LKO

Annexure-XI Works in hand: S. No. Name of

Work

Address Cost of work

Date of award

%age Progress of work

Remarks

Signature of the Tenderer (s)

Tenderer (s) Seal

Page 54: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 54 of 92 T.No.863/Sr.DEE/NR/LKO

ANNEXURE - XII

NORTHERN RAILWAY CONTRACT AGREEMENT OF WORKS

CONTRACT AGREEMENT NO. ____________________________________ DATED ___________

ARTICLES OF AGREEMENT made this _________ day of _________ 20___ between President of India acting through the Railway Administration hereafter called the "Railway" of the one part and _________________________herein after called the "Contractor" of other part.

WHEREAS the Contractor has agreed with the Railway for performance of the works _____________________ set forth in the Schedule hereto annexed upon the Standard General Conditions of Contract, corrected upto latest Correction Slips and the Specifications of_____________ Railway corrected upto the latest Correction Slips and the Schedule of Rates of___________ Railway, corrected upto latest Correction Slips and the Special Conditions and Special Specifications, if any and in conformity with the drawings here-into annexed ANDWHEREAS the performance of the said works is an act in which the public are interested.

NOW THIS INDENTURE WITNESSETH that in consideration to the payments to be made by the Railways, the Contractors 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 drawings and said conditions of contract on or before the ______ day of ___________ 20___ and will maintain the said works for a period of ________Calendar months from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract, as if the same have been fully set forth herein), AND the Railway, both hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the final completion thereof the amount due in respect thereof at the rates specified in the Schedule hereto annexed. Contractor _______________ (Signature) Railway: Designation _____________

(For President of India) Address ___________________________

___________________________ Date _____________ Date _____________ Signature of Witnesses (to Signature of Contractor) with address: _____________________________ _____________________________ _____________________________ Witnesses:

________________________________ ________________________________

Page 55: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 55 of 92 T.No.863/Sr.DEE/NR/LKO

Packet- II

PROFORMA FOR QUOTING RATES BY TENDERER

1 Name of Work Provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division.

2 Approximate Cost `10, 44, 34,632/- (Rupees Ten Crore forty four Lac thirty four thousand six hundred thirty two only).

3 Earnest Money `6, 72,180/- (Rupees Six Lac seventy two thousand one hundred eighty only).

4 Period of completion

Eight months (08 month )from the date of issue of acceptance letter

5 Cost of tender Document

`10,000/-(Rupees Ten thousand only).

By post `10,500/-(Rupees Ten thousand five hundred only).

6 Tender Notice No. 14-Elect./TN/LKO/2015-16/03 Dated 05.06.2015

7 Date of Opening 12.08.2015

8 Allocation 2353 (DF-1)

SOR

SN Name of work

Amount

( )

*Gross

Amount

( )

Rate Quoted by firm (%

Above/Below/at par) gross amount

( )

In Figure ( ) In Words ( )

Sche

dule

“A”

Electrical work for provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division

8,12,58,938/-

` ` ` `

10,44,34,632/-

Sche

dule

“B”

Civil Engineering work for provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division

1,42,14,047/-

Sche

dule

“C”

CAMC of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division

89,61,647/-

Note: Gross amount means net estimated cost of work.

Note:

1. Tenderer should quote in single % basis rate in words and figures in the above schedule of rates & quantities. If there is variation between the rates quoted in figures and in words, the rate quoted in words shall be taken as correct. If the tenderer quote multiple rates, the offer will be treated as incomplete and shall be summarily rejected.

2. Tenderer has to quote only one rate in single % basis for the complete work. If any tenderer quoting more than one rate or quoting rates separately for various items given in SOR shall be deemed invalid & shall be summarily rejected.

3. All other terms and conditions laid down in the original tender & general conditions of contract

shall remain binding upon contractor(s).

Page 56: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 56 of 92 T.No.863/Sr.DEE/NR/LKO

4. The cost/quantities given against each item is/are approximate and given as a rough guideline only. The railway reserves the right to delete/alter the cost/quantities as per actual requirement of Railway administration. These are subject to variation depending upon change in the site conditions. No claim on this account will be acceptable to Railway Administration.

5. The tenderer should inspect the site before quoting the tender and submit their offer accordingly. The detailed specifications are guidelines for the contractor for carrying out the work however SOR/NIT shall supersede the specifications.

6. The contractor shall restore the place where electrical work has been carried out to original condition at his own cost and labour.

7. Accessories required to complete the work which are not specified in the scope of work/schedule of rates and required, shall be provided by the firm.

8. Competent authority reserves the right to accept/cancel/delete any item from SOR and or accept partial/full quantity of any item without giving any reason.

9. The drawing/design/sample of items shall be got approved by the contractor from competent

authority before/utilizing manufacturing the same.

10. In case of make of offered material is different from as specified in SOR, prior approval from competent authority shall be obtained before start of work.

11. Contractor will collect the material to be supplied from stores of consignee at his own cost/Labour/transportation etc. No extra payment will be made.

12. Rates are inclusive of all taxes such as octroi, royalty, toll tax/sales tax / trade tax or any other tax as leviable by the state govt/ central govt/ local bodies etc except Service tax and shall be borne by the tenderer in connection with any of the items in the work and no claim on this account will be made on the Railways. No price variation is applicable in this tender.

13. Service tax will be extra on labour portion (if applicable) as per the extended rule and rates.

14. Railway will not supply form III-D/’D’. Tenderer may quote accordingly.

15. Trade Tax No. along with validity, PAN (Income-Tax) & saving/current bank account No. with bank and branch name should be submitted with tender.

16. A. The practice of Standing EMD has been dispensed forthwith for all tenders; hence tenderers should not quote tenders against SEM. B. Tender forms without earnest money shall be summarily rejected.

17. Inspection of work will be carried out by the Sr. DEE or authorized representative nominated by

Sr. DEE/NR/LKO.

18. All the materials to be used will have to be got approved from Sr.DEE/G/NR/LKO or his authorized

representative nominated by Sr.DEE/G.

19. Specifications shall mean CEE/NR’s specification /RDSO’s specification / the relevant IS

specifications and any other specifications and/or drawings issued by Railways. If not specified the

decision of the Engineer-in-charge shall be final and binding upon the contractor in this matter.

20. All release material shall be return to installation In-charge.

21. As per need site may be changed anywhere in Lucknow Division with the approval of competent

authority. No extra payment will be made for execution of work at new site.

22. Any typographical error shall not be construed to be benefit of the Contractor; in such cases the

interpretation and decision of Sr.DEE/G/NR/LKO shall be final and binding upon the tenderer.

23. The work will be guaranteed for a period of Two Years from date of completion of work.

Page 57: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 57 of 92 T.No.863/Sr.DEE/NR/LKO

24. Onus of producing documents in support of fulfilling the eligibility criteria lies with the tenderers and same should be submitted along with tender.

25. The tenderer has to quote the rate of CAMC per escalator in the above schedule and the cost will be taken for the rate quoted per escalator X the no. of escalator i.e. 14 while evaluating the financial bid.

Sr. Divl. Electrical Engineer/General Northern Railway, LKO

Page 58: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 58 of 92 T.No.863/Sr.DEE/NR/LKO

Northern Railway Tender Form

Schedule of Rates and Quantities (Tender Document Third Sheet)

ANNEXURE -II

Tender No.863/Sr.DEE/NR/LKO

Name of work: - Provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division. SCHEDULE OF ITEMS AND QUANTITIES

This schedule of rates and quantities should be read in conjunction with technical scope of work and specification of material, as explanatory notes for schedule of rates and quantities.

Schedule ‘A’ - Electrical work for provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad &

Raebareli stations of Lucknow division.

Sr. No.

Description of Work Quantity Unit Per Unit Rate in `

Total Value of work in `

1 Provision of Passenger Escalator (Design, manufacturing, supply, installation, testing, commissioning and maintenance) as per RDSO Specification No. - RDSO/PE/SPEC/TL/ 0095 (Rev-“1”) -2012 or latest.

14 Nos. 4762499 66674986.00

2 Civil work for installation and commissioning / escalator

14 Job 590122 8261708.00

3 Supply, erection, fixing, testing and commissioning of LT panel having incoming 1X400 Amp MCCB 50 KA FP with outgoing of 2X160 Amp MCCB 50 KA FP and 2X100 Amp MCCB 30 KA FP Thermal Range 32 to 40 Amp with Amp meter, Volt Meter and indicators.

14 Nos. 111288.73 1558042.22

The panel has 400 Amp. Copper bus-bar for phase and neutral. The incoming feeder provided with three phase KW meter (range 0 to 100 KW), Amp meter (0 to 200 Amp), Volt meter (0 to 500V) along with VSS, ASS. The incoming feeder equipped with in coming supply indication lamp. The LT panel switch board cubical type shall be suitable for 3 Phase 4 wire 415 Volts 50 Hz A.C. supply solidly earthed neutral system, inter connections copper earth strip and other accessories.

Page 59: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 59 of 92 T.No.863/Sr.DEE/NR/LKO

Triple / Four pole MCCB having breaking capacity of 50 KA: AC 23 utilization category As per IS: 13947-2. The incoming to be provided with Clustered type LED indication light for ON / OFF and trip indication, Each incoming provided with digital Volt meter LED type range 0-500 volts AC with scrolling facility to indicate voltage on RYB and neutral, Accuracy 1.0. Special tools required, if any, shall be supplied free of cost with the switch board. “Danger” Notice plates shall be fixed on front and back panels confirming to IS 2551/63.

4 Execution of trenches with horizontal boaring (HDD work boaring size upto 125mm) at the depth of minimum one meter from the ground level at locations as per direction of site engineer / Incharge. This include supply and laying of DWC HDPE pipe as specification no. IS-14930 pt-II or latest of 120 mm OD / 103mm ID.

2100 Mtr. 480 1008000.00

5 Laying of cable 70 to 240sq.mm as per specification and site requirement. In trench. Or One additional cable in same trench. Or In already laid RCC Hume Pipe/GI Pipe/HDPE pipe or In open duct

2800 Mtr. 26.09 73052.00

6 Supply, erection, fixing, testing and commissioning of junction box having 4 Nos. 200 Amp bus bar suitable for 2 in-coming and 2 No. out-going of 200 Amp for distribution from main to branch line/ platform side/ 90 degree turn with fully cover with protected PVC sleeve etc. & complete in all respect as per site requirement.

14 Nos. 13735 192290.00

7 Clamping of cable with wall / trusses / cable tray / angle with help of Nut, Bolt & washer. The clamp made out of GI strip size not less than 32X5 mm.

2100 Mtr. 38.85 81585.00

8 Digging of trenches (0.5 meter wide and 1.0 meter depth) by cutting of ground and restoration / finish of surface to original condition as per specifications. This item also covers necessary sand and brick work in the trenches for safety of cable complete in all respect as per specification.

3500 Mtr. 139.65 488775.00

9 Digging of trenches by cutting of finished surface of Railway Platform & refilling and compaction to the original level and restoration of the surface to the original condition with sand brick works for safety of cable etc complete in all respect as per specification.

200 Mtr. 761.28 152256.00

10 Supply, erection, testing and commissioning of End termination of 3-½ C / 4.0 C X 70 to 240 sq. mm. LT XLPE cable as per specification. (One set means lugs in R-Y-B-N).

56 Set 371 20776.00

Page 60: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 60 of 92 T.No.863/Sr.DEE/NR/LKO

11 Supply, erection, testing and commissioning of LED street light luminaries 25 watt fitting, 220v-240v AC 50Hz, CRI >70, Power factor >0.95. Cool white, Integral driver, confirming to IEC 60598 and IS 10322. The warranty shall be Five years from date of commissioning, complete in all respect as per site requirement.

56 Nos. 5660.00 316960.00

12 Fabrication, supply, erection, testing, and commissioning of 40 mm dia GI bend pipe or suitable size (for fixing of street light fittings) with MS flat clamps not less than 25mmX6mm, nuts, bolts etc complete in all respect as per site requirement.

56 Nos. 315.00 17640.00

13 Supply, installation, testing and commissioning of LED square light (2x2 feet) having power consumption 39 watt with colour temperature 6500K suitable for false ceiling as per site requirement. The warranty shall be Five years from date of commissioning, complete in all respect as per site requirement.

56 Nos. 6200.00 347200.00

14 Supply, erection, testing and commissioning of LED tube light fittings 18/20 watt, 1200mm length, Colour temp 6500K, Cool white, Lumen output 1600 lm, complete in all respect as per site requirement.

112 Nos. 1905 213360.00

15 Fabrication, supply, erection, connecting, testing and commissioning of single/double sided signage boards of 20 cm width (after complete fabrication) by using 22 SWG thick GI sheet enamelled spray painting with smoke grey colour on outside surface. The face of the board made by using International Standard computerized designing, digitally printed, white Pana flex, duly stretched. The lighting arrangement shall be made for uniform illumination. The materials shall be supplied as per technical specification enclosed. The fixing of signage shall be as per requirement at site & direction of Railway engineer. The signage shall be in Hindi, English Language as desired by Railway engineer.

0 0.00

A Double sided 448

Sq. ft.

450.00 201600.00

16 Supply, erection testing and commissioning of wall mounting fan 400 mm sweep with pull cord control for speed & oscillation ON-OFF conforming to IS: 555-1979.

28 Nos. 2277.72 63776.16

17 Supply, erection, testing and commissioning of Earthing with 40mm dia GI pipe class 'B' 4.5 meter long earth electrode complete as per I.E Rule and as per technical specification.

56 Nos. 2072.37 116052.72

18 Supply and recessing/fixing of PVC conduit pipe of size 25 mm dia (Medium) conforming to IS. 9537 Part-III.1987 (Latest version) with accessories junction box, bends etc. including making chase, plastering/clamping etc. as per technical specifications.

1540 Mtr. 47.73 73504.20

Page 61: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 61 of 92 T.No.863/Sr.DEE/NR/LKO

19 Supply of Batten/Angle Holder conforming to IS : 1258-2005 or ceiling rose, 3 plates conforming to IS : 371-1999 & installation on the junction box of laid conduit including connections, testing & commissioning as per site requirement and as per Tech. Specification.

168 Nos. 18.87 3170.16

20 Supply of PVC insulated multi stranded copper conductor single core cable conforming to IS 694 (Latest version)and drawing in laid (recessed/surface) MS/PVC conduit pipe for wiring of point wiring/circuit wiring/sub main/Main as required as per technical specification including connections, testing and commissioning.

0 0.00

A 2.5 sq mm 3640 Mtr. 23.31 84848.40

B 4.0 sq.mm 1680 Mtr. 36.05 60564.00

C 1.0 sq mm 7280 Mtr. 10.07 73309.60

21 Supply of MS switch box conforming to IS:5133 (Part-I) 1969 (latest version) with white Phenolic laminated sheet cover of approved make on front box with brass screws & cup washers, recessing as per technical specification including earthing.

0 0.00

A 300x100x65 mm deep 56 Nos. 127.37 7132.72

B 175x100x65mm deep 28 Nos. 124.54 3487.12

22 Supply of Piano type switch as per IS: 4979-1968 (latest version) Bell push as per IS: 4794 (Part-2) 1986 (latest version) Flush type socket outlet as per IS 1293-1988 (latest version) & installation on the recessed switch box including cutting of phenolic laminated sheet, connection, testing & commissioning as per technical specifications.

0 0.00

A Piano type switch 5A(1-way) 224 Nos. 22.64 5071.36

B Plug socket outlet 5 pin 5A 56 Nos. 22.64 1267.84

C Piano type switch 15A(1-way) 28 Nos. 62.27 1743.56

D Plug socket outlet 6 pin 15A 28 Nos. 62.27 1743.56

23 Piano type Bell switch 5A (1-way) 14 Nos. 22.64 316.96

24 Supply, erection, testing and commissioning of Ding-Dong call bell as per site requirement.

14 Nos. 105.63 1478.82

25 Supply, erection, testing and commissioning of 1 row 8 way Distribution Board as per IS 13032/8623/5486 having single phase incoming, single phase out going, powder coated, weather proof, suitable for flush mounting & surface mounting enclosure IP 54 consisting of 1 No. 32 Amp DPMCB and 6 No. 10 to 32 Amp as per load SPMCB complete in all respect.

14 Nos. 1779.33 24910.62

26 Erection, testing and commissioning of ceiling fan complete with wiring in down rod and connection with ceiling rose. ( Only ceiling fan to be supplied by the Railway ) complete in all respect as per specification.

28 Nos. 83.25 2331.00

27 Supply, erection testing and commissioning of four step solid state electronic regulator 220 V AC single phase 50 Hz 300 watt conforming to IS : 11037-1984.

28 Nos. 214.23 5998.44

Page 62: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 62 of 92 T.No.863/Sr.DEE/NR/LKO

28 Replacement by Supply& fixing of MS powder coated Perforated cable tray made out of 2mm thick CRCA sheet of size 300x100x100 mm with cover 2mm thick.

700 Mtr. 1600.00 1120000.00

81258938/-

Total estimated cost of Electrical work Rs. 9,02,20,585/- (Rupees Nine Crore two Lac twenty thousand five hundred eighty five only).

90220585.00

Page 63: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 63 of 92 T.No.863/Sr.DEE/NR/LKO

SPECIFICATION FOR SCHEDULE “A”

All the works shall be carried out in general in accordance with relevant IS code of practice and IE rule

in practice in accordance with special condition of contract part III specification.

SCOPE OF WORK.

Item No. 1, 2 &3. Price shall cover Design, manufacturing, supply, installation, testing, commissioning and maintenance of Passenger Escalator complete as per RDSO Specification No.- RDSO/PE/SPEC/TL/0095(Rev-‘1’) -2012 or latest .

Item No 4. Price shall cover for Supply, erection, fixing, testing and commissioning of LT panel

having incoming 1X400 Amp MCCB 50 KA FP with outgoing of 2X160 Amp MCCB 50 KA FP and 2X100 Amp MCCB 30 KA FP Thermal Range 32 to 40 Amp with Amp meter, Volt Meter and indicators. The panel has 400 Amp. Copper bus-bar for phase and neutral. The incoming feeder provided with three phase KW meter (range 0 to 100 KW), Amp meter (0 to 200 Amp), Volt meter (0 to 500V) along with VSS, ASS. The incoming feeder equipped with in coming supply indication lamp. The LT panel switch board cubical type shall be suitable for 3 Phase 4 wire 415 Volts 50 Hz A.C. supply solidly earthed neutral system, inter connections copper earth strip and other accessories. Triple / four pole MCCB having breaking capacity of 50 KA : AC 23 utilization category As per IS : 13947-2. The incoming to be provided with Clustered type LED indication light for ON / OFF and trip indication, Each incoming provided with digital Volt meter LED type range 0-500 volts AC with scrolling facility to indicate voltage on RYB and neutral, Accuracy 1.0. Special tools required, if any, shall be supplied free of cost with the switch board. “Danger” Notice plates shall be fixed on front and back panels confirming to IS 2551/63.

Item No. 5. Price shall cover Execution of trenches with horizontal boaring (HDD work boaring size upto 125mm) at the depth of minimum one meter from the ground level at locations as per direction of site engineer / Incharge. This include supply and laying of DWC HDPE pipe as specification no. IS-14930 pt-II or latest of 120 mm OD / 103mm ID. DWC pipe to be provided at the starting bore and at end of the bore upto maximum feasibility for horizontal bore.

Each length of the conduits shall be marked from one end, with the following information: a) Manufacturer's name or trade-mark, if any. b) Nominal size of the conduits. c) Information relating to classification of conduits (DWC) for heavy mechanical stresses. Complete in all respect as specification no. IS-14930 pt-II or latest.

Item No. 6. Price shall cover for laying of cable in available trenches / underground trench/ on

ground / road trench/Railway track trench, recessing in platform /wall / in laid RCC /GI pipe, open duct as per requirement. Including supply & commissioning of end terminations with Aluminium Crimping socket / lugs of cable size 3.5/4 core 70 sq.mm to 400sq.mm. Complete in all respect as per IS: 1255 – 1983 or latest. (Note : Cable will be supplied by the Railway from Store of SSE/Elect)

Page 64: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 64 of 92 T.No.863/Sr.DEE/NR/LKO

Clamping of cable Price shall cover Clamping of cable with wall / trusses / cable tray / angle with help of Nut, Bolt & washer. The clamp made out of GI strip size not less than 32X5 mm complete in all respect as per site requirement & specification. Clamping of cable with wall / trusses / cable tray / angle with help of Nut, Bolt & washer. The clamp made out of GI strip size not less than 32X5 mm. Distance of clamp should not more than 1.0 mtr. (Note : Cable will be supplied by the Railway from Store of SSE/Elect).

Item No. 7. Price shall cover Supply, erection, fixing, testing and commissioning of junction box

having 4 Nos. 200 Amp bus bar suitable for 2 in-coming and 2 No. out-going of 200 Amp for distribution from main to branch line/ platform side/ 90 degree turn with fully cover with protected PVC sleeve etc. & complete in all respect as per site requirement.

Item No. 8. Clamping of cable

Price shall cover Clamping of cable with wall / trusses / cable tray / angle with help of Nut, Bolt & washer. The clamp made out of GI strip size not less than 32X5 mm complete in all respect as per site requirement & specification. Clamping of cable with wall / trusses / cable tray / angle with help of Nut, Bolt & washer. The clamp made out of GI strip size not less than 32X5 mm. Distance of clamp should not more than 1.0 mtr. (Note : Cable will be supplied by the Railway from Store of SSE/Elect).

Item No. 9. Price shall cover Digging of trenches (0.5 meter wide and 1.0 meter depth) by cutting of ground and restoration / finish of surface to original condition as per specifications. This item also covers necessary sand and brick work in the trenches for safety of cable complete in all respect as per specification.

Item No. 10. Price shall cover Digging of trenches by cutting of finished surface of Railway Platform

& refilling and compaction to the original level and restoration of the surface to the original condition with sand brick works for safety of cable etc complete in all respect as per specification.

Item No. 11. Price shall cover Supply, erection, testing and commissioning of End termination of 3-

½ C / 4.0 C X 70 to 240 sq. mm. LT XLPE cable as per specification. (One set means lugs in R-Y-B-N).

Item No. 12. Price shall cover for Supply, erection, testing and commissioning of LED street light

luminaries 25 watt fitting, CRI ≥65, IP-65, Power factor ≥0.90, Cool white, Integral driver- Compatible with make of LEDs, complies to IEC 60598 and IS 10322, complete in all respect as per RDSO specification no. RDSO/EM/LED/ Norm/01. Ver.1.0 dt.18.09.2014.

TECHNICAL SPECIFICATION FOR LED LUMINARY

LED Efficacy ≥ 100Lumens/watt

Type of LED SMD Type

Lumen output ≥ 1650 Lumens

Colour Temperature 5665 +/- 365 K

THD ≤ 20%

Power Factor ≥ 0.90

CRI ≥ 65

Page 65: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 65 of 92 T.No.863/Sr.DEE/NR/LKO

System Wattage ≤25 watt

Operating Voltage 140-277 volts

Make of LED

NICHIA /OSRAM / SEOUL / CREE / PHILIPS

LUMILEDS / LEDNIUM

Driver efficiency ≥ 85% (Compatible with make of LEDs.)

Ingress Protection 65 or better

Normal Voltage 220-240V

The guaranty shall be Five years from date of commissioning.

Item No. 13. Price shall cover Fabrication, supply, erection, testing, and commissioning of 40 mm dia

GI bend pipe or suitable size (for fixing of street light fittings) with MS flat clamps not less than 25mmX6mm, nuts, bolts etc complete in all respect as per site requirement.

Item No 14. Price shall cover for Supply, testing and commissioning of Glare free LED light, 39/40

W LED type 2x2 recessed mounted fitting, Colour Rending Index ≥70, colour temperature 6500K, lumen output ≥3300 lm., Housing- Metallic CRCA powder coated body, High efficiency diffuser, Power factor ≥0.90, Make of LED- NICHIA /OSRAM / SEOUL / CREE / PHILIPS LUMILEDS / LEDNIUM, Driver efficiency - ≥ 90% (Compatible with make of LEDs.) complete in all respect as per site requirement. The guaranty shall be Five years from date of commissioning.

Item No 15. Price shall cover Supply, erection, testing and commissioning of LED tube light fittings

18/20 watt, 1200mm length, Colour temp 6500K, Cool white, complete in all respect as per site requirement and as per CEE spec.

Item No 16. Price shall cover Fabrication, supply, erection, connecting, testing and commissioning

of single/double sided signage boards of 20 cm width (after complete fabrication) by using 22 SWG thick GI sheet enamelled spray painting with smoke grey colour on outside surface. The face of the board made by using International Standard computerized designing, digitally printed, white Pana flex, duly stretched. The lighting arrangement shall be made for uniform illumination. The materials shall be supplied as per technical specification enclosed. The fixing of signage shall be as per requirement at site & direction of Railway engineer. The signage shall be in Hindi, English Language as desired by Railway engineer.

Item No 17. Price shall cover Supply, erection testing and commissioning of wall mounting fan 400

mm sweep with pull cord control for speed & oscillation ON-OFF conforming to IS : 555-1979 and complete in all respect as per site requirement.

Item No 18. Price shall cover for Supply, erection, testing and commissioning of Earthing with

40mm dia GI pipe class 'B' 4.50 meter long earth electrode as per IS 3043 (latest version) to be achieve earth resistances less than 5 ohms including construction of masonry enclosures with RCC cover plate with lifting arrangement on top and connections with lead form earth electrode to switch gear/pole as per I.E Rule. Earthing shall be as per Drawing attached and confirming to IS 3043 or latest will include digging of pit, supply and erection of earth electrode made of 40 mm diameter ‘B’ class GI pipe of 4.50 meter length refilling of pit with 300 mm alternate layer of salt and charcoal up to 2.0 meter depth with fixing of funnel of 20 gauge GI sheet with GI wire mash, funnel cover etc. A hole of 50x8mm shall be provided for connection of GI wire for the purpose of earthing. Price of earthing shall also cover supply and connection GI wire of size not less than 6.0 mm from earthing to panel. Price shall cover of all material and labour required by the contractor and nothing shall be supplied / arranged by the railways.

The contractor must provide the RCC / suitable cover over the earthing pit, the cover should be so that it can be removed during maintenance / inspection.

Page 66: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 66 of 92 T.No.863/Sr.DEE/NR/LKO

Item No 19. Price shall cover Supply and recessing/fixing of white/cream colour PVC conduit pipe

of size 25 mm dia (Medium) conforming to IS. 9537 Part-III.1983 (or Latest version) with accessories like junction box, bends etc. including making chase, plastering to maintain original shape of wall/clamping etc. complete in all respect as per site requirement. The separate conduit piping is required for power and light circuit. The contractor will be responsible for proper plastering and distempering / fixing of tiles to restore the original finish of wall such that it matches with original surface and colour of wall on which conduit pipe has been laid. Price shall also cover the dismantling work of old wiring / circuit as required by site engineer. All release material shall be return to installation In-charge.

Item No 20. Price shall cover Supply of Batten/Angle Holder conforming to IS : 1258-2005 or

ceiling rose, 3 plate conforming to IS : 371-1999 & installation on the junction box of laid conduit including connections, testing & commissioning as per site requirement.

Item No 21. Price shall cover Supply of PVC insulated multi stranded copper conductor single core

cable conforming to IS 694 (Latest version) and drawing in laid (recessed / surface) MS/PVC conduit pipe for wiring of point wiring/circuit wiring/sub main/Main as required as per technical specification including connections, testing and commissioning complete in all respect as per site requirement. Price shall cover wiring work for light, fan, bell circuit & power point wiring should be done with 1.0/1.5/2.5/4.0/6.0/10.0 sq. mm and (1.0 sq mm for earth wire) ISI marked PVC insulated single core multi strand copper conductor cable, 1100 volt grade conforming to IS: 694-1990 or latest. Light and fan point may be wired in a common circuit such circuit shall not have more than 10 point of light / fan out let or a load of 800 watt whichever is less. The contractor must use different colours of wires such as : RED for Main incoming phase (from Distribution to switch board)

Black for Main Neural (from Distribution to switch board)

Yellow for half (from switch board to light and fan)

Blue for Neutral (from switch board to light and fan)

Green for Earthing only The contractor will be responsible for proper plastering and distempering / fixing of tiles to restore the original finish of wall such that it matches with original surface and colour of wall on which conduit pipe has been laid. Price shall also cover the dismantling work of existing old wiring / circuit as required by

site engineer and after dismantling the old wiring same should get deposited in store of

concerned SSE/JE in-charge.

Item No 22. Price shall cover Supply ,installation and commissioning of GI switch box conforming to IS:5133 (Part-I) 1969 (latest version) with white Phonolic laminated sheet cover of approved make on front of box with brass screws & cup washers, recessing , fixing of switches/ plug socket/ fan regulators and connection to wiring as per site requirement. These box boards of various sizes of 300 mm X 100 mm X 65 and 175 mm X 100 mm X 65 mm sizes are to be concealed inside the wall complete in all respect as per site requirement. Price shall also cover the dismantling work of existing old boxes as required by site engineer and after dismantling the same should get deposited in store of concerned SSE/JE in-charge.

Item No 23 & 24. Price shall cover Supply of Piano type switch as per IS: 4979-1968 (latest version)

Bell push as per IS: 4794 (Part-2) 1986 (latest version) Flush type socket outlet as per IS 1293-1988 (latest version) & installation on the recessed switch box including cutting of phenolic laminated sheet, connection with respective holder/ceiling rose, testing & commissioning complete in all respect as per site requirement.

Page 67: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 67 of 92 T.No.863/Sr.DEE/NR/LKO

Item No 25. Price shall cover Supply, erection, testing and commissioning of Ding-Dong call bell as

per site requirement.

Item No 26. Price shall cover Supply, erection, testing and commissioning of 1 row 8 way Distribution Board as per IS 13032/8623/5486 having single phase incoming, single phase out going, powder coated, weather proof, suitable for flush mounting & surface mounting enclosure IP 54 consisting of 1 No. 32 Amp DPMCB and 6 No. 10 to 32 Amp as per load SPMCB complete in all respect.

Item No 27. Price shall cover Erection, testing and commissioning of ceiling fan complete with

wiring in down rod and connection with ceiling rose. ( Only ceiling fan to be supplied by the Railway ) complete in all respect as per specification.

Item No 28. Price shall cover Supply, erection testing and commissioning of four step solid state

electronic regulator 220 V AC single phase 50 Hz 300 watt conforming to IS : 11037-

1984.

Item No 29. Price shall cover Replacement by Supply& fixing of MS powder coated Perforated cable

tray made out of 2mm thick CRCA sheet of size 300x100x100 mm with cover 2mm

thick complete in all respect as per specification and as per site requirement.

Note: * The materials & items to be supplied and used will have to be got approved from

Sr.DEE/NR/LKO or authorized representative nominated by Sr.DEE/NR/LKO or will

procure from CEE/NR’s approved suppliers.

* Specifications shall mean CEE/NR’s specification /RDSO’s specification / the relevant IS

specifications and any other specifications and/or drawings issued by Railways. The

decision of the Engineer-in-charge shall be final and binding upon the contractor in this

matter.

Page 68: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 68 of 92 T.No.863/Sr.DEE/NR/LKO

SPECIFICATION FOR PIPE EARTHING

1. Earthing shall conform to following specification, for other details not covered in this specifications standard details not covered in this specifications standard is: 3043/ (latest) shall be referred to.

2. Type: Pipe earth electrode shall be provided for earthing. 3. Earth Electrode: G.I pipe shall be of medium class 40 mm internal diameter not less than 4.50

meters in length conforming to relevant Indian standard specification G.I. pipe electrodes shall be out tapered at the bottom and provided with holes of 12 mm diameter drilled not less than 75.00 mm from each other up to 2 meters of length from the bottom.

4. Earth Pit- Size Digging, Refilling & Chemical Treatment of Soil: Before burring of earth electrode, not less than 340 mm diameter pit is to be dug up to depth or not less than 4750 mm & shown to the site Engineer. The earth electrode shall then be lowered vertically in the centre of the pit and there after refilling of the pit shall be done with 300 mm alternate layers of common salt and charcoal up to 2.0 meters from bottom on top, masonry work of not less than 300mmx300mmx300 mm depth (internal size) shall be made. The top of the earth electrode should be 200 mm below the top of enclosure. The top of electrode shall have suitable fixing arrangement for the earthing lead with thimbles / nut-bolts and a funnel of 20 SWG GI sheet with GI mesh and RCC cover (as per drawing attached).

5. A pre-casted RCC cover 40 mm thick having lifting arrangement of suitable size shall be provided to cover the masonry enclosure.

6. Location for Earth Electrode: Normally an earth electrode shall not be situated less than 1.5 meters from any building. Care shall be taken that the excavations for earth electrode may not effect the column footings for foundation of the building. The location of the earth electrode will be such where the soil has reasonable chance of remaining moist as far as possible. Entrances, payments and roadways are definitely avoided for locating the earth electrode.

7. SIZE OF EARTHING LEAD: Minimum size of main earthing lead shall not be less than 6 mm G.I. wire. The normal minimum cross sectional area of an earth continuity conductor not contained within a cable or flexible cord shall be 12 SWG G.I. wire.

8. METHOD OF CONNECTING EARTHING LEAD TO EARTH ELECTRODE: Earthing lead shall be connected to pipe earth electrode by means G.I. bolt, nut washers and cable socket. All materials used for connecting the earth lead with electrode shall be G.I. The earthing lead shall be securely connected at the other end to the main Board/ Switch.

i). Loop earthing shall be provided for all mountings of main Board and other metal clad switches and distribution fuse Board with not less than 12 SWG G.I. wire.

ii). PRECAUTIONS: The neutral conductor shall not be used as earth wire and vice versa. Water pipes shall not under any circumstances be used as earth continuity conductors.

9. PROTECTION OF EARTHING LEAD: The earthing lead from electrode on wards shall be suitably protected from mechanical injury by a 15 mm diameter G.I. pipe in case of wire and by 40 mm diameter Medium class G.I. pipe in case of strip. Portion of this protection pipe within ground shall be buried at least 30 cm. deep (to be increased to 60 cm. in case of road crossing and pavements). The portion within the build end shall be recessed in walls and floors to adequate depth.

10. RESISTANCE TO EARTH: No earth electrode shall have a greater resistance than 5 Ohms. Every individual earth shall be allotted a serial numbers and an earth plate of the size 30 x 22 cm approximately of sheet steel (Painted block) shall be fixed in a conspleuous position near the earth. Following information shall be written with white or yellow paint on the earth plate.

a) Earth No............................................................................

b) Individual earth resistance...........................................Ohms.

c) Overall earth resistance...............................................Ohms.

d) Date of Test.......................................................................

11. DRAWINGS: Earthing should be as per drawing enclosed and confirming to IS 3043 or latest. Note

During the process of making earth, each stages will be get inspected and signed from supervisor in charge like, depth, layers of charcoal salt, lowering of pipe end will be got recorded from supervisor in charge separately by contractor. Diameter notice will also be given to officer concerned to inspect earth pit before filling up.

Page 69: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 69 of 92 T.No.863/Sr.DEE/NR/LKO

Page 70: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 70 of 92 T.No.863/Sr.DEE/NR/LKO

Schedule ‘B’

Civil Engineering work for provision of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division.

Sl.

No. SOR No.

Item description Unit Rate Qty. Amount

1 011010

Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in

2 011011 All kinds of soils Cum 81.36 2000 162720

3 012030

Extra for watering and ramming earth in foundation and floors in 15cm layers. Note: This item is payable where ramming is not included in the original rate for earthwork in filling.

Cum 15.40 2000 30800

4 012050 Supplying and filling sand in plinth and under floors including watering, ramming, consolidating and dressing complete

Cum 725.00 500 362500

5 013140

Removal of excavated/slip earth/ debris/ melba from the site of works to any other place outside Railway land/premises, including all excavations, handling, re-handling, loading, unloading and leading, etc. all labour and material as a complete job. Removal of Earth (all kinds of soils) / Rocks / Boulders including mud/slush, slipped earth in catch water drains, side drains, over berms in cutting, waterway of bridges, over coping of toe/breast/retaining walls etc. including crossing of nallah, railway tracks, making/repairing approach roads if required, all lead, lift, ascent, descents, or any other obstruction. Earth spoils to be dumped outside the cutting or railway embankments as per direction of Engineer in charge

Cum 95.82 87 8336.34

5a 013140

Removal of excavated/slip earth/ debris/ melba from the site of works to any other place outside Railway land/premises, including all excavations, handling, re-handling, loading, unloading and leading, etc. all labour and material as a complete job. Removal of Earth (all kinds of soils) / Rocks / Boulders including mud/slush, slipped earth in catch water drains, side drains, over berms in cutting, waterway of bridges, over coping of toe/breast/retaining walls etc. including crossing of nallah, railway tracks, making/repairing approach roads if

Cum 97.72 16 1563.52

Page 71: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 71 of 92 T.No.863/Sr.DEE/NR/LKO

required, all lead, lift, ascent, descents, or any other obstruction. Earth spoils to be dumped outside the cutting or railway embankments as per direction of Engineer in charge

6 021150 Leading of miss. Material MT 177.74 60 10664.4

7 031010

Providing and laying in position cement concrete of specified proportion excluding cost of cement, centering and shuttering - All works upto plinth level :

0 0

8 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm nominal size)

cum 1972.51 160 315601.6

9 033061 OPC 43 grade Tone 5474.00 242 1324708

10 041010

Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge

0 0

11 041011

All work upto plinth level, including raft foundation of washable aprons, HS tank, pile cap, footings of FOB, and Platform shelter etc.

cum 2422.38 484 1172431.9

2

12 041012 All work in buildings above plinth level upto floor two level.

cum 2645.23 45 119035.35

12a 041012 All work in buildings above plinth level upto floor two level.

cum 2906.85 10 29068.5

13 042010 Centering and shuttering including strutting, propping etc. and removal of form for :

0 0

14 042011 Foundations, footings, bases of columns, raft foundation of washable aprons, Pile caps, Footings of FOB etc.

Sq.mm

120.60 500 60300

15 042012 Walls (any thickness) including attached plasters, buttresses, plinth and string courses etc.

Sq.mm

191.20 550 105160

16 042013 Suspended floors, roofs, landings, balconies, FOB slabs, walkway slabs and access platform

Sq.mm

185.57 275 51031.75

17 045010

Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete.

0 0

18 045016 Thermo-Mechanically Treated bars Kg 47.58 83000 3949140

19 051010 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in :

0 0

20 051017 Cement mortar 1:4 (1 cement : 4 coarse sand)

cum 2218.87 92 204136.04

20a 051017 Cement mortar 1:4 (1 cement : 4 coarse sand)

cum 2220.03 16 35520.48

21 081030

Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto

0 0

Page 72: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 72 of 92 T.No.863/Sr.DEE/NR/LKO

6m height above GL 22 081031 In RSJ, tees, angles and channels Kg 75.92 41000 3112720 23 081032 In flats, plates , round or square bars Kg 73.26 5000 366300

24 081120

Providing and fixing hard drawn steel wire fabric 75X25 mm mesh of weight not less than 7.75 Kg per sq.mm on angle iron or flat iron frame including all incidental work complete. Cost of frames to be paid separately under relevant item

Sq.mm

479.70 40 19188

25 081360 Providing and fixing M.S. round holding down bolts with nuts and washer plates complete

Kg 75.54 1000 75540

26 083050

Fabricating, supplying & installing stainless steel railings for staircases, balconies, FOBs, Enquiry/Reservation complex etc., made of SS 304 grade stainless steel, laser cut / water jet cut (no shearing), polished with Automatic round/flat polishing machine to get a uniform hairline finish. All parts shall be connected to each other with the help of prescribed size CNC made solid connectors, countersunk screws. Welding should be finished ensuring that no welding marks are visible and assembly is mounted on floor with the help of dash fasteners. Railings shall be fabricated as per approved drawings by engineer-in-charge. Manufacturer shall submit maintenance manual and basic material test report for grade certification.

Kg 742.26 600 445356

27 094040

Precast Chequered factory made terrazzo tiles 22mm thick/ with graded marble chips size upto 6mm in floors jointed with neat cement slurry mixed with pigment to match the shade of the tiles including rubbing of cement slurry complete on 20mm thick bed of cement mortar 1:4 (1cement : 4Coarse sand)

0 0

28 094043 With white cement with pigment Sq.m

m 662.59 70 46381.3

29 096070

Kota stone slab flooring of size up to 60x60cm over 20mm (average) thick base of 1:4 cement mortar (1cement: 4coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete

0 0

30 096072 25mm thick Sq.m

m 912.94 500 456470

31 109230

Supply and Installation, including lifting to all heights as required, trapezoidal / corrugated sheeting system in galvalume colour coated steel having cover width of 1000 mm, 35 mm crest at a pitch of 250 mm stiffened with 8 mm deep intermittent corrugations or profiling approved by engineer-in-charge. Sheet should be made from base metal having 0.52 mm (± 0.02 mm) thickness in steel of grade 345 as per ASTM A792M,coated with alloy of Aluminum & Zinc to grade AZ150 (min.

Sq.mm

538.95 2600 1401270

Page 73: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 73 of 92 T.No.863/Sr.DEE/NR/LKO

alloy mass 150 gsm total both sides) with colour coating having complete dip tank pre-treatment process with Chromate Conversion (Cr +3) as main pre-treatment followed by PU primer (Permaprime grade) of min. 5 micron DFT on each surface; finished with special polyester paint to grade EPG-20 of minimum 20 micron DFT on exposed surface and 5 micron in grey shade on unexposed surface. Fixing shall be done with self-tapping screws meeting requirement of Class-3 of AS 3566 with EPDM washers at suitable intervals as per site requirement and as directed by Engineer Incharge complete work

32 111110

18 mm cement plaster in two coats under layer 12mm thick cement plaster 1:5 (1cement: 5coarse sand) finished with a top layer 6mm thick cement plaster 1:6 (1cement: 6fine sand)

Sq.mm

90.44 300 27132

33 121013 With ready mixed red oxide zinc chromate primer of approved brand and manufacture on steel galvanized iron/steel works

Sq.mm

14.97 100 1497

34 121040

Finishing with Epoxy paint (two or more coats) at all locations prepared and applied as per manufacturer’s specifications including appropriate priming coat, preparation of surface etc. complete

0 0

35 121041 On steel work Sq.m

m 89.63 100 8963

36 181020 Demolishing plain cement concrete including disposal of material within 50m lead

0 0

37 181021 1:2:4 or richer mix with max 20 mm coarse aggregate

cum 413.41 100 41341

38 181023

Dismantling concrete kerb stones/rail level platform stones /concrete beams / slabs or similar light structural parts/ stones without appreciable damage including stacking

cum 443.63 100 44363

39 181030

Demolishing R.C.C. work including cutting and stacking of steel bars and disposal of unserviceable material within 50m lead. (Extra payment for scraping, cleaning and straightening of bars to be made separately)

cum 603.12 150 90468

40 182010 Demolishing brick work including stacking of serviceable material and disposal of unserviceable material within 50m lead

0 0

41 182013 In cement mortar cum 348.90 40 13956

42 183030

Dismantling stone slab flooring/ dado/skirting laid in cement mortar/ lime mortar including stacking of serviceable material and disposal of unserviceable material within 50m lead

Sq.mm

45.43 400 18172

43 184070 Dismantling ridges, hips valleys and gutters etc of any material and stacking the material within 50m lead

Mtr 5.12 300 1536

44 184080 Dismantling roofing including ridges, hips valleys and gutters etc. and stacking the

0 0

Page 74: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 74 of 92 T.No.863/Sr.DEE/NR/LKO

material within 50m lead of

45 184081 G.I. sheet sq.m

m 27.62 2000 55238

46 186010 Dismantling steel work in single sections including dismembering & stacking within 50m lead in

0 0

47 186011 R.S. joists./ Rails Kg 0.57 16800 9576 47a 186011 R.S. joists./ Rails Kg 0.57 4200 2401.98

48 186012 Channels, angles, tees and flats/ rounds or any other rolled shape.

Kg 0.41 8500 3485

49 242030

Providing 1.8m high fencing with 2.5m sal balli posts, 30cm girth (min) placed every 2.5m apart, embedded in cement concrete blocks and every 15th post (or nearer if there is abrupt change of ground slope) , last but one end post and corner post shall be strutted on both sides and end post one side only, and struts embedded in cement concrete blocks, provided with 5 horizontal lines and two diagonals of G.I. barbed wire 9.38kg per 100metres (min) between the two posts fitted and fixed with G.I. staples driven into the posts including two coats of coal tarring of ballies complete (cost of posts, struts and concrete to be paid for separately).

Mtr 59.95 500 29975

Total estimated cost of Civil work Rs. 1, 42, 14,047/- (Rupees One Crore forty two Lakh fourteen thousand forty seven only).

14214047

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 75: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 75 of 92 T.No.863/Sr.DEE/NR/LKO

SPECIFICATION FOR SCHEDULE “B” (Civil Engg. Work)

SPECIAL CONDITIONS RELATING TO SITE DATA AND SPECIFICATIONS 1.0 AS THE NAME OF WORK ON TOP SHEET 2.0 The design and construction will be done in terms of IRS and IS specifications.

a) The specifications mentioned herein in bid document shall be prime governing b) Where there is conflict between IRS and IS specification, IRS specifications shall prevail. c) Where there is no provision of specification in IRS, the IRC conditions shall be referred to and

followed. d) For items not covered in IRS/IRC specifications, BS-5400 part 1 to 10 may be followed. e) The decision of Chief Engineer/Const. of the project shall be final and binding in the

interpretation of the clause of the codes of practice and specifications under the special conditions regarding site data and specifications of this tender and no claim whatsoever shall be entertained on this account by the railways.

f) In case soil at site is not safe for the assumed soil pressure, the foundations depth may be suitably allowed by the Engineer-in-charge.

For additional depth extra payment will be made as per quoted/accepted rate. Apart from the basic data, specifications etc all items of works shall be governed by the following codes as revised /corrected/amended up to the time of submission of tender/negotiated cost for acceptance.

I Northern Railway Engineering department Standard Schedule of Rates, 1996 with errata and correction slip up to date.

II Northern Railway engineering department standard specifications for materials and work, 1987 with errata and correction slips up to date.

III Northern Railway Engineering department Works Hand Book Pt-I regulation for tenders and contract, Pt-II General conditions of contract May, 1999

IV IS code of practice for plain and reinforced concrete for general building construction (IS: 456 revised with amendments up to date)

V IS code of practice for use of structural steel in plain and reinforced concrete for General Building construction( IS:800 revised).

VI Indian Railway Standard Code of Practice for plain reinforced and pre-stressed concrete for General Bridge construction (concrete bridge code) with latest revision and all latest correction slips.

VII Indian Railway Standard Code of Practice for plain concrete construction 1982 with latest revision and correction slips.

VIII Indian Railway Standard Code of Practice for the design of the sub-structure and foundation of bridges adopted in 1936 revised 1985 hereinafter referred to "Sub-structure Code" with all latest correction slip.

IX IS-226- specifications revised by IS: 2062 for structural steel with latest revision. X IS-1786- high strength deformed steel bars and wires for concrete reinforcement with latest

revision. XI IS-specification for fine and coarse aggregate for natural resource for concrete IS: 383/with

latest revision. XII Supplemental measures to those provide for in IRS concrete bridge code for design, detailing

and durability of concrete as per item No.761 of 64th bridge and structures standard committee meetings held at Calcutta in April, 1988.

XIII IS: 458- for concrete pipe with and without reinforcement as per Northern Railway type plans. Northern Railway CE's circulars.

XIV RDSO guideline for Earth works in Railway projects 1987 with updated corrections. XV IS code 10379-code of practice for Field control of Moisture and compaction of Soil for

embankment and sub-grade. XVI IS code 2720 (Part VIII & XIV) 1983, Part XXVIII-1974, Part XXIX – 1975

3.0 Engineering organization and work experience 3.1 The tenderer should own the necessary equipments for concreting etc like Mechanical mixer,

vibrator etc. 3.2 The tenderer must have experience of having executed work of the nature and magnitude

similar to the work being tendered for and should submit details, photographs and certificates in support of the same along with the tender.

Page 76: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 76 of 92 T.No.863/Sr.DEE/NR/LKO

4.0 SITE VISIT 4.1 The tenderer are advised to visit the site of work before tendering for proper appreciation of

site conditions. 5.0 Plan under which the works are to be carried out. 5.1 The drawings for the works, if any, can be seen in the office of DRM (Engineering/ NR/ LKO.

These drawings are meant for general guidance only and in terms of clause 7 of Special Tender Condition and instructions to tenderer. Railway may suitably modify them without making the Railway's liable for any claims on account of such changes of delay in modification of them.

5.2 Copies of the plans may be had on payment (non-refundable) of the following charges. i) Copies of Standard N.Rly. type plan prepared for the works Rs.5/- ii) Copies of plans prepared specially for project of important building @ Rs.8.20 per copy

6.0 PLAIN/REINFORCED CEMENT CONCRETE WORKS. The IS specification and IRS Code of practice for the structural use of reinforced concrete in bridges and buildings shall form part of those additional specifications. FINE AGGREGATE (SAND) Coarse sand of approved quality and conforming to Northern Railway Standard Specifications shall be used as fine aggregate for cement concrete/reinforced cement concrete/controlled concrete and RBC Sand shall be clean and absolutely free from dirt and admixture of earth, kankar or other deleterious matter. Local pit/river sand shall under no circumstances be permitted for any such works. COARSE AGGREGATES: The coarse aggregate, which may be either stone ballast or chips, should be well graded and preferably machine broken and should conform to IRS standard specifications and shall be obtained from approved quarries. The stone should be free from soft thin elongated or laminated or decayed pieces. The aggregate should before from dust. Cleaning and washing, if necessary, should be carried out as per directions of the site - Engineer or his representatives. The mention of the sources by the railway does not however, absolve the contractor/s of his/their liabilities to ensure that the coarse sand, stone chips and ballast as may be required for the work are strictly in accordance with the standard specifications. In case these materials cannot be had according to specifications from these sources the same should be procured from other sources by obtaining prior permission of the Engineer in charge, provided the material/s is/are according to standard specifications. In addition to the routine test, special tests on materials will be carried out wherever required by the site Engineer. The cost of the specific test will be borne by the Railway, if the results are as per standard laid down, failing which the cost of these tests will be borne by the contractor.

6.1.6 If at any stage of the work during or after placing the concrete in the structure of the work is found defective, such defective concrete work shall be dismantled by the contractor and the work re-done with fresh concrete and with adequate and rigid formwork at the cost of the contractor. Necessary facilities in the form of supply of moulds, cones, scales, materials, labour for casting specimen and such other facilities as are pre-requisite to any standard concrete test will in any case be affordable by the contractor.

6.1.7 Wherever chamfer or rounded corners are mentioned in the drawing, form work should be such that chiselling or cutting is required.

6.2 FORM WORK AND SHUTTERING 6.2.1 Form work shall be as specified in Para 6.2 of Northern Railway Standard Specifications, 1987

and shall be sufficiently rigid to resist forces caused by vibration and incidental loads associated with it. The form work used shall be invariably oiled but not with staining mineral oil. Only steel/water proof ply wood shuttering shall be used.

6.2.2 At any stage of work during or after placing the concrete in the structure if the form work is found defective, such concrete shall be removed and work redone with fresh concrete and with adequate rigid form works at the cost of the contractor.

6.2.3 The surface of the form works shall be clean, smooth and free of voids etc. 6.3 CONCRETING

6.2.4 The contractor shall design the concrete mix and get the same approved by the Engineer- in- charge. Necessary corrections as required from time to time during the progress of the work shall be carried out by the contractor and got approved by the Engineer- in-charge. Mix. Design shall be carried out as per ISI guidelines IS: 10262, 1982 or any other standard approved method. Rates for all cement concrete/reinforced cement concrete items shall include all

Page 77: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 77 of 92 T.No.863/Sr.DEE/NR/LKO

expenses on account of and incidental to concrete mix design and corrections thereto from time to time and nothing extra shall be payable on this account.

6.2.5 The concrete shall be mixed properly in specified proportions in mechanical mixers and shall be of proper consistency. The proper consistency shall be determined by the Engineer- in-charge by slump test, which shall be carried out by the contractor. The concreting shall be commenced only after the Engineer-in-charge has inspected the shuttering and placement of reinforcement and after passing the same. Cost of cones and moulds, labour, tools and plants etc. for the slump test shall be borne by contractor.

6.2.6 The concrete shall be compacted immediately after placing by means of mechanical vibrators of approved quality, designed for continuous operation.

6.2.7 The contractor will be responsible for giving the smooth surface of the concrete and no payment will be made for any finishing work done for giving smooth surface of the exposed concrete.

6.2.8 The contractor/s shall provide all facilities to the Engineer and his staff of taking samples of concrete for arranging tests in accordance with the provision of IRS/ISI Codes referred to. The cost of cubes (except cost of cement) will be borne by the contractor/s. Testing will be arranged by the Engineer- in - charge at the cost of contractor. Members cast out of concrete samples of which have been taken shall be made readily distinguishable. In case, the tests fail to show the strength required according to codes, the reinforcement cement concrete constructions, the member concerned shall be dismantled/ replaced at the cost of the contractors and the cost of the cement thus wasted being debited to the contractor/s.

6.2.9 Cold joint in RCC: 6.3.1.1 The joint shall be so located that these are easily accessible for concreting and required

treatment. Such location may be where the cross section is relatively small and/or reinforcement is not congested.

6.3.1.2 In beam and slab construction, joint shall not be located near the support. There shall be no construction joint between slab and rib in composite beam construction.

6.3.1.3 The slab should also cast monolithically along with the web otherwise the joint needs to be adequately cared for well located joint thus will minimize the ill effects of this continuity in the durability, structural integrity and appearance of the concrete structure.

6.3.2 Preparation of the surface of the joint. 6.3.7.1 When the concrete has hardened it shall be treated by wire brush to remove the laitance so as

to have undulation of the 6mm. It shall be done without dislodging the coarse aggregate from the concrete mass.

6.3.7.2 The reinforcement shall be cleaned of all loose mortars. If there is likely to be some delay in the placement of the next mass of the concrete, the reinforcement needs to be protected against rusting.

6.3.7.3 The reinforcement and the concrete which has hardened will be cleaned off of the rust, loose mortar or other contamination. These shall be cleaned with high pressure water jet followed by drying with air jet before the fresh concrete is placed.

6.3.7.4 In aggressive environment the concrete should be chiseled back to exposure the concrete in a length of 50mm to ensure that the contaminated concrete is completely removed.

6.3.7.5 The old concrete if cast with shuttering, against which the fresh concrete is to be cast, the shuttering should be applied with a coat of "Retarder" construction chemical. As soon as the shuttering is removed the laitance should be cleaned with a high pressure water jet

6.3.7.6 While casting the fresh concrete a coat of "Bond Aid" construction chemical over the already hardened and treated concrete surface shall be provided.

6.3.7.7 In aggressive environment the concrete should be chiseled back to exposure the concrete in a length of 50mm to ensure that the contaminated concrete is completely removed.

6.4 REINFORCEMENT STEEL:

6.4.1 Steel for use in the work shall be procured by the contractor from the main producers / their authorized dealer/Authorized stock yards which should conform to latest relevant IS Specifications. The yields strength of reinforcement steel to be used in RCC work should be 415N/Sq. mm or as per approved plan or as directed by Engineer in charge.

6.4.2 Test certificates for steel before use as per latest relevant IS specifications will be furnished by the contractor at his own cost from the manufacturer or the laboratories approved by the Engineer-in-charge.

6.4.3 Railway will also take sample during the course of work and get the steel tested to ascertain their conformity to the IS specifications at contractor's cost before a particular lot is put to use. Frequency of testing shall be as prescribed by relevant IS code.

Page 78: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 78 of 92 T.No.863/Sr.DEE/NR/LKO

6.4.4 Payment for steel reinforcement shall be made on the basis of standard unit weight per meter to the extent actually consumed on the work as per approved drawings and nothing extra will be paid for unauthorized over laps and wastage of steel involved in cutting the bars to their required sizes. Nothing extra will be payable for overweight steel and no deduction will be made for underweight steel within the limit of tolerances permitted as per IS: 1786-1985.

6.4.4.1 Steel having unit weights per meter not falling within the tolerances specified in above IS code shall not be accepted.

6.5 CEMENT:

6.5.1 Cement for use in the works will be procured by the contractor from the main producers or their authorized dealers only.

6.5.2 Cement older than 3 months from the date of manufacture as marked on the bags shall not be accepted. Cement bags preferably in paper bag packing should bear the following markings. i) Manufacture's name ii) Registered trade mark of manufacture, if any iii) Type of cement iv) Weight of each bag in kgs or nos. of bags/ton v) Date of manufactures generally marked as week of the year/year of manufacture.

6.5.3 Quality test certificate for cement as per IS: 4031 codes shall be furnished by the contractor at his own cost from the manufacturer, before use of cement so supplied.

6.5.4 Railway may also take samples during the execution of works and get the cement tested to ascertain its conformity to the relevant IS specifications at contractor's cost before particular lot is put to use. Frequency of testing shall be as prescribed by the relevant IS codes. Following tests inter alia shall be carried out. i) Fineness ii) Compressive strength iii) Initial and final setting time iv) Soundness

6.5.5. In case samples tested do not pass the quality tests conducted, the entire batch of cement supplied shall be rejected and not to be used by the contractors.

6.5.6. For storage of cement, the contractor shall have to construct a temporary godown of adequate capacity at his own cost. The contractor shall bring the cement to the site of work only on written instructions from Gazetted Officer- in- charge of the work. It will be obligatory on the part of the contractor to get the consignment/ trucks of cement weighed in the presence of Inspector- in- charge or his representative and supply an original copy of weigh slip along with consignment. The Inspector- in- charge will verify the quantity of cement brought to the site of work and return one verified weigh slip to the contractor after the same is stacked inside the cement godown under his supervision.

6.5.7. The record of cement brought to the site of work, daily consumption, daily opening balance and closing balance shall be maintained at site jointly by the Inspector- in- charge of work and Contractor or his authorized representative. For this purpose, 2 sets of registers duly reconciled and signed by the contractor and the Inspector-in-charge of work certifying the opening balance, consumption, closing balance, should be maintained. One register each shall be kept in the custody of Inspector- in charge of work and contractor or his representative.

6.5.8. The contractor shall be custodian of cement godown and shall keep the godown under his lock and key and ensure safe custody of cement. The contractor shall ensure that the cement once brought to the site and accounted for shall be used at site only and shall not be taken away from site for any other purpose.

6.5.9. The contractor shall make the cement godown available for inspection along with connected record to the site. Engineer or his representative as and when required.

6.5.10. Land for constructing the temporary cement godown shall be handed over by the Railway on the written request of the contractor, free of any rent.

6.5.11 The contractor shall ensure that after completion of the work and/ or determination of the contract for any reason whatsoever, the temporary cement godown shall be dismantled and all dismantled material/ debris shall be removed and the clear site shall be handed over back to Railway. All the released material shall be the property of the contractor and no payment shall be made by the Railways for dismantling etc. The final bill and earnest money/ security deposit shall not be released unless the godown is dismantled and the site is cleared in all respect.

6.5.12 Tolerance requirements for the mass of cement: i) Cement supplied at one time will be taken as forming one batch. The number of bags

taken for samples from each batch shall be as under:

Page 79: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 79 of 92 T.No.863/Sr.DEE/NR/LKO

Batch Size Sample size 100 to 150 20 151 to 280 32 281 to 500 50 501 to 1200 80 1201 to 3200 125 3201 and above 200 The bags for samples be selected at random.

ii) The number of bags in sample showing minus error greater than 2 percent of the specified net mass (50 kg) shall be not more than 5 percent of the bag in the sample. Also the minus error in none of such bags in the sample shall exceed 4 percent of the specified net mass of cement in the bag. In case the minus error exceed the percentage herein specified, the entire batch of cement samples shall be rejected.

iii) In case of a wagon / truck load of 10 to 25 tons, the overall tolerance on net mass of cement shall be 0 to 0.5 percent. Any batch of cement not conforming to above tolerances will be rejected.

6.5.13 The consumption of cement on works shall be assessed on the basis of cement constants per unit quantity for various items of works as per N.Rly. USSOR-2010 or as per design in case of design mix of cement concrete of specified strength where the cement is to be used by weight where specially ordered in the NS item rate or tender conditions, a variation of +1%( Max) will be allowed in the consumption of cement on works.

6.5.14 Stacking of cement in the godown shall be done on a layer of wooden sleepers, so as to avoid contact of cement bags with the floor or alternatively scrap GI sheets may also be used in place of sleepers but these must be placed at least 20 cm above the floor. The bags shall be stacked at least 30 cm clear of the walls to prevent deterioration. The wooden sleepers/ scrap GI sheets shall be arranged by the contractor at his own cost. Cement shall be stored in such a manner as to permit easy access for proper inspection. Cement should be stacked not more than ten layers high to prevent busting of bags in the bottom layers and formation of clods. The stacks of cement bags shall be covered with tarpaulin during monsoons so as to obviate the possibility of deterioration of cement by moisture in the atmosphere. Cement, which is set or partially set, will not be used.

6.5.15 The cement brought to the site godown in excess of the requirement calculated based on the cement parameter/ factors shall be taken back by the contractor on completion of the work only after written approval from AEN/SEN on proper document.

6.5.16 Payment as per relevant NS items will be made on the basis of quantity of cement actually consumed or the quantity calculated as per cement factor for the various items, whichever is less subject to recovery as per clause 6.5.17 below.

6.5.17 Cement actually consumed on works shall normally match the quantity calculated as per cement factors for various items. If it is discovered that the cement actually consumed at site is less than the quantity ascertained taking into consideration the cement factors for various items by more than 1% the cost of the cement not so used (i.e. difference between the quantity of cement calculated as per cement factors and cement actually consumed) shall be recovered at double quoted rates from the contractor/s.

6.5.18 Empty cement bags will be the property of contractor/s

6.6 CURING:

6.6.1 All concrete work/ RCC work/ Brick work in cement mortar, plaster/ pointing etc. shall be continuously cured for the prescribed period as per direction of the Engineer. Curing shall be done by covering the newly lid concrete with gunny bags and keeping them wet constantly. If it is found that contractor is not properly observing these instructions. The Engineer may undertake the curing through another agency/ labour without any notice to the contractor at the cost of the contractor. The cost incurred along with supervision charges @ 12-1/2% of the cost with incidental will be debited to the contractor. Intimation of the employment of another agency for curing will be given to the contractor as soon as possible. This intimation in writing to the contractor under the hand of the Engineer- in -charge of the work shall be conclusive evidence of the employment of another agency.

6.7 MEASUREMENT

6.7.1 All works will be paid for at the tendered rate on the basis of the actual measurement taken at site. No cognizance will be taken for heights and thickness of the masonry over those shown in the approved drawings.

Page 80: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 80 of 92 T.No.863/Sr.DEE/NR/LKO

6.8 RATES: 6.8.1 For all items, rates for cement concrete and reinforced cement concrete under non-schedule

items, the tendered rates shall include the cost of supplying, fixing and removal of scaffolding where required, supply of the formwork, shuttering etc. of approved design, their erection, dismantling, cleaning and oiling etc, screening and washing the aggregate, mixing mechanically the concrete and placing the same in position. Provision and use of equipment including mechanical mixers, vibrators etc. curing the work for the prescribed period and plastering, rendering finishing exposed surface with carborandum stone where ever required, uncoiling, straightening, cutting, hooking, bending, binding and placing and maintaining in position of reinforcement including cost of binding wire. Nothing extra shall be payable to the contractor on this account.

7.0 PERT CHART; The contractor will submit the PERT chart for completion of work in schedule time before start of the work.

8.0 Dholpur Sand Stone: All Dholpur Sand stone to be used for external finish of the building should be machine cut and will be fixed as per pattern approved by the Architect with necessary grooving as per approved pattern.

9.0 TIMELY NOTICE FOR INSPECTION OF FOUNDATIONS OR WORKS TO BE COVERED UP:

9.1.1 The contractor shall give notice to the Engineer when and as soon as the excavation of any portion of the site for maintaining a foundation bottom, whether above or below water, has reached the depth and width shown on the drawings. The contractor shall also give further notice to the Engineer where ever any foundation or bottom is ready for inspection and wherever it is necessary to cover up any work in respect of which previous inspection is desired by the Engineer so that the engineer may inspect the same before it is covered up. No foundation or bottom of work shall be covered up or filled or built upon without the previous consent in writing of the Engineer. In default of such notice and consent in writings aforesaid the foundation or bottom of work shall on the order in writing of the Engineer, be uncovered and any filling put in or work built thereon be removed or pulled down by the contractor at his own cost.

10. DRAWINGS:

The design of foundations, depth of foundation below the bed level may be varied and will be decided by the Design Engineer/architect during the progress of work according to the actual site conditions. The drawings already prepared and which may be prepared hereinafter are not to be taken as final nor are these bindings on the railways in any respect. The contractor shall have no claim on the railway if any change is made in the approved drawings. Also his inability to take timely arrangements for the necessary plants and machinery due to any such changes which the Engineer may make, will not be taken as an excuse for slow performance or non-performance of the work.

10.1 OPEN FOUNDATION: 10.1.1 The bed of open foundation should be made horizontal and sides neatly dressed and in all

cases got approved by the Engineer before concrete is laid. If foundations are laid in sandy or clayey soil, the variation in levels should not be more than 15mm. But in case, it is laid on soft rock, boulder studded soil, larger variation may be permitted by the Engineer, at his discretion, according to the conditions of site in no case, concrete be laid on a sloping bed.

10.1.2 In case of loose pockets, the same will have to be filled with lean concrete, as directed by the Engineer for which no extra payment will be made.

11.0 BRICK WORK: 11.1 All brick work shall be done in well burnt bricks as per chapter 7 of N.Rly. Specifications in

cement mortar in proportions as may be specified in the drawings or as instructed by the Engineer-in charge.

11.2 Bricks shall be made from the good brick earth available in the locality from which supply is to be made in accordance with the contract. The earth shall be free from slakes deposits, pebbles, kankar, mouldes and other deleterious matter and the brick shall be well molded.

11.3 The brick shall be strictly in accordance with Railway Specifications and sample must be tested & got approved/ passed by the Engineer- in- charge before use in the work.

12.0 DISPOSAL OF SURPLUS EXCAVATED MATERIALS:

Page 81: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 81 of 92 T.No.863/Sr.DEE/NR/LKO

12.1 All the surplus earth excavated from foundation of building shall be utilized by the contractor for filling in acquired area irrespective of lead or / and lift involved and dressed to the exact profile in layers duly watered and rammed as directed by the Engineer, for which no extra payment shall be made except for lead and lift involved as per SOR-1996

13.0 MARBLE STONE FLOORING: 13.1 Marble slabs: The slabs shall be of the kind of marble specified in the item. The marble from

which the slabs are made shall be of selected quality, hard, sound, dense and homogenous in texture, free from cracks, decay, weathering and flaws. Before starting the work, the contractor shall get the sample of marble slab approved from the Engineer. The slabs shall be machine cut, to the required dimensions.

13.2 Dressing of slabs: Every stone shall be machine cut to the required size and shape on all sides to the full depth so that straight edge laid along with side of the stone shall be fully in contact with it. The sides and top surface of slabs shall be machine rubbed or table rubbed with coarse sand before paving. All edges and angles of the marble slabs shall be true, square and free from chipping and the surface shall be level and smooth. The thickness of the slabs shall be as specified in the description of the item.

13.2.1 Laying: The sub grade concrete or the RCC slab on which the slabs are to be laid shall be cleared, wetted and mopped. The bedding for the slab shall be with cement mortar 1:4 (1 cement: 4 coarse sand).

13.3 The average thickness of bedding mortar under the slab shall be 20mm and the thickness at any place under the slab shall not be less than 12mm

13.4 Mortar of the specified mix shall be spread under the area of each slab, roughly to the average thickness specified in the item. The slab shall be washed clean before laying. It shall be laid on top, pressed, tapped with wooden mallet and brought to level with the adjoining slabs. It shall be lifted and laid aside. The top surface of the mortar shall then be corrected by adding fresh mortar at hollows. The mortar is allowed to harden a bit and cement slurry of paste like consistency shall be spread over the same at the rate of .4.4 kg of cement per sq.mm. The edges of the slab already paved shall be buttered with grey or white cement with or without admixture of pigment to match the shade of the marble slabs, as given in the description of the item. The slab to be paved shall then be lowered gently back in position and tapped with wooden mallet till it is properly bedded in level with and close to the adjoining slab with as fine a joint as possible. Subsequent slabs shall be laid in the same manner. After each slab has been laid surplus cement on the surface of the slabs shall be cleaned off. The surface of the flooring as laid shall be true to levels and slopes as instructed by Engineer.

13.4.1 Slabs which are fixed in the floor adjoining the wall shall not enter less than 12mm under the plaster, skirting or dado. The junction between the wall plaster and floor shall be finished neatly and without waviness.

13.5 The flooring shall be cured for a minimum period of 7 days. 13.5.1 Polishing and finishing: Slight unevenness at the meeting edges of slabs shall then be removed

by fine chiseling in a slant. The surface shall then be ground and finished in the same manner as specified in Northern Railway Specification.

13.5.2 Measurements: Marble flooring shall be measured in sq meters correct to two places to decimal. The length and breath shall be measured between the finished faces of skirting, dado or wall plaster as the case may be correct to a cm. No deduction shall be made, nor extras paid, for any opening in the floor of area up to 0.05 sq.mm. No extra shall be paid for laying the floor at different levels in the same room. Steps and treads of stairs paved with marble stone slabs shall also be measured under the item of marble flooring.

14.0 Rates: The rates shall include the cost of all labour and materials except cement which will be supplied by the contractor and will be paid under relevant NS Item.

15.0 PROCUREMENT OF RAW MATERIALS: 15.1 The cement/steel required for the work will have to be arranged by the contractor at his own

cost. No material shall be supplied by the railway. Contractor shall make his own arrangement for procurement of these materials intimate for expeditious completion of work covered in the contract. 1. The Railway shall not be responsible for any loss or any damage incurred by the contractor in connection with such procurement of materials of for expeditious completion of the work.

15.2 Safe custody of the material at site is contractor's responsibility until completion of work done by the contractor.

Page 82: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 82 of 92 T.No.863/Sr.DEE/NR/LKO

15.2.1 The steel to be used in this work shall be as per Para 6.4.1 and be procured from M/S SAIL producers, stock yard or from other standard firm for which they will submit the evidence.

15.2.2 The steel and cement required for execution of the work shall be as per standard specification, 1987.

1. CEMENT: Gr.43 IS 8112/1989/Gr.53 2. STEEL

i) Mild steel & medium tensile steel bar IS:432-1982 IS-226-1975, refined by IS:2062 ii) Hot rolled deformed bars IS:1139-1966 iii) Cold twisted bars IS 1786-1979

15.3 The railway reserves the right to reject the whole or part of the supply, which in the judgment of the railway does not comply with the requirements of the above mentioned IRS code of the practice and drawings. The decision of the railway in this regard shall be final and conclusive for all purposes in case of such rejection the contractor is bound to replace the material at his own cost.

15.4 INSPECTION OF MATERIALS: Inspection of materials like steel/cement to be procured by the contractor will be carried out by the railway or their nominees for which at least one week notice must be given to the railway or their nominee to enable him to arrange the necessary inspection.

15.5 Quality test certificate for cement and steel as per relevant IS code or as desired by Engineer in charges shall be furnished by the contractor at his own cost from the manufacturer/test house before use. In case of samples tested do not pass the quality tests conducted, the entire quantity of the batch of cement; steel supplied shall be rejected and returned to the contractor at his cost.

15.6 CERTIFICATION OF INSPECTION AND APPROVAL Material shall not be used in any case in the work until and unless it is certified by the Engineer or their nominee that they have inspected the material and approved by the m and the same is in accordance with IRS code of practice.

15.9 Facilities must be provided by the contractor to the railway or its representative for inspector of the stores, equipment and structure etc. at the stages during execution.

15.10 The contract rates shall also include the cost that may be necessary for stacking the material, tools, plants, machinery etc. at site of work whether arranged by the contractor or issued by the railway. The contractor/s shall ensure that the materials are not stacked on slope to the railway track which may endanger the safety of trains and workmen.

16.00 TAXES CENTRAL, STATE, LOCAL: 16.1 All the rates quoted should be deemed to include all taxes, direct, levies under central or state

of local bodies’ acts or rules octroi, royalties etc. and similar imports that may be prevailing from time to time in respect of land, structures and all material supplied in the performance of this contract.

16.2 Railway will have no responsibility for issue of Form 31 to the contract for transportation of any material whatsoever from outside the state border. All such forms will have to be arranged by the contractor at this own cost/resources.

17.0 PAYMENT 17.1 Payment of cement as well as for steel also will be made on the basis of special tender

conditions and instructions to the tenderers on tendered NS rate of individual items. 17.2 Formally no changes of section in the steel will be allowed. However, under exceptional

circumstances, use of alternative section may be considered by Engineer in charge if sections are not available. In this case, design of the required work has to be got re-checked and approved on contractor's cost. No extra payment will be made for extra weight to the contractor.

17.3 The contractors are required to quote per unit rate for the RCC over head tank. On account payment for the tank work can be arranged to the contractor on his request as per following schedule whereas payment of pump house will be done for the quantities executed by the contractor at the time of preparing of on account/final bill.

a) 10% of the lump sum rate on completion of the foundation. b) 30% of the lump sum rate on completion of the staging c) 40% of the lump sum rate on completion of the tank.

d) Rest/ balance after completion of the working all respect which will include testing of the tank by filling water keeping filled up for a month

Page 83: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 83 of 92 T.No.863/Sr.DEE/NR/LKO

18.0 WATER 18.1 The contractor shall be responsible for the arrangement to obtain supply of water necessary for

the works at his own cost and rates quoted include the cost of wells or any other arrangements required to be made for procuring water and loading/ transporting/ conducting water to the site of work, irrespective of the distance from the source. Quality of water as to relevant IS specifications depending upon the type of work will have to be confirmed.

19.0 NOTICES TO PUBLIC BODIES: 19.1 The contractor/s shall give to the Municipality, police and other authorities all notices that may

be required by law and certain all requisite licenses for temporary obstructions ,enclosures and pay all fees, taxes and charges, which may be leviable on account of his operations in executing the contract. He should make good any damage to adjoining premises whether public or private and supply and maintain any lights etc required at night.

20.0 FIRST AID: 20.1 The contactor shall maintain in a readily accessible site first aid appliances including adequate

supply of sterilized cotton wool. The appliances shall be placed under the charge of responsible person who shall be readily available during working hours.

21.0 TELEPHONE FACILITIES 21.1 The contractor shall have to make his own arrangements for providing telephone facilities at

the site of work at his own cost. The telephone facilities provided by the contractor shall be allowed to be used by the Railway staff without any charge.

22.0 RECORDS AND REGISTERS 22.1 The contractor shall maintain accurate record, plans and charts showing the dates and

progress of all main operations and the Engineer shall have access to this information at all reasonable times, Records of tests made shall be handed over to the Engineer's representative after carrying out the tests. The following registers will be maintained at site by the contractor/s i) SITE ORDER REGISTER

The contractor shall promptly sign orders given therein by the Engineer or his representative or his superior officers and comply with them. The compliance shall be reported by the contractor to the Engineer in good time so that it can be checked.

ii) CEMENT REGISTER This register will be maintained to accord daily receipt and issue of the cement duly indicating the balance quantity. The quantum of work done for the cement issued on particular date will also be mentioned.

iii) STEEL REGISTER This register will record the receipts of steel items and details of reinforcement and members wherever steel is used.

iv) LABOUR REGISTER This register will be maintained to show daily strength of labour in different categories employed by the contractor.

v) PLANT AND MACHINERY REGISTER This register will record daily particulars of machinery with the contractor and will be signed jointly by the Engineer's representative and the contractor.

vi) Log Book of Events vii) Compaction Register viii) Soil, samples test register ix) Concrete Testing Register i.e. Cube Test & Slump Test register etc.

x) Safety circulars. 23.0 GENERAL 23.1 Modification of clause 26 and introduction of new clause 26.A to IR’s General

Conditions of Contract on the subject “Provision of efficient and competent staff at work site by contractor and deployment of qualified engineer at work site by the contractor” issued vide Railway Board letter No. 2012/CE-I/CT/O/20 dated 10.05.2013. In terms of provisions of new Clause 26A.1 to the General Conditions of Contract (GCC), Contractor shall also employ following qualified Engineers during execution of allotted work:

Page 84: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 84 of 92 T.No.863/Sr.DEE/NR/LKO

(a) In case of contract agreement value Rs. 02 Crore and above; one qualified graduate Engineer and

(b) In case of contract agreement value more than 25 Lakh but less than Rs.02 Crore; one Qualified Diploma Holder Engineer.

23.2 When contractor fails to employ the Qualified Engineer, as mentioned above, Contractor shall be liable to pay an amount of Rs.40, 000 and Rs.25,000 for each month or part thereof for the default period for provisions, as contained in Para 23.1(a) and 23.1(b) above respectively.

23.3 The railway shall not be responsible for any loss or damage to the contractor's men material equipment plants etc for any cause whatsoever.

23.4 If any work (whether temporary or permanent) or other material the value of which has been included in on account bill be destroyed or damaged or for any other reasons to be replaced or restored by the contractor other resource the value of the work or other material so destroyed shall be recovered at any time to contractor as debit due and no payment shall be made by the railways to the contractor after the above amount is recovered from the contractor.

23.5 The contractor are required to complete the works within the specified period as provided in agreement He/they is/are/ required to submit the planning chart to complete the work within completion period.

23.6 Every possible fluctuation in the market rates of labour, material and general conditions and other such possibilities and every kind should be considered before quoting the rates and no claim due to any reasons whatsoever be on this account will be entertained afterwards. Sales tax or any other tax levied or leviable by the Central or Sales tax of any other taxes of State Govt. or local bodies shall be borne by the contractor which should also be kept in view before tendering. No such taxes on contractors labour and materials will be paid by the Railway.

23.7 The contractor will be required to give no claim certificate at the time of signing the final bill. Thus no claim certificate furnished by the contractor constitute special agreement under which contractor submits and acknowledged that no money is due to him in connection with executing of the particular contract by him. Thus after the contractor has given no claim certificate and his final bill has been finalized, the contractor cannot ask for anymore payment even if post audit records show that he had been paid less. Hence after no claim certificate is given, the contractor cannot even ask for arbitration.

23.8 The contractor shall have to co-ordinate his work with other deptt i.e. electrical installation/signal interlocking work which may be related to other contractor or done departmentally .No claim of any kind whatsoever shall be entertained if the execution of any such work being also done by the department/contractor is held up due to their interference or as a result of delay in any of these works.

23.9 If any work(whether temporary or permanent) or other materials, the value of which has been included in on account bills is destroyed or damaged or has/have for any other reasons to be replaced or restored by contractor. the value of the work or other materials destroyed may be recovered at any time from the contractor as debit due provided that no omission to deduct any amount due to the contractor and no payment made by the railway to contractor after the aforesaid amount became due and recoverable shall on any way prejudice or effect the right of the railway to make such deductions at any time or other wise to recover the amount as debit due.

23.10 No claim for extra payment shall be entertained on account of the interruption to work due to rain, floods or due to delay in acquisition of land in some portion or any other cause nor will any extra payment be made for the excavation on this account. No claim for earthwork done in low lying water logged area, local pits and depressions containing water will be entertained by the railway.

23.11 All tests whatsoever required for the work shall be carried out in accordance with ISI code of practice/Indian Railway concrete bridge code, nothing extra shall be payable to the contractor on this account.

23.12 Individual rate for each non schedule items should be for complete finished items, inclusive of all operations and charge and nothing extra will be payable on any account.

23.13 The work will have to be done in close co-operation with the other departments/agencies if any.

23.14 The railway will acquire the land where-ever required. However, the contractor shall not claim anything for the delay in the works due to any delay in land acquisition.

23.15 No extra payment will be made for rounding the corners at the junction of the floors, joints, corners and parapet.

Page 85: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 85 of 92 T.No.863/Sr.DEE/NR/LKO

23.16 The plan and sites are subject to alterations to suit the local conditions as requirement of the railway and the contractor will have no claim on account of the change in plan and site etc.

24.0 For day to day execution of work, any clarification required by the contractor have to be obtained from the engineer in charge in writing and their decision shall be final and binding on contractor.

25.0 In case of any dispute regarding interpretation of any of the above clauses, decision of the Chief Engineer shall be final and binding on the contractor.

26.0 Joint Procedure Order No.1/Sig/2004 dt. 16.12.2004 be followed strictly. 27.0 PROTECTION AND STEPS TO BE TAKEN IN ORDER TO AVOID DANGERS TO

RAILWAY INSTALLATIONS. 27.1 At such of the locations where contractor/s road vehicle are permitted to ply adjacent in the

running lines and yard, and experienced gang men shall be deputed as flagman at the cost of the contractor to prevent accidents. This factor should be borne in mind by the contractor/s while formulating the rates.

27.2 If the work to be executed in proximity or the running railway track, the contractor will be required to be follow all precautions and carry out all works that may be necessary to ensure the safety of the running track/trains, without imposition of any speed restriction thereon as may be directed by the engineer or his authorized representative. No claim whatsoever will be entertained for either any inconvenience caused to the contractor or for the rescheduling of the operations or for any other reasons on this account.

27.3 The contractor shall take all precautionary measures in order to ensure protection of his own personnel moving about or working on the railway premises and shall have to conform to the rules and regulations of Northern Railway. If any unforeseen accident or injury happens while on working, the contractor shall be solely responsible for the same.

27.4 Within the station premises, especially on passenger platform, or near the running track, contractor/s shall ensure sufficient free space for movement of passenger traffic. He must cover and protect the excavation carried out in such area with a view to avoid the accident.

27.5 The work must be carried out most carefully in such a way that they do not hinder the railway operation except as agreed to by the railway.

27.6 The contractor's employees and workers shall not for any reason operate any appliances of installation of the railway concerning the safety of the trains movements but they should whenever necessary notify to the qualified railway staff who will then take necessary steps.

27.7 The contractor shall see that no damage is caused to railway signaling and transmission wire. stations, installation, communication lines, electric devices, trains of any kind, fencing as well as any rolling stock and in general to all railway installation and equipment in case of any damage is caused in these due to the fault of the contractor on the part of any one on his behalf all repairs there required will be carried out by the railway at the entire cost of the contractor and amount of expenses thus incurred will be recovered from the payment due to him.

27.8 The contractor shall be responsible for safe custody of tools and for the safety of his labour. He should ensure that labour on work removes their tools clear of the track on the approach of any trains. After the day's work, the contractor should ensure that the tools are deposited in proper tool box before the labour proceeds for their homes. Tool issued should not be allowed to fall in and unwanted hand who can tamper with the railway track.

27.9 The contractor shall employ one suitable supervisor to supervise the work at site. Through all the work relating to the safety of running trains shall be executed under railway supervisor and presence of qualified supervisor from the contractor's site is a must at the site of work.

27.10 Contractor shall provide 150mm thick white line with line at a distance of 3.5m from centre to existing track. This white line shall be in the entire length where work is going and /or the vehicle/ machineries plying along the track. Nothing extra shall be paid for this.

27.11 Barricading with the help of portable fencing shall be provided in the length where the day work is to be done in close vicinity of the track. The fencing shall consist of self supporting steel column connected with at least 20mm thick red nylon rope. The column shall be of 1.2m height. This will be placed at a distance of 3.5M from centre line of the nearest track.

27.12 Asstt. Officer/Sr. Scale officer shall issue competency certificate after checking license and their working to all drivers of nominated vehicles/ machineries. Inspector at site shall ensure that the driver who does not possess competency certificate will not work at site.

27.13 The area between running line and white line shall not be permitted to become slushy and adequate drainage must be ensured at all times.

27.14 Machine/ vehicle shall ply 6 M clear of track and movement/work at less than 6M and up to 3.5M of clear track centre, shall be done in the presence of the railway employee authorized by

Page 86: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 86 of 92 T.No.863/Sr.DEE/NR/LKO

the Engineer/in charge. The railway employee so deputed shall ensure safety of the track, with banner flag, hand signal lamps and detonators.

27.15 If vehicle/machinery/materials are to come within 3.5M of existing track, work must be done under the presence of an inspector authorized to do safety works. A caution order shall be issued and track will be protected with the banner flag, hand signal lamp and detonators.

27.16 Normally, night working shall be avoided. A night working shall be permitted by AEN/SEN in writing. One inspector shall be specifically deputed to supervise the night working. The site/area where night working is to be done shall be adequately lit. Nothing extra shall be paid for this.

27.17 PENALTIES DUE TO UNSAFE WORK a) In the event of accident at the work site, a departmental enquiry shall be held and in case it is

established that the accident has occurred on account of contractor's negligence or the negligence of his men, penalties up to an upper limit of 10% of the total cost of the work shall be imposed on the contractor.

b) Railway administration reserves the right to terminate the contract with immediate effect if the contractor is found responsible for causing an accident without giving any further notice/notices to the contractor.

c) In the event of contractor not completing the work or leaving it unsafe at the end of days work so they may serve speed restrictions if required to be imposed, track shall be attended to by the railway immediately at the contractor's cost without any further notice. In addition the labour cost recoverable from the contractor, supervision charges @12-1/2% and train detention charges @ Rs.2000/- every half hour or part thereof shall also be recovered.

d) In the event of contractor starting the job without proper supervision causing an accident, he may be prosecuted under railway act for unlawfully interfering with the railway track in addition to the recovery of Rs.20000/-as penalty of every such case, actual losses, compensation with damages to railway property.

28.0 The principal contractor will be held responsible for the compliance with provision of wages act 1936 and the rules framed there under or even in respect of labour, employee in his/their contractor in the execution of the work contracted by him/them.

29.0 The contractor shall make his/their own arrangements for the provision of sanitary, medical and water supply facilities according to the site nature importance and locations of the labour camp. if the contractor/s fails /fail to provide the requisite medical & sanitary arrangements these will be provided at the contractor's expenses.

30.0 The railway will not take any responsibility of making arrangements for supply of food stuff to the contractor/s to his their staff or labourers.

31.0 The contractor/s shall make his/their own arrangements at his/their own cost for supply of water to his/ their staff and labour and the railway undertakes no responsibility for such supply of water to the contractor/s staff or labour(s).

32.0 The contractor/s shall carry out the provision of the regulations that maybe informed in the areas in which works to be done prohibiting the recruitment of the local labour.

33.0 It will be the responsibility of the contractor/s to intimate direct to the supervisor (Labour) Lucknow or other authorities of the government respective department about the number of men employed by him/them that come under payment of wages Act.

34.0 In case of any dispute regarding interpretation of any of the above quoted clauses, decision of the Chief Engineer will be final and binding on the contractor's.

35.0 Contractor should supply a digital camera at the start of the work for taking photographs of different stages of work and also bear the charges for photographs of postcard size to the extent of 100 Nos. In case of non supply of camera to the site engineer recovery to the tune of Rs.15000/- shall be made from the contractor’s payment. Cost of this item is deemed to have been included in rates quoted by the contractor for this work.

35.1 The contractors are required to complete the works within the specified period as provided in agreement /work order. DRM ( Engineering)/ LKO is empowered to grant extension to the specified period provided in the order, failing which the financial limits of the powers during the currency of the contract, if considered the same as justified or with penalty as per General condition of contract 1999

35.2 Every possible fluctuation in the market rates of labour, material and General conditions and other such possibilities and every kind should be considered before quoting the rates and no claim due to any reasons whatsoever is on this account will be entertained afterwards. Sales tax or any other tax levied or leviable by the Central or Sales tax of any other taxes of State Govt. or local bodies shall be borne by the contractor which should also be kept in view before tendering. No such taxes on contractors labour and materials will be paid by the Railway.

Page 87: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 87 of 92 T.No.863/Sr.DEE/NR/LKO

35.3 The contractor will be required to give no claim certificate at the time of signing the final bill. Thus no claim certificate furnished by the contractor constitute special agreement under which contractor submits and acknowledged that no money is due to him in connection with executing of the particular contract by him. Thus after the contractor has given no claim certificate and his final bill has been finalized, the contractor cannot ask for anymore payment even if post audit records show that he had been paid less. Hence after no claim certificate is given, the contractor cannot even ask for arbitration.

35.4 The contractor shall have to co-ordinate his work with other deptt i.e. electrical installation/signal interlocking work which may be related to other contractor or done departmentally .No claim of any kind whatsoever shall be entertained if the execution of any such work being also done by the department/contractor is held up due to their interference or as a result of delay in any of these works.

35.5 The contractor will ensure that minimum water way of the bridge is blocked during the course of construction and also that such blockage is removed by him at his own cost before the middle of June every year or as directed by Engineer. Any damage to the bridge/work on this account will be contractor’s responsibility.

35.6 Sheet piled waterproof cofferdams or any other suitable arrangements may be required for carrying out the foundations on works and part of the sub structure up to water level. It should be clearly noted that nothing extra shall be paid for all these arrangements and the rates should be inclusive of all labour and materials de watering and working under water etc.

35.7 If any work(whether temporary or permanent) or other materials, the value of which has been included in on account bills is destroyed or damaged or has/have for any other reasons to be replaced or restored by contractor. the value of the work or other materials destroyed may be recovered at any time from the contractor as debit due provided that no omission to deduct any amount due to the contractor and no payment made by the railway to contractor after the aforesaid amount became due and recoverable shall on any way prejudice or effect the right of the railway to make such deductions at any time or other wise to recover the amount as debit due.

35.8 No claim for extra payment shall be entertained on account of the interruption to work due to rain, floods or due to delay in acquisition of land in some portion or any other cause nor will any extra payment be made for the excavation on this account. No claim for earthwork done in low lying water logged area, local pits and depressions containing water will be entertained by the railway.

35.9 All tests whatsoever required for the work shall be carried out in accordance with ISI code of practice/Indian Railway concrete bridge code, nothing extra shall be payable to the contractor on this account.

35.10 Individual rate for each non schedule items should be for complete finished items, inclusive of all operations and charge and nothing extra will be payable on any account.

35.11 The work will have to be done in close co-operation with the other departments/agencies if any.

35.12 The railway will acquire the land where-ever required. However, the contractor shall not claim anything for the delay in the works due to any delay in land acquisition.

35.13 No extra payment will be made for rounding the corners at the junction of the floors, joints, corners and parapet.

35.14 The plan and sites are subject to alterations to suit the local conditions as requirement of the railway and the contractor will have no claim on account of the change in plan and site etc.

36.0 In case of any dispute regarding interpretation of any of the above clauses, decision of the Chief Electrical Engineer, N. Rly, Baroda House, New Delhi shall be final and binding on the contractor.

37.0 Contractor shall establish a field laboratory at site of work with the testing equipments as decided by the Engineer-in-Charge of the work and shall maintain the same till completion of the work.

38.0 PRICE VARIATION CLAUSE :( Price Variation clause (PVC) shall be applicable for tenders of value more than Rs.50 Lakh irrespective of the contract completion period. Railway Board has issued supersession of all previous instruction the price variation clause vide letter No.2007/CE-I/CT/18 Pt.19 dated 14.12.2012 & 2007/CE-I/CT/18 Pt.19 dated 07.05.2013 are as under: Addendum & Corrigendum Slip (ACS) to Indian Railways General Condition of Contract (GCC) Clause 46A- Price Variation Clause:

38.1 Price variation clause 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

Page 88: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 88 of 92 T.No.863/Sr.DEE/NR/LKO

contract completion period. Materials supplied free of cost by Railway to the contractors shall falls 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.

38.2 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.

38.3 Rates accepted by Railway Administration shall hold good till completion of work and no additional individual claim hall be admissible on account of fluctuations in market 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.

38.4 Adjustment for variation in prices of material, labour, fuel, explosives, detonators, steel concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in manner prescribed.

38.5 Components of various items in a contract on which variation in prices be admissible, shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, Concreting, Ferrous, Non-ferrous, Insulator, Zinc, Erection etc. However, for fixed components, no price variation shall be admissible.

38.6 The percentage of labour components, material component, fuel component etc in various types of Engineering Works shall be as under:

Component Percentage Component Percentage

(A) Earth work Contracts:

Labour Component 50% Other material component

15%

Fuel Component 20% Fixed component*

15%

(B) Ballast and Quarry Products Contracts:

Labour Component 55% Other material component

15%

Fuel Component 15% Fixed component*

15%

(C) Tunneling Contracts:

Labour Component 45% Detonators Components

5%

Fuel Component 15% Other material component

5%

Explosive component 15% Fixed component*

15%

(D) Other Works contract:

Labour Component 30% Other material component

15%

Fuel Component 40% Fixed component*

15%

* It shall not be considered for any price variation 38.7 The amount of variations in prices in several components (labour, material etc.) shall be

worked out by the following formulas: (i) L = R x (I-Io ) x P

I0 100

(ii) M = R x (W-Wo ) x Q

Page 89: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 89 of 92 T.No.863/Sr.DEE/NR/LKO

W0 100

(iii) U = R x (F-Fo ) x Z F0 100

(iv) X = R x (E-Eo ) x S E0 100

(v) N = R x (D-Do ) x I D0 100

(vi) Ms = O x (Bs-Bso) (vii) Mc = A x (Wc-Wco)/Wco

For Railway Electrification Works: (viii) Mcc = [(C-Co)/Co x 0.4136] x G (ix) Mf = [(Sf-Sfo)/Sfo + (Z-Zo)/Zo x 0.06] x H (x) Mnf = [(Cu-Cuo)/Cuo] x J (xi) Mz = [(Z-Zo)/Zo] x W (xii) Min = [(In-Ino)/Ino x 85

Where L Amount of price variation in labour. M Amount of price variation in materials U Amount of price variation in fuel X Amount of price variation in Explosives N Amount of price variation in Detonators Ms Amount of price variation in Steel Mc Amount of price variation in Cement Mcc Amount of price variation in concreting Mf Amount of price variation in Ferrous Mnf Amount of price variation in Non-ferrous Mz Amount of price variation in Zinc Min Amount of price variation in Insulators

O Weight of steel in tones supplied by the contractor as per the on account bill for the month under consideration

R Gross value of work done by contractor as per on-account bill(s) excluding cost of materials supplied by the Railway at fixed cost minus the price value of cement and steel. This will also exclude specific payment, in any, to be made to the consultants engaged by contractors (such payment will be indicated in the contractor’s offer) (This clause modified as per Rly Board’s letter No.2007/CE-I/CT/18/Pt.19 dated 07.05.2013) A Value of Cement supplied by contractor as per on account bill in the quarter under consideration.

Io Consumer prices index number for Industrial workers- All India- Published in R.B. I. Bulletin for the base period.

I Consumer prices index number for Industrial workers- All India- Published in R.B. I. Bulletin for the average price index of the 3 months of the quarter under consideration.

Wo Index Number of Wholesale Prices- By Groups and Sub Groups- All Commodities as published in the R.B.I. Bulletin for the period.

W Index Number of Wholesale Prices- By Groups and sub groups- All commodities- as published in R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.

Fo Index number for wholesale prices- By Groups and Sub Groups for Fuel, Power, Light and Lubricants as published in the R.B.I. Bulletin for the base period.

F Index Number of Wholesale Prices- By Groups and Sub-Groups for Fuel, Power, Light and Lubricants as published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.

Eo Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm form whom purchases of explosives art made by the contractors for the base period.

E Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm form whom purchases of explosives are made by the contractor for average price index of the 3 months of quarter under consideration.

Page 90: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 90 of 92 T.No.863/Sr.DEE/NR/LKO

Do Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period.

D Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the average price index of the3 months of the quarter under consideration.

Bs SAIL’s (Steel Authority of India Ltd.) ex-works price plus Excise Duty thereof (in rupees per ton) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever in lower.

Bso SAIL’s ex-works price plus Excise Duty thereof (in Rs. per ton) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the ender was opened Wco Index No. of Wholesale Price of sub group (of Cement) as published in RBI Bulletin for the base period.

Wc Index No. of Wholesale Price of sub group (of Cement) as published in RBI Bulletin for the average price index of the 3 months of the quarter under consideration.

C RBI wholesale price index for cement for the month which is six months prior to date of casting of foundation.

Co RBI wholesale price index for cement for the month which is one month prior to date of opening of tender. Z IEEMA price for Zinc for the month which is two months prior to date of inspection of material. Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of tender. Cu IEEMA price for copper wire bar for the month which is two months prior to date of inspection material. Cuo IEEMA price for copper wire bar for the month which is one month prior to date of opening of tender. Sf IEEMA price index for Iron & Steel for the month which is two months prior to date inspection of material. Sfo IEEMA price index for Iron & Steel for the month which is one month prior to date of opening of tender.

In RBI wholesale price index for structural clay products for the month which is two months prior to date of inspection of material.

Ino RBI Wholesale price index for structural Clay Products for the month which is one month prior to date of opening of tender. P % of Labour component Q % of Material component Z % of Fuel component S % of Explosive Component T % of Detonators component G % of concreting component H % of Ferrous Component J % of Non ferrous component W % of Zinc Component

38.8 The demand for escalation of cost shall be allowed on the basis of provisional indices made available by Reserve Bank of India. Any adjustment needed to be done base on the finally published indices shall be made as the when they become available.

38.9 Relevant categories of steel for purpose of operating Price Variation formula, as mention in this clause, based on SAIL’s ex-works price plus Excise Duty thereof shall be under:

SL Category of Steel Supplied In Railway Work

Category of Steel produced by SAIL whose Ex works Price Plus Excise duty would be adopted to determine Price Variation

1 Reinforcement bars and other rounds

TMT 8mm IS1786 Fe 415/Fe 500

2 All types and sizes of Angles Angle 65x65x6mm IS 2062 E250A SK

Page 91: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 91 of 92 T.No.863/Sr.DEE/NR/LKO

3. All types and sizes of plates PM Plates above 10-20mm IS 2062 F250A SK

4. All types and sizes at Channels and joists

Channels 200x75mm IS 2062 E250A SK

5. Any other section of steel no covered in the above categories and excluding HTS

Average of price for the 3 categories covered under SL 1, 2 & 3.

38.10 Price Variation during Extended Period of Contract:

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 period of completion where such extension has been granted under clause 17-A of General Condition of Contract. However, where extension of time has been granted due to contractor’s failure under clause 17-B of the General Condition 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 or the extended period under clause 17-A, the price adjustment for the period of extension granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to the last month of the original completion period or the extended period under Clause 17-A of 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 General Conditions of Contract.

.

Page 92: LUCKNOW DIVISION TENDER NOTICE No: TENDER NO: … · Signature of the tenderer/s Page 4 of 92 T.No.863/Sr.DEE/NR/LKO NOTE: 1. Tender paper in original duly signed on each page must

Signature of the tenderer/s Page 92 of 92 T.No.863/Sr.DEE/NR/LKO

Schedule ‘C’

CAMC of escalators at Lucknow, Varanasi, Sultanpur, Faizabad & Raebareli stations of Lucknow division

Sr. No.

Description of Work Quantity Unit Per Unit Rate in `

Total Value of work in `

1

Total annual maintenance, AMC of escalator (Including service tax) for Three Years after completion of warranty period.

14 Job 573729 8032206.00

Provision of Service tax on above SOR rate. 0 929440.98

Total estimated cost of CAMC Rs.89,61,647/- (Rupees Eighty nine Lakh sixty one thousand six hundred forty seven only).

Rs. 89,61,647/-

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 the service tax and other taxes if applicable will be paid as per the latest applicable rates only after the proof submitted by the firm.

END OF TENDER DOCUMENT (LAST PAGE)