Nw Rly Bikaner Document

54
Page 1 of 54e GOVERNMENT OF INDIA NORTH WESTERN RAILWAY BIKANER DIVISION SIGNAL & TELECOMMUNICATION DEPARTMENT TENDER DOCUMENT No.: S&T/BKN/236 R Name of work: Provision of ( SDH ) STM-1 equipments, Add/drop muxes and other associated equipment of OFC system in SGNR-HMH section of BKN division."

description

great document about NW Rly Bikaner

Transcript of Nw Rly Bikaner Document

Are You suprised ?

PAGE Page 6 of 37e

GOVERNMENT OF INDIA

NORTH WESTERN RAILWAY

BIKANER DIVISIONSIGNAL & TELECOMMUNICATION DEPARTMENT

TENDER DOCUMENT

No.: S&T/BKN/236 RName of work:

Provision of ( SDH ) STM-1 equipments, Add/drop muxes and other associated equipment of OFC system in SGNR-HMH section of BKN division." Issued to ____________________

Copy No.

PRICE. Rs 3000/-

By Post Rs.3500/-

NORTH WESTERN RAILWAY

BIKANER DIVISION

Divl. Rly. Manager, N.W.Rly. Bikaner for and on behalf of President of India invites sealed open tender for the following works up to 15.00 hours on the date shown as below which will be opened at 15.30 hours on the same date.

Tender No.Name of Work with its LocationApprox. Cost of WorkCost of Tender form Rs.Office & Date from Which Tender document will be availableEarnest money

Rs.Period of CompletionDate & Time for submission of Tender

S&T/BKN/236 RProvision of ( SDH ) STM-1 equipments, Add/drop muxes and other associated equipment of OFC system in SGNR-HMH section of BKN division.."2646184.05Rs 3000/- Rs (3500/- if required by post(in favour of Sr. DFM, N. W. Rly., Bikaner) S&T .Branch, DRM Office, Bikaner

02.02.2015 to 09.03.201552930/-(in favour of Sr. DFM, N. W. Rly., Bikaner) 6 Months from the date of issue of acceptance letterUp to 15.00 Hrs on 09.03.2015 and tender will be opened at 15.30 Hrs. on same date.

Note-

1. Tender will be sold up to 11.00 hrs up to Date of opening of Tender & other term and condition will be shown on N.W.Rly. Website nwr indianrailways.gov.in 2 Tender not accompanied by proper EMD shall be summarily rejected

Divisional Railway Manager (S&T),

North Western Railway, Bikaner

For & on behalf of The President of India.

INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS

DOWNLOADED FROM INTERNET.

1. Tender file is to be downloaded from the Internet and printout is to be taken of A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender documents to be printed through laser printer only. Submissions of Xerox or photocopy of tender document is prohibited.

2.

This tender document (in full) downloaded along with the various documents required to be submitted as per the tender conditions in a sealed cover duly subscribing with the name of the work. Tender notice no. and date, submission of tender downloaded from the internet etc.

3. The tender documents are available on North Western Railway website i.e www.northwesternrailway.com and the same can be downloaded and used as tender document after submitting the offer. The cost of the tender documents as indicated in the tender document will have to deposited by the tenderer in the form of bank draft payable in favour of Divisional Finance Manager, North Western Railway Bikaner along with the tender documents. This should be enclosed as a separate Demand Draft and not included in the Earnest money. A single demand draft for the cost of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the demand draft towards the cost of the tender documents will be summarily rejected.4. The earnest money deposit required for this work as stipulated in the tender document also to be submitted separately.

5. Tenderers are advised to downloaded tender documents well in advance and submit the tender before the stipulated time. It is the responsibility of the Tenderer to check any correction or any modification published subsequently in Web site and the same shall be taken into account while submitting the tender. Tenderer shall down load corrigendum (if any), print it out, sign and attached it with the main tender documents. Tender documents not accompanied by published corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delays/delay in downloading of tender document from the Internet.

6. The tenderer may please note that the rate for items (or above / below the NIT cost as the case may be) should be written in figures and in words by black or blue ballpoint pen only. Each page of tender documents should be signed by the tenderer.

7. Tenderer/s are free to download tender documents at their own risk and cost. For the purpose of perusal as well as for using the same as tender documents for submitting the offer. Master copy of the tender documents is available in the office of Sr. DSTE under Divl. Railway Manager, North Western Railway Bikaner. After award of work an agreement will be prepared based on the master copy of tender documents available in the above mentioned office. In case, any discrepancy between the tender documents downloaded from the Internet and the master coy, letter shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained.

8. If any change/additions /deletion is made by the Tenderer/Contractor and the same is detected at any stage even after the award of the tender, full earnest money deposit will be forfeited and the contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from doing business with Railway and/or prosecuted.

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

(a) I/We have downloaded the tender form from the internet site www.northwesternrailway.com and I/We have not tampered/modified the tender forms in any manner. In case, if the same is found to be tempered/modified, I /We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and I/We am/are liable to be banned from doing business with Railway and /or prosecuted.

(b) I/We submitting a demand draft No ____dated ___issued by ____ for Rs. ___towards the cost of tender form.

Signature of Tenderer

Divl. Rly. Manager/S&T

Dated:

North Western Railway, Bikaner

Address:

(For and on behalf of President of India)

PART I

INSTRUCTIONS TO TENDERERS

INSTRUCTIONS TO TENDERERS1.1TENDER NOTICESealed tenders are invited for the execution of the following work. This tender will be referred as Tender No. S&T/BKN/236 R of North Western Railway: -

NAME OF THE WORK:

Provision of ( SDH ) STM-1 equipments, Add/drop muxes and other associated equipment of OFC system in SGNR-HMH section of BKN division."ESTIMATED COST OF WORK-Rs. 2646184.051.2SALE OF TENDER FORMS:

Tender forms can be obtained from the office of the Sr Divisional Sig. & Tele. Engineer, Bikaner division, North Western Railway, Bikaner on working days on production of money receipt for the amount Rs. 3000/- deposited with Divl. Cashier, N. W. Railway, Bikaner or a Demand Draft of Rs. 3000/-or Rs. 3500/- if obtained by post (non-refundable) each, in favour of Sr. DFM, North Western Railway, Bikaner. Tenders will be sold from 02.02.2015 to 09.03.2015 upto 11.00 Hrs. on working days. Sealed tenders will be received up to 15:00 Hrs. on 09.03.2015. Under no circumstances, will the amount paid for the tender will be refunded. Tender form is non-transferable.

Non-transferable tender documents containing detailed description of the Schedules of supply and works and also other Terms & Conditions can be obtained from the office of DRM (S&T), North Western Railway, Bikaner on production of money receipt for the amount as mentioned above deposited with SM/SS/Chief Cashier North Western Railway, Bikaner or Demand Draft of amount as mentioned above in favour of Sr. DFM, North Western Railway, Bikaner. Postal Orders and Cheque will not be accepted. Railway do not take any responsibility in case request for purchase of Tender Forms is not timely received due to Postal or any other delay

The tender document can also be downloaded from website Website nwr indianrailways.gov.in w.e.f. 02.02.2015 for submitting the bid. However, Demand draft (separate Demand Draft other than that of earnest Money) for prescribed amount in favour of Sr. DFM/NWR/Bikaner towards the cost of the tender document payable at Bikaner will have to be enclosed with the tender document. In case the offer is not accompanied with the valid demand draft for the cost of the tender document as detailed above, the tender will be summarily rejected.

1.3.1 ELIGIBILITY CONDITIONS

(i)Tender not accompanied by proper EMD shall be summarily rejected

1.4NATURE OF TENDERING:

1.4.1The tender document in original along with the schedule filled in as detailed above and duly signed and stamped on each page, complete in all respect shall be enclosed in an envelope. The tenderer shall also enclose in his offer that they accept all the Railways terms and conditions and have not offered any counter clauses. This envelope shall then be sealed and following shall be super scribed on the envelope.

NAME OF THE WORK: " Provision of ( SDH ) STM-1 equipments, Add/drop muxes and other associated equipment of OFC system in SOG-APH section of BKN division."1.4.2 The envelope should then be enclosed in an outer cover. Both inner and outer cover should be addressed to the President of India through Sr Divisional Signal & Telecommunication Engineer, North Western Railway, Bikaner. Tender No. and name of the work should invariably be written on both the outer and inner covers. The tender should be deposited in the tender box in the office of the Sr Divisional Signal & Telecommunication Engineer, North Western Railway, Bikaner before closing of the tender box at 15.00 hrs. sharp on 09.03.2015. Tender sealed and super scribed as mentioned above, can also be sent by Registered Post with acknowledgment due, to the above mentioned office, but no tender which is received after the time and date specified above shall ordinarily be considered.

1.5OPENING OF TENDERS:

The tenders shall be opened at 15.30 hrs on the same day (i.e. on 09.03.2015) in the office of the Sr Divisional Signal & Telecommunication Engineer, North Western Railway, Bikaner and the rates read out in the presence of the tenderers / their representatives, who may be present.

1.6 VALIDITY OF OFFER - The tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of tender. Within that period, the tenderer cannot withdraw his offer subject to the period being extended further if required by mutual agreement from time to time. Any contravention of the above condition will make the tenderer liable for forfeiture of his Earnest Money Deposit.

1.7 DOCUMENTS TO ACCOMPANY THE OFFER

The following documents shall invariably accompany the offer, failing which the offer can be treated as invalid and liable to be summarily rejected without any correspondence with the firm. Hence the firm is well advised to ensure that all the minimum documents, as laid down hereunder are attached with their offer: -

i)Earnest Money in prescribed and acceptable form for Rs. 52930/- as per para 4.11.

ii)Tender documents including schedule duly signed and stamped in each page.

iii)Document(s) in support of financial solvency. (Solvency certificate from State Bank of India or any nationalised bank).

iv)Partnership deed, in case of partnership firms. Memorandum of Articles of Association.

v)Power of Attorney, if any.

vi)Details of technical staff to be deployed for this project with their designation and experience.

vii)Testimonials / Credentials / documentary evidence and performance record in support of satisfactory performance of the equipments supplied and for satisfactory completion of Project / work executed/value of work completed and any other relevant information for the last five years. The firm should summarily submit list of works carried out, which are similar to the present work in the tender document.

viii)Any other documents the tenderer may like to submit in support of their credential / scheme.

ix)Tenderer/s who is/are not borne on the approved list of contractors of this Railway or who have not satisfactorily completed any such work before on this Railway must supply the following information in addition to the above: -

a)A statement of the set up of their firm and if they are partnership firm, the names of Partners, their addresses and other particulars with regard to their business etc.

b)Documentary proof regarding their financial status and ability to carry out the work as an independent experienced reliable contractor.

c)Certified copies of testimonials and other references in connection with previous experience of the tenderers in the capacity of the contractor for a similar and other works.

d)As the work is a safety work, requiring highly skilled technical expertise, the firm is required to establish that it possess the requisite skill, technical expertise, technical and skilled manpower and all their equipments are of high quality, able to withstand the rigorous / intensive usage in Railway signalling applications.

Note: Tenderers are requested to note that non-submission of any of the above items along with the tender, shall liable the tender to be rejected.

1.8As far as possible the tenderer/s bid should not have any condition or specification or assumption contrary to the provisions in these tender documents on which the tenderer/s bid is based. Tenderer/s Special Conditions, not in conformity with the tender specifications / drawings are required to be listed separately with details of exact financial implications, if any. Railways will not take cognisance of conditions / variations from the tender documents or drawings etc. It needs to be emphasized that only such conditions / stipulations which are at variance with the tender conditions codal provision stipulated in the tender documents need be mentioned, in case tenderer/s choose to stipulate such special conditions taking into account the restrictions mentioned elsewhere in the tender document. Only such special conditions/ specifications stipulated by the tenderer/s which have been specifically approved by the Railways in writing shall be deemed to have been accepted by the Railways and shall form part of the Contract Agreement. The tenderer/s conditions / stipulations which are at variance with the tender conditions / codal provisions and not approved / accepted by Railways shall be withdrawn by the tenderer/s.

1.9GENERAL1.9.1.1 CONSTITUTION OF FIRM & POWER OF ATTORNEY.

Any individual(s) signing the tender or other documents connected therewith should specify whether he is signing:

As sole proprietor of the concern or as attorney of the sole proprietor;

As a partner or partners of the firm;

As a Director, Manager or Secretary in the case of Limited Company duly authorized by a resolution passed by the Board of Directors or in pursuance of the authority conferred by Memorandum of Association.

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 concern. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by the individual signing the tender documents.

In the case of a firm not registered under the Indian Partnership Act, all the partners or the attorney duly authorized by all of them should sign the tender and all other connected documents. The original power of attorney or other documents empowering the individual or individuals to sign should be furnished to the Purchaser for verification, if required.

The Railway will not be bound by Power of Attorney granted by the tenderer or by the changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and advice, the cost of which will be chargeable to the contractor. These charges have been fixed at Rs.100/- (Rupees One Hundred only) payable by the tenderer at the time of submitting the Power of Attorney for scrutiny and legal advice.

In case where the Power of Attorney partnership deed has not been executed in English, the true and authenticated copies of the translation of the same by Advocate, authorized translators of Courts and Licensed Petition Writers should be supplied by the Contractor(s) while tendering for the work.

1.9.1.2All Power of Attorneys, which are found revocable shall be retained by the Railways in original.

1.9.1.3All special Power of Attorneys, which are specific to a particular contract, shall be retained in original by the Railways.

1.9.1.4The Power of Attorneys, which are irrevocable, can be returned to the firm in original on their request after obtaining the photocopy of the vetted Power of Attorney duly signed and stamped by the Notary.

1.9.1.5General Power of Attorneys, which are revocable, shall be retained by the Railways in original. However, if the request to return back the original copy is received by the firm as they have to deal with some other Railways/agency, the firm shall be asked to submit the photo copy of the vetted power of attorney duly signed and stamped by Notary and to submit the formal request assigning the reasons of request to return original power of attorney. While returning the General Power of Attorney, a written undertaking shall be obtained from the firm that the power of attorney would not be changed without the consent of Railways.

1.9.2Tender submitted by the tenderers who have not purchased the tender documents themselves or through their agents and tenders from agents without letter of authority from the principals will be summarily rejected.

1.9.3All offers shall be type written neatly in English. Each page of the offer must be numbered consecutively. A reference to total number of pages comprising the offer must be made at the top right of the top page. Each page of the tender document including technical brochures, manuals etc. should be signed by the tenderer. Photocopies of all the certificates etc. submitted by tenderer should be attested true copy only, unless required to be attested by Notary public by other conditions of tender. No scribbling is permissible in the tender documents. Tender containing erasures and alterations in the tender documents are liable to be rejected. Any correction made by the tenderer/tenderers in his/their entries must be attested by him/them.

1.9.4 ERRORS, OMISSIONS & DISCREPANCIES --The Contractor(s) shall not take any advantage of any misinterpretation of the conditions due to typing or any other error and if in doubt, shall bring it 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. Should a tenderer find discrepancies in, or omission from the drawing or any of the Tender papers or he has any doubt to their meaning, he should at once notify the Railway who may send a written clarification to all tenderers.

1.9.5The tenderer should read the conditions carefully and also see the schedule of supply and works before submitting the offer and also ascertain site conditions and the magnitude of works involved.

1.9.6New Arbitration Act 1996 will be in force in place of Arbitration Act 1940.

1.9.7Tenderer shall submit an analysis of rates if called upon to do so.

1.10 RATES DURING NEGOTIATION - The tenderer/s shall not increase his/their quoted rates in case the Railway Administration negotiate for reduction of rates, such a negotiation shall not amount to cancellation or withdrawal of the original offer and the rates originally quoted will be binding on the tenderer/s.

1.11 AUTHORITY FOR ACCEPTANCE- The authority for the acceptance of the tenderer will rest with the North Western Railway administration, on behalf of President of India, who shall not be bound to accept the lowest or any tender or to assign any reason for non-acceptance or rejection of a tender. The North Western Railway administration reserves the right to accept any tender in respect of the whole or any portion of the work specified in the tender paper or to sub-divide the work among different Tenderers or to reduce the work or to accept any tender for less than the tendered quantities without assigning any reason whatsoever.

1.12SYSTEM OF QUOTING RATES:

1 .12.1The entire work is divided into the following Schedules: -

Schedule A (SOR items

Schedule B (NS items

1.12.2Against each item of schedules, the rates acceptable to Railways are quoted and total is drawn for schedule. The estimated grand total for Schedule is drawn. The tenderer is required to quote the percentage above / below the Railways estimated cost of Schedule at which he offers to do the work. 1.12.3Deleted.

1.12.4 All the prices shall be inclusive of all taxes / duties as applicable at present.

1.12.5 LOCAL CONDITIONS: It will be imperative on each tenderer to fully acquaint himself with all the local conditions and factors which would have any effect on the performance of the contract and cost of the work. The purchaser shall not entertain any request for clarifications from the tenderer regarding such local conditions. No request for change of price, or time schedule of completion will be entertained after the offer is accepted by the purchaser on account of any local condition or factor.

PART II

SCHEDULE

Tender S&T/BKN/236 R Schedule of work

Name of work- Provision of ( SDH ) STM-1 equipments, Add/drop muxes and other associated equipment of OFC system in SGNR-HMH section of BKN division.

SNDescriptionUnitQty.RateAmountinspecting authorityRate Reference

SOR items

1Supply, installation, wiring, testing & commissioning of managed SDH (STM-1 Add/ Drop MUX and upgradeable to STM-4) fully wired for 2 X 63 MB and equipped for 2l E1s and a Virtual Container (VC)-12 with STM-1 (LI.I) aggregate interface including power supply, order wire, sub rack, inbuilt DDF, installation material and all other accessories, manuals etc. as per TEC. Specification GR SDH 04/02, March 02 or with latest amendment. The contractor will supply all other accessories as mentioned in the above said TEC Specifications and system will have provision of different redundancy cards as per the TEC Specifications. Note: It shall be possible to increase capacity from 2lE1s to 63 Els by adding / inserting tributary cards. This includes connecting all pig tails, optical patch cords etc. to the SDH equipment. This also includes connecting the SDH equipment with all cards to the 48V Bus including supply of wires and connectors. Termination of all Els on DDF taking PVC cable over runway or a wall. At the terminal station, one port may be disabled if required as per instructions given by site engineer incharge.No.5158348.56791742.8RITESItem 19.6 (Sch.B) SOR/NWR

2Supply, installation, wiring, testing and commissioning of 2Mb Programmable Primary Digital drop insert multiplexer as per RDSO Specs. IRS TC- 68/2004 (Amnd.l) or latest with conference facility and other stipulation to tender documents and fully wired for 30 chanoel complete with power supply card, remote control, supervision facility and all other accessories. installation material, manuals etc. It should have facilities to accommodate data interface card in multi drop mode aod should be able to support cards needed for video conferencing and ISDN. It shall support NMS installed at Test Room and may operate local/ remote location of entire section. It also includes submission of all technical documents, manuals and supply of all miscellaneous items which will be required for final testing and commissioning of system.The above MUX should be equipped with following circuits:i) 2 wire! 4 wire E&M VF circuits (minimum 16 nos ckts) ii) Subscriber lOODcircuits ( minimum 4 DDS ckts) iii) Minimum 2x 64 Kbps co- directional data circuits (minimum 3 nos ckts.) OR 64 Kbps co- directional data circuits (minimum 6 nos ckts.)iv) Exchange loop interface circuits (minimum 8 circuits )v) This also includes connecting all pigtails, optical patch cords etc to the SDH equipments. This also includes connection of SDH and primary MUX equipment with all interface cards to the 48V Bus including supply of wires and connectors termination of all E1s on DDF taking PVC cable over runway or a wall and termination of VF interface circuit to the Krone type.No.5176417.07882085.35RDSOItem 19.7 (Sch.B) SOR/NWR

3Supply ,installation, wiring, testing and commissioning of maintenance free VRLA secondary cells duly charged of 48 Volt/ 120 AH (comprising of 24 cells each of 2.0 ~ along with all accessories as per RDSO Specs. No.IRS:S-93/96(A)(Amnd.l) or latest as per detailed technical specifications attached in tender document. Ihis item includes suitable steel/wooden/ tray/battery racks and other installation material for proper installation of the batteries as per instructions of site engineer incharge.Set436527146108RDSOItem 19.8 (Sch.B) SOR/NWR

4Supply, installation, wiring, testing and commissioning of SMPS based ballery charger, 48 V, 25 Amps in N+l configuration i.e. using 3 modules of 12.5 Amps with automatic switching between modules as per RDSO Technical Specifications (RDSO/SPN/ TL/ 23/ 99 Ver. 4 with Amnd.l or latest and other stipulation of tender document. It shall be equipped with surge and lightening protection of ' B' and 'C' class as per instructions of site in charge. This includes cost of installation of DC bus bar of 48 V DC, power wires etc. All the wiring shall be done with the suitable size of power wires through proper casing/capping and as per instructions issued by site engineer incharge. All the materials required for this item shall be supplied by the contractor.No. 541281.47206407.35RDSOItem 19.9 (Sch.B) SOR/NWR

5Supply, installation and complete indoor wlrlng of 19 inch covered Rack of size 2035 mm x 600 mm x 600 mm(Approx.) as per drg.No.CSTE/ NWR/ S0R/ 24. The rack shall be complete with all fittings for housing SDH equipments, Primary MUXES, DDF, MDF using crone modules and other equipments like runway ladders etc completely wired and equipped with integrated protectior modules for all channels as per technical specifications am other stipulations of tender document. It should be possible to lock all the equipments with only order wire telephone remaining outside the rack.No.523980.41119902.05ConsigneeItem 19.13 (Sch.B) SOR/NWR

6Supply of unit maintenance free earth material to construct unit maintenance free earth as per RDSO specs No.RDSO/SPN/197/2008 or latest and confirming to RDSO drg. SDO/RDSO/E&B/001 dated 19.09.08. It consists of following.Stn.610712.1164272.66ConsigneeItem 11.0 (Sch.A) SOR/NWR

i-a)Copper bonded steel electrode of 3.0 m long, 17.2 mm dia with copper bonding thickness of minimum macrons and UL listed and marked = 1 no.

i-b)Earth enhancement material supplied in sealed bags of minimum 10 kg = 3 nos.

i-c)Copper strip of 150x25x6 mm, to terminate earth rod = 1 no.

i-d)Copper strip of 300x25x6 mm (MEEB) = 1 no.

i-e)Copper strip of 150x25x6mm (SEEB) = 1 no.

ii)Supply of 35 sq. mm multi strand single core PVC insulated copper cable as per IS: 694 for connecting main earth electrode to MEEB in the equipment room in duplicate

iii)Supply of 16 sq. mm multi strand single core PVC insulated copper cable as per IS: 694 for connecting MEEB to SEEB and SPD to MEEB

iv)Supply of 10 sq. mm multi strand single core PVC insulated copper cable as per IS: 694 for connecting various equipments to SEEB

v)Supply of copper lug sleeve for 3/16 cable

7Installation of Unit Maintenance Free Earth as supplied under SOR Item No. 11 of Sch. 'A '. It includes Stn.64803.8628823.16ConsigneeItem 14.2 (Sch.B) SOR/NWR

i ) Digging the earth to the required depth

ii) Insertion of electrode

iii) Filling of earth enhancing compound approx 30Kg

(iv) Provision of exothermic weld connections to copper tape of 25 mm x 6 mm x 150 mm to the earth electrodes. All material tools and features required for weld will be arranged by contractor.

(v) This also includes CC cover 1.5 ft x 1.5 ft. I ft wall thickness 2 inch with cover 3 inch thickness.

Cables 35 Sq mmlI6 Sq mmllO sq mm for connecting earth to busbar, busbar to busbar and busbars to various equipments. Earth electrode of 17.0 mm dia and 3.00 mete long high tensile low carbon steel circular rods molecularly bonded with copper and outer surface (minimum coppe bonding thickness of 250 micrones to made requirement 0 under writer's laboratories (UL) 467-2007 or latest.

Copper strips of 150 mm x 25 mm x 6 mm to be welded with each earth electrode, copper strips of 300 mm x 25 mm x 6 mm for main equip- potential busbar, copper strips of ISO mm x 25 mm x 6 mm sub equip-potential busbar in relay room. power room and panel room.

Copper tape 25 mm x 2 mm for ring formation of earth pits, Earth enhancement material in bags for each Earth Electrode.Inspection chamber of site 300 mm x 300 mm x 300 mm (Inside dimension) of approximate 50 mm thick with pulling hooks to cover the earth pits.

Note: The installation of this item shall he carried out by the contractor as per RDSO Specn.No,RDSO/SPN/197/ 2008 or latest and conforming to RDSO Drg.No. SDO/ RDSO/ E&B/ 001 or tatest.

8Supply & Installation of surge and lightning protection arrangement for OFC equlpments installed m OFC huts/ASM office and up to the level of the circuits derived from MUX at the stations as per Drg.No.CSTE/ NWR/ SOR/ 26. It includes supply of all the materials required for execution of this item.Stn419956.3779825.48consigneeItem 19.16 (Sch.B) SOR/NWR

9Supply of 2 Mb Programmable Primary Digital drop insert multiplexer as per RDSO Specs. IRS:TC-68/2004(Amntl.l) or latest with conference facility fully wired for 30 channels complete with power supply card, remote control, supervision facility and all other accessories, installation material,manuals etc. It should have facilities to acconunodate data interface card in multi drop mode and should be able to support card needed for video conferencing and ISDN. It shall support NMS installed at Test Room and may operate local/remote location of entire section. It also includes submission of all technical docwnents, manuals and supply 0 all utiscellaneous items which will be required for final testing and commissioning of system.The above MUX should be equipped with following circuits: i) 2 wire/ 4 wire E&M VF circuits (minimum 16 nos ckts)ii) Subscriber loop circuits ( minimum 4 nos ckts)iii) Minimum 2x 64 Kbps co- directional data circuits(minimum 3 nos ckts.) OR 64 Kbps co- directional datacircuits (minimum 6 nos ckts.)iv) Exchange loop interface circuits (minimum 8 circuits)

Nos.1132462.1132462.10RDSOItem 16.6 (Sch.A) SOR/NWR

10Supply of patch chord cable (10 mtr. long) with FC/PC connectors compatible with SDH equipments as per TEC Specn.No.GR/OFJ-02l01 May 2004 with latest Amendment.Nos.30618.5718557.1ConsigneeItem 16.9 (Sch.A) SOR/NWR

Sub total of SOR items (A)2470186.05

SNDescriptionUnitQty.RateAmountinspecting authority

Non SOR items

1Supply, installation & commissioning of solar photo voltaic module panel of rating 48 Volt 70 Watt for 48 volt, 120 AH Battery of STM-1 equipment. (Rating of solar system should be achieve by providing 8 Nos. solar panel of 12 Volt 36 Watt connected in series / parallel combination.) as per specification no. IRS:S: 84/92 or latest, with proper charge controller and GI stand for SPV module (Each panel should be with 02 nos. diode 6FM20 or equivalent) from RDSO approved firm.. All materials required for installation will be supplied by contractor. Flexible PVC insulated cable multi stand 10 sq. mm. shall be used for connecting SPV modules to the STM equipment batterys solar charging facility through charge controller. The installation will be done as directed by Engineer at site.Nos.358666175998RDSO

Sub Total of Non-SOR items (B)175998

Grand total ( A+B) in Rs.2646184.05

I/We offer my/ our rates as under:-

eSa @ ge viuh @ gekjh njsa fuEu izdkj vafdr djrs gSa&

S.No.

dz- la-Description of Item

en dk fooj.kBasic Cost /Base rates as fixed by the railway

jsyos }kjk x.kuk dh xbZ dqy csfld ewy fufonk ykxrRate to be quoted by tenderer/s at par /below/above in percentage on Basic cost/ Base rate.

fufonkdrkZ jsyos dh csfld ewy fufonk ykxr ij ,d gh nj izfr'kr mij ;k uhps ;k leku vafdr djsaA

In FiguresIn Words

1

Total Schedule A(Item 1 to 14 of SOR 2011)Rs. 2470186.05

2Sub Total of Non-SOR items (B)Rs. 175998.00

Notes-

1.The cost of the work & quantities shown above are rough and are for guidance only. The quantities given above are subject to change according to needs of the Railway and variation thereof to any extent will not be the basis of any claims against Railway.

2.The Schedule items are based on SOR 2012 of N.W.Rly.

3.Any amendment in SOR 2012 shall binding on the tenderer and no claim shall be entertained on this account.

4. The work shall be carried out as per Technical specification5.The rates should be inclusive of all labour and materials, taxes, lead, lift, loading, unloading, sales tax etc. Nothing extra payment other than the accepted rates will be made in any circumstances.

6.The contract shall be Governed by General Condition of Contract and Instructions to the Tenderers 1999 (Amended up to date).

7. All Tools and plants and mechanical equipments as required to execute the work shall be arranged by the contractor.

Date-

Signature of Tenderer/s

Place-

Address-

PART III

GENERAL CONDITIONS OF CONTRACT

(BOOK LET)

The copy can be obtained from Divisional Railway Manager (Engineering) Office, North Western Railway, Bikaner on payment.

PART IV

SPECIAL CONDITIONS

4.SPECIAL CONDITIONS4.1.1The contract shall be governed by the general conditions of contract (GCC) August 1998 (with latest amendments if any) and special conditions of the contract given below. Where there is any conflict between the instructions to Tenderers and Special Conditions of Contract, Tender forms, Annexure etc. on one hand and General Conditions of Contract on the other, the former shall prevail.

Note: - The copy of the general conditions of contract can be obtained from Divisional Railway Manager (Engineering), North Western Railway, Bikaner, on payment.

4.1.2Any Special conditions stated by the Tenderer(s) in the covering letter submitted along with the Tender shall be deemed to be a part of contract to such extent only as have explicitly been accepted by the Railway.

4.1.3These specifications / documents describe the material to be supplied, work to be performed and the method of construction for the complete installation in strict accordance with the drawings and specifications mentioned therein and such instructions as may from time to time be given by the Railways.

4.2NAME OF WORK:" Provision of ( SDH ) STM-1 equipments, Add/drop muxes and other associated equipment of OFC system in SGNR-HMH section of BKN division."4.3 LOCATION OF SITE:

4.3.1 The work is to be carried out at SGNR-HMH section of BKN division"4.4SCOPE OF WORK:

4.4.1 Deleted.

4.4.2 Deleted.

4.4.3Deleted.

4.4.4Deleted. 4.5Deleted.

4.6CONCESSIONAL FORMS

i. Concessional forms (A / D / H) for statutory taxes shall be supplied by Railways on demand.

ii. Octroi exemption certificate will be issued by Railways on demand. However, no additional payment is admissible, in case certificate is not honoured by the concerned authorities

iii. All forms will be issued in the name of Contractor only.

4.7PRICE VARIATIONi) Deleted.

4.8COMPLETION PERIOD4.8.1The entire work shall be completed within 6 months from the date of issue of Letter of Acceptance.

4.8.2 TIME SCHEDULE

Time is the essence of the contract. With a view to complete the work within 6 months, the contractors is requested to observe the time schedule in their own interest, so as to complete the work within the completion period stated above:

4.8.3Contractor along with his offer will submit a tentative time schedule to show his planning to complete the work. After award of the contract the time schedule will be jointly signed along with engineer-in-charge after carrying out necessary modification as suggested by engineer-in-charge.

4.9 PAYMENT TERMS

4.9.180% of the accepted cost of the supply items of the Schedule [duly inspected by the nominated Inspection Authority] will be paid on receipt of the equipment by the Consignee.

a) 10% of the accepted cost (in addition to the 80% released above) shall be paid after installation/erection of that particular equipment.

b) The balance 10% of Schedule for each station will be paid after commissioning of each station.

c) 100% will be paid for spares & for items, which are not required to be erected by the contractor on receipt of the equipment and no loss certificate by consignee. 4.9.2Deleted.

4.9.3All payments shall be made on the certificate of the Engineer within a reasonable time of the submission of the necessary bills by the contractor.

4.9.4DEDUCTION FROM ON ACCOUNT PAYMENT BILLS - All costs, damages or expenses, which Railways may have paid or incurred, which under the provisions of contract are Contractors obligations will be deducted by Railways from progress payment Bills/Invoice of Contractor, as and when it is understood that such an expenses has been incurred or paid for. All such claims of Railways shall, however, be duly supported by appropriate and certified vouchers, receipts or explanations as are available to enable the Contractor to identify such claims.

4.9.5The recovery rates for material supplied by the Railways which contractor fails to supply in time would be 1.5 (One point five) the cost of the procurement by Railway which is inclusive of the freight.

4.9.6 Cess & Water charges will be recovered from the contractor as per rule in force, if applicable.

4.9.7 TAXES Railways will deduct Income Tax as per rates applicable at the time of making payments. Wherever the law makes it statutory for the purchaser to deduct any amount towards sales tax on works contract, the same will be deducted and remitted to the concerned authority. The Contractor and all personnel employed by him shall pay such taxes like Income Tax as are payable under statutory laws of India and the Purchaser will not accept any liability for the same.

4.9.8

IMPLICATION OF MODVAT RULES:

The liability of the purchaser to reimburse excise duty is limited to such sum as may be found legally due and payable in respect of contract goods after availing the full credit on all the inputs used in the manufacture of the finished products irrespective of whether the contractor has in fact availed of the said credit or not.

4.9.9 In case of vitiation due to variation in quantities the amount by which vitiation occurs will not be payable to the contractor

4.10MOBILISATION ADVANCE

Not applicable

4.11EARNEST MONEYThe tenderer shall deposit in favour of the Sr. DFM, North Western Railway, Bikaner, a sum of Rs. 52930/- as Earnest Money Deposit, failing which tender will be summarily rejected.

i.The tenderers shall hold the offer open till such date as may be specified in Validity Clause of the tender. It being understood that the tender documents have been sold/issued to the tenderer and the tenderer has been permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Sr Divisional Signal & Telecommunication Engineer, North Western Railway, Bikaner. Should the tenderer fails to observe or comply with the foregoing stipulation; the aforesaid amount shall be liable to be forfeited by the Railways.

ii.If the tender is accepted, the amount of the Earnest Money will be retained as part of Security Deposit for the due and faithful fulfilment of the contract. The Earnest Money of the unsuccessful tenderer will be returned to the unsuccessful tenderer 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.

iii.The Earnest Money receipt shall be incorporated in the original copy of the tender document. (Other copies of the offer, if any, shall contain true copies of the Earnest Money receipt)

iv.The Earnest Money should be furnished either in cash or in any of the following forms:

iv.A.Deposit receipt, pay orders or Demand Drafts. These should be either of the State Bank of India or any of the Nationalised Bank. No confirmatory advice from the Reserve Bank of India will be necessary.

iv.B.Deposit receipt executed by the Schedule Banks (other than the State Bank of India and the Nationalised Banks), approved by the Reserve Bank of India for the purpose (as defined in RBI Act, 1934). The Railways will not however, accept deposit receipt without getting in writing the concurrence of the Reserve Bank of India.

iv.C.Deposit receipts, Pay Order and Demand Drafts should be drawn in favour of the Sr. DFM, North Western Railway, Bikaner, and endorsed Account Payee. These instruments should be valid at least for the period covering the validity of the offer.

iv.D. In case the Earnest Money is deposited in cash the payment should be made to the Divisional Cashier, North Western Railway, Bikaner and cash receipts obtained from him should be furnished along with the tender.

iv.F. Tenderers should note that EMD in the form of Guarantee Bond is not acceptable.

Note: The instrument of pay order is also referred as Bankers Cheque, Managers Cheque or Cashiers Cheque, hence any one of them is an acceptable form of deposit.

v.No reference to the previous deposit of Earnest Money & Security Deposit for adjustment against the present tender will be accepted and any request for recovery from any Security Deposit against present tender will not be entertained.

vi.The earnest Money shall remain deposited with the Purchaser for the period of 180 days from the date of opening of tenders. If the validity of the offer is extended, the Earnest Money Deposit/Bank Guarantee duly extended shall also be furnished, failing which the offer after the expiry of the aforesaid period shall not be considered by the Purchaser.

vii.No interest will be payable by the Purchaser on the Earnest Money.

viii.The earnest Money deposited is liable to be forfeited if the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of his offer.

ix.The earnest Money of the successful tenderer will be returned after the Security Deposit as required under para 4.13 of Special conditions of contract is furnished and formal contract duly signed is received by the Purchaser.

x.If the successful tenderer fails to furnish Security Deposit as required in the Special Conditions of Contract and fails to return the formal contract duly signed within fifteen days of the receipt of the formal contract, then the Earnest Money shall be liable to be forfeited by the Purchaser.

xis.The Earnest Money of all unsuccessful tenderers will be returned by the Purchaser within reasonable time after the finalisation of the tender.

xii.Any tender not accompanied by Earnest Money in one of the approved forms will be summarily rejected.

xiii.LUMPSUM EARNEST MONEY -

No Lumpsum earnest money is acceptable

4.12SIGNING OF AGREEMENT

The tenderer whose tender is accepted shall be required to present himself or his duly authorized representative person at the office of the Sr Divisional Signal & Telecommunication Engineer, Bikaner to execute the contract document within Seven days after receipt of notice that the contract documents are ready. Failure to do so shall constitute breach of the agreement effected by the acceptance of the tender in which case the earnest money accompanying the tender shall be forfeited by the Railway as liquidated damages for such default, without prejudice to any other right or remedies open to the Railway.

4.13SECURITY DEPOSIT

Amount of Security Deposit to be paid will be calculated as follows: -

Unless otherwise specified in special condition, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under: -

(a) Security Deposit for each work should be at the rate 5% of the contract value,

(b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered.

(c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the completion of the work and maintenance period as certified by the Competent Authority and after passing the final bill based on No Claim Certificate.

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 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 contractors and that there is no due from the contractors to the Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

No interest will be payable upon the Earnest Money and Security Deposit or amount payable to the Contractor under the Contract, but Government Security deposited in term of Sub Clause (1) of this clause will be payable with interest accrued thereon.

The Earnest Money already paid by the successful Tenderer may at the request of the successful Tenderer be adjusted towards part payment of this Security Deposit after extending validity of earnest money suitably as required for security deposit.

4.13INTRODUCTION OF PERFORMANCE GUARANTEE (P.G.)

The Procedure for obtaining Performance Guarantee is outlined below :

(a)The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and 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 re-tender for that work.

(b)The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to5% of the contract value :

(i)A deposit of Cash :

(ii)Irrevocable Bank Guarantee :

(iii)Government Securities including State Loan Bonds at 5% below the market value :

(iv)Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds.These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks :

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks :

(vi) A Deposit in the Post Office Saving Bank :

(vii) A Deposit in the National Savings Certificates :

(viii) Twelve years National Defance Certificates :

(ix) Ten years Defence Deposits :

(x) National Defence Bonds and

(xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less.

Also, FDR in favour of Sr DFM NWR Bikaner (free from any encumbrance) may by 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 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 enitled 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 recinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India..4.14ARBITRATION ACT

Arbitration & conciliation ordinance 1996 / Arbitration Act 1996 will be valid for this tender in place of Arbitration Act 1940.

4.15. INSTRUCTIONS FOR SUBMITTING THE TENDERS AS JOINT VENTURE FIRMS

4.15.1 Separate Identity / name should be given to the joint Venture firms / establishment.

4.15.2 In case of parties to the joint venture Agreement have agreed to designate one of the partner as Lead Partner, the clause specifying the details of authorities, powers, rights, duties given to him should be included in the agreement in clear terms.

4.15.3 Share of profit & Loss along with share of individual / parties should be clearly indicated therein.

4.15.4 For the interest of Railways a specific provision should be made in the J/V agreement, in which the party to the agreement should be made Jointly & severally liable/responsible in case of any default by either of the parties to the Joint Venture Agreement.

4.15.5 If both the parties of J/V firm are Partnership firms, the name of all the partners be mentioned in the J/V Agreement and should be signed by the partners OR their Power of Attorney should or man enclosure of the J/V Agreement.

4.15.6 In case of one or more parties to the Joint Venture Agreement are Partnership firm/s, the following documents should be enclosed.

a)Certified copy of Partnership Deed.

b)Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate valuations.

c)Power of attorney in favour of one of the partner to sign the Joint Venture Agreement on behalf of all the partners and create liability against the firm.

4.15.7 In case one or more parties are Proprietary form OR HUF: the following documents should be enclosed. Affidavit on Stamp paper of appropriate valuation declaring that his concern is a Proprietary concern and he is sole proprietor of the concern OR he is in position of KARTA of Hindu Undivided family and he has authority, power and consent given by other copartners to act on behalf of HUF.

4.15.8 In case of one or more partners are limited companies, following documents should be submitted.

a. Certified copy of minutes of meeting of the directors of the company in which resolution was passed to the effect.

i) of entering into the Joint Venture Agreement.

ii) Of authorizing Managing Director/ One o the director/manager of the company to sign the Joint Venture Agreements.

iii) Of authorizing M.D./Director/Manager or any other person to sign all other documents, contracts, agreements etc. and the create liability against the company or and/ or to do any other act on behalf of the company.

b. Copy of Memorandum and articles of Association of the company.

c. Power of Attorney by the Company authorizing person to do act mentioned in the (iii) above.

4.15.9 Documents

a) The copies of documents, sent in support of the Joint Venture should be certified by Competent Authority.

b) Original documents, sent in support of the Joint Venture Agreement should be Registered/ notarized as the case may be.

4.15.10 While evaluating the performance of Joint Ventured firms following criteria shall be applicable.

(i) Solvency/Turnover:Solvency/Turnover of all the parties / firms should invariably be submitted along with tender documents indicating hire proportion in Ach Company/ firm. Total solvency shall be calculated based on their proportion.

Example:

2 Individuals A & B room Joint Venture with 60% and 40% share.

A has partnership with firm X1 and X2 having stake of (say) 30% and 40% respectively having turnover of Z1 and Z2 respectively.

B has partnership with firm Y1 and Y2 having stake of (say) 50% and 20% respectively having turnover of Z3 and Z4 respectively.

Then Solvency/Turnover of a Joint Venture firm shall be:

= (0.3Z1 + 0.4Z2) X 60 + 40 X (0.5 Z3+ 0.2Z4)

1 100 100 1

(ii)Technical Criteria:

One of the parties of Joint Ventured firm should invariably fit in the Technical eligibility criteria fixed in tender documents.

4.15.11Purchase of Tender Documents:

Tender documents may be purchased either in the name of one of the Partners of Joint Venture Firm Or in the name of J/V firm. Earnest money should be deposited in the name of J/V firm only.

4.15.12The Joint Venture Agreement should invariably contain clauses related to following subject/ issues in the manner specified herein below:

(i) Joint & Several Liability:The parties hereto shall, if awarded the contract for the project, be jointly and severally liable to Employer for execution of the project in accordance with General & Special conditions of the contract. The parties hereto also undertake to be liable jointly and severally for the loss, damages caused to the Employer in course of execution or due to non-execution of the contract or part thereof or arising out of the contract.

(ii) Validity of the Joint Venture Agreement:-The Joint Venture Agreement must be executed prior to the date of submitting the tender & it should be duly registered or duly notarized by Notary Public.

The Joint Venture Agreement shall not be terminated unless and until the work awarded under the contract is completed in all respect and also till the maintenance period is over or till all the contractual liabilities are discharged completely.

The contractor while submitting tender form shall declare the following: -

(a)Notices and correspondences: -All correspondence and notices to the Joint Venture shall be addressed to M/s (Shri) ---------------------------------- at the address stated here in below: -

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

(b)Governing Laws:The Joint Venture Agreement shall in all respect be governed by the interpreted in accordance with Indian Laws.

(C)Authorized Partner/Person:-

M/s (Shri) --------------------------- shall be authorized partner/person or behalf of the Joint Venture to deal with tender, to sign the agreement, or enter into contract in respect of the said tender, to receive the cheques, money, to pass on the receipt for the payment, to witness joint measurement of work done, to sign measurement books with Employer in respect of the said tender/contract.

(vi) Assign ability:

No party to the Joint Venture has the right to assign or transfer the interest, right or liability in the contract without the written consent of the other party and that of the Employer in respect of the said tender/contract.

(vii) Use of Machinery, Instruments, Labour force etc.The parties hereto undertake that whatever the machinery, instruments, labour force, (including unskilled, skilled, inspectors, Engineers etc.), they posses at the time of entering into Joint Venture Agreement or which subsequently shall come in their possession and if such machinery, instruments, labour force is required for the speedy and efficient execution of the work, the party/parties having the control over the said machinery, instruments, labour force etc. Without having any regard to their share of profit and loss agreed to between the parties in Joint Venture Agreement shall hand over the same at the disposal of the other party who is actually executing the work for purpose of execution of the contract without any hindrance and obstacle.

(viii) Execution on Non-Judicial Stamp Paper: The Joint Venture Agreement must be on Non-Judicial Stamp Paper of Rs. 100/- or as per Stamp Act of the concerned State where agreement has been executed.

4.15.13VARIATION IN QUANTITIES DURING EXECUTION.

New Clause 42 (4) to Indian Railways General Conditions of Contract (Ref Item-9 to Railway Board's letter no.2007/CE-I/CT/18 dated 28.09.2007 and Item-2 to letter no.20007/CE.I/CT/18Pt XII. dated31.12.2010)

The procedure detailed below shell 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;

(i)Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.(ii)Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender ;

(iii)Variation in quantities of individual 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 up to 25% of individual item without finance concurrence.

(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than 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 up to 125% of the original agreement value may be accepted by General Manager.

9. Fro tenders accepted by Board Members and Railway Ministers, variations up to 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.

4.16STORES4.16.1CONSIGNEE4.16.1.1The consignee for this work will be Section Engineer (Tele ), North Western Railway, HMH 4.16.2LOADING / UNLOADING OF MATERIAL4.16.2.1The material shall be delivered by the Contractor at the depot of Consignee / site of work. Material supplied by Railways for execution of the work and the material delivered by the Contractor shall be transported from the Railway Store at Bikaner/Rewari/Hanumangarh/Bhatinda/Jodhpur/Jaipur/Ajmer/Delhi or Ghaziabad or Railway store at Sirsa, Hisar, Bhiwani.

4.16.3STORES RECEIPT & ACCOUNTAL4.16.3.1Exchange of proper requisition and receipt shall be done on a suitable Performa between the Contractor and the Railways authorised representative.

4.16.3.2The Contractor shall issue a receipt along with the demand slip for material he requires for the work and obtain receipt when any material is returned to stores. These transactions shall be done with the consignee.

4.16.3.3All stores drawn by the tenderer shall be accounted for either as installed as per site measurements recorded or as per surplus stores returned to the Site Inspector-in-charge.

4.16.4SECURITY OF MATERIAL4.16.4.1Once the material is handed over to the contractor, the contractor shall be responsible for the security of material irrespective of the fact that the material is kept in Railway premises. The contractor shall make adequate arrangements at site as deemed necessary for guarding the same from the thefts by outsiders or his labour or damage of any sort.

4.16.4.2The cost of stores lost shall be realised by the Railway out of any payments due to the contractor in this contract or from any other contract executed by Govt. of India.

4.16.4.3The Contractor will indemnify all the Stores handed over to him and will execute the Indemnity Bond for this purpose on standard Performa given along with these documents. Execution of the Indemnity Bond will precede handing over any material to the Contractor.

4.16.5RETURN OF SURPLUS STORES4.16.5.1The stores found to be surplus shall be returned to Consignee by the Contractor with his own staff.

4.16.5.2The contractor shall account for all material that was issued to him. A register shall be maintained at site, which shall be signed by the Contractor as a token of receipt of material. All the issued material shall either be used in the installation or returned to Consignee.

4.16.6RETURN OF RELEASED STORES4.16.6.1Released material shall be handed over to Consignee in systematic manner. Proper care should be taken while releasing & transporting the stores.

4.16.7INSPECTING AUTHORITY4.16.7.1The Inspecting authority for the work shall be RDSO / Railways representative or any authority advised by Railways.

4.16.8INSPECTION OF MATERIAL4.16.8.1All materials to be used on this installation shall be subject to inspection by RDSO / Railways representative at the manufacturers premises. For this purpose the Contractor shall give sufficient notice of time to RDSO / Railways representative when the material is ready for testing / inspection. All facilities as may be necessary shall be provided for carrying out the tests.

4.16.8.2Whether a product has or has not been accepted at the point of manufacture, if, upon arrival at destination, it does not meet the requirements of the specification, it may be rejected and the Contractor shall undertake disposal of the rejected products and shall bear all charges.

4.16.8.3The contractor shall make such tests as may be necessary to demonstrate to the satisfaction of the Railway that the apparatus and the system as installed are in accordance with the requirements of the specifications and contract. The Contractor shall provide such instruments and apparatus as may be necessary for making the tests.

4.16.9INSPECTION CHARGESOnly inspection charges, if any, for the inspection service rendered by RITES & RDSO to the S&T contractor for executing this work shall be borne by the Railway. All other charges, if any, will be borne by the contractor.

4.16.10MATERIALS AND WORKMANSHIP

4.16.10.1All the items which are to be procured as per IRS / RDSO specifications shall be procured from RDSO approved firms. (RDSO approved firms shall be from the Part I only. In case there is no firm in Part I, materials from firms in Part II may be accepted). Any relaxation with respect to procurement / inspection shall be with the prior approval of the competent authority. The Railways decision shall be final and binding on the contractor.

4.16.10.2In case the total value of a particular item is less than Rs. One lakh, the same may be inspected by Consignee, subject to supplies being from sources approved by RDSO. However, the following items shall invariably be inspected by RDSO. Certificate of inspection to be submitted along with the supply: -

All type of Relays, Indoor cables, Outdoor cables, Tag blocks, M-6 terminals, 8-way Terminal blocks, Point machines and CLS units.

(For Indoor cables, Tag blocks, M-6 terminals, 8-way terminal blocks, quantities shall be estimated as per execution requirement by the contractor for procurement and RDSO's inspection).

For items which do not have RDSO specification or which RDSO has not approved any suppliers, inspection shall be carried out by RDSO/authorized Railway representatives.

4.16.10.3Deleted

4.16.10.4The Railway shall have full powers to reject any material that the Railway may consider to be defective or inferior in quality of material, workmanship, design or otherwise, not in accordance with the specifications and drawings specified by the Railway.

4.16.10.5The Contractor shall remove forthwith all rejected materials and replace such material at Contractors expenses.

4.16.10.6.1.1.1 All material should be in properly packed condition and the consignee reserves the right to reject the material even though it was passed by RDSO.

4.16.10.7 The tool kit is to be supplied as per the list attached.

4.16.11Consignee's RIGHT OF REJECTION4.16.11.1Notwithstanding any approval which the Inspecting Officer may have given in respect of the stores or any materials or the work or workmanship involved in the performance of the contract (whether with or without any test carried out by the Contractor or the Inspecting Officer) and notwithstanding delivery of the stores where so provided to the interim consignee, it shall be lawful for the consignee, on behalf of the purchaser, to reject the stores or any part, portion of consignment thereof within a reasonable time after actual delivery thereof to him at the place or destination specified in the contract if such stores or part, portion of consignment thereof is not in all respects in conformity with the terms and conditions of the contract whether on account of any loss, deterioration or damage before dispatch or delivery or during transit or otherwise howsoever.

4.16.12CONSEQUENCES OF REJECTION (Rejected stores)

4.16.12.1When any stores delivery at the consignees depots is rejected, this shall be removed by the contractor within 30 days from the date of rejection. Such rejected stores shall lie at the contractors risk from the date of rejection. If the Contractor does not remove the stores within this period, the purchaser or his nominee shall have the right to dispose of such stores, as thought fit, at the contractors risk and account.

4.16.12.2The purchaser shall also be entitled to recover from the contractor, handling and ground rent / demurrage and any other charges for the period during the rejected stores are not removed after the period aforementioned.

4.17WORKS4.17.1SPECIFICATIONS, DRAWINGS4.17.1.1Deleted

4.17.1.2Supply of following diagrams / documents shall form part of the contract (as applicable): -

4.17.1.2.1Deleted

4.17.1.2.2Deleted.

4.17.1.3Deleted. yes, it will be examined and Railways will indicate the kind of -

4.17.1.4Deleted.

4.17.1.5Deleted.

4.17.1.6Deleted.

4.17.1.7The arrangements of interlocking and design of equipments etc. shall be in conformity with the practices followed on North Western Railway and the System as a whole shall be so designed that the operation is reliable, safe and satisfactory under the local climatic conditions existing at the station.

4.17.1.8 Installation shall comply with the requirements to the following manuals/books: -

Telecom Manual

Signal Engineering Manual

Engineering Code

P-way manual

General & subsidiary Rules with latest correction slip.

Schedule of dimensions.

These books are available with Engineer-in-charge for this work which can be given on loan, if required, for reference.

4.17.1.9After the contract is awarded, the Railway shall furnish to the Contractor, free of charge, a reasonable number of prints of the approved signaling plan control and such other drawings as the Railway may consider necessary for proper execution of this work.

4.17.2SUPERVISION & LABOUR4.17.2.1Tenderer shall keep on the works sufficient and competent staff as per G.C.C. Clause no.26. The work shall be carried out as per Railways extant practice.

4.17.2.2The field Supervisor shall receive instructions from the Engineer-in-charge of the work or his representative at site and comply with the instructions. The Contractor shall be responsible for the compliance of such instructions.

4.17.2.3If the supervisor acting on behalf of the Contractor, disobeys or does not regard the instructions of the Railways supervisor / representative and does not execute the work to the satisfaction of this Railway supervisor, it shall be binding on the tenderer to replace his supervisor.

4.17.3INSPECTION OF WORKS

4.17.3.1The completed installation at all stages shall be subjected to checks and test as decided by Railways and the contractor shall be liable to remedy such defects as discovered during these checks and test and make good all deficiencies brought out. However, complete installation will be taken over finally on completion of the full system. It will be the responsibility of the contractor to rectify any discrepancy noticed within a period of one month from the date the complete system is taken over. For the purpose of taking over, joint inspection will be carried out by Sr. DSTE/DSTE/ADSTE/ and Sec/Jr. Engineer (Sig) The contractor should make himself or his representative available at the time of joint inspection. The decision of the Engineer shall be final in the matter.

4.17.3.2The contractor will be called upon to pay all the expenses incurred by the Railway in respect of any work found to be defective or of inferior quality, adulterated or otherwise unacceptable.

4.17.3.3During the execution of the contract, samples may be taken for the purpose of test and/or analysis under the conditions laid down in specification, such samples to be prepared for testing and forwarded free of all cost to the Railway.

4.17.3.4A log book will be kept at the work site by the contractor. The inspecting officer of the Railway may in addition to oral instruction to the representative of the contractor at the work site, enter such instruction as he deems fit in this log book. The contractor will be responsible to note necessary action and remedy the defects and ensure that the instructions either oral or written are complied with. His non noting the log book entries shall not be considered sufficient grounds for non-compliance of the instructions.

4.17.4APPROVAL & MEASUREMENT OF WORK4.17.4.1The contractor will obtain written approval of the supervision after completion of the various sub-items of each work mentioned in the Schedule (wherever applicable).

4.17.4.2The contractor shall sign the measurement as a token of acceptance of the measurement entered by the supervisor in-charge of the work (wherever applicable).

4.17.4.3 The contractor should ensure that measurement has been made for such work which is not possible to measure subsequently and shall remain hidden. For example:

after trenching is done

after RCC trunking is placed in trench and properly aligned.

after the above is laid properly.

after the earth is filled.

after brick/slab/capping is laid.

4.17.4.4Back filling of the trench shall be done only after the inspection and written confirmation from the Railway representative.

4.17.4.5The contractor shall maintain record of cable laid as per Performa in Drawing CSTE/3644 (pages 10 & 11).

4.17.4.6Cable laying shall be done as per technical specifications and instructions for trenching laying of S&T cables issued by CSTE / Sr. DSTE/DSTE and as per drawings as mentioned in the document will be followed.

4.17.5.SAFETY OF WORK & TRAINS4.17.5.1During testing and commissioning signal aspects shall be displayed or changed and slot given to adjoining cabin/ground frame only as authorised by Railway.

4.17.5.2During testing and commissioning, point setting shall be changed only as authorised by the Railway.

4.17.5.3The contractor shall conform to all the Railway Rules relating to safety of personnel and operation of signals and points. In the A.C. electrified areas the special precautions as laid down in R.E. manual shall be followed.

4.17.5.4The contractor shall do no work that may interfere with traffic until protection has been provided by the Railway and under the supervision of Railways representative.

4.17.5.5While testing and commissioning of the SMs slide frame, the contractor shall not work without authorisation from the Railway in-charge of the work.

4.17.5.6The contractor shall also be responsible for any damage that he may cause due to the carelessness of his workmen and will bear the consequences in this regard.

4.17.5.7The contractor will not be entitled to any compensation for any damage or loss sustained by him during execution of the work for any idle labour or transport or any loss or deterioration of the material or tools.

4.17.5.8 WORKING ON SUBURBAN SECTION IN CCG-VR SECTION.

Deleted as not applicable in this tender.

4.17.5.9Plying of road vehicle in Railway land adjoining to running lines:

The Contractor shall not allow any road vehicle belonging to him or his suppliers etc. to ply in railway land next to the running line. If for execution of certain works viz. earthwork for parallel railway line and supply of ballast for new or existing fail line gauge conversion etc. road vehicles are necessary to be used in railway land next to the railway line, the contractor shall apply to the engineer-in-charge for permission giving the type and no. of individual vehicles, names and license particulars of the drivers, location, duration and timings for such work/movement. The engineer-in-charge or his authorized representative will personally counsel examine and certify, the road vehicle drivers, Contractors flagmen and supervisor to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory conditions:

i) The road vehicles will ply only between sunrise and sunset.

ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one flagman and one supervisor certified for such work.

iii) The vehicles shall ply 6m clear of track. Any movement/work at less than 6m and up to minimum 3.5 m clear of track centre shall be done only in the presence of railway employee authorized by the Engineer-in-charge. No part of the road vehicle will be allowed a less than 3.5m from track centre. Cost of such railway employee shall be born by the railway.

iv) The Contractor shall remain fully responsible for ensuring safety and in case of any accident, shall bear, cost of all damages to this equipment and men and also damages to railway an its passengers.

Engineer-in-charge may impose any other condition necessary for a particular work or site.

4.17.6WORK TO BE DONE BY THE RAILWAYSi)Electric power supply (230V, 5A) will be supplied by the Railways at the prevailing cost for executing minor works like drilling of holes etc. in the cabin.

ii)Deleted

iii)Any other item not mentioned in the Schedule.

4.17.7MATERIAL TO BE PROVIDED BY RAILWAYS Materials to be supplied by Railways in this contract are to these documents. All materials to be supplied by Railways shall have to be collected by contractor through his own labour and transport from the stores of SSE (Sig) Bikaner/Hanumangarh/Bhatinda/Jodhpur/Ajmer/Jaipur or Ghaziabad workshop to site.

4.17.8MODIFICATIONS4.17.8.1The contractor shall be responsible for and supply any additional equipment without extra cost for any alterations of the works due to any discrepancies, errors or omissions in the drawings or other particulars supplied by him, whether such drawings or particulars have been approved by the Railway or not due to inaccurate information or particulars furnished to the Contractor on behalf of the Railway. If any dimensions/figures upon the drawings or plans differ from those obtained by scaling the drawings or plans shall be taken as correct.

4.17.8.2 Any minor modifications required during the course of work shall be done without extra charges and the Railways decision as to whether the modifications are minor or not shall be final. Where modifications are not minor and the Railway is satisfied that the modifications are essential, they shall be carried out at extra charges to be approved by the Railway.

4.18MAINTENANCEDeleted.

4.19TRAINING

4.19.1 Deleted

4.20SETTLEMENT OF DISPUTES 4.20.1 The provision of Clauses 63 & 64 to the General Condition of Contract will be applicable only for settlement of claims or disputes between the parties for values less than or equal to 20% of the value of the contract and when claim or disputes are of value more than 20% of the contract, provision of Clauses 63 & 64 and other relevant clauses of the General Conditions of Contract will not be applicable and arbitration will not be a remedy for settlement of such disputes.

4.20.2 The contractor shall not be entitled to ask for arbitration before the completion of the work assigned to him under this contract. The contractor shall seek reference to arbitration to settle disputes only once within the ambit of condition 4.19.1 above.

4.20.3Special Conditions vide paras 4.19.1 and 4.19.2 shall prevail over existing clauses 63 & 64 of the General Conditions of Contract, other than provisions relating to Excepted Matters.

4.21ENGAGEMENT OF QUALIFIED ENGINEER

The contractor/s shall employ the following technical staff during the execution of the work: -

4.21.1One Graduate Engineer, when the cost of the work to be executed is Rs.15 lakhs and above.

4.21.2One identified Diploma holder, when the cost of work to be executed is more than Rs.5 lakhs but less than Rs.15 lakhs. Technical staff should be available at site whenever required by the Engineer-in-charge to take instructions till the commissioning of the work. In case the contractor(s) fails/fail to employ the technical staff as aforesaid, he/they shall be liable to pay a reasonable amount not exceeding a sum of Rs.2000/- (Rupees Two thousand only) for each month of default in case of Graduate engineer and Rs.1000/- (Rupees One thousand only) for each month of default in case of Diploma holder.

4.22TERMINATION OF CONTRACT

Since the work is of emergent nature, any delay in completion of work is likely to delay the project leading to substantial loss, it is imperative that the contractor carries out the work as per the time schedule specified in the tender documents. In case of failure on the part of the contractor to adhere to the laid down schedule, the whole or part of the work may be got executed at the risk and cost of the contractor either departmentally or through any other agency fixed by the administration on single tender or limited tender basis as deemed proper. This provision will have over riding effect in the conditions stipulated in the General Conditions of Contract.

4.23EMERGENCY WORKS

In the event of any accident or failure occurring in or about the work or arising out of or in connection with the construction, completion or maintenance of the works which in the opinion of the Engineer requires immediate attention, the Railway may bring its own workmen or other agency to execute or partly execute the necessary work or carry out repairs if the Engineer considers that the contractor/s is/are not in a position to do so in time and charge the cost thereof, as to be determined by the Sr Divisional Signal & Telecommunication Engineer to the contractor.

4.24NIGHT WORK

Notwithstanding the provision in the General Conditions of Contract, if the Engineer is satisfied that the work is not likely to be completed in time, except by resorting to night work, he may order the contractor/s to carry out the works even at night without conferring any right on the contractor for claiming any extra payment for the same. The contractor at his own cost shall make all arrangements in this connection. In any case indoor wiring and testing will be carried out round the clock normally.

4.25POWER SUPPLY

230V / 5A Electric power supply at cabin may be supplied by the Railways at the prevailing rate of electricity only on request of contractor for executing minor works like drilling of holes, soldering etc. for which contractor has to pay as per metered readings. However, contractor shall make his own arrangements such as portable generator for his use in case of power failure.

4.26WARRANTY: (See para 65 of GCC)

4.26.1After the plant has been taken over and during the period of Warranty, the contractor shall be responsible to the extent expressed in this clause for any defects that may develop under the conditions provided for by the contract and under proper use, arising from faulty materials, design or workmanship in the plant or from faulty erection of the equipment under the supervision of the contractor, but not otherwise and shall remedy such defects at his own cost and when called upon to do so by the purchaser who shall state in writing in what respect the portion is faulty.

4.26.2If it becomes necessary for the contractor to replace/ renew any defective portions of the plant under this clause, the provisions of this clause shall apply to the portions of the plant so replaced or renewed until the expiration of six months from the date of such replacement or renewal or until the end of the Warranty period of the contract, whichever may be later. If any defects be not remedied within reasonable time, the purchaser may proceed to do the work at contractors risk and expense, but without prejudice to any other rights, which the purchaser may have against the contractor in respect of such defects.

4.26.3If the replacement or renewals are of such a character, as may effect the efficiency of the system, the purchaser shall have the right to give to the contractor within one month from such replacement or renewal, notice in writing that test on completion will be carried out at his cost. Should such tests show that the plant sustains the guarantee given in the contract, the cost of the tests shall be borne by the purchaser. Should the guarantees not be sustained, the cost of the tests shall be borne by the contractor.

4.26.4All inspections, adjustments, replacements or renewals carried out by the contractor during the maintenance period shall be subject to the same conditions of the contracts.

4.26.5Until the final certificate shall have been issued, the contractor shall have the right to entry, at his own risk and expenses, by himself or his duly authorised representatives, whose names shall have previously been communicated, in writing, to the purchaser at all reasonable working hours upon all necessary parts of the works for the purpose of inspecting the working and the records of the plant and taking notes there from and if he desires at his own risk and expense, making any tests, subject to the approval of the purchaser which shall not be unreasonably withheld.

4.27OBLIGATION TO CARRY OUT ENGINEERs INSTRUCTIONS:

The contractor shall also satisfy the Engineer that adequate provision has been made:-

4.27.1To carry out his instructions fully and with promptitude.

4.27.2To ensure that parts required to be inspected before use are not used before inspections; and

4.27.3To prevent rejected parts being used in error. Where, parts rejected by the inspector have been rectified or altered, such parts shall be segregated for