12/2015 name of work - east central railway zone · 2018-05-01 · enclosed in ms sheet of 16 swg...

18
Page 1 of 18 1 EAST CENTRAL RAILWAY DANAPUR DIVISION TENDER DOCUMENT OF TENDER NO. EL/50/DNR/OPEN/38/2015-16 DATE OF OPENING –…21…./12/2015 Name of work: (1) Repairing works of PF lighting of PWKP, BQW & BHCL halts. (2) Maintenance of wiring, lighting and other electrical works of waiting halls, PF, FOB, station building of TWG, DURE, DHA & SLD station under SSE(EL)/BXR.. Cost of Tender document :- Rs. 2000/- THE DIVISIONAL RAILWAY MANAGER EAST CENTRAL RAILWAY,DANAPUR BIHAR Name of tenderer :- …………………………………………………………… Address :-………………………………………………………………………. ….. ………………………………………………………………….. Form sold under MR No………………………………………………………… Issued by : ………………………………………………………………………. Signature of tender Clerk Sr. Divisional Electrical Engineer (G) Electrical (G), DNR East-central Railway, Danapur. Details of the Earnest money Certificate No. Date of issue Issuing Bank Amount Signature with stamp of the tenderer Contact/Mobile No of tender…………………….

Upload: others

Post on 07-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 1 of 18

1

EAST CENTRAL RAILWAY

DANAPUR DIVISION

TENDER DOCUMENT

OF

TENDER NO. EL/50/DNR/OPEN/38/2015-16

DATE OF OPENING –…21…./12/2015

Name of work: (1) Repairing works of PF lighting of PWKP, BQW & BHCL halts.

(2) Maintenance of wiring, lighting and other electrical works of waiting halls, PF, FOB, station building of

TWG, DURE, DHA & SLD station under SSE(EL)/BXR.. Cost of Tender document :- Rs. 2000/-

THE DIVISIONAL RAILWAY MANAGER

EAST CENTRAL RAILWAY,DANAPUR

BIHAR

Name of tenderer :- ……………………………………………………………

Address :-……………………………………………………………………….

….. …………………………………………………………………..

Form sold under MR No…………………………………………………………

Issued by : ……………………………………………………………………….

Signature of tender Clerk Sr. Divisional Electrical Engineer (G)

Electrical (G), DNR East-central Railway, Danapur.

Details of the

Earnest money

Certificate No.

Date of

issue

Issuing Bank

Amount

Signature with stamp of the tenderer

Contact/Mobile No of tender…………………….

Page 2: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 2 of 18

TENDER Notice NO. EL/50/DNR/OPEN/36-38/2015-16

The Divisional Railway Manager, E.C. Railway, Danapur for and on behalf of the President of India invites sealed open tender from the reputed contractors working in State/Central Govt having valid Electrical contractor license issued by State/Central Govt licensing board for the following work fulfilling the Eligibility Criteria of having received total contract amount during the last three financial years and in the current financial year with a minimum of 150% of the advertised tender value.

Tender No. EL/50/DNR/OPEN/36/2015-16 EL/50/DNR/OPEN/37/2015-16 EL/50/DNR/OPEN/38/2015-16 1 Name of work with its location MEA of lighting as per Rly

Board guideline on stations PNBE, DNR, ARA, BXR, DLN by suitable LED fittings.

MEA of lighting as per Rly Board guideline on stations RJPB, PNC, BKP, MKA, BARH by suitable LED fittings.

(1) Repairing works of PF lighting of PWKP, BQW & BHCL halts. (2) Maintenance of wiring, lighting and other electrical works of waiting halls, PF, FOB, station building of TWG, DURE, DHA & SLD station under SSE(EL)/BXR.

2 Approx cost of the work (NIT value) ₹ 8636422/- ₹ 6809718.00 ₹ 1631254.00

3 Earnest money to be deposited ₹ 172730.00 ₹ 136200.00 ₹ 32630.00 4 Cost of tender document ₹ 5000.00 ₹ 5000.00 ₹ 2000.00

5 Date & time for submission and opening of all above tenders On 21.12.2015 up to 12.00 Hrs & Opening at 12.30 Hrs

6 Website particulars, notice board location where complete details of tender can be seen and address of the office from where all the above tender form can be purchased etc.

http://www.ecr.indianrailways. gov.in or http://tenders.gov.in Office of the Sr. DEE(G)/DNR, D.R.M. Building, 1st Floor, East Central Railway, Danapur.

N-1 Mode of depositing Earnest Money The Earnest Money should be deposited in cash or Banker’s cheques / Demand drafts in favour of FA&CAO, East Central Railway, Hajipur payable at Patna executed by State Bank of India or any of the Nationalized Banks or by a scheduled Bank.

N-2 Eligibility Criteria The tender(s) shell be eligible only if /they fulfill Eligibility Criteria of having received total contract amount during the last three financial years and in the current financial year with a minimum of 150% of the advertised tender value.

NOTE: Tender documents (non-transferable) embodying terms and conditions can be obtained from the office of the Sr. Divisional Electrical

Engineer (G)E.C. Rly /Danapur on and from 16.11.2015 to 20.12.2015 from 11.00 hrs to 17.00 hrs. on any working day accept Saturday-

Sunday and holidays on submission of money receipt issued by Divisional Cashier EC Rly/Danapur or Booking office/Danapur for the cost of

the tender documents as mentioned above. In case of tender document downloaded from website, a demand draft for amounting as indicated

above against each work in f/o F.A. & C.A.O., E.C. Railway, Hajipur payble at Patna toward the cost of tender documents have to be enclosed

with tender in addition of Earnest money otherwise tender will be summarily rejected. If by any reason the office is declared Holiday on the date

of opening of tender, the tender will be opened on next working day. The tenderer must be accompanied with the prescribed amount of earnest

money as mentioned above in acceptable form. Tender box will be available on 1st floor of DRM Office/ECR/DNR. The Railway reserves the

right to either cancel the tender or reject the tenders without assigning any reason.

For Divinl. Railway Manager

E.C. Rly., Danapur.

For & on behalf of President of India

Page 3: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 3 of 18

East Central Railway /Danapur Division/ Electrical (General) Department TENDER NO. EL/50/DNR/OPEN/38/2015-16

NAME OF THE WORK: (1) Repairing works of PF lighting of PWKP, BQW & BHCL halts.

(2) Maintenance of wiring, lighting and other electrical works of waiting halls, PF, FOB, station building of TWG, DURE, DHA & SLD station under SSE(EL)/BXR.

To be filled by the tenderer for submission along with his/their tender.

NOTE: (1) Rate should be quoted both in figure and words and separately for stores and labor under col. 6 and 7 respectively inclusive of all type of taxes.

(2) If any rebate to be offered, it should be clearly written in figure and words, otherwise it will not be considered.

(3) Overwriting of rate should be avoided. Tenderer must initial any cutting & overwriting. In case of any difference in figure and word,

lowestof the two should be adopted for valuation of the tender.

Sl.

No

Item of work

Qty. Unit Rate (In ₹) (In figure & words)

Rate ( In ₹ ) (In figure & words)

Stores Labour

1 2 3 4 5 6 7

Pt-A Repairing work of platform lighting of PWKP, BQW & BHCL halts.

1 Laying of the Cable partly through trench at a depth of one meter and filling with sand, 16 nos bricks per meter run or under the road by laying through G.I.pipe at a depth of one meter or at platform/road/wall where excavation of one meter is not possible only cutting of the surface to the size of cable with at least two inch covering by concrete is required and refilling with earth and partly of the rail/lamp post/PF collor with supply of clamp made of MS flat 35x6mm with nut-bolts two nos in per meter etc including connection as per site condition of different sizes of cables. (Cable/ G.I. Pipe will be supplied by Railway from separate item).

1800 Mtr

2 Supply, laying and fixing of GI pipe of 50 mm dia for laying the cable across the road/drain/post ‘B’ Class make TATA/JINDAL/BANSAL.

85 Mtr

3 Supply, fabrication and fixing of cable Terminal Board fully enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected laying provision of three/two entry with rubber bushing or entry for incoming cable of all sizes of 3.5 core and2/4 nos of 4/10mm2 single core Alum. wire with suitable size bus bar and 63 Amp -02 nos base grip etc. Size of the cable terminal box is 10" x 14" x4".

10 Nos

Page 4: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 4 of 18 4 Supply, fixing, connection, testing and commissioning of LED

fitting 20W outdoor type as per Cat ref no. BRPO022 LED 21 CW MR S1 PSU GR 20 Wattage capacity, IP66 Protection, 50000 hours long life, lumen output 2000 with polycarbonate cover, high impact resistance Philips Greenline Samrt luminaire make Philips or similar specification in Syska/Bajaj/ EON complete with fixing arrangement.

10 Nos

5 Coping of foundation 15” height and 15” dia with cement, concrete, sand etc. mixture in 1:3:6 ratio.

9 Nos

6 Scraping, cleaning and painting of the rail post and its accessories with 2 coats of red oxide primer followed by two coats of aluminum paints including painting of posts 5’ height from ground level with black enameled paint of standard quality.

9 Nos

(B)

Maintenance of wiring, lighting and other electrical works of waiting halls, platforms, FOB, station building of TWG, DURE, DHA & SLD station under SSE(EL)/BXR.

1 Wiring of light point, Fan points in heavy gauge PVC conduit pipe with single core 1.5 Sqmm multi-strand copper wire 1100V grade conforming to IS:694/1990 make Finolex/Havells/ Anchor/Polycab along with ECC 1x16 SWG/1 sqmm multi-strand single core flexible copper earth wire on the surface of the PF trusses including supply and fixing of ceiling rose/ batten holder make Anchor/Havels/Harrison, board for light/Fan point etc. (In covered shed, PF shed, FOB, POST etc locations.)

95 Nos

2 Wiring of fan or exhaust fan point concealed in wall with heavy gauge PVC conduit pipe with single core 1.5 Sqmm multi-strand copper wire 1100V grade conforming to IS:694/1990 make Finolex/ Havells/ Anchor/Ploycab complete with controlling switch make Anchor /Havels/ Harrison with 16 SWG/ 1 sqmm mult-strand single core flexible copper earth wire. In case of ceiling/beam/column where cutting is not allowed/possible wiring to be done in open conduit/casing caping by use of drill & roll plug.

35 Nos

Page 5: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 5 of 18

3 Wiring of sub-main concealed in wall with PVC heavy gauge conduit pipe of size (O.D.) 20mm make Malhotra or similar ISI mark complete with PVC insulated 2x4 Sqmm heat resistant flame retardant (HRFR) single core flexible copper conductor/wire unsheathed 1100 Volt grade conforming to IS:694/1990 make Finolex/ Havells/ Anchor /Polycab with ECC 16 SWG/1 sqmm multi-strand single core flexible copper earth wire. In case of ceiling/ beam/ column where cutting is not allowed/possible wiring to be done in open conduit/casing caping by use of drill & roll plug.

350 Mtr

4 Wiring of sub-main concealed in wall with PVC heavy gauge conduit pipe of size (O.D.) 20mm make Malhotra or similar ISI mark complete with PVC insulated 2x6 Sqmm heat resistant flame retardant (HRFR) single core flexible copper conductor/wire unsheathed 1100 Volt grade conforming to IS:694/1990 make Finolex/ Havells/ Anchor /Polycab with ECC 16 SWG/1 sqmm multi-strand single core flexible copper earth wire. In case of ceiling/ beam/ column where cutting is not allowed/possible wiring to be done in open conduit/casing caping by use of drill & roll plug.

200 Mtr

5 Supply and fixing of 18 SWG MS Sheet metal recess type board complete with phenolic laminated type sheet cover of size 8” x 12” x 3”.

18 Nos

6 Supply and fixing of 18 SWG MS Sheet metal recess type board complete with phenolic laminated type sheet cover of size 8” x 6” x 3”.

11 Nos

7 Supply and fixing of 18 SWG MS Sheet metal recess type board complete with phenolic laminated type sheet cover of size 4” x 4” x 3”.

12 Nos

8 Supply and fixing of 4 way TPN MCB distribution board with 4 pole isolator 63 Amp. one no. and 16 Amp. MCB single pole – 12 nos. with sheet metal enclosed type board complete with all accessories etc. make MDS/ Legrand/ Siemens.

8 Nos

Page 6: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 6 of 18

9 Supply, fixing, connection, testing and commissioning of LED fitting indoor type as per Cat ref no. Slimline Wall LED 18 Watt Philips Greenline Samrt luminaire make Philips or similar specification in Syska/ EON/ BAJAJ complete with fixing arrangement.

84 Nos

10 Supply, fixing, connection, testing and commissioning of LED fitting 20W outdoor type as per Cat ref no. BRPO022 LED 21 CW MR S1 PSU GR 20 Wattage capacity, IP66 Protection, 50000 hours long life, lumen output 2000 with polycarbonate cover, high impact resistance Philips Greenline Samrt luminaire make Philips or similar specification in Syska/Bajaj/ EON complete with fixing arrangement.

85 Nos

11 Dismantling/taking out the existing PVC armored Aluminium cable LT & HT of different sizes and depositing to nearest electrical depot.

350 Mtr

12 Laying of the Cable partly through trench at a depth of one mteter and filling with sand, 16 nos bricks per meter run or under the road by laying through G.I.pipe at a depth of one meter or at plateform/road/wall where excavation of one meter is not possible only cutting of the surface to the size of cable with at least two inch covering by concrete is required and refilling with earth and partly of the rail/lamp post/PF collor with supply of clamp made of MS flat 35x6mm with nut-bolts two nos in per meter etc including connection as per site condition of different sizes of cables. (Cable/ G.I. Pipe will be supplied by Railway from separate item).

2150 Mtr

13 Supply, laying and fixing of GI pipe of 50 mm dia for laying the cable across the road/drain/post ‘B’ Class make TATA/JINDAL/BANSAL.

85 Mtr

14 Supply, fabrication and fixing of cable Terminal Board fully enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected laying provision of three/two entry with rubber bushing or entry for incoming cable of all sizes of 3.5 core and2/4 nos of 4/10mm2 single core Alum. wire with suitable size bus bar and 63 Amp -02 nos base grip etc. Size of the cable terminal box is 10" x 14" x4".

90 Nos

15 Coping of foundation 15” height and 15” dia with cement, concrete, sand etc. mixture in 1:3:6 ratio.

82 Mtr

Page 7: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 7 of 18

16 Scraping, cleaning and painting of the rail post and its accessories with 2 coats of red oxide primer followed by two coats of aluminum paints including painting of posts 5’ height from ground level with black enameled paint of standard quality.

90 Nos

Rebate ( If any)

……………………..%

Signature of the contractor with seal

Page 8: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 8 of 18

Tender form

Tender Notice No: EL/50/DNR /OPEN/36-38/2015-16

Tender No. EL/50/DNR/OPEN/38/2015-16

Name of the work: (1) Repairing works of PF lighting of PWKP, BQW & BHCL halts. (2) Maintenance of wiring, lighting and other electrical works of waiting halls, PF, FOB, station building of TWG, DURE, DHA & SLD station under SSE(EL)/BXR.

To, The President of India

Acting through the Chief Electrical Engineer/Dy. Chief Electrical Engineer/Hajipur

DRM/Sr.Divnl. Electrical Engineer (G), East Central Railway/Danapur.

1. I/We ……………..……. have read various conditions to tenders attached hereto and hereby agree to abide by the

said condition. I/we also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for

opening the same and in default thereof. I/We will be liable for forfeiture of my/our “Earnest money”. I/We offer to

do the work for East Central railway at the rates quoted in the attached schedule and hereby bind myself/ourselves to

complete the works in all respect within 60 days or as instructed from the date of issue of the letter of acceptance.

2. I/We also hereby agree to abide by the General and Special condition of contract and to carry out the work according

to the specification for the materials and works as laid down by the Railway for the present contract.

3. A sum of ₹…………/-is here with forwarded as earnest money. The full value of the earnest money shall

stand forfeited without prejudice to any other right or remedies in case my/our tender is accepted and if:-

a. I/We do not execute the agreement as mentioned in the letter of acceptance issued by the Railways.

b. I/We do not commence the work within seven days after receipt of letter of acceptance to that effect.

4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute binding contract

between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of

acceptance of my/our offer for this work.

Signature of Witnesses:

.

(1) …………………………………….. Signature of Tenderer(s)

.

(2) …………………………………….. Date ……………………

Address of the Tenderer(S)

Page 9: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 9 of 18

INSTRUCTION, CONDITIONS & SPECIFICATIONS

1. The contract shall be governed by General condition of contract issued by Railway and amendment from time to time

from the date of opening.

2. Tenderers are responsible for knowledge of GCC and its amendment.

3. Labour laws to be followed by the contractor including any compensation to the labourfor any damage or lossRailway

will not be responsible.

4. Rates should be firm, clear and inclusive of all taxes and freight to the site of installation except service charges which

will be given to contractor on demand as per prevailing rule if applicable.

5. Instructions to tenderers and conditions of tender – The following documents form part of tender/contract:-

(a) Tender Notice

(b) Schedule of approximate quantities (enclosed)

(c) Tender forms

(d) Tender clause

(e) Special Conditions/Specifications (enclosed)

(f) All general and detail drawings pertaining to this work which will be issued by the Sr. Divisional Electrical Engineer

or his representatives (from time to time) with all changes and modification if required and applicable.

6. Drawings for the work:- If required the Drawings for the work can be seen in the office of the Sr. DEE(G)/DNR at

any time during the office hours. The drawings are only for the guidance of Tenderer (s). Detailed working drawings,

(if required) based generally on the drawing mentioned above, will be given by the Engineer or his representative from

time to time.

7. The tenders shall quote the price in the schedule enclosed herewith, the rates being expressed both in words and

figures Price against each item should be split to show the break up in respect of labour and stores. The rates should be

inclusive of supply and delivery of all materials F.O. R. and the taxes. The quantities shown in the attached schedule

are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The

Railway reserve right to save or increase schedule items as per agreement.

8. Tender containing erasers and/or alteration of the tender documents are liable to be rejected. Any corrections made by

the Tenderer(s) in his/their entries must be attested by him/them.

9. The works are required to be completed within the period of 60 days or as instructed from the date of issue of the letter

of acceptance.

10. Earnest money:- The tender must be accompanied earnest money as mentioned in tender notice deposited in cash or

Banker’s cheques / Demand drafts in favour of F.A.&C.A.O., East Central Railway, Hajipur payable at Patna executed

by State Bank of India or any of the Nationalized Banks or by a scheduled Bank, failing which the tender will not be

considered for further process.

(a) In case of cash deposit that should be deposited with the Divnl. Cashier, E.C.Rly. Danapur and cash receipt should be

attached with tender document.

The Tenderer(s) shall keep the offer open for a minimum period of 90 days from the date of opening of the

tender. It is understood that the tender documents has been sold/issued to the Tenderer(s) and the Tenderer(s) is/are

permitted to tender in consideration of the stipulation on his/their part that after submitting his/their tender subject to

the period being extended further if required by mutual agreement from time to time, he will not resile from his offer

or modify the terms and conditions thereof in a manner not acceptable to the ………………. E.C.Rly. should the

Tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as earnest money for the due

performance of the above stipulation shall be forfeited to the Railway.

(b) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as security deposit for the due and

faithful fulfillment of the contract. The successful tenderer shall have to sign an agreement for the work tendered by

the administration within 30 days from the date of issue of the acceptance letter. Extension of time for submission of

PG beyond 30 days and upto 60 days from the date of issue of LOA may be given by the authority who is competent

to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30

days i.e.from 31st days 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.failing which his earnest money will be forfeited.

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

unsuccessful tenderer(s) within a reasonable time but the Railway shall not be responsible to any loss or depreciation

Page 10: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 10 of 18

that may happen to the security for the due performance of the stipulation to keep the offer open for the period

specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest

thereon.

11. The tenderer must submit full particulars of Electrical contractors license held by him including the name licenses held

by his supervisors.

12. Rights of the Railway to deal with tender – The authority for the acceptance of the tender will rest with the Railway. It

shall not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall

demand 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.

13. 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.

14. If tenderer expires after the submission of his tender or after the acceptance of his tender, the railway shall deem such

tender cancelled. If a partner of a firm expires after the submission of the tender or after acceptance of their tender,

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

14(a) Eligibility Criteria :

(i) The tender(s) shell be eligible only if /they fulfill Eligibility Criteria of having received total contract amount

during the last three financial years and in the current financial year with a minimum of 150% of the advertised

tender value and as mentioned in tender document on P/2-3.

(ii) Authentic certificates shall be produces by the tenderer(s) to this effect which may be an attested certificate

from the employer/client, Audited Balance sheet duly certified by the Chartered Accountant etc.

15. Tenderer’s credentials - Documents testifying tenderer‟s previous experience and financial status should be produced

along with the tender or when desired by competent authority of the E.C. Railway. Tenderer(s) who has/have not

carried out any work so far on this Railway and who is/are not borne on the approved list of the Contractors of

Electrical(G)/ Danapur/E.C. Railway should submit along with his/their tender credentials to establish.

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

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

(iii) Certificates duly attested and testimonials regarding contracting experience for the type of job for which tender is

invited with list of works carried out in the past.

16. Tender should be submitted in sealed cover superscripted with the name of work with tender no. and delivered in the

sealed tender box placed in the office of the Divn Rly Manager, Danapur on first floor for Electrical (G) branch upto

12 hrs on the date of opening or if posted through Post/Currier must reach the office of Sr. DEE (G)/DNR office by

that time. Tender will be opened on the same day at 12.30 Hrs. Railway will not be responsible for non-receipt or late

receipt of tender forms sent through postal dak/Courier. 17. Execution of Contract Documents – The successful tenderer(s) shall be required to execute an agreement with the

President of India acting through the E.C. Railway for carrying out the work according to General conditions of

contract, special conditions/specifications annexed to the tender and specifications for work and materials as

applicable.

18. Partnership deeds, Power of Attorney etc. – The tenderer shall clearly specify whether the tender is submitted on

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

submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on

behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be

treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any

power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the

execution of the contract. If may, however recognize such power of attorney and changes after obtaining proper legal

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

19. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or

individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and

authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the

firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money,

witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm

and sign “No Claim Certificate” and refer all or any disputes to arbitration.

20. Employment/Partnership, etc., of Retired Railway employees – (a) Should a tenderer be a retired engineer of the

gazetted rank or any other gazetted officer Working before his retirement, whether in the executive or administrative

capacity, or whether holding a pensionable post or not, in the ………………….. department of any of the railways

owned and administered by the President of India for the time being, or should a tenderer being partnership firm have

as one of its partners a retired engineer or retired gazetted Officer as aforesaid, or aforesaid, or should a tenderer being

Page 11: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 11 of 18

an incorporated company have retired engineer or retired officer as one of its Directors, or should a tenderer have in

his employment any retired Engineer or retired gazetted Officer as aforesaid, the full information as to the date of

retirement of such Engineer or gazetted Officer from the said service and in case where such Engineer or Officer had

not retired from Government service at least 2 years prior to the date of submission of the tender as to whether

permission for taking such contract, or if the contractor be a partnership firm or an incorporated company, to become a

partner or Director as the case may be, or to take the employment under the contractor, has been obtained by the

tenderer or the Engineer or Officer, as the case may be from the President of India or any officer duly authorized by

him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the

information above referred to or a statement to the effect that no such retired Engineer or retired gazetted Officer is so

associated with the tenderer, as the case may be, shall be rejected.

21. Should a tenderer or contractor being an individual on the list of approved Contractors have a relative(s) or in the case

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

employed in gazetted capacity in the …………………. department of the East Central Railway, the authority inviting

tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be

disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the

provision in clause 62 of the General Conditions of Contract.

Tender clause

22. Clause 52 (of GCC) : With holding and lien in respect of sums claimed

Whenever any claim or claims for payment of a sum of money arises out of under the contract against the contract the

Railway shall be entitled to withhold and also have lien to retain such sum or sums in whole or in part from the

security if any deposited by contractor and for the purpose aforesaid, the Railway shall be entitled to withhold

the said cash security deposit or the security if any, furnished as the case may be end also have a lien in the even

of the security being insufficient to cover the claimed amount or amounts or if no security has been taken from

the contractor the Railway shall be entitled to withhold and have lien to retain to the extent of the such claimed

amount or amounts referred to supra from and common sums found payable to the contract or under the same

contract or any other contract with this or any other Rly. or any other department of the central government

pending finalization or It is an agreed term of the contract that the sum of money or moneys withheld or retained under

the lien referred to above by the Rly. will be kept withheld or retained as such by the Rly. till the claim arising out of

under the contract is governed by the arbitration clause or by the competent court as the case may be and that the

contractor will have no claim for interest damages whatsoever or any account in respect of such withholding or

retention under the lien referred to supra and fully modified as such to the contractor. For purpose of this clause the

contractor is partnership firm, limited company the Railway shall be entitled to withhold and also have a lien to retain

towards such claimed amount or amounts in whole or in part from any sum found passable to any partner limited

company as the case may be whether his individual capacity or otherwise.

23. CLAUSE 52A (of GCC) – Lien in respect of claims in other contract Any sum of money due and payable to the contractor including the security deposit returnable in him under the

contract

may be withhold or retained by way of lien by the railway against and claim of or any other railway or any other

department of the Central government in respect payment on a sum money arising out under any other contract made

by the contractor with this or any other Department of the Central Government. It is an agreed terms of the

contract that the sum of money so withhold of retained under this cause by the Rly. will be kept withhold or retained as

such by the Rly. till the claim arising out or under any other contract is either mutually settled or determined by an

arbitrator, if it the other contract governed by arbitration clause or by the competent court as the case may be and the

contractor shall have no claim for interest or damages whatsoever on this account or any other ground in respect of any

sum of money with hold retained under this clause and duly notified as to the contractor.

24. CLAUSE NO.15 (of GCC)- POST PAYMENT AUDIT

15(2) : It is clause No. 15 (2) form of the contract that the Rly. reserves to itself the right to carry on a post payment

audit and or technical exam. of the works and the final bill including all supporting vouchers, abstract etc. and to

marks a claim on the contractor for refund of any excess amount paid to him if as a result of such exam, any other

payment to him isdiscover to have been made in respect of any work done or alleged to have been done by him under

the contract.

Page 12: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 12 of 18

25. Variation in Quantity

25.1 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.

25.2 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 S.A. Grade.

(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item shall

be paid at 98% of the rate awarded for that item in that particular tender.

(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 associated 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.

25.3 In case 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.

25.4 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.

25.5 No such quantity variation limit shall apply for foundation items.

25.6 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).

25.7 For the tenders accepted at the Zonal Railways level, the variation in the quantities will be approved by the

authority in whose powers revised value of the agreement lies.

25.8 For tenders accepted by General Manages, variations up to 125% of the original agreement value may be

accepted by General Manger.

25.9 For tenders accepted by Board Members and Railway Minister, variations up to 110% of the original

agreement value may be accepted by General Manger.

25.10 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.

26. Extension of time In the event of failure on the part of the contractor to completion the work within the time as specified in

tender document on any ground as accepted by the railway administration as reasonable and on approach

by the contractor in such circumstances for extension of time, the Railway administration may allow

additional time to the extent as would be considered reasonable by the Railway administration such

Page 13: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 13 of 18

consideration being in the absolute of the railway administration and for which the contractor shall not be

entitled to any compensation what so ever.

27. Penalty for delay in completion :- If the contractor fails in the due performance of the contract within the time fixed by the contract and any authorized

extension thereof, the railway administration is entitled to recover from the contractor a sum of half percent of the

price of that portion of the contract not completed by the due date, for each and every week or part of a week taken

extra by the contractor to complete the work provided the railway administration has suffered loss due to the above

mentioned failure on the part of the contractor, The amount of damages recovered shall in no case exceed 10% of the

value of the contract. Alternatively at the option of the Senior Divisional Electrical Engineer(G), E.C. Rly., Danapur

the work may be given to another contractor for completion or may be completed by the Railway administration itself

and any loss or damage which the Railway administration may inter by reason of such failure on the part of the

contractor shall be made good by him to the like extent. Special penalty clause will be applicable as shown with the

scope of work.

28. Payment(Terms and conditions) :- 28.1. The executed work will be jointly checked by the Electrical supervisor and representative of the

contractor.

28.2. After completion of the work, firm is to undertake guarantees for one year from the date of

completion and guarantee certificate should accompany the bill

28.3. 2% Income Tax will be deducted from the bill.

28.4. 10% S/C on I/Tax will be deducted.

28.5. 3% education cess charges on Income Tax and S/C will be deducted.

28.6. 5% BST/VAT (as per Bihar VAT Act) will be deducted on the total value of the work. 28.7. Security deposited should be kept for a period of 12 months from the completion of each work or as

given in the scope of work and will be released after satisfactory performance during the guarantee period.

28.8. Released materials should be returned to the concerning supervisor and a copy of the receipt should

accompany the bill. In case of AMC and manning work, this may not applicable or condition to be followed

as given in scope of work.

28.9. Indemnity bond should be submitted during on account payment and in case of repair of electrical

assets/DG sets.

28.10. Test certificate of manufacturer/dealers in case of machinery and plants should submitt along with

the bill.

28.11. The contractor shall arrange at his own cost all tools, plants facilities necessary for reconditioning

and testing of the equipments.

28.12. The materials mentioned in the tender work schedule should be inspected by the authorized

representative of Sr. DEE/G/DNR prior to execution of the work in the premises of manufacturer/

authorized dealer and the copy of the inspection report duly signed by contractor/ authorized signatory

representative should accompany the bill.

28.13. Payment of running bills : (I) For maintenance and manning work -Normally payment will be

made four times in a year. 100% payment will be made for each completed period subject to deduction of

security deposit, penalty and damage if any. S.D. will be released with the final bill where material supply

is not involvedor retained as security deposit if material supply is involved or as per condition given in the

scope of work.

(II) In case of supply, installation, testing and commissioning or repairing work following payment

procedure will be adopted:-

A. 50% on account payment shall be made to the contractor on supply of the material in good condition and

production of material inspection certificate and delivery challan.

Page 14: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 14 of 18

B. 90% payment will be made for either installation only or supply and installation on submission of

certificate by site engineer that installation has been completed (If 50% payment is paid against supply,

balance 40% will be paid).

C. Balance 10% will be released with the final bill.

28.14. Material Challan from manufacturer/dealer should be submitted along with the bill if applicable.

28.15. Tenderers should quote their own labour and materials against schedule of items of works which

should provide for supply of all materials tools and plants and other equipments whatsoever including all

handling, freight lead to the site of work and tax thereon except Service Charge which will be given if

applicable.

28.16. The quantities are approximately for the purpose of tender only payment will be made for actual

quantity of work done.

28.17. Any damages caused to buildings or any other assets belonging to Railway administration during the

period of works shall be made good the contractor to the extant determined by the Administration failing

which the administration will be entitle to realize such cost from the contractor in any manner decided by.

28.18. No claim will be entertained for any fluctuation of market rate in respects of labour and materials.

28.19. No passes will be issued against this contract and tenderer is supposed to work in the whole

jurisdiction of the Sr. Divisional Electrical Engineer(G) at their own cost except the working permission in

Railway premises including station, Platform, yard or in train if required with specific identity card.

28.20. The contractor must pay fair wages to their labour in keeping with the present market rate/rate issued

by labour commissioner.

28.21. The contract will be governed by the General Condition of contract and standard

specification 1969 edition as amended.

28.22. Contract shall not be awarded unless sale tax clearance certificate is submitted.

Note- Rate mentioned in the para no. 3,4,5& 6 are liable to change. These will be changed as per guidelines

issued from state/central Govt.

29. SPECIAL CONDITION

29.1.In all matter not expressly provided for or allowed for herein the execution to works shall be in accordance with

the E. Rly. general condition of contract and standard specification (2001 edition) amendments made thereto.

Moreover the following conditions will also prevail in addition to those laid down in the book of general condition of

contract etc. referred to above where there is any conflict between the instructions or conditions specification

contained in the special conditions of this tender and nay of these which appear in the Book of General condition of

contract and standard specification (2001 edition) on which the schedule of rates is based referred to in this contract

the former shall prevail.

29.2.All work throughout will have to be done in an approved workman like manner and according to detailed

drawings pertaining to the work to be supplied by this Rly. Administration with all detailed plan which may be

modified and issued from time to time.

29.3.It should be clearly understood that all materials required for the work except the materials which have been

specifically mentioned to be supplied by the Rly. free of cost shall be supplied to the contractor at the site of work at

his own cost and no carriage of the same will be paid by the Rly. (carriage loading, unloading handling etc.) for these

materials are included in the rates given in the schedule L & M rates.

29.4. No passes and no concessional facilities either for travel of contractor or his agents or his labour transportation

materials be allowed by the Railway.

29.5.If the contractor fails to return any excess unused materials supplied by the Railway, the cost there of shall be

recovered from its issue rates plus Rly. freight, handling loading incidental and supervision charges at prevailing rates

increase by 100 percent. The excess materials should return to SSE‟s/EL godown at the contractor‟s cost within

reasonable time.

29.6.No work should be done unless work order is issued for the same. No claim for work against which sanctioned

work order has note been issued will be admissible.

29.7.Sales tax : The rates quoted should be inclusive of sales tax and nothing extra will be paid on this account

However the sales tax at the rates as per rules enforced from time to time will be received from the contractor‟s bill.

Page 15: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 15 of 18

29.8.Subject as otherwise provided in this tender all notices to be given on behalf of the President of India and all

other action to be taken on his behalf may be given or taken on his behalf by the Divisional Railway Manager,

Danapur.

29.9. The Contractor must make his own arrangement for the supply of good drinking water to the workman employed

him in connection with this work.

29.10. The materials to be supplied by the contractor should confer to the standard specification as per ISI or described

work schedule.

29.11. Contractors not already working in Danapur Division in this Railway should submit along the tender copies of

recent testimonials with regard of their experience to show that he/they has have carried out works of his nature. In

case of the firm they should also submit the constitution of firm Partnership deed and attorned of power etc. along with

tender failing which the railway administration reserves the right to reject such tender.

29.12. All materials to be supplied by the contractor shall be subject to prior inspection and approved at site by the SR.

Divisional Electrical Engineer or his representative Contractor‟s materials which due to any reason have been ordered

by the Sr. Divnl. Electrical Engineer (G) or his representative to be removed from site must be removed by the

contractor within 7 days of receipt of the order failing which the Railway Administration will be at liberty to remove

by the and/or dispose off these material at their discretion in any manner may think fit and expenses incurred in this

connection will be recovered from dues of the contractor. The contractor will in no case be entitle to any compensation

to this.

29.13. In the event of termination of his contract as per rules the contractor will have to remove all his materials lying

surplus at site and not paid for within 15 days of the receipt of the notice of termination of his contract issued to him

by the Railway. In case of his failure to do so the Rly. Administration will have the option to take over the materials at

the rate fixed by the Sr. Divisional Electrical Engineer(G) and remove the same from site of work at the cost of the

contractor.

29.14. All materials supplied by the contractor would be of the best quality i.e. according to IS Specification or

Railway specification as the case may be.

29.15. If necessary Sr. Divnl. Electrical Engineer(G) or any of his representative must be freely allowed to inspect the

materials in the godown/site of manufacture.

29.16. The Rly. administration however reserve the right that if necessary certain items of works as provided in the

agreement may be done by any other suitable means as may be decided by the Sr. Divnl. Electrical Engineer(G) for

which no extra claim whatsoever will be entertained.

29.17. Contractors will at his own expenses clear the site of work and provide all necessary labour page stings etc. to

enable Divnl engineer or his representative and to check setting nuts and the contractors will correct errors at his own

expense.

29.18.(a) Unless excluded by or repugment to the context the expression. Tender wherever accruing in the condition if

the contractor shall be deemed to mean contractor i.e. contractor whose tender has been accepted.

(b)Unless excluded or repugment to the context the expression E.C. Railway Wherever accruing in the work order and

or the condition of contract shall be deemed to be substituted by the expression E.C.Rly.

29.19.(a)The administration reserve the right to make any change of quantity of work as and when required during

execution. No claim for any change whatsoever will be entertained.

(b)The contractor must not enter into any commitment whatsoever for purchase of materials or by engagement of

labour in advance at any other way execution of the agreement as the more acceptance of the tender is not authority for

entering into such commitment in any case, written order from the Railway authority should be obtained before

materializing any commitment.

(c)The acceptance of the tender does not entitle the contractor for any compensation in case the work is not done

evenafter the execution of agreement.

(d)The earnest money deposited by the contractor with his tender will be entertained by the Railway as part of security

for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the

rates for which are given below, may be deposited by the contractor in case or in the form of Government securities.

(e) Service provider must quote their detail address with E mail ID, Mobile No. at least two Nos. and P & T Phone.

29.20. The rates for deposit of Security money by contractors will be as follows as per latest circular of SOP:-

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 f full security is recovered.

C. Security deposit will be recovered only from the running bills of the contract and no other mode of collecting S.D.

such as S.D. in the form of instruments like BG FD etc. shall be accepted towards security money. Security deposit

shall be returned to the contractor after 12 month of the physical completion of the work as certified by the competent

authority.

Page 16: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 16 of 18

29.21 Introduction of performance guarantee

(a) The successful bidder shall have to submit a Performance guarantee (PG) within 30 days form the date of issue of

LOA. Extension of time for submission of PG beyond 30 days and upto 60 days from the date of issue of LOA may

be given by the authority who is competent to sign the contract agreement. However, a penal interest of 15% per

annum shall be charged for the delay beyond 30 days i.e. from 31st days 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 following forms, amounting to

5% of the contractor 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 Defence Certificates;

(viii) Twelve years National Defence 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 FA & CAO/E.C.Rly., Hajipur, payable at Patna (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 after passing the final bill based on „No Claim Certificate „ from the contractor. The Security Deposit

shall, however be released only after expiry of the maintenance/guarantee period of 12 months 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 provision 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.

29.22. Initial security deposited will be refunded after completion of 12 months maintenance period fulfillment of the

contract and completion of work in all respect to the entire satisfaction of the Railway and on receipt of no claim

certificate from the contractor and SSE/EL concerned that there is no claim in respect of the work.

Page 17: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 17 of 18

29.23. The rates quote by the contractors should be inclusive of and all other (including materials) corporation

municipal license fees and all other incidental charges that may be necessary for the proper execution of the work.

29.24. Every endeavor will be made to supply the materials required to be supplied by the Rly. In time, but in case is

delayed for any reason whatsoever no claim will be entertained in these account.

29.25. Time is the essence of contract and the-work should be completed within the stipulated time embodied in the

agreement.

29.26. The administration reserves the right to make any change in quantity, delete any item or itesm of work, reduce

or increase the quantities and get these works done by any other suitable means or not to do these works all over after

execution of the agreement as their own discretion without obtaining the prior consent of the contractor.

29.27. In any case the contractor shall have to do whatsoever works be ordered pertaining to this contract at the rates

quoted and approved by Railway and no claim whatsoever will be entertained for any change in the agreement and

General condition of contract 2001 will be applicable.

29.28. Drawing will not be available for sale that may be inspected in the office of the Divisional Engineer, Danapur

on any working day during office hours. They will however be supplied free at the time of execution of work.

29.29. The Railway Administration may extend the period of contract for period whatsoever by giving notice to the

contractor and the contractor shall be bound to complete the work within the period so extended and the terms and

conditions of the original contract will also be operative during the extended period.

30.30. Contract shall not be awarded unless sale tax clearance certificate is submitted and deductions will be made

from the bills in accordance with the Bihar VAT act.

30. The contractor shall not be entitled to any compensation for any delay for execution of the work arising for delay

due to caused from Rly. Side. The delay so caused will be assessed and if accepted by the Divisional Engineer and

contractor immediately for determining any extension of time required for completion to work for determining any

extension of time required for completion of work for which purpose only such accepted delay will be taken into

consideration if the matter is not brought to the notice of the Divnl. Engineer immediately such delays occur no

consideration for extension of time will be made latter no. The contractor must accept as final and binding the decision

of the Sr. Divnl. Electrical Engineer(G)/DNR.

31. In case of any doubt as regards any particulars of construction, ambiguities in plans, the decision of the Sr.

Divnl. Electrical Engineer(G) shall be final and binding on the contractor.

32. Successful tenderers may also be asked to do night working to execute the work as and when it will be necessary

and it should be noted that no extra payment will be made on this account.

33. All released materials should be returned to concerned installation incharge by the contractor.

34. The General conditions of contract will mean the General conditions of contract as amended and or corrected from

time to plan and obtaining at the time of the acceptance of the tender and at the time or execution of the agreement

mentioned in clause under condition of tender, it shall be the responsibility of the contractor before submitting his

tender and again before tendering in the said agreement to ascertain all amendments and or correction made in the said

general condition of contract.

35. If the contractor does not return the excess unused materials plants and tools supplied by the Railway within a

fortnight from the date of completion of works or termination of contract (as the case may be) Railway shall be

entitled to remove the cost of such materials plants and tools at the issue rates plus Railway freight hadling loading

supervision and incidental charges at the rates fixed by the Rly to this will be added an increase of 100 percent after

expire of the said period of fortnight it will be the option of the Railway to accept the return provided the contractors

pays compensation due to the determination damage and/or wear tear and/or use of the said unused excess material

plants and tools. The amount of such compensation shall be assessed by the Engineer and his decision in this respect

shall be final and binding on the contractor.

36. Railway reserve the right to increase or decrease the quantity or the value of the contract and Railway does not

take guarantee to give work against each item of the tender schedule and contractor‟s will not be entitled to any claim

and compensation on this account.

37. The provision of contract labour (Regulation abolition) Act 1970 and contract labour (Regulation and Abolition)

Contract Rules 1971 with all its additions alteration and amendments as may be made from time to time shall be fully

binding on the contractors and shall become part of the contract there of The violation of any of the statutory provision

of the said Act and Rule shall be ordered as breach of essential and substantial terms and conditions of the contract and

with the result of the contract may be abrogated forthwith at time initiative of the Rly. Administration. The contractor

besides his other liabilities shall also be bound and liable to the Rly. Administration (Principal employer) being the

parties to the contract to pay and/or compensate for the expense which the Rly. had to incur to fulfill the terms and

conditions and/or provisions of the said Act and Rule because of failure on the part of the contract to fulfill these terms

and condition and/or provisions of the said Act and Rules and fulfill these terms and condition and/or provision of the

Page 18: 12/2015 Name of work - East Central Railway zone · 2018-05-01 · enclosed in MS sheet of 16 SWG thickness all enclosed with painted dust and vermin proof water entry protected

Page 18 of 18

said Act and Rules and Rly. Admn. (Principal employer) one of the parties to the contract shall be at liberty to deduct

the amount as may be ascertained in the manner as provided or in the Act and rule or otherwise at the direction.

38. Test certificates:- Test certificates in the prescribed proformat should be jointly singed by the contractor and the installation In charge

and check measured by the DEE(G)/ADEE(G) E.C. Rly/Danapur should be sent along with the bills. The sheets will

be prepared in three copies. One will be retained by the contractor and second will be retained by the Installation In

charge and 3rd

copy to be submitted to the Sr. Divisional Electrical Engineer(G)East Central RailwlayDanapur.

39.Specification for Electrical Works. IE rule shall be followed where are required. System of supply AC 230 V single phase L.T. with earthed neutral or

AC 3 phase, 440 V.

40.Scope of work:

Work to be carried out in work like manner and material provided should be fire retardant and as per specification

given in schedule/enclosed annexure. The contractor has to provide identity card to his staff duly countersigned by

Railway official for identification and permission of the work in Rly. Premises including stations/platforms.

All required tools and plant to be provided by the contractor to his staff.

Signature of Tenderer(s)