1378793900632_item no 03 of tpj 03 of 2013

47
8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013 http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 1/47  Page 1 of 47 Tenderer/Contractor Bid Doc TPJ/03 of 2013. Item No.03. By Registered Post By Direct Deposit TENDER COVER SHEET (Please refer clause. 25 in page 15 of the tender) Southern Railway Tender Notice No.TPJ/03/2013 dated.29.08.2013. Item No. 03. Name of work: Villupuram - Katpadi section :- Proposed anticorrosive treatment to existing track from KM 0.000 to 77.200 for a length of 77.200km in Senior Section Engineer/P.way/Tiruvannamalai section. To, The Divisional Railway Manger, Works Tiruchchirappalli Division Southern Railway PIN - 620001 From, …………………………….. ……………………………. ……………………………

Upload: anonymous-hpmj4a8az

Post on 03-Jun-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 1/47

  Page 1 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

By Registered Post

By Direct Deposit

TENDER COVER SHEET

(Please refer clause. 25 in page 15 of the tender)

Southern Railway

Tender Notice No.TPJ/03/2013 dated.29.08.2013. Item No. 03.

Name of work: Villupuram - Katpadi section :- Proposed

anticorrosive treatment to existing track from KM 0.000to 77.200 for a length of 77.200km in Senior Section

Engineer/P.way/Tiruvannamalai section. To,

The Divisional Railway Manger, Works

Tiruchchirappalli DivisionSouthern RailwayPIN - 620001

From,

……………………………..

…………………………….

……………………………

Page 2: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 2/47

  Page 2 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

“The end of this documents is indicated by an End of Document marker” and

“downloaded from Internet website”

REFERENCE TO ITEM OF WORK TO BE TENDERED 

SL.

NoDESCRIPTION REMARKS

1 Name of work

Villupuram - Katpadi section :- Proposed anticorrosivetreatment to existing track from KM 0.000 to 77.200for a length of 77.200km in Senior SectionEngineer/P.way/Tiruvannamalai section.

2Advertised tender value ofwork

9.44 (Lakh) 

3Reference to the tendernotice

Tender Notice No.TPJ/03/2013 dated. 29.08.2013. ItemNo. 03

4Last date and time for issueof tender form/ downloading

At 10.30 hrs on 03.10.2013. 

5 Last date and time forsubmission of tender

At 14.00 hrs on 03.10.2013. 

6 Tender to be submitted toDivisional Railway Manager (Works), Southern railway,Tiruchchirappalli junction.

7 Place of tender openingOffice of Divisional Railway Manager (Works), Southernrailway, Tiruchchirappalli junction.

8Date and time of openingtender

At 14.30 hrs on 03.10.2013. 

CHECK LIST FOR SUBMISSION OF TENDER BY THE TENDERER

SLNo

.

DESCRIPTION REMARKS

1Name of the Tenderer / Organization/ FirmMobile No.

2Details of cost of tender form including taxattached

Cost in Rs :…………………

Yes attached

3 Details of EMD attached

Deposit in Rs :…………………

Yes attached

4Conditions satisfying eligibility criterion foropen tenders costing more than  Rs. 50 lakhsonly 

4(a)

Experience : whether attested certificates for havingcompleted at least one similar single work   in the lastthree financial years (i.e, current year and three previousfinancial years) for minimum value is/are attached  

For a Minimum value of `  ……………..Yes attached

4( b)

Turnover : whether   attested certificate fromemployer/client, audited balance sheet supported withdocuments attached for total contract received duringthe last 3 financial years and in the current financial year  

For a Minimum value of `… …………..Yes attached

Page 3: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 3/47

  Page 3 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

INSTRUCTIONS TO TENDERER

1.  The tenderer shall ensure the following before submitting his tender

(a) All the instructions, special conditions, specifications and the schedule have beenread thoroughly. The proforma should be filled up in full.

(b) The tenderer has signed in all pages  of tender document. Address, place and datewith witness wherever required should be filled up. 

(c) The tenderer has satisfied with site conditions and facilities available 

(d) Costs of tender form and Earnest Money to the requisite amount have beenremitted by the tenderer. The practice of allowing standing EMD is dispensedforthwith for all tenders. The Earnest money shall be 2% of the estimated tender value

and rounded to the nearest Rs.10/- The modes of remitting EMD amount are (a) bank deposit receipts, DD/Pay orders from nationalized banks / scheduled banks, in favour of Senior Divisional Financial Manager, Southern Railway,Tiruchchirappalli, or (b) Cash receipts obtained from Sr. Divisional Cashier

(Revenue) Southern Railway, Tiruchchirappalli duly remitting the EMDamount. 

(e) List of works completed in the qualifying period with is furnished. 

(f)  Statement of Works on hand is furnished in the proforma.

(g) Submission of Tenders:- Tenderers may paste the tender cover sheet i.e. topsheet of the document and submit the tender.

(h) Eligibility criteria for open tenders costing more than Rs 50 lakhs,

(i)  Experience: The tenderer should produce an attested certificate  from the

employer/client with reference no. and date for having completed single similar work

during the qualifying period. The certificate shall state the complete details such asdate of commencement and completion of work, whether final bill passed, whetherfinal measurements recorded, nature of variation positive or negative and statutorydeductions etc., the certificates towards work executed and completed in own name ofthe individual or firm who submitted the tender offer, only can be considered towardseligibility criteria for experience.

(ii) Turnover: The Tenderer should produce an attested certificate from theemployer/client, audited balance sheet duly certified by the charted Accountant and/orattested certificate from the Central/ State Govt./ Public sector undertakingsorganization/ department from where the tenderer received the payment for the workdone. The turnover shall be in own name of the individual or company, in whose

name the tender is offered, alone be considered. 

2.  The tenderer shall also note the following before submitting his tender

a)  FDRs obtained should be with automatic renewal facility only. The name of thetenderer should be incorporated in all the FDRs submitted by the tenderer.

b)  Certificates from private to whom such works are executed/ being executed willnotbe accepted.

c)  Consortium and firms and MOUs and sister concerns willnot be considered towardseligibility.

d)  Incase authorization given to representatives to sign the details should be enclosed.

Page 4: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 4/47

  Page 4 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

e)  Details of  proprietary, partnership if any should be attached.

f)  All documents to support fulfillment of eligibility criteria should be furnished  along with tender and should be available at the time of tender opening. Tenders notaccompanied by documentary evidence in support of eligibility criteria will berejected. No post tender communication  in any form will be made or entertainedafter opening of tenders, in this regard.

g)  Wherever tenderer is required to quote percentage rate system, collective percentagerate  should be quoted by the tenderer in words in bold “CAPITAL LETTERS” besides figures in the space provided duly scoring out `ATPAR' or PLUS or MINUSwhich are not applicable suitably and marked `X’ in the squares if not applicable.

h)  Wherever tenderer is required to quote unit rate system, the unit rate for each itemshould be quoted separately in words in bold “CAPITAL LETTERS” besides figuresin the space provided and marked `X’ in the squares if not applicable.

i)  If the rate/percentage rate quoted by the tenderer/contractor is stated differently infigures and in words, then the rate/percentagerate quoted in words shall prevail.

 j) 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 timefor. Submission of PG beyond 30 (thirty) days and upto 60 days from the date ofissue of LOA may be given by the Authority who is competent to sign the contractagreement. However, a penal interest of 15% per annum shall be charged for thedelay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. Incase the contractor fails to submit the requisite PG even after 60 days from the dateof issue of LOA, the contract shall be terminated duly forfeiting EMD and otherdues, if any payable against that contract. The failed contractor shall be debarredfrom participating in re-tender for that work.

k. Letter of acceptance is the due notice for submission of PG and no furthercommunication will be sent to the tenderer for submission of PG. In case of failureto submit PG with in the stipulated date action will be taken under clause 16(4) ofGCC is final and binding.

l) The following declaration should be given by the tenderer while submitting the tender

Declaration(a)  I/ We have down loaded the tender from the internet site

www.sr.indianrailways.gov.in  and I/we have not tampered/modified the tenderforms in any manner. In case, if the same is found to be tampered /modified I/Weunderstand that My/Our tender will be summarily rejected and full earnest moneydeposit will be forefeited and I/We am/are liable to be banned from doing businesswith railways am /or prosecuted.

(b)  I/We submitting a demand draft No……………………. dated ……………….Issued by …………………. for Rs ………towards the cost of tender Form.

Signature of tendererDate

Address.

Page 5: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 5/47

  Page 5 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

CE 496/GENL (REV 2002)FORM FOR TENDER REGULATIONS

SOUTHERN RAILWAY

Tiruchchirappalli Division

WORKS CONTRACT

Item.No.03 Tender Notice No.TPJ/03of 2013 dated.29.08.2013.

Name of work : Villupuram - Katpadi section :- Proposedanticorrosive treatment to existing track from km 0.000 to

77.200 for a length of 77.200km in Senior SectionEngineer/P.way/Tiruvannamalai section.

Appr.Value: 9.44 Lakh.

EMD Amount: 18,880 /-

Cost of Tender form 2192/- (with ST)

Completion period: Three months.

Regulations for Tenders

and Contracts

&

Instructions to Tenderers

and

Conditions of Tender

Page 6: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 6/47

  Page 6 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

CE 496/GENL (REV 2002)FORM FOR TENDER REGULATIONS

Southern Railway Tiruchchirappalli Division

WORKS CONTRACT

Regulations for Tenders and Contracts

Instructions to tenderers and

Conditions of Tender

Tender Agreement Form

Item No. 03 of Tender Notice No. TPJ 03 of 2013 dated 29.08.2013 of DRM/W/TPJ.

1. Name of the tenderer to whom the :tender form is issued(Please indicate details if the documents are downloaded from internet)

2. Address :

3. Serial No. assigned to the Tender Form :

4. Date of Sale :

5. Signature & Name of the Official :who issued the Form: 

 Notes:(1) Transfer of tender form purchased by one tenderer to another is not permissible.(2) The tender form is required to be submitted intact together with all documents supplied at the time

of sale, without any pages being removed. Any other documents required to be submitted as perthe conditions shall also to be attached. Failure to comply with this requirement will render thetender liable to be rejected.

(3) This document is the property of Southern Railway and is issued only for the use of the tendererfor submitting offers and should not be used in any other form nor be copied or reproduced.

*** 

Page 7: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 7/47

  Page 7 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

CE.496/GENL1 (REV 2002)FORM FOR TENDER REGULATIONS

Southern Railway Tiruchchirappalli Division

REGULATIONS FOR TENDERS AND CONTRACTS

AND INSTRUCTIONS TO TENDERERS AND CONDITIONS FOR TENDER

SL.NO.  CONTENTS PARA Remarks

1. Definitions 1

2. Singular or Plural 2

3. Interpretation 3

4. Tenders 4 deleted

4.1 Application for Registration 4.1-4..5 deleted

5. Tender Forms 5

6. Omissions and Discrepancies 6

7. Earnest Money 7 Partly

deleted8. Care in Submission of Tenders 8

9. Right of Railway to deal with Tenders 9

10. Execution of Contract Documents 10

11. Form of Contract Documents 11 Partlydeleted

12. Form of Quotation 12

13. Documents of this Tender 13

14. Drawing for this Work 14

15. Currency for this Work 17

16. Earnest Money for this Tender 18

17. Right to deal with this Tender 19

18. Income-Tax Clearance Certificate 22 deleted19. Tenderer’s Credentials 23

20. Submission of Tender 25

21. Execution of Contract Documents 27

22. Partnership deeds, Power of Attorney etc 28

23. Employment / Partnership etc. of Retired RailwayEmployees

30

ANNEXURES:

(i) Tender Form Annexure-I

(ii) Form for Schedule of Quantities and Rates Annexure-I (A)

(iii) Form for Reporting of Employment Annexure-I (B)

(iv) Form for Letter of Acceptance Annexure-II(v) Form for Zone Agreement Annexure-III not

applicable

(vi) Form for Work Order under Zone Contract Annexure-

 III(A)

notapplicable

(vii) Form for Works Contract Agreement Annexure-IV

Page 8: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 8/47

  Page 8 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

CE.496/GENL2 (REV 2002)FORM FOR REGULATIONS (CONTD)

Southern Railway Tiruchchirappalli Division

REGULATIONS FOR TENDERS AND CONTRACTS

FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS

FOR CIVIL ENGINEERING WORKS UNDER WORKS CONTRACTS.

MEANINGS OF THE TERMS

1. Definitions: In these Regulations for Tenders and Contracts, the following terms shallhave the meaning assigned hereunder except where the context otherwise requires:-

(a)  “Railways” shall mean the President of the Republic of India or the Administrative

Officers of the Southern Railway or of the Successor Railway authorized to deal withany matters, which these presents are concerned on his behalf.

(b) “General Manager” shall mean the Officer in charge for the general superintendenceand control of the Railway and shall also include the General Manager(Construction), Southern Railway and shall mean and include their successors of theSuccessor Railway.

(c) “Chief Engineer” shall mean the Officer in charge of the Engineering Department ofthe Southern Railway and shall also include the Chief Engineer (Construction),Chief Signal and Telecommunication Engineer, Chief Signal and Telecommunication

Engineer (Construction), Chief Electrical Engineer (Construction) and shall mean &include their successors of the Successor Railway.

(d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of theSouthern Railway and shall mean and include the Divisional Railway Manager of theSuccessor Railway. Divisional Railway Manager (Works) shall be the Officer incharge of the Engineering Department on the Division and similar is far S&T,Electrical etc., for the concerned department.

(e) “Engineer” shall mean the Divisional Engineer, Southern Railway or the ExecutiveEngineer, Southern Railway, and shall mean and include the Divisional Signal and

Telecommunication Engineer, Divisional Signal & Telecommunication Engineer(Construction), Divisional Electrical Engineer and Divisional Electrical Engineer(Construction) in executive charge of the works and shall include the superior officersof the Engineering, Signal & Telecommunication, and Electrical Department of theSouthern Railway i.e., the Senior Divisional Engineer/Deputy Chief Engineer/ChiefEngineer, Principal Chief Engineer, Deputy Chief Engineer (Construction)/ChiefEngineer (Construction)/Chief Administrative Officer (Construction), SeniorDivisional Signal and Telecommunication Engineer/Deputy Chief Signal andTelecommunication Engineer/Chief Signal & Telecommunication Engineer, DeputyChief Signal & Telecommunication Engineer (Construction)/Chief Signal &Telecommunication Engineer (Construction), Senior Divisional Electrical

Engineer/Deputy Chief Electrical Engineer/Chief Electrical Engineer, Deputy Chief

Page 9: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 9/47

Page 10: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 10/47

  Page 10 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

1.  Tenders:  - deleted.

4.1 Application for Registration:  - deleted-

4.2  to 4.5 - deleted-

5. Tenders Forms:  Tender Forms will embody the contents of the Contract Documents

either directly or by reference. Tender Forms shall be issued on payment of the prescribedfees to the appropriate Contractors on the list of Approved Contractors. Contractors noton the list of Approved Contractors will on payment of the prescribed fees, be furnishedwith Tender Forms and they shall be required to submit evidence regarding their financialstatus, previous experience and ability to execute the works, and an authorized copy of thecurrent Income-Tax Clearance Certificate without which their tenders will not beconsidered .  All pages of the Tender Forms, as per specimen form at Annexure I and I

(B) and all other annexure, including the ‘Regulations and Instructions’ shall be

 signed by the Tenderer clearly in acceptance of the same while submitting the tender .  No alterations/ corrections/modifications of the Tender Forms are admissible. Tenderswith such altered/corrected /modified Tender Forms will be rejected by the Chief

Engineer/Chief Engineer (Construction)/Divisional Railway Manager/Engineer. Thetender documents shall be witnessed by two individuals of appropriate stature.

6. Omissions and Discrepancies :  Should a Tenderer find discrepancies in, or omissionsfrom the drawings or any of the Tender Forms or other Contract Documents or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders whomay send a written instruction to all Tenderers. It shall be understood that every endeavorhas been made to avoid any error which can materially affect the basis of the tender andthe successful Tenderer shall take upon himself and provide for the risk of any errors,omissions and discrepancies which may subsequently be discovered and shall make nosubsequent claim on account thereof.

7.  Earnest Money:  The Tenderer shall be required to deposit Earnest Money with thetender for the due performance of the stipulation to keep the offer open till such dateas specified in the tender. The Earnest Money will be as under or as prescribed by theRailway from time to time:-

(a) 

Contract Value of stipulationis 9.44 lakh.

Earnest money for due performanceto keep the offer open till the datespecified

EMD 18,880 /-

(b)  It shall be understood that the tender documents have been sold/issued to the Tendererand the Tenderer is permitted to tender in consideration of stipulation on his part andthat after submitting his tender he will not resile from his offer or modify the termsand conditions thereof in a manner not acceptable to the Engineer. Should theTenderer fail to observe or comply with the said stipulation, the aforesaid amountshall be liable to be forfeited to the Railway.

(c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will beretained as part security for the due and faithful fulfillment of the contract in terms ofClause – 16 of the General Conditions of Contract. The Earnest Money of otherTenderers shall, save as hereinbefore provided, be returned to them, but the Railway

Page 11: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 11/47

  Page 11 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

shall not be responsible for any loss or depreciation that may happen thereto while intheir possession, nor be liable to pay interest thereon.

(d) (1) The Contractors approved for the works in various categories in the approved listof Contractors will have the option to deposit the Earnest Money for each individualworks or furnish Standing Earnest Money at the rates indicated below :-

Contract Value Amount of lump sum standing EarnestMoneyUpto Rs. 10 Lakhs Rs.15,000/-Above Rs. 10 Lakhs but upto Rs.25 Lakhs Rs.35,000/-Above Rs.25 Lakhs but upto Rs.50 Lakhs Rs.75,000/-Above Rs.50 Lakhs and upto Rs.1 Crore Rs.1,50,000/-Deleted 

(2) No part of this fixed lump sum deposit as Standing Earnest Money can be accountedagainst the Earnest Money deposit required for the Tender or the Security Deposit aContractor has to make on the acceptance of his tender and on execution of an agreement ,which has to be made-up separately. It however , be noted by the contractors that this

Standing Earnest Money deposited by them is available for forfeiture to the extent specifiedin cases where they tender but due to any circumstances fail to keep the offer open for the periods specified in the tender documents.deleted 

(e) The Earnest Money should be in cash or in any of the following forms:-

(i) Deposit receipts, pay orders, demand drafts. These forms of Earnest Moneycould be either of the State Bank of India or of any of the Nationalized banks. No confirmatory advice from the Reserve Bank of India will be necessary.

(ii)  Deposit receipt executed by the Scheduled banks (other than the State Bank ofIndia and the Nationalized Banks) approved by the Reserve Bank of India forthis purpose. The Railway will not, however, accept deposit receipt withoutgetting in writing the concurrence of the Reserve Bank of India.

(f)  Standing Earnest Money - deleted-

8. Care in Submission of Tenders: 

(a) Before submitting a tender, the Tenderer will be deemed to have satisfied himself byactual inspection of the site and locality of the works, that all conditions liable to be

encountered during the execution of the works are taken into account and that the rates heenters in the Tender Forms are adequate and all inclusive to accord with the provisions inClause-37 of the General Conditions of Contract for the completion of works to the entiresatisfaction of the Engineer.

(b) When work is tendered for by a firm or company of Contractors, the tender shall besigned by the individual legally authorized to enter into commitments on their behalf.

(c) The Railway will not be bound by any power of attorney granted by the Tender or bychanges in the composition of the firm made subsequent to the execution of the contract.It may, however, recognize such power of attorney and changes after obtaining proper

legal advice, the cost of which will be chargeable to the Contractor.

Page 12: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 12/47

  Page 12 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

9.  Right of Railway to deal with tenders:  The Railway reserves the right of not to invitetenders for any of the Railway work or works or to invite open or limited tenders andwhen tenders are called, to accept a tender in whole or in part or reject any tender or alltenders without assigning reasons for any such action.

CONTRACT DOCUMENTS

10. Execution of Contract Documents :  The Tenderer whose tender is accepted shall berequired to appear in person at the office of the General Manager/General Manager(Construction)/Chief Administrative Officer (Construction)/Chief Engineer/DivisionalRailway Manager or the concerned Engineer, as the case may be, or in case of a firm orcorporation, a duly authorized representative shall so appear and execute the ContractDocuments within 7 (Seven) days after notice that the contract has been awarded to himand/or on receipt of the letter of acceptance of the tender, in specimen from at AnnexureII. Failure to do so shall constitute a breach of the agreement effected by the acceptanceof the tender in which case the full value of the Earnest Money accompanying the tendershall stand forfeited without prejudice to any other rights or remedies available to the

Railway.

10.1 In the event of any Tenderer whose tender is accepted refusing to execute the ContractDocuments as hereinbefore provided, the Railway may determine that such Tenderer hasabandoned the contract and there upon his tender and acceptance thereof shall be treatedas cancelled and the Railway shall be entitled to forfeit the full amount of the EarnestMoney and also to recover the damages for such default.

11. Form of Contract Documents:  Every contract shall be complete in respect of thedocument it shall so constitute. The Contract Documents shall include all or any of the

documents listed in the definition for “Contract” updated to the date of issue of tendernotice for the work. It should be understood that every endeavor has been made by theRailway to update all the documents and the Tenderer shall take upon himself and providefor the work of any deficiency or error in this regard which may subsequently bediscovered and shall make no subsequent claims on account thereof. Not less than 3(three) copies of the Contract Documents, shall be signed by the competent authority andthe Contractor and one copy given to the Contractor.

(a) For Zone or Zonal contracts, awarded on the basis of the percentage at par or above or below the Southern Railway unified standard schedule of rates-2011 &specification dated 11.10.2011 of the Engineering Department and/or other

departments of the Southern Railway for the whole or part of financial year, thecontract agreement required to be executed by the Tenderer whose tender is acceptedshall be as per specimen form at Annexure III or as may be prescribed by the Railway.During the currency of the zone contract, work Orders as per specimen form atAnnexure III(A), for work not exceeding Rs. 2,00,000 / - each, or so as specified bythe Railway, will be issued by the Divisional Railway Manager / Engineer under theagreement for the Zone Contract.

(b) For contracts for specific works, valued at more than Rs. 10,000/-, the contractagreement required to be executed by the Tender whose tender is accepted shall be as per specimen form at Annexure IV or so as may be prescribed by the Railway. -

deleted.

Page 13: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 13/47

  Page 13 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

12.  Form of Quotation:(a)  The tender shall be submitted in the prescribed form annexed hereto at Annexure I, I

(B) and other relevant annexure, quoting a percentage above or below or at par over

 the firm rates  furnished in schedule for items not covered by Southern Railway

unified standard schedule of rates-2011 & specification dated 11.10.2011  and

 must tender for all the items shown in the schedule of approximate quantities

 attached.  The quotations will be subject to the general and special instructionscontained in the Southern Railway unified standard schedule of rates-2011 &specification dated 11.10.2011. and the other documents of the Contract Documentsto which the ‘Tenderers’ special attention is drawn. The percentage and rates quotedmust be clearly written in figures and words and the percentage quoted shall apply toall items in all the Chapters of the Southern Railway unified standard schedule ofrates-2011 specification dated 11.10.2011 The percentage/rates quoted must be firm, precise and unconditional.

(b)  If any item is excluded by the Tenderer while submitting his tender, the Engineer mayreject the tender.

INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER

13. The following documents form part of this Tender/Contract:

(a)Tender Forms and Schedule of approximate quantities (including all annexure)(enclosed)

(b) Special Conditions / Specifications and Special Specifications (enclosed)

(c ) Printed General Conditions of Contract and Specifications for works andMaterials, 2010 of the Southern Railway, as amended/corrected upto Correction slipsupto-date, copies of which can be seen in the Office of Principal Chief Engineer/Chennai or Divisional Railway Manager/Works/Tiruchchirappalli junction ofSouthern Railway and purchased on payment of and 2000/- per set  of copy respectively. 

(d) Printed Southern Railway unified standard schedule of rates-2011 &specification dated 11.10.2011,  as amended/ corrected upto Correction Slips upto-date, copies of which can be seen/obtained in/from the office of the above onpayment of 1000 /- per copy. (Including sale tax and surcharge)

(e) All general and detailed drawings pertaining to the work which will be issued by the

Engineer or his representatives (from time to time) with all changes andmodifications.

14. Drawings for this work:  The Drawings for the work can be seen in the office of theChief Engineer / Chief Engineer (Construction)/Divisional Railway Manager/Engineer atany time during the office hours. The drawings are only for the guidance of Tenderer.Detailed working drawings (if required), based generally on the drawings mentionedabove, will be given by the Engineer or his representative from time to time.

15. The Tenderer shall quote his rates as a percentage above or below or at par theSouthernRailway unified standard schedule of rates-2011 & specification dated 11.10.2011 of

the Southern Railway as applicable to Tiruchchirappalli Division except where he is

Page 14: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 14/47

  Page 14 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

required to quote item rates/lump sum rates and must tender for all the items shown in theschedule of approximate quantities attached. The quantities shown in the attachedschedule are given as a guide and are approximate only and are subject to variationaccording to the needs of the Railway. The Railway does not also guarantee work undereach item of the schedule. 

16. Tenders containing erasures and/ or alterations of the tender documents are liable to berejected. Any correction made by Tenderer in his entries must be attested by him.

17. Currency for the work:  The works are required to be completed within a period ofthree calendar months from the date of issue of the acceptance letter.

18. Earnest Money for this Tender:

(a) The tender must be accompanied by a sum of 18,880/- as Earnest Money depositedin cash or in any of the forms as mentioned hereinbefore, failing which the tender willnot be considered.

(b) The Tenderer shall keep the offer open for a minimum period of 90 days from thedate of opening of the tender. It is understood that the tender documents has beensold/issued to the Tenderer and the Tenderer is permitted to tender in considerationof the stipulation on his part that after submitting his tender subject to the period being extended further if required by mutual agreement from time to time, he will notresile from his offer or modify the terms and conditions thereof in a manner notacceptable to the Engineer/Railway. Should the Tenderer fail to observe or complywith the foregoing stipulation, the amount deposited as Earnest Money, for the due performance of the above stipulation, shall be forfeited to the Railway.

(c) If the tender is accepted, the amount of Earnest Money will be retained and adjustedas Security Deposit for the due and faithful fulfilment of the contract. This amountof Security Deposit shall be forfeited if the Tenderer/Contractor fail to execute theAgreement Bond within 7 days after receipt of notice issued by the Railway that suchdocuments are ready or to commence the work within 15 days after receipt of the

orders to that effect.(d) The Earnest Money of the unsuccessful Tenderer(s) will, save as hereinbefore

 provided, be returned to the unsuccessful Tenderer(s) within a reasonable time butthe Railway shall not be responsible for any loss or depreciation that may happen tothe 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.

19. Right of the Railway to deal with this Tender:  The authority for the acceptance of thetender will rest with the Railway. It shall not be obligatory on the said authority toaccept the lowest tender or any other tender and Tenderer shall neither demand any

explanation for the cause of rejection of his tender nor the Railway undertaker to assignreasons for declining to consider or reject any particular tender or tenders.

20. If the Tenderer deliberately gives wrong information in his tender or createscircumstances for the acceptance of his tender, the Railway reserves the right to rejectsuch tender at any stage.

21. If the Tenderer expires after the submission of his tender or after the acceptance of histender, the Railway shall deem such tender as cancelled. If a partner of a firm expiresafter the submission of their tender or after the acceptance of their tender, the Railwayshall deem such tender as cancelled, unless the firm retains its character.

Page 15: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 15/47

  Page 15 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

22. Income-Tax Clearance Certificate: Deleted

23. Tenderer’s Credentials: Documents testifying the Tenderer’s previous experience andfinancial status should be produced along with the tender or when desired by thecompetent authority of the Railway.

24. Tenderer who has not carried out any work so far on the Railway and who is not borneon the approved list of the Contractors of the Southern Railway should submit along withhis tender credentials to establish :-(a) 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 thetype of job for which tender is invited with list of works carried out in the past.

25.  Submission of Tender: 

Tenders must be enclosed in single sealed cover, superscribed “Tender Notice No. TPJ 03of 2013 .Item No.03 and Name of Work as per schedule attached” and must be sent byRegistered Post to the address of the Divisional Railway Manager, (Works) Tiruchchirappalli.so as to reach this office not later than 14.00 hours on the 03.10.2013 or deposited in thespecial box allotted for the purpose in the Office of the Divisional Railway Manager, (Works)Tiruchchirappalli. This will be sealed at 14.00 hours on the 03.10.2013. The tender will beopened at 14.30 hrs on the same day. The tender papers will not be sold after10.30 hours on03.10.2013. Tenderers may paste the “Tender cover sheet” printed along with thistender to fulfill super scribing requirements as specified in this clause.

26. Execution of Contract Documents:  The successful Tenderer shall be required to

execute an agreement with the President of India acting through the Divisional RailwayManager/ Works, Southern Railway, Tiruchchirappalli for carrying out the workaccording to the Contract Documents.

27. Partnership deeds, Power of Attorney etc.:  The tenderer shall clearly specify whetherthe tender is submitted on his own or on behalf of a Partnership concern. If the tender issubmitted 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 Concern. If these documents are not enclosed along with tenderdocuments, the tender will be treated as having been submitted by individual signing thetender 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 theexecution of the contract. It may, however, recognize such power of attorney and changesafter obtaining proper legal advice, the cost of which will be chargeable to the Contractor.

28.  The Tenderer, whether sole Proprietor, a Limited Company or a PartnershipConcern, if they want to act through an agent or individual partner, should submit alongwith the tender or at a later stage, a power of attorney duly stamped and authenticated bya Notary Public or by Magistrate in favour of the specific person whether he be partner ofthe firm or any other person specifically authorizing him to submit the tender, sign theagreement, receive money, witness measurements, sign measurement books, compromise,settle, relinquish any claim(s) preferred by the firm and sign the “No Claim Certificate”

and refer all or any disputes to arbitration.

Page 16: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 16/47

  Page 16 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

29. Employment/Partnership, etc., of Retired Railway Employees:

(a) Should a Tenderer be a retired engineer of the Gazetted rank or any other GazettedOfficer working before his retirement, whether in the executive or administrativecapacity, or whether holding a pensionable post or not, in any department of any of theRailways owned and administered by the President of India for the time being, orshould a Tenderer being a Partnership Concern have as one of its partners a retired

engineer or retired Gazetted Officer as aforesaid, or should a Tenderer being anincorporated Company have any such retired Engineer or retired Engineer or retiredOfficer as one of its Directors, or should a Tender have in his employment any retiredEngineer or retired Officer as aforesaid, the full information as to the date of retirementof such Engineer or Gazetted Officer from the said service and in case where suchEngineer or Officer had not retired from the Government service at least 2 years priorto the date of submission of the tender as to whether permission for taking suchcontract, 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, asthe case may be, from the President of India or any Office, duly authorized by him inthis behalf, shall be clearly stated in writing at the time of submitting the tender.Tenders without the information above referred to or without a statement to the effectthat no such retired Engineer or retired Gazetted Officer is associated with the Tendereras the case may be, shall be rejected.

(b) Should a tenderer or Contractor being an individual on the list of approved Contractors,have a relative(s) or in the case of Partnership Concern or Company of Contractorsone or more of his shareholder(s) or a relative(s) of the shareholder(s) employed inGazetted capacity in any department of any of the Railways, the authority invitingtenders shall be informed of the fact at the time of submission of tender, failing whichthe 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 GeneralConditions of Contract.

30. Non-compliance with any of the conditions set forth hereinabove is liable to result in thetender being rejected.

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

Place: Name:

Date: Address:

Signature, name and addresses of the witnessesto the signature of the Tenderer(s):Witnesses :  1.Signature:……………………………….….. Date …………………..

 Name: ………………………………….. Address: …………………

2. Signature………………………………… Date:……………………

 Name: ………………………………….. Address: ………………

Page 17: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 17/47

  Page 17 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

CE496/TF(REV 2002)FORM FOR SUBMISSION OF TENDER

Annexure – I

Southern Railway Tiruchchirappalli Division

TENDER FORM

REF. No……………………………………………. /DATE: ……………………….

ToTHE PRESIDENT OF INDIA,acting through theDivisional Railway Manager/ Works,Southern Railway,Tiruchchirappalli

 Name of Work : As per schedule attached. 

Tender Notice No. TPJ 03 of 2013. Item No.03. 

1. I/We …..…………………………….. have read conditions of tender attached heretoand agree to abide by said conditions. I/We have perused the Contract Documents (i.e. theGeneral Conditions of Contract, Special Conditions and Specifications for Materials andworks, 2010 of the Southern Railway and the Unified Standard Schedule of rates 2011 forTiruchchirappalli Division  communicated with W.416/I/05-06/Unified SOR &Specification dated 11.10.2011)., of the Southern Railway and all other documents attachedto the tender) and that I/We am/are fully aware that I/We will have to perform the contract ifmy/our tender is accepted subject to the Contract Documents complete aforesaid. I/We offerto do the works of the work “as per schedule attached” at the rates  shown in the printed

Unified Standard Schedule of rates 2011 for Tiruchchirappalli Division with W.416/I/05-06/Unified SOR & Specification dated 11.10.2011) , of Southern Railway  Zone – ‘A’  of

Tiruchchirapplli Division, Unit rates for Schedule “B” (Items which are not covered bythe USSOR rates 2011) and hereby bind myself/ ourselves to complete the work withinthree calendar months from the date of issue of the letter of acceptance.

2. I/We also agree to keep this tender open for acceptance for a period of 90 days fromthe date fixed for opening the same and in default thereof I/We will be liable for forfeiture ofmy/our “Earnest Money”.

3. A sum of 18,880/- (Rupees Eighteen thousand, eight hundred and eighty only)

is  herewith forwarded as Earnest Money. The full value of the Earnest Money shall standforfeited without prejudice to any other right or remedies available to the Railway in casemy/our tender is accepted and if :

(A) I/We do not execute the Contract Documents within seven days after receipt ofnotice issued by the Railway that such documents are ready ; or

(B)  I/We do not commence the work within fifteen days after receipt of orders tothateffect.

Page 18: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 18/47

  Page 18 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

4. I/We agree that until a formal agreement is prepared and executed, acceptance of thistender shall constitute a binding contract between us subject to modifications as may be mutually agreed to between us and indicated in the letter of acceptance of my/ouroffer for this work.

5. I/We also undertake to carry out the work in accordance with the said plans,specifications and conditions of contract, and to find and provide such of the materials(other than those to be supplied by the Railway) for, and to do all such things which inthe opinion of the Engineer may be necessary for, or incidental to the construction,completion and maintenance thereof and to complete the whole of the said works inall respects, and hand them over to you or your representative(s) within the periodspecified, and to maintain the same for the period and in the manner provided in theconditions of contract.

…………………………………………

Signature of the Tenderer(s)

Place: Name:

Date: Address:

Signature, name and addresses of the witnessesto the signature of the Tenderer(s):

Witnesses:  1.Signature:……………………………….….. Date …………………..

 Name: ………………………………….. Address: …………………

…………………………

2. Signature………………………………… Date:……………………

 Name: ………………………………….. Address:…………………

…………………………

Page 19: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 19/47

  Page 19 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

CE496/TFSDL (REV2002)FORM FOR TENDER SCHEDULE

Annexure – I A

Southern Railway Tiruchchirappalli Division

 Name of work : As per schedule attached. Tender Notice No. :TPJ 03 of 2013. Item No. 03.

FORM FOR SCHEDULE OF QUANTITIES AND RATES

Sl.No. Item No. Description of itemof work

App. Qty. Unit Rates infigures andin wordsRs. P.

Amount infigures and

wordsRs. P.

As per schedulesattached

I / we undertake to do the work at …………… % above / below or at par the unified

standard schedule of rates -2011, of the southern railway ( as corrected / amended by up todate ) as applicable to Zone ‘A’ of Tiruchchirappalli Division or the rates quoted above foreach item.

………………………Signature of the Tenderer

Place :Date : Notes :

1. The quantities shown in the above schedule are approximate and or as a guide to give thetenderers an idea of the quantum of work involved. The Railway reserves the right toincrease / decrease and / or delete or include any of the quantities given above and noextra rate will be allowed on this account.

2.  Suitable schedules for BSR items and other items shall be used.

3.  Columns 1 to 5 shall be filled by the officer of the Authority inviting tenders. Columns

6 and 7 shall be filled by the tenderers only when percentage tenders are not invited.

For percentage tenders, form shall be modified suitably. Separate schedules shall be used

for separately identifiable group of works / items. Each page of the schedule should

 be signed by the tenderer with name , date and place.

Signature & Address of the witnesses to the signature of the tenderer’(s)

1. Signature ………………………..Date :…………… Name : ……………… Address :

……………..

2. Signature ………………………..Date :…………… Name : ……………… Address :

……………..

Page 20: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 20/47

  Page 20 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

CE496/TFPRFOMA (REV2002)FORM TO REPORT EMPLOYMENT

Annexure – I B

Southern Railway Tiruchchirappalli Division 

FORM FOR REPORTING OF EMPLOYMENT

(Proforma to be filled in and signed by the Tenderer and submitted along with the tenderwith reference to clause No. 29 of the conditions under “Regulations” of the tender)

(Strike out whichever is not applicable)

1. The undersigned –

(a) is a retired Gazetted Officer holding prior to retirement a pensionable / non pensionable post in the Engineering Department of the……………………………………. Railway.

(b) is a partnership firm having as one of its partners a retired Engineer or a GazettedOfficer as aforesaid.

(c) is an incorporated company having any such retired Engineer or retired GazettedOfficer as aforesaid, as one of its directors.

(d) is having in my employment any retired Engineer or retired Gazetted officer asaforesaid.

(e) has no such retired Engineer or retired Gazetted Officer so associated with me as state

above.

2. If falling under any of the above categories (a) to (d), particulars of the officer may befurnished hereunder:

(i) Post held before retirement ………………………………………......

(ii) Date of retirement …………………………………………………….

(iii) …………………………………………………………………………

(iv) If not retired at least two years prior to date of submission of tenderState whether permission for takingsuch contracts has been obtained fromthe President of India or any officerduly authorized in this behalf. ……………………………….

Page 21: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 21/47

  Page 21 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

3. If the Tenderer or in the case of a firm or company, any of the shareholders has arelative or relatives employed in Gazetted capacity in the Engineering or any otherDepartment of the Railways, particulars of such relatives in the Railway may befurnished hereunder :-

(i) Name ………………………………………………………

(ii) Designation ………………………………………………………

(iii) Relationship ………………………………………………

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

 NAME: …………………………………..

ADDRESS:…………………………………

…………………………………..

***

Page 22: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 22/47

  Page 22 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

CE 496/ACCL (Rev. 2002)LETTER OF ACCEPTANCE

Annexure – II

Southern Railway Tiruchchirappalli Division 

FORM FOR ACCEPTANCE OF TENDER(This is only for guidance. The issuing authority will decide the format and contents based complete ContractDocuments)

 No. W……………………………………… dt………………

SHRI./M/S………………………………………….………………………………………………………………………………………………………………Sir(s),

 NAME OF WORK :

TENDER NOTICE NO TPJ/… ……… dt. ………… ITEM No. ……..

I accept the tender offered by you for the above work and agree to pay at the rates at par/enhanced/ diminished by ………………………….. per cent in respect of Schedule (Itemsnot covered by the Unified Standard Schedule of rates 2011 for Tiruchchirappalli

Division with W.416/I/05-06/Unified SOR & Specification dated 11.10.2011)

The agreement for the contract for the above work shall be signed by you within7 days of receipt of this letter, which is despatched by registered post acknowledgement due.

This letter of acceptance forms part of the Contract Documents governing this contract.

Please acknowledge receipt of this letter.

…………………………………………...Name:Designation:

Southern Railway,Chennai.

PLACE: (On behalf of the President of India)

DATE:Witnesses:  1.Signature:……………………………….….. Date …………………..

 Name: ………………………………….. Address: …………………

…………………………

2. Signature………………………………… Date:……………………

 Name: ………………………………….. Address:…………………*****

Page 23: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 23/47

  Page 23 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

CE 496/WKCTAGT (Rev 2002)FORM FOR WORKS AGREEMENT

Annexure – IV

Southern Railway Tiruchchirappalli Division 

FORM FOR AGREEMENT FOR WORKS CONTRACTS

 NAME OF WORK:

1. Articles of agreement made this …………………….. day of ……………….. of

20………... between the “President of India” acting through

………………………………………..  of Southern Railway Administration herein after

called the “Railway” of the one part and ……………………….

………………………………………………………… hereinafter called the “Contractor” 

of the other part.

2. Whereas the Contractor has agreed with the Railway for the performance of the works“…………………………………………………………………………………………………………………………………………………………………………………………..”   setforth in the schedule(s) hereto annexed and in conformity with the Specifications forMaterials and works 2010 of the Southern Railway, the conditions and special conditions,special specifications and drawings, manuals and guidelines hereto annexed, if any, and the

General Conditions of Contract, all known as “Contract Documents”,  and whereas the performance of the said work is an act in which the public are interested.

3. And whereas the Contractor has deposited a sum of  Rs……………/- (Rupees

………………………………) towards the Earnest Money and where as the balance in theSecurity Deposit after adjustment of earnest Money of Rs…………………(Rupees……………………………….)  Originally paid by the contractor isat the instance of the Contractor recovered at 10 percent of the value of the running bills tillall the amount of Security Deposit ofRs…………………(Rupees……………………………….)  is fully recovered.

4. Now this indenture witnesseth that in consideration of the payments to be made by theRailway, the Contractor will duly perform the said works in the said schedules set forth andshall execute the same with great promptness, care and accuracy in a workmanlike manner tothe satisfaction of the Railway and will complete the same in accordance with the ContractDocuments on or before the ……………………………. day of ……………….. of20……….. and will maintain the said works for a period of SIX calendar months from thecertified date of their completion and will observe, fulfill and keep all the conditions thereinmentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein), and the Railway doth hereby agree that if the contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms andconditions, the Railway will pay or cause to be paid to the Contractor for the said works onthe final completion thereof, the amount due in respect thereof, at the accepted percentage

Page 24: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 24/47

  Page 24 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

rates at PAR/ enhanced/diminished by ………(………….…) per cent in respect of Schedule(for items not covered by Unified Standard Schedule of rates 2011 for Tiruchchirappalli

Division with W.416/I/05-06/Unified SOR & Specification dated 11.10.2011)

5. It is hereby agreed and declared that all the provisions of the said ContractDocuments, which have been carefully read and understood by the Contractor, shall be as binding upon the Contractor and upon the Railway as if the same had been repeated hereinand shall be read as part of these presents.

6. The cost of stamp duty on this agreement shall be borne by the RailwayAdministration.

…………………………………………...Signature of the Contractor(s) 

 Name: Date:

Address:…………………………………………...

Date: Name:

Designation:

Southern Railway,Chennai.(On behalf of the President of India)

Signature, name and addresses of the witnessesto the signature of the contractor(s)

Witness : No. 1.Signature:……………………………….….. Date ………………..

 Name: ………………………………….. Address: …………………..

…………………………

 No. 2. Signature…………………………………Date……………………….

 Name: ………………………………….. Address… …………………*****

Page 25: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 25/47

  Page 25 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

NATIONAL ELECTRONIC FUND TRANSFER/ELECTRONIC CLEARING SERVICE ( CREDIT CLEARING)

MODEL MANDATE FORM.(Investor’s / Customer’s option to receive payment through credit clearing Mechanism)NAME OF THE SCHEME AND THE PERIODICITY OF PAYMENT.

Unique contractor / Vendor code1.  Investor / Customer’s Name and Address

E MAIL ID Telephone No.

2.  Particulars of Bank Account(a)  Name of the Bank

(b)  Name of the BranchAddress & Telephone. No.

(c) 9 Digit code number of the Bank and BranchAppearing on the MICR cheque issued by the Bank.IFSC code of the Branch

(d) IFSC code of the Branch

(e) Type of Account ( Current / Savings/ /Cash)Credit with code 10/ 11/13)

(f)  Ledger and Ledger folio No.

(g) Account Number ( Appearing on the cheque Book)

( In lieu of the bank certificate to be obtained as under, please attach a bankcancelled cheque or photo copy of a cheque or front page of your savings passbook issued by your bank for verification of the above particulars)

3.  Date of effectI hereby declare that the particulars given above are correct and

complete. If the transactions is delayed or not effected at for reasons of the

incomplete or incorrect information. I would not hold the user institutionresponsible. I have read the option invitation letter and agree to discharge theresponsibility expected of me as a participant under the scheme.

Date: Signature of the investor / Customer

Certificate that the particulars furnished above are correct as per our records.

Bank’s stamp Signature of the authorised official of the Bank

Page 26: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 26/47

  Page 26 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

SOUTHERN RAILWAY

 Name of Work “As per schedule attached”

GENERAL INSTRUCTIONS AND CONDITIONS

1. The Unified standard Schedule of Rates 2011 for Tiruchchirappalli Division issued underthe authority of the chief Engineer from time to time or as amplified, added to orsuperseded, from time to time, Southern Railway Engineering Department, Specificationsfor materials and works 2010 with necessary Corrections up to date and relevant BISSpecifications mentioned in Unified standard Schedule of Rates 2011 Southern RailwayRegulations for Tenders and Contracts, Conditions of Tender, Tender agreement for works,General conditions of Contracts upto date, the Contract Labour (Regulations and Abolition)Act 1970, the General Rules and specific drawings issued for the purpose, govern thisworks contract.

2. (a) The tenderer shall quote rate ‘At par’ or different percentage ‘above’ or ‘below’ theSouthern Railway Unified standard Schedule of rates  2011  as applicable toTiruchchirappalli Division, for schedule ‘A’.& “C” No fraction is allowed in the percentagequoted.

2 (b) The rates / percentage rate are to be quoted in words and figures. The rates / percentagerate quoted for the items should be inclusive of all freight charges lead up to site of work,crossing of track, drains, nullas, etc. ascent and descent etc. wherever necessary

3. In the case of Bridge works, the Tenderer shall execute the works during nights also as andwhen required and as directed by the Engineer’s Representative. Necessary lighting

arrangements during nights are to be arranged by the Tenderer or Contractor at his own cost.In case of failure of lighting arrangements, the Railway will not take any responsibility andno claim whatsoever of any kind will be entertained on this account by the Railway.

4. No approach road will be laid by the Railway for the conveyance of Contractor’s materialsto the site of work’ and the same, if required, shall be laid by the Contractor at his own cost.However, the Railway will have the liberty of using such roads.

5. If any other items of works converted by the Unified standard Schedule of Rates 2011 for Tiruchchirappalli Division are to be carried out, not covered by Schedule ‘A’ & “C” theyshall be carried out at the same rate shown therein at enhanced or diminished or ‘at par’ as the

case may be at the same percentage as tendered for the work. This method of payment appliesto deletions also.

6. The Contractor should obtain the prior approval of the Engineer’s representative for thematerials to be supplied by him and used for the work by submitting samples and supply ofmaterials should be as per the samples approved by the Engineer’s representatives.

7. The work shall be carried out without any interruption for the moving traffic andinfringement to the Schedule of dimensions. The rate/percentage quoted by the Contractorshall be inclusive of the execution of work under traffic conditions also where ever applicableas directed by the Engineer’s Representative.

Page 27: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 27/47

Page 28: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 28/47

  Page 28 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

17. The Tenderer has to make his own arrangements for obtaining earth approved by theEngineer’s Representative from outside the Railway limit. Borrow pits in Railway limits willnot be allowed. Seignorage charges etc., will have to be paid by the Contractor.

18. At the time of final handing over the embankment to the Railway, payment would bemade on the basis of final cross section only and no extra allowance would be granted tocover any settlement of the earth work into the natural ground. The Tenderer’s/Contractor’s

rate should cater for such eventualities also depending on the local conditions.

19. The Tenderer has to make his own arrangements for obtaining ballast from outside theRailway Limit and necessary seignorage charges etc., if any, will be borne by him. The ballast shall be stacked on Railway land as directed by the Engineer’s representative.

20 (a) If the Contractor is a co-operative labour contract Society/Vender Co-operativeSociety, there should be no element of contractor or ex-contractor in that Society in anycapacity nor shall thereby any close relative of the Contractor or ex-contractor associatingwith the society as on Office Bearer.

20. (b) In case of breach of the above provision, the Railway reserves its right to terminate thecontract with the society at any time without assigning any reasons after giving notice of amonth to the society.

21. The Contractor shall employ the following technical staff during the execution of thiswork.(i) One Graduate Engineer when the cost of the work to be executed is Rs.15 lakhs and above.

(ii) One qualified diploma holder (overseer) when the cost of the work to be executed is morethan Rs.5 lakhs but less than Rs.15 lakhs.

Technical staff should be available at site whenever required by the Engineer in-charge totake instructions. In case, the Contractor fails to employ the Technical staff as aforesaid, heshall be liable to pay a reasonable amount not exceeding a sum of Rs.3000/- (Rupees threethousand only) for each month of default in case of Graduate Engineer and Rs.2, 000/-(Rupees two thousand only) for each month of default in case of diploma holder (Overseer).

The decision of the Engineer in-charge as to the period for which the required technicalstaff to be employed by the Contractor and as to the reasonableness of the amount to bededucted on this account shall be final and binding on the Contractor.

22. Unloading and stacking of released P.W. materials at the nominated stations should be

done without infringing the traffic movement.

23. In one block section, lorries should be permitted to work at not more than two locations ata time for unloading earth or ballast or other materials. At each of these locations, a Railwayofficial not below the rank of Work Mistry/Permanent Way Mistry should be posted withhand signals to ensure that lorries do not infringe the fixed structures of dimensions at anytime and to protect the track in case of an emergency. Additional look out men with a whistle,hand signals and detonators should be posted 500 metre ahead on either side to warn theRailway officials at the site of the work about an approaching train. In case of curves,additional flagmen may be posted. On receipt of warning about an approaching train, theofficial at site will flag down and stop the lorry at a location well beyond the infringements

and the lorry should be allowed to proceed further only after train has passed.

Page 29: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 29/47

  Page 29 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

24. Where turning of lorries is found necessary in the course of work, locations for reversingfor the purpose of turning should be nominated and should be selected in such a way, thatthere is no danger to the train. At such location, Railway officials not below the rank of WorkMistry / P.W. Mistry should be available with hand signals to ensure that the lorries do notinfringe the fixed structure/dimensions for the running line. Sufficiently strong stoppers orrail barricades should be put up at such locations wherever required to ensure that due to

Mechanical Defects or by carelessness or oversight, the lorries do not infringe the fixedstructure dimensions.

25. Whenever lorries have to take a turn, the reversing should be done in such a way thatDrivers invariably face the running line all the time.

26. The Contractor must be made to execute a Bond, binding him to engage only lorryDrivers who have been issued with a permit by the Engineer-in-charge for work in suchlocations. The permit will indicate the conditions under which the lorry driver is permitted to ply his lorry. It will be the responsibility of the Contractor to ensure adherence to theseconditions by the Lorry Drivers, whose names will be given in advance and with stipulations

as indicated in the permit. In case of any non-adherence of the conditions in the permit or theinstructions of the site in-charge, there will be a sufficiently deterrent penal action against theContractor. Movement of lorries during right periods in close proximity of tracks should betotally prohibited.

27. Income Tax with surcharge and Sales tax as applicable on works contract from time totime will be recovered from the running bills of the contractor.

28. “The tenderer for carrying out any construction work in Tamil Nadu must getthemselves registered from the Registering Officer under section – 7 of the Building andother construction Workers Act, 1996 and rules made thereto by the Tamil Nadu Govt.

and submit certificate of Registration issued from the Registering Officer of the TamilNadu Govt. (Labour Dept). For enactment of this Act, the tenderer shall be required topay cess @ 1% of cost of construction work to be deducted from each bill. Cost ofmaterials shall be out side the purview of cess, when supplied under a separate scheduleitem”

29. The above conditions have to be followed wherever applicable.

**********

Page 30: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 30/47

  Page 30 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

SPECIAL CONDITIONS OF CONTRACT

FOR MOVEMENT OF VEHICLES NEAR RAILWAY TRACK

(SAFETY PRECAUTIONS)

1.   No lorry or road vehicles shall be operated so as to affect the safety of trains. Theyshould be allowed to work well outside the moving dimensions. At each of thelocations where road vehicles, machinery are working, an authorized responsibleRailway official will be posted as in-charge to ensure that road vehicles andmachinery do not infringe the scheduled moving dimensions, any time and protect thetrack in case of emergency. To facilitate the driver to whistle, a whistle board willhave to be provided at the appropriate place.

2.  All vulnerable locations where construction activity is in progress adjacent to existingRailway lines, should be cordoned off with proper barricades. The most vulnerable

locations shall be barricaded with rail barricades projecting at least 1m above ground.At all other locations barricades of not less than 1.5m height, consisting of bamboo/casuarinas poles and supported horizontally by similar bamboo/casuarinas poles should be provided.

3.  All the barricades are to be painted stuck on with luminous paint strips at suitableintervals on the barricades.

4.  The entry to new banks which run alongside the existing track should be protected by barriers which can be closed and opened whenever necessary.

5.  At locations which are not vulnerable, provision of barricade can also be withi)  0.6 m and 0.3 m deep trenches orii)  Stones of minimum size 30cm x 15cm at 1m intervals and projecting 0.3mabove ground level and painted white.Trenches should be allowed only in those locations where they do not lead tosubsidence to Railway track as may be assessed by the Section Engineer / P.Way.

6.  Barriers shall also be provided in the case of double lines, particularly at the existinglevel crossings where there is every possibility of road vehicles entering finishedformation. These barriers are to be opened only for the movement of Railwaycontractors authorized vehicles or other Railway vehicles. 

7.  Road vehicles employed by the contractor should have the certificate for the roadworthiness and each vehicle numbered and the licence particulars maintained.Contractors should ensure that the drivers permitted by them to work such roadvehicles are identified, counseled, certified and are provided with photo identity cards.

8.  Wherever the work requires the movement of the road vehicles with in a distance of3.5m to 6.0 m from the centre line of the nearest track, such work shall be done onlyin the presence of Railway employees authorized by the engineer in-charge. No partof road vehicles will be allowed at less than 3.5 m from track centre. Cost of suchRailway employees shall be borne by the Railways.

Page 31: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 31/47

  Page 31 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

9.   No movement of road vehicle within 6m of Railway track shall be permitted unlessthe driver of the vehicle is assisted by a helper with a whistle who shall guide him toensure safety.

10. The driver of the vehicles shall always face the track when reversing the vehicles andwherever can not face the track for what ever reason. He shall invariably be assisted by a helper with a whistle that should guide him and ensure safety.

11. All work sites shall be supervised by the contractor’s representative as also arepresentative of the Railway organization, whenever work of plying road vehiclewith in 6.0 m zone is actually in progress, look-out men should invariable beavailable. Look men will have to be provided by the contractor from out of the list of persons who are authorized to carry out these duties. Authorization will be issued tothe individual by the representative of the Engineer in-charge. One supervisor whoshall be permanent staff (Gang man) leaned to JE/W/CN from the respective gangs inwhose beat the work is in progress ( to be spared by the respective P.Way Engineer /Open line) will monitor the availability and alertness of the look out men. In case ofnon availability of look out men the Railway supervisor shall stop further activities for

 plying of road vehicles. Even if no work is executed the night look out men shall patrol the beat as identified by the representative of the construction organization toensure the safety of running trains especially from any infringement.

12. The supervisor mentioned in para.11 above should be trained in protection rules andsupplied with minimum equipment required for protecting the track. Such staffshould also be provided with basic communication facility (a walkie-talkie withcommunication facility to the nearest station master or adjacent site) so as tocommunicate to the nearest station in case of emergency/un-usual occurrence. Till itis made available the supervisor shall use the nearest LC gate telephone or othermeans of communication to relate the incident most speedily.

13. Working along side the track during the night hours is normally prohibited. Suchwork can be done in the night only with the written permission of the Engineer in-charge of the construction activity. Where night work is permitted, lighting of thework as required should be done.

14. The contractor shall be fully responsible against loss or damage arising from workingof lorries and other machinery adjacent to the running track and making the contractorsolely responsible for any loss or damage which the Railway or the contractor or anythird party may suffer.

15. The contractor shall be fully responsible for ensuring safety at all times and shall bearthe cost of all damages incase of accidents/unusual occurrences resulting in damages

to Railway property and its passengers.

16. Supervisors and operators of the work executive agencies working at or near Railwaytrack should undergo specified training on matters relating to safe working along andon the track, Salient features of observing moving dimensions and clearances whichmay be imparted to such supervisors at Zonal / Divisional training schools and thecost of such training as advised by the Railway shall be bone by the contractors withan expected duration of the course of about three days so as to ensure that they getacquainted with safety precautions that are required to be taken while executing workswhich have bearing on the safety of the running trains.

**********

Page 32: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 32/47

  Page 32 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

Special conditions of contract on contract policy

1.  Performance Guarantee (Revised Clause 16(4) to Indian railway General Conditions ofcontract) (Ref: Item-1 to Board’s letter No. 2007/CE.I/CT/18 Pt XII dt 31.12.2010 and 07.5.2012.) 

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 theAuthority who is competent to sign the contract agreement. However, a penal interest of 15% perannum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date ofissue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the dateof issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payableagainst that contract. The failed contractor shall be debarred from participating in re-tender for thatwork.

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

(i) A deposit of Cash;

(ii) Irrevocable Bank Guarantee;

(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 PerformanceGuarantee 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 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 favour of FA&CAO(free from any encumbrance) may be accepted.

 NOTE: The instruments as listed above will also be acceptable for Guarantees in case ofMobilization Advance.

(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter OfAcceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall beinitially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time forcompletion of work gets extended, the contractor shall get the validity of P.G. extended to cover suchextended 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% (eitherincrease or decrease). In case during the course of execution, value of the contract increases by morethan 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 thecontractor."

(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 completedthe work in all respects satisfactorily. The Security Deposit shall, however, be released only afterexpiry of the maintenance period and after passing the final bill based on 'No Claim Certificate' fromthe contractor.

Page 33: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 33/47

  Page 33 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

(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 independentlywithout 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 aPartnership 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/partnershipfirm.

(g) The engineer shall not make a claim under the Performance Guarantee except for amounts towhich the President of India is entitled under the contract (not withstanding and/or without prejudiceto 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 hereinabove, 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 thecontractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of theservice of notice to this effect by Engineer.

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

2. Amendment to PVC in work contract

(i)  Price Variation Clause (PVC) shall be applicable for tenders of value more than Rs. 50lakh irrespective of the contract completion period and  PVC shall not be applicable to tenders of

value less than Rs. 50 lakh .  (vide Railway Board’s letter No. 2008/CE-I/ CT/Con/7(PCE/GM) dt15.12.2008) 

(ii)  “Price Variation Clause will not apply if the price variation is upto 5% and that

reimbursement/recovery due to variation in price will continue to be made only for the amount in

excess of 5% of the amount payable to the contractor.” However, no upper limit prescribed for pricevariation claim.  ( AMENDMENT: In partial modification to this clause, it has been decided todelete the existing lower limit of 5% for disallowing the PV claim vide Railway Board’s letter No.2007/CE-I/CT/18 dt 07.03.2008). 

3. Earnest Money Deposit (EMD)

Value of work (Tender Value) EMD

For works estimated to cost upto Rs.1 crore 2% of the estimated cost of the work

For works estimated to cost more than Rs.1crore

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

4. Interest Rate for Advance extended by Railways

The interest rate for advances extended by Railways to contractors fixed at 12%. This clause

is applicable not only to Mobilization Advance but also to other advances extended by Railways to

 contractors as per extant rules.(  vide Railway Board’s letter No. 2007/CE-I/CT/18(Pt) dt 01.04.09).The mobilization advance clause henceforth be restricted only to high value tenders of value Rs 10crore and above each. 

5. Solvency Certificate

 No Revenue/Banker Solvency Certificate is required to be submitted. However, theTender Committee shall still examine the overall financial soundness of the tenderers based upon thevolume of the work handled, turn over, balance sheet etc., as part of eligibility criteria.

6. Imposition of token penalty for delay in the completion of work.

Page 34: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 34/47

  Page 34 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

The existing clause 17(B) of GCC provides for recovery of liquidated damages from thecontractor for delay in completion of work. It has now been decided that the competent authoritywhile granting extension to the currency of contract under clause 17(B) of GCC may also considerlevy of token penalty as deemed fit based on the merit of the case.

7. Variation in contract quantities

(New clause 42(4) to Indian railway General Conditions of contract)

(Ref: Item-9 to Railway Board’s letter no. 2007ICE-I/CT/18 dated 28.09.2007 and Item-2 to letter no.2007/CE.I/CT /18 Pt.XII, dated 31.12.201O) 

The procedure detailed below shall be adopted for dealing with variations in quantities duringexecution 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 berequired.

2.  In case an increase in quantity of an individual item by more than 25% of the agreementquantity is considered unavoidable, the same shall be got executed by floating a fresh tender. Iffloating 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 anofficer of the rank not less than S.A. Grade;

(i) Quantities operated in excess of 125% but upto 140%  of the agreement quantity of theconcerned 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 theconcerned 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 associatefinance 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 thecontract 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 existingcontractor, with prior personal concurrence of FA&CAO / FA&CAO(C) and approval of General

Manager.

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

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

finance concurrence.

(b) For decrease beyond 25% for individual items or 25 % of contract agreement value, theapproval 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 eachsuch decrease in the quantities.

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

4 The limit for varying quantities for minor value items shall be lOO%  (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose originalagreement 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 SORschedule as a whole and not on individual SOR items . However, in case of NS items, the limit of

Page 35: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 35/47

  Page 35 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

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 beapproved by the authority in whose powers revised value of the agreement lies.

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

value may be accepted by General Manager.9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% ofthe original agreement value may be accepted by General Manager  for all contracts irrespectiveof the date of finalization of contract. (vide Railway Board’s letter No. 2007/CE-I/CT/18 Pt dt05.01.2010).

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

8. VITIATION CLAUSE:

(This clause shall be treated as an `Excepted matter’ in terms of Para 63 of the GCC)

“In the event of vitiation occurring due to increase or decrease in quantities among the first, secondand third lowest valid tenderers, the vitiation shall be to Contractor’s account. The total value of thework done shall be calculated at the rate offered by those tenderers and amount payable shall belimited to the lowest aggregate value as worked out.

This clause will be applicable to the agreement as a whole including all variations in quantities.”

The vitiation will be worked out at every `on account bill’ stage and payment will be regulatedaccordingly.

Vitiation if any, arising due to variation of quantities during the execution of works, the same shall bededucted from the bills of contractors.

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 .(Board’s letter No.2007/CE-I/CT/18/ Pt.13 New Delhi, dated 04.10.2010)

9.  Minimum technical eligibility criterion for open tenders costing more than Rs. 50 lakhs 

(Ref: Item-4 to Board’s letter No. 2007/CE.I/CT/18 Pt XII dt 31.12.2010) 

Sl.No.

clause Description Criteria

(i) Experience Should have completed in thelast three financial years (i.e,current year and three previous financial years)

At least one similar single work - *, for aminimum value of 35% of advertised tender

value 

(ii) Turn Over Total contract receivedduring the last 3 financialyears and in the currentfinancial year.

Should be a minimum of 150% of advertised tender value. Tender should produce an attestedcertificate from the employer/client, audited balance sheet duly certified by the chartedAccountant and/or attested certificate from theCentral/ State Govt./ Public sector undertakingsorganization/ department from where thetenderer received the payment for the workdone.

* - The Similar Nature of works are indicated against each Items/Works of this Tender Notice is

furnished below

Page 36: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 36/47

  Page 36 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

¤ü×  Ö  Ö ¸ê ü»Ö¾Ö ê /Southern Railway

ŸÖ¹ Û““Ö¸üÖ¯¯ÖÛ»»Ö ´ÖÓ›ü»Ö / Tiruchchirappalli Division

Tender Notice No. TPJ 03 of 2013 dated 29.08.2013

Similar Nature of Works for the Works called in the above Tender Notice :-

ItemNo.

Name of work

Appx.

value ofthe

work(`  inlakhs)

Similar Nature ofwork

1

Mambalappattu ballast depot - Collection, supplyand training out of machine crushed track ballast andunloading at Senior SectionEngineer/P.Way/Tiruvannamalai section inVillupuram - Katpadi section.

344.20*Collection andsupply of stone

Ballast/Road metal.

2

Vellore ballast depot - Collection, supply and

training out of machine crushed track ballast andunloading at Senior Section Engineer/P.Way/Velloresection and improvements to existing Vellore ballastdepot in Villupuram - Katpadi section.

238.18*Collection andsupply of stone

Ballast/Road metal.

3

Villupuram - Katpadi section :- Proposedanticorrosive treatment to existing track from KM0.000 to 77.200 for a length of 77.200 km in SeniorSection Engineer/P.Way/Tiruvannamalai section .

9.44 NA

4

Villupuram - Katpadi section :- Proposedanticorrosive treatment to existing track from KM77.200 to 149.500 for a length of 72.300 km in

Senior Section Engineer/P.Way/Vellore section.

8.91 NA

5Villupuram - Katpadi section :- Proposed making upof eroded cess from KM 77.200 to 149.500 in SeniorSection Engineer/P.Way/Vellore section

25.80 NA

6

Villupuram - Katpadi section :- Proposed making upof eroded cess from KM 0.000 to 77.200 in SeniorSection Engineer/P.Way/ Tiruvannamalai section.

54.67

Earth work in banks and cuttings in

Railway or roadformations.

7

Villupuram - Katpadi section :- Proposed hiring ofroad vehicles for track maintenance work from KM0. 000 to 77.200 in Senior Section Engineer/P.Way/

Tiruvannamalai section.

24.11 NA

8

Villupuram - Katpadi section :- Proposed hiring ofroad vehicles for track maintenance work from KM77.200 to 149.500 in Senior SectionEngineer/P.Way/Vellore section.

25.20 NA

*Item Nos.1&2 - Last date of submission ballast sample for testing on 20.9.2013 at Geo.Tech Lab at Head Quarter’s Office, Southern Railway/ Chennai 

Page 37: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 37/47

  Page 37 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

9

Villupuram – Katpadi section - Supply of welding portions with accessories at Senior SectionEngineer/P.way depots Tiruvannamalai and Vellore.

14.90 NA

10

Villupuram - Katpadi section :- Destressing of LWRtrack including ancillary work for welding for a lengthof 77.20 km in Senior Section

Engineer/P.Way/Tiruvannamalai section.

29.43 NA

11

Villupuram - Katpadi section :- Destressing of LWRtrack including ancillary work for welding for a lengthof 72.30 km in Senior Section Engineer/P.Way/ Velloresection.

28.45 NA

12

Villupuram - Katpadi section :- Improvements tomanned and unmanned level crossing with speed breaker, provision of paving slabs and road workincluding formation in Senior Section Engineer /P.Way/ Tiruvannamalai section.

39.54 NA

13

Villupuram - Katpadi section :- Improvements to

manned and unmanned level crossing with speed breaker, provision of paving slabs and road workincluding formation in Senior SectionEngineer/P.Way/Vellore section

54.05Any Civil Engineering

work.

14

Villupuram - Katpadi section :- Proposed cleaning ofcess and boxing of ballast from KM 0.000 to 77.20 fora length of 77.20 km in Senior SectionEngineer/P.Way/Tiruvannamalai section.

25.48 NA

15

Villupuram - Katpadi section :- Proposed cleaning ofcess and boxing of ballast from KM 77.200 to 149.500for a length of 72.300 km in Senior Section

Engineer/P.Way/Vellore section.

23.86 NA

16

Villupuram – Tiruchchirappalli chord line section :-Proposed making up of low cess from KM 164.000 to206.000 in Senior Section Engineer/P.Way/ A-Vriddhachalam section.

55.83Earth work in banks

and cuttings in Railwaor road formations.

17Villupuram – Puducherry section – Proposed subwaywith precast RCC boxes in lieu of manned LevelCrossing No.18A.

270.40

Construction ofRailway bridges in

RCC/PSC.

18

Villupuram - Tiruchchirappalli chord line section -Strengthening of minor bridge approaches by providing RR masonry toe wall and stone pitching at

46 bridges in Section Engineer/P.way/Ariyalur section.

175.42

Any Civil Engineeringwork (except track

works)

19

Villupuram - Tiruchchirappalli chord line section -Strengthening of minor bridge approaches and protective works by raising face wall, ballast retainingwall, dry stone flooring and stone pitching at 61 bridgesin Section Engineer/P.way/A-Vriddhachalam section.

88.62Any Civil Engineering

work (except trackworks)

20Villupuram - Puducherry section - Proposed subwaywith precast RCC boxes in lieu of Level Crossing No.s4 and 6.

574.58

Construction ofRailway bridges in

RCC/PSC.

21Villupuram Junction - Proposed cement concretetrolley path way in between BD and MRV lines.

4.53 NA

Page 38: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 38/47

  Page 38 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

22Zonal piece work contract for the period from 1.7.2013to 30.6.2014 Zone -A1 Permanent Way section/Villupuram.

41.47 NA

23Pondicherry station : Repairs to existing platformstorm water drain and construction of drain for CCapron.

19.71 NA

24

Villupuram - Tiruchchirappalli Main line section-

Standardisation of Level Crossings betweenAiyanapuram - Ponmalai stations in Senior SectionEngineer /P.way/ Tiruchchirappalli section.

35.26 NA

25Ponmalai Central Work Shop – Proposed mass gascylinder shed for developing safe storage factory.

85.31Fabrication of Steel

Works.

26Ponmalai Central Workshop – Repainting of steelstructures in wagons wings such as WAS,WBS, WCSshops and Ponmalai Diesel loco shed – Repainting ofsteel structures in various shops.

34.88 NA

27

Tiruchchirappalli Fort - Tiruchchirappalli section -Deep screening of stone ballast for a length of 3.000

km including collection, supply and training out ofmachine crushed track ballast in track in Senior SectionEngineer/ P.Way/ Tiruchchirappalli section.

24.46 NA*

28Tiruchchirappalli Fort - Tiruchchirappalli section -conversion of SWP into LWR for a length of 3.00kmand end cropping of rails in points and crossings.

15.13 NA

29

Kambarasampetti – Augmentation of wateringarrangements with collection well, infiltration gallery, pipe line arrangements, pumping arrangements etc.Drilling of test bore well, conduction yield test, preparation and submission of project drawing and

detailed estimate.

4.95 NA

30

Tiruchchirappalli Junction - Provision of carriagewatering arrangements at platform No. 7 and repairs tohydrant by replacing unserviceable Autco valves andcorroded GI pipes in Platform No. 1 to 6.

44.54 NA

31Thanjavur – Thiruvarur section – Destressing of LWRtrack including ancillary work for welding in SeniorSection Engineer/P.way/ A/Thiruvarur Section..

16.09 NA

32Assistant Divisional Engineer / Thanjavur jurisdiction -Proposed reconditioning of 52 kg CMS crossings atvarious locations.

3.87 NA

33Cuddalore Port Junction - Vriddhachalam Junctionsection - Proposed subway with precast RCC boxes inlieu of Level Crossing No.s 45, 46 and 50.

744.43

Construction ofRailway bridges inRCC/PSC.

*Item No.27 - Last date of submission ballast sample for testing on 27.9.2013 at Geo.Tech Lab at Head Quarter’s Office, Southern Railway/ Chennai. 

Page 39: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 39/47

  Page 39 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

*Item No.35- Last date of submission ballast sample for testing on 30.9.2013 atGeo. Tech Lab at Head Quarter’s Office, Southern Railway/ Chennai.

(Items Thirty Six only)

*****

34

Villupuram - Tiruchchirappalli main line section -Proposed deep screening by BCM at KM 315/500 -337/700 for a length of 22.200 km in Senior SectionEngineer/P.Way/ Kumbakonam section.

46.71 NA

35

Thanjavur ballast depot - Collection, supply andtraining out of machine crushed track ballast and

unloading at KM 315/500 - 337/700 in SeniorSection Engineer/P.Way/Kumbakonam section.

194.37

*Collectionand supply ofstoneBallast/Roadmetal.

36Tiruppadiripuliyur station - Supply of drinking waterto station premises and staff quarters for a period ofone year.

7.16 NA

Page 40: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 40/47

  Page 40 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

Special Condition for House keeping , Covering and Site clearance of

work sites:

(1).In addition to and without prejudice to what is provided in the

clause No.40(2) of the Railway’s General conditions of

Contract, the contractor shall ensure proper housekeeping and

covering of all works, goods, materials, equipments etc., at work

sites without any inconvenience or difficulty or danger to the

Railway users/staff and train services. He shall clear the work

sites duly removing all the debris, surplus/released/scrap

materials, equipments and machinery etc completely and

 properly as directed by and to the satisfaction of the Engineer-

in-charge and hand over the site in clear condition duly handing

over the Railway material completely after each stage or on

entire commissioning of the work as required by the Railway.

(2). For failure to do the above, within fifteen (15) days of receipt

of notice thereof from the Engineer-in-charge, without prejudice

to the remedies available to the Railway under the contract,

Payment of the on-account bill shall be restricted to ninety

 percent (90%) of the bill amount and the balance payment shall

not be payable till such time the site is

covered/cleared/returned/handed over to the Railway and a

certificate to that effect is issued by the Engineer-in-charge is

final in this regard and the Contractor is not eligible for any

compensation and shall make no claims whatsoever.”

**************

Page 41: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 41/47

  Page 41 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

SPECIAL CONDITIONS FOR TRACK WORKS

1. General: The contract shall be governed by the Southern Railway’s General conditions ofcontract, Indian Railways Permanent way Manual, Indian Railway Track Manual, Scheduleof Dimensions and the Standards specifications for track works with their latest correctionslips. In case of contradictions, the clauses under these special conditions shall prevail.

2.  Inspection: The Tenderer in his own interest should visit the site of work with theconcerned SE(P.way)/ADEN or with their authorized representative after fixing up anappointment with them in advance and ascertain the nature and quantum of work, siteconditions, availability of approach road, availability of labour, water, electricity, land forlabour camps, etc.,

3. Traffic blocks: Traffic blocks as required to carryout track works will be arranged by theRailways. Actual availability of traffic block depends on flow of traffic and there may bevariations in availability of the block, vis-à-vis planned. Every endeavor will be made tosecure adequate line blocks as required for progress of the work. However, in the event ofnon-availability of such line blocks, the contractor shall not be entitled for any compensation.

4. Speed Restriction:4.1 The required Speed Restrictions at the site of work will be arranged by the Railways. No work on the track shall commence until the required speed restrictions are imposed andnecessary Engineering Indicators are erected in position by the Railways. Lighting ofindicators during night shall be arranged by Railways. 

4.2 After the Speed Restriction is imposed, the contractor shall progress the work in asystematic manner, with in three days from imposition of speed restriction. Long length oftrack under speed restrictions should be avoided.

4.3 Caution Watchman as necessary during day and night will be arranged by the Railwayat Railway’s cost.

4.4 Between imposition of restriction and raising to sectional speed normally a period ofthree weeks will only be allowed. During this time the contractors should complete all theworks such as deep screening, dumping of ballast, packing and consolidation etc.

5. Arrangement of tools and plant:5.1  All tools and plants required for the work shall be arranged by the contractor at his

own cost. These include crow bars, shovels, ballast rakes, beaters, keying hammer, screws,spiking hammer, track gauge, level boards, sprit level, cotter splitting tool, cant boards,square, spanners etc.

5.2  In addition, other measuring equipments like track gauge cum level squares, levelingequipment, theodolite, thermometer, scales etc., and small track machines like abrasive railcutters, rail tensors, welding equipment, profile grinders, weld trimmers, off tracking tampers,rail tensors, distressing rollers etc, shall be arranged by contractor from approved suppliers.These shall be checked and approved by Engineer’s representative.

Page 42: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 42/47

  Page 42 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

5.3 Dip lorry/rail dolly for trucking out shall be made available by Railways free of hirecharges. The labour for working dip lorry shall be made available by contractor.

6. Safety:6.1 All the track works shall be carried out under traffic conditions. The Contractor shallnot start any work on the track without the presence of the Railway’s supervisor at site. In

case the contractor or his representative starts any work in the absence of the supervisor, itshall be treated as unauthorized and illegal tampering with the track and shall be liable foraction under the Indian Railways Act.

6.2. In case any train is detained at the approach of work spot or at station on account of its passage being considered unsafe by Railway’s supervisor on account of bad workmanship bythe contractor or the track parameters being unsatisfactory for safe passages of trains, or dueto the contractor leaving the work unfinished or due to work being delayed by the contractor,the Railway shall be entitled to recover detention charges from contractor’s bills or securitydeposit or any other dues. Detention to trains and charges thereof as determined by theRailway shall be final and binding upon the contractor. Notwithstanding the provisions of

clauses 62 of General conditions of contract, the Railway reserves the right to terminate thecontract with immediate effect if the contractor is found responsible for any breach of rulewhich affects the safe running of trains without giving any notice to the contractor.

6.3. In the event of any accident at the work spot a departmental enquiry will held by theRailway and the findings of the departmental enquiry will be binding on the contractor. If itis established the accident occurred wholly or partially due to any act of negligence on the part of the contractor, the contractor shall render himself liable for all the damage includingrestorations of track and also legal prosecution for loss of life, if involved. If the contractor isheld responsible for the accident, the contract is liable to be terminated. Irrespective of the provisions of clause 62 of G.C.C. or otherwise penalty upto an upper limit of 10% of the total

cost of the work may be imposed in case any accident occurs due to contractor’s negligenceas decided by the Railways and Railway’s decision shall be final and binding on thecontractor.

6.4 The work shall be so carried out without any infringement to running trains. The diplorry work shall be done under supervision of Railway Supervisor only and under block protection. Dip Lorries shall be secured and padlocked away from the track when not requiredfor work.

6.5. The Railway shall arrange for protection of track(s) by their staff. In addition, thecontractor may arrange for ‘Look out Man’ for protection to warn his workers of any

approaching train. No compensation will be paid by Railway in case of injury or death of thecontractor’s labour and the contractor shall indemnify the Railways of any responsibility inthis regard. The Contractor may obtain Group Insurance in respect of his workers.

6.6. The work shall be executed in an approved manner to the entire satisfaction of theEngineer’s Representative as given in the modus-operandi and the contractor will be primarily responsible for the safety of traffic that moves on the re-laid track not withstandingthe presence of Railway’s supervisory staff at site.

6.7. The operations like preliminary works, dismantling existing track, slewing of preassembled track etc, may be done as directed by the Engineer-in-charge in accordance

with the availability of line block and traffic conditions etc. Before allowing the train after

Page 43: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 43/47

  Page 43 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

line block it is the responsibility of the contractor to keep the re-laid track in fit condition ofgauge, cross level and alignment for the safe passage of train.

7.  Progress of work:7.1 The Contractor shall proceed with the work in a systematic manner so as to ensure thatthe stretch of track under speed restriction and its duration are kept to a minimum. Thedecision of the Engineer in this respect shall be final and binding. The contractor shall

employ adequate number of workers to give consistent and desired progress every day.Whenever line blocks are planned, sufficient labour and tools should be arranged by thecontractor to complete the work in the traffic block. The requirement of labour, tools andtackles will be advised to the contractor by Railway’s representative in advance.

7.2. Site order books, progress registers, hindrance registers and materials will be maintainedat site and entries shall be recorded on day to day basis in the registers and signed jointly by Railway’s supervisor and by the contractor or his authorized representative. All details of previous stages of work, imposition and removal of speed restrictions, measurements of track parameters, account of released materials etc. shall be recorded there in.

8. Contractor’s Supervisory Personnel:

8.1 At each site of work, the contractor shall employ and post one technical supervisorwho should be adequately qualified and well experienced in execution of permanent wayworks. The name, technical qualifications and details of experience of the technicalsupervisor employed shall be advised to the Engineer. If in the opinion of the Engineer’srepresentative, the Supervisor is not fit to be in-charge of the work, he shall be forthwithreplaced; in this matter the decision of the Engineer shall be final and binding on the case.The Contractor’s technical supervisor shall be present at the site as all times when the work is being executed.8.2 No work on the track should be done unless and until the contractor’s technical

supervisor is present at site.

9. Non-compliance with the instructions and directives of the Engineer’s Representative. 9.1 The contractor shall always comply with the instructions/ directives issued by theEngineer’s representative from time to time. In the event of non-compliance with theinstructions/directives, apart from and in addition to other remedies available to the Railwaysas specified herein, the Engineer’s representative may employ at the worksite the requirednumber of workers with necessary equipment as considered appropriate and adequate by himto provide the requisite conditions for the safe and unhampered movement of railway traffic.The decision of the Engineer’s representative in regard to the need appropriateness andadequacy of the deployment of the required workers with necessary equipment shall be final

and conclusive. The number of workers so deployed by the Railway shall be intimated inwriting by the Engineer’s representative to the contractor, after such deployment.

9.2 When the required workers with necessary equipment are deployed in the abovemanner, recovery at the rates/amount as decided by the Railways shall be made from thecontractor. The aggregate period of the man hour for the above recoveries shall be reckonedfrom the time the workers are actually deployed at the worksite till the work is completed ofthe satisfaction of the Engineer’s representative whose decision in this regard shall be finalconclusive and binding on the contractor.

Page 44: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 44/47

  Page 44 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

9.3 If the contractor does not comply with the instructions/directives of the Engineer’srepresentative, apart from and in addition to the remedies available to the Railway asspecified here in above with out prejudice to the Railway’s rights in this regard, theEngineer’s representative can suspend the contractor’s works till the Engineer’srepresentative is satisfied that the contractor has taken necessary steps to comply with theinstructions/directives issued by the Engineer’s representative.

9.4 The decision of the Engineer’s representative in this regard shall be final, conclusive and binding on the contractor. The contractor shall not have any claim whatsoever against theRailway for such suspension of work. 

9.5 During such period of suspension of work, the contractor shall not in any manner attemptto carry out any work at the work site. Any such attempt on the part of the contractor shallamount to tampering of the railway track for which the contractor shall be liable for

appropriate action under the relevant provisions of the Indian Railway Act.***

Page 45: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 45/47

  Page 45 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

SOUTHERN RAILWAY TIRUCHCHIRAPPALLI DIVISIONName of work: Villupuram - Katpadi section :- Proposed anticorrosive treatment to existingtrack from KM 0.000 to 77.200 for alength of 77.200km in Senior SectionEngineer/P.Way/Tiruvannamalai section

Sanction No. and date : MOU's No. T/W.504/GC/VM-VLR dt 09.08.2013.

Name of Tenderer/Contractor :

NOTE1.0 SITE OF WORK :

The site of works are at existing track from KM 0.000 to 77.200 in Senior Section Engineer/Tiruvannamalai

section.

The Tenderer should satisfy himself with the site conditions and facilities available before submitting thetender at his own cost.

2.0 SCOPE OF WORK : The work involves

Anticorrosive treatment to rail in service etc., complete with all contractor's men, materials, tools etc.,complete as per schedule, special conditions, Railway's drawings and specifications.

3.0 SCHEDULE : This schedule contains only one schedule

The quantity furnished in the schedule is only approximate and may vary during execution. Payment will bemade for the actual work done as per agreement conditions.

If the rate/percentage rate quoted by the tenderer/contractor is stated differently in figures and in words, thenthe rate/percentage rate quoted in words shall prevail.

3.1 SCHEDULE `B' : for items not covered by Southern Railway Unified Standard Schedule of rates 2011.

The tenderer/Contractor shall quote unit rate in words in bold “CAPITAL LETTERS”  besides figures foreach item of schedule separately only in the space provided as tabulation with squares in the schedule forfilling up of rates. Please do not leave any of the squares left blank but may be filled up with letters and Indiannumerals as the case may be or mark `X’ suitably in each square if not applicable.

3.2 Special conditions of contract: 

3.2.1 Conditions on safety precautions, site clearance, contract policy and track works attached vide annexure.

***

Page 46: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 46/47

  Page 46 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

SOUTHERN RAILWAY TIRUCHCHIRAPPALLI DIVISION

 Name of work: Villupuram - Katpadi section :- Proposed anticorrosive treatment to existing trackfrom KM 0.000 to 77.200 for alength of 77.200km in Senior Section Engineer/P.Way/Tiruvannamalaisection

Sanction No. and date : MOU's No. T/W.504/GC/VM-VLR dt 09.08.2013.

 Name of Tenderer/Contractor :

SCHEDULE `B'

(Item which is not covered by Southern Railway Unified Standard Schedule of rates 2011 for Tiruchchirappalli Division)  

Sl

No. Description of workApp.Qty.

Rate in

to be

quotedby

tenderer

in wordsand

figures

asspecified

UnitAmount

in

1 2 3 4 5 6

1 Anticorrosive treatment to rail in service with bituminous black paintconforming to IS 9862 - 1981 and upto date to web of the rails in serviceunder traffic conditions including surface preparation, painting first coatfollowed by second coat duly ensuring time interval between successivecoats as per CE's circular No. 1/2011 corrected upto date with all labour,

tools and plant, consumables, lead, lift, incidental charges etc., complete by the contractor and also as directed by the Engineer’s representative.(Railway's paint will be supplied at concerned SE/P.Way depot)  

1(a)

First coat 53900  10

sqm

RATES in figures sqm

RUPEES . P A I S E ONLY

RATES in words in bold `CAPITAL LETTERS’RUPEES THOUSAND

HUNDRED

AND

PAISE ONLY

1(b)

Second coat 53900  10sqm

RATES in figures sqm

RUPEES . P A I S E ONLY

Page 47: 1378793900632_Item No 03 of TPJ 03 of 2013

8/12/2019 1378793900632_Item No 03 of TPJ 03 of 2013

http://slidepdf.com/reader/full/1378793900632item-no-03-of-tpj-03-of-2013 47/47

  Page 47 of 47

Tenderer/ContractorBid Doc TPJ/03 of 2013. Item No.03.

RATES in words in bold `CAPITAL LETTERS’RUPEES THOUSAND

HUNDRED

AND

PAISE ONLY

TOTAL for SCHEDULE `B'

Total amount in figures

RUPEES . P A I S E ONLY

Total amount in words in bold `CAPITAL LETTERS’

RUPEES LAKHS

THOUSAND

HUNDRED

ANDPAISE ONLY

( item one only) 

***

“END OF THE DOCUMENT” 

“Downloaded from internet website”