Sie sind auf Seite 1von 43

DOWNLOADED FROM INTERNET

Form No.……
nf{k.k iwoZ e/; jsyos
SOUTH EAST CENTRAL RAILWAY
Ukkxiwj eaMy NAGPUR DIVISION
fufonk lwpuk la[;k%
Tender Notice No:
C/12/NGP/2009-2010
dk;Z dk uke% Painting of Girder Bridges and
Name of Work: other steel structures under the
jurisdiction of ADEN/Track/
Nagpur and ADEN/Tumsar
Road.
dk;Z dh ykxr %
Cost of Work :
Rs.19,91,093/-
c;kuk jkf'k%
Earnest Money :
Rs.40,000/-
fufonk [kqyus dh
frfFk% 15-07-2009
Date of Opening of Tender:
fufonk i= dk ewY;%
Cost of Tender Form:
Rs.2,000/-
fufonk dh oS|rk
frfFk% 90 Days / uCcs fnu
Tender Valid Up To:

fufonk izi=
TENDER FORM

Page 1 of 43
DOWNLOADED FROM INTERNET

INDEX
Page
Sr. No. Description of item
From To
1. Tender at a glance 3 -

2. Instruction for downloading of 4 5


tender document from internet.

3. Instruction to tenderers 6 13

4. Tender form 14 25

5. Rate sheet 26 -

6. Schedule 27 -

7. Special Condition 28 37

8. List of works completed 38 -

9. List of on going work 39 -

10. End of tender document 40 -

DRM (Engg)/NGP

Signature of Tenderer

Page 2 of 43
DOWNLOADED FROM INTERNET

South East Central Railway


Division:- Nagpur Department:- Engineering

Tender Notice No:- C/12/NGP/2009-2010

Name of Work:- Painting of Girder Bridges and other steel


structures under the jurisdiction of
ADEN/Track/Nagpur and ADEN/Tumsar
Road.

Cost of Tender Form: Rs.2,000/-

Completion Period:- 06 (Six) Months

Approx. Tender Value:- Rs.19,91,093/-

Earnest Money:- Rs.40,000/-

Selling of Tender Form at office of DRM 10.00 Hrs of 01.07.2009


To
(Engg) /Nagpur in working days from :- 12.00 Hrs of 15.07.2009

Placing of Tender Box at office of DRM 10.00 Hrs of 01.07.2009


To
(Engg)/Nagpur in working day from :- 15.00 Hrs. of 15.07.2009

Closing of Tender Box at office of DRM 15.00 Hrs of 15.07.2009


(Engg)/Nagpur in working day at :-

Opening of Tender Box at office of DRM 15.05 Hrs on 15.07.2009


(Engg)/Nagpur in working day at :-

Divl. Railway Manager (Engg)


S.E.C. Railway, Nagpur
For & on behalf of President of India

Signature of Tenderer
Page 3 of 43
DOWNLOADED FROM INTERNET

Instruction for Downloading of tender documents for Internet & its submission.
1. The tender documents for this work can be obtained from the internet at SEC Railway
website www.secr.gov.in and the offers can be given on the same subject to be
conditions given below which shall be carefully studied by the intending tenderer(s)
and offers submitted accordingly.
2. The tender documents shall be carefully downloaded from the website mentioned
above and the same shall be printed carefully and arranged as per the index. The tender
documents so downloaded shall be complete in all respects, which shall be the sole
responsibility of the tenderer(s), and the Railway shall not be liable for any
mistakes/loss or corruption of data in downloading and/or printing. The end of tender
document has been marked in bold letters as “END OF TENDER DOCUMENT” on a
separate page in the uploaded document to ensure that the complete tender document
has been downloaded. The phrase “DOWNLOADED FROM INTERNET” shall
appear on the top corner of all pages of down loaded tender documents. The tenderer(s)
must also compare the document as printed with the document as uploaded on the
website. The tenderer(s) shall sign the undertaking given below in Para 10 failing which
the offer given by him/them shall be summarily rejected.
3. A master copy of the document downloaded from the website mentioned above shall be
kept in the office of the tender inviting authority. In case of any discrepancy between
the tender document downloaded from the website and the master copy, the latter shall
prevail and shall be binding on the tenderer(s). The offer received shall be deemed to
have been submitted on the document as uploaded and appearing in the website
mentioned above whose master copy is kept in the office of tender inviting authority.
4. The tenderer(s) shall print the document on good quality, white A4 size paper on any
good quality printer, preferably laser or DeskJet or inkjet type printer.
5. The cost of tender document as mentioned in the notice inviting tender shall be enclosed
with the offer as a separate bank draft in the name of “FA & CAO, S.E.C. Railway” or
original money receipt deposited with Divisional Cashier, Nagpur, Raipur, Bilaspur or
the station master of any station over SEC Railway for the requisite amount as cost of
tender document. The cost of tender document shall not be clubbed with the earnest
money deposit. The tenders submitted without the requisite cost of tender documents
in appropriate form shall not be considered.
6. The tenders shall be filled up after careful study of the documents and the site and any
clarification required may be obtained from the tender inviting authority whose address
is given in the tender documents.
7. The tender(s) downloading the documents from internet must keep themselves updated
through the website from which the tender document is downloaded regarding
corrigenda, if any, to the notice inviting tender or the tender or the tender documents,
which shall be uploaded in the same website and also published in newspapers. The
offers received without such corrigenda published shall be liable to be rejected.

Signature of Tenderer/s DRM(Engg)/NGP

Page 4 of 43
DOWNLOADED FROM INTERNET

8. Any willful changes/deletion/addition in printing carried out in the tender documents


shall be viewed very seriously, whether detected at the time of opening/award of tender
of after award of work and the same may result in penal action including banning of
further business with the defaulting tenderer(s). In addition, the tenderer(s) are liable to
be prosecuted for the same as per law.

9. The tenderer(s) or his authorized representative shall sign in original on each page of the
downloaded tender document.

10. The tender documents for this work can be obtained from the internet at SEC Railway
website www.secr.gov.in and the offers can be given on the same subject to be
conditions given below which shall be carefully studied by the intending tenderer(s)
and offers submitted accordingly.

11. The following declaration should be given by the tenderer(s) while submitting the
tender.

a). I/We have downloaded the tender form from the internet site and I/We have not
tempered/modified the tender documents in any manner. In case the same is found
tempered/modified, I/We understand that my/our offer shall be summarily rejected
and I/We are liable to be banned from doing business with the Railways and/or
prosecuted as per law.

b). I/We are submitting a demand draft No. ………………dated …………… issued by ……
…………………………………………………………… or Original Money Receipt No.……
……… dated…………… deposited with ………………………….. Station for Rs.…………
…………………… towards the cost of tender document.

Signature of Tenderer(s)
Divl. Railway Manager (Engg)
Dated :………………………………………… S.E.C. Railway/Nagpur
For & on behalf of President of India
Complete Postal Address:
…….………….………………………………

………………….……………………………

……….………………………………………

Page 5 of 43
DOWNLOADED FROM INTERNET

S.E. C. RAILWAY
ENGINEERING DEPARTMENT NAGPUR DIVISION
INSTRUCTIONS TO THE TENDERER/S.

1. The tender will be opened on 15/07/2009 at 15.05 Hrs in the Office of Divisional
Railway Manager (Engg), South East Central Railway, Nagpur.
2. Tender forms will be available at the Office of Divisional Railway Manager (Engg),
South East Central Railway, Nagpur from 01.07.2009 to 12.00 Hrs. of 15.07.2009 on
any working day on production of receipt towards the cost of tender form.
3. The cost of tender form can be deposited with the Divisional Cashier/S.E.C Railway,
Nagpur Division/or any Station Master of S.E.C. Railway in Allocation Z-652
4. Cost of Tender from in is not refundable under any circumstances.

5. Earnest Money deposit:-


(a) Value of the work (Tender Value) EMD
For works Estimated to cost up to 2% of the estimated cost of the work.
Rs. 1 Crore
For works Estimated to cost more Rs. 2 Lakh plus ½% (half percent) of the excess
than Rs.1 Crore of estimated cost of work beyond Rs. 1 Crore
subject to a maximum of Rs. 1 Crore.
(b) The Earnest Money shall be in the following forms: -
(i) Deposit Receipts, pay orders, Demand drafts. These forms of earnest money could be
either of the State Bank of India or of any of the Nationalized Banks. No confirmatory
advice from Reserve bank of India will be necessary.
(ii) Deposit receipt executed by the Scheduled Banks (other than the State Bank of India
and of the Nationalized Banks) approved by the Reserve Bank of India for this
purpose. The Railways will not, however, accept deposit receipt without getting in
writing the concurrence of the Reserve Bank of India.
(iii) The Earnest money deposited by the contractor with his tender will be retained by the
Railways as part of security for the due and faithful fulfillment of the contract by the
contractor. The balance to make up the security deposit, the rate for which are given
below, may be deposited by the contractor in cash or may be recovered by percentage
deduction from the contractors “on account bills” provided also that in case of
defaulting contractor the railway may retain any amount due for payment to the
contractor on the pending “On account bills” so that the amount so retained may not
exceed 10% of the total value of the contract. Bank Guarantee will not be entertained
for this purpose.
6. The Tenderer/s shall be required to deposit earnest money with the tender for the
due performance of the stipulation to keep the offer open till such date as specified in
the tender, under the conditions of Tender, Annexure-I. If the tenderer/s after
submitting the tender resile from his/their offer or modify the terms and conditions
thereof in a manner not acceptable to the Railway, the amount of Earnest Money as
specified in the tender shall be liable to be forfeited to the Railway.

Page 6 of 43
DOWNLOADED FROM INTERNET
Signature of Tenderer/s DRM (Engg)/NGP
7. The Earnest Money is to be deposited in favour of FA & CAO, S.E.C. Railway, duly
accounted for in favour of the tenderer and can be deposited in any acceptable form
as mentioned in the Tender Documents.
7.1 The earnest money will be returned to the unsuccessful Tenderer/s, but the Railway
shall not be responsible for any loss or depreciation that may happen thereto while in
Railway’s possession, nor be liable to pay interest thereon.
7.2 No interest will be payable upon the earnest money or security deposit or amounts
payable to the contractor under the contract, but on Government securities accrued
interest will be payable thereon provided the contractor gets them renewed from
time to time.
8. The amount of Earnest Money may also be deposited with the Divisional Cashier,
S.E.C. Railway, Nagpur, under Allocation head – “Ordinary Deposit X-1.” The
money receipt of the same must be enclosed along with the tender form.
9. The tenders submitted without valid Earnest Money will summarily be rejected.
10. Full Earnest Money as mentioned above will be deposited as security deposit for the
due performance of the stipulation to keep the offer open for a period of 90 (Ninety)
days from the date of opening of the same and it being understood that the tender
documents have been sold/issued to the tenderer and is being permitted to tender in
consideration of the stipulation on his part that after submitting his tender he will not
resile from his offer or modify the terms and conditions, thereof in a manner not
acceptable to the Divisional Railway Manager (Engg)/Sr. Divl. Engineer/South East
Central Railway/Nagpur and should the tenderer fail to observe or comply with the
foregoing stipulations the amount will be forfeited by the Railway.
11. The tender/contract will be governed by General Condition of Contract and
Standard Specifications 2001 of Volume–II Part II, III & IV duly updated with
correction slips up to date of opening of tender.
12. Any special condition of contract however shall over rule provision of the GCC&
SS 2001 unless otherwise stated.
12.1 The contract shall not be considered as complete until a maintenance Certificate is
issued by the Engineer that the contractor has maintained the work to the
satisfaction of the Engineer for the period specified as maintenance period in the
contract.
12.2 The maintenance period for the instant work shall be 06 (SIX) months from the
date of completion.
12.3 In case, No maintenance period is prescribed it shall be considered as 06 (six)
months.
13. Eligibility Criteria:-
1.0 Eligibility Criteria: Similar Nature of work and financial Criteria for tender approx
value Rs.20 Lakh and above Rs.20 Lakh is as under:-
(i) The tenderer should have completed in last three financial years (i.e. current year and
three previous financial years) at least one similar single work for a minimum value
of 35% of advertised tender value of the work.
(ii) The total contract amount received during the last three financial years and in the
current financial year should be a minimum of 150% of advertised tender value of the
work.

Page 7 of 43
DOWNLOADED FROM INTERNET
Signature of the Tenderer/s DRM (Engg)/NGP
2.0 SIMILAR NATURE OF WORKS (CATEGORY WISE)
A. Civil Works
1. Civil engineering works for All such works can be considered as similar
building, water supply and works to each other.
sanitary works.
2. Plantation & Horticulture works. Plantation work, work of land scaping,
development and maintenance of gardens and
lawns.
3. Transportation work (P.Way All transport works.
materials, cement & slab etc.)
4. Road works Road works.
5. Painting of steel structures Painting of steel structures.
B. Track Works
1. Supply and spreading of machine All works for supply & spreading of machine
crushed ballast. crushed ballast & machine crushed metal works
for roads and Railway track.
2. Track works Works like CTR, TSR, TRR, TTR, TWR, TFR and
Deep screening, lifting of track, shallow
screening, pre and post BCM work, Destressing
and P.Way linking work.
3. Reconditioning of point & Works of reconditioning of points and crossings,
crossing Reconditioning of track machine tools,
reconditioning other heavy machines involving
depositing of metals.
4. Welding of rail joints by A.T. Welding of rail joints from RDSO approved firm
welding. for the particular type of welding technique.
5. Cess repairs & cess widening and Earth work of any type.
earthwork for bank repairs.
C. Bridge Works
1. PSC slab for bridges, PSC girders. Works like PSC slab for bridges, PSC girders,
Bridges with PSC elements as a whole.
2. Bridge Girders & Steel structural Works involving fabrication and erection of
works, Fabrication & fixing steel Bridge girders & steel structural works for
channel sleeper Bridges, FOB, PF shelter etc.
3. RCC over head tank works Works like construction of RCC over head tank
or bridge / building work involving RCC.
4. Misc. maintenance of bridge Work like maintenance of bridge work, patch
works (Patch painting, greasing, painting, greasing, rivet testing, epoxy &
rivet testing, epoxy & fabrication fabrication of small nature works, painting of
of small nature work), painting of girder bridges / FOB work.
girder bridges / FOB work.

Signature of the Tenderer/s DRM (Engg)/NGP


Page 8 of 43
DOWNLOADED FROM INTERNET

5. Misc. Bridge repair/maintenance Any Civil work involving RCC work or any type
works such as provision of floor of bridge work including bridge repair work
& protection work in bridges, (excluding steel work)
repairs to cess & strengthening of
bridge approaches, wing wall,
abutment, inspection steps of
bridge etc.,

3.0 The following document should be submitted along with Tender Form :-
(a) List of personnel, organization available on hand and proposed to be engaged for the
subject work.

(b) List of plant & machinery available on hand (own) and proposed to be inducted (own)
and hire to be given separately for the subject work.

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

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

(e) An audited balance sheet dully certified by Chartered Accountant for last three
financial years other relevant documents to be given in support of financial turn over.
Tender committee shall still examine the over all financial soundness of the tenderers
based upon the volume of work handled, turnover, balance sheet etc.
Note:- (1) In case of item (c) and (d) above supportive documents/certificate from the
organizations with whom they worked / are working should be enclosed.
(2) Certificate from private individuals for whom such works are executed/being
executed shall not be accepted.
14. Railway reserves the right to draft the vehicles & equipments of contractor in case of
accidents/Natural calamities involving human lives for this, separate payment shall
be admissible through introduction of N.S. items as per clause 39 (2) of G.C.C., & the
rates decided by the railway for this purpose shall be final & binding on the contractor
& shall be an excepted matter & hence shall remain excluded from the preview of
arbitration clause of the agreement.

15. Security Deposit.:- Unless other wise specified in the special condition, if any, the
security Deposit /rate of recover/mode of recovery shall be as under:-
(a) Security Deposit for each work should be 5% of the contract value.
(b) The rate of recovery should be at the rate of 10% of the bill amount till the full security
deposit is recovered.

Page 9 of 43
DOWNLOADED FROM INTERNET
Signature of the Tenderer/s DRM (Engg)/NGP

(c) Security Deposits will be recovered only from the running bills of the contract and no
other mode of collecting SD, such as SD in the form of instruments like BG, FD etc.,
shall be accepted towards Security Deposit. Security Deposit shall be returned to the
contractor after the physical completion of the work as certified by the Competent
Authority. The Competent Authority shall normally be the authority who is
competent to sign the contract. If this Competent Authority is of the rank lower than
JA Grade, then a JA grade Officer (Concerned with the work) should issue the
certificate. The certificate, inter alia, should mention that the work ha been completed
in all respects and that all the contractual obligations have been fulfilled by the
contractors and that there is no due from the contractor to Railways against the
contract concerned. Before releasing the SD, an unconditional and unequivocal no
claim certificate from the contractor concerned should be obtained
16. Tender form is not transferable under any circumstances.
17. The tenderer/s are advised to furnish the details (i) Beneficiary Name (ii) Account No.
(iii) Type of Account (iv) Bank (v) City (vi) Branch (vii) Remarks if any (Page no.15)
Otherwise no bill would be paid.
18. Performance Guarantee (P.G) :-
The procedure for obtaining Performance Guarantee is outlined below:-
(a) The successful bidder shall submit a Performance Guarantee (P.G.) in the form of an
irrevocable bank guarantee amounting to 5% of the contract value.
(b) A Performance Guarantee shall be submitted by the successful bidder after the letter
of acceptance has been issued, but before signing of the agreement. The agreement
should normally be signed within 15 days after the issue of LOA and the Performance
Guarantee shall also be submitted within this time limit. This guarantee shall be
initially valid up to the stipulated date of completion plus 60 days beyond that. In
case, the time for completion of work gets extended, the contractor shall get the
validity of Performance Guarantee extended to cover such extended time for
completion of work plus 60 days.
(c) The Performance Guarantee (PG) shall be released after the physical completion of the
work based on the ‘Completion Certificate’ issued by the competent authority stating
that the contractor has completed the work in all respects satisfactorily. The security
deposit, however, shall be released only after the expiry of the maintenance period
and after passing the final bill based on ‘No Claim Certificate’.
(d) Wherever the contract is rescinded, the security deposited shall be forfeited and the
Performance Guarantee shall be en-cashed and the balance work shall be got done
independently without risk and cost of the failed contractor. The failed contractor
shall be debarred from participating in the tender for executing the balance work. If
the failed contractor is a partnership firm, then every member/ partner of such a firm
shall be debarred from participating in the tender for the balance work either in his/
her individual capacity or as a partner of any other partnership firm.
(e) The Engineer shall not make a claim under the Performance Guarantee except for
amounts to which the President of India is entitled under the contract (not
withstanding and/ or without prejudice to any other provisions in the contract

Page 10 of 43
DOWNLOADED FROM INTERNET
agreement) in the event of:
Signature of the Tenderer/s DRM (Engg)/NGP
(i) Failure by the contractor to extend the validity of the Performance Guarantee as
described herein above, in which event the Engineer may claim the full amount of the
Performance Guarantee.
(ii) Failure by the contractor to pay President of India any amount due, either as agreed
by the contractor or determined under any of the Clauses/Conditions of the
agreement, within 30 days of the service of notice to this effect by Engineer.
(iii) The contract being determined or rescinded under provision of the GCC the
Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal
of the President of India.
19. The successful bidder may give performance Guarantee amounting to 5% of the
contract value in any of the following forms.
(i) A Deposit of Cash.
(ii) Irrevocable Bank Guarantee.
(iii) Government Securities including State Loan Bonds at 5 percent below the market
value.
(iv) Deposit Receipt, Pay orders, Demand Drafts and Guarantee Bonds. These forms of
performance Guarantee could be either of State Bank of India or any of the
Nationalized Banks.
(v) Guarantee Bonds executed or Deposits Receipts tenderers by all schedule Banks;
(vi) A Deposit in the Post office Saving Bank;
(vii) A Deposit in the National Saving certificates;
(viii) Twelve years Defense Deposits;
(ix) Ten years Defense Deposits;
(x) National Defense Bonds and
(xi) Unit Trust certificates at 5 percent below market value or the face value whichever is
less. Also FDR in favour of FA & CAO, S.E.C. Railway (free from any encumbrance)
may be accepted.
20. Amendment to PVC clause in works contract :-
Price variation clause shall be applicable for tenders of value more than Rs.50 Lakh.
21. Imposition of token penalty for delay in the completion of work :-
The existing clause 17 (B) of GCC provides for recovery of liquidated damages from
the contractor for delay in completion of work. It has now been decided that the
competent authority while granting extension to the currency of contract under clause
17 (B) of GCC may also consider levy of token penalty as deemed fit based on the
merit of case.
22. Variation in contract quantities :-
(i) Individual NS items in contracts shall be operated with variation of plus or minus 25%
and payment would be made as per the agreement rate. For this, no finance
concurrence would be required.

Page 11 of 43
DOWNLOADED FROM INTERNET

Signature of the Tenderer/s DRM (Engg)/NGP


(ii) In case if increase in quantity of an individual item by more than 25% of the
agreement quantity is considered as unavoidable, the same shall be got executed by
floating a fresh tender. If floating a fresh tender is considered not practicable,
negotiations may be held with existing contractor for arriving at reasonable rates for
additional quantities in excess of 125% of agreement quantity.
(iii) The limit for varying quantities for minor value items shall be 100% (as against 25%
prescribed for other items). A minor value item for this purpose is defined as an item
whose original agreement value is less than 1% of the total original agreement value.
(iv) No such quantity variation limit shall apply for foundation items.
(v) As far as SOR items are concerned, the limit of 25% would apply to the value of SOR
schedule as a whole and not on individual SOR items. However, in case of NS items,
the limit of 25% would apply on the individual items irrespective of the manner of
quoting the rate(single percentage rate or individual item rate)
(vi) For the tenders accepted at the Zonal Railways level, the variation in the quantities
will be approved by the authority in whose powers the revised value of the agreement
lies.
(vii) For tenders accepted by General Manager, variations up to 125% of the original
agreement value (even if the revised agreement value is beyond GM’s competence to
accept tenders) may be accepted by General Manager.
(viii) For tenders accepted by Board Members and Railway Ministers, variations up to 110%
of the original agreement value may be accepted by General Manager.
(ix) The aspect of vitiation of tender with respect to variation in quantities should be
checked and avoided.
23. Joint venture / MOU/Consortium shall not be accepted.
24. Tenderer/tenderers must submit all required documents along with tender and no
correspondence with the tenderer will be entertained for any documents in support of
the tender after opening of the tender. Tender will be accepted or rejected based upon
the merit of documents submitted along with the tender.
25. Implementation of the building and other Construction workers (RECS) Act, 1996,
Section-7 :-
“The tenderer for carrying out any construction work in Maharashtra/M.P/
Chattisgarh must get themselves registered from the registering officer under
section-7 of the Building and other construction Works Act, 1996 and rule thereto by
the Maharashtra/ M.P/Chattisgarh Govt. and submit certificate of Registration issued
from the Registering officer of the Maharashtra/M.P/Chattisgarh govt.(Labour
Department) for enactment of this ACT, the tenderer shall be required to pay cess
@ 1% of the cost of construction work to be deducted from each bill. Cost of material
shall be outside the purview of cess, when supplied under a separate schedule item.
26. Incentive Bonus Payment Clause :-
Considering the need of early and time bound completion of throughput enhancement
works primarily those coming under the plan Head ‘Traffic facilities.’ It has been
decided to introduce an incentive Bonus payment clause as part of tender condition in
tenders relating to such throughput enhancement works. This clause, inter alia, should
cover the following parameters;

Page 12 of 43
DOWNLOADED FROM INTERNET
Signature of the Tenderer/s DRM (Engg)/NGP

(i) The incentive bonus payable shall be more than 1% of the initial contract value or
revised contract value whichever is less for every one month of early completion
ahead of the original completion period or revised completion period which ever is
less.
(ii) The maximum incentive payable shall be more than 6% of the original contract value r
revised contract value whichever is less.
(iii) This incentive scheme shall not apply if extension to the original completion period is
given irrespective of on whose account (Railway account or contractors account).
(iv) Period less than a month will not be reckoned for the incentive bonus calculation.
27. The tenderer is required to submit test report of ballast as per provisions of
“Specification of Track Ballast, IRS-GE-I, JUNE 2004, along with the tender which
should not be more than 180 days from the date of opening of tender, failing which
the offer shall be summarily rejected.
28. The contractor has to submit the design mix for the specified grade of concrete from a
reputed engineering college/institution at his own cost. The contractor shall furnish
the sample of cement, sand & aggregate and sealed in presence of engineers
representative. The samples sent for design mix are also to be kept in sealed
transparent jars for periodical checking of physical properties by visual examination.
Thus obtained design mix shall be got approved by the engineer-in-charge before its
use.
29. The Contractor shall cordon the working area in colony and station premises at the
time of work.
30. The Contractor shall clear the debris, left over material from site after completion of
work, and then only final bill will be released.
31. No sample /test certificates if required to be submitted along with the tender form,
will be accepted after opening of the tender.

Divisional Railway Manager (Engg)


S.E.C.Railway/Nagpur.
For and On behalf of the President of India

Signature of Tenderer.

Page 13 of 43
DOWNLOADED FROM INTERNET

nf{k.k iwoZ e/; jsyos


SOUTH EAST CENTRAL RAILWAY
={ɤÉÆvÉ-*
fufonk izk#i (igyk iUuk)
Annexure-I
TENDER FORM (FIRST SHEET)

Fufonk la[;k (Tender C/12/NGP/2009-2010


No.) :-
dk;Z dk uke (Name of Works) :-
Painting of Girder Bridges and other steel structures under the jurisdiction
of ADEN/Track/Nagpur and ADEN/Tumsar Road.
vÉxÉ ®ºÉÉÒn ºÉÆ/MRNo:………………
………………
Name &Address:- _ _ _ _ _ _ _ _ _ _ _ _ iÉÉ®ÉÒJÉ/Date:……………………………
……….
_______________________ °ô{ÉAä BÉEä ÉÊãɪÉä/Rs……………
……………………
_______________________ fufonk {ÉEÉàÉÇ la[;k (Tender Form
No.) :………..

ÉÊxÉÉÊ´ÉnÉ |É{ÉjÉ / TENDER FORM


+ÉÆiÉ®hÉÉÒªÉ xÉcÉÓ cè / Not Transferable
ºÉä´ÉÉ àÉå/ To
£ÉÉ®iÉ BÉEä ®É]Å{ÉÉÊiÉ/The President of India
àÉÉ{ÉEÇiÉ àÉÆbãÉ ®äãÉ |ɤÉÆvÉBÉE(<ÆVÉÉÒ)/Acting through the Divl.Rly.
Manager (Engg).
nf{k.k iwoZ e/; jsyos] ukxiwj /S.E.C. Railway Nagpur

1. àÉé/càÉ <ºÉBÉEä ºÉÆãÉMxÉ ÉÊxÉÉÊ´ÉnÉ BÉEÉÒ ÉÊ´ÉÉÊ£ÉxxÉ


¶ÉiÉÉæ BÉEÉä {Éfà ÉÊãɪÉÉ cè +ÉÉè® àÉé/càÉ =BÉDiÉ ¶ÉiÉÉç BÉEÉ
{ÉÉãÉxÉ BÉE®xÉä BÉEä ÉÊãɪÉä ºÉcàÉiÉ cÚÄ/cè. àÉé/càÉ <ºÉ ÉÊxÉÉÊ
´ÉnÉ BÉEÉä JÉÉäãÉä VÉÉxÉä BÉEä ÉÊãɪÉä fu;r iÉÉ®ÉÒJÉ ºÉä 90
(xɤ¤Éä) ÉÊnxÉ BÉEÉÒ +É´ÉÉÊvÉ iÉBÉE BÉEÉÒ º´ÉÉÒBÉßEÉÊiÉ BÉEä
ÉÊãÉA JÉÖãÉÉ ®JÉxÉä BÉEä ÉÊãɪÉä £ÉÉÒ ºÉcàÉiÉ cÚÄ/cé +ÉÉè®
<ºÉàÉå BªÉÉÊiɵÉEàÉ fd;s tkus dh fLFfr àÉä®É/càÉÉ®É |ÉÉÊiÉ£ÉÚÉÊiÉ
ÉÊxÉFÉä{É VɤiÉ ÉÊBÉEªÉÉ VÉÉ ºÉBÉEiÉÉ cè. àÉé/càÉ ºÉÆãÉMxÉ
+ÉxÉÖºÉÚSÉÉÒ àÉå BÉEÉä] BÉEÉÒ MÉ<Ç n®Éå {É® nf{k.k iwoZ e/;
jsyos BÉEä ÉÊãɪÉä BÉEɪÉÇ BÉE®xÉä BÉEä ÉÊãɪÉä izLrko] BÉE®iÉÉ
cÚÄ/BÉE®iÉä cé +ÉÉè® <ºÉ ÉÊxÉÉÊ´ÉnÉ BÉEÉÒ º´ÉÉÒBÉßEÉÊiÉ i=
VÉÉ®ÉÒ gksus BÉEÉÒ iÉÉ®ÉÒJÉ ºÉä ...........àÉÉºÉ BÉEä £ÉÉÒiÉ®
BÉEɪÉÇ BÉEÉä gj izdkj ls {ÉÚ®É BÉE®xÉä BÉEä ÉÊãɪÉä Lo;a BÉEÉä
Page 14 of 43
DOWNLOADED FROM INTERNET
+ÉɤÉr BÉE®iÉÉ cÚÄ/BÉE®iÉä cé.
1. I/We have read the various conditions to tender attached here-to and agree to abide by the
said conditions. I/we also agree to keep this tender open for acceptance for a period of 90
(Ninety) days from the date fixed for opening the same and in default thereof , I/we will be
liable for forfeiture of my/our “Earnest Money”. I/we offer to do the work for South Easte
Central Railway at the rates quoted in the attached schedule and hereby bind myself
/ourselves to complete the work in all respect up to 06 (Six) from the date of issue of letter
of acceptance of the tender.
2. àÉé/càÉ dh eqfnzr la”kksf/kr ºÉÆÉÊ´ÉnÉ BÉEÉÒ ºÉÉvÉÉ®hÉ ¶ÉiÉÉç
BÉEÉ {ÉÉãÉxÉ BÉE®xÉä iÉlÉÉ BÉEɪÉÇ dh orZeku lafonk ds fy, mikc)
fo”ks’k “krksZ@fofunsZ”kksa esa rFkk nf{k.k iwoZ jsy dh eqfnzr dh
lk/kkj.k “krksZ rFkk ekud fofunsZ”kksa Hkkx IV lafo/kk dh lk/kjk.k
“krksZ rFkk ekud fofunsZ”k esa nf{k.k iwoZ e/; jsyos ;Fkk
+ÉÉÊvÉBÉEÉÊlÉiÉ lafonk dh fo”ks’k “krksZ vkSj lÉÉàÉOÉÉÒ dk;Z
laca/kh ÉÊ´ÉÉÊxÉnæ¶ÉÉå BÉEä +ÉxÉÖºÉÉ® BÉE®xÉä BÉEä ÉÊãɪÉä
ºÉcàÉiÉ cÚÄ/cé!

Signature of the Tenderer/s DRM (Engg)/NGP


2. I/we also hereby agree to abide by the General Conditions of Contract and to carry out
the work according to the Special Condition of Contract and Specification of materials and
works as laid down by Railway in the annexed Special Conditions/Specifications and the
South Eastern Railway General Condition of Contract and Standard Specifications Part-IV
General Condition of Contract and Standard Specifications.
3. ………………..°ô. dh jkf’k vfxze /ku ds #i esa blds lkFk Hksth tk jgh gS!
vkfxze /ku dk iwjk ewY; fdlh vU; vf/kdkj ;k mipkj ij izfrdwy izHkko Mkys
fcuk leiàr dj fy;k tk,xk] ;fn esjh@gekjh fufonk Lohdkj dj yh tkrh gS vkSj
;fn %&
3. A sum of Rs ----------- /- is herewith forwarded as Earnest Money. The full value of the
Earnest Money shall stand forfeited without prejudice to any other rights or remedies in
case my/our Tender is accepted and if. :-
(B àÉé/càÉ Lohd`fr i= izkfIr ls 15 ianzg fnuks dh vof/k esa vko’;d
ÉE ÞijQkjesal xkWjaVhß tek ugh djrk@djrs gwWa rks
)
(a) I/we do not deposit required performance guarantee in desired form with in 15 days of
issue of letter of acceptance.
([ àÉé/càÉ ®äãÉ uÉ®É ;g ºÉÚSÉxÉÉ ÉÊBÉE ºÉÆÉÊ´ÉnÉ nºiÉÉ´ÉäVÉ
k) iÉèªÉÉ® cè. izkIr gksus ds i'pkr~ ºÉÉiÉ ÉÊnxÉÉå BÉEä £ÉÉÒiÉ®
ºÉÆÉÊ´ÉnÉ-nºiÉÉ´ÉäVÉ ÉÊxÉ{ÉÉÉÊniÉ xÉcÉÓ BÉE®iÉÉ cÚÄ/BÉE®iÉä
cé vkSj
(b) I/we do not execute the contract documents within seven days after receipt of notice
issued by the Railway that such document are ready and
(x àÉé/càÉ <ºÉ BÉEɪÉÇ |ÉÉ®Æ£É BÉE®xÉä BÉEä vkns”kksa dh izfIr ds
) i”kpkr ianzkg ÉÊnxÉÉå BÉEä £ÉÉÒiÉ® dk;Z izkjaHk ugh BÉE®iÉÉ
cÚÄ/BÉE®iÉä cé !
Page 15 of 43
DOWNLOADED FROM INTERNET
(c) I/we do not commence the work within Fifteen days after receipt of orders to that effect.
4. VÉ¤É iÉBÉE ÉÊBÉE vkSipkfjd #i ls BÉE®É® iÉèªÉÉ® +ÉÉè® ÉÊxÉ-
{ÉÉÉÊniÉ xÉcÉÓ BÉE® ÉÊãɪÉÉ VÉÉiÉÉ rc <ºÉ ÉÊxÉÉÊ´ÉnÉ BÉEÉÒ º
´ÉÉÒBÉßEÉÊiÉ càÉÉ®ä ¤ÉÉÒSÉ ABÉE +ÉɤÉrBÉE® ºÉÆÉÊ´ÉnÉ mu
={ÉÉÆiÉ®hÉ ds v/khu jgrs gq, cuh jgsxh tks gekjs chp ikjLifjd
ºÉcàÉÉÊiÉ ºÉä gks rFkk <ºÉ BÉEɪÉÇ BÉEä fy, esjs@gekjs izLrko
laca/kh º´ÉÉÒBÉßEÉÊiÉ {ÉjÉ àÉå ={ÉnÉ̶ÉiÉ gks!
4. Until a formal agreement is prepared and executed, acceptance of this tender shall
constitute a binding contract between us subject to modifications, as may be mutually
agreed to between us and indicated in the letter of acceptance of my/ our offer for this
work.

~äBÉEänÉ® BÉEÉ {ÉÚ®É bÉBÉE ~èBÉEänÉ®/~äBÉEänÉ®Éå BÉEä


{ÉiÉÉ cºiÉÉFÉ®
Contractor’s full Postal Address Signature of the contractor/s
(To be filled up by contractor) ÉÊnxÉÉÆBÉE/Date:
~äBÉEänÉ® uÉ®É £É®É VÉÉA&
fgrS’kh xÉÉàÉ/ Beneficiary Name:…………………………………………………………
………
àÉÉäcããÉÉ/´ÉÉbÇ/Mohalla/Ward:………………………………………………………
………………
¶Éc®/MÉÉÆ´É/Town/Village:………… [kkrk-ua@Account No:…………………
…………… ……
bÉBÉE PÉ®/Post Office:………………… [kkrs dk izdkj@Type of Account:-……
………… ……
ÉÊVÉãÉÉ/District:………………………… cSad@Bank:.................................................
……… ..
®ÉVªÉ/State:……………………………… 'kk[kk@Branch……………………………
……… …
ÉÊ{ÉxÉ BÉEÉäb/Pin code:……………… ]äãÉÉÒ{ÉEÉäxÉ µÉE./Telephone
…………… No:…………………
'ksjk@Remarks if any:………………………………………………

DRM(Engg)/NGP
nf{k.k iwoZ e/; jsyos
SOUTH EAST CENTRAL RAILWAY
={ɤÉÆvÉ-*
fufonk izk#i (nwljk iUuk)
Annexure-I
TENDER FORM (SECOND SHEET)

fufonk la[;k (Tender No.) :- C/12/NGP/2009-2010


dk;Z dk uke (Name of Works) :-
Painting of Girder Bridges and other steel structures under the jurisdiction
Page 16 of 43
DOWNLOADED FROM INTERNET
of ADEN/Track/Nagpur and ADEN/Tumsar Road.
1. fufonkdkjksa ds fy, vuqns”k vkSj fufonk dh “krsZ&fuEufyf[kr izys[k
fufonk@lafonk ds Hkkx gksaxs %&
(d) fufonk iz#i & igyk iUuk vkSj nwljk iUuk
([k) Fo”ks’k “krsZ@fofunsZ”k (layXu)
(x) vuqekfur ek=kvksa dh vuqlwph (layXu)
(? lafonk dh lk/kkj.k “krsZ vkSj nf{k.k iwoZ jsyos dh nj vuqlwph dk
k) Hkkx&III ,oa IV dh iqfLrdk esa ;Fkk vf/kdkf/kd lkefxz;ksa vkSj dk;ksZ
ds fy, ekud fofunsZ”k ftudk fufonk iz#i ftudh izfr;kW ofj’B
eaMy@eaMy@ftyk@mi eq[; dk;Zdkjh bathfu;j ds dk;Zy;] nf{k.k iwoZ
e/; jsyos !
(M) Nj vuqlwph Hkkx&1 lafonk dh lk/kkj.k “krsZ rFkk ekud fofunsZ”k ftldk
fufonk iz#i ds fufonk iUus ds igys iUus es mfYyf[kr “kqf) ifpZ rd
la”kksf/kr “kqf);kW dh xbZ gS] ftldh izfr;kW ds dk;Zy; esa ns[kh tk
ldrh gS ;k eq[; bathfu;j nf{k.k iwoZ e/; jsyos lss izkIr dh tk ldrh gS!
(p) bl dk;Z ls lacaf/kr lHkh lk/kkj.k vkSj foLr`r js[kkfp=] tks bathfu;j ;k
mlds izfruf/k;ksa }kjk (le; le; ij) lHkh ifjorZuksa vkSj mikarj.kksa lfgr
tkjh fd, tk,xsa!
1. Instruction to tenderers and conditions of tender - The following documents form part of
the Tender/Contract :-
(a) Tender forms – First Sheet and Second Sheet.
(b) Special Condition/Specification (enclosed)
(c) Schedule of approximate quantities (enclosed)
(d) General Conditions of Contract and Standard Specifications for materials and works as
laid done the Part-III & IV of the Schedule of Rates of South Eastern Railway, copies of
which can be seen in the office of Senior Divisional/Divisional/District/Deputy
Chief/Executive Engineer or obtained form the office of the Chief Engineer, South East
Central Railway.
(e) Schedule of Rates, Part-I and General Condition of Contract and Standard Specifications
as amended/corrected up to correction slips as mentioned in First Sheet of Tender sheet
of tender form, copies of which be seen in the office of Senior
Divisional/Divisional/District/ Deputy Chief/Executive Engineer or obtained form the
Chief Engineer, South East Central Railway on payment.
(f) All general and detailed drawings pertaining to this work which will be issued by the
Engineer or his representatives (form time to time) which all changes and modifications.

Signature of the Tenderer/s DRM (Engg)/NGP

2. ladeZ ds fy, js[kkfp= %& ladeZ ds fy, js[kkfp= ofj’B


eaMy@eaMy@ftyk@mieq[;@dk;Zdkjh bathfu;j ds vkSj@;k eq[;
bathfu;j@eq[; iz”kklfud vf/kdkjh (fuek.kZ) dk;Zy; le; ds nkSjku fdlh Hkh
le; ns[ks tk ldrs gS] ;s js[kkfp= dsoy fufonkdkj@fufonkdkjksa ds

Page 17 of 43
DOWNLOADED FROM INTERNET
ekxZn”kZu ds fy, gS mij mfYyf[kr js[kkfp= ij lkekU;r;k vk/kkfjr foLr`r
dk;Zdj.k js[kkfp= (;fn visf{kr gks) bathfu;j ;k mlds izfrfuf/k }kjk le;&le; ij
fn, tk,axs!
2. Drawings of the work:- The Drawings for the work can be seen in the office of the
Senior Divisional/Divisional/Dirtrict/Dupety Chief/Executive and/or Chief Engineer/
Chief Administrative Officer (Construction) at any time during the office hours. The
drawings are only for the guidance of Tenderer(s). Detailed working drawings, (if
required) based generally on the drawing mentioned above, will be given by the Engineer
or his representative form time to time.
3. fufonkdkj ukxiwj- eaMy dks ykxw nf{k.k iwoZ jsyos dh njkssa dh vuqlwph
ls vf/kd ;k de izfr”kr ij viuh njsa dksV djsxk@djsaxs] flok; ogka] tgk mlls
en dh njkas dks dksV djuk visf{kr gS rFkk mls@mUgs layXu vuqekfur
ek=kvksa dh vuqlwph esa n”kkZbZ xbZ lHkh enksa ds fy, fufonk izLrqr
djuh pkgh,! layXu vuqlwph esa n”kkZbZ xbZ ek=k,a ekxZn”kZu ds fy, nh
x;h gS vkSj os dsoy vuqekfur gS rFkk jsy dh vko”;drkuqlkj muesa ifjoZru
fd;k tk ldrk gS] jsy vuqlwph dh izR;sd en ds varxZr dk;Z dh xkjaVh ugh
nsrh gS!
3. The Tenderer(s) shall quoted his/their rates as a percentage above or below the Schedule
of Rates of South Eastern Railway as applicable to Nagpur Division except where
he/they are required to quote item rates and must tender for all the items shown in the
schedule of approximate quantities attached. The quantities shown in the attached
schedule are given as a guide and are approximate only and are subject to variation
according to the needs of the needs of the Railway. The Railway does not guarantee work
under each item of the schedule.
4. ,slh fufonk] ftuds nLrkostksa esa dkV&ihV rFkk ifjorZu fd;k x;k gS]
ukeatwj dh tk ldrh gS] fufonkdkj (fufonkdkjksa) dks viuh izfof’V;ksa
esa fd, x, fdlh la”kks/ku dks lR;kfir djuk pkfg,!
4. Tender containing erasures and/or alteration of the tender documents are liable to be
rejected. Any correction made by Tenderer(s) in his/their entries must be attested by
him/them.
5. Lohd`fr i= tkjh fd, tkus dh rkjh[k ls -… ekl dh vo/kh ds Hkhrj dk;Z dks
iwjk fd;k tkuk visf{kr gS!
5. The works are required to be complete within a period up to 06 (Six) Months form the
date issue of acceptance letter.
6. vkfxze /ku %&
(d) fufonk ds lkFk vkfxze /ku ds #i esa __________ #- dh jkf”k udn #i esa
;k bathfu;j vkSj Bsdsnkjksa ds ekxZn”kZu ds fy, fufonkvksa vkSj
lafonkvksa ds fy, fufofu;eksa esaa mfYyf[kr fdlh #i esa tkek dh tkuh
pfg,] vkSj ftlds u gksus ij fufonk ij fopkj ugh fd;k tk,xk !
6. Earnest Money:-
(a) The tender must be accompanied by a sum of Rs.40,000/- as Earnest Money Deposited in
cash or in any of the forms mentioned in Regulations for tenders and Contracts for the
guidance of the Engineers and Contractors, failing which the tender will not be
considered.
([k) fufonkdkj fufonk [kksys tkus dh rkjh[k ls de ls de 90 fnu dh vof/k ds
fy, izLrko dks [kqyk j[ksxk@j[ksaxs] ;g eku fy;k x;k gS fd fufonk
nLrkost fufonkdkj@fufonkdkjksa dks fodz;@tkjh dj fn, rFkk
Page 18 of 43
DOWNLOADED FROM INTERNET
fufonkdkj@fufonkdkjksa dks bl vuqca/k ds izfr QyLo#i viuh vksj ls
fufonk izLrqr djus ds fy, vuqKkr fd;k x;k gS fd fufonk ftldh vof/k]
visf{kr gksus ij] ikjLifjd lgefr ls c<kbZ tk ldrh gS] izLrqr djus ds i”pkr
og@os vius izLrko ls ihNs ugh gVsxk@gVsaxs ;k mlds fuca/kuksa vkSj
“krksZ esa dksbZ ,slk mikarj.k ugh djsxk@djsaxs tks nf{k.k iwoZ e/;
jsyos dks Lohdk;Z u gksa! ;fn fufonkdkj iwoZxkeh vuqca/k dks ekuus
;k ikyu djus esa vlQy jgrk gS] rks mi;qZRd vuqca/k ds fu’iknu ds fy,
vfxze /ku ds #i esa tek jde jsy }kjk lEiâr dj yh tk,xh!
Signature of the Tenderer/s DRM (Engg)/NGP
(b) The Tenderer(s) shall keep the offer open for a minimum period 90 days form the date of
opening of the Tender. It is understood that the tender documents has been sold /issued
to the Tenderer(s) and the Tenderer(s) is/are permitted to tender is consideration of the
stipulation on his/their part that after submitting his/their tender subject to the period
being extended further if required by mutual agreement form time to time, he will not
resile form his offer or modify the terms and conditions thereof in a manner not
acceptable to the of South East Central Railway. Should the Tenderer fail to observe or
comply with the foregoing stipulation, the amount deposited as Earnest Money or the due
performance of the above stipulation shall be forfeited to the Railway.

(x) vlQy fufonkdkj@fufonkdkjksa dk vkfxze /ku] bles blds igys ;Fkk


micaf/kr ds flok; mls@mUgs mfpr le; ds Hkhrj ykSVk fn;k tk;sxk fdUrq
jsy fdlh ,slh gkfu ;k vo{k;.k ds fy, mRrjnk;h ugh gksxh] tks fufonk
nLrkostkssa esa fofufnZ’V vof/k ds fy, izLrko dks [kqyk j[kus ds
vuqca/k ds lE;d fu’iknu ds fy, tek dh xbZ izfrHkwfr dks ;k vkfxze /ku
dks muds dCts esa jgus ds nkSjku igqWps] ugh og ml jde ij C;kt nsus
dh nk;h gksxh!
(c) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided,
be returned to the unsuccessful tenderer(s) within a reasonable time but the Railway shall
not be responsible for any loss or depreciation that may happen to the Security for the due
performance of the stipulation to keep of 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.
7. fufonk ij dk;Zokgh djus ds jsy ds vf/kdkj %& fufonk dks Lohdkj
djus dk izkf/kdkjjsy ds ikl gS! mDr izkf/kdkjh ds fy, ;g ck/;dj ugh gS fd
og U;wure fufonk ;k fdlh vU; fufonk dks Lohdkj djs vkSj dksbZ Hkh
fufonkdkj viuh fufonk ds vLohdkj fd, tkus ds dkj.kksa ds fy, dksbZ
Li’Vhdj.k ugh ekaxsxk] u gh jsy izfr fof”k’V fufonk ;k fufonkvksa ij
fopkj u fd, tkus ;k vLohdkj fd, tkus ds dkj.k crkus ds fy, opuc) jgsxk!
7. Right of Railway to deal with Tender: - The authority for the acceptance of the tender
will rest with the Railway. It shall not be obligatory on the said authority to accept the
lowest tender or any other tender and no tenderer(s) shall demand any explanation for
the cause of rejection of his/their tender not the Railway under take to assign reasons for
declining to consider or reject any particular tender or tenders.
8. ;fn fufonkdkj viuh fufonk esa tkucw>dj xyr lwpuk nsrk gS@nsrs gS ;k
viuh fufonk dh Lohd`fr fd fy, ifjfLFkfr;ka iSnk djrk gS@djrs gS rks jsy
fdlh Hkh izdze ij ,slh fufonk dks vLohdkj djus dk vf/kdkj vkjf{kr j[krh

Page 19 of 43
DOWNLOADED FROM INTERNET
gS!
8. If the tenderer(s) deliberately gives/give wrong information in his/their tender or
creates/create circumstances for the acceptance of his/their tender, the Railway reserves
the right to reject such tender at any stage.
9. ;fn fufonkdkj@fufonkdkjksa dh viuh fufonk izLrqr djus ;k mldh fufonk
dh Lohd`fr ds i”pkr~ e`R;q gks tkrh gS rks ,lh fufonk dks jí eku ysxh!
;fn QeZ ds fdlh Hkkxhnkj dh fufonk izLrqr djus ;k fufonk dh Lohd`fr ds
i”pkr~ e`R;q gks tkrh gS rks jsy ,sslh fufonk dks jí eku ysxh!
9. If the tenderer(s) expires after the submission of his/their tender or after the acceptance of
his/their tender, the Railway shall deem such tender cancelled. If a partner of a firm
expires after the submission of their tender or after the acceptance of their tender, the
Railway shall deem such tender as cancelled, unless the firm retains its character.

Signature of the Tenderer/s DRM (Engg)/NGP

10. fufonkdkj ds “kalki= %& fufonkdkj ds fiNys vuqHko vkSj foRrh;


gSfl;r dks izekf.kr djus okys nLrkost fufonk ds lkFk ;k tc nf{k.k iwoZ e/;
jsyos ds le{k izkf/kdkjh }kjk ekaxks tk,a rks] izLrqr fd, tkus pkfg,!
,sls fufonkdkj] ftlus@ftUgksus bl jsy ds laca/k esa vc rd dksbZ dk;Z
ugh fd;k gS vkSj tks nf{k.k iwoZ e/; jsyos dh vuqeksfnr Bsdsnkjksa dh
lwph esa ugh gS@gS] viuh fufonk ds lkFk fuEufyf[kr fl) djus ds fy,
“kalki= pkfg, %&
(i) dk;ksZ dks larks’kizn #i esa dk;ZfUor djus dh mldh {kerk !
(ii) mldh foRrh; gSfl;r] tks cSad funsZ”k rFkk vU; nLrkostksa }kjk lefFkZr
gks !
(iii) ml dk;Z ds] ftlds fy, fufonk vkeaf=r dh xbZ gS] izdkj ds fy, lafonkdkjh
vuqHko laca/kh lafonkdkjh lE;d #i ls vuqizekf.kr izek.k i= vkSj “kakli=]
igys fd, x, dk;ksZ dh lwph lfgr !
10. Tenderer’s Credentials:- Documents testifying tenderer’s previous experience and
financial status should be produced alongwith the tender or when desired by competent
authority of the South East Central Railway.
Tenderer(s) who has/have not carried out any work so far on this Railway and who
is/are not borne on the approved list of the Contractors of South East Central Railway
should submit alongwith his/their credentials to establish.
(i) His capacity to carry out the work satisfactorily.
(ii) His financial status supported by Bank reference and other documents.
(iii) Certificates duly attested and testimonials regarding contracting experience for the type of
job for which tender is invited with list of works carried out in the past.
11. fufonk eqgjcan fyQkQs esa can dh tkuh pkgh,] ftlds Åij fufonk la[;k
lh@12@ukx@2009&2010 en la[;k fy[kk gks rFkk v/khd`r Mkd }kjk
ofj’B eaMy vHkh;ark ¼leUo;½ nf{k.k iwoZ e/; jsyos] ukxiwj ds irs ij
Hkst nh tkuh pfg, rkfd og rkjh[k 15@07@2009 dks 15-00 cts ds igys
rd mlds dk;Zy; esa igqWp tk, ;k bl iz;kstu ds fy, ofj’B eaMy vHkh;ark
Page 20 of 43
DOWNLOADED FROM INTERNET
¼leUo;½ nf{k.k iwoZ e/; jsyos] ukxiwj] ds dk;Zy; esa j[kh xbZ fo”ks’k
isVh esa Mky nsuk pkfg,! ;g fo”ks’k isVh rkjh[k 15@07@2009 dks
15-00 cts eqgjcan dh tk,xh! fufonk rkjh[k 15@07@2009 dks 15-05
cts [kksyh tk,xh! fufonk dkxt i= rkjh[k 15@07@2009 dks 12-00 cts
ds i”pkr~ fodz; ugh fd, tk,axs!
11. Tender must be enclosed in a sealed cover, superscribed “Tender No:C/12/NGP/2009-10”
and must be sent by registered post to address of Sr. Divl. Engineer (Co-ord)/S.E.C.
Railway, Nagpur so as to reach his office not later than 15.00 Hrs. on the 15.07.2009 or
deposited in the Special Box allotted for the purpose in the office of Sr. Divl. Engineer
(Co-ord)/S.E.C Railway, Nagpur. This special box will be sealed at 15.00 Hrs. on
15.07.2009. The Tender will be opened at 15.05 Hrs. on 15.07.2009. The tender papers will
not be sold after 12.00 hours on 15.07.2009.
12. Åij blesa miof.kZr fdlh Hkh “krZ dk ikyu u fd, tkus ij fufonk dks
vLohdkj fd;k tk ldrk gS!
12. Non–compliance with any of the conditions setforth there in above is liable to result in the
tender being rejected.
13. fufonk nLrkostksa dk fu’iknu & lQy fufonkdkj@fufonkdkjksa ls
fufonk ds lkFk mikc) lafonk dh lk/kkj.k “krksZ] fo”ks’k
“krksZ@fofunsZ”kksa rFkk fufonk iz#i ¼igyk iUuk½ esa mfYyf[kr iphZ
rd la”kksf/kr@lq/kkjs gq, #i esa nf{k.k iwoZ jsyo ds lafonk dh lk/kkj.k
“krsZ ,ao ekud fufonsZ”k Hkkx & IV esa mfYyf[kr dk;Z vkSj lkexzh
laca/k fofunsZ”kksa ds vuqlkj dk;Z djus ds fy, nf{k.k iwoZ e/; jsyos ds
ek/;e ls dk;Zjr Hkkjr ds jk’Vªirh ds lkFk ,d djkj djuk visf{kr gksxk!

Signature of the Tenderer/s DRM (Engg)/NGP

13. Execution of Contract Documents:- The successful tenderer(s) shall be required to


execute an agreement with the President of India acting through the South East Central
Railway for carrying out the work according to General Condition of Contract, Special
Conditions/ Specifications annexed to the tender and specifications for work and
materials and laid down in General Condition of Contract and Standard Specification,
Part-IV of South Eastern Railway as amended/corrected upto correction slip mentioned
in tender form (First Sheet).
14. Hkkxhnkjh foys[k] eq[rkjukek vkfn %& fufonkdkj Li’V #i ls
fofufnZ’V djsxk fd fufonk mldh vksj ls ;k fdlh Hkkxhnkjh leqRFkku dh
vksj ls izLrqr dh tk jgh gS! ;fn fufonk fdlh Hkkxhnkjh leqRFkku dh vkSj
ls izLrqr dh tkrh gS rks mls fufonk ds lkFk Hkkxhnkjh foys[k rFkk
Hkkxhnkjh QeZ dh vksj ls fufonk nLrkostksa vkSj gLrk{kj djus ds
izf/kdkj dh izekf.kr izfr izLrqr djuh pgh,! ;fn ;s nLrkost] fufonk
nLrkostksa ds lkFk layXu ugh fd, tkrs gS rks ;g le>k tk,xk fd ;g fufonk
nLrkostksa ij gLrk{kj djus okys O;fDr }kjk izLrqr dh xbZ gS! jsy
fufonkdkj }kjk iznRr fdlh eq[rkjekus ls ;k lafonk ds fu’iknu ds i”pkr~
QeZ dh lajpuk esa fd, x, ifjorZuksa ls vkc) ugh gksxh] rFkkfi jsy mfpr
Page 21 of 43
DOWNLOADED FROM INTERNET
fof/kd lykg izkIr djus ds i”pkr~ ,sls djkjukes vkSj ifjorZu dks ekU;rk ns
ldrh gS] ftldk [kpZ Bsdsnkj ij izHkk;Z gksxk!
14. Partnership deeds, Power of Attorney Etc. :- The tenderer shall clearly specify whether
the tender is submitted on his own or on behalf of a partnership concern. If the tender is
submitted on behalf of a partnership concern, he should submit the certified copy of
partnership deed alongwith the tender and authorisation to sign the tender documents on
behalf of partnership firm. If these documents are not enclosed alongwith tender
documents, the tender will be treated as having been submitted by individual signing the
tender documents. The Railway will not be bound by any power of attorney granted by
the tenderer or by changes in the composition of the firm made subsequent to the
execution of the contract. It may, however recognise such power of attorney and changes
after obtaining proper legal advice legal advice, the cost of which will be chargeable to the
contractor.
15. fufonkdkj dks pkgs og ,dek= LoRo/kkjh] lhfer daiuh ;k Hkkxhnkjh QeZ
gks] ;fn ng vfHkdrkZ Hkkxhnkj@Hkkxhnkjksa ds ek/;e ls dk;Z djuk
pkgrk gS rks] fufonk ds lkFk ;k ckn esa fdlh le;] uksVjh ifCyd ;k
eftLVsªV }kjk fofufnZ’V O;fDr pkgs og@os QkeZ dk@ds Hkkxhnkj
gks@gksa ;k dksbZ vU; O;fDr gks mls@mUgsa fufonk izLrqr djus] djkj
ij gLrk{kj djus] /ku izkIr djus] eki dks lf{kr djus] eki iqLrdksa ij gLrk{kj
djus] QeZ }kjk fd, x, fdlh nkos@nkoksa ds laca/k esa le>Skrk djus]
fuiVkus] mUgs NksMus vkSj “dksbZ nkok” izek.ki= ij gLrk{kj djus rFkk
lHkh ;k fdUgh fooknksa dks e/;LFkrk ds fy, fufnZ’V djus ds fy, izf/kd`r
djrs gq, lR;kfir rFkk vf/kizekf.kr ,d eq[rkjukek izLrqr djus pkfg,!
15. The tenderer whether sole proprietor, a limited company or a partnership firm if they
want to act through agent or individual partner(s) should submit alongwith the tender or
at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or
by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or
any other person specifically authorising him/them to submit the tender, sign the
agreement, receive money, witness measurement, sign measurement books, compromise,
settle, relinguish any claim(s) preferred by the firm and sign “No Claim Certificate” and
refer all or any disputes to arbitration.

Signature of the Tenderer/s DRM (Engg)/NGP

16. lsokfuo`Rr jsy deZpkjh;ksa dk fu;kstu@Hkkxhnkjh vkfn %&


(d) ;fn dksbZ fufonkdj jktif=r iafDr dk lsokfuD`r bathuh;j gS ;k Hkkjr ds
jk’Vªifr ds rRle; LofeRo okys vkSj dksbZ muds }kjk iz”kkflr fdlh jsy ds
bathfu;jh foHkkx esa viuh lsokfuo`fRr ls igys fdlh vU; jktif=r vf/kdkjh ds
#i esa dk;Z dj jgk gS] ;k dk;Zikyd ;k iz”kklfud gSfl;r esa gks] ;k pkgs og
iz”kklfud in /kkj.k dj jgk gks ;k ugha] ;k ;fn og Hkkxhnkjh QeZ gS rks
mldk Hkkxhnkj dksbZ iwoksZäkuqlkj ,d lsokfuo`r bathfu;j ;k lsokfuo`r
jktif=r vf/kdkjh gS] ;k ;fn fufonkdkj us iwoksZäkuqlkj fdlh lsokfuD`r
bathuh;j ;k jktif=r vf/kdkjh dks fu;qDr fd;k gwvk gS rks ,sls bathfu;j ;k
Page 22 of 43
DOWNLOADED FROM INTERNET
jktif=r vf/kdkjh dks mDr ls lsokfuo`fRr dh rkjh[k ds laca/k esa rFkk ;fn
,slk bathfu;j ;k vf/kdkjh fufonk izLrqr djus dh rkjh[k ls de ls de 2 o’kZ
iwoZ ljdkjh lsok ls lsokfuo`Rr ugh gqvk gS ;k ,slh lafonk ds fy, ;fn Bsdsnkj
Hkkxhnkjh QeZ gS ;k fu;fer daiuh gS rks ;FkkfLFkfr funs”kd cukus ;k
Bsdsnkj ds v/khu fu;kstu izkIr djus] ds fy, vuqKk] ;FkkfLFkfr] fufonkdkj ;k
bathfu;j ;k vf/kdkjh us Hkkjr ds jk’Vªifr ;k muds }kjk bl fufeRr izf/kd`r
fdlh vf/kdkjh ls izkIr dh gS] iwjh tkudkjh fufonk izLrqr djrs le; fyf[kr #i esa
crkbZ tkuh pgh, ! Åij fufnZ’V tkudkjh ds fcuk ;k bl vk”k; ds fooj.k ds fcuk
fd ;FkkfLFkfr ,slk dksbZ lsokfuo`Rr bathfu;j ;k lsokfuo`r jktif=r vf/kdkjh
fufonkdkj ls lg;ksftr ugh gS fufonk ukeatwj dj nh tk,xh!-+

([k) ;fn fufonkdkj ;k Bsdsnkj ,slk O;fDr gS tks vuqeksfnr Bsdsnkjksa dh lwph
esa ls gS vkSj ftldk dksbZ laca/k] ;k Hkkxhnkjh QeZ ;k Bsdsnkjkssaa dh
daiuh dh n”kk esa] mldk ,d ;k vf/kd “ks;j/kkjh ;k (“ks;j/kkfj;ksaa) dk
dksbZ laca/kh nf{k.k iwoZ e/; jsyos ds bathfu;jh foHkkx esa jktif=r gSfl;r
ls fu;ksftr gS rks fufonk,a vkeaf=r djus okys izf/kdkjh dks fufonk izLrqr
djrs le; bl rF; dh lwpuk nh tk,xh] ftlds u gksus ij fufonk dks fujfgZr ;k
ukeatwj fd;k tk ldrk gS ;k ;fn ;g rF; ckn esa irk pyrk gS rks ;g lafonk]
lafonk dh lk/kj.k “krsZk ds [k.M 62 ds mica/k ds vuqlkj fo[kafMr dh tk ldrh
gS!
16. Employment/Partnership, etc., of Retired Railway Employees :-
(a) Should a tenderer be a retired engineer of the Gazetted rank or any Gazetted officer
working before his retirement, whether in the executive or administrative capacity, or
whether holding a pensionable post or not, in the Engineering department of any of the
Railways owned and administered by the President of India for the time being, or should
a tenderer being partnership firm have as one of its partners a retired engineer or retired
Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have
any such retired engineer or retired officer as one of its Directors, or should a tenderer
have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the
full information as to the date of retirement of such Engineer or Gazetted Officer form the
said service and in case where such Engineer or Officer had not retired from Government
service at least 2 years prior to the date of submission of the tender as to whether
permission for taking such contract, or if the contractor be a partnership firm or an
incorporated company, to become a partner or Director as the case may be, or to take the
employment under the contractor, has been obtained by the tenderer or the Engineer or
Officer, as the case may be from the President of India or any officer, duly authorised by
him in this behalf, shall be clearly stated in writing at the time of submitting the tender.
Tenders without the information above referred to or a statement to the effect that no such
retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case
may be, shall be rejected.
(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 firm or company of contractors one or more
of his shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in
the Engineering department of the South East Central Railway, the authority inviting
tenders shall be informed of the fact at the time of submission of tender, failing which the
tender may be disqualified/rejected or if such fact subsequently comes to light, the
contract may be rescinded in accordance with the provision in clause 62 of the General
Condition of Contract.

Page 23 of 43
DOWNLOADED FROM INTERNET
Signature of the Tenderer/s DRM (Engg)/NGP
17. Bsdsnkj bl dk;Z ds fuLiknu ds nSkjku fuEu rduhdh deZpkjh
fu;ksftr djsxk %
(i) ;fn fu’ikfnr dk;Z dh ykxr 1 djksM #i;s ls vf/kd gks rks ,d Lukrd bathfu;j
rFkk nks fMIyksek /kkjd vko”;d gks!
(ii) ,d Lukrd bathfu;j vkSj ,d f”kf{kr fMIYkskek /kkjh tc dk;Z ftls djuk gS fd
ewY; ipkl yk[k ls vf/kd ijarq ,d djksM #i;s ls de dh gks!
(iii) ;fn fu’ikfnr dk;Z dh ykxr 5 yk[k #i;s ls vf/kd ,ao 50 yk[k #i;s ls de gks
rks ,d ;ksX; fMIYkksek/kkjd ¼vksojfl;j½ vko”;d gks!
(iv) cykLV lIykbZ dk;ksZ ds fy, ,d ;ksX; fMIyksek/kkjd ¼vksojfl;j½ vko”;d]
dk;Z dh ykxr pkgs dqN Hkh gks!
rduhdh deZpkjh dks izHkkjh bathfu;j dh vko’;drkuqlkj tc pkgs funsZ”k
ysus gsrq dk;Z LFky ij mifLFkr jguk gksxk! ;fn Bsdsnkj mijksDr rduhfd
deZpkjh fu;ksftr ugh djuk gS rks mls Lukrd bathfu;j gksus ij vf/kdre
5000 #i;s izfr vlQy ekg o fMIyksek/kkjh gksus ij 3000 #i;s izfr ekg tek
djus dk ik= gksxk !
izHkkjh bathfu;j dk fu.kZ; Bsdsnkj ds fy, ftl le;of/k ds fy, rduhdh
deZpkjh Bsdsnkj }kjk fu;ksftr ugh fd;k x;k Fkk vkSj bl en gsrq
ldkj.kkRed jkf’k tks ?kVkuk gS vfUre vkSj ck/;dkjh gksxk!
17. The contractor shall employ the following technical staff during execution of this work.
(i) One Graduate Engineer and two diploma holders when the cost of the work to be
executed is more than Rs. 1 Crore.
(ii) One Graduate Engineer and one diploma holders when the cost of the work to be
executed is Rs.50 Lakh and above but up to Rs.1 Crore.
(iii) One Qualified Diploma Holder (overseer) when the cost of the works to be executed is
more than Rs. 5 Lakh but less than Rs.50 Lakh.
(iv) One Qualified Diploma Holder (overseer) for ballast supply works irrespective of the
value of the work. Technical staff should be available at site wherever required by the
Engineer – incharge to take instructions. In case the contractors fails to employ the
technical staff as aforesaid, he shall be liable to pay a reasonable amount not exceeding a
sum of Rs. 5,000/- (Rupees Five Thousand Only) for each month of default in case of
graduate Engineer and Rs 3000/- (Rupees Three thousand only) for each month of
default in case of Diploma Holder (overseer)
The decision of the Engineer incharge as to the period for which the required technical
staff was not employed by the contractor and as to the reasonableness of the amount to be
deducted on this account shall be final and binding on the contractor.
18. fufonk ds lkFk LFkkbZ vekur jkf”k@ekud vekur jkf”k Lohdkj ugh fd;k
tk;sxk !
18. Tender against PEMD/SEMD will not be accepted.
19. fufonk,a izLrqr djus esa lko/kkuh -
(d) ;g le>k t,xk fd] fufonk izLrqr djus ls igys fufonkdkj us lades LFky vkSj
ifji{k dk okLrfod fufj{k.k djds Lo;a dk lek/kku dj fy;k gS fd dk;Z ds
fu’iknu ds nkSjku vk ldkus okyh lHkh ifjfLFkfr;ksa dk /;ku j[kk x;k gS
vkSj ladeZ dks] bathfu;j ds laiw.kZ lek/kku izn #i esa lafonk dh lk/kkj.k
Page 24 of 43
DOWNLOADED FROM INTERNET
“krksZ ds [kaM 37 ds mica/kks ds vuq#i iwjk djus ds fy, fufonk iz#i
esa Hkkjh nsa i;kZIr vkSj lfEefyr djds gS!
([k) tc dk;Z ds fy, dksbZ QeZ ;k Bsdsnkjksa dh daiuh fufonk nsrh gS rks
fufonk ij gLrk{kj ogh O;fDr djsxk ftls muds vksj ls opuca/k djus ds fy,
fof/k }kjk izkf/kd`r fd;k x;k gS!

Signature of the Tenderer/s DRM (Engg)/NGP


(x) jsy fufonkdkj }kjk vuqnRr fdlh eq[rkjukes }kjk] ;k lafonk ds fu”iknu ds
i”pkr~ gqbZ QkeZ dh lajpuk esa ifjorZu }kjk vkc/n ugh gksxh! rFkkfi]
og mfpr fof/kd lykg izkIr djus ds i”pkr~ ftldk [kpZ Bsdsnkj ij izHkk;Z
gksxk] ,sls eq[rkjukesa rFkk ifjorZuksa dks ekU;rk ns ldrh gS!
19. Care in Submission of Tenders :-
(a) Before submitted a tender, the tenderer will be deemed to have satisfied himself by actual
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 he enters in the
tender forms are adequate and all inclusive to accord with the provisions in clause – 37 of
the Genderal Conditions of Contract for the completion of works to the entire satisfaction
of the Engineer.
(b) When work is tendered for by a firm or company of contractors, the tender shall be signed
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 tenderer or by
changed in the composition of the firm made subsequent to the execution of the contract.
It may, however, recognize such power of attorney and changed after obtaining proper
legal advice, the cost of which will be chargeable to the contractor.
20. jsy dk fufonkdkjksa ij dkjokgh djus dk vf/kdkj %& jsy fdlh jsy
laca/kh dk;Z ;k dk;ksZ ds fy, fufonk vkeaf=r u djus ;k [kqyh ;k lhehr
fufonk vkeaf=r djus vkSj fufonk vkeaf=r fd, tkus ij fdlh fufonk dks
iw.kZr% ;k Hkkxr% Lohdkj djus ;k fdlh fufonk ;k lHkh fufonkvksa dks
vLohdkj djus dk] ,slk fdlh dkjokgh ds fy, dkj.k crk, fcuk] vf/kdkj vkjf{kr
j[krh gS!
20. Right of Railway to deal with Tenders:- The Railway reserves the right of not to invite
tenders for any of Railway work or works or to invite open or limited tenders and when
tenders are called to accept a tender in whole or in part or reject any tender or all tenders
without assigning reasons for any such action.
21. lafonk nLrkost dk fu’iknu %& ml fufonkdkj ls] ftldh fufonk Lohdkj dj
yh xbZ gS] ;g miksf{kr gksxk fdog bl lwpuk ds i'pkr~ fd lafonk mls nh
xbZ gS] lkr fnu ds vanj Lo;a ;k] ;fn og dksbZ QeZ ;k fuxe gS rks lE;d #i
ls izf/kd`r izfrfuf/k] ;FkkfLFkfr@egkizca/kd ¼lfUuekZ.k½ eq[; iz”kklfu;
vf/kdkjh ¼lfUuekZ.k½] eaMy jsy izca/kd ;k lac/n bathfu;j ds dk;Zy; esa
mifLFkr gksdj] lafonk nLrkost fu’ikfnr djsxk! ,slk u djus ij] fufonk dh
Lohd`rh ds QyLo#i fd, x, djkj dk Hkax gksxk vkSj ,slh n”kk esa] fufonk
ds lkFk tek vfxze /ku dk iw.kZ ewY; fdUgh vU; vf/kdkjksa mipkjks ij
izfrdwy izHko Mkys fcuk leiàr dj fy;k tk,xk !
Page 25 of 43
DOWNLOADED FROM INTERNET
;fn dksbZ ,slk fufonkdkj] ftldh fufonk Lohdkj dj yh xbZ gS] blesa blds
igys micaf/kr fd, x, vuqlkj lafonk nLrkost fu’ikfnr djus ls budkj djsxk
rks jsy ;g vo/kfjr dj ldrh gS fd ml fufonkdkj us lafonk dk ifjR;kx dj fn;k
gS vkSj rc mldh fufonk rFkk fufonk dh Lohd`fr jÌ ekuh tk,xh vkSj jsy
vfxze /ku dh iwjh jde leiâr djus vkSj ,sls O;frdze ds fy, uqdlkfu;ksa dks
olwy djus ds fy, gdnkj gksxh!
21. Execution of Contract Document :- The tenderer whose tender is accepted shall be
required to appear in person at the office of the General Manager/General Manager
(Construction), Chief Administrative Officer (Construction), Divisional Railway Manager
or concerned Engineer, as the case may be, or if a firm or corporation, a duly authorized
representative shall so appear and execute the contract documents within 7 days after
notice that the contract has been awarded to him. Failure to do so shall constitute a breach
of the agreement affected by the acceptance of the tender in which case the full value of
the earnest money accompanying the tender shall stand forfeited without prejudice to any
other rights or remedies.

Signature of the Tenderer/s DRM (Engg)/NGP


In the event of any tenderer whose tender is accepted shall refuse to execute the contract
documents as here-in-before provided, the Railway may determine that such tenderer has
abandoned the contract and there upon his tender and acceptance thereof shall be treated
as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest
Money and to recover the damages for such default.
23. ladeZ dk izkjaHk %& Bsdsnkj bathfu;j ls bl vk”; dk fyf[kr vkns”k izkIr
ds i”pkr~ 15 fnu ds vanj dk;Z izkjEHk dj nsxk vkSj “kh?kzrkiqoZd rFkk
vfoyac dke djsxk!
23. Commencement of works :- The Contractor shall commence the works within 15 days
after the receipt by him of an order in writing to this effect from the Engineer and shall
proceed with the same with due expedition and without delay.
24. (1) lafonk esa mikarj.k dh “kfDr %& jsy dh vksj ls bathfu;j dks fy[khr
#i esa vkns”k }kjk ladeZ esa o`f/n ;k foLrkj djus] ?kVkus ;k de djus dk
;k muds fMtkbu] Lo#i] fLFkfr&LFky] ifjek.k] vk;ke ; mlds fu’iknu dh
i/nfr esa ;k mlds fu’iknu ds fy, lkexzh ds la;kstu vkSj mi;ksx esa
dksbZ ifjorZu djus dk ;k fdlh vfrfjDr dke dks fd, tkus ;k dksbZ dke u
fd, tkus dk vkns’k nsus dk gd gksxk vkSj Bsdsnkj ladeZ ds ifj.kke esa
fdlh o`f/n@deh ds fy, fdlh izfrdkj gk gdnkj ugh gksxk fdarq fd, x, dk;Z
dh okLrkfod ek=k ds fy, vkSj fdlh fofufnZ’V vkns”k ds v/khu iznk; dh
xbZ vuqeksfnr lkefxz;ksa ds fy, gh mls lank; fd;k tk,xk!
(2) (i) tc rd lafonk dh fo”ks’k “krksZ esa vU;Fkk fofufnZ’V u gks]
lafonk dh izR;sd vyx&vyx enksa dh ek=k esa] Lohd`r varj] uho laca/k
fuekZ.k dk;Z dh n”kk esa ds flok;] ewy #i ls lafonk dh xbZ ek=k ds 25
izfr”kr rd gksxk! Bsdsnkj Lohd`r nj ij dk;Z dk fu’iknu djus ds fy, vc/n
gksxk vkSj ladeZ dh vyx&vyx enksa dh ek=k esa 25 izfr”kr dh lhek rd
varj ds fy, dksbZ nkok ;k fdlh izfrdj ds fy, gdnkj gksxk!
(ii) feV`Vh ds dk;ksZ dh n”kk esa, 25 izfr’kr dk varj feV`Vh dk;Z dh ldy
ek=k dks ykxw gksxk vkSj eqÌk ds vyx&vyx oxhZdj.k dh ek=kvksa
esa varj bl lhek ds v/khu ugh gksxk!
Page 26 of 43
DOWNLOADED FROM INTERNET
(iii) uhoa lacagh dk;Z] dh n”kk esa varj dh dksbZ lhek ykxw ugh
gksxh vkSj Bsdsnkj dksbZ varj gksus ij Hkh r; ikbZ xbZ njksa ijk dk;Z
fu’ikfnr djsxk!
24. (1) Powers of modification to contract. :- The Engineer on behalf of the Railway shall be
entitled by order in writing to enlarge or extend, diminish or reduce the works or make
any alterations in their design, character, position, site, quantities, dimensions or in the
method of their execution or in the combination and use of materials for the execution
thereof or to order any additional work to be done or any works not to be done and the
contractor will not be entitled to any compensation for any increase / reduction in the
quantities of work but will be paid only for the actual amount of work done and for
approved materials supplied against a specific order.
(2) (i) Unless otherwise specified in the special conditions of the contract, the accepted
variation in quantity of each individual item of the contract would be upto 25% of the
quantity originally contracted, except in case of foundation work. The contractor shall be
bound to carry out the work at the agreed rates and shall not be entitled to any claim or
any compensation whatsoever up to the limit of 25% variation in quantity of individual
item of works.
(ii) In case of earthwork, the variation limit of 25% shall apply to the gross quantity of
earth work and variation in the quantities of individual classifications of soil shall not be
subject to this limit.
(iii) In case of foundation work, no variation limit shall apply and the work shall be
carried out by the contractor on agreed rates irrespective of any variation.

Signature of the Tenderer/s DRM (Engg)/NGP


25. mijksDr C;ksjksa] “krksZ o funsZ"k dks essjs@ gekjs }kjk i<k ,oa le>k
x;k vkSj eq>s@ gesa Lohdk;Z gS!
25. The above particulars, conditions & instructions are read and under stood by me / us and
accepted by me / us.

fufonkdkj % fufonkdkjks ds eaMy jsy izca/kd ¼bathfujhax½


gLrk{kj nf{k.k iwoZ e/; jsyos
Hkkjr ds jk"Vªirh ds fy, ,ao mudh
rkjh[k ------------------------- vksj ls
Divisional Railway Manager (Engg)
S.E.C.Railway/Nagpur.
Signature of Tenderer For and On behalf of the President of India

Date:………………………..

Page 27 of 43
DOWNLOADED FROM INTERNET

Page 28 of 43
DOWNLOADED FROM INTERNET
South East Central Railway
Annexure-III
(Second Sheet)
(Schedule of Departmental Quantity & Rates)
Rates to be quoted by the Tenderer/s
No: C/12/NGP/2009-10
Name of the Work:Painting of Girder Bridges and other steel structures under the jurisdiction
of ADEN/Track/ Nagpur and ADEN/Tumsar Road.

Srl No. Approx. Departmental Description of the work Rate to be quote both in
Estimated Cost figure and word s by the
Tenderer/s
1 Rs.19,91,093/- Execution of the Items ________% (In Figure)
(Rs.Nineteen Lakhs Ninety involved in the work as ______________________
One Thousand Ninety Three described in Departmental ______________________
Only) Schedule Part 'A' vide _____________(Percent in
Annexure-II Third Sheet of words) **Above/Below the
this tender. Departmental Estimated
Cost.

** Strike out the word not applicable.

Note:-
1. The tenderer(s) should quote only one single %age rate above/below the total
departmental value for each schedule, both in figures and in words. The rates
accepted are inclusive of all lead, lift, royalty, sale tax and all other charges/taxes
leviable by the Central/State Government and local bodies.
2. In case Service Tax is paid by the contractor,it will be reimbursed on production of
payment proof.
3. No multiple rate and/or conditions under any circumstances be quoted by the
tenderer/s otherwise, his/their offer may be liable for rejection.
4. The variation in contract quantities is as per item no.6 of Railway Board letter
no.2007/CE-1/CT/18 dt.28.09.2007 and circulated vide Dy.CE(Gen)BSP\s letter no.
Engg/G-2/Tender policy/630 dt.16.01.2007.
5. SEMD/PEMD will not be considered for any tender.

Signature of the Tenderer/s Divl.RlyManager (Engg)


Name of the Tenderer SEC Railway, Nagpur
Address:-

Page 29 of 43
DOWNLOADED FROM INTERNET
SEC Railway

No: C/12/NGP/2009-10 Annexure-II


(Third Sheet)
Schedule of Departmental Quantity & Rates)

Name of the Work:Painting of Girder Bridges and other steel structures under the jurisdiction of ADEN/Track/
Nagpur and ADEN/Tumsar Road.
Schedule Part-'A' (NS Items)
Srl Description of work Approx. Departmental Estimation
No. Basic Rate (Rs) Unit Value (Rs)
Qty.
1. Surface preparation to classification "A" of steel work in 26304 6.51 Sqm 171239
girder bridges and other steel structures:
The surface to be painted shall be free from oil, grease
and dirt. The firmly adhering existing primery coat shall
not be removed if in good condition. The surface shall
be rubbed with wire brushes, sand or emery papers in
an approved manner. This is for obtaining a rough
uniform surface. The rate includes Contractor's all
labour, tools and plants with all lead, lift etc. complete.

2. Surface preparation to classification "B" of steel work in 9942 43.22 Sqm 429693
girder bridges and other steel structures:
The surface to be painted shall be exposed to bare
metal by scrapping, chipping, chiseling by metal
scrapper, wire brush, emery & sand paper of the
existing paint on surface of steel work at all locations
except area covered by slab or sleeper with Contractor's
labour, tools and plants, equipment with all lead, lift
etc. complete.
3. Primary one coat on steel works over surface prepared 9942 19.63 Sqm 195162
to Classification "B":
Painting of one coat of ready mixed paint Zinc
Chromate primer paint to IS:104 with contractor's
paint, labour, brush, tools & plants etc. over surface
prepared to classification "B" with all lead, lift,
taxes/charges etc. complete at all locations except area
covered by slab or sleeper.
4. Primary one coat of paint to IS:2074: 9942 13.96 Sqm 138790
Painting of one coat of ready mixed paint red oxid Zinc
Chromate to IS:2074 over painted vide item 3 with
contractor's paint, labour, brush, tools & plants etc.
with all lead, lift, taxes/charges etc. complete.
5. First finishing coat: 36246 15.6 Sqm 565438
Painting of one coat of first finishing coat of Alluminium
paint to IS:2339 over area covered by Red Oxide Zinc
Chromate priming paint or area prepared vide item 1
with contractor's paint, labour, brush, tools & plants
etc. with all lead, lift, taxes/charges etc. complete at all
locations.
6. Second finishing coat: 36246 13.54 Sqm 490771
Painting of one coat of second finishing coat of
Alluminium paint to IS:2339 over area covered by first
finishing coat with contractor's paint, labour, brush,
tools & plants etc. with all lead, lift, taxes/charges etc.
complete at all locations.
Total Departmental Estimated Cost (Non Schedule Items) Rs. 1991093

Signature of the Tenderer/s Divl.RlyManager (Engg)


Name of the Tenderer SEC Railway, Nagpur
Address:-
Page 30 of 43
DOWNLOADED FROM INTERNET
SPECIAL CONDITIONS AND OTHER TERMS FOR EXECUTION OF WORK IN CONNECTION
WITH PAINTING OF STEEL WORKS IN GIRDER BRIDGES

1. Staging and scaffolding should be provided for at least for 1½ spans preferably 2 spans
and should not be removed until the final coat is applied, inspected and passed. It should
be in conformity with standard drawing and with such variations as would be permitted
by Engineer-in-charge of the works or his representative.

2. Heavy materials such as rails, pipes, scaffolding hooks etc. may not be taken on the bridge
without adequate protection by the Engineer’s representative as per the general and
subsidiary rules for the Railway.

3. Scaffolding, staging etc. shall not infringe the prescribed schedule of dimensions of the
Railway.

4. The rates are inclusive of supply at Contractor’s cost of all ladders. Scaffolding, staging
etc. including their erection, dismantlement, removal, clearance of site as required for
proper execution of the work.

5. The rates are inclusive of supply at Contractor’s cost of all brushes of approved pattern
and sizes tools and equipment for mixing, applying the paint as required for proper
execution of the work.

6. The Contractor should ensure that the labour engaged by him do not feel giddy while
working at heights and while walking over the bridge sleepers.

7. The Contractor should arrange to supply at his own cost chipping goggles, facemask
gloves etc. to his workmen.

8. On bridges where there is a risk of persons falling and drowning, necessary equipment
such as life buoys etc. should be kept ready by the Contractor.

9. A fully equipped first aid box shall be maintained at the site by the Contractor with a
person fully trained to give first aid. The Contractor should also provide accident
insurance cover to the labour employed by him for the work.

10. The rates are inclusive of thorough cleaning of steel works as specified in specifications in
1.1 and 1.2.

11. The surface to be painted should be free from oil, dust, grease, smoke rust mill scale, old
deteriorated parts and foreign metler for Specification Aid 1.1.

12. Cleaning can be done by sand blowers/ air compressors as may be obtained by the
contractor with his own cost, duly approved by the Enginer in charges or his
representative where sand blowing is done the paint should be applied within 3 to 5 hours
of the desilting of the surface.

Signature of the Tenderer/s DRM (Engg)/NGP

Page 31 of 43
DOWNLOADED FROM INTERNET
13. No chemical and/or burning by any procedure to be used for cleaning or for removal of
old painting in the steel works.

14. In all the cases and circumstances special care must be taken not to damage steel works.

15. Water should not be used for removing dust.

16. Inflammable articles such as petrol, oil etc. should be stored separately from other
materials and all prescribed precautions as per the Indian Explosives Act shall be taken by
the Contractor. The Railway will accept no liability whatsoever in this regard.

17. All regulations of Central and State Governments and Local Bodies shall be fully followed
by the Contractor.

18. The cleaned surface must be got approved by the Railway Administration before
application of primary coat of paint by Engineer-in-charge or his representative.

19. The Contractor shall be fully responsible for ensuring the uninterrupted movement of
Railway traffic. The Contractor should engage sufficient number of look out men to warn
the workmen of approaching trains.

20. Scaffolding and staging sufficiently strong to take the load of the men and material
required to execute and inspect the works shall be provided by the Contractor at his cost.

21. It shall be obligatory on the part of the Contractor to undertake painting of the sleeper
seats. The labour required for shifting the sleepers under direction of the Railway
Inspector under the block, will be supplied by the Contractor at his cost. The tools needed
for shifting the sleepers will be provided by the Railway.

22. It shall be responsibility of the Contractor to see that the steel work in particular and
Railway property in general do not get damaged in any way.

23. The paint drums must be well rolled and shaken, made up side down for sometimes,
before opening and the paint must be thoroughly stirred in the drum before it is applied to
work.

24. Paints manufactured by the reputed firms shall only be used.

25. Paints for both prime and finishing coats may preferably procured from the same firm for
achieving better results.

Signature of the Tenderer/s DRM (Engg)/NGP

Page 32 of 43
DOWNLOADED FROM INTERNET
26. The Contractors paint to be used shall confirm to IS Specifications given below:

(a) Zinc chromate ready mixed to IS No.104 of 1962 or latest revision.


(b) Zinc chromate red oxide ready mixed to IS Specification No.2074 of 1962 or latest revision.
(c) Red oxide ready mixed to IS Specification No.123 of 1962 or latest revision.
(d) Aluminium Paint IS No.2339.
(e) Boiled linseed oil IS No.77 of 1960 or latest revision.

27. In addition to the information on the levels/marking on the containers, the Contractor
should furnish the Railway with the date of manufacture of the paint as certified by the
manufacturer. The Contractor should also produce the vouchers in respect of the paint
purchased by him.

28. The Contractor shall be fully responsible for the safe and proper storage of the paints in
the Godown to be constructed by him at the site of work. All facilities will be afforded by
the Contractor for checking his stores by the Engineer or his representative or any other
inspecting officer as and when required. Paint drums once brought inside and
Contractor’s Godown/shed shall not be removed there from without the specific approval
of the Engineer or his representative.

29. After the paint used up the empty paint drums shall be handed over the Railway free of
charge.

30. Where painting would be done by the use of Contractor’s own paint, the spreading
capacity of the paint be specified.

31. If desired by the Inspector / Engineer incharge of work, the random representative
samples shall be taken as prescribed in section 3 of IS 101 from each lot of paint brought be
the contractor and shall be got tested at the contractor’s expenses at the Chief Chemist and
meterilogist / S.E.Railwy/ Kharagpur or the National Test House, Alipore / Kolkata as
found convenient by the Railway. If the test results do not conform to the relevant IS
specifications, the whole lot / lots of paint shall be rejected and got removed from the site
by the contractor. Paint from the rejected lot, if already applied, shall be removed and the
girders repainted by the contractors at his cost.

32. In addition to the tests conducted as per the Special Condition No.32, the BRI shall
conduct the following field tests at the site before using the paint. A minimum of two tests
per batch shall be conducted at random.

(i) Weight per litre Cap: 100 ml. Capacity (Stainless steel).
(ii) Consistency test by Ford Cap. Viscometer No.4.
(iii) Scratch hardmess test (hand operated).
(iv) Flexibility and adhesive test with 0.25 mm rod.

Signature of the Tenderer/s DRM (Engg)/NGP

Page 33 of 43
DOWNLOADED FROM INTERNET
33. The final acceptability of the supplied paint shall, however, be governed by the results of
the test conducted by the Chief Meterlurgist or by the National Test House, Alipore even
if the results of the field tests stipulated in Special Condition No.33 are satisfactory on the
other hand, the Railway reserves the right to reject a lot of paint on the basis of the results
of the field tests stipulated in Special Condition No.33 only without taking recourse of any
other testing.

34. The Contractor shall maintain the painted bridge/s for the calendar months after
completion of the entire work as per the Agreement. He will also guarantee the finished
work to be free from all the defects mentioned in Annexure-I of the specification for a
further period of six months beyond the maintenance period. Rectification, if any, during
these periods will be done by Contractor at his cost. The decision of the Railway in regard
to the need of rectification shall be final and binding on the Contractor.

35. The area of painting would be approximately as shown in the Annexure enclosed against
each bridge for the purpose of payment. Payment shall be made on the basis of area
indicated against each in the SMB, after completion of all the items of works.

36. Wherever bridge timber seats are not painted for any reason whatsoever a deduction
equal to actual area not painted will be made from the total painting area for the purpose
of payment.

37. For new steel works with one coat of shop paint, no payment will be made for cleaning
with wire brushes or scrappers.

38. The quantities of work specified in the schedule are subject to variation upto 25% on either
side.

39. The area to be painted as shown in the schedule is approximate and is subject to variation
of 25% on either side.

40. Where delay in applying the primary coat over the prepared surface is unavoidable the
clear surface should be given a coat of approved quality of boiled linseed oil to IS:77 to
protect the surface against corrosion until the priming coat could be given. The steel
surface should be cleaned thoroughly before applying the priming coat.

41. Supply of instruments: The Contractor shall supply the following instruments at his own
cost. These shall become the property of the Railway:

(i) Specific gravity Cap: 100 ml. Capacity (Stainless steel).


(ii) Consistency test by Fort cup vicameter No.4.
(iii) Scratch hardness tester (hand operated).
(iv) Flexibility and adhesive tester with 0.25 mm rod.
(v) Dry fil thickness measuring meter (Ekometer) of a make approved by the Engineer.

Signature of the Tenderer/s DRM (Engg)/NGP

Page 34 of 43
DOWNLOADED FROM INTERNET
42. The whole of the work shall be executed in conformity with South Eastern Railway
General Conditions of Contract, the specifications attached and the following special
conditions. In the event of any discrepancy between the general conditions of contract and
these special conditions, the latter shall prevail.

43. In these special conditions, the terms. The Contractor/s mean the tenderer whose tender
has been finally accepted.

44. The Railway reserves the right to allot the work in full or in part to one or more agencies.
No claim whatsoever shall be entertained on this account.

45. The tenderer should note that in the event of his tender being accepted, he/they should be
in a position to commence the work immediately and complete the work in all respects
within the completion period specified in the tender documents. The period of completion
will be counted from the date of issue of the letter of acceptance.

46. The rates quoted are all inclusive and shall include all taxes, direct or indirect, leviable
under Central, State or Local Bodies, Acts or Rules of Octroi, Royalties, Seigniorages, Cess,
Sales Tax and similar imposts that may be prevailing from time to time in respect of land,
structures and all materials required for the performance of the contract. The quoted rates
would also be deemed to include all charges for site facilities considered necessary for the
execution of the work.

47. The Contractor shall make his own arrangements for all plants and machinery,
equipment, including spare parts, fuel and consumable store and all labour required. The
quoted rates shall be inclusive of all charges for such items.

48. The plea of castem prevailing will not or any account be permitted as an excuse for
infringement of any of the conditions of contract or specifications.

49. The Engineer's representative will ensure the issue of suitable caution order for the safe
and uninterrupted movement of traffic before the work is undertaken on any bridge and
till this is issued the work shall not be commended. In electrified sections, painting the
member of through and semi-through girder bridges coming in the zone of influence of
electricity shall be to be done during power blocks to be arranged by the Railway. The
Contractor will not be entitled to claim any extra on both these accounts.

50. The Contractor shall be fully responsible for ensuring the uninterrupted movement of
Railway traffic, except when painting is done under power block as mentioned in Special
Conditions Para 50 above. The Contractor should engage sufficient labour of look out men
to warn the workmen of approaching trains.

51. Maintenance of field-cum-site order books.

Signature of the Tenderer/s DRM (Engg)/NGP

Page 35 of 43
DOWNLOADED FROM INTERNET

52. Field-cum-site order books shall invariably be maintained by the Engineer's representative
bridge-wise. These should be offered to the inspecting officers for their perusal and
remarks.

53. The Field-cum-site order book shall contain the following information:
(i) Section Km, Bridge No., Span details, type of girder (Including CE's Drg.No.).
(ii) Contractor's name and details of agreement.
(iii) Details of paint brought by the Contractor lot-wise, i.e. name of manufacturer, date of
manufacture, date of expiry, Batch No., reference to specifications, reference to test
certificate by CMT/S.E.Railway/Kharagpur or NTH/Alipore.
(iv) Dates of commencement and satisfactory completion of:
(a) Surface preparation
(b) Painting of first primer coat.
(c) Painting of second primer coat.
(d) Painting of first finish coat.
(e) Painting of second finish coat.
(v) Results of the tests conducted by the BRI in the field on the paint, as per Special Condition
No.33.
(vi) Record of consumption of paint vis-à-vis actual area covered span-wise.
(vii) Details of the checks conducted in the paint godown/shed of the Contractor.
(viii) Labour strength employed by the Contractor.
Any other important and special instructions given to the Contractors.

54. Each entry in the Field-cum-site order book shall be signed by the Engineer's
representative and the Contractor (or his authorized representative) in token of
acceptance.

55. The inspecting official (PWI/BRI) will sign on the drums as a token of his approval of
paint and cover his signatures with the adhesive tape. Each drum thus approved will be
entered in the site Register.

56. BRI/PWI will get the seal of the container broken and will also make cut marks on the top
of the drum, which will enable him to detect if the inspected drum is again offered to him
for inspection.

57. 10% on every on account bill with held towards painting under sleeper seats will be
released after satisfactory completion of painting under sleeper seats on certification by
the BRI.

Signature of the Tenderer/s DRM (Engg)/NGP

Page 36 of 43
DOWNLOADED FROM INTERNET
SPECIFICATION

Classification ‘A’
1.1 The surface to be painted shall be made free from oil, grease and dirt. The firmly adhering
existing primary coat of paint shall not be removed. The surface shall be rubbed with soft
wire brushes and sand/emery paper in an approved manner. This is only for obtaining a
rough uniform surface and not removing the paint.

Classification ‘B’
1.2 The surface to be painted shall be exposed to bare metal. Scrappers cripping hammers
chisels, wire brushes, emery/sand papers, pumice stra etc., may be used in all an
approved manner. Wise brushing shall invariably be done at the end, so as to obtain a
uniform rough surface.
1.3 Surface preparation of both classifications may be prescribed for the same span/bridge.

1.4 Surface preparation shall not be done unless the approved paints of sufficient quantity
(Both primer and finishing coat of paints) are available in stock.

1.5 Special care should be taken in preparing corners, junctions of menubers, heads and nuts
of bolts, rivets, holes, areas less accessible, hidden pockets etc. surface preparation at such
locations shall not be inferior to that attired over the rest of the area.

1.6 Surface preparation shall not be carried out in the following conditions:
(a) In rainy season.
(b) In extremely windy/misty/dust blowing conditions.
(c) In night.
(d) In winter before 8 A.M.
(e) In summer between 11 and 15 hours (11.00 A.M. to 03.00 P.M.) on areas which are likely to
be exposed to direct sun light).

1.7 No chemicals shall be used for surface preparation.

1.8 Surface preparation shall be commenced at the top of the job and worked downwards.

1.9 Water shall not be used for removing dust.

Signature of the Tenderer/s DRM (Engg)/NGP

Signature of Tenderer

Page 37 of 43
DOWNLOADED FROM INTERNET
2. PAINTING:

2.1 For surface preparation to Classification 'A'


The steel work shall be painted with 2 finishing coats only. For spans up to and including
18.30 m. two cover coats of red oxide paint to IS:123. For spans above 18.30 m. two coats of
aluminum paint to IS:2339.

2.2 For surface preparation to Classification 'B'


The steel work shall be painted.
(1) First priming coat of ready mixed paint zinc chromate primer to IS:104.
(2) Second priming coat of ready mixed paint red oxide zinc chromate primer to IS:2074.
(3) Finishing Coats
(a) For spans up to and including 18.3 m. two cover coats of red oxide paint to IS:123.
(b) For span above 18.3 m. two coats of aluminum paint to IS:2339.

2.3 A little blue paint shall be added, as directed by the Engineer to be first finish coat for
distinguishing the first coat from the second.

2.4 Painting shall not be commenced till the surface preparation has been approved by the
Engineer or his representative.

2.5 Paint shall not be applied under the conditions mentioned in Section 1.6.

2.6 Paint shall be applied only on dry and clean surfaces, free from moisture or dust
(including serpent dust).

2.7 The paint drums must be rolled turned up side down and shaken before opening sealed
containers of paint of approved brand will be opened in the presence of Engineer's
representative the paint must be stirred well before use. Over stirring which results
invisible air bubbles or foam formation shall be avoided.

2.8 If thinners are to be added to the paint supplied by the firms, they should confirm to the
manufacture recommendations/specifications. In all cases, the thinner shall be added
wherever necessary only in the presence of a BRI. The quantity of thinner should be
decided by trial and only the required quantity added so that the specified dry film
thickness is obtained for each coat. Kerosene oil should not be mixed with any paint under
any circumstances.

2.9 The paint must be applied by means of flat brushes not more than 75 mm in width having
soft flexible bristles and confirming to IS:384 round and oval brushes of approved quantity
to IS:487 may also be used as per the instructions of the Engineer or his representative. The
new brush should be soaked in raw linseed oil to IS:77 for atleast 24 hours before use.

Signature of the Tenderer/s DRM (Engg)/NGP

Page 38 of 43
DOWNLOADED FROM INTERNET

2.10 Paint should not be applied on wet surface.

2.11 Rags, waste cotton, cloth or similar articles shall not be used for applying paint.

2.12 The coat of paint applied shall be such that the prescribed dry film thickness is achieved
by actual trial for the particular brand of paint. The applied coat of paint shall be uniform
and free from brush mark sags, blemishes, scattering, cremling, unlevel, thickness, holes,
lagmarks, lifting, fueling, staining, cracking, checking, scaling, holidays and allegatoring
and other defects.

2.13 Paints should be used within the prescribed shelf life from the date of manufacture.

SHELF LIFE PAINTS


1. Paint zinc chromate to IS:104 - 12 months.
2. Paint red oxide zinc chromate to IS:2074 - 12 months.
3. Paint red oxide ready mixed to IS:123 - 12 months.
4. Paint aluminium to IS:2339 - 12 months.

2.14 Each coat of paint shall be left dry till it sufficiently headens before the subsequent coat is
applied. Each coat of paint shall be inspected by BRI/AEN and certified as satisfactory
before applying subsequent coat.

2.15 The time lag between the successive operations shall under no circumstances exceed those
specified below:

(1) Between surface preparation to Classification 'A' and first primary coat - 48 hours.
(2) Between surface preparation to Classification 'B' and the first primary coat - 24 hours.
(3) Between the primer coat and the first finishing coat - 7 days.
(4) Between the first finishing coat and the second finishing coat - 7 days.

2.16 The thickness of the dry films shall not be less than the thickness specified in Annexure. If
the thickness is found to be less than that specified additional coat of paint has to be
applied to bring it to the required thickness. The thickness shall be measured by an
approved type.

Divl. Railway Manager(Engg)


S.E.C. Railway/Nagpur

The above condition are read, understood and accepted by me/us.

Signature of Tenderer

Page 39 of 43
DOWNLOADED FROM INTERNET

ADDITIONAL SPECIAL CONDITIONS

1). Photographs of the portion of the bridge before and after painting and to be taken
at least four per bridge and are to be submitted for preparing of bills.

2). Necessary Safety precaution to be taken for workmen and safety of train service.

3). The Contractor shall clear the debries, left over materials from site after complition
of work and then only final bill will be released.

4). The tenderer for carrying out any construction work in ………………….. (Name of
the State) must get themselves registered from the Registering Officer under
Section-7 of Building & other construction Act’1966 and rule made threto by the …
………… (Name of State Government, Labur Department). For enactment of this
Act, the tenderer shall be required to pay cess @1% cost of construction work to be
deducted from each bill. Cost of material shall be outside the purview of cess,
when supplied under a separate chedule item.

DRM (Engg)/NGP
The above conditionsare read, understood & accepted by me.

Signature of the Tenderer/s

Page 40 of 43
DOWNLOADED FROM INTERNET

LIST OF WORK COMPLETED


{In the year 2006-2007, 2007-2008, 2008-2009, 2009-2010}

Sr. Description of Original Date of Date of Final Reason for


No. work, Agree award Work contract delay in
Agreement no. mental Actucal value completion of
and date. Value Completed Received work.
upto ……..

Signature of Tenderer DRM (Engg.)/NGP

LIST OF ONGOING WORKS


{In the year 2006-2007, 2007-2008, 2008-2009, 2009-2010}

Page 41 of 43
DOWNLOADED FROM INTERNET
Sr. Description of Original Date of Date of Value Work
No. work, Agree award completion Received expected to
Agreement no. mental Work upto------ be
and date. Value completed.

Signature of Tenderer DRM (Engg.)/NGP

Page 42 of 43
DOWNLOADED FROM INTERNET

END OF TENDER DOCUMENTS

Signature of the Tenderer/s DRM (Engg)/NGP

Page 43 of 43

Das könnte Ihnen auch gefallen