Sie sind auf Seite 1von 41

Page 1 of 41

TENDER DOCUMENTS

1.

: FORM OF TENDER

2.

SECTION
SECTION-I

: Notice Inviting Tender

3.

SECTION
SECTION-II

: CHECK LIST

4.

: DOCUMENT SUBMISSION

5.

SECTION
SECTION-III

: Instruction to Tenderer

6.

SECTION
SECTION-IV

: General Conditions of Contract

7.

SECTION
SECTION-V

: General Conditions of Tender

8.

SECTION
SECTION-VI

: Special Conditions of Contract

9.

SECTION
SECTION-VII

: Technical Specifications

10.

SECTION
SECTION-VIII

: Schedule of Works

11.
12.

SECTION
SECTION-IX

: Annexure
: Certificate of Familiarization

Sold to M/s
M/s..
..

..

..

..
.
.. against M.R. No
No .
Dt for `
issued by Divisional Cashier/KUR/VSKP/SBP.

Contractor

DSTE
DSTE-II/KUR

Page 2 of 41

FORM OF TENDER
From:
Full Address: __________________________
__________________________
__________________________
To
The President of India
Sr.Divl. Signal & Telecommunication Engineer
East Coast Railway, Khurda Road.

Sir,
I/We______________________________________________________
I/We_______________________________________________________
have read the various conditions of the Tender attached thereto and hereby agree to abide
by the said conditions. I/We also agree to keep this tender open for acceptance for a period
of ____________ days from the date fixed for opening the same and in de
default thereof
I/We will be liable for forfeiture of my/our EMD. I/We offer to do that work for the above, at
the rates quoted to the attached schedules and hereby bind myself/ourselves to complete
all the works as per Clause of additional special conditions
conditions of contract. I/We also hereby
agree to abide by the General and Special Conditions of contract and to carry out the work
according to the Specifications for materials and works laid down by the Railway for the
present contract.
2.

A sum of `.______________
___ is herewith forwarded as Earnest Money. The full value
of the earnest Money shall stand forfeited without prejudice to any other rights of
remedies if;

a)

I/We do not execute the contract documents within seven days after receipt
of notice issued by the Railway that such documents are ready, or

b)

I/We do not commence the work within ten days after receipt of

orders to that effect.

Until formal agreement is prepared and executed, acceptance of the Tenders 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.

a) I /We attached herewith Divl. Cashier/KUR/VSKP/SBPs Receipt No _______________


Dated:_______________ showing deposit of earnest money of ` ________________.

Contractor

DSTE
DSTE-II/KUR

Page 3 of 41

b)

I/We have already made a standing deposit of `.__________________


.__________________ with
the

____________________

Railway,

No._______________________________,

vide

Agreement

Dated:_____________

and

as

such no fresh Earnest Money is being deposited in terms of the Instructions


to Tenders and I/We further agree and declare that in case I/We fail to abide
by

the

conditions

of

keeping

open

this

offer

for

period

of

_________________ days, I/We shall have no objection to the fforfeiture of


the

Security

Deposit

portion

of

the

Earnest

money

amounting

to

`._____________
._____________ and the said amount may be realized by the President of
India also from my/our said lump-sum
lump
deposit of `._________________.
._________________.
I/We have in my/our possession a copy of the S.E.Rly Schedule of rates 1992 Vol.I
and Vol.II, 1974 corrected up
up-to-date
date and have gone through all the conditions of contract,
rates, specifications etc. embodied therein and agree to abide by the same.

Contractors Address

Signature of Contractor(s)
Dated_______________

________________________________
________________________________
________________________________

Signature of Witness to the signature of Tenderer(s)


1.

_________________________

2. _________________________

Address________________________ Address_____________________

________________________________ _________________________

________________________________ __________________________

_______________________________ __________________________
*Strike out whichever is not applicable.

Sr.D.S.T.E./KUR.
For & on behalf of the President of India

Contractor

DSTE
DSTE-II/KUR

Page 4 of 41

Section-I
East Coast Railway
Notice Inviting Tender
No.S&T/OT/Mela
Mela shed
shed-PURI/KUR Division/40

Dt.03.02.2015

For and on behalf of President of India, Sr.Divisional Signal & Telecom Engineer, East
Coast Railway, Khurda Road invites sealed Tenders in prescribed tender forms for the under
mentioned works.

Item
No.

Name of work

Tender
Value
(`)

EMD
(`)

Cost of
tender
document (`)

Provision of Passenger information system at


PURI
Station
in
con
connection
nection
with
Joint
development of PURI Station in association with
Ministry of Tourism
Tourism.

12185358

210930
930

5000

The prescribed non


non-transferable
transferable Tender forms are obtainable on any working day
from the offices of Sr.DSTE/KUR /VSKP/SBP on remittance of cost of tender forms (non
(nonrefundable) either by Crossed DD drawn in favour of FA & CAO/East Coast Railway /
Bhubaneswarr or Sr.Divl. Finance Manager/ East Coast Railway /Khurda Road on any
Nationalized / Scheduled Bank payable at Bhubaneswar /Khurda Road or in the form of
money receipt issued by Divisional Cashier/KUR/VSKP/SBP of this Railway in support of
deposition of requisite
quisite money with him. An amount of `500/- extra has to be paid if required
by post.
The Last date and time of issue of Tender Form
The last date and time of receipt of tenders
Date and time of opening of Tenders

Up to
Up to
At

12.00 hrs of
15.00 hrs of
15.30 hrs of

19.03.2015
19.03.2015
19.03.2015

If date of opening happens to be BANDH or declared as holiday for any reason


reason,
tender will be opened at the same time on the following working day.
The
tender
documents
will
also
be
available
in
the
website
www.eastcoastrail.indianrailways.gov.in
www.eastcoastrail.indianrailways.gov.in during the period from 18
18.02.2015 to
19.03.2015 and can be down loaded and used as tender documents for submitting the
offer. Separate Demand Dr
Draft
aft towards the cost of tender documents as mentioned at Col
Col-5.
shall have to be enclosed in addition to earnest money while submitting the tender,
otherwise, the tender will be summarily rejected. Railway Administration shall not be
responsible for any de
delay/difficulties/inaccessibility
lay/difficulties/inaccessibility of the down loading facility for any
reason whatsoever.
Tenders will also be accepted by post. However, Railway shall not be responsible for
any postal delay.
In case of any discrepancy between the tender documents down loaded
loaded from internet
and the master copy available in the office, the latter shall prevail and will be binding on the
Tenderer (s). No claim on this account will be entertained.

Contractor

DSTE
DSTE-II/KUR

Page 5 of 41

Qualifying Criteria:
Item
No.

Qualifying criteria
i.

The tenderer should have completed at least one work of similar nature for a minimum
value of 35% of the advertised tender value of the work in the last three financial
years (i.e. current year and three previous financial years). Tenderer has to produce
supporting
upporting documents/certificates from the organization with whom they have worked
along with the tender offer. Certificates from private individuals for whom such works
are executed shall not be accepted.

ii. Total contract amount received by the Tenderer during


during the last three years and in the
current financial year should be a minimum of 150% of advertised tender value.
Tenderer has to produce attested certificates from the employer/client/ audited balance
sheet duly certified by Chartered Accountant etc. along
along with the Tender offer.
iii. Similar nature of work means:
1

Any telecom installation work involving Integrated Passenger Information system as per
RDSO Spn. No. RDSO/SPN/TC/61/2007 Rev. 3.0
.0 or latest and or video conferencing/
CCTV/ PA Systems/LED or LCD or True
True Colour or Plasma displays including computer
networking and software for the respective item (subject to conditions as given in
Note.2)
Note 2: Where ever the tender telecom work involves OFC system, ISDN/NGN,
Networking, IT & if the tenderer is not RDSO/TEC
RDSO/TEC approved vendor for the same then
additionally he shall have an MoU with RDSO/TEC approved vendor (OEM) for the
respective items for the supply, installation, testing & commissioning of the same as
covered in the tendered work. Such MoU should have been signed before the date of
tender opening and covering the entire period of the contract. OEM to certify that all the
installation and commissioning has been done as per OEMs quality and installation
standards.

1. Document submission (for works costing above `50 lakh):


The following documents should be specified for submission along with tender.
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 hired to be given separately) for the subject work.

c)

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

d)

List of works on hand indicating description of work, contract value and


approximate value of ba
balance
lance work yet to be done and date of award.

e)

The tenderer should have executed 35% of the tendered value confirming to
RDSO spn No.RDSO/SPN/TC/61/2007 Rev.2.0 or latest in the last three
financial years (i.e. current year and three previous financial years
years).

N O T E:

Contractor

DSTE
DSTE-II/KUR

Page 6 of 41

i)

In case of items (c) and (d) above supportive documents/ certificates from
the organizations with whom they worked/are working should be enclosed.

ii)

Certificate from private individuals/organizations for whom such works are


executed/
executed/being
being executed will not be accepted.

2. Tenderers should submit all documents as mentioned above along with their offer, failing
which their offer shall be summarily rejected.
3. The tender form is not transferable.
4. The tender should be accompanied by a deposit towards Earnest Money to be made in
cash or in any of the following forms.
i.

Cash, Bankers Cheque, Pay Orders or Demand Drafts in favour of FA &


CAO/E.Co.Railway,Bhubaneswar
CAO/E.Co.Railway,Bhubaneswar.. These forms of Earnest Money could
could be either of the
State Bank of India or of any of the Nationalized Banks. No confirmatory advice from the
Reserve Bank of India will be necessary.

ii. Cash, Bankers Cheque,Pay Orders or Demand Drafts executed by the Scheduled Banks
(other than the State Bank of India and the Nationalized Banks) approved by the
Reserved Bank of India for this purpose. The Earnest Money is to be endorsed in favour
of FA & CAO, E.Co.Railway, Chandrasekharpur, Bhubaneswar for the amount
`2,10,930/- (` Two lakh ten thousand nine hundred thirty) only.
iii. The tenderer shall hold the offer open for a period of 90 days from the date fixed for
opening the same, it is being understood that the tender documents have been
sold/issued
ssued to the tenderer and the tenderer 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 terms and conditions thereof, in a manner not acceptable
to the
e Chief Signal & Telecom. Engineer/Divisional Railway Manager/ Sr.Divl.Sig. &
Telecom. Engineer/Divl.Sig. & Telecom. Engineer of the East Coast Railway. Should the
tenderer fail to observe or comply with the foregoing stipulation the aforesaid amount
specified
fied as `2,10,930/- (` Two lakh ten thousand nine hundred thirty) only shall be
liable to be forfeited to the Railways. Government securities, stock certificates, bearer
bonds promissory notes/cash certificates etc. will not be accepted.
5. Tenders submitt
submitted
ed without earnest money will be summarily rejected.
6. Tender forms purchased from one office may be dropped in the tender boxes at any of
three offices mentioned in the item No.7 below.
7. The tender to be deposited in the box available at the Offices of Sr.DSTE/KUR /VSKP/
SBP and the box will be sealed at 15.00 Hrs. on 19.03.2015 and the tender box will be
opened at 15.30 Hrs. on 19.03.2015 in the respective offices in presence of the
tenderers. In case the date of opening is declared as holiday the tenders will be opened
on the next working day at the same time and same place.
8. The
Tender
Notice
is
also
available
in
the
website
www.eastcoastrail.indianrailways.gov.in
www.eastcoastrail.indianrailways.gov.in.
9. Railway reserves the right to accept or reject any tender without assigning any reason
whatsoever.
10. The tenderers are required to observe the web site to find out if any correction
slips issued subsequent to uploading of the tender notice an schedule.

Divl. Sig. & Telecom. Engineer,


Engineer,II
E.Co.Railway, Khurda Road.
For and on behalf of President of India

Contractor

DSTE
DSTE-II/KUR

Page 7 of 41

No.S&T/OT/Mela
Mela shed
shed-PURI/KUR Division/40

Dt.03.02.2015
Dt.03.02.2015.

Copy forwarded to:


1.
2.

3.
4.
5.
6.

Sr.DFM/E.Co.Railway/ KUR/VSKP/SBP. They are requested to depute Accounts


representative on the date of opening of the tender for witness.
Divl. Cashier, E.Co.Railway, Khurda Road/ VSKP/ SBP for information and necessary
action. They may please receive and credit the cost of tender form to the allocation
Z-652.
CSTE/ E.Co.Railway/ Bhubaneswar for kind information please.
All DRM (S&T) over E.Co.Railway for information and wide circulation.
CVO/BBS & Sr.Divl.A
Sr.Divl.Audit
udit Officer, E.Co.Railway, Khurda Road for information.
Notice Board.

Divl. Sig. & Telecom. Engineer


Engineer,II
Khurda Road.

Contractor

DSTE
DSTE-II/KUR

Page 8 of 41

East Coast Railway


Section II
CHECK LIST OF ITEMS TO BE COMPLIED BY TENDERERS
Tender Notice No.
No.S&T/OT/Mela shed-PURI/KUR
/KUR Division/40
Div
Sl. No.

Dt.03.02.2015
Dt.03.02.2015.

Item

1. Submission of tender in Railways form duly signed by the Tenderer at every page.
2

All documents to be furnished in English.

3. Partnership deed, if any Constitution of the firm and copies of connected legal
documents.
4. Full and clear postal address.
5. Earnest money:
Earnest Money should be in cash or in any of the following forms.
I.

Cash, Bankers Cheque


Cheque, Pay Orders or Demand Drafts.
a. Validity to be at least up to the validity date of the tender
b. To be hypothecated to FA & CAO/E.Co.Rly/BBS.

6.

Attested copies of certificates from the Employer/ Client/ Audited balance sheet duly
certified by Charted Accoun
Accountt in support of financial turn over for last three years.

7.

Validity of the tender offer (90 days or as specified).

8.

Credential in support:
support:a. Experience and expertise in S&T field.
b. Financial Capacity.
c. Resourcefulness in respect of assured supply of materials.
ma
d. Details of technical personnel with qualification and experience employed by the
firm.
e. Details of Supervisors and skilled & unskilled staff with qualification and
experience for field supervision & execution.
f. Details of special equipmen
equipments,
ts, tools and plants and machinery, vehicle etc.
available the firm for execution of contract work.

9.

Time schedule for supply of materials and execution of works.

10.

If working through contract labour, the Contractor must register with Labour
Commissioner. Nec
Necessary
essary license to the submitted with tender or to be produced
before signing of Contract Agreement.

11.

Corrections, if any, to be attested by the Tenderer.

12.

Acknowledgment of letter of AcceptanceAcceptance within 7 days from the date of issue.

13.

For successful tenderer, the earnest money to be retained by the Railway as a part of
security deposit and the balance towards security deposit to be deducted (@ 10%)
from on account bill unless the whole security deposit is made by the tender.

14.

Contract Agreement to be executed by the successful tenderer within a period of 15


days from the date of issue of Acceptance letter.

NOTE: The above check list is not exhaustive. The Tenderer must go through carefully the
entire
booklet
and
submit
the
tender
complying
with
all
the
conditions/provisions/instructions mentioned therein irrespective of the fact that they have
been highlighted iin the check list or not.

Contractor

DSTE
DSTE-II/KUR

Page 9 of 41

DOCUMENTS SUBMISSION
Please put
(a) mark if
submitted

The following documents should be submitted along with the tender.

Submission of tender in Railways form duly signed by the


Tenderer at every page
page.
All documents to be furnished in English.

Partnership deed, if any Constitution of the firm and copies of


connected legal documents.

Full and clear postal address.


Earnest money in prescribed form.
Cash, Pay Orders
Orders, Bankers Cheque or Demand Drafts

a) Validity to be at least up to the validity date of the tender


b) To be hypothecated to
Sr.DFM/E.Co.Rly/Khurda Road.

10

FA

&

CAO/E.Co.Rly/BBS

or

Corrections, if any, to be attested by the Tenderer.


The tenderer should be RDSO approved (OEM)
(O
or having MoU with
RDSO approved vendor (OEM) for the respective items for supply,
installation, testing & commissioning of the same as covered in the
tendered work. Such MoU should have been signed before the date
of tender opening and covering the entire period
period of the contract.
OEM to certify that all the installation and commissioning has been
done as per OEMs quality and installation standards. The tenderer
must submit the relevant documents in proof of the OEM or the
MOU with the OEM
OEM. In absence of documentary evidence, it will be
considered that tender does not have requisite qualification. The
tenderer should have executed 35% of the tendered value
confirming to RDSO spn No.RDSO/SPN/TC/61/2007
Rev.2.0 or latest in the last three financial years (i.e.
(i.e.
current year and three previous financial years).
The tenderer must submit evidence of having executed similar
work and their performance certificate from the customers (not
below the rank of JAG officer of Indian Railway or equivalent rank
in other Government Deptt.).
The tenderer should have completed in the 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 work.
Advertised tender value ((`)
35% of Advertised Tender value
(`)
12185358
4264875
The tenderer should have total contract amount received during
the last three years should be a minimum of 150% of advertised
tender value. The tenderer (s) is/are required to produce along
with the tender the attested copies of certificates from the
employer/Client/ audited balance sheet duly certified by Chartered
Accountant in support of financial turnover.
Advertised tender value ((`)
12185358

Contractor

150% of Advertised Tender value


(`)
18278037

DSTE
DSTE-II/KUR

Page 10 of 41

11

12

13

14

List of personnel, organization available on hand and proposed to


be engaged for the subject work.
List of plant & machinery available on hand (own) and proposed to
be inducted (own and hired to be given separately) for the subject
work.
List of works completed in the last three financial years giving
description of work, organization for whom executed, approximate
value of contract at the time of award, date of award and date of
scheduled completion of work Date of actual start, actual
completion and final value of contract should also be given.
List of works on hand indicating description of work, contract
value, approximate value of balance work yet to be done and date
of award.

NOTE :
i.) In case of items (13) and (14) above supportive documents/ certificates from the
organizations with whom they worked/are working should be enclosed.
ii.) Certificate from private individuals
individuals/organizations
organizations
executed/being executed will not be accepted.

for

whom

such

works

Address for Correspondence:


Office of Sr.Divl.Sig. & Telecom. Engineer,
DRMs Office Building, East Coast Railway,
Khurda Road,At/P.O. Jatni,
Dist. Khurda (Od
disha),PIN: 752050

Contractor

DSTE
DSTE-II/KUR

are

Page 11 of 41

SECTION - III
East Coast Railway
INSTRUCTIONS TO THE TENDERERS & CONDITIONS
1. The tenderers are required to scrutinize carefully all clauses appearing in the Tender
documents and to sign in token thereof every page of the Tender Document.
2. General conditions, special conditions of Tender/Contract, Instructions to tenderers,
standard specification for works and materials are laid down in General conditions of
contract and standard specifications of Engineering Department, Conditions of Tenders,
General
al conditions of contract, Special conditions of contract, Instructions to the
tenderers for S&T works on E.Co.Railway, all corrected upto date, which will be binding
on the tenderers/contractors and can be seen at the office of Senior Divisional Signal &
Telecom Engineer, E.Co.Railway, Khurda Road.
3. The Tenderers should quote rates in figures and in words. Wherever there is a difference
between the rates quoted in figures and in words, the rate quoted in words will be taken
as correct.
4. All details and drawi
drawings
ngs pertaining to the works are available can be seen in the office of
the Senior Divisional Signal & Telecom Engineer, E.Co.Railway, Khurda Road during
office hours.
5. No reference to previous deposit of Earnest Money for adjustment against the present
tender
er will be accepted or any request for recovery from outstanding bills towards the
Earnest Money against the present tender will be entertained.
6. All expenses in drawing up the agreement and the cost of the stamp duty, if any, shall
be borne by the contractor.
7. The cancellation of any document such as power of attorney, partnership deed etc. shall
forthwith be communicated by the contractor to the Railway in writing failing which the
Railway shall have no responsibility or liability for any action on the stre
strength of said
documents.
8. The contractor will be permitted to make use of the service roads already existing within
the Railway possession. If additional service roads are required within Railway premises
the contractor may be allowed to make them at his own cost with the prior approval of
the Railways Engineer. All service roads required outside Railway boundary shall be
constructed by the contractor at his own risk and cost. These roads shall be maintained
by the contractor at his own cost. The railway reserves
reserves the right to make use of these
service roads as and when necessary without any payment to the contractor.
9. If the original work order issued to the contractor is lost by him for any reason what
what-soever and contractor demands for supply of a duplicate of the same, panel levy of
Rs.100/- (Rupees one hundred) only for each work order will be imposed on him for the
issue of duplicate copy of the work order. Contractor should return work order(s) along
with final bill.
10. The Tenderer/Contractor may be require
required
d to engage surplus/retrenched casual labours
of the E.Co.Railway, if found suitable up to the extent of 20 (twenty) persons for each
lakh or part thereof or the value of the contract during the currency of the contract. The
terms of employment between suc
such
h labour and the tenderer/contractor may be on
mutually agreed terms subject to the statutory provisions contained in the labour
regularizations and inactments. The contractor shall indemnify the railway against any
claim arising out of employment of such labour and the railway shall not be party to any
disputes etc. arising out of the employment of such labour by the Tenderer/Contractor.
11. No lead on Railways / Contractors materials shall be payable for the works executed
under this contract.
12. When the tender is received by the Railway Administration, it will be understood that the
tenderer/s has/have gone through carefully in details all the instructions, conditions
general and special instructions of the contract and all general and special instruction for
execution of the work and that the tenderer/s has/have got himself/themselves clarified
in all points and doubts and interpretations by the proper authorities of the Railway
Administration.

Contractor

DSTE
DSTE-II/KUR

Page 12 of 41

13. Should a tenderer find discrepancies in or omission from the drawings or any of the
tender forms or should he have any doubt as to their meanings, he should at once notify
the authority inviting tender who may send a written instructions to all tenderers. It
should be understood that every endeavour has been made to
to avoid any error which can
materially affect the basis of the tender and the successful tender shall take upon
himself and provide for the risk or any error which may subsequently be discovered and
he shall make no subsequent claim on account thereof.
14. The contractors who are working in the establishment through contract labour
(Regulation and abolition) Act 1970 and Central Rule, 1971 and obtain a licence from
the Assistant Labour (Central) concerned and produce the same to the Railway either
along with th
the
e tender or before signing the agreement failing which the contract
awarded will be terminated on the ground that they have not complied with legal
provisions of the said act and Earnest Money forfeited.
15. Railway will not arrange for release of foreign exchange
exchange for any contract work.
16.INSPECTION CHARGES: For the service rendered by RDSO/RITES for inspection of
materials supplied by the contractor in works contract, inspection charges @ 1% of the
cost of the materials including all taxes, excise duty, etc applicable
icable at the time of
inspection are to be borne by the contractor.
17. Eligibility Criteria. With the intention of bringing good & experienced contractor in the
tenders the eligibility criteria in all tenders shall be as under.
17.1 As given in the table belo
below for open tenders costing above `50 lakhs.
(i)

(ii)

Should have completed in the


last three financial years (i.e.
current
year
and
three
previous financial years).
Total
contract
amount
received during the last three
financial years and in the
current financial year.

At least one similar nature of single work, for


a minimum of 35% of Advertised Tender
value of work.
Should be a minimum of 150% of Advertised
Tender value. The tenderer (s) are required
to produce along with the tender the
attested copies of
of certificates from the
employer/client/audited balance sheet duly
certified by chartered accountant etc. in
support of the financial turnover.

18. Though this work is for limited stations over Khurda Road Division. However, depending
upon the requirement/urgency, the tenderer shall execute the work at any station/
section under Khurda Road division.
19. Earnest Money Deposit: The tenderer shall be
be required to deposit earnest money with
the tender for the due performance with the stipulation to keep the offer open till such
date as specified in the tender, under the conditions of tender. The earnest money shall
be as under:
Value of the work ( Te
Tender Value)
For works estimated to cost upto `1
crore
For works estimated to cost more than
`1 crore

EMD
2% of the estimated cost of the work.
`2
2 lakhs plus % (half percent) of the
excess of estimated cost of work beyond `1
crore subject to a maximum of `1 crore.

The earnest money shall be rounded to the nearest `10.


10. This earnest money shall be
applicable for all modes of tendering.
19.1 The Tender must be accompanied by a sum, as mentioned in item No.2 of Form of
Tender,
r, as Earnest Money. Earnest Money should be in cash or in any of the following
forms:(i) Bankers Cheque
Cheque,, Pay Orders or Demand Drafts. These forms of Earnest Money could
be either of the State Bank of India or of any of the nationalized banks. No confir
confirmatory
advice from the Reserve Bank of India will be necessary.
Contractor

DSTE
DSTE-II/KUR

Page 13 of 41

(ii)
19.2
19.3

19.4

19.5

20.

a)
b)
c)

21.
(a)
(i)

b.

The Earnest money is to be endorsed in the name of FA & CAO/ East Coast Railway/
Bhubaneswar.
Earnest Money other than in the form mentioned in clause
clause 19.1 (i) & (ii) will not be
accepted.
The Tenderer(s) shall hold the offer open for a period of 90 days from the date of
opening of the Tender. It is understood that the Tender Documents have been
sold/issued to the Tenderer(s) and the Tenderer(s)
Tendere
is/are being permitted to the
tender in consideration of the stipulation on his/their part that after submitting his /
their Tender he/they will not resile from his /their offer or modify the terms and
conditions thereof in a manner not acceptable to the DRM(S&T), E.Co
E.Co.Railway,
Khurda Road. Should the Tenderer(s) fail to observe or comply with the foregoing
stipulations, Railway shall forfeit the Earnest Money deposited with the tender.
The Earnest Money of the Unsuccessful Tenderer(s) will be returned to the
Unsuccessful
cessful Tendrer(s). However Railway shall not be responsible for any loss or
Depreciation that may happen to Earnest Money while they are in Railw
Railways
possession, nor be liable to pay interest thereon.
ther
The Earnest Money deposit of the Successful Tenderer(s)
Tenderer(s) will be retained towards
part of the Security Deposit for the due and faithful fulfillment of the Contract. The
same shall however be forfeited if the successful Contractor(s) fails to execute the
Agreement Bond within 15 days after the receipt of Orders
Orders to that effect towards
penalty imposed under the condition of Contract.
Security Deposit: The calculation for Security Deposit is as mentioned below.
Unless otherwise specified in the special conditions if any, the Security Deposit/Rate
of recovery/mode
ery/mode of recovery shall be as under.
Security Deposit for each work should be 5% of the contract value
The rate of recovery should be at the rate of 10% of the bill amount till the full
security deposit is recovered.
Security Deposits wi
will
ll 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 expiry of maintenance
period and after passing the final bill based on No claim certificate. The Competent
shall normally be the authority, who is competent to sign the contract. If this
Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer
(concerned with the work) should issue the certificate. The certificate, inter alia,
should mention that the work has been completed in all respects and that all the
contractual obligations have been fulfilled by the contractors and that ther
there is no due
from the contractor to Railways against the contract concerned. Before releasing the
SD, contractor concerned should submit an unconditional and unequivocal no claim
certificate.
Performance Guarantee:
The successful bidder may give Performance Guarantee amounting to 5% of the
contract value in any of the following forms:
a deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government Securities
including State Loan Bonds at 5 percent below the market value, (iv) Deposit
Receipts,
eipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of
Performance Guarantee could be either of the State Bank of India or of any of the
Nationalized Banks; (v)Guarantee Bonds executed or Deposits Receipts tendered by
all Scheduled Banks; (vi
(vi)) a Deposit in the Post Office Saving Bank; (vii) a Deposit in
the National Savings Certificates;(viii) Twelve years National Defence Certificates;
(ix)Ten years Defence Deposits; (x) National Defence Bonds; and (xi)Unit Trust
Certificates at 5 per cent be
below
low market value or at the face value whichever is less.
Also FDR in favour of FA & CAO (free from any encumbrance) may be accepted.
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 (fifteen) days after the issue of LOA and the
Performance
ance Guarantees shall also be submitted within this time limit. This

Contractor

DSTE
DSTE-II/KUR

Page 14 of 41

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 v
validity
alidity 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.
Certificate.
d.
Wherever the contract is rescinded, the Security Deposit shall be forfeited and the
Performance Guarantee shall be encashed and the balance work shall be got done
independently without risk and cost of the failed contractor. The failed contra
contractor(s)
can participate in the risk & cost tender as per the stipulations made vide clause (f)
of item No
No.21 below.
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
agreement) in the event of:
i)
Failure by the contractor to extend the validity of the Performance Guarantee as
described herein above, in which event the Engineer
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 notice to
this effect by Engi
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.
f. i)
The provision of Clau
Clause
se 62 (y) of GCC should be the
t
guiding
uiding principle for Risk and
Cost Tenders.
ii)
The failed contractor should be notified about the Risk and Cost Tender and in case
he applies for the Risk and Cost Tender, the tender forms shall be issued to him.
In case the offer of the failed con
contractor
tractor is accepted:
a)
He should furnish a Performance Guarantee at 10% of the contract value before the
agreement is executed.
b)
The Security Deposit shall be recovered only from the running bills and no Bank
Guarantee in lieu of Security Deposit can
ca be accepted.
c)
In case, he fails to execute the work for the second time, the Performance Guarantee
would be encashed and he would be debarred from participating in the subsequent
tender for completing the balance work.
22.

(i) Tenderer to give consent in a mandate form (Annexure-A)


(
) for receipt of
payment through ECS/EFT.
(ii) Tenderer to provide the details of Bank A/C in line with RBI guide lines for the
same. These details will include Bank Name, Branch Name and address. Account
type Bank A/C No. and Ban
Bank
k & Branch Code as appearing on MICR cheque issued by
bank.
(iii) Tenderer to attach certificate from their bank certifying the correctness of all
above mentioned information (as mentioned in para (ii) above.
(iv) In case of non
non-payment
payment through ECS/EFT or
or where ECS/EFT facility is not
available, payment will be released through cheque.

Contractor

DSTE
DSTE-II/KUR

Page 15 of 41

23.

Tender documents in which Tenderer(s) submits Tender shall become the property of
the Railway and the Railway shall have no obligation to return the same to the
Tenderer(
Tenderer(s).

24.

The successful Tenderer(s) shall execute an Agreement with the President of India
acting through the DRM(S&T), E.Co.Railway, Khurda Road for carrying out the works
according to specification laid down in the document.

25.

The Agreement to be executed shall on the Agreement Form for the works of the
E.Co.Railway except as specifically varied by these Tender Papers, as well as
provisions contained in the Tender Documents shall form part of the contract. All
certificates submitted by Tenderer including programme
programme & completion of work shall
for the part of agreement.

26.

The Tenderer(s) whose tender is accepted shall appear at the office of the DRM
(S&T), E.Co.Railway, Khurda Road, in person; in case of a Firm or Corporation, a
duly authorized representative there of,
of, to execute the Contract documents within
Fifteen days after notice that the contract has been awarded to him/them. Failure to
do so shall constitute breach of the Agreement effected by the acceptance of the
Tender in which case the earnest money accompanying
accompanying the Tender shall be forfeited
by the Railway as liquidated damages for such fault.

27.

In case of non acceptance of a tender by the Railway Administration for any reason
whatsoever, the Tenderer(s) cannot claim for the expenses incurred by him in
submitting
ng the Tender for the work or for any other account.

28.

Non-com
compliance
liance with any of the conditions set forth herein above is liable to result in
the Tender being rejected.

29.

Death of Tenderer:
If a Tenderer(s) expires after the submission of his Tender or after the acceptance of
his Tender, the Railway shall deem such Tender as cancelled. If a Partner of a Firm
expires after 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
legally acceptable.

30.Price preference
No price preference will be allowed for public sector undertaking.
31.

Submission:
Submission:i. Tender must be enclosed in sealed cover superscribing thereon the name of the
work, as mentioned in the tender notice. Scheme No. must be deposited in the
Tender box in the office of the Sr.DSTE/KUR/Sr.DSTE/VSKP/Sr.DSTE/SBP
Sr.DSTE/K
Sr.DSTE/SBP on or
before the specified time. Tenderers(s) are requested to be present at the time for
opening of tender.
ii. Tenders that are received after the date and time specified will not be considered.
iii. Tenders containing over writing, additions, alternations, erasures, obliteration and
other discrepancies may not be considered. The Tenderer(s) should properly attest
all corrections made by them.
iv. The Tenderer(s) shall sign every page of the tender documents and submit all of
them.
v. The Tenderer(s) should quote rates both in figures and in words. Wherever there is
a difference between the rates quoted in figures and in words, the rate quoted in
words will be taken a
as correct.

Contractor

DSTE
DSTE-II/KUR

Page 16 of 41

32.Company Profile
Tenderer(s) should specifically and fully disclose in his/their respective tender, their
respective constitutions and submit attested Photostat copies of documents like
Partnership deed, Articles and Memorandum of Association, Certificate of Incorporation
etc., if any in support of such disclosures. If Tenderer(s) is/are a firm i.e. Partnership
business, it should be stated whether the same is Registered under the Indian
Partnership Act, and the name and address of all the Partners
Partners of the firm should be fully
disclosed. He/they shall submit the Partnership deed/any other appropriate document, if
any, to prove about the joint venture with any other party having such machineries,
base of quarries etc. along with the tender offer and
and the details of document regarding
the joint venture shal
shall of the dates back before the date of opening of tender. The
Railway
y Administration shall always have the liberty to demand production of the
original of the said documents and also to make such further
further and other enquiries
regarding the constitution of the Tenderer(s) as may be considered necessary.
33.
Programme for completion of work:
(i)
Tenderer(s) should submit a programme for completion of work in the time frame
stipulated in the tender.
(ii)
Tenderer(s) should work out resource requirement (men, material & machinery) on
monthly basis for his/their programme and submit it to Railways. Tenderer should
also submit a month wise statement of resources (men, material & machinery)
proposed to be depl
deployed at site.
34.
(i)

General
Non-compliance
compliance with any of the conditions set forth in this tender document,
GCC-2001
2001 is liable to result in the tender being rejected.
The instructions to the Tenderer(s) shall be deemed to form a part of the tender
document.
(ii) GCC 2001 can be had on payment of an amount specified for copy of each Volume
on any working day during office hours, subject to availability, in the office of
DRM(S&T), E.Co.Railway, Khurda Road, Jatni 752 050.
(iii) The submission of a Tender by a Tenderer(s) shall be deemed to imply that he has
read, understood and abided by the conditions stated in tender document, GCC
2001.
(iv) A Certificate should be attached along with the Tender papers that the Tenderer(s)
has/have GCC 2001 and gone through all
all the conditions of contract and
specifications etc. embodied therein.
(v) If the Tenderer(s) deliberately give/gives wrong information in his/their Tender or
create/creates circumstances for the acceptance of his/their Tender, Railways
reserve the right to reject such tender at any state.

(vi) The authority for the acceptance ooff the Tender will rest with the President of India
acting through DRM, E.Co.Railway, who does not bind himself to accept the lowest or
any other Tender nor does he undertake to assign reason for declining to consider
the Tender. No correspondence will be entertained
entertained with the Tenderer(s) in respect of
the rejection of any or all of the Tenders. The Railways reserve the right to accept
the Tender either for the full quantity of work or part thereof or divide the works
amongst more than one Tenderer without assigning
assigning any reasons for any such
actions.
The term Correction slip as referred to in this tender document includes the following
terms also.
(i) Addendum slip, (ii) Corrigendum slip, (iii) Addendum slip & corrigendum slip, which
are issued in consecutive serials.
Sr.D.S.T.E./KUR
The above Instructions to tenderers and conditions are understood and accepted by
me/us.
Signature of Contractor
Contractor

DSTE
DSTE-II/KUR

Page 17 of 41

SECTION IV & V
East Coast Railway

GENERAL CONDITIONS OF CONTRACT/TENDER

Document of this Tender


Sl.No

Document Name

General condition of contract and


standard specification (vol.2) 2001
with correction slip issued up to date
of opening tender.

Published by
South Eastern
Railway

Referred in this
Document As
GCC 2001

Note: The terms Correction slip as referred to in this tender document includes the
following terms also.

Addendum slip
Correction slip

Addendum slip and corrigendum slip which are issued in consecutive serials.

Contractor

DSTE
DSTE-II/KUR

Page 18 of 41

Section-VII
SPECIAL CONDITIONS OF CONTRACT (PART-I)
3.1
General :
3.1.1 The Special Conditions of Contract, Part-I,
Part I, II & III instructions to Tenderer(s) and the
stipulations made in the Schedules of quantities shall govern the works under this
contract, in addition to and / or in part suppression of the SOR 1992 & GCC 2001.
3.2
Precedence Order :
3.2.1 When there is a conflict between the instructions to Tenderers, Special conditions of
Contract Parts
Parts-I,
I, II & III and the stipulations contained in the Schedules of quantities
and Rate on the one hand and the SOR 1992 & GCC
GCC 2001 on the other, the former
shall prevail.
3.2.2 Provision contained on instruction to Tenders, Special Condition of Contract Pt. I, II &
III Schedule of quantities and rate get precedence over provisions contained in IRS
Code/IRC Code/IS Codes/Codes owned by other institution.
3.2.3 In case of conflict between provision of IRS/IRC/IS specification the precedence will
be in same order. In case of ambiguity the decision of Divisional Railway Manager
shall be final & binding.
3.2.4 Any notes appearing in the Schedule of Quantities and Rates will take precedence
over Special Conditions of Contract Part-I,
Part I, II & III and also SOR 1992 & GCC 2001.
3.2.5 Any specifications/conditions stated by the Tenderer(s) in the covering letter
submitted by him along with the tender shall be deemed
deemed to be a part of the contract
only to such an extent as has been expressly accepted by the Railway.
3.2.6 All measurements, methods of measurements, meaning and item of specifications
and interpretation of Special Conditions of Contract Part-I,
Part I, II & III made by the
Engineer on behalf of the Railway shall be final and binding and shall be considered
as Excepted matters in terms of condition No.63 of GCC 2001.
3.3
Agreement:
3.3.1 All expenses in drawing up the agreement and the cost of stamp duty, if any shall be
borne
e by the Contractor.
3.3.2 The tenderer(s) if he/they so desire(s) may quote his/their Bank Number and other
details of their Bank for arranging payment through electronic payment mechanism
as soon as the system is made effective.
3.4
Passes :
3.4.1 No Rail pass of any ki
kind
nd for self/agent/labourers, for any purpose in connection with
this tender/contract will be issued to the Contractor.
3.5
Change of address
address:
3.5.1 Any change in the address of the Contractor shall be forthwith intimated in writing to
the Railways. The Railway will not be responsible for any loss or inconvenience
suffered by the Contractor on account of his failure to comply with this.
3.6
Dissolution of Contractors Firm:
3.6.1 If the Contractors firm is dissolved due to death or retirement of any partner or for
any reasons whatsoever before fully completing the whole work or any part of it
undertaken by the Principal agreement, the partners shall remain jointly, severally
and personally liable to complete the whole work to the satisfaction of the Railway
and to pay c
compensation
ompensation for loss sustained if any, by the Railway due to such
dissolution. The General Manager of the Railway shall decide the amount of such
compensation and his decision in the matter shall be final and binding on the
Contractor(s).
3.7
Deployment of pla
plant
nt and machinery:
3.7.1 The deployment of plant and machinery including moving machines shall be such as
not to infringe or cause damage to Railway track or any other Government or private
properties. Operation of such equipment involving infringement to moving
dimensions prescribed in the Handbook of the Schedule of Dimensions of the Railway
shall not be undertaken without the prior approval of the Engineer
Engineer-in-charge.
Contractor(s) shall be wholly responsible for any loss or damage resulting from
violation of th
this clause.

Contractor

DSTE
DSTE-II/KUR

Page 19 of 41

3.8
Emergency work:
3.8.1 In the event of any accident or failure occurring in or about the work or arising out of
or in connection with construction, completion or maintenance of the works in which
Administration will not be liable to pay the Contractor
Contractor any charges for rectification or
repairs to any damage which may have occurred from any cause whatsoever, to any
part in the opinion of the Engineer requires immediate attention, the Railway may
bring its own workmen or other agency to execute or partly
partly execute the necessary
work or carry out repairs if the Engineer considers that the Contractor(s) is/are not
in a position to do so in time and charge the cost thereof, as shall be determined by
the Engineer
Engineer-in-charge
charge of E.Co.Railway to the Contractor.
3.9
Night
ght work :
3.9.1 Contractor/s attention is drawn to clause 23 of the GCC 2001 that stipulates that no
work shall be carried out between sunset and sunrise without previous permission by
the Engineer.
3.9.2 If the Engineer is satisfied that the work is not likely to be completed in time except
by resorting to night work, he may order the Contractor/s to carry out the works
even at night without conferring any right on the Contractor for claiming any extra
payment
ment for the same. The Contractor at his own risk and cost shall make all
arrangements in this connection.
3.10 Service Roads :
3.10.1 The Contractor(s) will be permitted to make use of the service roads already existing
in the possession of the Railway. All service roads required by the contractor in or
outside Railway boundary shall be constructed by the Contract at his own risk and
cost and all these roads shall be maintained by the Contractor at his own cost. The
Railway reserves the right to make use of the service
service roads as and when necessary
without any additional payment to the Contractor.
3.11 Water Supply :
3.11.1 The Contractor/s shall be responsible for the arrangements to obtain potable water
supply necessary for the works. No arrangements will be made by the Railway
administration for supplying water to the Contractor either for drinking purpose or
execution of work. Rates quoted shall include the cost of arranging potable water
supply. Only potable water shall be permitted to use in all types of concrete as well
as for
or curing.
3.12 Electricity :
3.12.1 Any electric supply required at site for whatsoever purpose shall be arranged by the
Contractor/s. The Contractor/s shall be responsible for the arrangements for
obtaining electric supply at his own cost and rates quoted shall inc
include the cost of
providing electric supply agreements required for the work.
3.12.2 If required by Contractor/s, the Railway Administration may give required assistance
in recommending to State Electricity Board for giving necessary electric connection to
the Contractor for execution of works.
3.13 Loss of Work Order:
3.13.1 If the original work order issued to the contractor is lost by him for any reason
whatsoever and the Contractor demands for supply of a duplicate of the same, a
panel levy of Rs.100/
Rs.100/- (Hundred only) for
for each work order shall be imposed on him
for the issue of a duplicate copy.
3.14 Income Tax Deduction :
3.14.1 In respect of works, the contract value of, which is more than Rs.10, 000/- each, a
deduction of 2% on the gross payment from each of the Contractors bills shall be
made in terms of section 194(e) of the Income Tax Act of 1961 & 1991. From time to
time surcharge will also be deducted along with I.T.

Contractor

DSTE
DSTE-II/KUR

Page 20 of 41

3.15 Employment of Graduate Engineers/Diploma Holders by Contractor :


3.15.1 Tenderer(s)/Contractors after award of the contract shall be required to employ
unemployed Electrical/Electronic Engineering Graduates/Diploma Holders on monthly
salary and for the duration as indicated below.

Contract
Value
More than `25
Lakhs and
less than `2
crores
`2
2 crores and
Above.

No. of Engg./

Duration

Diploma Holders
rs and Degree Holders
Engineers
Diploma Holder-1
Holder

Engineers
Degree Holder-1
Holder

During Currency
of Contract

During Currency
of Contract

3.15.2 In case Contractor fails to employ the qualified engineer as aforesaid, he shall be
liable to pay a sum of `40000/- (` Forty thousand only) for each month or part
thereof default in case of Graduate Engineer and `25000/- (` Twenty
wenty five thousand
only) for each month or part thereof for the default period in case of Diploma Holder
to be deducted from his ongoing on A/C bills.
3.15.3 The decision of the Engineer
Engineer-in-Charge
Charge 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.
3.16 Procurement of Machinery by Contractor :
3.16.1 It should be clearly understood that it is entirely Contractors re
responsibility and
liability to find and procure all the machinery, tools and plant and their spare parts
that are required for the efficient and methodical execution of the work. Delay in
procurement of such items due to their non-availability
non availability or import dif
difficulties or any
other causes, whatsoever, shall not be taken as an excuse for slow progress or non
nonperformance of the work.
3.17. Hire of Railways Plant & Machinery:
3.17.1 The Railway may at their discretion give on hire to the Contractor such plant as
compresso
compressors,
rs, Pneumatic equipment, concrete mixers and light equipment, as
considered necessary by the Engineer. However, it does not guarantee hiring any
such machinery and it shall not entertain any claim or compensation due to Railway
inability to supply such pla
plant/machinery
nt/machinery or the condition of the Railways
plant/Machinery supplied on hire be taken as an excuse for slow progress or for non
nonperformance of the work.
3.18 Hire charges on Plant & Machinery :
3.18.1 The Railway administration shall charge the contractor for the hire of machinery and
plant supplied to him. The rate of hire charge for the plant and machinery given by
the Railway will be calculated on the basis of the S. E. Railway General Conditions of
Contract and Standard Specification 1994

Volume-2 together with


th correction slips
issued up to date of tender notice.
3.19

Statutory Certificate Etc. :


While the machine(s) is/are in the possession of the contractor(s), he/they shall be
responsible for seeing that any inspection certificate or license required under any
Government Act is obtained in due time. The contractor shall also be responsible for
seeing
eeing that all required under any Government Act is obtained in due time. The
contract shall also be responsible for seeing that all required precautions are
observed in using the plant as well, and he shall be responsible for any accident that
may occur ffrom the use of the plant.

Contractor

DSTE
DSTE-II/KUR

Page 21 of 41

3.20 Access to Plant at Hirers Premises :


3.20.1 The Railway shall be given reasonable access to the plant and such facilities as may
be necessary to satisfy itself that the plant is being so used as to avoid any
unnecessary wear or loss or risk.
3.21 Right to Recall :
3.21.1 The Railway shall reserve to itself th
the
e right to recall any plant/machinery without
assigning any reasons by giving one months notice or at any time without notice in
the event of its being required by the Railway for an unforeseen emergency. In
either case, the Railway shall not be liable to pay any compensation to hirer for the
loss that may be caused by the withdrawal of the plant.
3.22 Storage of Railway Materials :
3.22.1 The Contractor shall make his own arrangements at the site of work for the safe
storage and custody of Railway material issued to him. Such Railway materials
issued to the Contractor and stored at the site of work shall be open for inspection
by the Engineer
Engineer-in-charge
charge or is representative at all times.
3.23 Maintenance Period :
3.23.1 The maintenance period in terms of Clause 47 and 48 of the GCC 2001 shall be
twelve months from the date of issue of completion certificate for all works except
earthwork & supply of ballast. For earth work the maintenance will be 12 months
from the date of issue of completion certificate.
3.24 Employment of Railway s
surplus
urplus labour by contractor :
3.24.1 The Tenderer(s)/Contractor(s) may be required to engage surplus/retrenched casual
labour of the E.Co.Railway if found suitable up to the extent of twenty persons for
each Lakh or part of the value of the contract during the currency
currency of the contract.
The terms of the employment between such labour and the Tenderer(s) may be on
mutually agreed terms subject to the statutory provisions contained in the labour
regulations and enactments. The Contractor(s) shall indemnify the Rail
Railway against
any claim arising out of employment of such labour and the Railway shall not be a
party to any disputes etc. arising out of the employment of such labour by the
Tenderer(s)/Contractor(s).
3.24.2 The Contractor shall engage local labour for skilled/unskilled
skilled/unskilled work as far as
practicable.
3.25 Antilarval work :
3.25.1 During execution of the works against this contract the Contractor(s) shall be
responsible for antilarval work at his/their own cost.
3.26 Non-itemised
itemised works
works:
3.26.1 Where item not covered by the schedules are
are to be executed, the rates for such non
nonitemised works shall be negotiated before commencement of such work or to be got
executed through any other agency by the Railway at the discretion of the Railway
Administration.
3.27 Time
ime is the essence of Contract :
3.27.1 Time is the essence of contract. All the works are required to be completed in all
respects as stipulated by the Railway within the completion date. Progress shall be
maintained strictly in accordance with the programme given by the Contractor and
accepted
d by the Engineer
Engineer-in-charge
charge from time to time as per the programme charge
as per (BAR/CPM/PERT chart) as will be finalized.
3.28 Lead & Lift on Railways/Contractors Materials :
3.28.1 No lead and lift for the Contractors/Railways materials is payable for the works
executed
ecuted under this contract unless otherwise specified.
3.29 Testing of cement concrete :
3.29.1 The rates for concrete works shall be deemed to include all charges for testing of
aggregates, sand, water and the concrete as required to be done in accordance with
specifications,
ifications, including the cost of labour, materials, equipment, moulds, transport
etc. The Contractor shall prepare at his own cost standard cubes of concrete
according to the directions of the Engineer-in-charge
Engineer
charge both for the Preliminary Tests
and during w
work
ork Tests. The charges of testing shall be borne by the contractor.

Contractor

DSTE
DSTE-II/KUR

Page 22 of 41

3.29.2 The Contractor shall follow the Guidelines for Quality Control for Concrete as per
Indian Railways Standard Code of practice or as prescribed in the Schedule of works.
3.30 Cutting/uprooting of tress :
3.30.1 No extra rate shall be paid for cutting or uprooting trees up to 30 cm. Depth at one
meter above ground level, grubbing root of trees or jungle clearance involved in any
work under this contract.
3.31 IS Codes/IRS Specifications :
3.31.1 Whenever any refer
reference
ence to Code, specification, Act etc. is made in this document, it
shall be taken as a reference to the latest version thereof, including all amendments
and corrections there to or otherwise specified.
3.31.2 The contractor shall not be entitled to any extra payment
payment on any account for
compliance with the various provisions of IS specifications/IRS specifications and
Special Conditions of contract. The rates indicated in the schedule shall be deemed
to include all works required to be done in compliance with the specifications.
specifications.
3.32 Sales Tax or any other taxes :
3.32.1 The Contractor shall bear in full all taxes and royalties or levied by the State
Government and/or Central Government from time to time. This would be entirely a
matter between the Contractor and State.
3.32.2 Government/or
ernment/or Central Government, Railway will recover the taxes and royalties
through running account bills if the contractor fails to pay the taxes and royalties to
the Government.
3.33 Tree Cutting :
3.33.1 If the section passes through forest land, the contractor or his labour is prohibited to
cut the trees for the purpose of fire wood or for any other purpose. Cutting of trees
as required under the items of works indicated in the tender schedules may be
carried
ried out strictly as directed by the Engineer-in-charge
Engineer
charge of the work. Unauthorized
felling of trees will result in prosecution and imprisonment. It is the contractors
responsibility to cause no damage to the forest growth and the contractor at his own
cost shall arrange any fuse required by the Contractor for his own use or for the use
b his labourers, or for the work. The Contractor shall take this aspect into
consideration while quoting the rates against the tender.
3.34 Approval of Samples of Material :
3.34.1 All materials to be used in the work by the Contractor shall be subject to the prior
approval of the Engineer
Engineer-in-charge
charge of the work. Contractor shall submit samples of
materials to be used to work and arrange for the supplies, only after if Engineer has
approved
ed the samples.
3.35 Place of issue of Railway materials :
3.35.1 The materials required to be supplied by the Railway such as cement and steel for
the items where specified will be issued from the Railway store depot of SSE-Incharge of the work and the transportation
transportation of the materials to sites as advised by
SSE-In-charge
charge and the transportation of surplus materials from the site of work to
the concerned SSE-In-charge
charge Godwon will be at contractors cost.
3.36 Price Variation :
The prices quoted by the tenderer(s) and accepted by the Railway shall be firm and
hold good till the completion of the works and no additional claims will be admissible
on account of any price variation or fluctuation in market rates.
3.37 Disaster/train acci
accident/Natural
dent/Natural calamities :
3.37.1 In the event of any disaster/train accident/Natural calamities, the contractor(s) shall
be asked to mobilize his/their manpower/vehicle/tools and machineries to the
affected locations to meet the situation. In such a case, the contractor(s)
contractor(s) shall shift
the required material as per the direction of Engineer-in-charge
Engineer
charge and separate
payment for this will be made as per the prevailing SOR and for the activities if any
executed beyond the scope of the agreement will be paid separately at the rates
finalized by the Rai
Railway
way Administration as per the existing procedure for NS items.
3.37.2 The contractor shall train his/their staff/supervisor adequately on First
First-Aid (shall
submit a certificate in support of it) and see that they are capable of enc
encountering
any adverse situation at the disastrous spot during execution of the work. In the
event of the Engineer being satisfied that the contractor is not employing properly
trained staff, the contractor shall at once remove them and engage additional tr
trained
Contractor

DSTE
DSTE-II/KUR

Page 23 of 41

staff within seven days and failure on the part of the contractor will entitle the
Railway take necessary action, in terms of agreemental condition and which may
cause termination of contract in the event of failure of the contractor to engage
competent
ent men.
3.38

Variation in Contract Quantities:


The procedure detailed below shall be adopted for dealing with variations in
quantities during execution of works contracts:

1. Individual NS items in contracts shall be operated with variation of plus or minus 25%
and payment would be m
made
de as per the agreement rate. For this, no finance
concurrence would be required.
2. In case an increase in quantity of an individual item by more than 25% of the
agreement quantity is considered unavoidable, the same shall be got executed by
floating a fresh tender. If floating a fresh tender for operating that item is considered
not practicable, quantity of that item may be operated in excess of 125% of the
agreement quantity subject to the following conditions
a) Operation of an item by more than 125% of the agreement quantity needs the
approval of an officer of the rank not less than S.A. Grade.
(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity
of the concerned item, shall be paid at 98% of the rate awarded for that item in
that particular tender.
(ii) Quantities operated in excess of 140% but upto 150% of the agr
agreement quantity
of the concerned item shall be paid at 96% of the rate awarded for that item in
that particular tender.
(iii) Variation in quantities of individual items beyond 150% will be prohibited and
would be permitted only in exceptional unavoidable
unavoidable circumstances with the
concurrence of associate finance and shall be paid at 96% of the rate awarded for
that item in that particular tender.
(b) The variation in quantities as per the above formula will apply only to the Individual
items of the contra
contract
ct and not on the overall contract value.
(c) Execution of quantities beyond 150% of the overall agreemental value should not be
permitted and, if found necessary, should be only through fresh tenders or by
negotiating with existing contractor, with prior personal concurrence of FA&CAO/
FA&CAO(C) and approval of General Manager.
3.

In cases where decrease is involved during execution of contract


(a) The contract signing authority can decrease the items up to 25% of individual item
without finance concurre
concurrence.
(b) For decrease beyond 25% for individual items or 25% of contract agreement value,
the approval of an officer not less than rank of S.A. Grade may be taken, after
obtaining No Claim Certificate from the contractor and with finance concurrence,
giving
ing detailed reasons for each such decrease in the quantities.
(c) It should be certified that the work proposed to be reduced will not be required in
the same work.

Contractor

DSTE
DSTE-II/KUR

Page 24 of 41

4. The limit for varying quantities for minor value items shall be 100% (as against 25
25%
prescribed for other items). A minor value item for this purpose is defined as an item
whose original agreement value is less than 1% of the total original agreement value.
5. No such quantity variation limit shall apply for foundation items.
6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR
schedule as a whole and not on individual SQR items. However, in case of NS items,
the limit of 25% would apply on the individual items irrespective of the manner of
quoting the rate (single percentage rate or individual item rate).
7. For the tenders accepted at Zonal Railways level, variations in the quantities will be
approved by the authority in whose powers revised value of the agreement lies.
8. For tenders accepted by General Manager, variations up to 125% of the original
agreement value may be accepted by General Manager.
9. For tenders accepted by Board Members and Railway Ministers, variations up to 110%
of the original agreement value may be accepted by General Manager.
Man
10.

3.39

The aspect of vitiation of tender with respect to variation in quantities should be


checked and avoided. In case of vitiation of the tender (both for increase as well as
decrease of value of contract agreement), sanction of the competent authorit
authority as per
single tender should be obtained.
First-Aid
Aid facilities:
There shall be provided and maintained by the contractor so as to be readily
accessible during all working hours first-aid
first aid box equipped with the prescribed
contents at every place where co
contract
ntract labour is employed by him.

Contractor

DSTE
DSTE-II/KUR

Page 25 of 41

Section-VI
SPECIAL CONDITION (Part II)
1.0

Scope of the work:

1.1

The scope of the work includes :


a)
Supply of material as per spec mentioned in schedule A.
b)
Installations of Items as per Tech. spec. guidelines and as per direction of
SSET/Wireless/KUR.
SET/Wireless/KUR.
c)
Fixing
ixing of PVC pipes, channels on the walls of station building, platform shed,
Mela shed etc at PURI station as per direction of SSET/Wireless/KUR. (PVC
pipes & channels will be supplied by Contractor)
d)
Drawing of power cables and communication cables through PVC
pipes/channels from CCU rack at Inquiry office to Speakers, Train Indication
boards & TV based display system installed at Platforms, Mela shed etc.
(Power cables & communication cables will be supplied by Railway)
e)
Installation of Speakers, Train Indication boards & TV based display system at
Platforms, Mela shed etc.
f)
Cutting and finishing of floor tiles, plumbing, fitting, masonary and all
associated works as required at site.
g)
Supply and fixing of all sorts of fixtures, clamps, GI Pipes, Troughs, conduits,
cement, sand, stone chips, MS Flat, Screws, nuts and Bolts etc. and all other
sundry materials as per site requirement.
h)
Provision for e
extension
xtension of power supply board etc. for controlling unit
complete as per requirement at sites.
i)
Relocating /shifting / Modification in alignment etc. as per instruction issued
by higher authorities or arising out of passenger complaint or modification of
shed, structure, platform etc. as and when necessary.
j)
Any other associated minor work not explicitly mentioned above but
2. necessarily required.
1.2
System of working:
(Details about how the system is to work including details about external interface to
system)
As per RDSO Specification no. RDSO/SPN/TC/61/2012
RDSO/SPN/TC/61/20
Rev. 3
3.0 or latest.
1.3

Supply of material:
The material should be supplied as per details given in Schedule-A
Schedule
and specification
thereof.

1.4

Services:
The tenderer will provide materials & services as per details in Schedule
Schedule-A and for
commissioning of the complete system.

1.5

Annual Maintenance Contract: (Not Applicable)


i)

1.6

Rates for Annual Maintenance Contract as per details as given in Clause


Clause-7 of
Special Conditions of contract are to be quoted under Schedule
Schedule-B.
ii)
Tenderers shall submit an undertaking to take up Annual Maintenance
Contract for a period of five years after the expiry of the warranty period.
The rate shall be same throughout five years.
iii)
The successful tenderer shall be required to execute Bank Guarantee (BG) of
amount equal to Annual Maintenance Contract amount for one year. The BG
shall cover a period of five
ve years and shall be submitted before release of
the final bill.
The single uniform percentage above/below is to be quoted which will be applicable
to all the schedules

Contractor

DSTE
DSTE-II/KUR

Page 26 of 41

2.7

Works to be done by Railways.


Railways will provide/carry out following works:
a)

2.8

Power supply
supply: Only single-phase
phase 230V AC mains supply (170
(170-260V) shall be
provided for powering the equipment at single point. Extension and distribution
of power supply for the entire system shall be done by the contractor with his
own material.

Additional items
Any work not explicitly mentioned in the list of work but required for the completion
of the work will be done by Tenderer without any extra cost.

3.0

Price

3.1

Price basis:
The rate quoted in the schedules must be inclusive of all taxes and duties whether
direct or incidental and nothing will be paid extra over what is indicated in various
schedules.

3.2

Price variation
Rates quoted and accepted by Railways will be firm and no variation what
what-so-ever
will be granted during entire period of contract
contract including any extension to contract, if
any.

4.0

Additional Requirement of Tenderer.

4.1

Qualification criteria under this para lays down acceptable qualifications in various
areas to ensure that qualified tenderer has necessary experience, expertise and
financial and human resources to successfully complete the work.
a)

The tenderer should be RDSO approved (OEM)


(O
or having MoU with RDSO
approved vendor (OEM) for the respective items for supply, installation,
testing & commissioning of the same as covered
covered in the tendered work.
Such MoU should have been signed before the date of tender opening and
covering the entire period of the contract. OEM to certify that all the
installation and commissioning has been done as per OEMs quality and
installation standards.

b)

The tenderer must submit the relevant documents in proof of the OEM or
the MOU with the OEM. In absence of documentary evidence, it will be
considered that tender does not have requisite qualification.
The tenderer should have executed 35% of the tendered value
confirming to RDSO spn No.RDSO/SPN/TC/61/2007 Rev.2.0 or
latest in the last three financial years (i.e. current year and three
previous financial years).

c)

5.0

Time schedule

5.1

Time schedule for entire work is of utmost importance. The complete system is
required to be fully operational within 3 (Three) months of date of issue of letter of
acceptance.

5.2

Time is the essence of the contract and the various activities should be completed as
per time schedule given below.
below.(Not
(Not applicable).
applicable)

Contractor

DSTE
DSTE-II/KUR

Page 27 of 41

SN
1
2

3
4
5
6
7
8

6.

Activity
Issue of acceptance letter
Supply of plans and design documents clearly
indicating/identifying all the system/sub-system
system/sub
to
be supplied by the contractor/to be provided by
Railway.
Submission of comments/modification suggested on
the plans and designed document by Railway.
Submission of modified plan and designed document
incorporating all modifications by tenderer.
Issue of Acceptance of design document by Railway.
Submission of equipment for inspection including all
system/sub
system/sub-system
system being supplied by contract.
Inspection by Railways representative
Supply, installation and commissioning of entire
system including all interfacing to other sub-system
or Railways.

Time
D
D + 2 weeks

D + 4 weeks
D + 5 weeks
D + 6 weeks
D + 9 weeks
D + 13
3 weeks
D + 38 weeks

Warranty
Warranty:
a) The contractor shall warrant that all the material & equipment to be supplied as
per this tender shall be free from defect and fault in design, material,
workmanship and manufacture and shall be of highest grade and consistent with
established and generally accepted standard for material of the type ordered and
in full conformity with contract specification.
b) The warranty shall start from the date of commissioning and shall expire 12
months after dat
date
e of commissioning. Date of commissioning shall be reckoned
after expiry of 30days mandatory observation period during which entire system
should work continuously without any defect.
c) During the period of warranty, the contractor shall remain responsible to arrange
for replacement and setting right at his own cost any equipment/sub
equipment/sub-system
either in hardware or in software or any other form supplied by him which is of
defective manufacture or defective design or defective material/component or
becomes unwor
unworkable due to defect in installation, natural causes, interference or
any other cause whatsoever. In case of any defective design, installation etc. The
same should be corrected at the contractors cost. The decision of purchaser in
this regard shall be final and binding on the contractor.
d) The contractor shall
ll put right the system within 4 hours of notifying in defect. In
case the rectification is likely to take longer time, the contractor shall provide a
standby system to meet the following performance requirement.
1)
2)

An uptime of 95% for the whole year.


An uptime of not less than 90%
0% during the month.

0%, during the month, deduction from SD shall be


e) In case, uptime is less than 90%,
made @10% for every month in which the requirement is not met.

Contractor

DSTE
DSTE-II/KUR

Page 28 of 41

f)

In case, up
uptime
time is less than 95% for the year, deduction of 20% shall be effected
from SD for performance between 90% and 95%. In case the performance falls
below 90% for the year, Railways reserves the right to take action for black
listing the firm for poor performance.
performance. Further, full amount of SD shall be
forfeited. Further, full amount of BG submitted towards AMC shall also be
encashed
cashed and forfeited.

g) The performance of the system shall be calculated on the basis of performance of


set of CIB for each platform.
h) Notwithstanding
twithstanding what is stated in (f) above, if the contractor comes forward to
maintain the system satisfactorily during the next year onwards, after entering
into AMC for five years, Railways may consider the request, but SD shall be
retained for a further period of one year. If the contractor fails in meeting the
performance objectives during this year also, action as deemed in (f) above shall
be taken.
7.

Annual Maintenance Contract


Contract. General
a) Annual Maintenance charges (applicable after expiry of one year of warranty
period) shall include repair and replacement of defective LED based display units,
cables, cards, modules, sub-system
systems, system/part either in hardware or
modification/correction in software or any other form and shall also include all
incidental expenses like travel, stay, etc.
b) The rates in respect of the AMC are inclusive of all taxes and other levies etc.
c) The purchaser reserves the right to enter into the AMC or otherwise. The
contractor
tractor is bound to accept the AMC for five years at rate of 10 % of system
cost for which the purchaser and contractor shall execute
execute a separate Annual
Maintenance Contract.

7.1

Separate Maintenance Contract shall be entered into between Railways and the
contractor.

8.0

FORCE MAJEURE:
If, at anytime, during the continuance of the agreement, the performance in whole
or in part by either partly or any obligation under the agreement shall be prevented
or delayed by reasons of any war/hostile acts of the enemy,
enemy, civil commotion,
sabotage, arson,, floods, explosions, mass destruction, epidemics, quarantine
restrictions, strikes and lock
lock-outs
outs any statute, statute rules, regulations, orders or
requisitions issued by any Govt. Department or a competent authority or acts of GOD
(hereinafter referred to as unforeseen eventualities) then provided notice of the
happening of any such unforeseen eventuality is given by either party to the other
within fifteen days from the date of occurrence thereon, neither party shall, by
reason of such unforeseen eventualities be entitled to terminate this contract
agreement nor shall either party have any claim for damage against the other in
respect of such no
no-performance
performance or delay in performance. Performance of the
contract agreement shall, however be resumed as soon as practicable after such
unforeseen eventuality has come to an end or ceased to exist. Provided that, if
performance in whole or part of any obligation under the contract agreement is
delayed by means of any such unforeseen
unforeseen eventuality for a period exceeding six
months, either party may, at his option, terminate the contract agreement provided
further that in the event of such prevention or delays aforesaid, instead of exercising
the option, both parties may consult with each other with a view to minimize the
effects of such prevention or delay and continue the operation of this contract
agreement.

Contractor

DSTE
DSTE-II/KUR

Page 29 of 41

10.0
10.1
10.2

10.3

10.4

10.5

10.6
10.7
10.8

INSPECTION AND TEST:


The inspection of materials shall be done as per relevant inspection clause mentioned
in the schedule of works.
The consignee shall reserve the right to inspect the material either at firms premises
or after delivery at the consignee store irrespective of the inspection clause
mentioned in the schedule of works
works.
In case of inspection by consignee
consignee,, the
the contractor shall submit detailed test
procedure for each equipment, sub
sub-system
system and system as a whole to the Railway.
The test procedure/schedule shall, only, act as broad guideline and Railway shall be
free to carry out any other test that may be considered
considered essential for which the
contractor shall make necessary arrangements.
In case of consignee opting to inspect at the firms premises, all necessary
arrangements shall be made by the tenderer for satisfactorily carrying out inspection
and ensure that all the tender specifications are complied. Arrangements shall be
made for testing of sub
sub-system/sub-systems
systems as desired by the inspecting officer.
In case of inspection is not carried out at the firms premises, the contractor will
have to make available the sub-system/sub
system/sub-systems
systems at the Railway premises for
suitable test before installation. The arrangement for testing shall be provided by the
contractor at his own cost.
The inspection shall be deemed to be final only after installation is finally carried out,
tested and commissioned
commissioned.
The cost for carrying out all the tests shall be deemed to the part of the contract and
no separate payment shall be made.
Interim inspection certificate shall be issued by the inspecting officer in case of the
inspection of sub-system.
system. The final inspection certificate shall be issued after
installation and commissioning.

11.0

QUALITY ASSURANCE

11.1

The tenderer shall submit along with the tender the quality assurance control and
inspection plan including full details of in house quality assurance organization,
procedure and documentation. During the manufacturing process, proper record shall
be maintained for the inspection and tests carried out according to this plan.

11.2

In the event of Railways waiving off the inspection at firms premises, all tests
provided in the test schedules approved by Railway shall be carried out by the
Quality Assurance Organization and proper record of all such tests and results
thereof shall be maintained and supplied to the Railway on demand.

12.0

Consignees
ignees right of rejection.
Notwithstanding any approval which the inspecting officer may have given in respect
of any materials or other particulars or the work or workmanship involved in the
performance of the contract (whether with or without any test carried
carried out by the
contractor or the inspecting officer or under the direction of the inspecting officer)
and notwithstanding delivery of the materials where so provided to the interim
consignee, it shall be lawful for the consignee, on behalf of the Railwa
Railway, to reject the
materials or any part, portion or consignment thereof within a reasonable time but
not less than 30 days after actual supply & installation at the place or destination
specified in the contract if such materials or part, portion or consign
consignment thereof is
not in all respects in conformity with the terms and conditions of the contract
whether on account of any loss, deterioration or damage before dispatch or delivery
or during transit or otherwise howsoever.

13.0

FREIGHT AND INSURANCE


The freight and insurance cost for the material during transit or at the site of work
shall be borne by the contractor.

Contractor

DSTE
DSTE-II/KUR

Page 30 of 41

14.0

PACKING AND FORWARDING

14.1

The contractor shall pack at his own cost the stores sufficiently and properly for
transit by rail/road as provided in the contract so as to ensure their being free from
loss or damage on Arrival at their destination.

14.2

Materials and equipment meant for each station shall be packed in separate boxes
and marked with the name of station, consignee and Railway.
Railw
Transportation or
delivery of materials at consignee store/site shall be the responsibility of the
tenderer.

15.0

SUPPLY AND CUSTODY OF MATERIAL

15.1

The transportation of all material from the consignees stores/site (station) for
installation and commiss
commissioning
ioning shall be the responsibility of the contractor at his own
cost.
The contractor shall not commence any work unless the transported materials are
verified and found to be correct by the Railways.

15.2
15.3

Security of materials: Security of all materials in the locations where the work is in
progress shall be the contractors responsibility and he shall arrange to guard the
same from theft
theft, interference etc. In the event of any loss, the contractor shall be
responsible to that effect and shall execute an indemnity
indemnity bond for the materials that
will remain in his custody, which has been supplied by the Railway. The store
lost/unaccounted or damaged shall be recovered as per GCC.

16.0

FUTURE DEVELOPMENT
The contractor shall supply to the Railway all software upda
update, data and
specifications, which may result from developments, effected by him or his
collaborator in the period of currency of contract. The Railway reserves the right for
such modified or improved versions in lieu of these originally quoted for, based on
prices and other conditions mutually agreed upon.

17.0

MAINTAINCE SPARES
The contractor shall include list of all required
re
ed spares, which are essential for
meeting the performance objectives outline in Para 6(d). In addition, the contractor
shall mai
maintain
ntain adequate spares for satisfactory performance of the systems during
the total period of warranty followed by 5 years AMC, over and above spares
supplied to the Railway or are not included in the spares supplied to the Railways.

18.0

LONG TERM SUPPORT

18.1

Tenderer shall undertake to supply additional equipment required for expansion of


the network that may become necessary due to additional traffic requirements.

18.2

At the end of the AMC period of 5 years,


years, AMC may be further extended on mutually
agreed terms. Alternatively, requisite spares shall be made available on mutually
agreed terms for maintenance by the Railways and Railways staff shall be adequately
trained.
Documentation

19.0

Two copies of installation and maintenance manual shall be supplied p


per station.
Installation and maintenance manual shall include:include:
(i)
(ii)
(iii)
(iv)

Contractor

Overall system specification and description of hardware and software


facilities provided, functioning and design principle.
Equipment layout drawing, cabling and detailed wiring diagram inclu
including
components details with values as applicable.
Fault location procedure and troubleshooting chart for rectification at
customers end wherever possible.
Soft copy of all document in CD and programming kit.

DSTE
DSTE-II/KUR

Page 31 of 41

20.0

Training.

20.1

The tenderer shall undertake to train Railway Engineers and other staff nominated by
the Railways in different aspects of equipment designs, functioning, field installation,
testing, commissioning, operation, maintenance and rectification repair, covering
both hardware and s
software.
oftware. This includes formal classroom training, hands
hands-on
practical experience, work session on computer simulation training kits and visits to
working
installations.
The
training
shall
also
enable
the
Railway
Supervisors/technicians to carry out necessary
necessary software changes to cater for
addition/deletion of trains, change of existing parameters etc.

20.2

The training shall be such tthat


hat the trained railway personnel can modify/upgrade
existing data and are capable of programming new installation on their own wi
with the
help of programming kit supplied by the tenderer.

20.3

Normal TA/DA as admissible as per rules shall be payable to the trainee by Railway.
All other expenses including course material and training cost visit to various working
installations, expenses on hiring of Conference Hall and equipment etc shall be borne
by the tenderer.

20.4

Minimum two sets to training packages shall be handed over to the Railways so as
sustain/continue the training in Railways Training Centres. It must include
documentation, CD/Mult
CD/Multi-media/Video
media/Video tapes.

20.5

In addition to above, the tenderers shall at every stage of installation testing and
commissioning of project, provide all facilities for adequate training of Railways
personnel who may be deputed to work on the project.

21.0

COMMISSIONING AND FINAL ACCEPTANCE TEST

21.1

Railway shall carry out all tests as per the Technical Specifications and the
Acceptance Test Schedule as furnished by the contractor and approved after
consultation by the Railway. The test schedule furnished by the tenderer can be
modified by mutual discussions between the contractor and the Railways before
finalization
finalization.. Any component, modules, sub-assemblies
sub assemblies or equipment failing during
the commissioning test shall be replaced/repaired free of cost by the contractor
contractor.

21.2

All tests and measuring instruments and other arrangements required for final
acceptance test shall be provided by the contractor at his cost. The completion
certificate in accordance with General Conditions of Contract, Technical Specifications
and Spec
Special
ial Conditions of Contract shall be issued by the Railway Engineer after the
installation is satisfactorily commissioned.

21.3

The system will be considered to have been fully commissioned only when all
the supplies and services as envisaged in the governing contract
contract have been fully met
and system has been put to use without any defect for at least 30 days continuously.
The certificate signed by only contract signing authority shall be valid for reckoning
of date of commissioning.

22.0

PAYMENT TERMS

22.1

For supply materials (NOT APPLICABLE).


On account payment, subject to recoveries if any shall be made as under:
under:-

22.1.1 70% of value of each item shall be paid on production of all the following documents
and recording in the Measurement Book. (NOT APPLICABLE).
(a)
Receipt of m
material;
(b)
Original inspection certificate issued by inspecting authority;
(c)
Manufactures inspection certificate that the materials are in accordance with
the specification of the contract;
(d)
Invoice in duplicate;

Contractor

DSTE
DSTE-II/KUR

Page 32 of 41

22.1.2 30% of value of each item shall be paid after successful completion of proving test
after installation and commissioning of whole system in which the supplier would
demonstrate the equipment performance and issue of commissioning certificate.
(NOT APPLICABLE).
22.2

For Supply of Materials & services

22.2.1 On account payment for 90% value of materials supply & services as per details in
Schedule -A
A will be made after services are rendered to full satisfaction of Railways &
on production of a) Original inspection certificate issued by inspecting authority & b
b)
Manufacturers inspection certificate that the materials are in accordance with the
specification of the contract . The contractor will submit the proforma invoice duly
verified by Railway representative.
Note: Payment of Schedule A will be made after satisfactory
satisfactory commissioning
as per clause 6 (b) of Special Condition Part.II.
P
22.2.2 Remaining 10% value of the materials supply & services rendered shall be made
after successful completion of proving tests after installation and commissioning of
whole system completion of entire work and issue of commissioning certificate in
which the equipment performance would have been demonstrated.
22.3

Deduction

22.3.1 Payment as above will be subject to deduction of any amount for which the
contractor is liable under contract against
against this tender or any other contract in respect
of which the President of India is purchaser.
22.3.2 Income Tax deduction at source will be as per Indian Income Tax Act as amended
from time to time.
22.3.3 Works contract tax as applicable will be borne by contractor.
23.0

Release of Security Deposit.


Security Deposit will be released after completion of 12 months of warranty period
subject to recoveries as stipulated under warranty clause of Special Conditions of
Contract for non
non-performance.

Contractor

DSTE
DSTE-II/KUR

Page 33 of 41

SECTION-VIII
Name of the works: Provision of Passenger information system at PURI Station in
connection with Joint development of PURI Station in association with Ministry of
Tourism.
Rates are inclusive of:
1. All taxes, E.D., Octroi, and State Entry taxes, Customs duty, VAT and all other local & central
taxes. The practice of issue of D form for concession of sales tax is withdrawn.
2. Supply of sundry materials like ferrules, eyelets(make: Dowells), busbars, bunching
bunching/
materials, solders, insulating tapes, sleeves, M.S flat, M.S angle, nuts & bolts, washers, screws,
sand, stone chips, grease, lubricating oil, paints, jute, waste cotton, lead wool etc. and any
other petty consumables.
3.

Supply of cement except where otherwise stated specifically.

4.

Initial Painting and lettering works as per Railway standard and guidelines.

5. Transportation of materials from the Railway stores to site of execution of works


otherwise indicated.
6.

except where

All materials supplied with execution, Wires, cables, other wiring materials like terminals,
fuses, bus bars, Tag Blocks etc. and all types of Insulation materials wherever required
shall be procured from RDSO approved sources (wherever applicable). Arrangements shall be
made by the contractor for inspection if so desired by the consignee i.e. JE/SSE/
JE/
SSE-In-charge
charge of work.

Schedule-A
Sl.N
o.

Description

Unit

Qty

Rate in `

Amount
in `

Supply of Platform speaker Type: EVID 4.2 T or


similar, Make: Electro voice,, Ahuja, Philips or
BOSCH as per Spec. detailed below. Line-array
Line
enhanced coverage control, Organic, unobtrusive
shape, Strong
Strong-Arm-MountTM
MountTM for easy, flexible
aiming,
Full
Full-bandwidth
bandwidth
overload
protection,
Weather resistant - Conforms to Mil Spec 810 and
IEC 529 IP 34,Dual LF transducers for extended
bass and greater power handing and output, Ti
direct-radiator
radiator
HF
transducer,
Neodymium
structure, High sensitivity, Magnetically shielded,
Zinc-plated
plated
grilles,
Transformer
Versions.
Frequency Response 1 ((-10 dB) - 65Hz - 20kHz,
Power Handling - 200W Cont. Prog./400W
Peak,Sensitivity - 89 dB,1W/1m, Impedance
Impedan
8
ohms, Max SPL 113 dB, Horizontal Coverage 120,
Vertical Coverage 480, Crossover Frequency 2.2
kHz,LF Transducer 2X4'' (100 mm), HF Transducer
1'' (25 mm), Protection Full System, Weather
Resistance Meets Mil Spec 810 humidity, salt spray,
temperature
e and UV, and IEC 529 IP 34 splash
proof ratings, Swing x Rotation 100 x 90,
Terminals Phoenix Connector Enclosure Materials
ABS (paintable),''t'' Version Wattage Taps 70V:
3.75 W 70V/100V:7.5W,15W,30W,8 ohm bypass
Dim (H x W x D) 12.2'' x 6.9'' x 8.5'' (234 mm x
127 mm x 165 mm) Net Weight (each) 8.5 lbs (3.9
kg) Shipping Weight (pair) 19 lb
lb.. Inspection by
representative of Sr.DSTE/KUR

Nos.

120

30985

3718200

Contractor

DSTE
DSTE-II/KUR

Page 34 of 41

Sl.N
o.

Description
Supply of Digital voice alarm controller, Type: LLB
1990 or similar, Make: BOSCH, BOSE, PHILIPS,
SHURE. as per specification detailed below:
Digital Voice Alarm Controller with 6 zone system
controller expandable up to 60 zones, 240W inbuilt
amplifier, selectable VOC activation, 16MB flash
ROM for message storage, one emergency
microphone, two BGM inputs, alert message button,
emergency state button. Digital pre-recorded
pre
messages can be merged, Emergenc
Emergency
y microphone
on the front panel, 16 priority levels including
emergency, Individual BGM volume control for each
zone, Standard and emergency co
control
trol inin and
outputs
Mains
power
supply:
Voltage
230/115VAC,15%,50/60 Hz Current inrush 8 A
Max power consumpti
consumption
on 600 VA Battery power
supply: Voltage 24 VDC, + 15% / -15%
15% Current
max
14
A
Performance:
Output
power
(rms/maximum) 240 W /360 W Power reduction on
backup power - 1 dB Frequency response 60 Hz to
18 kHz (+1/
(+1/-3dB at - 10 dB ref.rated output)
Distortion <1
<1%
% at rated output power, 1 KHz bass
control -8/+8
8/+8 dB at 100 Hz treble control 8/+8 dB
at 10 Hz
Hz. Inspection by representative of
Sr.DSTE/KUR
Supply of Digital call station type: LLB 1965 or
similar Make: Bosch, BOSE, PHILIPS, SHURE as per
specification
detailed
below:
digital call station with stylish 6 Zone call station for
the plena voice alarm system six zone selection
keys, all-call
call key and momentary PTT
PTT-Key
Key for calls
selectable gain, speech filter limiter and output
level for improved intelligibility, LED indications for
zone selections, fault and emergency state, call
station extension provides 7 addi
additional
tional zones and
zone group keys. Inspection by representative of
Sr.DSTE/KUR
Sr.DSTE/KUR.
Supply of Call station Key pad Type: LLB 1957 or
similar. Make: BOSCH, BOSE, PHILIPS, SHURE as
per specification detailed below: Call station keypad
with 7 zone selection keys LED indications for zone
selection. upto 8 keypads can be connected
together.
Inspection
by
representative
of
Sr.DSTE/KUR

Contractor

Qty

Rate in `

Amount
in `

No

109401

109401

Nos.

17901

35802

Nos.

13978

27956

Unit

DSTE
DSTE-II/KUR

Page 35 of 41

Sl.
No.

10

11

Description
Supply of Professional DVD/CD/MP3 player, Type:
PLN-DVDT
DVDT or similar. Make: BOSCH, BOSE, PHILIPS,
SHURE. As per specification detailed below: DVD/CD
player for video and audio, supports MP3, JPEG, and
multi format video outputs, AM/FM tuner with 10
presets and digital control. simultaneous operation
of player and tuner, Separate outputs and level
controls for player and tuner, combined DVD/CDDVD/CD
player/tuner output with player priority, Remote
control, System overview.
Inspection by representative of Sr.DSTE/KUR
Supply of 4 channel amplifier Type: CPS 4.10 220220
240V ENDSTUFF or similar Make: Electrovoice,
Ahuja, Philips, Bosch. As per specification detailed
below: 4 channel power amplifier 4*1000 w into
two, or 4 ohms, or 70/100 volts direct drive, 2U,
ready for RCM
RCM-810 IRIS-Net
Net remote control module,
IN/OUT Phoenix type, 230 V. Inspection by
representative of Sr.DSTE/KUR
Supply of Mounting Rack suitable for mounting of
control equipment inside control room. Make
VALRACK or similar (Size of rack shall be 19 inch x
36 U and equipped with 10 nos
nos. 5A power sockets, &
cooling fans mounted at top).
Inspection by representative of Sr.DSTE/KUR
Supply of 48/0.2 mm dia 2 core armoured copper
loud speaker cable. Inspection by representative of
Sr.DSTE/KUR
Supply of PVC conduit pipe suitable for cabling on
structure/wall/trey etc. The PVC conduit pipe shall
be ISI marked and size 25 mm X1.5 mm.
mm MakeSANCO or similar. Inspection by representative of
Sr.DSTE/KUR
Cabling on existing wall/structure/trey etc with
necessary accessories. This includes laying &
drawing of power cables, communication cables,
Loud speaker cable
cables etc. through one inch dia PVC
conduit pipes from Controlling U
Unit
nit (CCU Rack) to
Loud speakers, Train Indication Boards,TV based
Display Systems installed at Platforms and Mela
shed as per the site requirement.
Installation of speaker amplifier etc. This includes
installation of Platform speakers on walls & platform
girders at Platforms, Concourse, Circulating Area,
Mela Shed, Booking office, reservation office, Mela
shed etc. and installation of Digital voice alarm
controller, Digital call station
station, Call station Key pad,
pad
Professional
DVD/CD/MP3
player
player,
4
channel
amplifier,, 19 inch Mounting rack & Single Line Train
Indication Boards.

Contractor

Unit

Qty

Rate in
`

Amount in `

No.

21516

21516

Nos.

160091

800455

No.

56090

56090

Mtr.

4000

99

396000

Mtr.

4000

53

212000

Mtr.

4000

68

272000

Job.

202248

202248

DSTE
DSTE-II/KUR

Page 36 of 41

Sl.
No.

12

13

14

15

16

17

18

19

Unit

Qty

Rate in
`

Amount in `

Job.

112360

112360

Nos.

654900

1964700

Nos.

10

330400

3304000

Nos.

132000

660000

Nos.

42000

42000

Nos.

13000

65000

Nos.

83165

166330

(a) Flexible PVC Pipe of size 25 mm dia.

Mtr

300

12

3600

(b) Flexible PVC Pipe of size 19 mm dia


dia.

Mtr

300

2700

(c) Flexible PVC Pipe of size 16 mm dia


dia.

Mtr
Mtr

300

2100

300

19

5700

Mtr

200

26

5200

Total

12185358

Description
Startup testing and commissioning of the system.
This includes testing & commissioning of Platform
speakers, Digital voice alarm controller
controller, Digital call
station,
Call
station
Key
pad
pad,
Professional
DVD/CD/MP3 player
player, 4 channel amplifier and single
Line Train Indication Boards.
Testing
sting & Commissioning of
Supply, Installation, Te
Three Line Single Face Train Indication Board as per
RDSO Specification No. RDSO/SPN/TC/61/2012
(Revision 3.0) or latest. Inspection by RDSO.
Supply of LED based single line Train Indication
Boards double face with all necessary accessories as
per RDSO Specification No RDSO/SPN/TC/61/2012
(Revision 3.0) or Latest. Inspection by RDSO.
Supply of LED Monitor display size 50 inch or higher
along with processing module & level convertor
conver
with isolation and cabinet
cabinet.. The LED monitor Model
No.DM-55D
55D of Samsung make or similar which
support working of 24x7.The
The processing module
consisting of Processor 32 bit,1Ghz or higher,
Memory 4 GB,RS232 Serial Port, LAN port,
HDMI/DVI port and Level converter consisting of RS
422-RS
RS 232 with optical isolation. Inspection by
representative of Sr.DSTE/KUR
Supply & Installation of driving Software for LED
Monitor Display (item No.15 of schedule A)) above.
Inspection by representative of Sr.DSTE/KUR
Installation charges (With fixing accessories such as
nut & bolt, bracket etc)
etc). This includes installation of
LED monitor Display Units (item no.15 of schedule
A) on walls of Mela shed and other locations of
station building with suitable fixing accessories,
brackets, nut & bolts, rain hood etc.
Supply & installation of On
On-Line
Line UPS rating 5.0 KVA,
indicative back
back-up
up 60 minutes with isolation
transformer suitable for single phase AC input
(160V-270V)
270V) & single phase AC output (230V),
(230V) floor
mounted type. Inspection by representative of
Sr.DSTE/KUR
Sr.DSTE/KUR(Make:Numeric/Aplab/APC/Microtek)
(Make:Numeric/Aplab/APC/Microtek)
Supply of Misc. Accessories wiring material etc.
Inspection by representative of Sr.DSTE/KUR

(d) PVC Casing N Caping (double Lock) size 20x12


mm.
(e) PVC Casing N Caping (double Lock) size 25x16
mm.

Contractor

DSTE
DSTE-II/KUR

Page 37 of 41

East Coast Railway


SECTION-IX

Annexure-I

Name of Work: Provision of Passenger information system at PURI Station in connection


with Joint development of PURI Station in association with Ministry of Tourism
Tourism.

Tender Notice No.


No.S&T/OT/Mela shed-PURI/KUR
/KUR Division/40
Div

Sl.
No.

Description

As per Schedule A
Approx. Cost: ` 12185358/-

1.

Dt.03.01.2015
03.01.2015.

Quoted Tender rates (% age A


Above/Below/
At par)) in figures and in words
words.

....
....
%age (in figures)
....
....
(In words) percent Above/Below
elow/At par the
estimated rates given in Schedule
chedule A
A.

NOTE:
1.

The Tenderer(s) should quote only uniform percentage (one percentage only)
above/below the rates of all items given in the Schedule A and Tender received with
different percentages for different items
item of the Schedule A stands summarily
rejected.

2.

The
he Tenderer(s) should quote the rates in space above only.

Contractor

DSTE
DSTE-II/KUR

Page 38 of 41

Annexure-A
NATIONAL ELECTRONIC FUND TRANSFER/ ELECTRONIC CLEARING SERVICE
(CREDIT CLEARING) MODEL MANDATE FORM

(Investors/Customers option to receive payments through Credit Clearing Mechanism)


NAME OF THE SCHEME AND THE PERIODICITY OF PAYMENT
No: ..

1.

Investor/Customers Name

2.

Particulars of Bank Account

a)

Name of the Bank

b)

Name of the Branch

Address

Telephone No.

c)

9 Digit Code number of the Bank and


branch appearing on the MICR cheque
issued by the bank.

d)

IFSC Code of the branch

e)

Type of Account (Current/Savings/Cash


Credit with code 10/11/13)

f)

Ledger and ledger folio no.

g)

Account number (appearing on cheque


book)

(In lieu of the bank certificate to be obtained as under, please attach a bank cancelled
cheque or photography of a cheque or front page of your savings pass book issued by your
bank for verification of the above particulars)
3)

Date of effect

Contractor

DSTE
DSTE-II/KUR

Page 39 of 41

Revised Model Form of Bank Guarantee Bond


GUARANTEE BOND

1. In consideration of the President Of India (hereinafter called the Government) having


agreed to exempt _____________ (hereinafter called then said Contractor(s)) from
the demand , under the terms and conditions of as Agreement dated ____________
made between
etween _______________ and _______________ for ________________
(herein after called the said Agreement), or security deposit for the due fulfillment by
the said Contractor(s) of the terms and conditions contained in the said Agreement, on
production
of
Bank
Guarantee
for
`..
___________
(Rupees
______________________________only). We, ______________________(herein after
referred to as The Bank).
(Indicate the name of the Bank) at the request of
__________(contractor(s))
do hereby under
undertake
take to pay to the Government an amount not exceeding `._______
against any loss or damage caused to or suffered or would be caused to or suffered by
the Government by reason of any breach of the said Contractor(s) of any of the terms or
conditions contain
contained
ed in the said Agreement.

2. We _________________________________do hereby undertake to pay the


(indicate the name of the bank)
amounts due and payable under this guarantee without any demur, merely on a demand
from the Government stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the Government by reason of breach by
the said contractor(s) of any of the terms or conditions contain in the said agreement or
by reason of the contractor(s) ffailure
ailure to perform the said agreement .Any such demand
made on the bank shall be conclusive as regards the amount due and payable by the
bank under this guarantee. However, our liability under this guarantee shall be restricted
to an amount not exceeding `.____________.
____________.

3. We undertake to pay to the Government any money so demanded notwithstanding any


dispute or disputes raised by the contractor(s)/Supplier(s) in any suit or proceeding
before any court of tribunal relating thereto our liability under this present being
absolute and unequivocal .The payment so made by us under this bond shall be a valid
discharge of our liability for payment thereunder and the contractor(s)/supplier(s) shall
have no claim against us for making such payment.

4. We_________
We_____________________
____________ further agree that the guarantee herein contained shall
(Indicate the name of bank)
remain in full force and effect during the period that would be taken for the performance
of the said agreement and that it shall continue to be enforceable till all the dues of the
Government under or by virtue of the said agreement have been fully paid and its claim
satisfied
or
discharged
or
till__________
office/Department
Ministry
of
_______________ certifies that the terms and conditions of the
the said Agreement have
been fully and properly carried out by the said contractor(s) and accordingly discharges
this guarantee. Unless a demand or claim under this guarantee is made on us in writing
on or before the ____________ we shall be discharged from all liability under this
guarantee thereafter.

5. We, ____________________ further agree with the Government that the


Contractor

DSTE
DSTE-II/KUR

Page 40 of 41

(indicate the name of the bank)


government shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder to vary any of the terms and conditions of the
said agreement or to extend time of performance by the said contractor(s) from time to
time or to postpone for any time or from time to time any of the powers exercisable by
the
he Government against the said contractor(s) and to forebear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved from
our liability by reason of any such variation, or extension being granted to the said
contractor(s)
ontractor(s) or by any forbearance, act or omission on the part of the Government or
any indulgence by the Government to the said contractor(s) or by any such matter or
thing whatsoever which under the law relating to sureties would, but for this provision
provision,
have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the Constitution of the bank or
the contractor(s)/ supplier(s).

7. We, _______________________ lastly undertake not to revoke this guarantee during


(indicate the name of the bank)
its currency except with the previous consent of the Government in writing.

Dated the ___________ day of ____20


For ________________________
(indicate the name of the bank)

*******

Contractor

DSTE
DSTE-II/KUR

Page 41 of 41

CERTIFICATE OF FIMILIARISATION

I/We ..hereby declare that I/We

visited the

site of the work and have familiarized myself/ourselves of the working conditions there in all
respects and in particulars the following:

i)

Topography of the area.

ii)

Availability of local labour, both skilled and unskilled and the prevailing labour rates.

iii)

Availability of water and electricity.

iv)

The existing roads and access to the site of work.

v)

Availability of space for putting labou


labourr camps, offices, storage Godown, Engineering
yard etc.

Contractor

DSTE
DSTE-II/KUR

Das könnte Ihnen auch gefallen