Sie sind auf Seite 1von 44

Start of Tender Document

Top Sheet

The Tender Document Consists of 44Pages, tenderers are requested to go through all the pages of the tender document
and should upload all the relevant documents/ information as specified therein to avoid any inconveniences/ rejection
of the offer.
Tender Document Cost: Rs.3,000/-(to be submitted online through IREPS website).
(A) Details to be filled in by Railway:
Tender Notice No. 56-W/ Elect/18-19/ T/ 11/AC Duct
Full Name of work Robotic AC Duct Cleaning and Sterilization by ozone in AC coaches.

Approx. Cost Rs.46,56,784/- (Rs. Forty Six Lac Fifty Six Thousand Seven Hundred and Eighty
Four Only).
Completion period 365 Days from the date of issue of advance acceptance.
Earnest money amount Rs.93,180/- (Rs. Ninety Three Thousand One Hundred and Eighty Only).
Last Date/Time of receipt of Tenders 02.01.2019 upto 15.30 Hours.
Date & time of opening of tender 02.01.2019 at 15.35 Hours.The tenderers are not required to be present
during the opening. Railway reserve the right to open the tender at any time
after closing of tender.
Validity of offer 45 days from the date of opening.
Date from which Tender documents will Any working day w.e.f. 08.12.2018 at 17.00 Hrs to 02.01.2019 between 11.00
be available to 15.30 Hours.
Name and address of Tenderer to whom Office of the Dy. Chief Electrical Engineer, Northern Railway, Jagadhri
the tender was sold (if purchased from Workshop, Jagadhri Distt.-Yamuna Nagar (Haryana)-135002.
office):

Dy. Chief Electrical Engineer,


Jagadhri Workshop, N. Railway.
(B) Mandatory details to be uploaded by tenderer while submitting their offer.

1 Constitution of the Firm/concern. Sole Proprietorship/ partnership Firm/ Company /JV /Society
(Tick as applicable)
2 Full names of sole
Proprietorship/Partnership
firm/Company/ JV/Society (as the
case may be)
3 Year of formation/ incorporation

4 PAN No.
5 Registered Office Address
6 Address on which correspondence
regarding this tender should be
done
7 Names of the proprietor
/partners/JV members etc.
8 Details of EMD submitted
Note:(i) Special attention of tenderers is drawn to clause 1.15, as per which the tenderer must upload alongwith
tender, the documents mentioned therein pertaining to constitution of firm/concern, affidavit, bank and
other details.
(ii) Special attention of tenderers is drawn to clause 2.4 of “Scope of Work and Special Conditions of Tender”, as
per which they should upload the requisite documents alongwith tender pertaining to their technical &
Signature Not financial eligibility.
Verified
Digitally signed by
PREM SINGH MEENA
Date: 2018.12.09
22:42:29 PST
Reason: IREPS-CRIS
Location: New Delhi
Page 1 of 44
Northern Railway
Office of the
Deputy Chief Electrical Engineer,
Jagadhri Workshop
Tender Notice
Deputy Chief Electrical Engineer, Northern Railway, Jagadhri Workshop for and on behalf of President of
India, invites sealed tender on the prescribed form for the under noted work:
Details to be filled in by Railway:

Tender No. 56-W/ Elect/18-19/ T/ 11/AC Duct


Name of work Robotic AC Duct Cleaning and Sterilization by ozone in AC
coaches.
Rs. 46,56,784/- (Rs. Forty Six Lac Fifty Six Thousand Seven
Approximate cost
Hundred and Eighty Four Only).
Cost of Tender from Rs. 3,000/- (through online payment).
Address of the office from where Office of the Dy. Chief Electrical Engineer, Northern Railway,
tender from can be purchased Jagadhri Workshop, Jagadhri Distt.-Yamuna Nagar (Haryana)-
135002.
Rs. 93,180/- (Rs. Ninety Three Thousand One Hundred and
Earnest money
Eighty Only).
Completion period 365 days from the date of issue of advance acceptance.
Last date and time of submission of
02.01.2019 upto 15.30 Hours.
tender
Date and time of opening 02.01.2019 at 15.35 Hours.The tenderers are not required to be
present during the opening. Railway reserve the right to open
the tender at any time after closing of tender.
Website http://ireps.gov.in
Tenders without earnest money will be summarily rejected. Earnest money is to be submitted online.
Earnest money in any other form will not be accepted. Further particulars and tender document can be
downloaded online from ireps.gov.in on payment of Rs. 3,000/- per set to be paid online. Cost of the tender
document is non-refundable and tender document is non-transferable.

If a tenderer deliberately gives wrong information or suppresses information regarding credential/any other
issue, in the tender and thereby creates circumstances for acceptance of the tender, Railway reserves the
right to reject such tender at any stage and suspend business with such a tenderer for a specified period
and/or initiate prosecution under the applicable laws. The e-tender notice and the tender document,
eligibility criteria, scope of work etc. are also available on Northern Railway website http://ireps.gov.in for
perusal and download. The responsibility of ensuring the completeness/ fulfilment of terms and conditions
of the tender document, including corrigendum if any, is that of the tender.

(P.S.Meena)
Deputy Chief Electrical Engineer,
Jagadhri Workshop, N. Railway
For and on the behalf of
President of India

No. 56-W/ Elect/18-19/ T/ 11/AC Duct Date: 08.12.2018

Page 2 of 44
NORTHERN RAILWAY

CONTENTS

Page
S. No. Chapter Description
From To
1. Top Sheet 1 1

2. Tender Notice 2 2

3. Contents 3 3

4. Chapter 1 a) Tender Form First Sheet 4 23

b) Tender Form Second Sheet


(Instructions to Tenderers and Conditions
of Tender)
5. Chapter 2 Scope of Work and Special Conditions of 24 28
Tender
6. Chapter 3 Price and Payment 29 30

7. Chapter 4 Schedule of Rate and Quantity 31 32


8. Annexure-“A” Performa Of Bank Guarantee For Contract 33 34
Performance Guarantee Bond
9. Annexure-“B” Agreement Of Works 35 35
10. Annexure-“C” Constitution of firm 36 36
11. Annexure-“D” Guidelines for Joint Venture/Partner ship 37 37
firm for tender costing more than Rs.5.00
Crore.
12. Annexure-“E” Guidelines For Partnershipdeed In 38 38
Tenders
13. Annexure-“F” Guidelines for submitting tenders by 39 41
Partnership Firms and their Eligibility
Criteria.
14. Annexure “G” Mandate form for EFT/NEFT 42 42

15 Annexure ‘H’ Affidavit Format 43 44

Page 3 of 44
CHAPTER – 1
Tender Form (First Sheet)

Page 4 of 44
Tender Form (First Sheet)

Tender No. 56-W/ Elect/18-19/ T/ 11/AC Duct


Name of work: “Robotic AC Duct Cleaning and Sterilization by ozone in AC coaches”.

To,
The President of India,
Acting through the Deputy Chief Electrical Engineer,
Northern Railway, Jagadhri Workshop.

1. I/We............................................................ have read the various conditions of tender attached here to


and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for
a period of 45 days from the date fixed for opening the same and in default thereof, I/We will be liable
for forfeiture of my/our Earnest Money. I/We offer to do the work for Northern Railway, at the rate
quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all
respects within the completion period specified in the tender document, from the date of issue of
letter of acceptance of the tender.
2. I/We also hereby agree to abide by the General Conditions of Contract corrected as per the latest
correction slip (up to the date of publishing of the tender) and to carry out the work according to the
Scope of Work and Special Conditions of Tender including specifications of material and works as laid
down by Railway and the Northern Railway Works Hand Book corrected as per the latest correction
slip (upto the date of publishing of the tender).
3. A sum of Rs. 93,180/- (Rs. Ninety Three Thousand One Hundred and Eighty Only) is herewith
forwarded as Earnest money. The full value of the earnest money shall stand forfeited without
prejudice to any other right or remedies in case my/our tender is accepted and if,
(a) I/We do not execute the contract document within seven days after receipt of notice (letter of
acceptance) issued by the Railway that such document is ready, and
(b) I/We do not commence the work within fifteen days after receipt of orders to that effect, and
(c) I/We do not submit the required Performance Guarantee and other deposit(s)/document(s) in
the required form and within the time period, mentioned in the tender document.
4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding
contract between us subject to modifications, as may be mutually agreed to between us and indicated in
the letter of acceptance of my/our offer for this work.
5. I/We am/are a Micro and Small Enterprises registered from ………………. (body approved by Ministry of
MSME) with Registration No. ……………. and terminal validity up to ………. for similar service contracts.
(Authority- Railway Board L.No. 2016/CE-I/CT/3/MSME New Delhi dt. 29.08.16)

SIGNATURE OF TENDERER
Signature of Witnesses Tenderer’s Address:
(along with complete address) ___________________________________
No.1: ________________________ ___________________________________
________________________ ___________________________________
No.2: ________________________ ___________________________________
________________________

Page 5 of 44
Instruction for filling the Tender Form ONLINE:

The tenderer must read, understand and follow the instruction as given below.
1. Incomplete tenders are liable to be rejected.
2. Manual offers are not allowed against this tender & any such manual offers received, shall be ignored.
3. Contractors are allowed to make payment against this tender towards tender document & earnest
money only through on-line payment modes available on IREPS portal like NET banking, Debit cards etc.
4. Manual payment through Demand draft, Bankers Cheque, deposit receipt, FDR etc. are not allowed.
5. It is brought to the notice of all bidders that manual/ offline mode of payment through Demand Draft,
Banker's cheque, Cash Deposit receipts etc. shall not be available against Works Tenders. The bidders
will have to make payment towards tender document cost and earnest money against such tenders
through online payment modes like net banking, debit/ credit cards etc. available on IREPS portal.
6. Tenderers are requested to view the www.ireps.gov.in website regularly so that if any corrigendum is
being issued and the same have been incorporated by the tenderer before filling the tender.
7. System of Verification of Tenderer’s credentials:
7.1 For the works tenders, it has been decided to adopt the affidavit- based system of credential
verification. The tenderer shall submit along with the tender document, documents in support of
his/their claim to fulfill the eligibility criteria as mentioned in the tender document. Each page of the
copy of documents/certificates in support of credentials, submitted by the tenderer, shall be self-
attested/digitally signed by the tenderer or authorized representative of the tendering firm. Self-
attestation shall include signature, stamp and date (on each page). Only those documents which are
declared explicitly by the tenderer as ‘documents supporting the claim of qualifying the laid down
eligibility criteria”, will be considered for evaluating his/their tender. The system shall be applicable
once it is made operational in IREPS. This system is already being followed by some of Railway PSUs.
7.2 The tenderers shall submit a notarized affidavit on a non-judicial stamp paper stating that they are not
liable to be disqualified and all their statements/documents submitted alongwith bid are true and
factual. Standard format of the affidavit submitted by the bidder is enclosed as annexure ‘H’. Non
submission of affidavit by the bidder shall result in summarily rejection of his/their bid. And it shall be
mandatorily incumbent upon the tenderer to identify state and submit the supporting documents duly
self-attested by which they/he is qualifying the qualifying Criteria mentioned in the tender document. It
will not be obligatory on the part of tender committee to scrutinize beyond the submitted document of
tenderer as far as his qualification for the tender is concerned.

a) The Railway reserves the right to verify all statements, information and documents submitted by
the bidder in his tender offer, and the bidder shall, when so required by the Railway, make
available all such information, evidence and documents as may be necessary for such
verification. Any such verification or lack of such verification, by the railway shall not relieve the
bidder of its obligations or liabilities hereunder nor will it affect any rights of the railways there
under.
b) In case of any wrong information submitted by tenderer, the contract shall be terminated,
Earnest Money Deposit (EMD), Performance Guarantee (PG) and Security Deposit (SD) of
contract forfeited and agency barred for doing business on entire Indian Railways for 5 (five)
years.
Declaration
(a) I/we have downloaded the tender form from the Railway Website & uploaded all the relevant
documents/ other information as desired therein.
(b) I/We have not tampered/modified the tender forms in any manner. In case, if the same is found to
be tampered/modified I/We understand that my/our tender will be summarily rejected and full
earnest money deposit will be forfeited and I/We am/are liable to be banned from doing business
with Railways and/or prosecuted.

Date:

Address:

Page 6 of 44
Tender Form
(Second Sheet)

Page 7 of 44
Care in Submission of Tenders:

(a) (i) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual
inspection of the site and locality of the works, that all conditions liable to be encountered during
the execution of the works are taken into account and that the rates he enters in the tender forms
are adequate and all inclusive to accord with the provisions in Clause-37 of the Standard General
Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

(ii) Tenderers will examine the various provisions of The Central Goods and Services Tax Act,
2017(CGST)/ Integrated Goods and Services Tax Act, 2017(IGST)/ Union Territory Goods and
Services Tax Act, 2017(UTGST)/ respective state’s State Goods and Services Tax Act (SGST)
also, as notified by Central/State Govt. & as amended from time to time and applicable
taxes before bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC) likely to
be availed by them is duly considered while quoting rates.
(iii) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST Act
shall submit GSTIN along with other details required under CGST/IGST/UTGST/SGST Act to
railway immediately after the award of contract, without which no payment shall be
released to the Contractor. The Contractor shall be responsible for deposition of applicable
GST to the concerned authority.
(iv) In case the successful tenderer is not liable to be registered under CGST/IGST/UTGST/ SGST
Act, the railway shall deduct the applicable GST from his/their bills under reverse charge
mechanism (RCM) and deposit the same to the concerned authority.
(b) When work is tendered for by a firm or company, the tender shall be signed by the individual legally
authorized to enter into commitments on their behalf.
(c) The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the
composition of the firm made subsequent to the execution of the contract. It may, however,
recognize such power of attorney and changes after obtaining proper legal advice, the cost of which
will be chargeable to the Contractor.

Page 8 of 44
Tender Form (Second Sheet)

Instructions to Tenderers and Conditions of Tender:

1.0 The following documents form part of tender/contract:


(a) Tender Form
(b) Scope of Work and Special Conditions Of Tender
(c) Specifications, drawings, explanatory notes and annexure, as applicable.
(d) Schedule of quantity
(e) Northern Railway General Conditions of Contract, Regulations for Tenders and Contracts –
2014 with any amendments till the date of publishing of tender. The GCC is available on
Northern Railway website which can be downloaded free of cost.
The tenderer shall study the General Conditions of Contract, Regulations for Tenders and
Contracts along with the tender document before submission of the tender. Wherever any
condition in this tender is at variance with the General Conditions of Contract, the condition of
this tender shall be applicable.
It is also mentioned that the contract shall fall in the overall ambit of relevant Acts of Indian
law, including criminal law as applicable.
1.1 General
1.1.1 The tender notice and the tender document are available on Northern Railway website
http://ireps.gov.in for perusal and download. The downloaded tender document may be used for
participating in the tender after payment of the requisite tender document cost, in the form of a
demand draft/pay order in favour of Senior Accounts Officer, Jagadhri Workshop, payable at
Yamuna Nagar, Haryana. The cost of the tender document should be paid separately and not
clubbed with the earnest money. In case, tender is not accompanied with the cost of the tender
document, tender may not be considered.
1.1.2 The responsibility of ensuring the completeness of the tender document, including corrigendum if
any, if downloaded from Internet is that of the tenderer. If the tender document submitted is
incomplete in any respect, the tender may not be considered. Master copy of the tender
document will be available in the office ofDy.CEE/NR/JUDW. After award of work an agreement
will be drawn which shall be executed by the successful tenderer and this agreement shall be
prepared based on the master copy of the tender document available in the above mentioned
office and not based on the tender document submitted by the tenderer. In case, any discrepancy
between the tender document submitted by the tenderer (downloaded from the Internet) and the
master copy is noticed, latter shall prevail and binding on the tenderer(s). No claim on this account
shall be entertained.
1.2 Designs for the Work
1.2.1 The general designs/drawings/configuration wherever necessary shall be supplied or are part of
the tender document. The contractor will be required to study the same and make details of
his/her own at his/her cost and get the same approved from the Railway before execution of work.
All designs, drawings and manuals submitted by the contractor shall be based on a thorough study
and shall be such that the contractor is satisfied about their suitability. Railway’s approval shall be
based on these considerations. Notwithstanding approval communicated by Railway, during the
progress of the contract, for designs, drawings, prototypes, material and equipment, the ultimate
responsibility for correct execution of work shall be with the contractor unless Railway insists on
adoption of its own design etc. inspite of the contractor not being agreeable to it.
1.2.2 All designs, drawings and manuals submitted by the contractor shall be deemed to be property of
Railway and contractor shall have no claim on them later.
1.2.3 Should the tenderer find any deficiency, discrepancy, error, omission, inconsistency or non-
conformance from the legal perspective/Railway rules, in any of the
designs/drawings/configuration or any tender condition/schedule/form or if there is any doubt
over the interpretation of any issue related to the work, he/she should immediately notify so, in
writing to Railway, so that appropriate corrective action (like sending written instructions to
tenderers, issuing corrigendum, cancelling tender etc.) is taken by Railway in time. If the tenderer
submits his/her tender without bringing to notice any such issue, before tender submission, it shall

Page 9 of 44
be construed that he/she has nothing to submit in this regard and has fully understood the tender
document. In no case, once the tender is awarded, the plea of not having the complete detail of
the content of work or not understanding the meaning of any condition etc., shall be entertained
as a ground for not carrying out the work in the period and cost awarded. The tenderer in his/her
own interest is therefore advised to study the tender document in detail and physically visit and
study the site conditions to satisfy him/her of the content of work. While Railway’s representative
will endeavour to accord all necessary assistance to the tenderer during his/her site visit, the
tenderer should ensure that normal Railway working is not affected because of his/her visit and
he/she follows all necessary precautions as are generally applicable or as advised by Railway’s
representative, in the interest of personnel and equipment safety.
1.3 Schedule of Rate and Quantity
1.3.1 The contractor shall have to quote his/her rates for individual items for supply/fitment in the
schedule of rate and quantity attached. In case the individual rates for all the items is not quoted
by the tenderer/s the offer will be treated as incomplete and shall be summarily rejected. The
rates shall be written in figures as well as in words. If there occurs a mismatch between the rates in
figures and in words, those indicated in words would be considered as correct.
1.3.2 The quantities indicated in the schedule should be taken for general guidance only. Railway does
not guarantee work under each item of the schedule to the quantity indicated. Moreover Railway
reserves the right to drop any item altogether or to end the entire schedule at any stage, if the
progress of the work is not satisfactory or the conditions other than that related to the tenderer
call for ending the contract. The rights/liabilities of Railway and the contractor and the procedure
to be followed in case of premature termination of the contract shall be governed by the relevant
clauses of the General Conditions of Contract.
1.4 Alterations in Tender
1.4.1 Tenders containing erasures/alterations/overwriting in the tender document may not be
considered. Any such changes made by tenderer in his/her entries must be done neatly by crossing
it with a line and the same attested by him/her.
1.5 Earnest Money
1.5.1 The tender must be accompanied by a sum of Rs. 93,180/- (Rs. Ninety Three Thousand One
Hundred and Eighty Only)as Earnest Money deposited in cash through e-payment gateway or as
mentioned in tender documents, failing which the tender shall l not be considered. Any firm
recognized by Department of Industrial Policy and Promotion (DIPP) as ‘Startups’ shall be
exempted from payment of Earnest Money on submission of Registration Certificate issued by
appropriate authority.

1.5.2 The Tenderer(s) shall keep the offer open for a minimum period of 45 days (in case of two packet
system of tendering 60 days) from the date of opening of the Tender. It is understood that the
tender documents have been issued to the Tenderer(s) and the Tenderer(s), is / are permitted to
tender in consideration of the stipulation on his / their part that after submitting his / their
tender subject to the period being extended further, if required by mutual agreement from time
to time, he will not resile from his offer or modify the terms and conditions thereof in a manner
not acceptable to the Chief Engineer/Dy. Chief Engineer/Divisional Engineer of N. Railway,
Should the tenderer fail to observe or comply with the foregoing stipulation, the amount
deposited as Earnest Money for the due performance of the above stipulation, shall be forfeited
to the Railway.
1.5.3 If his tender is accepted the earnest money mentioned in sub clause (a) above will be retained as
part security for the due and faithful fulfillment of the contract in terms of Clause 16 of the
Standard General Conditions of Contract. The Earnest Money of other Tenderers shall, save as
herein before provided, be returned to them, but the Railway shall not be responsible for any
loss or depreciation to the Earnest Money that may happen thereto while in their possession,
nor be liable to pay interest thereon.
In case Contractor submits the Term Deposit Receipt/Bank Guarantee Bond towards full Security
Deposit, the Railway shall return the Earnest Money so retained to the Contractor.
1.5.4
Exemption of Earnest Money & Security Deposit:
Public Sector Undertakings wholly owned by Railways like RITES, IRCON, Konkan Railway

Page 10 of 44
1.5.5 Corporation Limited, CRIS, Rail-Tel Corporation etc. are exempted from depositing Earnest Money
& Security Deposit subject to submission of valid exemption letter of the Railway as on date of
opening of tender.
1.6 Security Deposit
1.6.1 The Earnest Money deposited by the Contractor with his tender will be retained by the Railways
as part of security for the due and faithful fulfillment of the contract by the Contractor. The
Security Deposit shall be 5% of the contract value. Security Deposit may be deposited by the
Contractor before release of first on account bill in cash or Term Deposit Receipt issued from
Scheduled Bank, or may be recovered at the rate of 10% of the bill amount till the full Security
Deposit is recovered. Provided also that in case of defaulting Contractor, the Railway may retain
any amount due for payment to the Contractor on the pending "on account bills" so that the
amounts so retained (including amount guaranteed through Performance Guarantee) may not
exceed 10% of the total value of the contract.
1.6.2 Further, in case of contracts having value equal to or more than Rs. 50 crore (Rs Fifty crore) the
Security Deposit may be deposited as Bank Guarantee Bond also, issued by a scheduled bank
after execution of contract documents, but before payment of 1st on account bill. Provided
further that the validity of Bank Guarantee Bond shall be extended from time to time, depending
upon extension of contract granted in terms of Clause 17 of the Standard General Conditions of
Contract.
Further, in case Security Deposit has been submitted as Term Deposit Receipt/Bank Guarantee
1.6.3
Bond in full amount, the Earnest Money deposited by the Contractor with his tender will be
returned by the Railways.
Note: After the work is physically completed as certified by competent authority, Security Deposit
recovered from the running bills of a Contractor can be returned to him, if he so desires, in lieu of
Term Deposit Receipt/irrevocable Bank Guarantee for equivalent amount from Scheduled Bank, to
be submitted by him.
1.7 Deposit for Safe Custody of Railway Material
1.7.1 If Railway material is required to be taken out from the Railway’s premises for work, the contractor
may be asked to deposit such amount or furnish such indemnity bond, as is considered appropriate
by Railway, as security for the material. Of the two options of a deposit or an indemnity bond, the
contractor shall have to exercise the option as asked for by Railway. The amount shall be deposited
either in cash with Cashier, Jagadhri workshop or through DD/PO of any Scheduled Bank in India in
the same form as earnest money.
1.7.2 The deposit or indemnity bond, as the case may be, shall be returned to the contractor once
Railway material is brought back to the custody of Railway in proper condition as certified by the
Railway’s representative nominated for the purpose. No interest shall be payable by Railway on
the deposit made by the contractor.
1.8 Exemption of Earnest Money and Security Deposit
1.8.1 Public Sector Undertakings wholly owned by Ministry of Railways like RITES, IRCON, KRCL, CRIS,
Rail Tel Corporation etc. are exempted from depositing earnest money/security deposit/any other
deposit.
1.9 Performance Guarantee
1.9.1 The procedure for obtaining Performance Guarantee is outlined below:
(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 21 (Twenty one)
days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG
beyond 21 (Twenty one) days and upto 60 days from the date of issue of LOA may be given by
the Authority who is competent to sign the contract agreement. However, a penal interest of
12% per annum shall be charged for the delay beyond 21(Twenty one) days, i.e. from 22nd day
after the date of issue of LOA. Further, if the 60th day happens to be a declared holiday in the
concerned office of the Railway, submission of PG can be accepted on the next working day.
In all other cases, if the Contractor fails to submit the requisite PG even after 60 days from the
date of issue of LOA, the contract is liable to be terminated. In case contract is terminated
railway shall be entitled to forfeit Earnest Money Deposit and other dues payable against that
contract. In case a tenderer has not submitted Earnest Money Deposit on the strength of their
registration as a Startup recognized by Department of Industrial Policy and Promotion (DIPP)

Page 11 of 44
under Ministry of Commerce and Industry, DIPP shall be informed to this effect. The failed
Contractor shall be debarred from participating in re-tender for that work.
(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms,
amounting to 5% of the contract value:
(i) A deposit of Cash.
(ii) Irrevocable bank Guarantee
(iii) Government Securities including State Loan Bonds at 5% below the market value.
(iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of
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 Schedule Banks.
(vi) A deposit in the post office saving bank.
(vii) A deposit in the National saving Certificates.
(viii) Twelve years National defence Certificates.
(ix) Ten years defence deposits.
(x) National defence Bonds and
(xi) Unit Trust Certificate at 5% below market value or at the face value whichever is less.
Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted.
(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter Of
Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be
initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for
completion of work gets extended, the contractor shall get the validity of P.G. extended to cover
such extended time for completion of work plus 60 days.
(d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either
increase or decrease). In case during the course of execution, value of the contract increase by
more than 25% of the original contract value, an additional performance guarantee amounting to
5% (five percent) for the excess value over the original contract value shall be deposited by the
contractor. On the other hand, if the value of contract decreases by more than 25% of the original
contract value, Performance Guarantee amounting to 5% (five percent) of the decrease in the
contract value shall be returned to the Contractor. The PG amount in excess of required PG for
decreased contract value, available with Railways, shall be returned to Contractor as per his
request duly safeguarding the interest of railways.
(e) The Performance Guarantee (PG) shall be released after physical completion of the work based on
‘Completion Certificate’ issued by the competent authority stating that the contractor has
completed the work in all respects satisfactorily. The Security Deposit shall, however, be released
only after expiry of the maintenance period and after passing the final bill based on ‘No Claim
Certificate’ from the contractor.
(f) Whenever the contract is rescinded, the Performance Guarantee already submitted for the
contract shall be encashed in addition to forfeiture of Security Deposit available with railway.
(g) The engineer shall not make a claim under the Performance Guarantee except for amounts to
which the President of India is entitled under the contract (not withstanding and/or without
prejudice to any other provisions in the contract agreement) in the event of:
(i) Failure by the contractor to extend the validity of the Performance Guarantee as described
herein above, in which event the Engineer may claim the full amount of the Performance
Guarantee.
(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the
contractor or determined under any of the clauses/conditions of the agreement, within 30
days of the service of notice to this effect by the Engineer.
(iii) The Contract being determined or rescinded under clause 62 of the GCC
1.10 Rights of Railway to Deal with Tender
1.10.1 The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory
on the said authority to accept the lowest tender or any other tender and no tenderer shall
demand neither any explanation for the cause of rejection of his/her tender nor the Railway
undertakes to assign reasons for declining to consider or reject any particular tender or tenders.

Page 12 of 44
1.11 Death of the Tenderer
1.11.1 If the tenderer expires after the submission of his/her tender or after the acceptance of his/her
tender, the Railway shall deem such tender as cancelled. If a partner/member of a partnership
firm/society expires after the submission of the tender or after the acceptance of the tender, the
Railway shall deem such tender as cancelled, unless the concern retains its character.
1.12 Tenderer’s Credentials
1.12.1 Tenderer should produce documents testifying his/her previous experience and financial status
(credentials) along with the tender document. If a tenderer deliberately gives wrong information
or suppresses information regarding credential/any other issue, in the tender and thereby creates
circumstances for acceptance of the tender, Railway reserves the right to reject such tender at any
stage and suspend business with such a tenderer for a specified period and/or initiate prosecution
under the applicable laws.
1.13 Non-compliance
1.13.1 Non-compliance with any of the conditions set-forth in the tender is liable to result in the tender
being not considered. Participation by a tenderer in the tender shall be taken as a token of having
read and accepted all the conditions of the tender.
1.13.2 Any deviation from the tender conditions may be mentioned by the tenderer with his/her
signature and stamp separately on his letter pad.
1.14 Execution of Contract Document
1.14.1 The successful tenderer shall be required to execute an agreement with the President of India
acting through “Railway” for carrying out the work, according to General Conditions of Contract,
Instructions to Tenderers, Conditions of Tender and Scope of Work. For this, the tenderer whose
tender is accepted shall be required to appear at the office of the Dy. Chief Electrical Engineer,
Northern Railway, Jagadhri Workshop, in person or in case of a firm or corporation a duly
authorized representative shall so appear, and to execute the contract documents within seven
days after notice that the contract has been awarded to him/her. Failure to do so shall constitute a
breach of the agreement effected by the acceptance of the tender in which case the Railway shall
impose penalty and recover damages in terms of Para 61 of the General Conditions of Contract.
In the event of any tenderer whose tender is accepted refusing to execute the contract documents
as herein before provided, Railway may determine that such tenderer has abandoned the contract,
and there upon his/her tender and the acceptance thereof shall be null and void and Railway shall
be entitled to impose penalty and recover damages for such default.

1.15 Partnership Deed, Power of Attorney etc.


1.15.1 Te tenderer shall clearly mention whether the tender is submitted on his/her own or on behalf of a
partnership firm/limited company. The tenderer/s who are constituents of firm, company,
association or society must necessarily enclose the attested copies of the constitution of their
concern, partnership deed and power of attorney along with their tender. Tender documents in
such cases are to be signed by such persons as may be legally competent to sign them on behalf of
the firm, company, association or society as the case may be.
1.15.2 In case tenderer is other than sole proprietorship firm, following documents shall be submitted
by the tenderer:
Partnership Firm: The tenderer shall submit (1.15.1) a copy of Partnership Deed and (1.15.3) a
(a)
copy of Power of Attorney (duly registered as per prevailing law) in favour of an individual to
sign the tender documents and create liability against the Firm.
Joint Venture (JV): The tenderer shall submit documents as mentioned in Clause 17 of the
(b) Tender Form (Second Sheet).
Company registered under Companies Act-2013: The tenderer shall submit (i) the copies of MOA
(c) (Memorandum of Association) / AOA (Articles of Association) of the company; and (ii) A copy of
Authorization/Power of Attorney issued by the Company (backed by the resolution of Board of
Directors) in favour of the individual to sign the tender on behalf of the company and create
liability against the company.
LLP (Limited Liability Partnership) Firm: If the tender is submitted on behalf of a LLP Firm
(d) registered under LLP Act-2008, the tenderer shall submit alongwith the tender-

Page 13 of 44
(i) a copy of LLP Agreement, (ii) a copy of Certificate of Incorporation; and (iii) a copy of Power
of Attorney/Authorisation issued by the LLP Firm in favour of the individual to sign the tender
on behalf of the LLP Firm and create liability against the Firm.
1.15.3 If it is NOT mentioned in the submitted tender that tender is being submitted on behalf of a
Sole Proprietorship firm / Partnership firm / Joint Venture / Registered Company etc., then the
tender shall be treated as having been submitted by the individual who has signed the tender.
After opening of the tender, any document pertaining to the constitution of Sole Proprietorship
1.15.4
Firm / Partnership Firm / Registered Company/ Registered Trust / Registered Society etc. shall
be neither asked nor considered, if submitted.
A tender from JV / Partnership firm etc. shall be considered only where permissible as per the
1.15.5 tender conditions.
The Railway will not be bound by any change in the composition of the firm made subsequent to
1.15.6 the submission of tender. Railway may, however, recognize such power of attorney and
changes after obtaining proper legal advice, the cost of which will be chargeable to the
Contractor.
Registered Society & Registered Trust: The tenderer shall submit (i) a copy of the Certificate of
1.15.7 Registration, (ii) Deed of Formation; and (iii) a copy of Power of Attorney in favour of the
individual to sign the tender documents and create liability against the Society/Trust. The
Tenderer shall be responsible for the execution of the Tender as a whole in accordance with the
condition of Tender.
1.16 Permanent Account Number (PAN)
1.16.1 The tenderer should submit along with the tender document an authorised copy of his/her PAN
card issued by the Income Tax Department of the Government of India. If the tender is on behalf of
a concern, the PAN card has to be of the concern and not of the individual signing the tender
document.
1.17 Employment/Partnership etc., of Retired Railway Employees
1.17.1 Should a tenderer be a retired Engineer of the Gazetted rank or any other Gazetted Officer
working before his/her retirement, whether in the executive or administrative capacity, or
whether holding a pensionable post or not, in the Engineering or any Department of any of the
Railways owned and administered by the President of India for the time being or should a tenderer
being partnership firm have as one of its partners a retired Engineer as one of its Directors, or
should a tenderer have in his/her employment any retired Engineer or retired Gazetted Officer as
aforesaid, the full information as to the date of retirement of such Engineer or Gazetted Officer
from the said service and in case where such Engineer or Officer had not retired from Government
service at least two years prior to the date of submission of the tender as to whether permission
for taking such contract, or if the contractor be a partnership firm or any incorporated company to
become a Partner or Director as the case may be, or to take the employment under the
contractor, has been obtained by the tenderer or the Engineer or the Officer, as the case may be,
from the President of India or any officer, duly authorized by him in this behalf, shall be clearly
stated in writing at the time of submitting the tender.
1.17.2 Should a tenderer being an individual on the list of approved contractors, have a relative(s) or in
the case of partnership firm or company one or more of his/her shareholder(s) or relative(s) of the
shareholder(s) employed in Gazetted capacity in the Electrical department of Northern Railway,
the authority inviting tenders shall be informed in writing, of the fact at the time of submission of
tender.
1.17.3 Tenders without the information above referred to or a statement to the effect that no such
retired engineer or officer is so associated with the tender would be deemed to have the above
clauses not applicable to them. In case, at a later date, it is discovered that the tenderer has
wilfully withheld the information, the tender shall be rejected or if awarded shall be rescinded
immediately (and the balance work done as per the procedure outlined in this tender document)
in accordance with the provision in clause 62 of the General Conditions of Contract.
1.18 Special Benefits
1.18.1 Public sector enterprises of central and state governments, micro/small/medium enterprises
recognised by National Small Industries Corporation/other government agencies (in their particular
area of work and during the time period given) may have been accorded special benefits for

Page 14 of 44
consideration of their tender in terms of price/ purchase preference etc. Such benefits shall be
admissible in this tender if the same are in accordance with the policy circular/s of Railway issued
from time to time.
1.19 Tools and Plants
1.19.1 The contractor shall arrange at his/her own cost all tools etc. necessary for erection, testing and
commissioning of the equipment to ensure compliance with the scope of work. The tools/plants
should be dedicated to this contract during the period of work.
1.20 Work by Other Agencies
1.20.1 Any other works undertaken by Railway departmentally or through some other agency at the same
time or section where the contractor is carrying out his/her work will not entitle the contractor to
prefer any claim regarding any delays or hindrances he/she may have to encounter on this
account, but Railway may grant at its sole discretion a reasonable extension of time to the
contractor. The contractor shall comply with any instruction, which may be given to him/her by
Railway in order to permit simultaneous execution of his/her works and those undertaken by other
agencies without being entitled on this account of any extra charge.
1.20.2 The contractor shall not be entitled to any extra payment due to hindrance resulting from normal
Railway operations, such as delay on account of adequate number of and duration of shutdowns
etc. not being granted. However, such delays shall be reasonable ground for extension of
completion date(s) of the work.
1.20.3 If Railway is unable to supply material to the contractor as specified in the contract, in time, the
contractor shall not be entitled to any extra payment on account of such delay in supply. However,
such delays shall be reasonable ground for extension of completion date(s) of the work.
1.21 Infringement of Patents
1.21.1 The contractor is forbidden to use any patents or drawings, processes or patterns in fulfilling
his/her contract without the prior written consent of the owner of such patent, drawing, process
or pattern, except where these are specified by Railway itself. Royalties where payable for the use
of such material shall be borne exclusively by the contractor. The contractor shall advise Railway of
any proprietary right that may exist on such material, which he/she may use of his/her own accord.
1.21.2 In the case of patent taken out by the contractor of the drawing, process or pattern registered by
him/her, or of those patents for which he/she holds a valid license, the signing of the contract
automatically gives Railway the right to repair by itself the articles covered by the patent or by any
person or body chosen by it and to obtain from any sources it desires the component parts
required by it in carrying out the repair work. In the event of infringement of any patent rights due
to above action of Railway, it shall be entitled to claim damages from the contractor on the
grounds of any loss of any nature, which it may suffer.
1.21.3 Indemnification by contractor: In the event of any claim or demand being made or action being
brought against Railway for infringement of patent in respect of any equipment, machine, plant,
work or material used or supplied by the contractor under this contract or in respect of any
methods of using or working by Railway of such equipment, machine, plant, work or material, the
contractor shall indemnify Railway and keep it indemnified and harmless against all claims, costs,
charges and expenses arising from or incurred by reason of such claim provided that Railway shall
notify the contractor immediately when any claim is made and that the contractor shall be at
liberty, if he/she so desires with the assistance of Railway if required but at the contractor's
expense, to conduct all negotiations for the settlement of the same or any litigation that may arise
there from, and provided that no such equipment, machine, plant, work or material, shall be used
by Railway for any purpose or in any manner other than that for which they have been supplied by
the contractor and specified under this contract.
1.22 Material Inspection and Testing
1.22.1 a. Material for the work shall be got consignee inspected prior to start of the work provided no
other special instructions are given to the tenderer regarding inspection of material.
b. If the contractor wishes to use electric supply for welding plant, drill machine etc., he has to
apply for separate temporary electric connection as per extant Rly Rules strictly. However
water can be used free of cost as concerned with execution of this work.
c. The contractor will ensure that equipment’s used have been type tested. The routine and
acceptance tests shall be conducted by the firm in the presence of purchaser’s

Page 15 of 44
representative/inspecting officer. The contractor shall furnish three copies of manufacture’s
routine and type test certificates.
1.22.2 Railway’s representative shall have free access to inspect the progress of work at any time with or
without prior intimation, at the contractor’s premises or otherwise, to check the quality of work.
The contractor on his/her part shall give one week’s notice to Railway to take up the inspection,
whenever required. The contractor shall provide without any extra cost, to the Railway’s
representative, all material, equipment, tool and labour of every kind which the Railway’s
representative may consider necessary for any test and examination to be made at the
contractor’s premises or otherwise and shall pay all cost attended thereon. The contractor shall
have to bear all testing charges for tests carried out in-house or outside as advised by the Railway’s
representative. The contractor shall accord all reasonable facilities relating to inspection to
Railway’s representative during inspection.
1.22.3 The Railway’s representative (inspecting official) shall have the authority to -
a) Inspect and examine the materials and workmanship of the work at any time during the
manufacture or in the premises of the contractor/ sub-contractor or at the site of the erection.
b) Certify before any equipment is submitted for inspection that it is not in accordance with the
contract owing to the unsatisfactory method employed.
c) Reject any part of the work submitted by the contractor as not being in accordance with the
contract.
d) Reject the whole of the work including equipment tendered for inspection if after the inspection
of such portion as may, in his/her discretion think fit, he/she is satisfied that the same is
unsatisfactory.
e) Mark the rejected equipment with a rejection mark so that the same may be easily identified.
f) Re-inspect at the time of erection, at site, any material previously inspected and approved at the
contractor’s or sub contractor’s premises. Not with standing any approval given earlier, the
contractor shall make good such rejection based on such re-inspection at the site to the
satisfaction of the Engineer.
g) The decision of the inspecting official as regard to the acceptance or rejection of the
equipment/work shall be final and binding on the contractor.
1.22.4 Inspection shall be carried out at Jagadhri workshop premises, firm’s premises or at the place of
work (at Jagadhri workshop or at any other station), as laid down in Chapter 2 (scope of work and
special conditions of tender). If there is no specific location for inspection is mentioned in Chapter
2, inspection may be carried out at any of the locations as mentioned above depending upon the
convenience of Railways or as directed by Dy. CEE/JUDW or his authorised representative.
1.22.5 Once inspection of the material is over and the same is cleared for despatch, by Railway
representative, contractor shall be required to deliver the material at SSE/AC/JUDW stores at
Jagadhri Workshop, so that it’s receipt is recorded in the stores ledger. The material shall then be
issued to the contractor on proper document for its provision on the site. Petty material may
however be inspected by Railway representative and provided, at the site itself, without delivery to
the stores.
1.23 Safety Measures
1.23.1 The contractor shall take all precautionary measures in order to ensure the protection of his own
personnel moving about or working on the Railway premises.
1.23.2 The contractor and his representative shall abide by all Railway regulations in force.
1.23.3 While working, the contractor shall ensure that at all time sufficient space is left for free-
movement of staff. He must cover and/or barricade the excavations carried out in such areas and
continue to maintain these, till the work is completed, with a view to avoid any accident to public
or to Railway staff.
1.23.4 The work must be carried out most carefully without any infringement of the Indian Railway act or
the General and subsidiary Rules in force on the Railway, in such a way that they do not hinder
Railway operation or effect the proper functioning of any Railway equipment, structure or rolling
stock.
1.23.6 The contractor shall be responsible for safe custody of all equipment till provisional acceptance.
1.23.7 In case of accidents/natural calamities involving human lives, purchaser may draft vehicles and
equipment of contractor. Payments shall be made as a non-schedule (NS) item as per the existing

Page 16 of 44
norms.
1.23.8 In case Railway is called upon to make good any cost, loss or damage or to pay any compensation,
including that payable under the provisions of workmen’s compensation act or any other statutory
provisions, to any person or persons sustaining damages as aforesaid by reason of any act or
negligence or omission on the part of the contractor, the amount of any costs or charges including
costs and charges in connection with legal proceedings, which Railway may incur in reference
thereto shall be charged to the contractor.
1.24 Force Majeure Clause
1.24.1 If at any time, during the continuance of this contract, the performance in whole or in part by
either party of any obligation under this contract shall be prevented or delayed by reason of any
war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or damage by fire,
explosions, epidemics, strikes, lockouts or acts of God (hereinafter, referred to events) provided,
notice of the happening of any such event is given by either party to the other within 30 days from
the date of occurrence thereof, neither party shall by reason of such event, be entitled to
terminate this contract nor shall either party have any claim for damages against the other in
respect of such non-performance or delay in performance, and works under the contract shall be
resumed as soon as practicable after such event has come to an end or ceased to exist, and the
decision of the Engineer as to whether the works have been so resumed or not shall be final and
conclusive, PROVIDED FURTHER that if the performance in whole or in part of any obligation under
this contract is prevented or delayed by reason of any such event for a period exceeding 120 days,
either party may at its option terminate the contract by giving notice to the other party.
1.25 Guarantee / Warranty
1.25.1 The contractor shall warranty the equipment/installation for its satisfactory performance for a
period of twelve months from the date of commissioning against any defect of
design/manufacturing/commissioning. During the period of warranty, the contractor will keep
available (at Jagadhri Workshop or Division) to attend to defective equipment/installation.
1.25.2 The contractor shall also bear the cost of any modification, addition or substitution during the
period of warranty that may be considered necessary due to faulty design, material or workman-
ship, for the satisfactory working of the equipment/installation.
1.25.3 If the contractor fails to respond and arrange repair/rectification within a reasonable time, Railway
shall be free to get the same done departmentally or through any other agency. In case of such
non-performance by the contractor, a suitable penalty to cover cost of repair/rectification and not
amounting to more than 100% of the total cost of the contract shall be imposed on him/her, to be
deducted from his/her pending bills, security deposit, performance guarantee or from a bill from
any other work being performed by the contractor at JUDW or any other unit of Railway. In all such
cases, the final decision shall vest with Railway.
1.25.4 The contractor shall be required to provide its warrantee obligation at Jagadhri workshop or at a
location as mentioned in Chapter 2 (scope of work and special conditions of tender). If nothing is
laid down in this regard in Chapter 2, then the warranty obligation shall be construed to cover the
locations of Jagadhri workshop and the entire Northern Railway for a work carried out on a rolling
stock, and only Jagadhri Workshop for a work done on stationary equipment.
1.26 Variation in Quantities
1.26.1 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment
would be made as per the agreement rate. For this, no finance concurrence would be required.
1.26.2 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) Operating 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 agreement quantity of the
concerned item shall be paid at 96% of the rate awarded for that item in that particular

Page 17 of 44
tender;
(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be
permitted only in exceptional unavoidable circumstances with the concurrence of associate
finance and shall be paid at 96% of the rate awarded for that item in that particular tender.
(b) The variation in quantities as per the above formula will apply only to the Individual items of the
contract and not on the overall contract value.
(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted
and, if found necessary, should be only through fresh tenders or by negotiating with existing
contractor, with prior personal concurrence of FA&CAO/ FA&CAO(C) and approval of General
Manager.
1.26.3 In cases where decrease is involved during execution of contract:
(a) The contract signing authority can decrease the items upto 25% of individual item without finance
concurrence.
(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of
an officer not less than rank of S.A. grade may be taken, after obtaining ‘No Claim certificate’ from
the contractor and with finance concurrence, giving detailed reasons for each such decrease in the
quantities.
(c) It should be certified that the work proposed to be reduced will not be required in the same work.
1.26.4 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for
other items). A minor value item for this purpose is defined as an item whose original agreement
value is less than 1% of the total original agreement value.
1.26.5 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a
whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply
on the individual items irrespective of the manner of quoting the rate (single percentage rate or
individual item rate).
1.26.6 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.
1.26.7 The aspect of vitiation of tender with respect to variation in quantities should be checked and
avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract
agreement), sanction of the competent authority as per single tender should be obtained.
1.27 Use of Railway Resources
1.27.1 Railway Resources such as electricity, water, earth moving equipment, road crane, rail crane, EOT
crane, road transport, rail transport, welding plant etc., unless otherwise so indicated under
Chapter 2 (scope of work and special conditions of tender), shall be made available to the
contractor for the work, on chargeable basis (charges to be determined by Railway), subject to
availability of the same, at the time and site of requirement. The non-provision of such resources
by Railway shall however give the contractor no claim related to non-performance or delayed
performance of the contract. If the required resources are not available with Railway, the
contractor shall use his/her own means to arrange for them at his/her own cost.
1.28 Specifications
1.28.1 The material required for the work is to be provided as per the relevant technical specification and
from approved sources (mentioned in the scope of work). The indicative sources for some of the
equipment may be given in the scope of work (Chapter 2). For petty items, if not available from
approved source(s), any suitable replacement, but of reputed make, shall be provided. Any
equipment, if not covered by a specification in the scope of work, shall be provided as per the
relevant Indian Standards (IS). All electrical works shall comply with Indian Electricity Act 2003 and
rules framed there under and shall conform to relevant Indian Standard Code of Practice and
carried out as per relevant Safety Code of Practice, Guide for Safety Procedures in Electrical Work
as per IS 5216/Pt.I& II/1982 (latest version). All equipment, irrespective of make/source shall be
got pre-inspected by Railway prior to its provisioning at site. All petty items like hardware items,
foundation bolts, termination lugs for electrical connections etc. as required and necessary for
proper working of the equipment should be considered as deemed to have been included in the
tender, whether or not such items are specifically mentioned in the tender document.
1.29 Due Diligence

Page 18 of 44
1.29.1 Due diligence has to be kept by the contractor while executing the work. Should the contractor
refuse or neglect to comply with any reasonable orders given to him/her in writing or otherwise by
Railway in connection with the work or contravene the provisions of the contract or the progress
of work lags persistently behind the time schedule due to his/her neglect, Railway shall be at
liberty to give a fourteen days notice followed by a seven days notice and followed by a 48 hour
notice in writing to the contractor (in contiguous manner) to make good the neglect or
contravention complained of and should the contractor fail to comply with the requisitions, it shall
be lawful for Railway to take the work wholly or partly out of the contractor without any further
reference and get the balance work done by other agencies at the expense of the contractor (by
forfeiting the SD and PG) without prejudice to any other right or remedy that Railway may have
under the law.
1.29.2 By submitting the tender, the tenderer undertakes to make available any relevant document like
his/her concern’s bank statement, audited annual report etc. to Railway, as and when called for to
do so promptly, during the period of the contract.
1.30 Released Material
1.30.1 Unless otherwise so indicated, during the progress of the contract, the contractor should ensure
that all released material is removed from the site of work and shall be at respective places as
directed by Dy CEE/JUDW or his authorized representative.
1.31 Meaning Of Terms
1.31.1 Definition: In these regulations for Tenders and Contracts the following terms shall have the
meaning assigned hereunder except where the context otherwise requires:
a) “Railway” shall mean the President of the Republic of India or the Administrative officers of
Northern Railway or of the Successor Railway authorized to any matters, which these
presents are concerned with on his/her behalf.
b) “General Manager” shall mean the Officer in Administrative charge of the whole of
Northern Railway and shall mean and include the General Manager of the Successor
Railway.
c) “Chief Electrical Engineer” shall mean the officer in charge of the Electrical Department of
Northern Railway and shall also include the additional Chief Electrical Engineer, Northern
Railway and shall mean and include the Engineers of the Successor Railway.
d) “Engineer” shall mean the Dy. Chief Electrical Engineer/Divisional Electrical
Engineer/Assistant Electrical in Executive charge of the works and shall include the superior
officers of the Electrical Department of Northern Railway and shall include the Engineers of
the Successors Railway.
e) “Engineer’s Representative” shall mean the Assistant Electrical Engineer in direct charge of
the works and shall include any Resident Engineer or Sub-Engineer or any inspector of the
Electrical Department appointed, by the Railway and shall mean and include the Engineer’s
representative of the Successor Railway.
f) “Contractor” shall mean the person, firm or company whether incorporated or not who
enters into the contract with the Railway and shall include their executors, administrators,
successors and permitted assigns.
g) “Contract” shall mean and include the Agreement or Work order, the accepted schedule or
rates or the schedule of rates, Northern Railway modified by the tender percentage for
items of works quantified or not quantified if any.
h) “Works” shall mean the works to be executed in accordance with the contract.
i) “Specification” shall mean the specifications for materials and works, Northern Railway,
issued under the authority of the Chief Electrical Engineer or as amplified, added to or
superseded by special specifications if any.
j) “Schedule or Rates” shall mean the Schedule of Rates issued under the authority of the
Chief Electrical Engineer from time to time.
k) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to
the contract and shall include any modification of such drawings and further drawings as
may be issued by the Engineer from time to time.
l) “Constructional Plant” shall mean all appliances or things of whatsoever nature required for

Page 19 of 44
the execution, completion or maintenance of the works or temporary works (as hereinafter
defined) but does not include materials or other things intended to form or forming part of
the permanent work.
m) “Temporary Works” shall mean all temporary works of every kind required for the
execution, completion or maintenance of the works.
n) “Site” shall mean lands and other places on, under, in or through which the works are to be
carried out and any other lands or places provided by the Railway for the purpose of the
contract.
o) “Period of Maintenance” shall mean the specified period of maintenance from the date of
completion of the works as certified by the Engineer.
p) “Contractor’s Representative” shall mean a person in supervisory capacity who shall be so
declared by the contractor and who shall be authorized to receive materials issued by the
Railway to the contractor for the works. He shall be responsible for proper execution of
works at each or all places and shall take order from Engineer/Engineers and carry out the
same.
q) “Equipment” means all or any equipment considered necessary for the Engineer for the
satisfactory operation as a whole of the installation including structure, foundation etc.
r) “Material” means all equipments, components, fittings and other materials required to
complete the work.
s) “Sub-contract” means an individual or a firm of contractor to whom the contractor sub lets
the portion of the contract after obtaining the specified prior approved of Railway in-writing
to such sub-letting of contract.
t) “Writing” includes all matters written, type written or printed either in whole or in part.
1.31.2 Singular and Plural: Works importing the singular number shall also include the plural and vice-
versa where the context requires.
1.31.3 Heading and Marginal Heading: The heading and marginal headings in these General Conditions
are solely for the purpose of facilitating reference and shall not be deemed to be part thereof or be
taken into consideration in the interpretation or construction thereof or of the contract.
1.31.4 Interpretations: These regulations for tender and contracts shall be read in conjunction with the
General Conditions of Contract, which are referred to herein and shall be subject to modifications,
additions or supersession by Special Conditions of Contracts and/or Special Specification, if any
annexed to the tender document.
1.32 Canvassing and Bribery
No tenderer shall canvass any Government Official or the Railway Engineers in respect of this or
any other tender. Contravention of this condition will involve rejection of the tender and/or
rescinding of the contract and/or prosecution under applicable laws.
1.33 Work Supervision
The contractor shall, when he is not personally at the site of the workplace, keep a responsible
agent at the works during working hours, who shall on receiving reasonable notice, present himself
to the Engineer and orders given by the Engineer or the Engineer’s representative to the agent
shall be deemed to have the same force as if they had been given to the contractor. Before
absenting himself the contractor shall furnish the name and address of his agent for the purpose of
this clause and failure on the part of the contractor to comply with this provision at any time shall
entitle the Railway to rescind the contract.
1.33.1 Deployment Of Qualified Engineers At Work Sites By The Contractor :
The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma Holder
Engineer, based on value of contract, as may be prescribed by the Ministry of Railways through
separate instructions from time to time.
1.33.2 In case the contractor fails to employ the Engineer, as aforesaid in Para 1.33.1, he shall be liable to
pay penalty at the rates, as may be prescribed by the Ministry of Railways through separate
instructions from time to time for the default period for the provisions, as contained in Para 1.33.1.
1.34 Quality of Material and Quality Control
All material used in the execution of the contract shall be of the best quality and of the class
approved most suitable for the purpose specific. Components, assemblies and equipment to be
obtained from sub contractors should be from proven sources. The work shall also confirm to the

Page 20 of 44
following Acts, Rules and Orders.
i) Indian Factories Act.
ii) Indian Boiler Act.
iii) Indian Explosive Act.
iv) Indian Electricity Act.
v) National Building Code.
All erection work shall be of the best quality to the entire satisfaction of the Railway. The
contractor shall ensure that the equipment and services under the scope of this contract whether
manufactured or performed within the contractor’s premises or at his sub-ordinate’s premises or
at the Railway’s site or at any other place are strictly in accordance with the provisions of this
contract. For this purpose, the contractor shall adopt necessary quality assurance program to
control such activities at all stages.
1.35 Secrecy
The contractor shall take all responsible steps necessary to ensure that all persons employed in any
work in connection with the contract, have full knowledge of the official secrets act and any
regulations there under. Any information obtained in the course of the execution of the contract
by the contractor, his servants or agents or any person so employed as to any matter whatsoever,
which would or might be directly or indirectly of use to any enemy of India must be treated as
secret and shall not at any time be communicated to any person.
1.36 Use of Patented items
As per Dy.CEE/Chg, HQ, Baroda House, New Delhi L.No. 181-Elect/TL&AC/25kVA inverter dt.
19.02.18,Now a days, a number of patented items procured by contractor are being used during
execution of works. To safeguard railway’s interest, it has been decided by Board (ME) that
Railways shall incorporate a special condition in such tender documents where it is expected that
execution of work may require supply and fixing of patented items such as cable anchors,
specialized grouts, spring dampeners in bridges, special SEJs etc. The content of the special
condition shall be on the following lines:
1. In case, the agency supplying the patented item is not the contractor to whom the work is
assigned and these items are being procured by the contractor, the concerned contractor
will obtain prior approval from the Engineer-in-charge of the work (Min. JA. Grade Officer),
who will ensure that all design and safety aspects are taken care of. For any specific
requirement concerning execution, warranty etc., an agreement/MOU is to be entered
between the main contractor and the party supplying such patented items. A copy of such
MOU will be furnished to the Engineer-in-charge by the main contractor to whom work has
been assigned by the Railway and after the approved of Engineer-in-charge, such item can
be used in work.
2. The agency supplying the patented item shall provide complete
details/specifications/drawings of the items including the manner in which it is to be used.
3. During the installation of such patented items, authorized representative of the firm
supplying such patented/propriety items shall be present and after the execution of work, a
certificate to be issued by the firm supplying the patented item indicating its proper
installation. Such certificate will have to be kept in record by the concerned Engineer-in-
charge executing the contract, before releasing payment for the work done.
1.37 Child Labour
The contractors shall be responsible to comply with the provisions of the Employment of under
THE CHILD LABOUR (prohibition and Regulation) Act, 1986 and amendments (if any) in this Act
from time to time.
1.38 Governing Law and Jurisdiction
This agreement shall be construed and interpreted in accordance with and governed by the laws of
India, and the court at (Yamuna Nagar) shall have exclusive jurisdiction over matters arising out of
or relating to this agreement.
1.39 Arbitration
Any dispute which is not resolved amicably by conciliation shall be finally decided by reference to
arbitration by an arbitral tribunal constituted in accordance with rules. Such arbitration shall be
held in accordance with the Rules of the Arbitration And conciliation Act-1996 or such other rules

Page 21 of 44
as may be mutually agreed by the Parties, and shall be subject to the provisions of the Arbitration
Act.
There shall be a Board of three arbitrators, of whom each Party shall select one, and the third
arbitrator shall be appointed to this Article 24 shall be final and binding on the Parties as from the
date it is made, and the contractor and the authority agree and undertake to carry out such award
without delay.
This agreement and the rights and obligations of the parties shall remain in full force and effect,
pending the award in any arbitration proceedings hereunder.
In the event the party against whom the award has been granted challenges the award for any
reason in a court of law.
1.40 The Contractor shall be responsible to ensure compliance with the provision of the Minimum
Wages Act, 1948 and Minimum wages Rules (MWR)1950, wherever applicable, (hereinafter
referred to as the “said Act” and theRules made thereunder in respect of any employees directly or
through petty contractors or subcontractors employed by him on road construction or in building
operations or in stone breaking or stone crushing for the purpose of carrying out this contract. (Ath
Rly Bd. Letter No. 2018/ E/ (LL / AT/CNR/3) available at Indian Railways website.
1.41 Multiple L-1
In case of more than one L-1 bidders, tender may be awarded to tenderer having higher Bid
capacity. In case bid capacity is also the same, tenderer having done more value of similar work in
last three previous financial years and the current financial year upto the date of opening of the
tender, may be selected for the award. Instructions with respect to bid capacity will follow.
1.42 Price Variation Clause (PVC)
Price Variation Clause (PVC) in works contract is dealt with in accordance with provisions of item
46A of GCC-July 2014. In order to simplify and enhance the pace of the works, it has been decided
to remove the PVC clause in all works contract tenders having value less than Rs. 5 crore.
1.43 Optional Payment for LC -All works tenders or service tenders invited by railways through e-
tendering on IREPS, having advertised value of Rs.10 lakh and above, an option for the contractor
to take payment from Railways through a letter of credit (LC) arrangement has been given. As
such, following special conditions, are as follows:
i. For all the tenders having advertised cost of Rs.10 lakhs or above, the contractor shall have
the option to take payment from Railways through a letter of credit (LC) arrangement.
ii. This option of taking payment through LC arrangement has to be exercised in IREPS (Indian
Railway Electronic Procurement System-the e-application on which tenders are called by
Railways) by the tenderer at the time of bidding itself and the tenderer shall affirm having
read over and agreed to the terms and conditions of the LC option.
iii. The option so exercised shall be an integral part of the bidder’s offer.
iv. The above option of taking payment through LC arrangement, once exercised by the
tenderer at the time of bidding, shall be final and no change shall be permitted, thereafter
during execution of contract.
v. In case tenderer opts for payment through LC, following shall be the procedure to deal
release of payment through LC: a) The LC shall be a sight LC. b) The contractor shall select
his Advising/Negotiating bank for LC. The incidental cost towards issue of LC and its
operation there of shall be borne by the contractor. c) SBI, New Delhi, Main branch will be
the nodal branch for issue of LCs based on online requests received from Railway Accounts
Units for tenders opened in financial year 2018-19. SBI branches where the respective
Railway Accounts Office has its Account (local SBI branch) will be the issuance/reimbursing
branch for LC issued under this arrangement. The bank shall remain same for this tender till
completion of contract. The incidental cost @0.15% per annum of LC value, towards issue of
LC and operation thereof shall be borne by the contractor and shall be recovered from his
bills. d) The LC shall be opened initially for duration of 180 to 360 days in consultation with
the contractor. The LC shall be extended time to time as per the progress of the contract, on
the request of the contractor. The value of LC to be opened initially as well as extended
thereafter shall be finalized by the engineer in consultation with the contractor on the basis
of expected progress of work. e) The LC terms and condition shall inter-alia indemnify and
save harmless the Railway from and against all the losses, claims and demands of every

Page 22 of 44
nature and description brought or recovered against the Railways by reason of any act or
omission of the contractor, his agents or employees, in relation to the Letter of Credit (LC).
All sums payable/borne by Railways on this account shall be considered as reasonable
compensation and paid by the contractor. f) The LC terms and conditions shall inter-alia
provide that Railways will issue a Document of the Authorization (format enclosed as
Annexure 2) after passing the bill for completed work, to enable contractor to claim the
authorized amount from their bank. g) The acceptable, agreed upon document for
payments to be released under the LC shall be Document of Authorization. h) The
Document of Authorization shall be issued by the Railway Accounts office against each bill
passed by Railways. i) On issuance of Document of Authorization, a copy of Document of
Authorization shall be posted on IREPS for download by the contractor. A digitally signed
copy of Document of Authorization shall also be sent by Railway accounts office to Railways’
bank (Local SBI branch). j) The contractor shall take print out of the Document of
Authorization available on IREPS and present his claim to his bank (advising Bank) for the
necessary payments as per LC terms and conditions. The claim shall comprise of copy of
Document of Authorization, bill of exchange and Bill. k) The payment against LC shall be
subject to verification from Railway’s Bank (Local SBI Branch). l) The contractor’s bank
(advising bank) shall submit the documents to the Railway’s Bank (Local SBI Branch). m) The
railway’s bank (issuing bank) shall, after verifying the claim so received w.r.t. the digitally
signed Document of Authorization received from Railways Accounts office, release the
payment to contractor’s bank (advising bank) for crediting the same to contractor’s
account. n) Any number of bills can be dealt within one LC, provided the sum total of
payments to contractor is within the amount for which LC has been opened. o) The LC shall
be closed after the release of final payment including PVC amount, if any, to the contractor.
p) The release of performance guarantee or security deposit shall be dealt directly by
railway with the contractor i.e. not through LC.

Deputy Chief Electrical Engineer,


Jagadhri Workshop, N. Railway.

Page 23 of 44
CHAPTER – 2

Scope of Work
And
Special Conditions of Tender

Page 24 of 44
2.0 The chapter deals with conditions of tender necessary for execution of this contract and not covered
above.

2.1 Tender Document Cost – The cost of tender document is Rs. 3,000/- (Rs. Three Thousand only),per
set to be paid online. Cost of the tender document is non-refundable and tender document is non-
transferable.
2.2 Earnest Money – A sum of Rs. 93,180/- (Rs. Ninety Three Thousand One Hundred and Eighty Only)
as earnest money is to be deposited with the tender document in the manner and form specified
above.
2.3 1. Eligibility Criteria given below shall be fulfilled by the tenderer- (Applicable only for works
costing more than Rs.50.00Lacs)
(i) Technical Eligibility Criteria: (a) The tenderer must have successfully completed any of the
following works during last 07 (seven) years, ending last day of month previous to the one in
which tender is invited:
Three similar works costing not less than the amount equal to 40% of advertised value of the
tender,
or
Two similar works costing not less than the amount equal to 50% of advertised value of the tender,
or
One similar work costing not less than the amount equal to 80% of advertised value of the tender.
Similar Nature of work is defined as under- NIL
Note: Certificates from the private individuals for whom such works have been executed /being
executed shall not be accepted.
(Authority: Railway Board's Letter No. 94/CE-I/CT/4 (Pt. II), Dated 07/14.11.2013)
(ii) Financial Eligibility Criteria: The tenderer must have received contractual payments in the
previous three financial years and the current financial year upto the date of opening of
tender, at least 150% of the advertised value of the tender. The tenderers shall submit
Certificates to this effect which may be an attested Certificate from the concerned
department / client and/or Audited Balance Sheet duly certified by the Chartered Accountant
etc.
2.4 Credentials be submitted alongwith tender/s:
Documents(Applicable only for works costing more than Rs.50.00Lacs)
(i) Tenderer/s should enclose documents and certificates to show that he/they has/have satisfactorily
carried out works of the type involved in the construction of the work being tendered for. He/they
should also produce proof to the satisfaction of the Railway of his/their technical ability and financial
stability to undertake the work of the magnitude tendered for.

(ii) No work or supply shall ordinarily be entrusted for execution to a contractor whose capacity and
financial status has not been investigated and found satisfactory.
(iii) If the tenderer is a Partnership Firm, the conditions and the technical & financial eligibility criteria will
be applicable as per guidelines given in Annexure-“F”. Tender received without guidelines of Annexure-
“F” will be summarily rejected.
(iv) The tender/s shall submit the following documents along with his/their tender
a) A list of personnel, organization available on hand and proposed to be engaged for the subject
work.
b) List of plant and machinery available on hand (own) and proposed to be inducted (own & 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 the contract at the time of award, Date of award and Date
of actual start, Actual completion and Final value of contract should be given.
d) List of works on hand indicating description of work, contract value, and approximate value of
balance work yet to be done and date of award.
(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) Certificates from the private individuals for whom such works have been executed /being
executed shall not be accepted.

Page 25 of 44
(v) In case of open tenders costing above Rs.50.00 Lac, the tenderer/s will be required to meet the
following minimum eligibility criteria:- (Revised as per E.D/CE/G.Rly. BD.L.No. 2007/CE-
1/CT/Con./18 pt.XIIdt. 31.12.10).
(vi) a) “As a proof of technical experience/competence, the tenderer should have physically
completed successfully at least one similar single work for a minimum value of 35% of
advertised tender value, inclusive of the cost of cement and steel, in last three financial years
(i.e. Current year and three previous years) up to the date of opening of the tender”.
b) As a proof of sufficient financial capacity and organizational resources, tender/s should have
received the total payments against satisfactory execution of all completed/ongoing works of
all types (not confined to only similar work) during the last three financial years and in the
current financial year (upto the date of opening of the tender) of a value not less than 150%
of the advertised cost of work including the cost of cement and steel.
c) The technical eligibility criteria of having undertaken at least one similar work of minimum
value of 35% of advertised tender value in last three financial years may be dispensed with in
cases of bidders, who are either OEMs or sources approved by RDSO for related works
contracts.
d) The financial eligibility criteria (viz the turnover of the firm from the contractual payments
received against supply contracts during the last three financial years plus the current
financial year till the date of tender opening should be minimum of 150% of the tender value)
may be dispensed with in case of bidders who are either OEMs or sources approved by RDSO
for related works contracts.
e) Firms not featuring in RDSO’s approved list of works contracts shall have to fulfil the eligibility
criteria as stipulated in BS Sudhir Chandra Committee’s recommendations. (Ath for clause c, d
and e above is Rly Bd. L. No. 2011/ M(M&P)/ 7/ 2/ Guidelines dt. 23.08.2012).
2.5 The intending tenderer must obtain for himself on his own responsibility and at his own expense, all
information which may be necessary for the purpose of making a tender offer and for entering into a
contact. He shall examine the drawings and specification and if considers it necessary, may inspect the
site of work and acquaint himself with all local condition, the period and stage of work, before
submitting the tender. The intending tenderer will be deemed to have satisfied himself by actual
inspection of the site and locality of the works, that all conditions liable to be encountered during the
execution of the works are taken into account and that the rates be entered in the tender forms are
adequate and all inclusive for the completion of the works to the entire satisfaction of the Railways.
2.6 Completion Period (with Liquated Damages condition) – The overall work is required to be completed
within a period of 365 days from the date of issue of advance acceptance.
2.6.1 The time for completing the work by the date or extended date fixed for completion shall be deemed to
be the essence of the contract and if the contractor fails to complete the work within the time
prescribed, subject to the Force Majore clause, Railway shall be entitled to, without prejudice to any
other right or remedy available on that behalf, recover by way of liquidated damages a sum equivalent
to one half of one percent of the contract value of the work for each week or part of the week the
contractor is in default, and allow the contractor such further extension of time as the Engineer may
decide. If Railway is not satisfied that the work can be completed by the contractor and in the event of
failure on the part of the contractor to complete the work within the further extension of time allowed
as aforesaid, Railway shall be entitled to, without prejudice to any other right or remedy available in
that behalf, appropriate the contractor’s security deposit and performance guarantee and rescind the
contract, whether or not actual damage is caused by such default.
2.6.2 If the work could not be completed within above period because of Railway not being able to provide
the site to the contractor or for any other reason(s) for which Railway is responsible, the period of
execution may be extended by upto twelve months without LD. The contractor would, therefore, be
bound to complete the work upto twelve months after the schedule date of completion under the same
terms and conditions and cost in which the work has been awarded.
2.7 The contractor shall also employ following qualified engineers during the execution of the work:
a. One qualified Graduate Engineer when cost of work to be executed in Rs. 200 Lakh and above.
b. One Qualified Diploma Holder Engineer when the cost of work to be executed is more than Rs. 25
Lakh but less than Rs. 200 Lakh.
c.

Page 26 of 44
2.8 Tender Submission - Tender must be submitted online within stipulated date and time. The tender
document will not be available online after 15.30 hrs on 02.01.2019. The tender will be opened at
15.35 hours on dt.02.01.2019. The tenderers are not required to be present during the opening.
Further, Railway reserves the right to open the tender at any time after closing of tender.
2.9 Annexure Documents –
Following documents should be submitted along with Tender Document: (a) List of personnel,
organization available on hand (own) and proposed to be engaged for the subject work. (b) List of
Plants & Machineries available on hand (own and hired to be given separately) for the subject
work. (c) Tenderer should not quote any conditional offer, as such conditional offers are liable to
be rejected. (d) Relevant document/ experience / performance certificates etc., if any, in
compliance to tender clauses mentioned above.

3.0 Scope of Work – The work of “Robotic AC Duct Cleaning and Sterilization by ozone in AC coaches”
shall be as mentioned below:-
3.1 Firm should have completed Robotic Cleaning of AC Duct and Sterilization by Ozone.
 In AC Coaches of Indian Railway during POH
 Central Government department or State Government or PSU.
 Central Government of Public Utilities.
 Tenderer should have work experience certificate issued by Central /State PSUs Govt. of
India/State Govt. shall be considered.
3.2 Firm preferably be registered company of NADCA (National Air Duct Cleaners Association) or
authorized dealer of any NADCA registered company.
3.3 Robots to be used for duct cleaning should be certified from Government institutions regarding
safety.
3.4 Robotic duct cleaning equipment shall be arranged by the successful contractor.
3.5 The firm shall have to remove the air diffusers / grills of the coaches, and shall have to enclose the
housing with proper arrangement to get the proper cleaning of entire duct of AC Coaches. After
cleaning of the entire duct, the successful contractor shall have to fix the air diffusers / grills duly
cleaned. The contractor shall be responsible for keeping the removed air diffusers/grills in safe
custody and in case of any deficiency on arrival, the same shall be brought to the notice of the
Railway representative before dismantling of the air diffusers/grills. The contractor shall have to also
ensure the safety of cables of light and fans, any damage to the cables during cleaning of robot, the
same shall be got attended free of coast by the contractor.
3.6 The contractor shall also remove the return air grills/ wire mesh from the return air ducts on both
the sides of the AC coach and arrange for cleaning of the same. After cleaning / washing/Painting of
the return air grills, wire mesh and return air duct, the same shall be got fixed by the contractor
staff.
3.7 The contractor shall be permitted to use trolley available with the Railway’s for transporting the air
diffusers / grills for washing and safe custody.
3.8 The cost of all consumables items required for cleaning of the air duct is included in the cost. No
separate payment shall be made to the contractor.
3.9 To and fro transportation for the cleaning equipment and labor cost shall be the responsibility of the
contractor.
3.10 During cleaning of the duct other equipment of the coach shall not be disturbed.
3.11 The firm shall submit the post and pre cleaning video CD of each coach and also submit the records
before the coach is turned out from the workshop.
3.12 The electricity charges for cleaning of duct shall be borne by Railway. The electricity and water
required for cleaning work shall be supplied free of cost by Railway.
3.13 Any work not specifically mentioned, but required for successful completions of work are deemed
to be included in the work.
3.14 All the works executed should be to the satisfaction of Railway.
3.15 The duration of completion of the work of Duct cleaning in 312 AC coaches shall be 365days.

Page 27 of 44
3.16 If firm fails to complete the cleaning work within the stipulated time, on which the coach is placed
& handed over to contractor by Railway for cleaning a penalty of Rs.2,000/- (Rupees Two
Thousand) shall be imposed per day per coach. The said penalty is not applicable, if the delay is
caused due to Railways.
3.16.1 The cleaning procedure is as follows:
a. The supply ducting is zoned, so they can be cleaned separately.
b. The access is cut into the supply plenum and the flexible duct from the Power Vacuum inlet is
connected to the plenum with quick-connect attachment collar. The vacuum is then turned on to
create inflow within the supply ductwork.
c. Each branch is cleaned separately starting with the branch farthest from the AHU. The air is
blasted with compressed air from the compressor using nozzles. This pushes any dirt or debris
into the branch run.
d. Using reverse flow to dislodge debris accumulated in the duct then cleans the main run. It also
pulls the loosened debris backward towards the portable power vacuum, to be captured in its
filtration/collection system.
e. All the grilles and diffusers shall be removed and shall clean the same before re- installation for
conventional AC coaches.
f. If the return air is ducted then the same shall be cleaned in the same manner as explained for
the supply air ducting.
g. With the help of video inspection system the condition inside the duct can be seen before and
after cleaning the ducts.
h. When the Air duct size found small firm has to arrange the suitable size Robotics camera for
video Inspection System which shown us the complete operation while cleaning. Also suitable
cleaning arrangement for small duct, if required shall be arranged by firm.
i. The Video Inspection system also has got Robotic Camera, which shows us the complete
operation while cleaning.
j. The entire process shall be recorded in a VCD and then to a CD of each coach.

3.17 In the event of non-provision of stipulated work, coaches, site or any other item(s) shown in the
scope of work/ schedule of rates and quantities to the contractor, Railways shall not be held
responsible in any way for any losses incurred by the contractor, for any of the above reasons, on
account of non-engagement of his men, material or machinery.

Dy. Chief Electrical Engineer,


Jagadhri Workshop,

Page 28 of 44
CHAPTER -3

Price and Payment

Page 29 of 44
4.0 The chapter deals with prices to be paid to the contractor for completion of various items of work.
The contractor shall be paid for completed jobs in accordance with the accepted schedule of rates
and quantities, as stipulated in the tender document.
4.1 Schedule of Prices -
(a) Unit prices for materials:
Unless otherwise so indicated under Chapter 2 (scope of work and special conditions of tender), the
unit prices of all items, as quoted in the schedule of rates and quantities shall be inclusive of
GST/duties/levies, insurance, packing and forwarding, freight, handling etc. charges, as applicable.
Nothing extra, on any item, due to any reason whatsoever shall be permissible, even if it pertains to
a statutory levy, etc.Octroi exemption certificate/road permit shall be provided, however, by
Railway, if asked for by the contractor.
The deductions towards temporary electric connections, if provided by the Railways shall be made
from the bill(s) of the contractor as per extant rules and General Conditions of the Contract.
(b) Unit prices quoted shall be firm. No price variation shall be permissible on any account.
(C) Nothing extra shall be paid for the work at other places than Jagadhri Workshop as mentioned in the
clause 3.0 of the scope of work.
4.2 Tenderer shall pay necessary taxes, such as EPF, ESI etc whichever applicable as above to relevant
authorities or any other tax/ levies of Central/State Govt.
4.3 Tenderers will examine the various provisions of the central Goods and Services Tax
act,2017(CGST)/Integrated Goods and Services act ,2017 (IGST)/ Union Territory Goods and Services
tax act,2017 (UTGST)/respective state’s state goods and services tax act (SGST) also, as notified by
central/state Govt& as amended from time to time applicable taxes before bidding. Tenderers will
ensure that full benefit of input tax credit (ITC) likely to be availed by them is duly considered while
quoting rates.
4.4 The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST Act shall
submit GSTIN along with other details required under CGST/IGST/UTGST/SGST Act to railway
immediately after the award of the contract, without which no payment shall be released to the
contractor. The contractor shall be responsible for deposition of applicable GST to the concerned
authority.
4.5 In case the successful tenderer is not liable to be registered under CGST/IGST/ UTGST/SGST Act, the
railway shall deduct GST from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority.
4.6 Deduction of Taxes from Contractor’s Bills - Wherever the law makes it statutory for Railway to
deduct any amount towards sales tax, income tax etc. applicable, at source, the same shall be
deducted and deposited with the concerned authority. Relevant tax deduction certificate shall be
furnished by Railway, on demand from the contractor.
4.7 Payment Method – Payment shall be made by the office of Senior Accounts Officer, Jagadhri
Workshop through cheque or through NEFT/RTGS. The contractor shall be required to furnish
his/her bank account particulars, as and when asked for, to enable above payment.
Allocation for the work shall be 060-550-32.
4.8 Payment Schedule –
a. The payments shall be made as per actual measurements and in parts as per work done by the firm,
subject to the submission of verified bill and inspection certificate by the contractor.
b. On supply of material as indicated in the schedule of rates and quantities, 64% (considering cost of
material as 80% i.e. 80% of 80% = 64%) payment of the said SOR item shall only be made and the
balance 36% (i.e. 16% balance material cost and 20% labour cost) payment shall be released on
successful execution of the work, subject to the submission of verified bill and inspection certificate
by the contractor.

Deputy Chief Electrical Engineer,


Jagadhri Workshop.

Page 30 of 44
CHAPTER – 4
Schedule of Rate and Quantity

Page 31 of 44
CHAPTER – 4
Schedule of Rate and Quantity

Name of Work: - “Robotic AC Duct Cleaning and Sterilization by ozone in AC coaches”.

S. Rate Amount
Description Unit Qty
No. (Rs.) (Rs.)
1 Robotic AC Duct Cleaning and Sterilization by Coaches 312
ozone in AC Coaches.

2. Total Amount (in fig)


3. Total Amount (in words)
Note:-1. The tender should quotes rates for each items and the GST shall be mentioned separately.
2. The work shall be carried out as per scope of work at chapter 02.
3. In case of variation in figure and words of the quoted rates, the one in Railway’s favour shall
only be considered.

Signature of the Contractor & Seal

Page 32 of 44
Annexure-“A”

PERFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE BOND

Ref……………………………………… Dated……………………
Bank Guarantee No.…………
Amount (in Rs.)………………
To,
The President of India
acting through,
The Deputy Chief Electrical Engineer/JUDW
Northern Railway, Jagadhri.

1. Against Contract concluded by the Advance Acceptance of the Tender No.……… dated………
covering the execution of……………………………
……………………………………………………………………………………………………………………………………………………
………
(hereinafter called the said “Contract”) entered in to between the President of India acting
through, the Deputy Chief Electrical Engineer/JUDW, Northern Railway, Jagadhri (hereinafter
called the Government) and
……………………………………………………………………………………………………………………………………………………
………
…………………………… (hereinafter called the “Contractor”). This is to certify that at the request of
the Contractor, we,………………………………………………(bank), are holding in trust in favour of The
President of India, the amount of Rs……………………………………………
(……………………………………………) (sum in words) to indemnify and keep indemnified the President
of India (Government) against any loss or damage that may be caused to or suffered by the
Government by reason of any breach by the Contractor of any of the terms and conditions of
the said Contract and/or the performance thereof. We agree that the decision of the President
of India acting through the Dy. Chief Electrical Engineer/JUDW whether any breach of any of the
terms and conditions of the said contract and/or in the performance thereof has been
committed by the Contractor and the amount of loss or damage that has been caused or
suffered by the Government shall be final and binding on us and the amount of the said loss or
damage shall be paid by us forthwith on demand and without demur to the Sr. Accounts
Officer(W), N.Rly, Jagadhri Workshop.
2. We………………………………………………(bank), further agree that the guarantee herein contained
shall remain in full force and effect during the period that would be taken for satisfactory
performance and fulfilment in all respects of the said Contract by the Contractor, i.e.
till………………(viz. the date of completion of the said Contract and one year thereafter as
maintenance period) hereinafter called “said date” and that if any claim accrues or arises against
us……………(bank) by virtue of this guarantee before the said date, the same shall be enforceable
against us…………………,(bank) not withstanding the fact that the same is enforced within six
months after the said date, provided that notice of any such claim has been given to
us…………………(bank) by the Government before the said date. Payment under this letter of
guarantee shall be made promptly upon receipt of notice to that effect from the President of
India (Government).

3. It is fully understood that this guarantee is effective from the date of the said contract and that
we,……………………, (bank) undertake not to revoke this guarantee during its currency without the
consent in writing of the President of India (Government).

Page 33 of 44
4. We undertake to pay to the Government any money so demanded not withstanding and dispute
or disputes raised by the Contractor in any suit or proceeding pending before any courts or
Tribunal relating thereto our liability under this presents being absolute and unequivocal.

5. We,………………………………(bank), further agree that the President of India (Government) shall


have the fullest liberty, without affecting in any manner our obligations here under to vary any
of the terms and conditions of the said contract or to extend time of performance by the
Contractor from time to time or to postpone for any time or from time to time any of the
powers exercisable by the President of India (Government) against the said contractor and to
forbear or enforce any of the terms and conditions relating to the said contract and we,
…………………(bank) shall not be released from our liability under this guarantee by reason of any
such variation or extension being granted to the said Contractor or for any forbearance, and/or
omission on the part of the President of India or any indulgence by the President of India to the
said Contractor or for any such matter or thing whatsoever, which, under the law relating to
sureties, would, but for this provision have the effect of so releasing us from our liability under
this guarantee.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor.

Date…………………………… Signature………………………………

Place…………………………… Printed Name…………………………

Witness……………………… Designation……………………………

……………………………………………
(Bank’s Common seal)

Page 34 of 44
Annexure-“B”

NORTHERN RAILWAY
AGREEMENT OF WORKS
Total approximate value of the work Rs……………………………
(Rs………………………………………………………………………)
OPEN TENDER NOTICE NO. ……………………………………
Contract agreement No. …………………… Date………………………

1. ARTICLES OF AGREEMENT made this ……Day of the…… 2017 ‘between the President of India acting
through the Railway Administration hereinafter called the “Railway” of the one part and
M/s…………………………………………………………… hereinafter called the “Contractor” of the other part.

2. WHEREAS the contractor has agreed with the Railway for the performance of works
“………………………………………………………

…………………………………………………………………………………………………………………………………………………………………
” set forth in the Contract and Specifications of Northern Railway and Special Conditions and Special
specifications, if any, and in conformity with the drawings here into annexed AND WHEREAS the
performance of the said works is an act in which the public are interested.

3. NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railway,
the Contractor will duly perform the said work in the said schedule set forth and shall execute the same
with great promptness, care and accuracy in a workmanlike manner to the satisfaction of the Railway
and will complete the same in accordance with the said specifications and said drawings and said
conditions of contract on or before……2017 and will maintain the said work for a period of 12 calendar
months from the certified date of their completion and will observe, fulfil and keep all the conditions
therein mentioned which shall be deemed and taken to be part of this contract as if the same had
been fully set forth herein, AND the Railway both hereby agree that if the contractor shall duly
perform the said work in the manner aforesaid and observe and keep the said terms and conditions the
Railway will pay or cause to be paid to the contractor for the said work on the final completion there of
the amount due in respect there of at the rates specified in the schedule hereto annexed.

Deputy Chief Electrical Engineer/JUDW


For President of India.

Signature of the contractor…………………………………………………Address……………………………


Date…………………
Signature of the witnesses with Address
1…………………………………………………………………………
2…………………………………………………………………………………………… Date…………………

Page 35 of 44
Annexure –“C”
Constitution of firm

1 Constitution of the Firm/concern. Sole Prop/Partnership Firm / Company / JV / Society


(Tick as applicable)

2 Full name of firm /Company /


JV/Society

3 Year of formation / incorporation

4 PAN No.

5 Registered Office Address

6 Address on which correspondence


regarding this tender should be done.

7 Name of the proprietor / partners/JV


Members etc.

We have enclosed alongwith the tender, all the requisite documents pertaining to the constitution of the
firm/concern/company etc. as specified in clause 1.15 of the ternder documents. I/we understand that in
the absence of these documents, our tender shall be treated as having been submitted by the individual
who has signed the tender documents.

Signature of tenderer

Page 36 of 44
Annexure-“D”

Guidelines for Joint Venture/Partner ship firm for tender costing more than Rs.10.00 Crore.

Following stipulations shall be applicable for joint venture of firms/companies and consortium and
(hereinafter called JV). Joint venture/Consortium between individuals will not be accepted. Maximum No.
parties in the JV/Consortium should not be more than three.
1. One of the partners who are responsible for executing a major component of the proposed contract
shall be nominated as being in-charge during the execution. He will be called the lead partner and
shall be authorized to incur all liabilities and receive instructions for and on behalf of all partners of
the Joint Venture/Consortium. This authorization shall be evidenced by submitting a power of
attorney signed be legally authorized representative of all the partners of JV/Consortium with
further stipulation that it shall be valid for the entire period of completion / extended period of the
work including maintenance period.
2. All partners/constituents of JV/Consortium shall be jointly and severally liable / responsible for the
successful completion of the work as per the terms and conditions of the agreement of the contract
agreement irrespective of their share and role specified in JV agreement.
3. A copy of Joint Venture agreement on non-judicial stamp paper duly attested by Notary Public with
seal and revenue stamp affixed thereon shall be submitted along with the tender. No JV will be
accepted after submission of the tender bid. However, the Joint Venture agreement will be got duly
registered before the Registrar of Firm or any nominated authority under the law of the land before
the contract is awarded.
4. Joint Venture agreement shall include among other thing the joint venture objective, the proposed
management structure, contribution of each constituent, role and responsibility of each partner
covering all aspects of the planning and successful execution of the work, the commitment of the
partners to the joint and several liability for due performance.
5. In addition recourse/sanctions within joint venture in the event of default/withdrawal of any partner
and arrangement for providing the required indemnities shall be spelt out and shall be binding on
each partner of the joint venture.
6. The arrangement for investment and other resources required for successful execution of work
under joint venture shall be spelt out.
7. The share of profit and loss of each constituent of the Joint Venture shall be clearly spelled out.
8. Tender should be purchased in the name of JV/Consortium, Earnest Money and or Bank Guarantee
shall also be in the name of JV/Consortium.
9. Every partner of JV should have good credentials. Technical and financial capacity of the JV /
Consortium shall be adjudged based on satisfactory fulfilment of all the below mentioned clauses:-
10. A) Each member of the JV/Consortium must have individually completed at least one construction
work of value more than 1/6th value of the tender cost in last three years i.e. assessment years &
three previous financial years upto the date of opening of tender.

B) At least one of the member of the JV/Consortium must have satisfactory completed at least one
similar single work for minimum value of 35% of advertised tender value, in last three financial
years (i.e. current year & three previous financial years) upto the date of opening of the tender.
C) Each member of the JV/Consortium should have received the total payment against satisfactory
execution of all completed/ on going works of all types (not confined to similar works) during
the last three financial years and in the current financial year (upto the date of opening of the
tender) of a value not less than 50% of the advertised cost of work including the cost of cement
and steel.
D) The arithmetic sum of annual contractual payment received by all members of the
JV/Consortium in last three financial years and current financial year should be more than 150%
of the tender cost.

Page 37 of 44
Annexure-“E”

GUIDELINES FOR PARTNERSHIPDEED IN TENDERS

1. Following stipulations shall be applicable for Partnership firms except to the extent mentioned
herein below, “The provision of Indian Partnership Act, 1932” shall be applicable to firm and the
partners.
2. One of the partners who is responsible for executing a major component of the proposed contract
shall be nominated as being in-charge during the execution. He will be called the lead partner and
shall be authorized to incur all liabilities and receive instructions for and on behalf of all partners of
the Partnership firm. This authorization shall be evidenced by submitting a power of attorney
signed by legally authorized representative of all the partners of Partnership firm with further
stipulation that it shall be valid for the entire period of completion/extended period of the work
including maintenance period.
3. All partners of partnership firm shall be jointly and severally liable/ responsible for the successful
completion of the work as per the terms and conditions of the contract agreement irrespective of
their share and role specified in partnership deed.
4. The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a
partnership concern. If the tender is submitted on behalf of partnership concern, he should submit
the certified copy of partnership deed along with the tender and authorization to sign the tender
documents on behalf of partnership firm. If these documents are not enclosed along with tender
documents, the tender will be treated as having been submitted by individual signing the tender
documents. The Railway will not be bound by any power of attorney granted by the tenderer or by
changes in the composition of the firm made subsequent to the exhibition of the contract. It may,
however recognize such power of attorney and changes after obtaining proper legal advise, the
cost of which will be chargeable with the contractor.
5. No partnership will be accepted after submission of the tender bid.
6. Partnership deed shall include among other thing as the partnership firm objective, the proposed
management structure, contribution of each constituent, role and responsibility of each partner
covering all aspects of the planning and successful execution of the work, the commitment of the
partners to the joint & several liability for due performance.
7. In addition recourse/sanction within partnership deed in the event of the default/withdrawal of
any partner and arrangement for providing the require indemnities shall be spelt out and shall be
binding on each partner of the partnership firm.
8. The arrangement for investments and other resources required for successful exhibition of work
under partnership firm shall be spelt out.
9. The share of profit & loss of each partner of the partnership firm shall be clearly spelled out.
10 The tender should be purchase in the name of partnership firm. Earnest Money and Bank
Guarantee shall also be in the name of partnership firm.
11 (a) The technical criteria must be fully met with by any of the partner in the partnership firm based
on his proportionate percentage of partnership in the earlier partnership firm.
(b)With regard to the financial criteria, the sum total of the strength of each the partner in the previous
firms in that proportion will be added.
(c)During assessment of eligibility criteria, the proportion of their strength in the new partnership firm
shall not be taken into consideration.

Page 38 of 44
Annexure-“F”
Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria.
1. The Partnership Firms participating in the tender should be legally valid under the provisions of Indian
Partnership Act.
2. Partnership Firms are eligible to quote tender any value.
3. The partnership firm should have been in existence or should have been formed prior to submission of
tender. Partnership firm should have either been registered with the competent registrar or the
partnership deed should have been notarized prior to date of tender opening as per Indian partnership
Act.
4. Separate identity/name should be given to the partnership firm. The partnership firm should have
PAN/TAN number in its own name and PAN/TAN number in the name of the any of the constituent
partners shall not be considered. The valid constituents of the firm shall be called partners.
5. Once the tender has been submitted, the constitution of firm shall not be allowed to be
modified/altered/terminated during the validity of the tender as well as the currency of the contract
except when modification becomes inevitable due to succession laws etc. in which case prior permission
should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated.
The reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed.
The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the
Railways and the tenderer shall have no claims what so ever. Any change in the constitution of
Partnership Firm after opening of tender shall be with the consent of all partners and with the
signatures of all partners as that in the Partnership deed. Failure to observe this requirement shall
render the offer invalid and full EMD shall be forfeited. If any partner/s withdraw from the firm after
opening of the tender and before the award of the tender, the offer shall be rejected. If any new partner
joins the firm after opening of tender but prior to award of contract, his/her credentials shall not qualify
for consideration towards eligibility criteria either individually or in proportion to this share in the
previous firm. In case the tenderer fails to inform Railway beforehand about any such
change/modification in the constitution which is inevitable due to succession laws etc. and the contract
is awarded to such firm, then it will be considered a breach of contract conditions liable for
determination of contract under Clause 62 of General Condition of Contract.
6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a
partner of any other firm in the same tender.
7. The tender form shall be purchased and submitted only in the name of partnership firm and not in the
name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The
EMD submitted only in the name of any individual partner or in the name of authorised partner(s) shall
not be considered.
8. One or more of the partners of the firm or any other person(s) shall be designated as the authorized
parson(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm
through a “Power of Attorney”, specifically authorizing him/them to submit & sign the tender, sign the
agreement, receive payment, witness measurements, sign measurement books, make correspondences,
compromise, settle, relinquish any claim(s) preferred by the firm, sign “No Claim Certificate”, refer all or
any dispute to arbitration and to take similar such action in respect of the said tender/contact. Such
“Power of Attorney” should be notarized/registered and submitted alongwith tender.
9. A notary certified copy of registered or notarized partnership deed shall be submitted alongwith the
tender.
10 On award of the contract to the partnership firm, a single performance guarantee shall be submitted by
the firm as per tender conditions. All the guarantee like performance guarantee, guarantee for
Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the
partnership firm and no splitting of guarantee among the partners shall be acceptable.
11 On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm
only and not in the name of any individual partner.
12 In case, the contract is awarded to a partnership firm the following undertakings shall be furnished
by all the partners through a notarized affidavit, before signing of contract agreement:-
a) Joint and several liabilities - The partners of the firm to which the contract is awarded, shall be
jointly and severally liable to the Railway for execution of the contract in accordance with general and
special conditions of the contract. The partners shall also be liable jointly and severally for the loss,
damages caused to the Railway during the course of execution of the contract in accordance with
general conditions of the contract. The partners shall also be liable jointly and severally for the loss,

Page 39 of 44
damages caused to the Railway during the course of execution of the contract or due to non-
execution of the contract or part thereof.
b) Duration of the partnership deed and partnership firm agreement- The partnership deed/partnership
firm agreement shall normally not be modified, altered, terminated during the currency of contract and
the maintenance period after the work is completed as contemplated in the conditions of the contract.
Any change carried out by partner in the constitution of the firm without permission of Railway, shall
constitute a breach of contract liable for determination of contract under Clause 62 of General
Conditions of Contract.
c) Governing Laws– The partnership firm agreement shall in all respect be governed by and interpreted in
accordance with the Indian laws.
d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the
contract without the written consent of the other partner and that of the Railway in respect of the
tender/contract.
13 The tender shall clearly specify that the tender is submitted on behalf of a partnership concern. The
following documents shall be submitted by the partnership firm, with the tender.
a) A copy of registered/notarized partnership deed duly authenticated by notary.
b) Power of Attorney duly stamped and authenticated by a Notary Public or by a magistrate from all
partners of the firm in favour of one or more of the partner(s)or any other person(s) detailed in
para(8)above.
c) An undertaking by all partners of the partnership firm shall be given that they have not been black listed
or debarred by Railways or any other Ministry/Department of the Govt. of India/any State Govt. from
participation in tenders contract on the date of opening of bids either in their individual capacity or in
any firm in which they were/are partners. Concealment/wrong information in regard to above shall
make the contract liable for determination under Clause 62 of General Conditions of Contact 1999.
14 Evaluation of eligibility of a partnership firm:
Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfilment of the
following condition:
i) Technical eligibility criteria:- The tenderer should satisfy either of the following criteria:-
The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in “para 2.4
of Scope of Work And Special Conditions of Tender”) in its own name and style:
OR
a) In case the partnership firm does not fulfil the technical eligibility criteria in its own name and style, but
one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in
different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria
(defined in “para 2.4 of Scope of Work And Special Conditions of Tender”) on the basis of his/her
proportionate share in that proprietorship/partnership firm reduced further by his/her percentage
share in the tendering firm.

ii) Financial eligibility criteria:- The tenderer shall satisfy either of the following criteria:-
a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as defined in
“para 2.4 of Scope of Work And Special Conditions of Tender”) in its own name and style.
OR
b) In case the partnership firm does not fulfil the technical eligibility criteria in its own name and style, but
one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in
different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria (as
defined in “para 2.4 of Scope of Work And Special Conditions of Tender”) on the basis of his/her
proportionate share in that proprietorship/partnership firm reduced further by his/her percentage
share in the tendering firm.

Example on Evalution of Technical & Financial Eligibility of Partnership Firm

A tendering partnership firm “ABCD” four constituent partners namely “A”, “B”, “C” & “D” with their
respective shares as 40%, 30%, 20% & 10% but this firm has not executed any work in its own name and style.
However, the constituent partners have executed the work in earlier partnership firm(S) or as sole proprietor
as under:-
i) Partnership firm “ABZ” having three partners namely “A”, “B” & “Z” with respective shares of
10%,20%&70% has executed a work of value Rs. 10.00 crores earlier.

Page 40 of 44
ii) Partnership firm “CYX” having three partners namely “C”, “Y”& “X” with respective shares of
50%,30% & 20% has executed a work of value Rs.5.00crores earlier.
iii) Sole proprietorship firm “P” having “D” as sole proprietor has executed a work of value Rs.
2.00crores earlier.

The evaluation of technical and financial eligibility of tendering firm “ABCD” shall be done by taking
proportionate share of credentials of partners A,B,C&D derived from their earlier partnership firms to be
reduced further by their percentage share in tendering firm as calculated in table below:-

1 2 3 4 5
Part Credentials of “A&”B” Credentials of “C” derived Credentials of “D” Contribution of
ners derived from firm from firm “CYX” firm which derived from firm “A”,”B”,”C”&”D” to
“ABZ” which has has executed work of Proprietorship firm “P” credentials of
executed work of Rs.5.00Crores which has executed tendering firm
Rs.10.00crores work of Rs. 2.00Crores “ABCD”
% share Proportiona % share Proportionate % Proportionate % share Proportiona
in firm te in firm credentials share credentials in firm te
“ABZ” credentials “CYX” in firm “ABCD” credentials
“p”
A 10% 10%of - - - - 40% 40%of 1Cr.=
10Cr.=1.0Cr 0.4Cr
.
B 20% 20%of - - - - 30% 30%of 2Cr.=
10Cr.=2.0Cr 0.6Cr.
C - - 50% 50%of 5Cr.=2.5Cr. - - 20% 20%
of2.5Cr.
=0.5Cr.
D - - - - 100% 100%of 10% 10%of2Cr.=
2Cr.=2.0Cr. 0.20Cr.

Evaluation of Technical Eligibility:

Any one of the partners of “ABCD” tendering firm viz. A,B,C&D should satisfy the technical eligibility
criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced
further by his percentage share in the tendering firm. As calculated in above table, the contribution of
partners A,B,C&D towards the credentials of tendering firm “ABCD” will be taken as Rs. 0.40Cr., Rs. 0.60Cr.,
Rs. 0.50Cr., Rs. 0.20 Cr respectively. Thus, in this example the firm “ABCD” is deemed to have executed one
single work of maximum value of Rs.0.60Cr. For the purpose of Technical eligibility criteria.

Evaluation of Financial Eligibility:

The arithmetic sum of the contribution of all the partners of tendering firm “ABCD” derived on the basis of
their respective proportionate share in the earlier partnership firms reduced further by their percentage
share in the tendering firm in this example will be taken as Rs. 1.70 Cr. (i.e. A+B+C+D= 0.40+0.60+0.50+0.20
= 1.70 Cr.). Thus in this example, the firm, “ABCD” is deemed to have received contractual payments of Rs.
1.70Cr. For the purpose of financial eligibility criteria.

Page 41 of 44
Annexure-“G”

MANDATE FORM FOR EFT/NEFT

1. PARTICULARSOF THE PARTY

i). NAME :___________________________________________________

II). ADDRESS :______________________________________________

iii). PHONE No :___________MOBILE___________FAX No.____________

iv). INCOME TAX PAN No.:_____________EMAIL ID._________________

2. PARTICULARS OF BANK ACCOUNT


I) CITY :______________________________________
II) BANK NAME :_________________________________
III) BRANCH :_________________________________________
IV) BANK ADDRESS :________________________________
V) BANK TEL NO. :__________________ FAX No. ______________
VI) BANK MICR CODE (9 DIGIT) : ___________________
VII) BANK IFS CODE :___________________
VIII) BANK ACCOUNT NO:_____________________
IX) ACCOUNT TYPE: (SAVING/CURRENT/CASHCREDIT):___________
(Please enclose a cancelled blank cheque)

3. Certified that the particulars furnished/with reference to Bank Account are correct and the bank
guarantees to honour all EFT/NEFT advices/reports as per RBI Regulations.

________________________
Bank’s Seal Signature of the authorized official of the bank

4. DECLARATION BY THE PARTY

I) I hereby declare that the particulars given in this mandate form are correct and complete. If the
transaction is delayed or not effected at all for reasons of incomplete or incorrect information,
the User institution i.e., SAO/NR/Jagadhri Workshop will not be held responsible.
ii) Date_______________

Signature of the Party with Stamp.

Page 42 of 44
Annexure H

Page 43 of 44
Page 44 of 44

Das könnte Ihnen auch gefallen