Sie sind auf Seite 1von 39

START OF THE DOCUMENT

NORTHERN RAILWAY

Tender No. 150-Elect/CR/302

Name of Work:- “Annual Maintenance contract of 4 Nos. D.G. Sets installed in


Delhi main, HazaratNizamuddin, Delhi subjeemandi, and Rohni for three year”

ISSUED BY

DY.CHIEF ELECT.ENGR/CR
Northern Railway, IRCA Building,
NEW DELHI.
ISSUED TO

M/s………………………….

………………………………

……………………………….

……………………………….

COPY NO.:

Money Receipt no.:-

Date:-

Signature of O.S.

PRICE Rs. 1000/-


By post PRICE Rs. 1500/-

C-1
NORTHERN RAILWAY

Tender No. 150-Elect/CR/286-R

Name of Work:- “Annual Maintenance contract of 4 Nos. D.G. Sets installed in


Delhi main, HazaratNizamuddin, Delhi subjeemandi, and Rohni for three year”

Approximate cost : Rs. 1, 52,640/=


(†Öã´ÖÖ×ÖŸÖ »ÖÖ ミ ÖŸÖ)
Earnest Money : Rs. 3,500/=
(¬Ö¸üÖêÆü¸ü ¸üÖ׿Ö)
Completion Period : 36 Months
(ヘ úÖµÖÔ ¯Öæ¸üÖ ヘ ú¸üÖê ヘ úß)
Date of receipt of tender : 16.06.2008 up to 14.30 hrs.
(×Ö×¾Ö¤üÖ •Ö´ÖÖ ヘ ú¸üÖê ヘ úß ×ŸÖ×£Ö)
Date of Opening : On 16.06.2008 soon after 14.30 hrs.
(×Ö×¾Ö¤üÖ マ ÖÖê»ÖÖê ヘ úß ×ŸÖ×£Ö)
Whether the partnership deed and Power of Attorney furnished with the tender or not?
The working contractor should submit a list of works with their respective value of
AGREEMENTS ALONGWITH THE TENDER.
IMPORTANT NOTE:-
1-The above information may please be furnished invariably otherwise; the tender is
likely to be rejected.
2-Tenderer are requested to sign all the pages of this Tender document duly stamped
and filled the Schedule of rate and submit the same in original in sealed cover.
3-×Ö×¾Ö¤üÖ ¯ÖÏ¯Ö¡Ö †ÆüßÖÖÓŸÖ¸ü ン ÖßµÖ Æîü… ײÖÖÖ
¬Ö¸üÖêÆü¸ü ¸üÖ×¿Ö ヘ êú ×Ö×¾Ö¤üÖ ¯ÖÏ¯Ö¡Ö ´ÖÖµÖ ÖÆüà
ÆüÖëÖë… ‡™ü¸üÖî™ü êú ´üÖ¸üÖ ›üÖˆÖ»ÖÖê›êü›ü ×-
Ö×¾Ö¤üÖ ¯ÖÏ¯Ö¡Ö êú ÃÖÖ£Ö ×Ö×¾Ö¤üÖ ¯ÖÏ¯Ö¡Ö úß úß
´ÖŸÖ ¾Ö ¬Ö¸üÖêÆü¸ü ¸üÖ×¿Ö (›ÒüÖ°™ü µÖ ³ÖãÖŸÖÖÖ
†Ö¤êü¿Ö ×¾Ö¢ÖßµÖ ÃÖ»ÖÖÆüúÖ¸ü ‹¾ÖÓ ´Ö㏵Ö
»ÖêÖÖ †×¬ÖúÖ¸üß/ ¾µÖµÖ / ²Ö¸üÖê¤üÖ ÆüÖˆÃÖ ü/ Ö‡Ô
פü»»Öß êú ¯Ö チ Ö ´Öë ) †¾Ö¿µÖ ÆüÖêÖß ÒÖÖ×ÆüµÖê…
Offers without Earnest Money will be summarily rejected. If documents are down loaded
from internet, cost of document shall also be attached with documents ( in the shape of
pay order/Draft in favour of FA&CAO/ X/N.Rly. B.House, New Delhi at the time of
submission of document.
4-×Ö×¾Ö¤üÖ マ ÖÖê»ÖÖê ヘ úß ×ŸÖ×£Ö ヘ êú פüÖ †¾Ö ヘ úÖ¿Ö
ÆüÖêÖê ヘ úß ¤ü¿ÖÖ ´Öë ×Ö×¾Ö¤üÖ †ミ Ö»Öê ヘ úÖµÖÔ
פü¾ÖÃÖ ¯Ö¸ü ×Ö¬ÖÖÔ׸üŸÖ ÃÖ´ÖµÖ ¯Ö¸ü マ ÖÖê»Öß
•ÖÖ‹ミ Öß…
In case the intended date for opening of tenders is declared a holiday, the tenders will be
opened on the next working day at the same time.

SIGNATURE OF THE
ISSUSING OFFICER
SIGNATURE OF THE TENDERER.

C-2
CONTENTS

PAGE NOS.

1. Top Sheet C-1

2. Tender Form (First Sheet) C-4

3. Meaning of Terms C-5

4. Part I Conditions of Tender & Instructions to Tenderer C-6 to C-14

5. Annexure I Specific condition of work, Drawings, Night work C-15 to C-16

5. Part II Special Condition of the Contract (General) C-17 to C-18

6. Part III prices and payment C-19

7. Part III-a Special condition of contract C-20

8. Annexure I-a. Offer letter C-21

9. Annexure II Agreement of works C-22

10. Annexure III Proforma for Bank Guarantee for Security Deposit. C-23 to C-24

10. Annexure IV Proforma for Indemnity Bond. C-25

11. Annexure V Supplementary Agreement C-19 to C-

12. Annexure ‘V’ ,VI & ‘VII’ Documents required to be furnished


along with the tender. C-26 to C-27

13. Schedule ‘A’ Rates & Quantities C-27


14. Technical Specifications T-1 to T-9

C-3
NORTHERN RAILWAY
The President of India
Acting through:
Dy.Chief Elect. Engr. /CR
N.Rly, IRCA Building,
New Delhi.

1. I/We…………………………………………………………………………have
read the various conditions to tender documents attached hereto and hereby
agree to abide by the said conditions. I/we also agree to keep this offer open for
acceptance for a period of (90) ninety days from the date fixed for opening of
the same in default thereof. I/we will be liable for forfeiture of a Security
Deposit. I/We offer to do the work for…………………………………………………
………………………………………
at the rates quoted in the attached schedule and hereby bind myself/ourselves
for…………………………………………………………………………………………
………………………………………from the date as mentioned in advance letter of
acceptance. I/We also have agreed to abide by the general and special
conditions of contract and for the materials and work laid down by the Railway for
the present.
2. A sum of Rs……………………………. ( )
is hereby forwarded as Earnest Money in addition to the sum of Rs. ………..........
( ) as security deposit mentioned above. The full
value of the earnest money shall stand forfeited without prejudice to any other
rights or remedies if:-
a) I/We do not execute the contract documents within seven days on receipt
of notice issue by the Railway at such documents are ready.
OR
b) I/We do not commence the work within ten days of receipt of orders to that
effect.
The sum of earnest money in the form of cash lodged with the Chief Cashier,
N.Rly., Delhi vide Cash Receipt No. dated ………………………………..
Pledged in favour of FA&CAO/N.Rly. K.Gate, Delhi deposited in the form of pay
order./Deposit Receipt Demand Drafts No…………………amounting to Rs...........
Date……………………… is attached.

Until a formal agreement is prepared and executed, acceptance of this tender


shall constitute a binding contract between us subject to modification as may be
mutually agreed to between us as indicated in the letter of acceptance for this
work.
SIGNATURE OF WITNESS SIGNATURE OFCONTRACTOR/S
ADDRESS DATED: -
CONTRACTORS ADDRESS

C-4
INSTRUCTIONS TO TENDERERS
The intending tenderer is advised to study the tender papers carefully. The tenderer
shall also acquaint him with the actual conditions, means of access to the site, nature
of work and all other matters pertaining thereto. The submission of a tender shall be
deemed to have been done after careful study and examination of the Tender papers
with a full understanding of the implications thereof.

MEANING OF TERMS

1. TENDER PAPERS
The instructions to Tenderer, Conditions of Tendering, General Conditions of
Contract, Prices & Payment, Special Conditions of contract, forms, Technical
Specifications. Hereafter these papers are, collectively referred to as the Tender
Papers.

2. INTERPRETATIONS
The following terms shall have the meanings assigned hereunder except where the
context otherwise required.
a) “RAILWAY” shall mean the President of Republic of India or the General
Manager, Northern Railway or the office authorized to invite tenders and enter
into contracts for works on his behalf.
b) General Manager shall mean the officer in Administration charge of the whole of
the project and shall mean and include the officer Incharge of the Railway.
c) Engineer shall mean the Dy.Chief Electrical Engineer, in executive charge of the
works and shall include Chief Electrical Engineer, N.Rly, Baroda House, New
Delhi.
d) Engineer’s representative shall mean the Astt. Elect. Engineer in direct charge
of the works and shall include any Inspector of the Electrical Engg. Department
appointed by Dy. Chief Elect. Engr./CR of the Northern Railway.
e) Tenderer shall mean the person, the firm or Company who tenders for the
works with a view to executing the works on contract with the Railway and shall
include their personnel representatives, successors, and permitted assignee.
f) Contractor shall mean and include the Agreement of Work order, the accepted
schedule of rates for items of works quantified or not quantified, the general
conditions of contract, and the special conditions of contract, the drawing, the
specifications and tender forms if any.
g) Site shall mean the 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 purposes of the contract.
h) Works shall mean the works contemplated in the drawings and schedules in the
tender forms and description of contract and required to be executed according
to specifications.
i) Drawings shall mean the drawings, plans and tracings or prints thereof annexed to
the tender forms.
j) Singular and plural word importing the singular number shall also include the plural
and vice versa, where the context requires.
k) All prices shall also be expressed in words also, in case inconsistency between two
price written in words shall be accepted.
Note-In case of any dispute of the interpretation on any Clause in the terms and
conditions of the contract, decision of Railway will be final and binding upon the
contractor.
C-5 Signature of tenderer
Part-I
CONDITIONS OF TENDER& INSTRUCTIONS FOR FILLING TENDER DOCUMENT
1. Details of works:-
2. TENDER DOCUMENTS
2.1 The tender documents consist of (a) Tender Form (First Sheet) (b) Special
Tender Conditions and Instructions to Tenders (c) Special Conditions relating to
site date and specifications. These must be submitted together as one set,
failing which the tender is liable to be rejected.
2.1.2 Tender documents can be had from the office of the Dy. Chief elect. Eng./CR,
Northern Railway, IRCA building, New Delhi on any working day from 10.00 hrs.
to 16.00 hrs. from 14.05.2008 to 13.06.2008 on payment of Rs. 1000/- (Rs. One
thousand only) in cash per set. The cost of this tender form is not refundable
and the tender form is not transferable.
2.1.3 These tender documents must be submitted duly completed in all respects, in a
sealed cover super scribed as Tender Form “As on Top sheet” and should be
deposited by hand with the Dy.Chief Elect. Engr. /CR/N.Rly, IRCA Building, New
Delhi up to 14.30 hrs. on 16.06.2008. The tender opening will be on the same
day at 14.30 hrs. & Rates read out in the presence of such Tenderer as are
present. Tender documents received after the time and date specified above may
not be considered. In case the intended date for opening of tenders is declared
a holiday, the tenders will be opened on the next working day at the same time.
2.2 COMPLETION OF TENDER DOCUMENTS:
2.2.1 The rates should be quoted in figures as well as in words. If there is variation
between the rates quoted in figures and in words, the rate quoted in “words” shall
be taken as correct. If more than one improper rate is tendered for the same
item, the tender is liable to be rejected.
2.2.2 Each page of the tender papers is to be signed with date & stamped by the
tenders/s or such person on his/their behalf who is/are legally authorized to sign
for him/them.
2.2.3 Tenders containing erasures and alterations of the tender documents are liable to
be rejected. Any corrections made by the Tenders/s in his/their entries should
be in same ink and must be attested by his/them under full signature and dated.
2.2.4 Additional conditions or stipulations if any must be made by the tenderer/s in a covering
letter with the tender. The Railway reserves the right not to consider conditional tenders
and reject the same without assigning any reason. Only those additional conditions,
which are explicitly accepted by the Railway, shall form part of the contract.
2.3 CREDENTIALS OF TENDERER/S
The tenderer/s should enclose documents and certificates to show that he/they
has/have satisfactorily carried out works of the type involved in the work being
tendered for. He/they should also produce proof for the satisfaction of the
Railway of his/their technical ability and financial stability to undertake the work of
the magnitude tendered for. He should have handled the one similar work
equivalent to 35% cost of the tender value in this tender in one year. Tenderer
should have also completed total work equivalent to 150% value of this tender in
last 3 years. Note: above clause is applicable for the works above 10 Lac.
2.3.1 The Tenderer shall submit with his/their tenders list of serviceable machinery,
tools and plants, equipment and vehicles. Tender should have workshop for
repair and contract no. at works as well as at residence. He/they have/has in
hand for executing the work and these he/they intends/intend to purchase.

C-6 SIGANATURE OF TENDERER


2.4 CONSTITUTION OF FIRM

2.4.1 The tenderer/s who are constituents of a firm company association or Society
must forward attested copies of the constitution of their concern, partnership
deed and power of attorney with their tender. Tender documents in such cases
are to be signed by such person/s as may be legally competent to sign them on
behalf of the firm, company Association of Society as the case may be
cooperative societies, must likewise submit an attested copy of their certificate of
registration along with the documents as afore mentioned.
The Railway will not be bound by any power of attorney granted by the tenderer/s
or by changes in the composition of the firm made subsequent to the execution
of the contract. The Railway may however, recognize such power of attorney
and changes after obtaining proper legal advice. Cost of such will be
chargeable to the contractor.
2.4.2 (a) If the tenderer expires after the submission of his tender or after the
acceptance of his tender, the railway shall deem such tender contract as
cancelled. If a partner of a firm expires after the submission of their tender, the
Railway shall deem such tender as cancelled unless the firm retains its character.
(b) If the contractor/s firm is dissolved on account of death, retirement of any
partner of for any reason what-so-ever before fully completing the whole work or
any part of it. Undertaken by the principal agreement the surviving partners
shall remain jointly severally and personally liable to complete the whole work to
the satisfaction of the Railway, due to such dissolution.
Note:-Dy. Chief Elect shall decide the amount of such Compensation.
Engineer/CR, N.Rly. IRCA Building, New Delhi of the Railway and his decision in
the matter shall be final and binding on the contractor.
(c) The cancellation of any document such as power of attorney partnership
deed etc. shall forthwith be communicated to the Railway in writing, failing
which the Railway shall have no responsibility or liability for any action
taken on the strength of the said documents.
(d) Tender shall intimate the change of address of workshop/Residence,
telephone number to this office immediately.

2.5 INCOME TAX CLEARANCE CERTIFICATE


2.5.1 The tenderer/s shall produce along with his /their tender the copy of latest
income tax return in original or attested copy thereof or a current sworn affidavit.
2.5.2 Under Section, 194-C of the Income Tax Act 1961, deduction of 2% Income Tax
and surcharge on I/Tax will be made for sums paid for carrying out the work
under this contract.
2.6 The value of contract and the quantities given in the attached schedule of rates
and quantities are approximate and are given only as a guide. These are
subject to variations additions and or emission in the quantum of work to be
actually carried out shall not form the basis of any dispute regarding the rates to
be paid and shall not give rise to any claim for compensation because of any
increase or decrease either in the quantity or in the contract value.

C-7 SIGNATURE OF THE CONTRACTOR/S


3. EARNEST MONEY
3.1 The Tenderer shall submit the Earnest Money Rs.3,500/= (Rs. Three thousand
Five Hundred) in the manner prescribed in Para3.1 (a) to 3.1(b) failing which the
tender shall be summarily rejected.
a) A sum of Rs. 700/- (Rs. Seven Hundred only) towards security deposit for due
performance of the stipulation and to keep the offer open for the period as
specified in clause 3.1.2. below: -
b) A sum of Rs. 2,800/- (Rs. Two Thousand Eight Hundred only) as earnest money. This
together with sum indicated in above will constitute the total EMD.
3.1.1 Labour Cooperatives are required to deposit only 50% of the earnest money as
referred to in Clause 3.1(a) and above.
3.1.2 The tender/s shall keep the offer open for a period of 90 days from the date of
opening of the tender in which period tenderer cannot withdraw his/their offer
subject to period being extended further if required, by mutual agreement from
time to time.
It is understood that the tender documents have been sold/issued to the
tenderer/s and the tenderer/s is/are being permitted to tender in consideration of
stipulation on their part that after submitting his/their tender, he/they will not
resale from his/their offer or modify the terms and conditions thereof in a manner
not acceptable to N.Rly should the tenderer/s fail to observe or comply with the
foregoing stipulation the amount deposited as security for the due performance of
the stipulation and to keep the offer open for the specified period, shall be
forfeited to the Railway. If tender is accepted, the amount of total earnest money
will be held as initial security deposit for the due and faithful fulfillment of the
contract. The earnest money of unsuccessful tenderer/s will, save as herein
before provided be returned to the unsuccessful tenderer/s within a reasonable
time, but the Railway shall not be responsible for any loss or depreciation that
may happen to the security for the due performance of the stipulation to keep the
offer open for the period stipulated in the tender documents or to the earnest
money while in Railway possession nor will be liable to pay interest thereon.
3.2 The earnest money of the requisite amount referred to in Para 3.1 above is
required to be deposited either in cash with the Chief Cashier, N.Rly., New Delhi
on any working day before 10.00 hrs. on 30.05.2008 or in any of the following
forms pledged in favour of FA&CAO/C/N.Rly, K.Gate, Delhi.
a) Deposit Receipt, pay order, Demand Drafts of the State Bank of India or any of
the Nationalized Banks or any of the Scheduled Commercial banks.
b) The official cash receipt or the bond (should be on the prescribed Performa) etc.
as the case may be must be attached with the tender.
c) Earnest money in the form of B/G will not be accepted.
NOTE:-
(i) Any request for recovery from outstanding bills for earnest money against
present tender will not under any circumstances to entertain. Tenders submitted
with earnest money in personnel cheques, Government Securities or in any form
other than those specified above shall not be considered.
3.3 The previous deposits of earnest money may be considered for
adjustment against the present tender if so desired by the tendered only
when the earlier tender has been finalized, the earnest money deposited has
actually become available without any attachment, and there is no change in the
constitution of the parties seeking adjustment.
C-8 Signature of tenderer
3.4 The previous deposits of earnest money may be considered for adjustment against the
present tender if so desired by the tendered only when the earlier tender has been
finalized, the earnest money deposited has actually become available without any
attachment, and there is no change in the constitution of the parties seeking adjustment.
4. ACCEPTANCE OF TENDER
4.1 If the tenderer/s deliberately give/s wrong information in his/their tender and
thereby creates/s circumstances for the acceptance of his/their tender, the
Railway reserves the right to reject such tender/s at any stage.
4.2 The authority for acceptance of the tender/s rest with Dy.CEE/CR, IRCA Building
who does not undertake to assign reasons for declining to consider any particular
tender or tenders. He also reserves the right to accept the tender in completely or
in part or to divide the tender amongst more than one tenderer, if deemed
necessary.
4.3 The successful tenderer/s shall be required to execute an agreement with the
President of India acting through the Dy.Chief Elect. Engr./ CR, N.Rly, IRCA
Building, New Delhi for carrying out the work as per agreed conditions. The cost
of stamp for the agreement will be born by the Northern Railway.
4.3.1 The contractors operations and proceedings in connection with the works shall at
all times be conducted during the continuance of contract in accordance with the
laws, ordinance, rules and regulations for the time being enforce and the
contractor shall further observed and comply with the bye laws and regulations of
the Government of India and State Government and of Municipal and other
authorities have jurisdiction ever in connection with the works or at site over
operation such as these are carried out by the contractor/s and shall give all
notices required by such bye laws and regulations. The Hospital and medical
Regulations enforce for the time being shall also be with by the
contractor/contractors and his worker.
4.3.2 The contractor shall be responsible for the observance of the rule and regulations
under the mines act and mineral rules and regulations of State Government
concerned as amended from time to time.
4.3.3 The contractor shall at all times keep the Railway Administration indemnified
against all penalties that may be imposed by the Government of India or state
Government for infringement of any of the clauses of the mines not and rules
made there under irrespective of quarries from this the ballast for these works is
procured.
4.4 The tenders shall not increase his/ their rates in case the Railway Administration
negotiates for reduction of rates. Such negotiations shall not amount to
cancellations or withdrawal of the original offer and rates originally quoted will be
binding on the tenderer/s.
4.5 The tenderer/s shall submit an analysis of rates if called upon to do so.
4.6 As per latest amendment in certain clauses in the existing General Condition of
contract and provisions in the extent policy circulars relating to works contracts vide
No.2007/CE-1/CT/18, Dated 28.09.2007 issued, in case there is increase or
decrease in quantity in one or more SOR items. The variation of the value of the
contract (for the purpose of assessing the increase in the quantity and the increase
in the value of contract) whichever is applicable shall be taken into account as per
latest amendment mentioned above. However it may please be noted that contractor
shall only increase the quantity only after the written permission of competent
authority (i.e. Dy.CEE/CR). Claim of extra work referring verbal instructions in this
regard shall not be entertained.
C-9 SIGNATURE OF THE CONTRACTOR/S
4.7 Non-compliance with any of the conditions set forth herein is liable to result in the
tender being rejected. The contractor shall be deemed to have carefully examined
the regulations for tender, the conditions of contract, specifications and drawings. If
tenderer have any doubt as to the specifications, he shall submit the same in writing
before signing the agreement set forth thereof to the Dy. CEE./CR, IRCA Build., N.
Delhi. The decision of the Dy.CEE/CR, in this respect shall be finals and binding on
the contractor.
4.8 The contractor shall also inspect the site of work and acquaint himself with all local
conditions, means of access to the work, nature of work and material pertaining
thereto.
4.9 The tenderer whose tender is accepted shall be required to appear at the office of
the Dy.Chief Elect.Engr./CR, IRCA Building, New Delhi in person or if a firm or
Corporation, a duly authorized representative shall so appear and execute the
contract documents. Failure to do so shall constitute breaches of the agreement
effected by acceptance of the tender in which case the Railway shall forfeit the
earnest money accompanying the tender as liquidated damages for such default.
4.10No RMC priority certificate shall be issued for carriage of tools, plants and
other materials belonging to the contractor.
4.11The Tender shall be sent under a covering letter in the form given in Annex. I .
4.12The tenderer shall treat the contents of the tender documents as private and confidential.
4.13Every tender shall state in the tender his postal address fully and clearly. Any
communication sent to the tenderer by post at his said address shall be deemed to
have reached the tenderer timely.
4.14Should the Railway decide to negotiate with a view to bring down the rates, the
tenderer called for negotiations should furnish the following form of declaration
before commencement of negotiations: -
“I do declare that in the event of failure of the contemplated
negotiations relating to my Tender no. opened on my original
tender shall remain open for acceptance on its original terms and conditions.”
4.15 Should a tenderer be retired engineer of the gazette rank or any other gazette
officer working before his retirement, whether in the executive/or administrative
capacity, or whether holding a responsible post or not in the Electrical
Engineering Department of any of the Railways owned and administered by the
President of India, for the time being or should tenderer being partnership firm
have as one of its partners a retired Engineer or a retired gazetted officer as
aforesaid, or should a Tenderer being an incorporated company have any such
retired Engineer or retired gazetted officer as aforesaid the full information as to
the date of retirement of such engineer or gazatted Officer from the said service
and in case where such Engineer or officer had not retired from Government
Service at least two years or to the date of the submission of the tender as to
whether permission for taking such contract, or if the contractor be a partnership
firm or an incorporated company, to become a partner/Director, has been
obtained by the tenderer of the Engineer or the officer as the case may be from
the President of India or any officer as the case may be from the President of
India or any officer duly authorized by him in this behalf shall be clearly stated in
writing at the time of submitting the tender. Tenders without the information
above referred to or a statement to the effect that no such retired Engineer or
retired gazetted officer is so associated with the tender, as the case may be shall
be rejected.
C-10 SIGNATURE OF THE CONTRACTOR/S
4.16 Should a tenderer or Contractor being an individual on the list of approved
contractors, have a relatives employed in gazetted capacity in any Department of
the Northern Railway, or in the case of partnership firm or company incorporated
under the Indian Company Law should a partner or a relative of the partner or an
share holder or a relative of a share holder be employed in gazetted capacity in
any department of the Northern Railway the authority inviting tenders shall be
informed the fact at the time of Submission of tenders, failing which the tender
may be rejected or if such subsequently becomes known the contractor may be
rescheduled in accordance with the provisions of the general Conditions of
Contract.
4.17.1 FORM OF CONTRACT DOCUMENTS
Every contract shall be complete in respect of the documents it shall constitute
not less than 5 copies of the contract documents shall be signed by the
Competent Authority and one copy given to the contractor.
4.17.2 FORM OF QUOTATIONS

a) The tender shall be submitted in prescribed from annexed hereto Annexure-I.


b) The tenderer shall submit the tender. The tender shall be complete in all
respects and shall include the following.
i) FORWARDING LETTER ANNESURE- I
ii) Prices Schedule ‘A’ or Rates & Quantity.
iii) Documents to be furnished by the Tenderer. Annexure-B
iv) Tenderer’s credentials Para 2.3 part-I
v) Earnest Money Para 3.0 part-I
vi) Income Tax Clearance Certificate Para 2.5 part-I
vii) Deviations if any Para 6 part-II
viii) Technical information & Drawing etc. AsperTechnical Spec.
NOTE
1. The tender shall be signed on each page.
2. Tenders not accompanied with any of the above are liable to be rejected.

5. SECURITY DEPOSITE ON ACCEPTANCE OF TENDER


5.1 The total security deposit on acceptance of tender shall be required at the rates
shown below as per prevailing rule notified by Railway Board vide No.2007/CE-
1/CT/18, Dated 28.09.2007 / Northern railway
(a) Security deposit for each work should be 5% of the contract value.
(b) The rates of recovery should be at the rate of 10% of the bill amount till
the full security deposit is recovered.
(c) Security deposit will be recovered only from the running bill of the
contract and no other mode of collecting the SD such as no SD in the
form instruments like BG,FD,etc. shall be accepted towards security
deposit.
5.1.1.1 The total security deposit recoverable from contractor including the amount of
earnest money deposited with the tender is given in Para 3.1 above will not
exceed the security amount recoverable at the rates mentioned above.
Contractor shall deposit the amount in any of the forms mentioned in clause
5.1(a), before execution of agreement required for fulfillment of the contract. The
security deposited unless forfeited completely or in part, receipt of certificate from
the Engineer concerned. Security deposit shall be returned to the contractor after

C-11 SIGNATURE OF THE CONTRACTOR/S


5.1.1.2 The physical completion of the work as certified by the competent authority. The
competent authority shall normally be the authority that is competent to sign the
contract. If this competent authority is of the lower than a JA grade officer
(concerned with the work) should issue the certificate. The certificate inter alias,
should mention that the work has been completed in all respect and that all the
contractual obligations have been fulfilled by the contractors and that there is no
due from the contractor to railways against the contract concerned. Before
realising the SD, an unconditional and unequivocal no claim certificate from the
contractor concerned should be obtained. Work completed means completion of
Guarantee period of 12 months (or specified in part-II of special condition)
5.1.2 The Successful bidder should give a performance Guarantee in the form of an
irrevocable bank guarantee amounting to 5% of the contract value.
5.1.3 The performance Guarantee should be furnished by the successful contractor
after the letter of acceptance has been issued, but before signing of the
agreement and should be valid up to expiry of the maintenance. Agreement
should normally be signed within 15 (fifteen) days after the issue of LOA and
performance Guarantee should be submitted within this time limit.
5.1.4 Performance Guaranty shall be released after satisfactorily completion of the
work and maintenances period is over. The procedure for releasing the
performance Guarantee shall be same as for Security deposit.
5.2 No interest will be payable upon the earnest money and security deposit or
amount payable to the contractor under the contract, but interest accrued is
allowed on Government security deposited in terms of prevailing rule.
NOTES
(a) Government securities (stock Certificates, Bearer Bonds, Promissory Notes,
Cash Certificates etc. will not be accepted.
6. CONDITIONS OF CONTRACT AND SPECIFICATIONS
6.1 Except where specifically stated otherwise in the tender documents, the work is
to be carried out in accordance with (i) Northern Railway General Conditions of
Contract, Regulations and Instructions for Tenderer & Standard Forms of
Contract 1971, and copies of this publications can be obtained form the office of
the Chief Engineer, N.Rly. Baroda House, New Delhi or Chief
Engineer/Const/N.Rly./K.Gate, Delhi on payment as under;
General Conditions of Contract & Regulations & Instruction to Tenders standard
form of contract issued with latest amendments vide railway Board letter
No.2003/CE-1/CT/4/Pt-1, dated 12/16-05-2006.
6.2 The tender documents referred to in clause 2.1.1 above will govern the works
done under this contract in addition to documents referred to in clause 6.1 above,
where there is any conflict between “Tender Conditions” “Special data and
Specifications” and the stipulations contained in the” Schedule of Rates and
quantities on the one hand and the Northern Railway Standard Specifications for
Material and with 1981” the General conditions of Contract etc. 1971, with latest
amendment and the Standard Schedule of rates 2006.
7. STUDY OF DRAWINGS AND LOCAL CONDITIONS
7.1 The related drawings of building can be seen in the office of the Dy.Chief Elect.
Engr/CR, N.Rly, IRCA Building, New Delhi. It should be noted by tenderer/s that
these drawings are meant for general guidance only and the Railway may
suitably modify them during the execution of the work according to the
Circumstances, without making the Railway liable for any claims on account of
such changes.
C-12 SIGNATURE OF THE CONTRACTOR/S
7.2 The Tenderer are advised to visit the site of work and investigate actual
conditions regarding nature and conditions of soil, difficulties involved due to
inadequacy of stacking of space for built up area around the site, availability of
materials, water, labour, probable sites for labour camps, stores godowns etc.
They should also satisfy themselves as to the source of supply, sufficiency, and
adequacy for their respective purpose of different materials referred to in the
specifications as indicated in the drawings. The extent of load and list involved in
the execution of works and any other difficulties involved in the execution of work should
be examined before formulating the rates for complete items of work described.
7.2.1 Civil work is an integral part of this contract. The Contractor who fail to do all the
work will not be considered.
8.0 PERIOD OF COMPLETION
8.1 The entire work is required to be completed in all respect within 36 months
(Thirty Six months) from the date of issue of the acceptance letter/telegram,
failing which action may be taken by the Railway Administration in terms of
clause 17 and 62 of the General conditions of Contract latest edition.
8.2 The contractor shall arrange to execute the different item of works in close
consultation with and as per direction of the Engineers of that other works being
executed in the same area either departmental or through another agency such
as steel erection, P.way, earth work information etc. are also progressed
concurrently. It may be noted, however, that any delay in the execution of
departmental works, for whatsoever reason, shall not be accepted as an excuse
for non-performance of the contract.
9.0 ESCALLATION ON ACCOUNT TAXES & DUTIES
9.1 The rates given in the attached schedule of rates and quantities tendered by the
contractor and as accepted by the Railway will form the basis of payment for
such items under this contract.
9.2 No cost escalation will be allowed due to any increase of labour material except
due to statutory variation because of increase/decrease in the excise duty only.
The tenderer should indicate separately the quantum of excise duty included in
the tender and the value assessed for the item to be confirm by the tenderer.
Any variation in the excise duty within the stipulated completion period only over
and above the rate of excise duty included in the offer will be reimbursed. If
statutory variation in the excise duty results lower rate within that indicated in the
tender, the tenderer shall refund this difference in the amount. If Tenderer failed
to mansion excise duty separately, No claim can be entertained for increase in
excise duty. The above clause is applicable only in accordance with the specific
tender conditions.
The rates for any item of work not included in the Schedule of rates and
Quantities and which the contractor may be called upon to do, shall be fixed by a
supplementary written agreement between the contractor and the executed. In
the event of such agreement, not being entered into the Railway may execute
these works by making local arrangements and the contractor shall have not
9.3 Account of damages on this aspect.
9.3.1 The contractor shall work in close co-operation with the other contractor/s
departmental staff working in the adjacent section/s.
9.4 It should specifically noted by the Tenderer that no separate loading, unloading
and loading charges for materials (which are supplied free by the Railway) shall
be paid for by the railway and the rates quoted by the tenderer/s shall be
inclusive of all these charges.
C-13 SIGNATURE OF THE CONTRACTOR/S
The item Nos. description, units and rates given to Schedule of Rates &
Quantities are as per Northern Railway Standard Schedule of Rates 1981 and
any discrepancy during the execution of work in the working rates quantity and
units etc should be rectified by reference to the printed schedule of rates which
shall be treated as authority and binding on the contractor.
9.5 Should there arise any item, which may be necessary for the completion of work,
but which does not appear in the Northern Railway Standard Schedule &
Quantities, attached with tenders, its rates will be either fixed by analysis of
actual labour and material or derived from the labour and material rates given in
the Northern Railway Standard Schedule of Rates 1981. The rates for such
non-schedule items according during the course of construction shall be payable
subject to the approval of the Competent Authority. No items of work requiring
non-schedule rates will be carried out unless ordered to do so by the Engineer.
The rates derived from the Northern Railway Standard Schedule of Rates 1981
will be subject to percentage above or below as tendered by the contractor.
9.6 Payment for the work done will be made to the contractor only after the formal
agreement has been executed between the parties.
9.7 SUPPLEMENTARY AGREEMENT
After the work is completed and taken over by the Railway as After the work is
completed of the contract agreement or the contract or otherwise concluded by
the parties with the mutual consent and full and final payment is made by the
Railway to the Contractor for work done under the Contract the parties shall
execute the supplementary agreement annexed hereto as SUPPLIMENTARY
AGREEMENT.
9.8 VARIATION IN CONTRACT QUANTITIES
In suppression of board’s instructions vide letter No. 94/CE-CT/4, dated
17.10.2002, the procedure as detailed below shall be adopted for dealing with
variation in quantities during execution of works contract.
9.8.1 Individual NS items in contract 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.
9.8.2 In case of increase in quantity of an individual item by more than 25% of the
agreement quantity is considered as unavoidable, fresh tender shall be executed
the same. If floating a fresh tender is considered not practicable, negotiations
may be held with the existing contractor for arriving at reasonable rates for
additional quantities in excess of 125% of agreement quantity.
9.8.3 The limit for varying quantities for minor value items shall be 100% (as against
25% prescribed for other Item whose original agreement value is less than 1% of
the total original agreement value.
9.8.4 No such quantity variation limit shall apply for foundation items.
9.8.5 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 items, the limit of 25% would
apply on the individual items irrespective of the manner of quoting the rate(single
percentage rate or individual items rate)
C-14 SIGNATURE OF THE CONTRACTOR/S
ANNEXURE ‘I’

10. DRAWINGS FOR WORKS


10.1 The Railway Administration reserves the right to modify the plans and drawings
as referred to in the special date and specification as also the estimates and
specifications without assigning any reason and when considered necessary by
the Railways.

11. SUPPLY OF MATERIALS BY THE RAILWAYS


11.1 If at any time, material which the contractor would normally have to arrange
himself, are supplied by the Railway either at the Contractor’s request or in
order to prevent and avoidable delay in the execution of work due to the
contractors inability to make adequate timely arrangements for supply thereof or
for any other adequate timely arrangements for supply thereof or for any other
reason, recovery will be made from the contractor’s bill either at the market rate
prevailing at the time of supply or at the book/issue rate whichever is greater,
plus fixed departmental charges viz. freight at 5% (8.33%, for items of Iron & G.I.
Pile steel) incidental charges at 2% and added on total cost supervision charges
at 12 ½%. No carriage or incidental charges will be borne by the Railway,
which he is required to arrange himself in accordance with the terms and
conditions of this contract.

12. SUPPLY OF MATERIAL BY THE CONTRACTOR


12.1 Materials used in the work by the contractor shall conform to the Northern
Railway Standard specification and the relevant ISI Specifications and should be
approved by the Engineer before utilizing them on works.
12.2 It should be clearly understood that the tendered rates include wastage and
wash away due to rains, storm, floods or any other cause whatsoever.
12.3 No loading, unloading, load, life stacking, octroi, sales tax, tool Tax, royalty or any
other charges will be paid for the materials, tools and plants and tackle arranged
and brought by the contractor to the site of work.
13. Any on account payment made by the Railway shall not protect the contractor/s
against or prevent the Railway from recovering from the contractor/s any over
payment made to him/them.
13.1 Final payment of the balance amount due (inclusive of the security deposit
required in terms of Para 5 of the special conditions) will be made after the
completion of the entire work and on the certification of the Engineer that work
has been completed in all respects and found Satisfactory, The security deposit
will be refunded a months after the date of completion according to Para 8.1 of
these conditions.
14. EMERGENCY WORK
14.1 In the event of any accident or failure occurring in or about the work or arising out
of or in connection with the construction completion or maintenance of the works
which in the opinion of the Engineer require immediate attention. The Railway
may be its own workmen or other agency execute or partly execute the
necessary work or carry out repairs if the Engineer consider that the contractor is
not in a position to do so in time and charge the cost thereof, as to be
determined by the Dy. Chief Elect. Engr./CR, N.Rly., IRCA Bldg., New Delhi to
the contractor.
C-15 SIGNATURE OF THE CONTRACTOR/S
15. NIGHT WORK
If the Engineer is satisfied that the work is not likely to be completed in daytime,
he may order the contractor to carry out the works in night without conferring any
right on the contractor for claiming any extra payment for the same.
16. DISPOSAL OF SURPLUS EXCAVATED MATERIALS
16.1 The Contractor shall at all time keep the site free from all surplus earth surplus
materials and all rubbish which shall arise from the works and should dispose off
the surplus excavated materials as ordered by the Engineers failing which it will
be done at the cost of the contractor and cost will be deducted from his dues.
16.2 The contractor shall within 15 days of completion of entire works remove all
unused and surplus materials tools and plants staging and refuge or other
materials produced by his operations and shall leave the site in a clean and tidy
conditions.
17. OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST If
Engineer Incharge or any of his representative consider it necessary for the
purpose of inspection or tests analysis to be made to verify or ascertain the
quality, quantity of the works or materials, the contractor shall open up the work
materials for inspection or test analysis pull down or out any part of the works
and make such openings into under or through any part of the works may be
directed and shall provide all things facilities which in the opinion of the Engineer
or his representative are necessary and essential for the purpose of inspection
test of analysis of the works or of any part thereof or the materials or of
workmanship and the contractor shall close up, cover, rebuild and make good
the whole at his own cost. The expenses incurred in such examination,
inspection or test shall be borne by the Railway.
18. No claim for idle labour and or idle machinery etc. on any account will be
entertained. Similarly, no claim shall be entertained for business loss or any
such loss.
19. Attention is invited to clause B of the tender conditions; time is the essence of the
contract. The contractor will have to maintain the work for a period of twelve (12)
months from the date it is put in service or 18 months from the date of supply as
per clause 47 of the General Conditions of Contract. Engineer Incharge shall
issue a completion certificate Firm shall further maintain the work in this tender
for another 24 month after completion of one-year guaranty.

C-16 SIGNATURE OF THE CONTRACTOR/S


Part II SPECIAL CONDITION OF CONTRACT (General)

1. TOOLS AND PLANTS:-


During the period of operation contractor shall make his own arrangements for
necessary tools and plants required for transportation, equipment covered under
the contract.

2. STANDARD SPECIFICATIONS
Whenever, a reference to any ISI or BS specifications appears in these Tender
papers, the same shall be taken as a reference to the latest version of the said
specifications.

3. FOREIGN EXCHANGE
No foreign exchange and/or import license shall be released/provided to the
contractor in connection with the contract.

4. GUARANTEE
The Contractor shall provide all type arrangement as offered for satisfactory
performance for a period mentioned at page C-16, Para 19, from the date of
supply & actual handed over after successful commissioning against all defects
arising out should make good all defects of cost free during the guarantee period
and replace/repair the defective equipment parts so replaced by the contractor
shall bear further similar guarantee.
5. FINAL ACCEPTANCE
The installation shall be finally accepted by the Railway on completion of
operation period as per Para 4 above and a final acceptance certificate will be
issued.
6. DEVIATIONS
Deviations from the tender papers shall be clearly brought out by the tenderer in
his tender offer. Clauses not so commented upon shall be taken as having met
with approval of the tenderer and shall therefore, be binding on him.
7. SCHEME OF WORK
a) Within 7 days of the issue of the advance letter of acceptance to the contractor
shall submit to Dy.CEE/CR/PRS/IRCA Building, New Delhi a detailed time
scheduled for the submission of design, calculations and drawing and execution
of the various items of work.
b) WORK TO BE DONE AS APPROVED BY RLY ADMINISTRATION
c) FORTNIGHTLY PROGRESS REPORT
The contractor shall furnish, during the first and third week of every calendar
month, a complete record including work carried out by the firm for erection.
8. QUALITY OF MATERIALS AND ERECTION
All tools used during the operation work shall be of best quality and of the class
most suited for the purpose specified.
9. CONTRACTORS DRAWINGS
Before execution of the work, the contractor shall submit to the purchaser for
approval six copies of all detailed drawings, which are necessary to ensure
correct supply of components and material and enable correct erection and
satisfactory performance as detailed in Tender Papers.

C-17 SIGNATURE OF THE CONTRACTOR/S


10. RAILWAY STORES
If the contractor is unable to arrange the supply of any material for the timely
execution of the work and on his request the material is supplied by the
purchaser, recovery will be at the book rate, or last purchase, whichever is
higher, plus 5% on account of initial freight and charges at 12 ½% on the total
cost inclusive of material, freight and incidental charges. No carriage or
incidental charges will be borne by the Railway, which he is required to arrange
himself in accordance with the terms and conditions of the contract.
11. COMPLETENESS OF OFFERS
11.1 Since the work is time bound and of urgent nature, it is essential that the offers
are complete in all respects.
11.2 Incomplete offers are liable to be summarily rejected.
11.3 The Tenderer are, therefore, requested to ensure that their offers are complete in
all respect.
11.4 All work carried out shall be safe for operation mechanically & electrically as per
rules and regulation.

C-18 SIGNATURE OF THE CONTRACTOR/S


PART III PRICES AND PAYMENT
1. The tenderer in the manner as indicated in Schedule ‘A’ both in words and
figures clearly shall quote the prices. The prices quoted by the tenderer
shall be firm and shall be inclusive of all taxes and duties, packing and
forwarding charges, F.O.R. delivery at site, erection, testing,
commissioning and shall not be payable by the railway considering the
work as “WORKS CONTRACT”.
2. TERMS OF PAYMENT
2.1 The rates given in the attached schedules of rates and quantities
tendered by the contractor and as accepted by the Railway, will
form the basis of payment for such items under this contract.
2.2 No material, price variation or wage escalation on any account what
so ever and compensation for ‘Force-de-majors’.
2.3 The rates of any item work not included in the “Schedule of
Quantities and Rates’ and which the contractor may be called upon
to do, shall be fixed by a supplementary written agreement between
the contractor and the Railway before the particular items of work
is/are executed. In the event of such agreement not being entered
into and executed, the Railway may execute these works by
making alternative arrangement and the contractor shall have no
claim for loss or damage on this account.
2.4 Payment for the work done will be made to the contractor only after
the formal agreement has been executed between the parties.
Before executing the agreement tenderer shall submit full amount
of performance guaranty as per guide line at page part III-a(special
condition of contract C-19.
2.5 (a) Quarterly Payment as per Schedule ‘A’ will be paid on prorate basis after the
services rendered by contractor and on production of a certificate issued by the
railway representative to this effect.
2.5(b) SSE/PS will forward the bill in triplicate and same shall be sent to
FA&CAO/X/B.House for arranging the payment.
2.5(c) Payment to Contractor shall be made through cheque from cashier Baroda
House.

3.0 In case the contractor furnishes the guarantee bond against Cash security for
a specified period, he will be responsible for furnishing extension to the said
guaranty bond before two months of its expiry failing which the said guaranty
bond shall be got encashed without any notice to him .In case contractor feels
that no further extension will be necessary for a guaranty bond expiring after
two months than he must apply to concerned Engineer with a copy to
FA&CAO/X/N.Railway/Baroda House, New Delhi or
FA&CAO/CONST./N.Railway /K.Gate ,Delhi with reason as to why
encashment is not necessary so that guaranty bond is not encashed before
two months of its expiry.

C-19 SIGNATURE OF THE CONTRACTOR/S


Part –III-a SPECIAL CONDITIONS OF THE CONTRACT

1. PERFORMANCE GUARANTEE
The procedure for obtaining the performance Guarantee is outlined bellow: -
1.1 The Successful bidder should give a performance Guarantee in the form of an
irrevocable bank guarantee amounting to 5% of the contract value.
1.2 The performance Guaranty should be furnished by the successful contractor after
the letter of acceptance has been issued, but before signing of the agreement
and should be valid up to expiry of the maintenance. Agreement should
normally be signed within 15 (fifteen) days after the issue of LOA and
performance Guarantee should be submitted within this time limit.
1.3 Performance Guaranty shall be released after satisfactorily completion of the
work and maintenances period is over. The procedure for releasing the
performance Guarantee shall be same as for Security deposit.
1.4 Wherever the contracts are rescinded, the security deposit forfeited and the
performance Guaranty shall be enchased and the balance work should be got
done separately.
1.5 The balance work shall be got done independently, without risk and cost of the
original contractor.
1.6 The original contractor shall be debarred from the participating in the tender for
executing the balance work. if the filed contractor is JV or partnership firm, then
every member /partner of such a firm would be debarred from participating in the
tender for the balance work either in his /her individuals capacity or as a partner
of any other JV/partnership firm.

2. PENALITY FOR DELAY IN COMPLETION


2.1 The time for execution of the work or part of the works specified in the contract
documents shall be deemed to be the essence of the contract and the work must
be completed not later then the date(s) as specified in the contract. If the contract
and the works within the time as specified in the contract for the reason other
then the reasons specified in clause force majeure clause the railway may, if
satisfied that the works can be completed by the contractor within the reasonable
short time thereafter, allow the contractor further extension of time as the
engineer may decide. On such extension the Railway will be entitled without
prejudice to any other right and remedy available on that behalf, to recover from
the contractor as agreed damages and not by way of penalty a sum equivalent to
½ of 1% of the contract value of the works for each week for each week or part of
the week.
2.2 For the purpose of this clause, the contract value of the works shall be taken as
value of work as per contract agreement including any supplementary work
order/contract agreement issued. Provided also that the total amount of
liquidated damages under this condition, shall not exceed the under noted
percentage value or of the total value of the item or groups of item of the work for
which a separate distinct completion period is specified in the contract.
(a) for contract value up to Rs.2 Lac---10% of the total of the contract
(b) For contract valued above Rs.2 Lac---10% of the first Rs.2 Lac and the
5% of the balance.
C-20 SIGNATURE OF THE CONTRACTOR/S
ANNEXURE – I-a
FROM:..................................
...................................

TO: The President of India


Acting through Dy.Chief Elect.Engr./CR,
N.Rly., IRCA Building, New Delhi.

Dear Sirs,

SUB:

I/we the undersigned, hereby offer to execute the work relating to the ..................
Within the time limit specified below and in strict accordance with the provisions detailed
in the Tender Papers No......................................................as modified by this tender at
such rates as specified in Schedule appended hereto.
I/We agree that this Tender shall remain open for acceptance for the during the period of
.......... days from the date fixed for opening the same and I/we shall be bound by a
communication of acceptance.
I/We fully understand the terms, conditions and other provisions as contained in the
Tender Papers and I/We agree that the same shall apply to my/our Tender as modified
by my/our Tender and they shall bind me/us.
I/We have deposited with the FA&CAO/Const.,N.Rly.,Kashmere Gate, Delhi the required
earnest money of Rs............................only in respect of this Tender for which Receipt
No........... dated................has been granted.
OR
I/We enclose the requisite Earnest Money in the form of for Rs......................only in
respect of this Tender.
I/We enclose the Income Tax Clearance Certificate or a declaration to that effect as
required under Para 16 part-I of the Tender paper pertaining to me/us for the year.
I/We have no retired Engineer or retired gazetted officer of the Electrical Engineering
Department of the Railway owned and administered by the President of India.
OR
The list of retired Engineers or retired gazetted officers who are associated with me/us is
included as an enclosure to this offer letter.

Yours faithfully,

Seal of the Tenderer Signature of the Tenderer/s

Place........................

Date.........................

Witnessed by
1. Signature 2. Signature
Name in Block Capital: Name in Block Capital:
Address: Address:

C-21
AGREEMENT FOR WORKS ANNEXURE-II

1. Contract Agreement No….........of Agreement made this…...... days


……………………of , between the President of India acting through the Dy.Chief
Electrical engineer/CR, Northern Railway, IRCA Building, New Delhi (here in after
called the Railway ,which expression shall, unless the context does, not so admit
include his successor and assignees in office) of the one part and M/s. …………
……………… ,………………………………………………. (Herein after called the
Contractor which expression shall unless excluded by the context included his
heirs, executors, administrators, successors and assignees of the other parts.
2. Whereas the Contractor has agreed with the Railway for the performance of the
work“ ……………………………………………………………………………………
…. …………………………………………………………………………………………
……” vide their offer set forth in the schedule hereto and upon the General
Conditions of Contract and the specification of the Computer Reservation (N.Rly)
and the Special Conditions and Special Specifications, if any and in conformity
with the drawing hereto annexed if any. And whereas the performance of the
said works is an act in which the public are interested at an estimated cost of
Rs……………………inclusive all the taxes and duties.
3. Whereas M/s. …………………… , have submitted full amount of security deposit
i.e. Rs………………….in shape of ..........
4. Now this indenture witnesses that in consideration of the payment fees made by the
Railway, the contractor will duly perform the said works in the said schedules set forth
the shall execute the same with great promptness, care and accuracy in a workman like
manner to the satisfaction of the Railway and will complete the same in accordance with
the said specifications and said drawing and said conditions of contract on or before the
…….. day of ………. and will maintain the said works for a period of 12 calendar months
from the certified date of their completion or 18 months from the sate of supply and will
and will observe fulfil and keep all the conditions therein mentioned (which shall taken
to be part of this contract as if the same had been fully set forth herein) and the Railway
do hereby agree that if the contractor shall duly perform the said works 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 works on the final completion thereof
the amount due in respect thereof at the rate set forth in the schedule
5. It is hereby agreed and declared that all the provisions of the said specifications,
conditions of contract which have been carefully read and understood by the contractor
and the schedule of rates, including the General Instructions contained in pages thereof
shall be as binding upon the contractor and upon the Railway herein and shall be read as
part of these presents.
IN WITNESS THERE OF THE part as hereto have executed these presents on……
……………. Day of……………….. and year…………….
Signature of witness signature of Contractor
Address:
Date:
SIGNATURE

DESIGNATURE
Dy.Chief Elect.Engr./CR,
Northern Railway, IRCA Bldg.
New Delhi.
For and on behalf of President of India.
C-22
ANNEXURE-III
PROFORMA FOR BANK GUARANTEE FOR SECURITY DEPOSIT
(To be submitted on requisite amount of non-judicial paper, duly attested, and sealed by
Notary Public).
GUARANTEE BOND
In consideration of the President of India (herein after called ‘the Government’) having
agreed to exempt …………………(hereinafter called “the said contractor’s”) from the
demand for the payment of security deposit for the due fulfillment by the said
contractor’s on the terms and conditions of the agreement date …….made between……
……. and bank Ltd., (hereafter referred to as “the Bank” ) do hereby
undertake ( and promise ) to pay the Government by reason of any breach by the said
contractor(s) of any of the terms and conditions contained in the said agreement.
3. We…………………. Bank Ltd. further agree (and promise) to pay the amount due and
payable under this guarantee without any demure, merely on demand from the
Government through the Financial Adviser and Chief Accounts Officer, Northern
Railway Kashmeregate, Delhi stating that the amount claimed is due by way of loss or
damage, caused to or would be caused to or suffered by the Government by reason
of an breach by the contractor(s) of any of the terms and conditions contained in the
said agreement or by reason of the contractor failure to perform the said Agreement.
Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this guarantee. However, our liability under
guarantee shall be restricted to an amount not exceeding Rs…
4. We…………. Bank Ltd., further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all
the dues of the Government under or by virtue of the said Agreement have been fully
paid and its claims satisfied or discharged or till (office/Dept.) Ministry of
certified that the terms and conditions of the said agreement have been fully and
properly carried out by the said contractor(s) and accordingly discharges the
guarantee. Unless a demand or claim under this guarantee is made on us. In
writing on or before (2 months after the date of completion of the contractor(s), we
shall be discharged from all liability under this guarantee thereafter.
5. (a) Not withstanding any thing to the contrary contained herein the liability of the
Bank under this Guarantee will remain in force and effect until such time as this
guarantee is discharged in writing by the Government or until (the date of the expiry
of the contract whichever is earlier and no claim shall be valid under this guarantee
unless notice in writing thereof is given by the Government within 2 months from the
date aforesaid).

(b) Provided always that we.............................................................Bank


unconditionally undertakes to renew this guarantee or to extend the period of guarantee
from year to within two months before the expiry of the period or the extended period of
the guarantee, as the case may be, on being called upon to do so by the Government.
If the guarantee is not renewed or the period extended on demand, we Bank shall pay
the Government the full amount of the Guarantee on demand and without demur.
4. We Bank Ltd., further
agree with the Government that the Government shall have the fullest liberty without our
C-23
consent and without affecting in any manner out of obligations hereunder to very any of
the terms and conditions of the said Contractor(s) from time to time or to postpone for
any time or from time to time any of the powers exercisable by the Government against
the said contractor(s) and to forebear or enforce any of the terms and conditions of the
said agreement and we shall not be relieved from our liability by reason of any such
variation or extension being granted to the said Contractor(s) or force aberrance, act or
omission on the part of the Govt. or any indulgence by the Govt. to the said
contractor(s) or by any such matter or thing whatsoever which under the law relating to
sureties but for the said reservation would relieve us from the liability.
6. This guarantee will not be revoke by any change in the constitution of the Bank and
or of the security.
7. We..............................................Bank Ltd., lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the Government in
writing.

Dated Day

C-24
ANNEXURE- IV
PROFORMA FOR IDEMNITY BOND
(to be submitted on the requisite mount of non judicial paper duly attested by
Notary Public)

Indemnity Bond for Safe custody of material


at..............................................................
1. We hereby undertake that we shall hold at for and on behalf
of the president of India acting through Dy. Chief Elect. Engr./CR, Northern
Railway, IRCA building, new Delhi and in trust for him the stores/articles
(mentioned here below0 which have been brought by us at.
2.We shall be and remain absolutely responsible for the safe custody and
protection of said stores and articles against all risks whatsoever till these are
erected at and handed over to the President of India acting through Dy.Chief
Elect. Engr./CR, Northern Railway, IRCA Building, New Delhi against any loss
or/and/or damage to the said stores and articles while in our possession/custody.
The said material shall, however, be at all times open to inspection by officers
who may be authorized in that behalf by the President of India through Dy.Chief
Elect. Engr./CR/IRCA Building, New Delhi or his nominee.
3.Should however, at any time or damage as aforesaid occur or a refund became
otherwise due to the President of India acting through Dy.Chief Elect.Engr./CR,
Northern Railway, IRCA Building, New Delhi or his representative shall be
entitled to recover from us compensation for and in respect of such loss or
damage if any of the amount to be so refunded without prejudice to any other
remedies which may be otherwise available to the said President of India acting
through Dy.Chief Elect.Engr./CR IRCA Building, New Delhi by way of deduction
from any sum due to/or any sum which at any time hereafter may become due to
us under this or any other contract.
In the event of any loss or damage as aforesaid the assessment of such loss or
damage and the assessment of the compensation therefore would be made by
the President of India acting through Dy.Chief Elect. Engr. CR., N.Rly., IRCA
Building, New Delhi or his authorized nominee and the said assessment would
be final and binding upon us.
IN WITNESS WHERE OF THE PARTIES have put their hands on

day of at

Signature & Seal of the


Indemnities

(ATTESTED BY NOTARY PUBLIC)

C-25
ANNEXURE “V”

Documents required to be furnished along with the Tender, failing which tender
will be treated as in complete.

1. Partnership Deed, if any.

2. Power of Attorney, if any.

3. List of works executed year-wise during last five years along with there
Value.

4. Credentials issued by the parties for whom the work as executed by the
tenderer during the last five years.

5. Financial Standing, along with Banker’s Certificate.

6. List of works in hand, their value and their stage of completion.

7. Latest ITCC/Copy of Income tax return

8. Sales Tax Clearance Certificate.

ANNEXURE “VI”

CAUSE 2.3.2 (a) for electrical works of other than specialized nature
the tender must submit along with his tender the following

I(i) A statement showing similar works completed by him.


(ii) Certificates for successful completion of the works from authorities who
awarded the contract.
(ii) A list of engineering organization and equipment construction tools and
plants available with him. As a proof of technical capability and
competence, the tenderer should have completed at least one work of the
similar nature to that include in the tender costing not less than to 35% of
the value of the cost of the work under consideration in the last 1 (One)
year and Total work done in the last 3 year should be equivalent to 150 %
of the tendered cost. Above clause is only applicable for the works more
then 10 lacs.

C-26 Signature of Tenderer


Tender No.150-Elect-CR-302 Schedule of Rate ANNEXURE “A”
NAME OF WORKS:- “Annual Maintenance contract of 4 Nos. D.G. Sets installed in
Delhi Main, HazaratNizamuddin, Delhi subjeemandi, and Rohni mounted for three year.”
SN DESCRIPTION QTY. RATE AMOUNT
(PER (Per year per set)
. MONTH)
1. Annual maintenance contract for D.G. Sets of
various make and capacity with AMF panels with
all accessories along with self-starter and battery
Installed at various PRS centers in Delhi area for
three years. (Without Spares)
AMC of D.G.Sets to be done is Installed at
locations as given below and as per technical
specification.
1a Delhi Main capacity 250 KVA, make Kirloskar. 1 Nos.
1b Hazarat Nizamuddin capacity 63 KVA, make 1 Nos.
Greaves
1c Delhi subjeemandi capacity 70 KVA, make 1 Nos.
KIRLOSKAR
1d Rohni capacity 70 KVA, make Ashok Leland 1 Nos.
Total for One Year
Total for Three Years
Note: -
1. Rates should be quoted in words and figures and inclusive of all taxes and
duties. No additional payment shall be paid in any account.
2. Two percent Income tax and surcharge thereon shall be deducted at source. Any
other tax implemented by Central Gov. /State Gov. such as work contract tax, shall
also be deducted at source.
3. Quantity can be Increased or decreased by Railway administration on same rate,
terms and cost as per prevailing rule.

Signature of the Tenderer SEE/UTS


I/we already under stand that I/we am/are not entitled to any other payment on any account what so ever
except at the tendered rates quoted against each Item or fully completed works as per condition of contract.
Signature of Tenderer
Address...................
..............................
SPECIFICATION FOR
“Annual Maintenance contract of 4 Nos. D.G. Sets installed in Delhi Main,
HazaratNizamuddin, Delhi subjeemandi, and Rohni mounted for three year.”

Part -1
1.0 SCOPE

1.1 This specification covers the maintenance of Annual maintenance Contract


of D.G. Sets with AMF panels Installed at various PRS centers in Delhi area for
three years.

Important Notice:
1.2 Tenderer is required to give clause wise comments, confirming compliance
non-compliance Deviation etc. to avoid back references. Offers are likely
to be ignored in case of non-compliance of these instructions.
1.3 Rates should be filled in Page C-27 “Schedule of rate “only No additional Item
shall be added by the Tenderer on page C-27.
1.4 The requirement Annual maintenance Contract of D.G. Sets of various
capacity with AMF panels Installed at various PRS/UTS centers in Delhi
area for three years.

SITE CONDITIONS
The Equipment governed by this specification are Installed in following
service conditions.
Ambient Temp. 0 to 45 0 C.
Humidity 98% during rainy season
Altitude Max.1200 Mt. above mean sea level
Atmosphere Extreme dirty & desert terrain in certain
areas. Dust concentration in air may be as high as
1.6 mg/cubic mt. rainfall Very high in certain
areas
Environment The equipment shall be designed to work in
humid & salt laden & corrosive atmosphere.
The maximum conditions/values shall be as
under.
(a) Max ph value 8.5
(b) Sulphate 7.0 mg/ltr
(c) Chlorine concentration 6.0mg/ltr
(d) Conductivity 130 micro
siemens/cm

T-1 Signature of Tenderer

3. PURPOSE FOR WHICH WORK UNDER THIS TENDER IS REQUIRED AND


CAPABILITY
a.1 UTS is real on line un reserved ticketing System & PRS is real on
line reserved ticketing System for the purpose of computerised
booking activity over Northern Railway. This centre works round the
clock 7 days a week, 365 days in a year.

a.2 There are many locations of PRS spread over NCR, which are
connected to the main server at IRCA bldng these remote locations
have data & communication equipments for PRS facility along with
many electrical equipments e.g. D.G.sets, UPS, Batteries and A.C.
for proper function of system.

1.3 The requirement of Annual maintenance Contract of 4 nos. D.G. Sets of


with AMF panels Installed at various PRS/UTS centers in Delhi area for
three years.

There are many locations in Delhi where D.G. Sets are installed, following
locations are under this work such as
Delhi Main, HazaratNizamuddin, Delhi subjeemandi, and Rohni

T-2 Signature of Tenderer


Part-II

Technical

1. The requirement is for maintenance contract 4 nos. D.G. Sets with AMF
panels Installed at various PRS centers in Delhi area for three years.

2. Description and scope of agreement

2.1 Four Nos. D.G. Sets with AMF panels Installed at various PRS centers

2.2 The D.G. Sets have been provided to supply power to servers,
Communications equipments, terminals etc for PRS System.

3. This contract is comprehensive in nature and inclusive of AMC and


preventive check and day-to-day maintenance of the following equipment
of Kirlosker / LEALAND/GREAVES. Following makes and model nos. are
presently to be handed over for AMC.

S. Make Locations of No. of D.G. Set


N. PRS center installed
1. LEALAND Rohni 1 nos. 70 KVA
2. KIRLOSKAR Delhi Main 1 nos. 250 KVA
3. GREAVES Hazarat 1 nos.63 KVA
Nizamuddin
4. -DO- Delhi 1nos. 70 KVA
Subzemandi
+ Location and type of machines can be changed at the discretion of Dy.CEE/CR

3.1 Normally above booking centers work round the clock. Incase of local power
supply fails D.G.Sets shall work in two shifts. (8.00 Hrs. to 20.00 Hrs. (on Sunday
working Hrs. 8.00 Hrs. to 14.00 Hrs.) In case of local power failure, D.G.Sets
shall work in all two shifts continuously without break. All D.G.Sets in PRS
Centers work 12 Hrs. /365 days without any break in Emergency.

3.0 The services will be carryout to the entire satisfaction of Railway Administration.

4.0 The services offered for the AMC of this D.G.Sets will include of the following jobs Para
9 to 10.3.

5.0 Contractor should have experience of D.G. set repair/AMC in railway department.

T-3 Signature of Tenderer


6.0 Annual turnover of the firm should be mentioned.

7.0 Contractors should have their own maintenance workshop and telephone contract
number round the clock and there own vehicle to attend the break down call even
night.

8.0 SCOPE OF WORKS

8.1 The company will maintain the said equipment as hereinafter described using trained
staff directly employed and supervised by them and fully qualified to keep properly
adjusted the said equipment and who will use all reasonable care to maintain the
said equipment in proper and safe operating conditions.

8.2 The Company will regularly and systematically examine adjust lubricate as
required and if, in their judgment conditions warrant, repair or replace the part
in the following conditions and the scope of work shall be as under:-

9.0 SCOPE OF WORK (MECHANICAL)

a) Preventive maintenance and periodic maintenance.


b) Fuel, Lub-oil and corrosion register filters replacement.
c) Lub-oil changing. (Lub-oil shall be supplied by Railway).
d) Rectification of leakage in fuel, oil, air and cooling system.
e) Injector setting and value tappet setting.
f) Fan belt and water pump bolt tension adjustment.
g) Changing and checking of safeties i.e. H.W.T.&L.L.O.P.
h) End play checking.
i) Crankshaft.
j) Accessory Drive.
k) Turbo charger/super charger.
l) Vibration damper checking (wobble & contractile).
m) Checking of manifold pressure of fuel PT pump.
n) pH value of coolant to be checked.
o) Radiator internal cleaning once in a year and external cleaning with hot water &
detergent twice in a year.

10 SCOPE OF WORK (ELECTRICAL)

a) General preventive check up and complete maintenance.


b) Regulation of engine alternator on different types of load.
c) Precautions to be taken during the running of DG sets.
d) Points on ideal installation.

T-4 Signature of Tenderer


10.1ALTERNATOR

a) Insulation check by Megger.


b) Weather proofing.
c) A.V.P. assembly.
d) Greasing of bearings with grease of high quality (imported)
e) Alignment checks.

10.2AMF PANEL

a) Maintenance of all relays, contractors (contacts).


b) Up-keep of all electrical components and cleaning of panel.
c) Complete checking and setting of Control circuits.
d) Cleaning and setting of timer, contractors, connections, contracts etc.
e) Servicing of Incoming circuit breakers of DG set at DG set room if required.
f) Servicing of Manual CBs of AMF panels twice in a year.
e) Cleaning of D.G. Set body. Radiator, Alternator Body by dry towel duster.

10.3 BATTERIES

a) Maintenance of Batteries for better efficiency and long life.


b) Removal of sulphation from battery terminals if any and providing of petroleum
jelly.
c) Checking batteries specific gravity (SPG) and cells voltage & record in register
and on chart.

11.0 SPARES

11.1 Firm shall provide genuine spares during the replacement of parts as a part of
this work. Payment shall be made for the spares used with the AMC charges.
Firm can be asked to submit one lists of recommended spares complete required
during the normal maintenance to cover complete range of mechanical and
electrical equipments.
11.2 Major over hauling, top over hauling and over hauling due to accident shall not be
covered under this contract. The cost of material used for these jobs shall also be
paid to firm, however work force including unskilled labour, transportation for
executing the major over hauling as above shall be within the scope of work.

12.0 DEVIATIONS

12.1 The tenderer should certify that the services offered should fully meets the
specifications as per specified by the Manufacturer. Various updating of the
manufacturer guidelines / features incorporated to fulfil different technical
performance requirement shall be fully explained in the offer. However, minor
deviations from these specifications, which do not affect or in any way interfere
with the stipulated performance standards, would result in improved
safety/reliability, or would reduce recurring maintenance /operating cost of the
plant, can be considered for acceptance.
T-5 Signature of Tenderer
13.0 The contractor shall provide their representative with proper identity card to facilitate
proper identification by Railway representative. A list of staff so deputed shall also
be furnished to the engineer Incharge be fore starting the contract. Any change will
also be intimated to Railway in advance.

14.0 In case of breakdown of D.G.Sets due to poor maintenance /faults of the


contractor‘s staff the D.G.Sets shall be repaired and parts required if any shall be
replaced by tenderer free of cost to entire satisfaction of railway.
14.1 Contractor shall keep the equipment in efficient working condition. The service
consists of preventive as well as breakdown maintenance.

14.1.1 The equipment shall be attended once in a months towards preventive


maintenance and shall maintain the separate record of preventive
maintenance as well as breakdown calls.
14.1.2 At the end of each check up / breakdown contractor shall prepare service
report countersigned by the Railway‘s representative present at site and
submit the same to SSE/PRS.
14.1.3 The breakdown complaints shall be reported to the firm in writing or
telephonically. However firm shall also make a call to SSE/PRS on every
morning.

14.2The breakdown calls shall be attended immediately i.e. 1 Hrs. + journey time
for equipments in Delhi area from the time of reporting.

15.0The contractor shall maintain a Maintenance logbook as per SOR and given
by the Railway at various locations.

16.0Arranging the distilled water and the toping up of flooded lead acid batteries
is within the scope of work.

17.0 Firm shall maintain sufficient inventory of spares to avoid delay in rectification.

9.0 PENALITY CLAUSE


9.1 In case of failure on account of contractor for the reason what so ever, he is liable
to be blacklisted and imposing such monetary penalty / fine as considered fit by
the Dy. CEE/CR.
9.2 Firm shall attend the fault of D.G.Set promptly. If the D.G.Set remains under
break down for more than 12 Hrs., a penalty of Rs.50/- per Hrs. (subject to
maximum 5% of the contract value) shall be recovered from the contractor.

T-6 Signature of Tenderer


Part- III
PAYMENT TERMS

1 The AMC charges will be paid quarterly .The contractor shall raise the bill
at the end of each quarter from the date of agreement along with summery
of preventive and breakdown maintenance carried out during that quarter.

2. Payment shall be as per payment terms written in page C-19 on


production of a certificate issued by railways representative.

3. SSE/PS will forward the bill in triplicate and it shall be sent


FA&CAO/Baroda House for arranging payment.

4. Payment to Contractor shall be made through Electronic clearance.

5. Tenderer shall pay all rates, taxes and assessment whichever payable or
hereafter to become payable to the Govnt. of India or Delhi Gov. of said
contract.

6. Any other tax implemented by State /Central Government (service Tax,


Work contract tax) shall be paid by tenderer.

7. No advance payment will be made by the Administration.

8. No additional payment shall be made on any account.

T- 7 Signature of tenderer
PART -IV

SPECIAL CONDITION OF CONTRACT

1. This contract shall be governed by latest version of Indian Electricity Act & Indian
Electricity Rules in force.

2. This contract shall be governed by general condition of the contract & regulation
of Egg. Dep’t., latest edition up to date.

3. Offers of firms, which are in working with Railway department to carryout AMC of
D.G. Sets, shall only be acceptable.

4. Firm shall give certificate that sufficient stocks of the spares are available with the
firm.

5. In complete offers are likely to be passed over without consideration.

6. The firm should have the permanent address in Delhi area and having
contactable Mobile phone round the clock and own transport. Firm shall change
the office only after the prior information to the Competent. Authority i.e. in this
case Dy.CEE/CR.

6.1The firm shall have at least one four-wheeler and one two-wheeler for quick
movement of man and material to the site.

7. Firm shall submit the photograph of the workers for issuing the I. card. The cost
of the same shall be borne by the contractor. No staff shall be permitted to work
without I. card.

8. Permission to work shall be given as per the Railway’s convenience. No claim for
not giving the permission to work during the odd Hrs. will be accepted.

9. All work is to be carried out in the presence of Railway’s representative.

10. FREE ELCTRICITY, MOBILOIL, DIESEL, BATTERY AND WATER SHALL BE


GIVEN FOR EXECUTION OF WORK IN THIS TENDER.

11. Charges & expenses in respect of moving, Loading and Unloading the equipment
or a part there of, if required by firm for repairing the equipment to their working
Place and back to Railway premises and including dismantling reinstallation,
testing and commissioning shall be born by firm.

11.1 Un-skilled manpower will be provided by the company as and when required by
service engineer.

T-8 Signature of the Tenderer


12. Railway administration will not be responsible for any compensation to the firm’s
staff by any reasons what so ever. Contractor will ensure that the staff is fully
insured for any liability in case of accident, strikes, riots, civil commotion etc. The
railway will not be liable for any damage caused due to any reason.

13. All dispute arising out of contracts will be subject to the jurisdiction of courts at
Delhi

14. The contractor shall make good all the repairs /modifications /damages before
leaving the site.

15. The Tenderer shall not assign, transfer and sublet the privileges conferred
Under this agreement.

16. Railway can increase or decrease the quantity of work on existing agreed terms
and condition.

17. Cancellation of Contract:

The DY. CEE/CR without prejudice can cancel the contract in any of the
contractor.

(a) The contractor or any partner in the contracting firm becoming insolvent or
have a receiving order or orders for administration of estate made against
him or shall take any proceeding for liquidation or compensation under
any insolvency act for the time being in force or make any conveyance or
assignment of this efforts or composition or arrangement for the benefit of
his creditors or purpose to do so or if application be made under any
insolvency act for the time being in force the sequestration of his estate or
if a trust deed be granted by him on behalf of his creditors.
(b) Assign, transfer, sublets or attempts to assign or sublet whole or any
portion of the contract without written permission of the DY. CEE/CR.
(C) Whenever DY. CEE/CR exercises his authority to cancel the contract
under these conditions; he may complete the contract by any means at
the contractor’s risk and cost. The security deposit and any othe5r dues
of the contractor shall be at the absolute disposal of DY. CEE/CR to make
good the loss suffered by Railway or extra expenditure incurred for hiring
vehicle due to contractor failure.
18. DY. CEE/CR reserves the right to terminate the contract at any stage if the
contractor fails to comply with the contractual conditions set in the
contract.
19. If at any later stage, it is detected that the contractor has been paid in excess,
what-so-ever reasons may be, the railway shall have full authority to recover the
excess payment/cost of the damage caused by him from the pending bill/security
deposit etc. and to terminate the contract with immediate effect.

T-9 Signature of Tenderer


20. In case of any dispute of the interpretation on any Clause in the terms and
conditions of the contract decision of DY. CEE/CR will be final and binding
in the contractor.

DY. CEE/CR
N.Rly. IRCA Bldng. New Delhi.

I/we agree to abide by the terms and conditions mentioned at


page..............to..........as well as regulations for tenders and contracts
and general conditions of contract 1999 of the Northern Railway as
corrected up-to-date to the extent the later these books are applicable.

Signature of the Tender/s

Add:...............................

........................................

T-10 Signature of the Tenderer

END OF DOCUMENT

Das könnte Ihnen auch gefallen