tender document - Indian Railways
tender document - Indian Railways
tender document - Indian Railways
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
Page 1 of 46<br />
EAST CENTRAL RAILWAY<br />
DANAPUR DIVISION<br />
TENDER DOCUMENT<br />
OF<br />
TENDER NOTICE No-B/66/Tender/32/Open/DNR/2005-06, Danapur, 06.01.2006.<br />
NAME OF WORK: Fabrication, supply & fixing of new galvanized steel channel<br />
sleepers with all fittings and fixtures and transporting of the same to the site for fixing<br />
at different bridges of BKP-RGD section under AEN/Mokama.<br />
Cost of Tender <strong>document</strong>: - Rs. 2000/-<br />
OFFICE OF THE DIVISIONAL RAILWAY MANAGER<br />
EAST CENTRAL RAILWAY/DANAPUR/BIHAR
Page 2 of 46<br />
EAST CENTRAL RAILWAY<br />
Tender Notice No :- No.B/66/Tender/32/Open/DNR/2005-06 Danapur, 06.01.2006<br />
Item No.-06<br />
1. Name of <strong>tender</strong>er :-<br />
2. Address :-<br />
3. Form sold under M.R. No. : - Dated:<br />
Issued by :-<br />
4. Name of work : - Fabrication, supply & fixing of new galvanized steel channel sleepers with all<br />
fittings and fixtures and transporting of the same to the site for fixing at different<br />
bridges of BKP-RGD section under AEN/Mokama.
Page 3 of 46<br />
Office of<br />
The Sr. Divisional Engineer(C)<br />
East Central Railway, Danapur<br />
Forwarding letter<br />
No.B/66/Tender/32/Open/DNR/2005-06 Danapur, the 06.01.2006.<br />
To:<br />
__________________________<br />
__________________________<br />
__________________________<br />
Dear Sir(s),<br />
Name of the work:- Fabrication, supply & fixing of new galvanized steel channel sleepers with all fittings<br />
and fixtures and transporting of the same to the site for fixing at different bridges of BKP-RGD section<br />
under AEN/Mokama.<br />
Authority: Price of the prescribed form against above <strong>tender</strong> notice paid vide Money Receipt No.<br />
____________ dated ______________.<br />
1.0 Sealed <strong>tender</strong>s have been invited for and on behalf of the President of India for the abovementioned<br />
work as per Item No 1 of the <strong>tender</strong> notice number quoted above. A copy of the said<br />
<strong>tender</strong> notice is enclosed herewith as chapter-II.<br />
2.0 The prescribed form (hereinafter referred to as ‘<strong>tender</strong> <strong>document</strong>’) is hereby being issued to you<br />
on your request and after having deposited the requisite cost therefore by you as per the<br />
aforesaid details. This is being issued with the condition that you agree to abide by the<br />
conditions lad down hereunder in this <strong>tender</strong> <strong>document</strong>.<br />
3.0 The Railway may, of its own or in response to any clarification requested/suggested by any<br />
person including that from the <strong>tender</strong>er, may modify this <strong>tender</strong> <strong>document</strong> at its sole discretion<br />
before the due date of opening of the <strong>tender</strong>.<br />
4.0 This <strong>tender</strong> <strong>document</strong> includes many chapters as detailed hereunder and all the chapters<br />
including all other <strong>document</strong>s referred to herein, if not scored off, shall constitute integral part of<br />
this <strong>tender</strong> <strong>document</strong> and shall be read and acted upon together. No part of this <strong>tender</strong><br />
<strong>document</strong> shall be read, relied and/or acted upon in isolation:<br />
Ch. No. Details of <strong>document</strong>s enclosed Page<br />
I Forwarding letter 3-4<br />
II Tender Notice 5-7<br />
III Tender Form 8-9<br />
IV Instructions to <strong>tender</strong>ers 10-23<br />
V Schedule of items 24-27<br />
VI Special conditions and specifications -General 28-34<br />
VI Additional Special conditions (Part-I) 35-39<br />
VI Additional Special conditions (Part-II) 40-41<br />
VI Additional Special conditions (Technical ) 42-46
Page 4 of 46<br />
5.0 SCOPE OF THE WORK:<br />
Fabrication, supply & fixing of new galvanized steel channel sleepers with all fittings and<br />
fixtures and transporting of the same to the site for fixing at different bridges of BKP-RGD<br />
section under AEN/Mokama.<br />
6.0 COST OF THE WORK:<br />
The <strong>tender</strong> assessed cost of the work has been given in the <strong>tender</strong> notice. Such cost is<br />
approximate and is meant only for the guidance of the <strong>tender</strong>er.<br />
7.0 AMOUNT OF EARNEST MONEY:<br />
Amount of earnest money required to be deposited along with <strong>tender</strong> has been given in the<br />
<strong>tender</strong> notice. Tender received without prescribed amount of the earnest money shall be<br />
summarily rejected.<br />
8.0 OPENING OF TENDER:<br />
Tender will be received and opened as per details contained in the <strong>tender</strong> notice.<br />
9.0 VALIDITY OF TENDER:<br />
The <strong>tender</strong>er shall keep his <strong>tender</strong> open for a period of 120 days from the date of opening of<br />
<strong>tender</strong>.<br />
10.0 PERIOD OF COMPLETION:<br />
Successful <strong>tender</strong>er shall complete the entire work within the period specified in the <strong>tender</strong><br />
notice. The period will start from the date of issue of the letter of acceptance by the Railway to<br />
such <strong>tender</strong>er.<br />
11.0 SPECIFICATIONS OF THE WORK:<br />
The work shall be carried out as per specifications contained in this <strong>tender</strong> <strong>document</strong> or<br />
otherwise referred to herein.<br />
12.0 PRICE VARIATION CLAUSE:<br />
Price Variation Clause shall not be applicable in the present case.<br />
Enclosure: Tender <strong>document</strong><br />
Yours faithfully<br />
____________________<br />
Signature of the <strong>tender</strong>er<br />
For Sr. Divisional Engineer(C)<br />
East Central Railway/Danapur
Page 5 of 46<br />
Chapter-II<br />
EAST CENTRAL RAILWAY<br />
DANAPUR DIVISION<br />
NOTICE INVITING TENDER<br />
No.B/66/Tender/32/Open/DNR/2005-06 Danapur, the 06.01.2006.<br />
The Divisional Railway Manager, E.C.Railway, Danapur is inviting sealed Open Tender for and on behalf of the<br />
President of India from reputed contractor with experience, financial capability including those registered/working<br />
with Railway/Irrigation/CPWD/MES or any other public sector undertaking for the following work :-<br />
Item<br />
No.<br />
Name of work<br />
Approx. Cost<br />
Cost of<br />
Tender<br />
Paper<br />
Earnest<br />
money<br />
D.O.C.<br />
Date of<br />
opening<br />
1.<br />
2.<br />
3.<br />
4.<br />
5.<br />
6.<br />
7.<br />
8.<br />
9.<br />
10.<br />
RCC Jacketing of Br.No. 181, 206 and<br />
218 on PNBE-MGS section of Danapur<br />
Division.<br />
RCC Jacketing of Br.No.144 and 156in<br />
Patna-Jhajha section of Danapur<br />
Division.<br />
RCC jacketing of Br.No.215, on PNBE-<br />
MGS section of Danapur Division.<br />
Fabrication, supply and fixing of new<br />
galvanised steel channel sleeper with<br />
all fittings and fixture and<br />
transportation of the same for fixing at<br />
Bridge No.78 (UP & DN) and 82 UP<br />
and DN between Fatuha- Bankaghat<br />
stations in Patna-Jhajha section of<br />
Danapur Division under jurisdiction of<br />
AEN/Line/Patna.<br />
Assisting Ballast cleaning machined<br />
(BCM) for deep screening work<br />
including supply of generator for<br />
lighting arrangement for night working<br />
and manual deep screening in station<br />
limit under DEN(3)/Danapur.<br />
Fabrication, supply & fixing of new<br />
galvanized steel channel sleepers with<br />
all fittings and fixtures and<br />
transporting of the same to the site for<br />
fixing at different bridges of BKP-RGD<br />
section under AEN/Mokama.<br />
RCC Jacketing of Br.No.230, 243, 251<br />
and 253 on PNBE-MGS section of<br />
Danapur Division.<br />
Fabrication, supply and fixing of new<br />
galvanised steel channel sleeper with<br />
all fittings and fixture and<br />
transportation of the same for fixing at<br />
Bridge No.12.27,30,40,65,69 and 84 in<br />
Patna –Gaya Section and Br.No.209 in<br />
Kiul-Gaya section under jurisdiction of<br />
DEN(I)/Danapur.<br />
RCC Jacketing of Br.No.323 and 326 on<br />
PNBE-MGS section of Danapur<br />
Division.<br />
Through sleeper renewal of SC/CST-9<br />
/wooden sleeper of Loop line by PSC<br />
sleeper and associated works in<br />
different stations under<br />
Asstt.Engineer/ Kiul.<br />
96,89,057/- 2000/- 50000/-<br />
90,48,800/- 2000/- 50000/-<br />
65,35,214/- 2000/- 49020/-<br />
61,08,500/- 2000/- 45820/-<br />
58,85,750/- 2000/- 44150/-<br />
55,02,550/- 2000/- 41300/-<br />
46,12,259/- 1500/- 35000/-<br />
45,24,100/- 1500/- 35000/-<br />
35,27,772/- 1500/- 35000/-<br />
25,67,000/- 1500/- 25670/-<br />
06<br />
months<br />
06<br />
months<br />
04<br />
months<br />
06<br />
months<br />
09<br />
months<br />
09<br />
months<br />
06<br />
months<br />
06<br />
months<br />
04<br />
months<br />
09<br />
months<br />
16.02.2006<br />
1.6.02.2006<br />
16.02.2006<br />
16.02.2006<br />
16.02..2006<br />
16.02.2006<br />
16.02.2006<br />
16.02.2006<br />
16.02.2006<br />
16.02.2006
Page 6 of 46<br />
Item<br />
No.<br />
11.<br />
12.<br />
Name of work<br />
Strengthening of Br.No.86 and 97 on<br />
Main line by Helifix Technique.<br />
Replacement of tiled roof by RCC roof<br />
at Mokama Colony under AEN/<br />
Mokama.<br />
Approx. Cost<br />
Cost of<br />
Tender<br />
Paper<br />
Earnest<br />
money<br />
D.O.C.<br />
Date of<br />
opening<br />
21,62,462/- 1500/- 21625/- 06months 16.02.2006<br />
9,52,178/- 1000/- 19050/- 04months 16.02.2006<br />
Note:. 1)The <strong>tender</strong> <strong>document</strong>s for item No 1,2,3, 4 5 and 6 shall be obtained and opened at<br />
Mughalsarai , Hajipur addition to Danapur.<br />
2)The <strong>tender</strong> <strong>document</strong>s for item No.7,8, 9 ,10,11 and 12 shall be obtained and opened at<br />
Mughalsarai in addition to Danapur.<br />
3)The details scope has been described in the Tender Documents. However details can also be<br />
collected from the office of undersigned. Eligibility criteria for participation in Tender are<br />
indicated below. The <strong>tender</strong>er should go through this eligibility criteria before purchasing<br />
the <strong>tender</strong> <strong>document</strong>s.<br />
ELIGIBILITY CRITERIA:-Eligibility criteria for works costing above Rs. 10 lakh shall be as given in the<br />
Table below –<br />
1) Revenue/Banker’s Solvency Certificate.<br />
(i) For work costing less than Rs.1 Crore (i) Not required.<br />
(ii) For work costing more than Rs.1 Crore (ii) 40% of Advertised Tender Value of Work<br />
2) Tenderers should have completed in last three<br />
financial year (i.e. current year and three previous<br />
financial year) :<br />
3) Total contract amount received during the last<br />
three financial years and in the current financial year.<br />
At least one similar single work for a minimum value<br />
of 35% of Advertised Tender Value of Work.<br />
Should be a minimum of 150% of Advertised Tender<br />
Value of Work. The proof of the above should be<br />
submitted by the <strong>tender</strong>er in the form of attested copy<br />
of payment certificate issued by Central/State<br />
Government departments or public sector undertaking<br />
of Central/ State Government<br />
OR<br />
Audited balance sheet duly certified by Charted<br />
Accounts.<br />
Note: 1. Similar work means any work related to track like TRR, CTR, PQRS, BCM , Deep screening,<br />
Welding, Fan shape etc.for item No.4.<br />
Tender <strong>document</strong>s (non-transferable) embodying terms and conditions can be obtained<br />
from the office of the Sr.Divnl.Engineer(Co-ord)/E.C.Rly.,Danapur, Mughalsarai and CE/Hajipur on and<br />
from31.01.2006 between 11.00 hrs. to 16.00 hrs. of any working day and upto 10.00 Hrs. on the date of<br />
opening. For purchasing <strong>tender</strong> <strong>document</strong>s the cost of the <strong>tender</strong> form as mentioned above should be<br />
deposited with Divisional Cashier, E.C.Rly., and Danapur, Mughalsarai and FA & CAO/Hajipur or<br />
Booking office of any stations of Danapur Division between 11.00 Hrs. to 14.00 hrs. and receipt obtained<br />
which should be deposited to the office of the Sr.Divnl.Engineer (Co-ordn.)/E.C.Rly.,Danapur,<br />
Mughalsarai towards the cost of set of Tender <strong>document</strong>s.<br />
The <strong>tender</strong> will be received in the office of the Sr.Divnl.Engineer(Co-ordn.)/E.C.Rly., Danapur,<br />
Mughalsarai and CE/Hajipur up to 14.00 hrs. on the date of opening indicated above and will be<br />
opened on the same day at 14.30 hrs. in presence of all the <strong>tender</strong>ers or their authorised representative<br />
who wish to remain present. In case the office is closed due to unprecedented reason the <strong>tender</strong> will be<br />
opened on next working day.<br />
The <strong>tender</strong>ers are advised to visit the site of the work and acquaint themselves with the condition and<br />
expected quantum of work in their own interest.<br />
The <strong>tender</strong> must be accompanied with the prescribed amount of earnest money as mentioned above in<br />
acceptable from as mentioned in the <strong>tender</strong> <strong>document</strong>s in favour of FA & CAO/E.C.Rly., Hajipur<br />
payable at Patna. Adjustment of earnest money submitted with earlier <strong>tender</strong> or accepted <strong>tender</strong> shall<br />
not be considered and <strong>tender</strong> without valid earnest money shall be summarily rejected.<br />
The successful <strong>tender</strong>er has to submit the full security deposit at the time of execution of agreement.
Page 7 of 46<br />
The <strong>Railways</strong> reserve the right to either cancel the <strong>tender</strong> or reject the <strong>tender</strong>s without assigning any<br />
reason.<br />
N. B.: 1) the <strong>tender</strong> notice and <strong>tender</strong> <strong>document</strong>s are also available on the CRIS website: http://<br />
www.indianrail.gov.in.<br />
2) The <strong>tender</strong> <strong>document</strong>s can also be down loaded from above noted website 15 days before the date of<br />
opening. This facility is available free of cost. However, the demand draft for the amount as indicated above<br />
against each work in favour of FA & CAO/E.C.Rly., Hajipur payable at Patna towards the cost of <strong>tender</strong><br />
<strong>document</strong>s will have to be enclosed with the <strong>tender</strong> in addition to Earnest Money. If <strong>tender</strong> is not<br />
accompanied with the valid demand draft for the cost of the <strong>tender</strong> <strong>document</strong> as detailed above in case of<br />
<strong>tender</strong> <strong>document</strong> downloaded from Internet website, the <strong>tender</strong> will be summarily rejected.<br />
For Divnl.Railway Manager,<br />
E.C.Railway,Danapur.
Chapter-III<br />
To:<br />
The President of India acting through<br />
The Sr. Divisional Engineer(C),<br />
East Central Railway<br />
Danapur.<br />
TENDER FORM<br />
Dear Sir,<br />
Name of the work - Fabrication, supply & fixing of new galvanized steel channel sleepers with all<br />
fittings and fixtures and transporting of the same to the site for fixing at different bridges of BKP-<br />
RGD section under AEN/Mokama.<br />
No.B/66/Tender/32/Open/DNR/2005-06 Danapur, the 06.01.2006.<br />
1.0 WHEREAS the President of India acting through the East Central Railway administration and their<br />
authorised officers has invited sealed <strong>tender</strong>s for the above-mentioned work vide <strong>tender</strong> notice<br />
mentioned above.<br />
2.0 AND WHEREAS I/We, _________________________________________________ have read the above<br />
<strong>tender</strong> notice, have purchased this <strong>tender</strong> <strong>document</strong>, have carefully read and understood the same,<br />
have visited the site and have satisfied myself/ourselves as to the nature of the work and site<br />
conditions.<br />
3.0 AND WHEREAS my/our address for all communications hereinafter shall be as under:<br />
__________________________________________________<br />
__________________________________________________<br />
4.0 AND WHEREAS I/We, forward a sum of Rs.41300/- towards the earnest money in one or more of<br />
the following form:<br />
Note: -Score out whichever are not applicable.<br />
a. Deposit in cash with the Divisional Cashier, East Central Railway, and Danapur and enclose<br />
herewith the Money Receipt No. __________ dated _________ obtained there from for a sum<br />
of Rs. _______.<br />
b. Deposit Receipts, Pay Order or Demand Drafts from ___________________ for a sum of Rs.<br />
_______________ in favour of the Financial Adviser and chief Accounts Officer, E.C.Rly.,<br />
Hajipur payable at Patna. And duly endorsed ‘Accounts payee’ and valid up to ________.<br />
c. Standing earnest money of Rs. _________________________ in the office of<br />
______________________ as per receipt issued by that office vide his letter No.<br />
____________________________ dated _________. A copy of the enlistment letter and the<br />
receipt are enclosed herewith.<br />
1. AND WHEREAS I/We state that in the event of this <strong>tender</strong> being unsuccessful, the aforesaid<br />
earnest money deposited by me/us may be refunded to me/us by
Chapter-III<br />
5.0 AND WHEREAS I/We hereby sign this <strong>tender</strong> <strong>document</strong> by virtue of the legal authorities vested<br />
with me/us to enter into commitment on behalf of the <strong>tender</strong>er, <strong>document</strong>ary support whereof is<br />
enclosed herewith.<br />
6.0 AND WHEREAS I/We have read and understood this <strong>tender</strong> <strong>document</strong> and agree to abide by the<br />
various terms and conditions contained herein. I/We also agree to keep the offer open for<br />
acceptance for a period of 120 days from the date fixed for opening of the same and in default<br />
hereof, I/We will be liable for forfeiture of my/our earnest money.<br />
7.0 Now, therefore I/We hereby submit this <strong>tender</strong> and offer to do the work for the East Central<br />
Railway at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete<br />
the work in all respects within 06 (Six) months from the date of issue of the letter of acceptance of<br />
this <strong>tender</strong>.<br />
8.0 And I/We agree to abide by the General Conditions of Contract–2001 editions issued by the Eastern<br />
Railway and other related codes and Manuals in connection with channel sleepers 1994 edition, read<br />
with all correction slips issued thereto from time to time, and to carry out the works according to the<br />
special conditions and specifications of materials and works as laid hereunder in various chapters of<br />
this <strong>tender</strong> <strong>document</strong>.<br />
9.0 And I/We have understood and accept the stipulation that full value of the earnest money shall<br />
stand forfeited without prejudice to any other right or remedies if:<br />
1. I/We do not execute the contract <strong>document</strong>s, in case my/our <strong>tender</strong> is accepted, within<br />
seven days after receipt of notice issued by the Railway that such <strong>document</strong>s are ready or<br />
2. I/we do not commence the work, in case my/our <strong>tender</strong> is accepted, within fifteen days<br />
after receipt of orders to that effect.<br />
10.0 And until a formal agreement is executed, acceptance of this <strong>tender</strong> shall constitute a binding<br />
contract between us subject to modifications as may be mutually agreed between us and indicated in<br />
the letter of acceptance of my/our offer for this work.<br />
Date: _______________<br />
Witness:<br />
Signature of the <strong>tender</strong>er<br />
Seal of the <strong>tender</strong>er<br />
1. Signature: ________________________<br />
Name & Address: ________________________<br />
2. Signature: ________________________<br />
Name & Address:<br />
________________________
Chapter-IV<br />
Eastern Railway<br />
Engineering Department<br />
INSTRUCTIONS TO TENDERERS<br />
1.0 GENERAL:<br />
1.1 Books of reference: Tenderer should purchase a copy The General Conditions of Contract, 2001 and<br />
other related codes and Manuals related with channel sleeper on payment of prescribed cost and<br />
should go though them:<br />
1.2 Contractor: Tenderer, whose <strong>tender</strong> is accepted by the Railway, shall thereafter be referred to as<br />
’contractor’ and shall mean the person/firm/co-operative society or company, whether incorporated<br />
or not, who enters into contract with the Railway and shall include his executor, administrator,<br />
successor and permitted assignee. This <strong>tender</strong> <strong>document</strong> of the successful <strong>tender</strong>er shall form part of<br />
contract agreement between the contractor and the Railway after acceptance thereof by the Railway.<br />
1.3 Singular and Plural: Words importing singular number shall also include plural and vice versa<br />
where the context requires in this <strong>tender</strong> <strong>document</strong> and vice versa.<br />
2.0 INCONSISTENCY BETWEEN THE DOCUMENTS:<br />
The GCC- 2001 and other codes and Manuals shall be read with all correction slips issued thereto<br />
from time to time and shall form integral part of this <strong>tender</strong> <strong>document</strong>. However, in case of any<br />
inconsistency and contradictions between the same and the special conditions and specifications laid<br />
in various chapters of this <strong>tender</strong> <strong>document</strong>, the later shall prevail.<br />
3.0 SCOPE OF THE TENDER:<br />
Tenders have been invited in the present case for and on behalf of the President of India for the<br />
work, scope of which has been described in brief in chapter-I of this <strong>tender</strong> <strong>document</strong>.<br />
4.0 INSPECTION OF DATA:<br />
Drawings for the work can be seen in the office inviting this <strong>tender</strong> on any working day during<br />
working hours. The drawings are only for the guidance of <strong>tender</strong>ers. Detailed working drawings, if<br />
required based on the drawings mentioned above, will be given by the Engineer or his<br />
representative from time to time.<br />
5.0 INSPECTION OF SITE:<br />
Before submitting <strong>tender</strong>, <strong>tender</strong>er will be deemed to have satisfied himself, by actual inspection of<br />
the site and locality of the work, that all conditions liable to be encountered during execution of the<br />
work are taken into account and that the rates, he enters in this <strong>tender</strong> <strong>document</strong>, are adequate and<br />
all inclusive to accord with the provisions in clause-37 of the GCC-2001 for completion of the works<br />
to the entire satisfaction of the Railway.<br />
6.0 TENDERER’S POSTAL ADDRESS:<br />
6.1 Address of <strong>tender</strong>er: Tenderer shall state his postal address fully and clearly in the ‘Tender Form’ in<br />
chapter-III of this <strong>tender</strong> <strong>document</strong>. All communication sent in time to the <strong>tender</strong>er by post at the<br />
said address shall be deemed to have reached the <strong>tender</strong>er duly and in time. Important <strong>document</strong>s<br />
shall be sent by Registered Post.<br />
6.2 Change of address: Tenderer shall keep the Railway informed of changes in the postal address at all<br />
times in his own interest.<br />
7.0 PARTNERSHIP DEEDS, POWER OF ATTORNEY ETC:<br />
7.1 Person authorised to sign: Tender shall be signed by individual or individuals legally authorised to<br />
enter into commitments on behalf of the <strong>tender</strong>er. Any individual or individuals signing this <strong>tender</strong>
Chapter-IV<br />
<strong>document</strong> or any other <strong>document</strong>s connected therewith shall specify whether he is signing the said<br />
<strong>document</strong>s: -<br />
1. As sole proprietor of a firm or as an attorney of a sole proprietor,<br />
OR<br />
2. As partner of a partnership firm duly authorised through authorisation letter,<br />
OR<br />
3. As director, manager or secretary of a limited company duly authorised by a resolution<br />
passed by the board of directors or in pursuance to the authority conferred by the<br />
Memorandum of Association.<br />
7.2 Document of authorisation: If <strong>tender</strong> is submitted on behalf of a partnership concern, the <strong>tender</strong>er<br />
should, along with his <strong>tender</strong>, submit a certified copy of the partnership deed and authorisation to<br />
sign this <strong>tender</strong> <strong>document</strong> on behalf of partnership firm. In case of a firm not registered under the<br />
<strong>Indian</strong> Partnership Act, all the partners or the attorney duly authorised by all of them, shall sign this<br />
<strong>tender</strong> <strong>document</strong> and all other concerned <strong>document</strong>s.<br />
7.3 Power of Attorney: Tenderer, whether sole proprietor, a limited company or a partnership firm, if he<br />
wants to act through an agent or individual partner, should submit along with his <strong>tender</strong> or at a later<br />
stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in<br />
favour of the specific person whether he/they be partner, partner of the firm or any other person<br />
specifically authorising him/them to submit the <strong>tender</strong>, sign the agreement, receive money, witness<br />
measurements, sign measurement books, compromise, settle, relinquish any claim preferred by the<br />
firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.<br />
7.4 Tender without <strong>document</strong>s/subsequent change: If above <strong>document</strong>s are not enclosed along with this<br />
<strong>tender</strong> <strong>document</strong>s, <strong>tender</strong> will be treated as having been submitted by an individual signing this<br />
<strong>tender</strong> <strong>document</strong>s. The Railway will not be bound by any power of attorney subsequently granted<br />
by the <strong>tender</strong>er or by changes in the composition of the firm made subsequent to submission of<br />
<strong>tender</strong>. It may, however, recognise such power of attorney and changes, after obtaining proper legal<br />
advice, cost of which will be chargeable to the contractor.<br />
8.0 RAILWAY OFFICERS ASSOCIATED WITH TENDERER:<br />
1.1 Ex-Railway Officer as <strong>tender</strong>er: Should <strong>tender</strong>er be a retired Gazetted Officer working before his<br />
retirement on any of the <strong>Railways</strong> owned and administered by the President of India, or should the<br />
<strong>tender</strong>er being partnership firm have as one of its partners a retired Gazetted Officer as aforesaid, or<br />
should the <strong>tender</strong>er being an incorporated company have any such retired Officer as one of its<br />
Directors, or should the <strong>tender</strong>er have in his employment any retired Gazetted Officer as aforesaid,<br />
full information of such person shall be submitted along with his <strong>tender</strong> in the format given in<br />
annexure-I to this chapter of this <strong>tender</strong> <strong>document</strong>.<br />
1.2 Officer retired within 2 years: In case where aforesaid Officer had not retired from Government<br />
service at least 2 years prior to the date of submission of <strong>tender</strong>, the <strong>tender</strong>er shall furnish a copy of<br />
the permission of the President of India or any officer, duly authorised by him in this behalf,<br />
permitting such a person as aforesaid to associate himself with the <strong>tender</strong>er in any of the capacity as<br />
aforesaid.<br />
1.3 Tenderer’s relative employed as Gazetted Officer: Should <strong>tender</strong>er or contractor being an individual<br />
on the list of approved Contractors, have a relative or in the case of partnership firm or company of<br />
contractors one or more of his shareholder or a relative of shareholder employed in Gazetted<br />
capacity in the Engineering Department of the Eastern Railway, detailed information about such<br />
Officer shall also be furnished along with the <strong>tender</strong> in the aforesaid Annexure-I.<br />
1.4 No information about Officers’ association: Tender without the information referred to above or a<br />
statement to the effect that no such Officer is associated, as the case may be, shall be rejected and if
Chapter-IV<br />
such fact subsequently comes to light, the contract may be rescinded in accordance with the<br />
provision in clause 62 of the General Conditions of contract.<br />
9.0 INCOME TAX CLEARANCE CERTIFICATE:<br />
9.1. Tenderer is required to produce, along with his <strong>tender</strong>, an authorised copy of latest Income Tax<br />
Clearance certificate, hereinafter referred to as ITCC, or a sworn affidavit duly countersigned by the<br />
Income-Tax Officer to the effect that he has no taxable income. Care should be taken to get all<br />
necessary information and date entered in the ITCC and no column should be left blank.<br />
9.2. Tender without such a certificate may not be considered and, if at all considered, such certificate<br />
shall have to be produced before any payment is made. The contractor shall have no claim in regard<br />
to non-payment in absence of such a certificate. However, instructions issued in this regard by the<br />
appropriate authority would prevail.<br />
10.0 SALES TAX CLEARANCE CERTIFICATE:<br />
10.1 Tenderer is required to produce, along with his <strong>tender</strong>, an authorised copy of latest Sales Tax<br />
Clearance Certificate, hereinafter referred to as STCC, issued by the appropriate Commercial Tax<br />
Officer. Care should be taken to get all necessary information and date entered in the STCC and no<br />
column should be left blank.<br />
10.2 Tender without such a certificate may not be considered and, if at all considered, such certificate<br />
shall have to be produced before any payment is made. The contractor shall have no claim in regard<br />
to non-payment in absence of such a certificate. However, instructions issued in this regard by the<br />
appropriate authority would prevail.<br />
11.0 TESTIMONIALS:<br />
10.1 Experience, financial status and ability: Tenderer is required to submit <strong>document</strong>s detailed<br />
hereunder for evaluation of his credentials.<br />
10.2 List of completed works: Tenderer is required to submit, along with his <strong>tender</strong>, particulars of all<br />
works completed by him for the <strong>Railways</strong> or for any other client in the last three financial years<br />
starting from the original date of opening of this <strong>tender</strong> in the Performa enclosed as annexure-II/A<br />
to this chapter of this <strong>tender</strong> <strong>document</strong>. Figures of cost shall not include cost of materials supplied<br />
free of cost by the client to the contractor. The <strong>tender</strong> without this information may be treated as if<br />
the <strong>tender</strong>er has not completed any work. Supportive certificates from the organizations with whom<br />
the <strong>tender</strong>er worked should be enclosed giving description of work, value of work at the time of<br />
award, date of award, scheduled date of completion, date of actual start, actual date of completion<br />
final value of contract etc.<br />
10.3 List of works in hand: Tenderer is required to submit, along with his <strong>tender</strong>, particulars of all works<br />
in hand for the <strong>Railways</strong> or for any other client in the Performa enclosed as annexure-II/B to this<br />
chapter of this <strong>tender</strong> <strong>document</strong>. Figures of cost shall not include cost of materials supplied free of<br />
cost by the client to the contractor. The <strong>tender</strong> without this information may be treated as if the<br />
<strong>tender</strong>er has no works in hand. Supportive <strong>document</strong>s from the organizations with which the<br />
<strong>tender</strong>er is workings should be enclosed giving description of work, contract value, date of award,<br />
approximate date value of balance work.<br />
10.4 Banker’s solvency certificate: Tenderer is also required to enclose, along with his <strong>tender</strong>, Banker’s<br />
solvency certificate showing financial capabilities of the <strong>tender</strong>er. The Railway reserves the right to<br />
treat the <strong>tender</strong>er as having no financial capability to handle such a work in absence of such<br />
certificate.<br />
10.5 List of court cases and arbitration cases: Tenderer is also required to submit, along with his <strong>tender</strong>,<br />
list of arbitrations demanded from any clients during the last five years preceding the date of<br />
opening of this <strong>tender</strong> as per annexure-III/A to this chapter of this <strong>tender</strong> <strong>document</strong>. The <strong>tender</strong>er is<br />
also required to submit, along with his <strong>tender</strong>, list of court cases filed against any clients during the
Chapter-IV<br />
last five years preceding the date of opening of this <strong>tender</strong> as per annexure-III/B to this chapter of<br />
this <strong>tender</strong> <strong>document</strong>.<br />
10.6 List of plant and machinery: Tenderer has to make his own arrangements for execution of works.<br />
The <strong>tender</strong>er is required to submit, along with his <strong>tender</strong>, list of plant and machinery available on<br />
hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work<br />
in Performa given in annexure-IV to this chapter of this <strong>tender</strong> <strong>document</strong>. The <strong>tender</strong> without this<br />
information may be treated as if the <strong>tender</strong>er has no plant and machinery available on hand (own)<br />
and that no plant and machinery are proposed to be inducted for the subject work.<br />
10.7 List of personnel and organisation: Tenderer is required to submit, along with his <strong>tender</strong>, list of<br />
Personnel and organisation available on hand (own) and proposed to be engaged for the subject<br />
work in Performa given in annexure-V to this chapter of this <strong>tender</strong> <strong>document</strong>. The <strong>tender</strong> without<br />
this information may be treated as if the <strong>tender</strong>er has no personnel and organisation and that no<br />
personnel and organisation are proposed to be engaged for the subject work.<br />
12.0 ELIGIBILITY CRITERIA:<br />
Tenderer is also required to submit, along with his <strong>tender</strong>, all relevant <strong>document</strong>s/certificates, which<br />
makes him eligible for the present <strong>tender</strong> as per prescribed eligibility criteria in the <strong>tender</strong> notice.<br />
13.0 PERIOD OF VALIDITY OF THE TENDER:<br />
Tenderer shall keep his <strong>tender</strong> open for a minimum period as stipulated in chapter-I of this <strong>tender</strong><br />
<strong>document</strong> from the date of opening of this <strong>tender</strong>. It shall be understood that, after submitting his<br />
<strong>tender</strong>, the <strong>tender</strong>er shall not resile from his offer or modify the terms and conditions there of in a<br />
manner not acceptable to the Railway within the above period. The Railway may, however, request<br />
the <strong>tender</strong>er to extend validity of his <strong>tender</strong> with aforesaid stipulations enforced.<br />
14.0 PERIOD OF COMPLETION OF THE WORK:<br />
The entire work covered by this <strong>tender</strong> is required to be completed in all respects within the period<br />
of completion stipulated in chapter-II of this <strong>tender</strong> <strong>document</strong> and the period shall be reckoned from<br />
the date of issue of the letter of acceptance. Tenderer shall submit his <strong>tender</strong> subject to acceptance of<br />
this condition and with undertaking to do so, if the work is awarded to him.<br />
15.0 EARNEST MONEY:<br />
15.1. Condition for earnest money: Tenderer are required to deposit prescribed amount of earnest money,<br />
as specified in chapter-II of this <strong>tender</strong> <strong>document</strong>, with his <strong>tender</strong> for the due performance of the<br />
stipulation to keep his <strong>tender</strong> open till such date as specified in stipulated in chapter-II of this <strong>tender</strong><br />
<strong>document</strong>. The forms, in which such earnest money shall be deposited, are mentioned in Para 15.2<br />
hereunder. No adjustment of the earnest money submitted with earlier <strong>tender</strong>s, including <strong>tender</strong>s,<br />
which have already been accepted, shall be done. Tenders received without the aforesaid earnest<br />
money shall be summarily rejected. Tenderers borne on the appropriate approved list of contractors<br />
may avail of the facility of the standing earnest money as per extent instructions in this regard. The<br />
<strong>tender</strong>er having standing earnest money specially approved by the Railway Board may also avail of<br />
the facility thereof as per extent instructions in this regard.<br />
15.2. Mode of payment of earnest money: The earnest money as stipulated in this <strong>tender</strong> <strong>document</strong> can be<br />
paid by <strong>tender</strong>er in any one of the following forms and no other forms:<br />
1. Deposit in cash with the Divisional Cashier, East Central Railway, Danapur and to attach the<br />
money receipt obtained thereof with this <strong>tender</strong> <strong>document</strong>.<br />
2. Deposit Receipts or Pay Orders or Demand Drafts from the State Bank of India or from any<br />
of the Nationalised Banks drawn in favour of Financial Adviser and Chief Accounts Officer,<br />
East Central Railway, Hajipur and duly endorsed as ‘Account Payee’ and valid for a period<br />
of 6(six) months from the date of opening of the <strong>tender</strong>.
Chapter-IV<br />
3. However, Deposit Receipt executed by the Scheduled banks (other than the State Bank of<br />
India and the Nationalised Banks) approved by the Reserve Bank of India for this purpose<br />
will not accepted without getting in writing the concurrence of the Reserve Bank of India.<br />
16.0 STANDING EARNEST MONEY:<br />
16.1. Facility of standing earnest money is available only to the <strong>tender</strong>er who is borne on the approved list<br />
of contractors of the Engineering Department of the Open Line of the East Central Railway subject to<br />
further stipulations that the said approved list is valid for the site of the work, such <strong>tender</strong>er has<br />
deposited standing earnest money on the basis of said approved list and the same is still available<br />
with the Railway free from any attachment.<br />
16.2. Tenderer holding such standing earnest money should submit his <strong>tender</strong> along with <strong>document</strong>ary<br />
evidence regarding his enlistment in the approved list as well as particulars of deposit of the<br />
standing earnest money from the concerned office subject to stipulations hereunder.<br />
16.3. In case, <strong>tender</strong> assessed cost is up to the upper limit for the class for which <strong>tender</strong>er is registered, he<br />
may not deposit the earnest money separately for his <strong>tender</strong>. However, such <strong>tender</strong>er shall have to<br />
deposit the amount equivalent to the earnest money deposit in any of the forms mentioned above, if<br />
his <strong>tender</strong> is accepted, within 7(seven) days from the date of issue of letter of acceptance as part of<br />
the security deposit. In case such <strong>tender</strong>er fails to do so, the standing earnest money shall be<br />
appropriated as part of the security deposit without any reference and he shall, obviously, not be<br />
entitled to the facility of the standing earnest money in any further <strong>tender</strong>, to be opened or under<br />
consideration of the Railway, till such time he deposits fresh standing earnest money.<br />
16.4. In cases where <strong>tender</strong> assessed cost is above the upper limit for the class for which a <strong>tender</strong>er is<br />
registered, he shall have to deposit full earnest money for the said <strong>tender</strong> in any of the forms<br />
mentioned above.<br />
17.0 APPROPRIATION OF EARNEST MONEY TOWARDS SECURITY DEPOSIT:<br />
If a <strong>tender</strong> is accepted, the amount of earnest money deposited by such <strong>tender</strong>er shall be retained as<br />
part of security deposit for due and faithful fulfilment of the contract in terms of clause 16 of the<br />
GCC-2001 and shall form part of the security deposit stipulated in this <strong>tender</strong> <strong>document</strong>.<br />
18.0 REFUND OF EARNEST MONEY:<br />
18.1. Earnest money of unsuccessful <strong>tender</strong>ers shall, save as herein provided, be returned to them within<br />
a reasonable time. However, the Railway shall not be responsible for any loss or depreciation that<br />
may happen thereto while in possession of the Railway nor it will be liable to pay interest thereon.<br />
18.2. Earnest money deposited in cash shall be refunded by a cheque drawn in favour of unsuccessful<br />
<strong>tender</strong>ers and shall be sent to them by Registered Post at the address given by them in chapter-III of<br />
their <strong>tender</strong>s. The cheque may be drawn on the Reserve Bank of India at Patna.<br />
18.3. In case the earnest money has been deposited through other instrument, the relevant instrument,<br />
duly released, shall be sent to unsuccessful <strong>tender</strong>ers at the address given by them in their <strong>tender</strong>s<br />
by Registered Post. The Railway shall not be responsible for any postal delays or other causes<br />
beyond its control.<br />
19.0 FORFEITURE OF EARNEST MONEY:<br />
19.1. It shall be understood that this <strong>tender</strong> <strong>document</strong> has been issued/sold to the <strong>tender</strong>er and the<br />
<strong>tender</strong>er has been permitted to <strong>tender</strong> in consideration of stipulation on his part that, after<br />
submitting his <strong>tender</strong>, he shall not resile from his offer or modify the rates or terms and conditions<br />
thereof in a manner not acceptable to the Railway. Should the <strong>tender</strong>er fail to observe or comply<br />
with the foregoing stipulations; full amount of earnest money shall be forfeited.<br />
19.2. Further, if any modification in rates, terms and conditions is made by <strong>tender</strong>er, which is not<br />
acceptable to the Railway, subsequent to opening and within the period of validity of his <strong>tender</strong> and<br />
the <strong>tender</strong>er refuses to accept award of the contract issued without such modifications, full amount<br />
of his earnest money shall be forfeited.<br />
19.3. The earnest money is also liable to be forfeited in cases where any of the statements and or<br />
declarations made by <strong>tender</strong>er is proved wrong, false or such as to withhold any information<br />
relevant for consideration of the <strong>tender</strong>.
Chapter-IV<br />
19.4. Tenderer, whose <strong>tender</strong> is accepted, shall be required to appear in person, or if a firm or<br />
incorporation, a duly authorised representative shall so appear at the office inviting this <strong>tender</strong> and<br />
execute contract <strong>document</strong> within seven days after issue of notice that the contract <strong>document</strong> is<br />
ready for execution. Failure to do so shall constitute breach of the agreement affected by acceptance<br />
of his <strong>tender</strong> in which case full amount of the earnest money accompanying his <strong>tender</strong> shall stand<br />
forfeited without any other rights or remedies.<br />
19.5. In the event when <strong>tender</strong>er, whose <strong>tender</strong> is accepted, shall refuse to execute the contract <strong>document</strong><br />
as hereinbefore provided, the Railway may determine that such <strong>tender</strong>er has abandoned the contract<br />
and thereupon his <strong>tender</strong> and acceptance thereof shall be treated as cancelled and the Railway shall<br />
be entitled to forfeit full value of his earnest money and to recover damages for such default.<br />
19.6. In the event when <strong>tender</strong>er, whose <strong>tender</strong> is accepted, fails to commence the work within fifteen<br />
days after issue of letter of acceptance, provisions contained in clause 62 of the GCC-2001 shall be<br />
applicable.<br />
20.0 TENDER WITHOUT EARNEST MONEY:<br />
Tender not accompanied with prescribed amount of earnest money in the form as aforesaid shall be<br />
summarily rejected at the time of opening of this <strong>tender</strong> itself, and his rates would not be read out,<br />
without any further reference to the <strong>tender</strong>er.<br />
21.0 GENERAL INSTRUCTIONS FOR COMPLETING THIS TENDER DOCUMENT:<br />
21.1. Tenderer shall submit this <strong>tender</strong> <strong>document</strong> intact as his <strong>tender</strong> after completing the same in all<br />
respect as per instructions contained herein, without, detaching, defacing or removing any part<br />
thereof. The <strong>tender</strong>er shall sign each page of this <strong>tender</strong> <strong>document</strong> before submission.<br />
21.2. Tender containing over writings, scribbling, erasing or overwriting especially of rates and or rates<br />
not quoted both in figure and words are liable to be rejected. Any correction made by the <strong>tender</strong>er in<br />
his entries must be attested by him. In case any discrepancy in rates shown in figures and words is<br />
noticed, the accepting authority may, at his discretion, accept the lower of the two.<br />
21.3. Tenderer must completely and carefully fill up all rates in chapter-V of this <strong>tender</strong> <strong>document</strong>.<br />
21.4. Tenderer shall not leave any space blank where he is expected to make an entry.<br />
22.0 FALSE AND OR INCOMPLETE STATEMENTS:<br />
If <strong>tender</strong>er gives wrong information in his <strong>tender</strong> or creates circumstances for acceptance of his<br />
<strong>tender</strong> at any stage of <strong>tender</strong> or at any stage of contract in the event of his <strong>tender</strong> having been<br />
accepted, his <strong>tender</strong> or contract shall be liable to be cancelled/rescinded in addition to the following:<br />
1. If such issues come to light at <strong>tender</strong> stage, full amount of his earnest money shall be<br />
forfeited.<br />
2. In cases where such issues come to light at contract stage, the rights available to the Railway<br />
under clause-61 of the GCC-2001 shall be applicable.<br />
23.0 QUOTATIONS OF RATES:<br />
23.1. Quoting rates for all items: Tenderer shall quote his rates as percentage above or below the L & M<br />
Schedule-1996 except where he is required to quote rate for an item. He must <strong>tender</strong> such rates for<br />
all items of the schedule attached as chapter-V of this <strong>tender</strong> <strong>document</strong>. However, quantities of<br />
individual items involved in the work are shown in the attached schedule for guidance only and are<br />
subject to variation according to requirement of the Railway. The Railway does not guarantee work<br />
under each item or each schedule.<br />
23.2. Change in quantities and items: The Railway reserves rights to modify any or all items of the<br />
schedules including deletion of any of the item. Therefore, <strong>tender</strong>er should quote reasonable and<br />
workable rate for each of the item. The contractor shall not be entitled for any revision of rates due to<br />
such increase/decrease in quantities of items and payment shall be made on the basis of actual<br />
quantities executed under various items and at the accepted rates thereof.<br />
23.3. Fluctuation in market rates: Rates quoted by <strong>tender</strong>er and accepted by the Railway shall hold good<br />
till completion of the work and are not subject to fluctuation of any kind, save and except what is<br />
admissible under the price variation clause, if provided for in the <strong>tender</strong> <strong>document</strong> and applicable in<br />
the case.
Chapter-IV<br />
23.4. Rates to include all taxes: Rates quoted by <strong>tender</strong>er shall be inclusive of all taxes levied by the central<br />
government, state governments, municipal corporations, local bodies or any other authorised<br />
bodies.<br />
23.5. Rates in figure as well as in words: Tenderer is required to quote rates and all other figures having<br />
financial implications, wherever occurring in this <strong>tender</strong> <strong>document</strong>, in numerals as well as in words.<br />
In case of difference between the two, lower of the two shall be taken into account for all purposes<br />
connected with this <strong>tender</strong>.<br />
23.6. Rates in <strong>Indian</strong> Rupee: Rates should be quoted in <strong>Indian</strong> Rupees only.<br />
24.0 REBATE:<br />
24.1. If <strong>tender</strong>er wishes to give rebate on the rates quoted by him, the same shall be quoted by him in<br />
schedule-D, if enclosed in chapter-V of this <strong>tender</strong> <strong>document</strong>. It is to be noted that such rebate, if<br />
offered, shall apply on rates for all items of the work and on all schedules other than schedule-D of<br />
this <strong>tender</strong> <strong>document</strong>. Such a rebate should be totally unconditional.<br />
24.2. In case <strong>tender</strong>er does not wish to give any rebate, he should write ‘NIL’ in schedule-D, if enclosed in<br />
chapter-V of this <strong>tender</strong> <strong>document</strong>. In case nothing has been quoted by the <strong>tender</strong>er in the schedule-<br />
D, it shall be treated as ‘NIL’ and shall be so recorded at the time of opening of <strong>tender</strong> by the officials<br />
opening the <strong>tender</strong>.<br />
24.3. If <strong>tender</strong>er gives any other type of rebate, conditional or otherwise, such a rebate shall not be<br />
considered for evaluation of this <strong>tender</strong> although the Railway may avail of the same in case this<br />
<strong>tender</strong> is awarded to such <strong>tender</strong>er.<br />
25.0 SPECIAL CONDITIONS BY TENDERER:<br />
25.1. Tenderer is normally not expected to quote any special condition or stipulation of his own rather is<br />
expected to submit his <strong>tender</strong> in accordance with the conditions and stipulations contained in this<br />
<strong>tender</strong> <strong>document</strong>. However, if the <strong>tender</strong>er wishes to quote any special condition and or stipulation<br />
or wishes to intimate the Railway of any matter of importance, he may do so through the covering<br />
letter of his <strong>tender</strong>. Such stipulations and conditions shall be part of the contract agreement in case of<br />
acceptance of his <strong>tender</strong> only to the extent explicitly accepted by the Railway. The Railway, however,<br />
reserves rights not to accept any such special condition and stipulation made by the <strong>tender</strong>er and<br />
may reject such <strong>tender</strong> as unacceptable without any reference to the <strong>tender</strong>er; may ask the <strong>tender</strong>er<br />
to withdraw any or all such stipulations before accepting his <strong>tender</strong> and, in the event of his refusal to<br />
do so, may not accept his <strong>tender</strong>.<br />
25.2. In cases where <strong>tender</strong>er makes special conditions and or stipulations, he shall also indicate, along<br />
with such conditions and stipulations, the cost of withdrawal of the same. The Railway reserves the<br />
rights either to accept such conditions and stipulations made by such <strong>tender</strong>er or to accept the cost<br />
thereof at its sole discretion. If such cost is not indicated, it will be construed that the <strong>tender</strong>er is not<br />
in a position to withdraw these conditions at any cost and his <strong>tender</strong> may be adjudged accordingly<br />
without any reference to the <strong>tender</strong>er.<br />
26.0 OMISSIONS AND DISCREPANCIES:<br />
Should <strong>tender</strong>er find discrepancies or omissions in the drawings or otherwise in this <strong>tender</strong><br />
<strong>document</strong> or should he be in doubt as to their meaning, he should at once notify the authority<br />
inviting this <strong>tender</strong> who may send a written clarifications to all <strong>tender</strong>ers. It shall be understood that<br />
every endeavour has been made to avoid any error, which can materially affect the basis of this<br />
<strong>tender</strong>. The successful <strong>tender</strong>er shall take upon himself and provide for the risk of any error, which<br />
may subsequently be discovered and shall make no subsequent claim on account thereof.<br />
27.0 UNFORTUNATE SITUATION:<br />
If <strong>tender</strong>er expires after submission of his <strong>tender</strong> or after acceptance of his <strong>tender</strong>, the Railway shall<br />
deem such <strong>tender</strong> cancelled. If a partner of a firm expires after submission of the <strong>tender</strong> or after<br />
acceptance of thereof, the Railway shall deem such <strong>tender</strong> as cancelled unless the firm retains its<br />
character.<br />
28.0 PURCHASE PREFERENCE:
Chapter-IV<br />
If <strong>tender</strong> assessed cost of the work is Rs. 5.00 crore and more, 10% purchase preference, over the first<br />
lowest valid and eligible <strong>tender</strong>, would be admissible to the Central Public Sector Enterprises subject<br />
to satisfaction of all other terms and conditions and subject further to the fact that the order to this<br />
effect is applicable on the Railway for the time being. This facility is also extended to the Navratna<br />
CPSE’s subject to satisfaction of above stipulations and subject further to a minimum value addition<br />
of 20% by CPSE/JV Units by way of manufacture and/or services. However, onus of proving the<br />
value addition to the satisfaction of the Railway would rest on to the Navratna CPSE’s.<br />
29.0 MAINTENANCE OF THE WORK:<br />
The work shall be maintained for a period specified in the relevant special condition beyond the date<br />
of completion of the warranty period.<br />
30.0 SUBMISSION OF TENDER:<br />
30.1. Tender duly filled in and complete in all respect with all supporting <strong>document</strong>s along with<br />
prescribed earnest money should be submitted in a sealed cover super-scribed with the <strong>tender</strong><br />
number, name of the work and date and place of opening. Such <strong>tender</strong> should, thereafter, be<br />
deposited in the <strong>tender</strong> box placed for the purpose in the office inviting this <strong>tender</strong> on and before the<br />
date and time specified in chapter-II of this <strong>tender</strong> <strong>document</strong>.<br />
30.2. Tender duly filled in and complete in all respect with all supporting <strong>document</strong>s along with<br />
prescribed earnest money should be submitted in a sealed cover super scribed as above may also be<br />
sent by Registered Post to the office inviting this <strong>tender</strong>. However, such <strong>tender</strong>, received after<br />
closing of the <strong>tender</strong> box, may not be considered and the Railway shall not be responsible for the<br />
postal delays, if any.<br />
30.3. Late <strong>tender</strong>/delayed <strong>tender</strong>: Late/delayed <strong>tender</strong> shall be dealt with as per extent instructions of the<br />
Railway for the time being and <strong>tender</strong>er shall have no right of consideration of such <strong>tender</strong>.<br />
31.0 OPENING OF TENDER:<br />
31.1. Tenders shall be opened in public at the date, time and place mentioned in chapter-II of this <strong>tender</strong><br />
<strong>document</strong>. However, such date and time of opening may be postponed and/or the place may be<br />
changed at the sole discretion of the Railway, if circumstances so warrant.<br />
31.2. At the time of opening of <strong>tender</strong>s, rates and special features/conditions given by the <strong>tender</strong>ers shall<br />
be read out in presence of such <strong>tender</strong>ers or their authorised representatives who may choose to be<br />
present. The authorised representative of the <strong>tender</strong>ers shall have to produce authority before they<br />
are allowed to participate in the opening.<br />
31.3. Tenderers present during opening shall sign the rate statement, which shall be prepared as a result<br />
of reading out of above rates to the <strong>tender</strong>ers.<br />
32.0 CLARIFICATIONS ON THE TENDER SUBMITTED:<br />
To assist in examination, evaluation and comparison of <strong>tender</strong>s, the Railway or its authorised person<br />
may ask the <strong>tender</strong>ers for clarification, if any, required for such examination, evaluation and or<br />
comparison. However, request for such clarification and response, thereof, shall be in writing.<br />
33.0 NEGOTIATION:<br />
33.1. The Railway reserves the rights to enter into negotiations with one, more or all <strong>tender</strong>ers, at its sole<br />
discretion, before acceptance of any particular <strong>tender</strong> in order to clarify special conditions for<br />
reduction of rates and/or for changes in scope of the work etc.<br />
33.2. Should such a negotiations with a <strong>tender</strong>er be entered into, the <strong>tender</strong>er shall not be permitted to<br />
increase the quoted rates under any circumstances, even if it includes withdrawal and/or<br />
modification of such special conditions as are given by the <strong>tender</strong>er along with his original <strong>tender</strong>.<br />
34.0 ACCEPTANCE OF TENDER:<br />
34.1. The authority for acceptance of this <strong>tender</strong> will rest with the Railway. It shall not be obligatory on<br />
the said authority to accept the lowest or any other <strong>tender</strong>. The Railway reserves the right to cancel<br />
the <strong>tender</strong>, accept a <strong>tender</strong> in whole or in part or reject any <strong>tender</strong> or all <strong>tender</strong>s. No <strong>tender</strong>er shall
Chapter-IV<br />
demand any explanation for such cause of rejection of his <strong>tender</strong> nor does the Railway undertake to<br />
assign reasons for declining to consider or reject any particular <strong>tender</strong>.<br />
34.2. The Railway reserves the rights to split the work without any reference to <strong>tender</strong>er and may divide<br />
this <strong>tender</strong> to more than one <strong>tender</strong>er, if deemed necessary.<br />
35.0 LETTER OF ACCEPTANCE:<br />
35.1. Acceptance of this <strong>tender</strong> shall be communicated to the successful <strong>tender</strong>er, whose <strong>tender</strong> would be<br />
accepted by the Railway, by Registered Post at the address given by him in his <strong>tender</strong>. The letter of<br />
acceptance shall remain operative till a formal contract agreement is executed and signed between<br />
the contractor and the Railway after which the said letter of acceptance shall merge into the<br />
aforesaid formal agreement.<br />
35.2. The Railway shall not intimate result of this <strong>tender</strong> to such <strong>tender</strong>er whose <strong>tender</strong> would not be<br />
accepted. However, the Railway shall refund the earnest money to such <strong>tender</strong>er as early as possible,<br />
where such a refund is required to be made as detailed here in above.<br />
Date: __________<br />
Signature of the <strong>tender</strong>er<br />
Witness:<br />
Dated: ______________<br />
1. Signature ___________________<br />
Name & Address<br />
___________________<br />
2. Signature ___________________<br />
Name & address<br />
___________________
Chapter-IV<br />
ANNEXURE-I<br />
DECLARATION REGARDING ASSOCIATION OF RAILWAY OFFICERS WITH THE TENDERER<br />
S<br />
N<br />
1<br />
NAME OF OFFICER<br />
RELATION OF<br />
THE OFFICER<br />
WITH THE<br />
TENDERER<br />
DESIGNATION AND PLACE<br />
OF POSTING OF THE OFFICER<br />
WHILE WORKING ON<br />
RAILWAYS<br />
DATE OF<br />
RETIREMENT<br />
OF THE<br />
OFFICER<br />
PARTICULARS OF THE<br />
PERMISSION TAKEN FOR<br />
ASSOCIATION WITH THE<br />
TENDERER<br />
HAS ALL<br />
NECESSAY<br />
CERTIFICATES<br />
ENCLOSED<br />
2 3 4 5 6 7
Chapter-IV<br />
ANNEXURE-II/A<br />
SN<br />
1<br />
NAME OF WORK AND<br />
CONTRACT<br />
AGREEMENT NUMBER<br />
NATURE OF<br />
WORK<br />
DETAILS OF WORKS COMPLETED BY THE TENDERER DURING LAST THREE YEARS<br />
NAME AND ORIGINAL<br />
ADDRESS OF CONTRACT<br />
CLIENT/DEPT. VALUE<br />
DATE OF<br />
AWARD<br />
OF WORK<br />
SCHEDULED<br />
DATE OF<br />
COMPLETION<br />
ACTUAL DATE<br />
OF START OF<br />
WORK<br />
ACTUAL<br />
DATE OF<br />
COMLETIO<br />
N<br />
PAYMENT<br />
RECEIVED UP<br />
TO DATE<br />
2 3 4 5 6 7 8 9 10<br />
FINAL VALUE<br />
OF<br />
CONTRACT<br />
ANNEXURE-II/B<br />
DETAILS OF WORKS THE TENDERER HAVE PRESENTLY ON HAND<br />
SN<br />
1<br />
NAME OF THE WORK<br />
AND CONTRACT<br />
AGREEMENT NUMBER<br />
NATURE OF<br />
THE WORK<br />
NAME AND<br />
ADDRESS OF<br />
CLIENT/DEPT.<br />
ORIGINAL<br />
CONTRACT<br />
VALUE<br />
DATE OF<br />
AWARD<br />
OF THE<br />
WORK<br />
SCHEDULED<br />
DATE OF<br />
COMPLETION<br />
PAYMENT<br />
RECEIVED<br />
UP TO DATE<br />
APROXIMATE<br />
VALUE OF<br />
BALANCE WORK<br />
2 3 4 5 6 7 8 9 10<br />
REMARKS
Chapter-IV<br />
ANNEXURE-III/A<br />
LIST OF ARBITRATION CASES OF THE TENDERER DURING LAST FIVE YEARS<br />
SL<br />
NO<br />
1<br />
NAME OF WORKS<br />
VALUE OF<br />
THE WORK<br />
NAME OF<br />
CLIENT/DEPTT.<br />
AMOUNT OF CLAIM<br />
PREFERRED WITH DATE<br />
CLAIM OF<br />
THE DEPTT,<br />
IF ANY<br />
BRIEF REASON FOR<br />
THE DISPUTE<br />
PRESENT POSITION OF<br />
THE CASE<br />
2 3 4 5 6 7 8<br />
LIST OF COURT CASES OF THE TENDERER DURING LAST FIVE YEARS<br />
ANNEXURE-III/B<br />
SL<br />
NO<br />
1<br />
NAME OF WORKS<br />
VALUE OF<br />
THE WORK<br />
NAME OF<br />
CLIENT/DEPTT.<br />
NAME OF THE<br />
COURT<br />
REFERENCE AND<br />
DATE OF FILING THE<br />
CASE<br />
RELIEF<br />
SOUGH<br />
T<br />
BRIEF REASON<br />
FOR THE<br />
DISPUTE<br />
PRESENT<br />
POSITION OF THE<br />
CASE<br />
2 3 4 5 6 7 8 9
Chapter-IV<br />
ANNEXURE-IV<br />
DETAILS OF PLANT AND MACHINERY WITH THE TENDERER<br />
List of plant and Machinery available on hand (own) and proposed to be inducted (own and hired) for the subject work should be given separately<br />
S<br />
N<br />
1<br />
DESCRIPTION OF<br />
PLANT AND<br />
MACHINERT<br />
NO. OF<br />
SUCH<br />
PLANT AND<br />
MACHINER<br />
T<br />
DATE OF<br />
PURCHASE<br />
AND<br />
OWNER<br />
MANUFACTU<br />
RER AND<br />
DATE OF<br />
MANUFACTU<br />
RE<br />
DRIVEN BY<br />
PETROL/DIES<br />
EL/ELECTRIC<br />
CONDITION<br />
OF THE PLANT<br />
AND<br />
MACHINERT<br />
WHERE<br />
CAN IT BE<br />
INSPECTED<br />
2 3 4 5 6 7 8<br />
OWNED/PROPSE<br />
D TO BE OWNED<br />
FOR THE WORK<br />
FROM<br />
WHOM IT<br />
WOULD BE<br />
HIRED
Chapter-IV<br />
ANNEXURE-V<br />
DETAILS OF PERSONNEL AND ORGANIZATION OF THE TENDERER<br />
List of Personnel and Organisation available on hand (own) and proposed to be engaged for the subject work should be given<br />
SN NAME OF PERONNEL AGE TECHNICAL<br />
QUALIFICATION<br />
1<br />
RELATION<br />
WITH THE<br />
TENDERER<br />
COMMENCEMENT OF<br />
PRESENT EMPLOYMENT<br />
TOTAL<br />
EXPERIENCE<br />
EMOLUMENT<br />
2 3 4 5 6 7 8
Chapter-V<br />
East Central Railway<br />
Engineering Department<br />
SCHEDULE OF ITEMS, QUANTITIES & RATES (SCHEDULE–A)<br />
No.B/66/Tender/32/Open/DNR/2005-06 Danapur, the 06.01.2006.<br />
Name of work: - Fabrication, Supply and fixing of new Galvanized steel channel sleepers with all fittings<br />
and fixtures and transportation of the same to the site for fixing at different bridges of<br />
BKP-RGD section under AEN/MKA.<br />
SCHEDULE-“A”<br />
Item<br />
No<br />
Description of Items of work<br />
1 Fabrication, transportation, supply and fixing of new<br />
galvanised steel channel sleepers made from standard<br />
rolled section (conforming to IS-2062 Grade-A/Grade-B)<br />
after dismantling the existing track and bridge<br />
timbers/sleepers as per the approved drawings 2500<br />
(+50 to -50) X 150 X 75 including supply and fixing of all<br />
other required fittings and fixtures as per the drawings<br />
duly galvanized as per the specifications at contractors<br />
cost complete. The work includes (1) cutting of steel<br />
plates/sections by mechanized means to size and shape,<br />
drilling, assembling, welding, riveting, bolting, holing,<br />
milling, grinding, machining, galvanizing of steel<br />
components, fixation by Epoxy adhesive as specified in<br />
drawing; (2) Temporary removal and relinking the<br />
existing running and guard rails during execution of<br />
work; (3) Transportation and stacking of the released<br />
materials except rails to a nearest PWI/Store Depot<br />
according to the demand and requirement of the work<br />
and as per instructions of the Engineer-in-charge; (4)<br />
Supply of all fittings as mentioned in the relevant<br />
drawings.<br />
(Approximate Quantity : 416 Nos.)<br />
2 Fixing of new 60/52kg. rail(both left and right) in place<br />
of 52kg/90R. rail on steel channel sleeper and fixing the<br />
second hand/released rail as guard rail after dismantling<br />
existing guard rails with all lead, lift, ascent, descent,<br />
tools and plants etc. to complete the work in all respect as<br />
per instruction of Engineer at site. The rate shall include<br />
cost of trollying and leading new/second hand rail upto<br />
1.0 km. for fixing running/guard rail. The rate shall also<br />
include cost of trollying and leading released rails(both<br />
running and guard rail) upto 1.0 km. and stacking them<br />
properly as per direction of Engineer at site. The rate<br />
shall also include the cost of drilling holes in rail for<br />
fixing of 1m. fish plates so that it can be inserted as<br />
running rail replacing existing 52kg. rail. The rate shall<br />
further include the cost of cutting, drilling holes for<br />
fixing fish plate and drilling holes in the rail foot of<br />
guard rail for fixing it by bolt on steel channel sleepers as<br />
per approved drawing. The rate is further inclusive of<br />
cost of transportation of small fittings from PWI store<br />
and released fitting back to PWI store.<br />
(Approximate Quantity : 225 Tr-M)<br />
3 Manufacturing, supply & fixing of MS Pad<br />
plates/Packing plate duly welded to the bottom of<br />
channel sleeper as per requirement at site for<br />
accomodating level difference in girders.<br />
(Approximate Quantity : 1MT)<br />
Rate<br />
Unit In words In figure<br />
Each
Chapter-V<br />
Item<br />
No<br />
Description of Items of work<br />
4 Supplying and fixing MS chequered plate conforming to<br />
IS : 2062- 06 mm thick over channel sleepers to act as<br />
gang way and other small steel members as per<br />
approved drawing with all materials, angles, plates, tools<br />
and plants for fabrication and fixing in position. Fixing<br />
shall be done by riveting / welding, bolts and nuts with<br />
washers of required diameter and length as per drawing.<br />
The rate shall also include cost of rivets, bolts and nuts all<br />
lead, lift, transportation of materials, crossing of track,<br />
painting of chequered plates with two coats of black<br />
bituminous paint conforming to IS:158 after one coat of<br />
zinc chromate confirming to IS 2074, consumables,<br />
cutting, grinding, drilling etc. as per direction of<br />
Engineer at site complete in all respect.<br />
(Approximate Quantity : 12 MT)<br />
Rate<br />
Unit In words In figure<br />
Signature of the <strong>tender</strong>er<br />
Dated: ______________<br />
Witness:<br />
1. Signature ___________________<br />
Name & Address<br />
___________________<br />
2. Signature ___________________<br />
Name & Address<br />
___________________
Chapter-V<br />
ANNEXURE–1<br />
TABLE FOR FITTINGS & FIXTURES AND SPECIFICATIONS<br />
(60/52 Kg Running Rail and 52 Kg/90 R Guard Rail)<br />
Sl.<br />
Description of fittings<br />
No.<br />
& fixtures<br />
Specification<br />
1. M.S.CANTED BEARING PLATE IRS-T-5-1965<br />
RDSO/T-5155<br />
2 GROOVED RUBBER PAD 10MM IRS SPECIFICATION FOR 10MM THICK<br />
THICK for running rails<br />
GROOVED RUBBER PAD (PROVISIONAL-<br />
1989)<br />
RDSO/T-5156/5199<br />
Nos.<br />
per sleeper<br />
2<br />
3 M.S.CLIP(OUTER) IS 2062 - 1975, RDSO/T-5157/5197 2<br />
4. M.S.CLIP(INNER) -DO- , RDSO/T-5158/5198 2<br />
5 ANNULAR CAP -DO- ,RDSO/T-5159 4<br />
6 T-HEAD BOLT & NUT IRS T-10-1968,RDSO/T-5160 4<br />
7 TAPERED WASHER(FOR GUARD<br />
RAIL)<br />
IS 2062-1975, RDSO/T-5161 4<br />
8 -DO- -DO- , RDSO/T-5162 4<br />
9 GROOVED RUBBER PAD 6MM IRS SPECIFICATION FOR 6MM THICK 4<br />
THICK (FOR G/RAIL)<br />
GROOVED RUBBER PAD (PROVISIONAL-<br />
1987)<br />
RDSO/ T-5163<br />
10 BOLT & NUT (FOR GUARD RAILS) IRS T-10-1968, RDSO/ T-5164 4<br />
11 SINGLE COIL SPRING WASHER IRS T-42-1988, RDSO/ T-10773 10<br />
12 TAPERED SPLIT PIN -SUITABLE- 10<br />
13. HOOK BOLT (22 mm dia) with all IS 2062-1975 2<br />
fittings as per drawing<br />
14 8 mm. Thick Plain Washer SUITABLE 4<br />
15 ELASTOMERIC PAD 25/30 MM. RDSO/B-1636/IR & as per CE’s drawing.<br />
THICKNESS AS PER DRAWING AND<br />
ACTUAL SITE CONDITION.<br />
2<br />
2<br />
NOTE: THESE ITEMS SHALL BE PROCURED ONLY FROM RDSO APPROVED SOURCES AS<br />
CIRCULATED UNDER RDSO’S LETTER NO.CF/EF/POLICY DT.13.3.96 OR AMENDED UPTODATE. The<br />
list is only indicative. All the fittings necessary for the channel sleepers and their fixing will be supplied and<br />
fixed by the Contractor. Drawing number of items mentioned above will be as per approved drawing of steel<br />
channel sleeper and as per site conditions.<br />
Signature of the <strong>tender</strong>er<br />
Dated: ______________
Chapter-V<br />
East Central Railway<br />
Engineering Department<br />
Schedule of items (Schedule – D (Rebate)<br />
No.B/66/Tender/32/Open/DNR/2005-06 Danapur, the 06.01.2006.<br />
Name of work:<br />
Fabrication, Supply and fixing of new Galvanized steel channel sleepers with all fittings<br />
and fixtures and transportation of the same to the site for fixing at different bridges of<br />
BKP-RGD section under AEN/MKA.<br />
I/We offer a general rebate of _______ % (____________) as lump sum rebate on all items of all the schedules.<br />
NOTES:<br />
1. If any <strong>tender</strong>er wishes to give rebate on the rates quoted by him, the same may be filled up by him in this<br />
schedule.<br />
2. It is to be noted that such rebate, if offered, shall apply on rates quoted for all items in all the schedules of this<br />
<strong>tender</strong> <strong>document</strong>. Such a rebate shall be totally unconditional.<br />
3. In case <strong>tender</strong>er does not wish to give any rebate, he should write ‘NIL’ in this schedule.<br />
4. In case nothing has been filled in by <strong>tender</strong>er in this schedule, it will be treated as ‘NIL’ and shall be so recorded<br />
in the blanks above at the time of opening of this <strong>tender</strong> by the officials opening this <strong>tender</strong>.<br />
5. If any <strong>tender</strong>er gives any type of conditional rebate, such rebate shall not be considered for evaluation of the<br />
<strong>tender</strong>. However, if his tend is accepted by the Railway, it will avail the aforesaid rebate.<br />
Witness:<br />
Signature of the <strong>tender</strong>er<br />
Dated: ______________<br />
1. Signature ___________________<br />
Name & Address<br />
___________________<br />
2. Signature ___________________<br />
Name & Address<br />
___________________
Chapter-VI<br />
East Central Railway<br />
Engineering department<br />
SPECIAL CONDITIONS OF CONTRACT- GENERAL<br />
1.0 GENERAL:<br />
1.1 Books of reference: All ‘Books of reference’ forming standard publications of the Government of<br />
India may be purchased from the market. However, the contractor should purchase The General<br />
Conditions of Contract, 2001 edition or any other quotes and manual related with steel channel<br />
sleeper on payment from the railway.<br />
1.2 Inconsistency in this <strong>tender</strong> <strong>document</strong>: All books, specifications and codes referred to in this<br />
<strong>document</strong> shall mean latest edition thereof read with all up-to-date correction slips/amendments<br />
issued thereto from time to time. These books of reference shall govern the contract and shall form<br />
integral part thereof subject to modification, addition or suppression by special conditions of<br />
contract and/or special specifications of the work as contained in this <strong>document</strong>. However, in case of<br />
any inconsistency and contradictions between the books of reference and the special conditions and<br />
specifications, the special conditions and specifications shall prevail. It must be noted that English<br />
version of this entire <strong>document</strong> will prevail.<br />
2.0 PLYING OF ROAD VEHICLES NEAR RUNNING RAILWAY LINE:<br />
2.1 The contractor shall not allow any road vehicle belonging to him or to his agents to ply in railway<br />
land next to running railway line. If for execution of certain works, such as earthwork, supply of<br />
ballast etc, it becomes necessary to use road vehicles in railway land next to the running railway line,<br />
the contractor shall apply to the engineer-in-charge for giving permission for such type of work with<br />
individual vehicles number, names and license particulars of the drivers, locations of works,<br />
duration and timings for such movement etc. The engineer-in-charge or his authorised<br />
representative will personally counsel, examine and certify all such road vehicles drivers,<br />
contractor’s flagmen and supervisor, and will give written permission with name of road vehicles,<br />
their drivers, contractor’s flagmen and supervisors etc to be deployed on the work along with<br />
location, period and timing of the work. This permission will be subject to obligatory conditions<br />
detailed hereunder in subsequent sub-Para:<br />
2.2 The nominated vehicles and their drivers will only be utilised for the work and only in presence of at<br />
least one of the flagman and one of the supervisor certified for such work as above.<br />
2.3 The vehicles shall ply at least 6.0 M clear of track centre. Any movement or work at less than 6.0 M<br />
and up to minimum 3.5 M clear off track centre shall be done only in presence of railway employee<br />
authorised by the engineer-in-charge. No part of the road vehicles will be allowed at a distance less<br />
than 3.5 M from track centre. Cost of such railway employee shall be borne by the Railway.<br />
2.4 The contractor shall remain fully responsible for ensuring safety and, in case of any accident, shall<br />
bear cost of all damages to his equipment and men and also all damages to the Railway and its<br />
passengers. The Engineer-in-charge may impose any other conditions necessary for a particular<br />
work site.<br />
2.5 The road vehicles can ply along the railway line after suitably cordoning off the railway line at a<br />
minimum distance of 6.0 M from the centre of the nearest railway line. For plying of the road<br />
vehicles during night hours, adequate measures shall be prescribed in writing by the engineer-incharge<br />
along with a site sketch and the same should be communicated to the contractor, contractor’s<br />
representative, supervisor-in-charge of the work and of the section.<br />
3.0 PREVENTION OF ACCIDENTS:<br />
3.1 The contractor shall be responsible for the safety of his workmen and shall provide them with<br />
necessary standard wear and apparel consistent with the nature of work being executed by his<br />
workmen.<br />
3.2 The contractor shall ensure safety of his workmen by posting necessary flagmen, whose job will be<br />
to caution the workmen of approaching trains, when his workmen work on or near running railway<br />
line. Similar action would be taken, while working on or near road in use.
Chapter-VI<br />
3.3 The contractor shall protect the site of the work, excavated areas etc by adequate fencing and or<br />
other suitable means to prevent accidents to his own workmen, the railway men or any member of<br />
the public.<br />
3.4 Should any accident take place, total cost of damage including the cost of treatment, loss and or<br />
compensation to all affected person/organisation and the Railway shall be payable by the<br />
contractor. In case the Railway, under any circumstance or law of the country, pays such damage,<br />
the same shall be fully recovered from the contractor dues.<br />
4.0 RECOVERY OF SECURITY DEPOSIT:<br />
The contractor has to deposit full amount of security deposit as prescribed in the GCC-2001 read<br />
with further instructions on the subject available for the time being. For this purpose, the earnest<br />
money of the contractor would be retained to form part of the security deposit and balance amount<br />
of the security deposit shall be deducted, without any exception, from all running on account/final<br />
bill of the contractor at the rate prescribed in the GCC-2001 till the full amount is realised. However,<br />
the contractor will have option to submit full amount of security deposit in any of the form<br />
prescribed in the GCC-2001 instead of above deductions. The contractor exempted from recovery of<br />
security deposit by the Railway Board will be entitled to avail that facility subject to extent<br />
instructions in this regard.<br />
5.0 RECOVERY OF INCOME TAX:<br />
In terms of section 101 (c) of the Income Tax Act, 1961, Income Tax including surcharge levied<br />
thereon shall be deducted, without any exception, from all payments made to the contractor by the<br />
Railway in discharge of this contract at the rate notified by the Central Government at the time of<br />
making such payments and deduction certificates would be issued to the contractor on his request.<br />
The contractor is advised to settle his final account with the respective Income Tax Officer.<br />
6.0 RECOVERY OF SALES TAX:<br />
Sales tax including surcharge levied thereon shall be deducted, without any exception, from all<br />
payments made to the contractor by the Railway in discharge of this contract at the rate notified by<br />
the respective State Government at the time of making such payments and deduction certificates<br />
would be issued to the contractor on his request. The contractor is advised to settle his final account<br />
with the respective Sales Tax Officer. However, form ‘D’ will be issued for the purpose of reduced<br />
payment of Central Sales Tax.<br />
7.0 VARIATION IN QUANTITY:<br />
7.1. Contractor should carefully note that in addition to what has been provided in clause 42(2) (i) of<br />
GCC 2001 following shall apply in dealing with variation in quantity of each individual item of the<br />
contract.<br />
7.2. Quantity of each individual item of the contract is generally expected to vary up to 25% of the<br />
quantity originally contracted except for the foundation work where such variation may be more.<br />
However, the contractor shall be bound to carry out the work at the agreed rate and shall not be<br />
entitled to any claim or compensation whatsoever up to the limit of 25% increase in quantity of<br />
individual item of the contract.<br />
7.3. Where such increase in quantity of individual item is more than 25%, for first 15% increase (beyond<br />
25% of the originally contracted quantity), the rate shall be reduced by 2% of the agreed rate and for<br />
the next 10% increase and the rate shall be reduced by 4% of the agreed rate.<br />
7.4. However, where such increase in quantity of individual item of the contract is more than 50%, the<br />
contractor shall have no right to be entrusted with execution of additional quantity of the work and<br />
additional quantity may be carried out by another contractor or by any other means at the option of<br />
the Railway.<br />
7.5. Nevertheless the contractor shall be bound to carry out the work at the agreed rate and shall not be<br />
entitled to any claim or compensation whatsoever for any decrease in quantity of any individual<br />
item of the contract without any limit.
Chapter-VI<br />
Disaster Management:-<br />
“Vehicles and equipment of contractors can be drafted by Railway Administration in case of<br />
accidents/ natural calamities involving human lives”.<br />
8.0 SPECIFICATIONS OF WORK AND MATERIALS:<br />
8.1. Any specifications, not covered by this <strong>document</strong>, shall be in accordance with relevant IRS codes,<br />
BIS codes and or IRC codes read in the order as they appear here.<br />
8.2. The Railway will not supply any material. Materials to be supplied by the contractor for the work<br />
shall conform to specifications contained in this <strong>document</strong>. If called upon, the contractor shall state<br />
the actual source of supply of materials to be supplied by him and shall submit samples for prior<br />
approval. During execution of the work, all materials brought to the site by the contractor must be<br />
offered for inspection and passing by the Engineer or his representative before being used in the<br />
work and such approval shall be recorded in a register maintained for the purpose.<br />
8.3. All paints including plastic paint to be used shall only be those manufactured by one of the<br />
following firms or any other approved brand and of colour and shade approved beforehand by the<br />
Engineer. These materials shall be brought in sealed drums and each such drum shall be opened in<br />
the presence of the Engineer before use<br />
• M/S Jenson Nicholson.<br />
• M/S British/Berger Paints.<br />
• M/S Shalimar Paints.<br />
• I.C.I.<br />
• Nerolac<br />
8.4. Samples of materials to be supplied by the contractor may be got tested at the contractor's cost in any<br />
recognised laboratory at the sole discretion of the Engineer.<br />
9.0 HIRE CHARGES:<br />
9.1 The Railway may give to the contractor any plant and equipment on hire, if available, on a<br />
specific request made by the contractor to the Railway. However, the Railway shall not entertain<br />
any claim of the contractor for compensation due to the Railway’s failure to do so. The Railway<br />
shall also not entertain any excuse of the contractor for slow progress or non-performance of the<br />
work due to the Railway’s inability to supply such plants and equipments.<br />
9.2 Issue of such plants and equipments shall not be allowed as a matter of routine, rather shall be<br />
permitted only in those cases where need for help from the Railway could be established having<br />
regard to the nature and urgency of the situation and without adversely affecting normal<br />
requirements of the Railway. A statement of materials, thus issued, and hire charges recovered<br />
should invariably be furnished along with the final bill by the contractor.<br />
9.3 Recovery of hire charges: The hire charges to be recovered from the contractor are to be<br />
calculated as under:<br />
1. Cost of materials shall be the book value or last purchase rate, whichever is higher plus 5%<br />
for freight and 2% for incidental charges thereon. The cost thus arrived at shall be increased<br />
by 12.5% for supervision charges as per extant rules.<br />
2. The hire charges per annum shall be calculated on the cost of the materials arrived at as per<br />
sub-Para 1 above on the following basis:<br />
a. Interest on the total cost of material should be charged at the ruling rate of dividend<br />
payable by <strong>Railways</strong> to the General Revenue plus<br />
b. Depreciation charges at 10 % of the cost of materials arrived at as per sub-Para 1<br />
above to be charged for all classes of materials plus,<br />
c. Additional depreciation charges at 10 % on the total of a & b above shall be charged<br />
to meet the contingencies
Chapter-VI<br />
9.4 The contractor shall bear the cost of carriage, including other incidental charges such as loading,<br />
unloading, handling etc, of the plants and equipments to the site of the work and also back to<br />
the depot from where they were issued.<br />
9.5 No cutting of holes shall be allowed in the plants and equipments thus issued and they shall be<br />
returned to the Railway in a completely good and serviceable condition. In case of failure of the<br />
contractor to return any plants and equipments in a good and serviceable condition, the cost,<br />
thereof, shall be recovered from contractor at the rates arrived at as per item 18.3.1 above<br />
increased by 100 %. Decision of the engineer-in-charge of the work shall be final in determining<br />
condition of the plants and equipments and the same shall be binding on the contractor.<br />
9.6 Running expenses including fuel, lubricants and stores and labourers, for the plants and<br />
equipments supplied by the Railway, shall also be paid for by the contractor at the cost to be<br />
determined by the Railway.<br />
9.7 Staff and stores for running the plant may be supplied by the contractor with approval of<br />
engineer-in-charge. The staff of the contractor so permitted must be properly skilled to operate<br />
the plants and equipments concerned.<br />
10.0 RESPONSIBILITY FOR DAMAGE TO CONTRACTOR’S MATERIALS:<br />
10.1. The Railway administration shall not be responsible for any loss or damage to the contractor’s<br />
materials, equipment, tools and plants due to fire, flood or any other cause whatsoever.<br />
10.2. The materials issued by the Railway to the contractor for use in the work shall be treated as<br />
contractor’s materials for this purpose and the contractor shall make good the materials in the event<br />
of any loss or damage thereto.<br />
10.3. Part of the work finished but not taken over by the Railway shall be treated as contractors materials<br />
for this purpose and the contractor shall be responsible for making good any loss or damage thereto.<br />
11.0 CHANGE IN ADDRESS:<br />
Any change in the address of the Contractor shall be forthwith intimated in writing to the Railway.<br />
The Railway will not be responsible for any loss or inconvenience suffered by the Contractor on<br />
account of his failure to comply with this.<br />
12.0 CANCELLATION OF DOCUMENTS:<br />
The cancellation of any <strong>document</strong> such as Power of Attorney, Partnership Deed shall forthwith be<br />
communicated by the Contractor to the Railway in writing failing which the Railway shall have no<br />
responsibility or liability for any action on the strength of the said <strong>document</strong>.<br />
13.0 DISSOLUTION OF CONTRACTOR’s FIRM:<br />
If the contractor’s firm is dissolved due to death or retirement of any partner or for any reason before<br />
duly completing the work or any part of it undertaken by the Principal Agreement, the partners<br />
shall remain jointly, severally and personally liable to complete the whole work to the satisfaction of<br />
the Railway and to pay compensation for loss sustained, if any, by the Railway due to such<br />
dissolution. The amount of such compensation shall be decided by the Engineer and his decision in<br />
the matter shall be final and binding on the Tenderer(s)/Contractor(s).<br />
14.0 DEPLOYMENT OF PLANT & MACHINERY:<br />
The deployment of Plant and Machinery including the moving machines shall be such as not to<br />
infringe or cause damage to Railway track or any other Government or Private properties.<br />
Operation of such equipment involving infringement prescribed in the Schedule of dimension of the<br />
Railway shall not be undertaken without the prior approval of the Engineer-in-charge. For any loss<br />
or damage resulting from violation of this clause, the contractor shall be fully responsible.<br />
15.0 RENEWAL OF DEPOSITS BY CONTRACTOR:-<br />
In the case of Tenderer/Contractor depositing Security deposit in the shape of fixed deposit receipt,<br />
it shall be the responsibility of the Tenderer/Contractor to advise the FA & CAO/Sr. DAO for<br />
renewal and revalidation of the currency period of the fixed deposit as required. Such advice by the
Chapter-VI<br />
contractor shall be made well in advance so as to reach FA & CAO/Sr. DAO/S. E. Railway not later<br />
than one month before the expiry of the currency period. If the Tenderer/Contractor, fails to do so,<br />
the loss of interest on the fixed deposits, if any shall be solely on the Tenderer/Contractor’s account<br />
and the Railway shall not in any way be responsible for the loss of interest suffered by the<br />
Tenderer/Contractor.<br />
16.0 DAMAGES BY ACCIDENTS/FLOODS/RAINS/CYCLONES ETC:<br />
The Contractor shall take all precautions against damage from accidents, floods or tides, Cyclones,<br />
land slide etc. No compensation shall be allowed to the Contractor for his tools, plants, materials,<br />
machinery and other equipment, lost or damaged by any cause what-so-ever. The Contractor shall<br />
be liable to make good the damages to any structure or part of a structure, plant or materials of<br />
every description belonging to the Railway Administration, lost or damaged by him due to any<br />
caused during the course of execution of work. The Railway Administration will not be liable to pay<br />
the contractor any charges for rectification or repairs to any damage which may have occurred from<br />
any cause what-so-ever.<br />
17.0 EMERGENCY WORKS:<br />
In the event of any accident or failure occurring or arising out of execution of work which in the<br />
opinion of the Engineer requires immediate attention, the Railway may bring its own workmen or<br />
other agency/agencies to execute or partly execute the necessary work or carry out repairs if the<br />
Engineer-in-charge considers that the Contractor(s) is/are not in a position to do so in time and<br />
charge the cost thereof, to be determined by the Engineer-in-charge, to the Contractor.<br />
18.0 NIGHT WORK:<br />
Contractor(s)’s attention is drawn to Clause No.23 of the GCC, which stipulates that no work shall<br />
be carried out between sunset and sunrise without prior permission by the Engineer. If the Engineer<br />
is satisfied that the work is not likely to be completed in time except by resorting to night work, he<br />
may order the contractor to carry out the works even at night without confirming any right on the<br />
contractor for claiming any extra payment for the same. All arrangements in this connection shall be<br />
made by the Contractor at his own cost.<br />
19.0 SERVICE ROADS:-<br />
The contractor will be permitted to make use of the service roads already existing in possession of<br />
the Railway. If additional roads are considered necessary by the Railway within the Railway<br />
premises the contractor will be asked to make them at his own cost and maintain them till the work<br />
is completed. All service roads required outside the Railway boundary shall be constructed by the<br />
contractor at his own risk and cost and all these roads shall be maintained by the contractor at his<br />
own cost. The Railway reserves the right to make use of service roads as and when necessary<br />
without any additional payment to the contractor.<br />
20.0 WATER SUPPLY:-<br />
The Contractor shall be responsible for the arrangements to obtain water necessary for his labour<br />
engaged in execution of work. No arrangement will be made by the Railway Administration for<br />
supplying water to the contractor either for drinking purpose or execution of work. Rates quoted<br />
shall include the cost of arranging water with all lead and lift.<br />
21.0 ELECTRICITY:<br />
Any electric supply required at site for what-so-ever purpose shall be arranged by the Contractor.<br />
The contractor shall be responsible for the arrangements for obtaining electric supply at his own<br />
cost, and rates quoted shall include the cost of providing electric supply arrangements required for<br />
the work. If required by the contractor the Railway Administration may give required assistance in<br />
recommending to State Electricity Board for giving necessary Electric connection to the Contractor<br />
for execution of works.<br />
22.0 COLLECTION OF APPROVED DRAWINGS:
Chapter-VI<br />
Tenderer(s) may collect the approved drawing on payment from the office of Chief Engineer/E.C.<br />
Railway/Hajipur for their reference and he will also be required to produce the same for the<br />
reference of the inspecting officials when demanded.<br />
23.0 INCOME TAX DEDUCTIONS: In respect of works, the contract value of which is more than Rs.<br />
5,000/- each, a deduction of 2% on the gross payment from each of the contractor’s bills shall be<br />
made in terms of Section 194(c) of the Income Tax Act of 1961. Surcharge on Income Tax if<br />
applicable will also be deducted as per the prevailing rates.<br />
24.0 APPOINTING TECHNICAL STAFF: The Contractor shall employ the following Technical Staff<br />
during the execution of the work:-<br />
i) One Graduate Engineer /Retired JE/P. Way or Works or Bridges of <strong>Railways</strong>.<br />
Technical Staff should be available at site on all working days to take instructions. In case the<br />
contractor fails to employ the technical staff as aforesaid, he shall be liable to pay of Rs. 5000/- for<br />
each month’s default to provide technical staff.<br />
The decision of the Engineer-in-charge as to the period for which required technical staff was not<br />
employed by the contractor shall be final and binding on the contractor.<br />
25.0 PROCUREMENT OF MACHINERY BY CONTRCTOR: It should be clearly understood that it is<br />
entirely contractor’s responsibility and liability to find and procure all the machinery, tools and<br />
plants and their spare parts that are required in connection with execution of work. Delay in<br />
procurement of such items due to their non-availability or import difficulties or any other cause,<br />
what-so-ever shall not be taken as an excuse for slow progress or non-performance of the work.<br />
26.0 NON-ITEMWISED WORKS: Where items not covered by the Schedules are to be executed, the<br />
rates for such non-item wised works shall be negotiated before the commencement of such work or<br />
got executed through any other agency at the discretion of the Railway Administration.<br />
27.0 TIME IS THE ESSENCE OF CONTRACT: Time being the essence of contract all the works are<br />
required to be completed in all respect as stipulated by the Railway within the completion date.<br />
Progress shall be maintained strictly in accordance with programme given by the Engineer-in-charge<br />
from time to time.<br />
28.0 LEAD AND LIFT ON RAILWAY/CONTRACTOR’s MATERIALS:<br />
No lead and lift for the contractor’s materials is payable for the works executed under this contract.<br />
29.0 ACCEPTED RATES:<br />
The rates quoted by <strong>tender</strong>er and accepted by the Railway Administration shall hold good till the<br />
completion of the work and no additional, individual claim shall be admissible on account of<br />
fluctuation in market rates, new impositions/increase in taxes, any other levies/tolls etc.<br />
30.0 OBSERVANCE OF BONDED LABOUR SYSTEM: (Abolition Ordinance Act, 1975) “The Bonded<br />
Labour System (Abolition Ordinance Act, 1975) would apply to the present contract. The contractors<br />
shall duly observe the provisions thereof”.<br />
31.0 It is the responsibility of the contractor for the safe loading, transportation and unloading and any<br />
loss or damage cause to adjacent Railway property will have to be made good by the Contractor at<br />
his/their own cost, failing which recoveries shall be effected from the running bill of the contractor<br />
as per the Clause No.13 (iii) of the G.C.C.<br />
32.0 The liability arising out of accidents, if any, to persons will be met by the contractors and the<br />
Railway will not be responsible for any damage or compensation thereof. The contractor shall<br />
follow the provisions laid down in Contract Labour Act, 1972.<br />
33. The Contractor shall be entirely responsible for ensuring safety of his labour, vehicles, plant or<br />
equipment while working along or near the track and highways and shall programme his working<br />
so as not to interfere with the movement of trains and road traffic. No extra payment shall be<br />
allowed to the contractor for all safety precautions to be observed during the execution of the work.
Chapter-VI<br />
The cost of all such precautions shall be deemed to be included in the rates for all items of the<br />
schedule.<br />
34.0 EXCISE DUTY, SALES TAX OR ANY OTHER TAXES/DUTIES:<br />
The Contractor shall bear in full excise duty, sales tax and/or any other taxes/duties levied by State<br />
Government and/or Central Government from time to time. This would be entirely a matter<br />
between the Contractor and the State/Central Government and no claim what-so-ever on this<br />
account shall be entertained by Railway.<br />
35.0 ROAD TAX CHARGES:<br />
Road Tax/Charges levied by Government for movements of vehicles of Contractor, used in<br />
transportation, shall be borne by the contractor and no reimbursement on this account will be made<br />
by the <strong>Railways</strong>.<br />
36.0 The Railway is not bound to accept the lowest or any other <strong>tender</strong> or to assign any reason for nonacceptance<br />
or rejection of a <strong>tender</strong>.<br />
The Railway reserves the right without assigning any reason what-so-ever to:-<br />
a) Accept or to cancel any <strong>tender</strong> in respect of the whole or any portion of work specified in the<br />
<strong>tender</strong> papers.<br />
b) To subdivide the quantum of <strong>tender</strong>ed work among different <strong>tender</strong>ers.<br />
c) To accept any <strong>tender</strong> for less than the <strong>tender</strong>ed quantity.<br />
d) To reduce/alter the quantum of work.<br />
Signature of the <strong>tender</strong>er<br />
Witness: -<br />
1. Signature _________________<br />
Date: _______________<br />
Name & Address<br />
_________________<br />
2. Signature _________________<br />
Name & Address<br />
_____________________
Chapter-VI<br />
ADDITIONAL SPECIAL CONDITION (PART-I)<br />
1. In all matter not expressly provided for or allowed for herein the execution to works shall be in<br />
accordance with the E. Rly. General condition of contract and standard specification (2001 edition)<br />
amendments made thereto. Moreover the following conditions will also prevail in addition to those<br />
laid down in the book of general condition of contract etc. referred to above where there is any<br />
conflict between the instructions or conditions specification contained in the special conditions of<br />
this <strong>tender</strong> and nay of these which appear in the Book of General condition of contract and standard<br />
specification (2001 edition) on which the schedule of rates is based referred to in this contract the<br />
former shall prevail.<br />
2. All work throughout will have to be done in an approved workman like manner and according to<br />
detailed drawings pertaining to the work to be supplied by this Rly. Administration with all detailed<br />
plan which may be modified and issued from time to time.<br />
3. For materials to be supplied by the Railway the material will have to be carried from nearest SE (P-<br />
Way) Godown or PWI store as per instruction of the PWI in charge to the site of works by the<br />
contractor at his own cost.<br />
4. It should be clearly understood that all materials required for the work except the materials which<br />
have been specifically mentioned to be supplied by the Rly. Free of cost shall be supplied to the<br />
contractor at the site of work at his own cost and no carriage of the same will be paid by the Rly.<br />
(Carriage loading, unloading handling etc.) for these materials are included in the rates given in the<br />
schedule.<br />
5. No tools and plants buckets scaffolding etc. shall be supplied by the Rly. and the contractor will<br />
have to make own arrangement for their supply free of any extra changes for the same.<br />
6. No passes and concessional facilities either for travel of contractor or his agents or his labour or for<br />
transportation of materials be allowed by the Railway.<br />
7. If the contractor fails to return any excess unused materials supplied by the Railway, the cost there<br />
of shall be recovered from its issue rates plus Rly. Freight, handling loading incidental and<br />
supervision charges at prevailing rates increase by 100 percent. The excess materials should return to<br />
PWIs godown at the contractor’s cost within reasonable time.<br />
8. No arrangement for supply of Petrol, Coal and other consumable materials required for the work<br />
will be done by the Railway and the contractor will have to make his own arrangement for some.<br />
9. Sales tax: The rates quote should be inclusive of sales tax and nothing extra will be paid on this<br />
account however the sales tax at the rates as per rules enforced from time to time will be received<br />
from the contractor’s bill.<br />
10. Subject as otherwise provided in this <strong>tender</strong> all notices to be given on behalf of the President of India<br />
and all other action to be taken on his behalf may be given or taken on his behalf by the Divisional<br />
Railway Manager, Danapur.<br />
11. The Contractor must make his own arrangement for the supply of good drinking water to the<br />
workman employed him in connection with this work.<br />
12. The materials to be supplied by the contractor should confirm to the standard specification as per<br />
Eastern Railway Engineering Deptt’s Hand Book of General condition of contract and standard<br />
specification (2001 edition) on which the schedule of rates is based with up to date correction slips.<br />
13. Contractors not already working in Danapur Division in this Railway should submit along the<br />
<strong>tender</strong> copies of recent testimonials with regard of their experience to show that he/they has have<br />
carried out works of his nature. In case of the firm they should also submit the constitution of firm<br />
Partnership deed and attorney of power etc. along with <strong>tender</strong> failing which the railway<br />
administration reserves the right to reject such <strong>tender</strong>.<br />
14. All materials to be supplied by the contractor shall be subject to prior inspection and approved at<br />
site by the Divisional Engineer or his representative Contractor’s materials which due to any reason<br />
have been ordered by the Divisional Engineer. Engineer or his representative to be removed from<br />
site must be removed by the contractor within 7 days of receipt of the order failing which the<br />
Railway Administration will be at liberty to remove by the and/or dispose off these material at their<br />
discretion in any manner may think fit and expenses incurred in this connection will be recovered<br />
from dues of the contractor. The contractor will in no case be entitle to any compensation to this.<br />
15. Contractor will be paid for the quantity of work actually done by him according to Eastern Railway<br />
General condition of contract and standard specification (2001 edition) on which the schedule of
Chapter-VI<br />
rates is based with up to date correction slips and no separate payment will be made for any<br />
quantity of materials supplied and brought to site of work to him. The work can also be increased or<br />
decreased any item by the Engineer-in-charge of the work. No claim whatsoever will be entertained<br />
in this regard.<br />
16. In the event of termination of his contract as per rules the contractor will have to remove all his<br />
materials lying surplus at site and not paid for which 15 days of the receipt of the notice of<br />
termination of his contract issued to him by the Railway. In case of his failure to do so the Rly.<br />
Administration will have the option to take over the materials at the rate fixed by the Divisional<br />
Engineer and remove the same from site of work at the cost of the contractor.<br />
17. All materials supplied by the contractor would be of the best quality i.e. according to IS Specification<br />
or Railway specification as the case may be.<br />
18. If necessary Divisional. Engineer or any of his representatives must be freely allowed to inspect the<br />
materials in the godown/site of manufacture.<br />
19. The Rly. administration however reserve the right that if necessary certain items of works as<br />
provided in the agreement may be done by any other suitable means as may be decided by the<br />
Divisional Engineer for which no extra claim whatsoever will be entertained.<br />
20. Contractors will at his own expenses clear the site of work and provide all necessary labour page<br />
stings etc. to enable Divisional engineer or his representative and to check setting nuts and the<br />
contractors will correct errors at his own expense.<br />
21. (a) Unless excluded by or repugment to the context the expression. Tender wherever accruing in the<br />
condition if the contractor shall be deemed to mean contractor i.e. contractor whose <strong>tender</strong> has been<br />
accepted.<br />
(b)Unless excluded or repugment to the context the expression East India Rly./ E. Railway/<br />
S.Railway Wherever accruing in the work order and or the condition of contract shall be deemed to<br />
be substituted by the expression E.C.Rly.<br />
22. (a) The administration reserve the right to make any change of quantity of work as and when<br />
required during execution. No claim for any change whatsoever will be entertained.<br />
(b)The contractor must not enter into any commitment whatsoever for purchase of materials or by<br />
engagement of labour in advance at any other way execution of the agreement as the more<br />
acceptance of the <strong>tender</strong> is not authority for entering into such commitment in any case, written<br />
order from the Railway authority should be obtained before materializing any commitment.<br />
(c)The acceptance of the <strong>tender</strong> does not entitle the contractor for any compensation in case the work<br />
is not done even after the execution of agreement.<br />
(d)The earnest money deposited by the contractor with his <strong>tender</strong> will be entertained by the Railway<br />
as part of security for the due and faithful fulfilment of the contract by the contractor. The balance to<br />
make up the security deposit, the rates for which are given below, may be deposited by the<br />
contractor in case or in the form of Government securities.<br />
The rates for deposit of security amount by contractors will be as follows:-<br />
(i) for contractor upto Rs.1 lakh<br />
(ii) for contract more than Rs.1 lakh and<br />
upto Rs.2 lakhs.<br />
(iii) for contract more than Rs.2 lakhs and<br />
upto Rs.2 crores.<br />
- 10% of the value of the contract<br />
- 10% of the first Rs.1 lakh and 7.5% lakh of the<br />
balance.<br />
- 10% of the first 1 lakh, 7.5% of next Rs.1.0 lakh<br />
and 5% of the balance subject to the maximum<br />
of Rs.3 lakhs.<br />
23. Initial security deposited will be refunded after completion of 6 months maintenance period<br />
fulfilment of the contract and completion of work in all respect to the entire satisfaction of the<br />
Railway and on receipt of no claim certificate from the contractor and Assistant Engineer concerned<br />
that there is no claim in respect of the work.
Chapter-VI<br />
24. The rates quote by the contractors should be inclusive of and all other (including materials)<br />
corporation municipal license fees and all other incidental charges that may be necessary for the<br />
proper execution of the work.<br />
25. The quantities of materials used shall be as calculated from analysis for corresponding items of work<br />
as per E. Rly. Engg. Deptt. Analysis to which the contractor has accepted.<br />
26. Every endeavour will be made to supply the materials required to be supplied by the Rly. In time,<br />
but in case is delayed for any reason whatsoever no claim will be entertained in these account.<br />
27. Time is the essence of contract and the-work should be accompleted within the stipulated time<br />
embodied in the agreement.<br />
28. The administration reserves the right to make any change in quantity, delete any item or items of<br />
work, reduce or increase the quantities and get these works done by any other suitable means or not<br />
to do these works all over after execution of the agreement as their own discretion without obtaining<br />
the prior consent of the contractor.<br />
29. In any case the contractor shall have to do whatsoever works be ordered pertaining to this contract<br />
at the rates quoted and approved by Railway and no claim whatsoever will be entertained for any<br />
change in the agreement and General condition of contract 2001 will be applicable.<br />
30. If during the course of execution of the work the contractor has to do any items of works not covered<br />
by the schedule of labour and materials and analysed rate based on the schedule of labour and<br />
material rates plus the sanctioned percentages increase will be worked out. The contractor is to<br />
accept the rates as finally decided by the Chief Engineer E.C.Railway Hajipur.<br />
31. Drawing will not be available for sale that may be inspected in the office of the Divisional Engineer,<br />
Danapur on any working day during office hours. They will however be supplied free at the time of<br />
execution of work.<br />
32. The Railway Administration may extend the period of contract for period whatsoever by giving<br />
notice to the contractor and the contractor shall be bound to complete the work within the period so<br />
extended and the terms and conditions of the original contract will also be operative during the<br />
extended period.<br />
33. The contractor shall not be entitled to any compensation for any delay for execution of the work<br />
arising for delay due to caused from Rly. Side. The delay so caused will be assessed and if accepted<br />
by the Divisional Engineer and contractor immediately for determining any extension of time<br />
required for completion to work for determining any extension of time required for completion of<br />
work for which purpose only such accepted delay will be taken into consideration if the matter is not<br />
brought to the notice of the Divisional. Engineer immediately such delays occur no consideration for<br />
extension of time will be made latter no. The contractor must accept as final and binding the decision<br />
of the Divisional Engineer.<br />
34. In case of any doubt as regards any particulars of construction, ambiguities in plans, the decision on<br />
the Divisional Railway Engineer shall be final and binding on the contractor.<br />
35. Successful <strong>tender</strong>ers may also be asked to do night working to execute the work as and when it will<br />
be necessary and it should be noted that no extra payment will be made on this account.<br />
36. All released materials except which are considered to be reused in two work should be returned to<br />
inspector of work concerned E.C. Rly. Stores by the contractor. No extra payment will be made for<br />
the permissible lead upto 300 ft.<br />
37. All dismantled and rejected materials i.e. rubbish debits etc. should be dumped to a place shown by<br />
the Engineer-in-charge for which extra payment will be made for the lead beyond the permissible<br />
lead upto 30 mtr. As per schedule of rates.<br />
38. The General conditions of contract will mean the General conditions of contract as amended and or<br />
corrected from time to plan and obtaining at the time of the acceptance of the <strong>tender</strong> and at the time<br />
or execution of the agreement mentioned in clause under condition of <strong>tender</strong>, it shall be the<br />
responsibility of the contractor before submitting his <strong>tender</strong> and again before <strong>tender</strong>ing in the said<br />
agreement to ascertain all amendments and or correction made in the said general condition of<br />
contract.<br />
39. If the contractor does not return the excess unused materials plants and tools supplied by the<br />
Railway within a fortnight from the date of completion of works or determination of contract (as the<br />
case may be) Railway shall be entitled to remover the cost of such materials plants and tools at the<br />
issue rates plus Railway freight handling loading supervision and incidental charges at the rates
Chapter-VI<br />
fixed by the Rly to this will be added an increase of 100 percent after expire of the said period of<br />
fortnight it will be the option of the Railway to accept the return provided the contractors pays<br />
compensation due to the determination damage and/or wear tear and/or use of the said unused<br />
excess material plants and tools. The amount of such compensation shall be assessed by the Engineer<br />
and his decision in this respect shall be final and binding on the contractor.<br />
40. Railway reserve the right to increase or decrease the quantity or the value of the contract and<br />
Railway does not guarantee to give work against each item of the <strong>tender</strong> schedule and contractor’s<br />
will not be entitled to any claim and compensation on this account.<br />
41. Where Vehicles are permitted to ply adjacent to the lines an experienced gangman should also be<br />
posted by the Railway as flagman at the cost of the contractor to prevent accident and the amount<br />
towards wages of the flagman will be recovered from the contractor’s bills.<br />
42. The provision of contract labour (Regulation abolition) Act 1970 and contract labour (Regulation and<br />
Abolition) Contract Rules 1971 with all its additions alteration and amendments as may be made<br />
from time to time shall be fully binding on the contractors and shall become part of the contract<br />
there of The violation of any of the statutory provision of the said Act and Rule shall be ordered as<br />
breach of essential and substantial terms and conditions of the contract and with the result of the<br />
contract may be abrogated forthwith at time initiative of the Rly. Administration. The contractor<br />
besides his other liabilities shall also be bound and liable to the Rly. Administration (Principal<br />
employer) being the parties to the contract to pay and/or compensate for the expense which the Rly.<br />
had to incur to fulfil the terms and conditions and/or provisions of the said Act and Rule because of<br />
failure on the part of the contract to fulfil these terms and condition and/or provisions of the said<br />
Act and Rules and fulfil these terms and condition and/or provision of the said Act and Rules and<br />
Rly. Admn. (Principal employer) one of the parties to the contract shall be at liberty to deduct the<br />
amount as may be ascertained in the manner as provided or in the Act and rule or otherwise at the<br />
direction.<br />
43. The rates given in the schedule of L & M is inclusive all laid for water if piped water is supplied by<br />
the Rly. Cost will be recovered from the contractor @ Rs.3/- per gallons if railed water is supplied,<br />
cost will be deducted as per decision of the DEN.<br />
44. Clause 52: Withholding and lien in respect of sums claimed<br />
Whenever any claim or claims for payment of a sum of money arises out of under the contract<br />
against the contract the Railway shall be entitled to withhold and also have lien to retain such sum<br />
or sums in whole or in part from the security if any deposited by contractor and for the purpose<br />
aforesaid, the Railway shall be entitled to withhold the said cash security deposit or the security if<br />
any, furnished as the case may be end also have a lien in the even of the security being insufficient to<br />
cover the claimed amount or amounts or if no security has been taken from the contractor the<br />
Railway shall be entitled to withhold and have lien to retain to the extent of the such claimed<br />
amount or amounts referred to supra from and common sums found payable to the contract or<br />
under the same contract or any other contract with this or any other Rly. Or any other Department of<br />
the Central Government pending finalisation or<br />
It is an agreed term of the contract that the sum of money or moneys withheld or retained under the<br />
lien referred to above by the Rly. will be kept withheld or retained as such by the Rly. till the claim<br />
arising out of under the contract is governed by the arbitration clause or by the competent court as<br />
the case may be and that the contractor will have no claim for interest damages whatsoever or any<br />
account in respect of such withholding or retention under the lien referred to supra and fully<br />
modified as such to the contractor. For purpose of this clause the contractor is partnership firm,<br />
limited company the Railway shall be entitled to withhold and also have a lien to retain towards<br />
such claimed amount or amounts in whole or in part from any sum found passable to any partner<br />
limited company as the case may be whether his individual capacity or otherwise.<br />
45. CLAUSE 52 – A lien in respect of claims in other contract<br />
Any sum of money due and payable to the contractor including the security deposit returnable in<br />
him under the contract may be withhold or retained by way of lien by the railway against and claim<br />
of or any other railway or any other Department of the Central government in respect payment on a<br />
sum money arising out under any other contract made by the contractor with this or any other<br />
Department of the Central Government.
Chapter-VI<br />
It is an agreed terms of the contract that the sum of money so withhold of retained under this cause<br />
by the Rly. will be kept withhold or retained as such by the Rly. till the claim arising out or under<br />
any other contract is either mutually settled or determined by an arbitrator, if it the other contract<br />
governed by arbitration clause or by the competent court as the case may be and the contractor shall<br />
have no claim for interest or damages whatsoever on this account or any other ground in respect of<br />
any sum of money with hold retained under this clause and duly notified as to the contractor.<br />
46. CLAUSE NO. – 15 POST PAYMENT AUDIT<br />
15(2) It is clause No. 15 (2) form of the contract that the Rly. reserves to itself the right to carry on a<br />
post payment audit and or technical exam. of the works and the final bill including all supporting<br />
vouchers, abstract etc. and to marks a claim on the contractor for refund of any excess amount paid<br />
to him if as a result of such exam, any other payment to him is discover to have been made in respect<br />
of any work done or alleged to have been done by him under the contract.<br />
Signature of the <strong>tender</strong>er<br />
Witness: -<br />
1. Signature _________________<br />
Date: _______________<br />
Name & Address<br />
_________________<br />
2. Signature _________________<br />
Name & Address<br />
_____________________
Chapter-VI<br />
ADDITIONAL SPECIAL CONDITION OF CONTRACT (PART – II)<br />
20 of 42<br />
1) The rate of item No.01 is inclusive of trial assembling and fixing minimum 10 sleeper (selected at<br />
random) on a nominated bridge. The large scale manufacturing is to be taken up only when satisfactory<br />
performance will be obtained on trial.<br />
2) Payment Schedule : Galvanized Channel Sleepers and its complete fittings and fixtures (For item No.01<br />
of the <strong>tender</strong> schedule)<br />
a) On arrival of galvanized channel sleepers with all matching fittings for the numbers of sleepers<br />
received for item No.01 of Sch.A at Bridge works site: - 60% (duly passed by inspecting officials<br />
and supported by relevant test/inspection certificate).<br />
b) Fixing of channel sleepers on the girder after dismantling the existing bridge timbers and<br />
completion of linking of running and guard rails over the channel sleeper with all fittings and<br />
fixtures in correct gauge, level and alignment as per IRPWM :-20%.<br />
c) Transportation and stacking of the released materials (small fittings, bridge timbers, etc.) to the<br />
Store Depot of concerned PWI: - 20%.<br />
3) Galvanizing of Steel Channel Sleepers and M.S. fittings shall be done by hot dip process of thickness 100<br />
± 5 microns with Zinc conforming to IS: 869-77 and IS: 2629-85.<br />
4) Fixing of all elastomeric pads must be done by Epoxy adhesives approved by Rly’s Engineers supplied<br />
by contractor at his cost.<br />
a) Painting the sleeper seat by one coat of red lead paint conforming to IS: 102 which will be<br />
supplied by the contractor.<br />
5) For all the supplied items the contractor has to give one Indemnity Bond and has to keep the items in<br />
safe custody by deputing day and night Watchman up to the completion of the work - Railway will have<br />
no responsibility on this account for theft, damage, loss etc. Payment will be entertained taking into<br />
account the materials fitted and fixed on the running lines. For the materials paid for as per 2(a) but not<br />
fixed on a bridge, prorata recovery will be made.<br />
6) Out of two holes for hook bolts, hole on one side of sleeper will be made in the work shop along with the<br />
fabrication of the channel sleepers and the hole on the other side will be drilled on actual measurement<br />
at site to ensure correct alignment of track after final assembly on the bridge.<br />
7) Care should be taken during transportation, loading, unloading, drilling holes, welding, etc. to ensure<br />
that no damage is done to the galvanising. However, galvanised surfaces inadvertently damaged, should<br />
be painted as detailed below:-<br />
a) Application of two coats of paint Red lead conforming to IS: 102 as priming coats on an approved<br />
surface.<br />
b) Application of two coats of paint aluminium conforming to IS: 2339 as covering coats as per the<br />
approval of the Engineer-in-charge.<br />
N.B.:- Tenderers may note that their offer demanding assistance for the procurement of raw materials and<br />
other fittings will not be entertained and such offer will not be considered.<br />
9) The Contract of the work shall be awarded only to the agencies who have got proven and recorded<br />
competency in shop fabrication of welded steel structure/channel sleepers and facilities for testing of<br />
welds for which necessary credentials should be submitted along with the <strong>tender</strong>s. They should submit<br />
the proof of having tested welders and qualified supervisors for welding work in their organisation. The<br />
Tenderer(s)/Contractor(s) shall submit along with the Tender attested Photostat copies of credentials for<br />
having successfully executed works as per eligibility criteria stipulated in previous Para. He shall also<br />
produce evidence that he possesses the organisation and is technically resourceful to undertake this<br />
work. Tenders not accompanied with these <strong>document</strong>s will not be considered.
Chapter-VI<br />
10) Payment of the M.S. pad plates will be made as per the original tonnage of the plates used.<br />
No deduction or enhancement will be considered for grooves made or welding done.<br />
11) The basic cost, items & quantities are only approximate and for guidance of <strong>tender</strong>er(s). This may vary as<br />
per the site conditions and no claim what-so-ever on this account will be entertained.<br />
12) Period of completion:<br />
The entire work should be completed within 9 (Nine) months from the date of issue of Letter of<br />
Acceptance.<br />
13) The work is to be executed with contractor’s materials and labour under the supervision and direction of<br />
PWI/BKP & AEN/Sr.DEN -in-charge of work.<br />
14) The rates quoted and accepted y the Rly. are inclusive of all charges and taxes including sales tax, Octopi<br />
etc. as leviable by the Central Govt/State Govt/Civil Authorities.<br />
15) After completion of work, the same should be maintained for a period of six months. Any defect noticed<br />
during this period will be rectified by the Contractor at his own cost failing which the same will be rectified<br />
by the Railway Administration and the cost will be recovered from amounts due to the contractor including<br />
the Security Deposit. The security amount will be refunded after successful completion of maintenance<br />
period and certified by the Engineer-In-Charge.<br />
16) The work is to be carried out under traffic block. The block will be arranged by the Rly. However, Rly.<br />
will not be responsible for idling of man, materials and machinery due to non-availability of blocks.<br />
17) The <strong>tender</strong>er should mention the place/workshop where they intend to manufacture/galvanize the<br />
channel sleepers & fittings.<br />
18. INSPECTION:<br />
a) The finished steel channel sleepers and Grooved Steel Pad Plates which are inspected and<br />
passed for the work by the nominated Railway Officials, not below the rank of an Assistant<br />
Engineer, should only be brought to the work site by the contractor. The inspection shall be in<br />
two stages:<br />
i) Before galvanising (to check up the quality of fabrication)<br />
ii) After galvanising (to check up the quality of galvanising)<br />
b) The inspection will be carried out at the premises of the manufacturer.<br />
c) Necessary dye penetration test and Radio-active test should be conducted for all welding while<br />
passing the fabrication. Inspecting official nominated by Chief Bridge Engineer, East Central<br />
Railway will issue necessary Inspection Certificate as a proof of passing the channel sleepers<br />
after his inspection. Materials shall be dispatched to site of work by the Contractor in full sets<br />
i.e., channel sleepers with all matching components fittings complete.<br />
d) The matching components fittings will be supplied duly inspected and passed by RITES in<br />
sealed gunny bags. The contractor will have to arrange for RITES inspection at their own cost<br />
and will be responsible for furnishing all test certificates before the dispatch of fittings.<br />
e) Materials including P. Way fittings will be utilised at site only after receipt of the inspection<br />
certificate by inspecting officials.
Chapter-VII<br />
ADDITIONAL SPECIAL CONDITIONS OF CONTRACT (TECHNICAL)<br />
1 Fabrication, supply and fixing of new galvanised steel channel sleeper with all fittings and fixture<br />
and transportation of the same to the site for fixing at different bridges of BKP-RGD section<br />
underAEN/MKA<br />
2) The Channel Sleeper fittings shall conform to RDSO Drg. as per steel channel sleeper drawings.<br />
mentioned in Item No.1 of Schedule of Items with latest alteration & up to date as per relevant and<br />
approved DRM’s/CE’s Drawings.<br />
3) Fabrication and Workmanship-<br />
Fabrication, Workmanship shall generally comply with current IRS specification No.B1-79 with latest<br />
correction/amendments thereof unless otherwise specified in special conditions of this contract or as<br />
specially directed by the Engineer in writing.<br />
The Contractor shall submit test certificates for Chemical, Metallurgical & structural properties<br />
conforming to appropriate standards of all steel material used for fabrications. All structural steel shall<br />
be free from rust, scales, laminations, cracks, fissure and other surface defects.<br />
The workmanship and finish shall be equal to the best general practice in modern structural shops.<br />
The greatest accuracy shall be observed that in the manufacture of every part of the work all similar part<br />
shall be strictly inter-changeable.<br />
NOTE:<br />
(i) Only wieldable steel conforming to IS: 2062/92 Grade-B Steel fusion welding quality shall be<br />
used for fabrication of Steel Channels Sleepers.<br />
(ii) No Re-rolled Steel should be used.<br />
(iii) Steel should be procured only from SAIL or TISCO or such reputed steel manufacturers<br />
only. The source of steel should be got approved by the Railway.<br />
(iv) In support of purchase copy of vouchers are to be submitted.<br />
Following specifications shall be followed:-<br />
a) <strong>Indian</strong> Railway Steel Bridge Code as corrected up to date.<br />
b) <strong>Indian</strong> Railway welded Bridge Code 1972.<br />
c) <strong>Indian</strong> Railway Schedule of dimension for Broad Guage-1939 (Reprinted in Metric units in 1973).<br />
d) IS: 2062-1992, Steel for general structural purpose.<br />
e) <strong>Indian</strong> Railway Specification B-1, 1979: Fabrication and erection of Steel Girder Bridges.<br />
f) IRS H-5 for rivets.<br />
g) IS: 2155-1962: Rivets for General purposes (Below 12mm diameter).<br />
h) IRS H-19, for bolts and nuts.<br />
i) IS: 102-1962, Ready Mixed Paint, Brushing Red Lead, Non setting priming.<br />
j) IS: 2339-1963: Aluminium paints for General purposes in dual container.<br />
k) IS: 123-1963: Ready mixed paints, brushing, finishing Semi-gloss for General purposes to <strong>Indian</strong><br />
Standard Colours Red Oxide.<br />
l) B.S.S.916 and/or IS:1963-1967 : Block Hexagonal Bolts/Nuts etc. black Hexagonal Bolts/Nuts and<br />
lock Nuts (6 to 39mm) and black Hexagonal Screws (dia 6 to 24mm).<br />
m) IS:800-1984.<br />
n) IS:1148-1973 : Hot Rolled Steel Rivet Bars for structural purposes.<br />
o) IS:2062-1975 : Steel grade-‘B’ for welded structures. The <strong>tender</strong>er shall maintain a master steel tape<br />
of approved make for which he has obtained a certificate of accuracy from the National Laboratory.<br />
p) IS:815-1974 : Classification coating of covered electrodes for metal arc welding of structural steel.<br />
q) IS:817-1992 : Manual for metal arc welding.<br />
r) IS:822-1970 : Code of procedure for inspection of welds.<br />
s) IS:2629-1985 : Recommended practice for hot dip Galvanising of Iron & Steel.<br />
t) IS:2623-1986 : Method for testing uniformity of coating of zinc coated articles.<br />
u) IS:6586-1978 : Recommended practice for metal spraying for protection of Iron & Steel.<br />
v) IS: 5905-1989 : Sprayed aluminium and zinc coating on Iron & Steel.<br />
w) IS:4699-1968 : Refined secondary arc grade SZM 98.5 minimum contents 98.5% in corrosion resistant<br />
used for Galvanising.<br />
x) IS:1148-1973 : Hot forged rivets for structural purpose.
Chapter-VII<br />
The paints to be used in the work shall be of any of the following firms of reputed:<br />
a) M/s. Asian Paints.<br />
c) M/s Jenson & Nicholson.<br />
d) M/s. Goodless Nerolac.<br />
e) M/s. Shalimar Paints.<br />
f) M/s. Berger Paint (Formerly M/s British Paints)<br />
g) M/s. Garware Paints.<br />
Rolled materials before being laid off or worked, must be made straight if straightening or flattening is<br />
necessary, it shall be done by method that will not damage the material. Sharp kinks and bends shall be<br />
rejected.<br />
1. HOLING :<br />
Holes for rivets and bolts shall be drilled to conform to Clause 10 of IS:7215. All holes, except as stated<br />
here under shall be drilled to the required size or sub-punched 2mm. less in diameters and reamed<br />
thereafter to the required size. Thickness of the materials for sub-punching shall not be greater than<br />
16mm. All matching holes for rivets or bolts shall register with each other so that a gauge of 0.8mm less<br />
in diameter than the holes can pass freely through the members assembled for riveting or bolting in the<br />
direction at right angle to such members. All punching and sub-punching shall be cleared and accurate<br />
and all drilling shall be free from burns. No holes shall be made by Gas Cutting process.<br />
2. WELDING :<br />
(a) General: The welding and welded work shall generally conform to IRS welded bridge code and<br />
subject to further specifications given in the following paragraphs.<br />
All weldings, to the maximum extent possible, should be done either by fully automatic or semiautomatic<br />
process. Manual metal arc welding may be done only by welder possessing competency<br />
certificate issued by Govt. Recognised Agency/Institute duly certified by AEN/DEN.<br />
All welding work shall be done in shops and the layout and sequence of operation shall be so<br />
arranged as to eliminate distortion and shrinkage stress. The parts to be welded shall be properly<br />
assembled and held firmly in position by means of Jigs and fixtures prior to and during welding.<br />
(b) ELECTRODES :<br />
All Electrodes shall be kept under dry conditions. Any electrode with parts of its flux coating<br />
broken away or otherwise damaged shall be rejected. Any electrode older than six months from the<br />
date of manufactures or older than the date of expiry as specified by manufacturer should not be<br />
used. Welding Electrodes to be used in the work should conform to RDSO approved firm and quality only.<br />
The Electrodes to be used should be No.8 SWG or 10 SWG of class B-1 & B-2 of mild steel for arc<br />
welding. The Electrodes to be used in the work shall be of any of the following firms.<br />
M/s Advani Oerlikon Ltd., Mumbai.<br />
M/s. Diffusion Engineering Ltd., Nagpur.<br />
M/s. Valency Compound Service, Ahmed Nagger.<br />
M/s. Modi Arc Electrodes, Modi Nagar.<br />
M/s. D&H Secheron , Indore.<br />
M/s. EWAC Alloys Ltd., Mumbai.<br />
M/s. Weld Craft Pvt., Ltd., Tunkur Road.<br />
(c) PREPARATION OF JOINTS :<br />
The edge shall be prepared with an automatically controlled flame cutting torch correctly to the size<br />
and dimension of the groove prescribed in the design and shop drawing.<br />
The welding surfaces shall be smooth, uniform and free from fine tears notches or any other defects<br />
which may adversely effect welding and shall be free of loose scale, slag rust, grease, paint, moisture<br />
or any other foreign material.<br />
(d) WELDING PROCEDURES:<br />
The welding procedure shall be arranged by the contractor to suit the details of the joints as<br />
indicated on the drawing and the position at which welding has to be carried out. Working<br />
procedure shall cover the following:-<br />
a) Type and size of Electrodes.<br />
b) Current and for automatic welding are Voltage.<br />
c) Length of run for Electrode, or for automatic welding speed of travel.
Chapter-VII<br />
d) Number and arrangement of runs in multi run welding.<br />
e) Position and set up of parts.<br />
f) Preparation and set up of parts.<br />
g) Welding sequence.<br />
h) Pre or post heating.<br />
i) Any other relevant information.<br />
The welding procedure shall be so arranged that the distortion and shrinkage stress are reduced to a<br />
minimum and the welds meet requirement and quality specified, hereunder.<br />
Any weld found defective shall be cut by using either chipping hammer or gouging torch in such a<br />
manner that adjacent material is not injured in any way.<br />
Fusion faces and surrounding surface within 50mm of welds shall be free from all mill scale and free<br />
from oil paint or any substances which might effect the quality of the welds and impede the<br />
quality/progress of welding. They shall be free from irregularity, which interfere with the<br />
deposition of specified size of weld or be the cause of defects.<br />
(e) ASSEMBLY FOR WELDING:<br />
Before taking up mass production of any type of sleeper the production of 20 sleepers shall be taken<br />
up and the dimensions thereafter shall be checked by means of a test track 13 Mtrs. long assembled<br />
at the Workshop. The rails for linking of the steel track shall be made available free of charge by<br />
Railway at a point convenient to the <strong>Railways</strong> which should be returned to Railway after its use is<br />
over. Transportation of the Rails from this point to the contractor’s workshop and returning the<br />
same to the point of collection shall be done by the contractor at his own cost.<br />
(f) ACCURACY OF FIT UP:<br />
Parts to be fillet welded shall be brought into as close contact as practicable and the gap due to faulty<br />
workmanship or incorrect fit up shall not exceed 1.5mm.<br />
(g) JIGS & MANIPULATORS:<br />
Jigs, fixtures and manipulators shall be manufactured by the contractor and used during fabrication<br />
to ensure dimensional accuracy, minimum welding distortion and facilitate welding in flat or<br />
horizontal position and to ensure that all welded locations are easily accessible.<br />
(h) MINIMUM LEG LENGTH AND THROAT THICKNESS IN FILLET WELDS<br />
The minimum leg length of a fillet weld as deposited, shall not be less than the specified size. In no<br />
case shall a concave weld be deposited unless specifically permitted. Where permitted, leg length<br />
shall be increased above that specified, so that the resultant throat thickness remains the same as<br />
would have been by the deposition of a flat faced weld of the specified leg length.<br />
(i) DE-SLAGGING:<br />
After making each run of welding all slag shall be thoroughly removed and the surface cleaned.<br />
(j) QUALITY OF WELDING:<br />
The weld metal as deposited, including tack weld is to be incorporated, shall be free from cracks,<br />
slag inclusion, porosity, cavities and other deposition faults. The weld steel shall be properly fused<br />
with the parent steel metal without undercutting or over lapping at the toes of the weld. The surface<br />
of the weld shall have a uniform consistent contour and regular appearance.<br />
(k) WEATHER CONDITIONS:<br />
Welding shall not be done under open weather conditions, which might adversely affect the quality<br />
of welding. It should be done only under a covered shed in a workshop.<br />
(l) QUALIFICATION AND TESTING OF WELDERS:<br />
The contractor shall satisfy the Engineer that the welders are suitable for the work for which they<br />
will be employed and shall produce evidence to the effect that welders have satisfactorily completed<br />
appropriate tests as prescribed in I. S.- 877. The Engineer may at his own discretion order periodic<br />
tests of the welder and/or of the welds produced by them. Such tests shall be at the expense of the<br />
contractor.<br />
(m) SUPERVISOR:<br />
The Contractor shall employ a competent welding supervisor to ensure that standard of quality of<br />
materials; workmanship and welding comply with the requirements laid down in the specifications.<br />
6. CONTROL IN THE FABRICATION AND ASSEMBLY OF VARIOUS STRUCTURES:-<br />
Criteria for Testing: The contractor shall conduct test in accordance with following norms.
Chapter-VII<br />
a) Visual examination 100% (One hundred percent).<br />
b) Mechanical Test.<br />
c) Dye Penetration Examination.<br />
(i) Visual Examination: The contractor shall conduct visual examination and measurement of the<br />
external dimensions of the weld for all joints. Before examining the welded joints surface area<br />
close to it on both side of the weld for a width not less than 20mm., shall be cleaned of slag and<br />
other impurities. Examination shall be done by a magnifying glass, which has a magnification<br />
power of 10 and measuring instrument, which has an accuracy of ±0.1 mm, or by weld gauges.<br />
Welded joints shall be examined from both sides.<br />
The contractor shall examine the following during the visual checks.<br />
a) Correctness and shape of the welded joint.<br />
b) Incomplete penetration of weld metal.<br />
c) Influx.<br />
d) Burns.<br />
e) Un-welded craters.<br />
f) Under cuts.<br />
g) Cracks in welded parts and heat effected zones.<br />
h) Porosity in welds and spot welds.<br />
i) Displacement of welded elements.<br />
The contractor shall <strong>document</strong> all data as per sound Laboratory practices.<br />
b) Mechanical Test :<br />
The Contractor shall carryout various mechanical tests to determine weldability, the metal<br />
alloyability, nature of break, correct size and type of electrodes, degree of pre-heat and post-heat<br />
treatment etc. The type, scope and sample of various mechanical tests shall be determined in<br />
agreement with the Engineer. The number of tests conducted shall depend on the results<br />
obtained to satisfy the Engineer that the correct type and size of electrode, degree of pre-heating<br />
and post-heating and weldability of different metal are being followed.<br />
c) Dye Penetrate Examination :<br />
All welds as desired by Engineer will be examined by dye penetrates for detection of<br />
discontinuities as per IS: 3658-81, IS: 12889-89 and RDSO’s Specification No.<br />
NRC/NDT/4/91/APPD.<br />
7) Inspection and testing of fabrication:<br />
The Engineer shall have free access at all reasonable times to the Contractor’s works where the<br />
fabrication of steel work is carried out and shall be afforded be all reasonable facilities including<br />
transport by the Contractor for satisfying himself that the fabrication is being under taken in<br />
accordance with the provisions of the drawings and specifications.<br />
The Contractor shall continuously inform the Engineer of the progress in fabrication as and when<br />
the individual pieces get ready for inspection. The Contractor shall give a minimum of three<br />
working days notice to the Engineer for inspection of the individual pieces.<br />
Unless directed otherwise, inspection shall be made at the place of manufacture prior to dispatch by<br />
an authorized representative of Railway. Should any structure found not to comply with any of the<br />
provisions of this specification it shall be liable for rejection. No structure or part of the structure,<br />
once rejected shall be re-submitted for inspection/test, except in cases where the Engineer considers<br />
the defect as rectifiable.<br />
Defects, which may appear during fabrication, shall be made good with the consent and according<br />
to the procedure laid down by the Engineer. All gauges and templates necessary to satisfy the<br />
Engineer shall be supplied by the Contractor. The Engineer may at his discretion, check the test<br />
results obtained at the Contractors works by independent tests at the Government Test House or else<br />
where the costs of such tests shall be borne by the Contractor.<br />
(8) Marking, Packing and Dispatch:<br />
Each piece shall be distinctly marked before delivery in accordance with the approved marking<br />
diagram and shall bear such other marks as will facilitate erection.<br />
9) Supervision of work:
Chapter-VII<br />
During the entire progress of the work the contractor shall have a competent supervisor in personal<br />
charge of the work. All works shall be done by skilled competent workmen.<br />
10) Fixing of Steel Channel Sleepers at site :<br />
The Channel Sleepers shall be provided on the nominated bridges by the contractor. Following<br />
points are to be taken care of during execution of work:-<br />
All works, which may affect the safety of Railway working, shall only be done under traffic block<br />
and written authority and also under the direct supervision of the Engineer-in-charge at site or his<br />
authorised representative for the said bridge. The Contractor shall in consultation with the<br />
Engineer, decide the sequence of work required to be done for efficient provision of channel sleepers<br />
The gauge, level, alignment of the track shall be adjusted by the Contractor suitably as per<br />
satisfaction of the Engineer and as per tolerances laid down in <strong>Indian</strong> Railway Permanent Way<br />
Manual for New Track.<br />
11) The fabricator’s name & Drg. No. should be indicated on all Channel Sleepers suitably on a plaque<br />
fixed on the web of the channel sleeper at one end.<br />
12) Galvanised Steel Channel Sleepers are to be supplied and fixed on the girders of the Bridges<br />
mentioned in the <strong>tender</strong> notice. The existing track on the bridge is to be dismantled including guard<br />
rails, running rails, bridge timbers removing all the fittings & fastenings. New channel sleepers are<br />
to be fixed as per Drg. No. mentioned in Item No.1 of Sch.-A with alteration and correction upto<br />
date. The track is to be re-linked over the channel sleepers with the existing running and guard rails<br />
by the fittings and fixtures supplied by the Contractor as per Item 1(Annexure 1) of Schedule of<br />
Items. In subsequent traffic block the existing running & guard rail to be changed by new running &<br />
guard rail. if required.<br />
13) Works has to be executed in the running traffic condition or under the traffic blocks. The traffic<br />
blocks will be made available as per the convenience of the Railway depending on the position of the<br />
trains. Block and caution orders will be taken and cancelled by the authorised Railway officials only.<br />
14) Released Unserviceable small fittings, Bridge Timbers and worn-out rails (if any) etc. will have to be<br />
transported by the contractor to the Store Depot of PWI/BKP at his own expenditures and as<br />
instructed by Engineer-in-charge at site.<br />
15) Dip-lorries for the transportation of the materials has to be arranged by the Contractor at his own<br />
cost. However, Railway may supply Rly.’s dip lorry on hire charge basis as per General Condition of<br />
Contract- Vol. II, if available.<br />
16) Carrying of materials and protection of Dip lorries by trained staff will have to be done by contractor<br />
ensuring safe running of traffic under the supervision of Railway representative.<br />
17) Contractor has to arrange for adequate number of skilled workers and competent supervisors for the<br />
Execution of this work, their safety during dismantling, transporting and linking of the track over<br />
the girders will be the sole responsibility of the contractor.<br />
18) Serviceable materials released from dismantling of the track should be properly accounted and kept<br />
in the custody of contractor for re-use. Unserviceable materials will be made good by the Railway (<br />
For rails, Fish bolts Fish plates etc.).<br />
19) Materials supplied free of cost by the Railway to the contractor will not form part of the value of the<br />
Contract entered into and will fall outside the purview of the price variation clause.<br />
20) All the mild steel fittings and fixtures have to be galvanised at the contractors cost before use.<br />
The above conditions are read/understand and accepted by me/us with the rates offered by me/us as<br />
above.<br />
SIGNATURE OF TENDERER(S)/CONTRACTOR(S)