22.12.2013 Views

EAST CENTRAL RAILWAY - Indian Railways

EAST CENTRAL RAILWAY - Indian Railways

EAST CENTRAL RAILWAY - Indian Railways

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

1<br />

<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

DANAPUR DIVISION<br />

TENDER DOCUMENT<br />

OF<br />

TENDER NO. B/66/Tender/24/Open/DNR/2005-06 DATE OF OPENING : 6.12.2005<br />

NAME OF WORK : - Rebuilding of Br.No.47 (1x3.05 m Arch) relieved by girder) with 3.50m<br />

RCC Box on main line.<br />

Cost of Tender document :- Rs. 1000/-<br />

THE DIVISIONAL<br />

<strong>RAILWAY</strong> MANAGER<br />

<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

DANAPUR<br />

BIHAR


<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

Tender Notice No :- B/66/Tender/24/Open/DNR/05-06 Dt. 24.10.2005<br />

Item No. :- 04<br />

1. Name of tenderer :-<br />

2. Address :-<br />

3. Form sold under M.R. No. :- Dated:<br />

Issued by :-<br />

4. Name of work :- Rebuilding of Br.No.47 (1x3.05 m Arch) relieved by girder) with 3.50m RCC Box<br />

on main line.<br />

5. Date:- Signature of tender clerk C.O.S./O.S.(B & T)<br />

DNR/MGS/HJP


<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

CIVIL ENGINEERING (OPEN LINE)<br />

Name of work: Rebuilding of Br.No.47 (1x3.05 m Arch) relieved by girder) with 3.50m RCC Box on main line.<br />

Tender No. : B/66/Tender/24/Open/DNR/2005-06 dt.24.10.2005<br />

A set of complete tender documents Chapter I to V as detailed given below is enclosed.<br />

Sl. No. Chapter No. Nature of documents. Page<br />

1. I Tender Notice<br />

2. II Instructions to Tenderers<br />

3. III Tender Form.<br />

4. IV Schedule of items.<br />

5. V Special condition & Additional<br />

Special condition


<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

DANAPUR DIVISION<br />

NOTICE INVITING TENDER<br />

No.B/66/Tender/24/Open/DNR/2005-06 Danapur, the 24.10.2005.<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 with<br />

Railway/Irrigation/CPWD/MES or any other public sector undertaking for the following work :-<br />

Name of work<br />

Item<br />

No.<br />

1. RCC jacketing of Br.No.6, 14 and 167<br />

between stations Barh and Barhiya in<br />

PNBE-JAJ section.<br />

2. Strengthening of Br.No.71 in Patna- Gaya<br />

section of Danapur Division by RCC<br />

jacketing.<br />

3. Periodical painting of Br.No.136 (9x150’)<br />

and 708 (2x60’) on main line and Br.No.21<br />

(2x51.5’) +(5x50’) and 70(7x60’)in<br />

P.G.Section in Danapur Division.<br />

4. Rebuilding of Br.No.47 (1x3.05 m Arch)<br />

relieved by girder) with 3.50m RCC Box<br />

on main line.<br />

5. Strengthing of Br.No.53 and Br.No.159 by<br />

Helifix method in main line section of<br />

Danapur Division.<br />

6. Conversion of Br.No.1, 2, 4, 5, 8, 9 and 10<br />

on PNBE- DDG Branch line by RCC Slab.<br />

7. Conversion of Br.No.723,727, 728,730<br />

,732,734,739,740, 766,774,776, 778, 791,<br />

and 794 (Total 14 nos) on Main line with<br />

FC slabs in Danapur Division.<br />

8. Replacement of steel girders by Twin RCC<br />

Box in Br.No. 140( 2x9.2m span) in<br />

K.G.section of Danapur Division.<br />

9. Replacement of steel girders by Twin RCC<br />

Box in Br.No. 248 ( 2x9.2m span) in<br />

K.G.section of Danapur Division.<br />

10. Replacement of steel girders by Twin RCC<br />

Box in Br.No. 31<br />

( 2x9.2m span) in P.G.section of Danapur<br />

Division.<br />

11. Hiring of vehicle for inspection of bridge<br />

rehabilitation work by AEN/ Br/Danapur-<br />

Tata Sumo or similar vehicle.<br />

Approx.<br />

Cost<br />

Cost of<br />

Tender<br />

Paper<br />

Earnest<br />

money<br />

D.O.C<br />

.<br />

19,78,095/- 1000/- 20,000/- 04<br />

months<br />

18,45,479/- 1000/- 20,000/- 06<br />

months<br />

14,89,570/- 1000/- 20,000/- 03<br />

months<br />

13,99,225/- 1000/- 20,000/- 06<br />

months<br />

13,11,706/- 1000/- 20000/- 02<br />

months<br />

10,04,979/- 1000/- 20000/- 04<br />

months<br />

13,62,486/- 1000/- 20000/- 04<br />

months<br />

32,54,717/- 1500/- 32550/- 03<br />

months<br />

32,54,717/- 1500/ 32550/- 03<br />

months<br />

33,46,717/- 1500/ 33470/- 03<br />

months<br />

3,00,000/- 500/- 7500/- 12<br />

months<br />

Date of<br />

opening<br />

6.12.2005<br />

6.12.2005<br />

6.12.2005<br />

6.12.2005<br />

6.12.2005<br />

6.12.2005<br />

6.12.2005<br />

6.12.2005<br />

6.12.2005<br />

6.12.2005<br />

6.12.2005<br />

12. Provision of passenger amenities and other 95,03,284/- 2000/- 50,000/- 06 6.12.2005<br />

ancillary work in Futuah-Islampur Section.<br />

months<br />

13. Repairs to Septic tank at Mokama and Barh 8,55,000/- 1000/- 17100/- 04 6.12.2005<br />

under AEN/Mokama.<br />

months<br />

Note:. 1)The tender documents for item No.12 shall be obtained and opened at Mughalsarai ,Hajipur in addition to<br />

Danapur.<br />

2)The tender documents for item No.1,2,3, 4,5,6,7 ,8,9.10,11and 13 shall be obtained and opened at Mughalsarai<br />

in addition to Danapur.


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 tenderer should go through this eligibility criteria before purchasing<br />

the tender documents.<br />

ELIGIBILITY CRITERIA :-Eligibility criteria for works costing above Rs. 10 lakh shall be as given in the Table<br />

below –<br />

1) Revenue/Banker’s Solvency Cerificate.<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<br />

Tender Value of Work.The proof of the above<br />

should be submitted by the tenderer in the form of<br />

attested copy of payment certificate issued by<br />

Central/State Government departments or public<br />

sector under-taking of Central/ State Government<br />

OR<br />

Audited balance sheet duly certified by Charted<br />

Accounts.<br />

Tender documents (non-transferable) embodying terms and conditions can be obtained from the office of the<br />

Sr.Divnl.Engineer(Co-ord)/E.C.Rly.,Danapur, Mughalsarai and CE/Hajipur on and from 16.11.2005 between 11.00 hrs. to<br />

16.00 hrs. of any working day and upto 10.00 Hrs. on the date of opening. For purchasing tender documents the cost of the<br />

tender form as mentioned above should be deposited with Divisional Cashier, E.C.Rly., Danapur, Mughalsarai and FA &<br />

CAO/Hajipur or 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, Mughalsarai towards the cost<br />

of set of Tender documents.<br />

The tender will be received in the office of the Sr.Divnl.Engineer(Co-ordn.)/E.C.Rly., Danapur, Mughalsarai<br />

and CE/Hajipur up to 14.00 hrs. on the date of opening indicated above and will be opened on the same day at 14.30 hrs. in<br />

presence of all the tenderers or their authorised representative who wish to remain present. In case the office is closed due to<br />

unprecedented reason the tender will be opened on next working day.<br />

The tenderers 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 tender must be accompanied with the prescribed amount of earnest money as mentioned above in<br />

acceptable from as mentioned in the tender documents in favour of FA & CAO/E.C.Rly., Hajipur payable at Patna.<br />

Adjustment of earnest money submitted with earlier tender or accepted tender shall not be considered and tender without valid<br />

earnest money shall be summarily rejected.<br />

The successful tenderer has to submit the full security deposit at the time of execution of agreement.<br />

The <strong>Railways</strong> reserve the right to either cancel the tender or reject the tenders without assigning any reason.<br />

N. B.: 1) The tender notice and tender documents are also available on the CRIS website: http://<br />

www.indianrail.gov.in.<br />

2) The tender documents 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 against each work<br />

in favour of FA & CAO/E.C.Rly., Hajipur payable at Patna towards the cost of tender documents will have to be enclosed with<br />

the tender in addition to Earnest Money. If tender is not accompanied with the valid demand draft for the cost of the tender<br />

document as detailed above in case of tender document downloaded from Internet website, the tender will be summarily<br />

rejected.<br />

For Divnl.Railway Manager,<br />

E.C.Railway,Danapur.


INSTRUCTION TO TENDERER<br />

Tender No. B/66/Tender/24/Open/DNR/05-06<br />

dt.24.10.2005<br />

1. This tender is for “Open tender for Rebuilding of Br.No.47 (1x3.05 m Arch) relieved by girder) with 3.50m<br />

RCC Box on main line.<br />

2. Tenders shall be enclosed in a sealed cover super scribed<br />

Tender No. B/66/Tender/24/Open/DNR/2005-06 dt. 24.10.2005 to the address of Divisional<br />

Railway Manager, E.C. Railway, Danapur so as to reach this office not later than 14.00 hrs. on<br />

06.12.2005.<br />

3.i) Preference will be given to those contractors/firms, who have sufficient previous experience of<br />

executing similar type of work. To that effect, certificate in support of evidence is to be submitted<br />

along with tender form.<br />

ii) Tender forms containing over written, crossed rates and rates not shown in words shall be<br />

iii)<br />

automatically rejected. Each page of the tender form shall be signed by the tenderers.<br />

For each individual Bridge/Group, Tender form must be submitted separately. As indicated in<br />

tender notice.<br />

4. Tenderers shall specify their business names (if any) and shall submit the constitution for their<br />

firms and the power of Attorney without which tenders may not be considered.<br />

5. The cancellation of any document such as Power of Attorney, Partnership deed, etc. shall be<br />

forthwith communicated by the contractors to the Administration in writing failing which the<br />

Administration shall have no responsibility or liability for any action taken on the strength of the<br />

said documents.<br />

6. If called upon to do so the tenderers are required to state the proposed source of supply of any<br />

materials being supplied by them and also they shall got all materials approved by the Engineer or<br />

his representative before using the same. If materials are proposed to be imported the same must<br />

be clearly mentioned in a covering letter.<br />

7. Sales Tax where leviable and intended to be claimed by purchaser shall be distinctly shown along<br />

with the price quoted, where this is not done, no claim for sales tax shall be admitted at any later<br />

stage and on any ground what soever.<br />

8. The tender shall be accompanied by a deposit made in such with the Chief Cashier, E.C. Railway,<br />

Hajipur or in any of the following forms in favour of FA & CAO, E.C. Railway, Hajipur for the<br />

amount specified as under :-<br />

(1) Deposit receipts, Pay orders, Demand Drafts, These forms of Earnest money shall be either of<br />

the State Bank of India or any of the Nationalised Banks. No conformatory advice from the<br />

Reserve Bank of India will be necessary.<br />

(2) Deposit receipts executed by the scheduled Banks approved by the Reserve Bank of India<br />

provided :<br />

(i) The Reserve Bank of India, advised the Railway concerned that the deposit<br />

receipts may be accepted.<br />

(3) Deposit receipts tendered by the scheduled Banks which have not been approved by the<br />

Reserve Bank of India for the purpose provided –<br />

(a) The Bank concerned lodges with the Reserve Bank of India requisite securities, namely<br />

cash deposit of Government securities in respect of the deposit receipts to be tendered by<br />

it.<br />

AND<br />

(b) The Reserve Bank of India advises the Railway concerned that the deposit receipt may be<br />

accepted for the amounts specified as under :-


(i) Rs. __________20,000/-_______________________________ as security deposit for the<br />

due performance of the stipulation to keep the offer open for the period specified below. The<br />

tenderers shall hold the offer open for a period of 120 days from the date fixed for opening the<br />

same, it being understood that the tender documents have been sold/issued to the tenderer and<br />

the tenderer is permitted to tender in consideration submitting his tender he shall not resile<br />

from his offer or modify the terms and conditions thereof in a manner not acceptable to the<br />

Chief Engineer/Chief Bridge Engineer/Dy. Chief Engineer/Divisional Railway Manager/Sr.<br />

Divisional Engineer of E.C.Railway, should the tenderer fail to observe or comply with the<br />

foregoing stipulations the aforesaid full amount shall be liable to be forfeited to the Railway.<br />

9. The requisite earnest money and security deposit receipts as per clause 8 of Instructions to<br />

Tenderers and conditions of tenderer shall be submitted along with the Tender documents without<br />

which no tender shall be considered.<br />

10. No cheque shall be accepted from a tenderer towards earnest money even if it is guaranteed, by<br />

the Bank, if any tenderer submits cheque towards the earnest money, his tender shall be treated as<br />

without earnest money.<br />

11. The tenderers, who have got standing deposit of earnest money of Rs._20000/-_ or above with the<br />

Administration need not deposit any fresh earnest money, while submitting the tender & in case<br />

their tender is accepted they shall have to deposit the full amount of earnest money as stipulated in<br />

clause 8 mentioned above towards initial security within 07 days of acceptance of their tender<br />

failing which the amount shall be debited to the standing earnest money.<br />

The earnest money including the amount taken as security deposit for the due performance of the<br />

stipulation to keep the offer open till the date specified in the tender shall be refunded to the<br />

unsuccessful tenderers within a reasonable time. The earnest money deposited by the successful<br />

tenderer/tenderers will be retained towards the security deposit for the due and faithful fulfillment<br />

of the contract but shall be forfeited if the contractor fails/contractors fail to execute the<br />

Agreement within 07 days of notification from the office asking him to do so, or commence the<br />

work within 10 days after receipt of order to these effect.<br />

12. The acceptance of the tender shall rest with the General Manager/Chief Engineer/Chief Bridge<br />

Engineer/Dy. Chief Engineer, East Central Railway, Hajipur, Divisional Railway Manager/Sr.<br />

Divnl. Engineer/Danapur who reserves the right to award whole or part of the work as per this<br />

tender and also to reject the tender without assigning any reason and does not bind himself to<br />

accept this tender, it shall not be obligatory on the said authority to accept the tender and no<br />

tenderer shall demand any explanation for the cause of rejection of his/their tender. Accepting<br />

authority does not bind himself to accept the lowest or any other tender nor does he undertakes to<br />

asking reasons for declining to consider any particular tender/tenders.<br />

13. Copies of drawings for the works as available may be inspected in the office of the Chief<br />

Engineer, E.C. Railway, Hajipur or Sr. Divisional Engineer/E.C. Rly./Danapur on any working<br />

day during office hours.<br />

14. The tenderer/tenderers shall submit credentials, Bank certificate, in support of his/their financial<br />

soundness, list of works executed during last 3 years and list of works under execution by<br />

him/them at present along with the tender/tenderers failing which his/their tender/tenders is/are<br />

liable to be rejected.<br />

15. The tenderers are required to submit along with the tender, the list of machinery specially those<br />

required for above mentioned work, tools and plants that they processes and propose to utilize at<br />

site for execution of the work. These Plant, Machinery and tools have to be brought to the site<br />

immediately with starting of work and put into full use.


16. Rates tendered are to be inclusive of all cess, maintenance charges royalty, Sales Taxes, and all<br />

other charges, payable to the State Government or local authorities, or Central Govt. as are<br />

existing and as may be imposed in future, and no claim for reimbursement of any such<br />

charges/taxes shall be entertained. The rates quoted shall be inclusive of Sales Tax, Octroi,<br />

Royalty and all other Central or Local Taxes existing or that may be imposed in future.<br />

17. CONSTITUTIONS OF FIRMS :<br />

Tenderer shall submit the constitution of their firm, Partnership deed and the Power of Attorney,<br />

if any, in original together with one copy of each such documents duly signed by the persons who<br />

signed the original documents, originals will be returned to the Tenderers after verification.<br />

18. Tenderers shall personally inspect the sites and their neighborhoods and acquaint themselves with<br />

actual working and other prevalent conditions. Availability and suitability of local labour,<br />

material or otherwise shall be carefully investigated. Accessibility of sites of work, source of<br />

water, camp sites, market & banking facilities etc. and its source shall also be carefully<br />

investigated. Since the contract is for lab our and materials, tenderer shall reconnoiter round and<br />

collect all possible factors having likely bearing on rates and progress and these shall be taken<br />

into consideration while submitting tenders. Before quoting the rates, tenderers are advised to<br />

thoroughly inspect the site and walk over the alignment and to note, during the inspection of the<br />

sites, all possible factors to be met with and lead and lift involved, and royalty to be paid and<br />

other factors and take all these into consideration in quoting their rates. The tenderer shall be<br />

deemed to have satisfied them selves regarding these conditions before submission of the tender.<br />

19(1) Tender forms containing over writings, erased rates and rates not shown in words are liable to be<br />

rejected. In case of discrepancy in rates as shown in figures and in words if notice the accepting<br />

authority may at his discretion accept the lower of the two.<br />

19(2) No scribbling is permissible in the tender documents and no special conditions are to be stipulated<br />

by the Tender in the same. If the tenderer wants to intimate anything of importance, he may do so<br />

in a separate covering letter, such stipulations and conditions shall be deemed to be a part of the<br />

contract to such extent only as may be explicitly accepted by the Rly. Administration and<br />

communicated to the successful tenderer. The Railway administration, however, reserves the right<br />

not to accept any such special stipulation and conditions made by the tenderers and may ask the<br />

tenderer to withdraw any or all such stipulation before awarding the contract. In the event of<br />

refusal of the tenderer to do so the tender is liable be cancelled.<br />

19(3) The tenderer must satisfy himself thoroughly about the site and nature of work and the local<br />

conditions before submitting his tender.<br />

19(4) The tender shall completely and carefully fill-up the letter entitled “Tender Form” and shall not<br />

leave any blank space.<br />

20. Date of Completion :-<br />

It is to be clearly understood that the tenderer agrees to complete the works as per this tender in all<br />

respects within __06 months___ to be reckoned from the date of issue of letter of acceptance.<br />

21. QUOTATION :<br />

(1) QUANTITIES APPROXIMATE:<br />

The approximate quantities of work involved are given in the schedule of items. For items to be<br />

done against L&M schedule, 1996 lump sum basic cost of Rs.________ has been indicated in<br />

schedule of items for miscellaneous and unforeseen works. These are for the purpose of tendering<br />

only. The Railway Administration reserves the right to modify the same from time to time<br />

whether it is increase or decrease in the scope of the work and the tenderers shall quote reasonable<br />

and workable rate for each of the items. The tenderers shall not be entitled to any compensation


due to increase/decrease in the scope of the work, but shall be paid as per the rates of the contract<br />

for the actual quantities of work done. The Railway Administration also reserves the right to<br />

delete items or introduce new items of works if required to be done to complete the work.<br />

(2) RATES IN FIGURES AS WELL AS IN WORKS:<br />

The tenderers are required to quote their rates in figures as well as in words against each<br />

item of the schedule of items therein.<br />

22. <strong>RAILWAY</strong> PASS OR CONCESSION:<br />

No Railway pass or concession facilities shall be given to the contractor or their agents and<br />

labours for execution of the works. Contractor’s materials required for execution of work shall<br />

have to be carried at the public rate of Railway freight, if carried by Railway Transport and no<br />

concession rate of Railway freight shall be applicable. This supersedes Clause 9 of the Eastern<br />

Railway (Engg. Deptt.), General conditions of contract and Standard specifications, 1969.<br />

23. General conditions of contract and specifications for materials and works are laid down in the<br />

Engg. Deptt. Hand Book, General Conditions of contract and standard-specifications 1969” of<br />

Eastern Railway which can be seen at the office of the Chief Engineer, E.C.Railway, Hajipur or<br />

hand on payment of Rs.10/- (Rs.Ton) towards cost of each. This book with up-to-date correction<br />

slips shall govern the work and shall be binding on the contractor.<br />

24. This tender is on the basis of the Regulations for tenders and contracts and standard forms of<br />

contract 1964 issued for the guidance of the contractor and Engineer for Civil Engg. Works with<br />

upto-date correction slips. This Hand Book of Regulations can be seen in the office of the Chief<br />

Engineer. E.C. Railway, Hajipur. Divisional Railway Manager, E.C. Railway, Danapur on can be<br />

purchased from his office on payment of Rs.10/- (Rs.Ten ) only towards the cost for each.<br />

25. The tenderer is to quote his rates with reference to each item & shall tender for all the items<br />

shown in attached schedule. The Kilometers/quantities shown in the attached schedules which are<br />

given as a guide are approximate only and are subject to variation according to the need of the<br />

Railway. The Railway accept no responsibility for their accuracy. The Railway does not guarantee<br />

work under each item of the attached schedules.<br />

26. The tender shall be accompanied by a sum of Rs.20000/-__ as earnest money to be deposited in<br />

cash either with the Chief Cashier, E.C. Railway, HJP or in any of the forms as demanded in para-<br />

8 of Instructions to tenderers and condition of tender failing which the tender shall not be<br />

considered. Tenders not accompanied by the aforesaid earnest money shall under no<br />

circumstances be entertained and shall be summarily rejected without further reference to the<br />

tenderers. No reference to previous deposit of earnest money and security for adjustment against<br />

the present tender shall be accepted, neither any request for recovery from any outstanding bills<br />

for earnest money against present tender shall be entertained.<br />

27. PERIOD OF VALIDITY OF TENDER:<br />

The tenderer shall keep the offer open for a minimum period of 120 days from the date of opening<br />

of the tender within which period the tenderer cannot withdraw or modify his offer.<br />

The security deposit referred in Clause 8 above is by way of security deposit for the performance<br />

of the stipulation to keep the tender open for the said period of 120 days from the date of opening<br />

of tender. It shall be understood that the tender documents have been sold/issued to the tenderer<br />

and the tenderer is permitted to tender in consideration of the stipulation on his part that after<br />

submitting his tender, he shall not resile from his offer or modify within the period of validity the<br />

terms and conditions thereof in a manner not acceptable to the Railway. Shall the tenderer fail to<br />

observe or comply with the stipulation the aforesaid amount or security deposit shall be liable to<br />

be forfeited to the Railway.


If the tender is accepted the amount of earnest money will be held as security deposit for the due<br />

and faithful performance of the contract. The earnest money of the unsuccessful tenderers will<br />

have as herein before provided be returned to the unsuccessful tenderers but the <strong>Railways</strong> shall<br />

not be responsible for any loss or depreciation that may happen to the security money for the due<br />

performance of the stipulation to keep the offer open for the period specified in the tender<br />

documents or to the earnest money while in their possessions and shall not be liable to pay interest<br />

thereon.<br />

28. If the tenderer deliberately gives wrong information in his tender or creates circumstances for the<br />

acceptance of his tender the Railway reserves the right to reject such tender at any stage if the<br />

information given by tenderer is found to be incorrect.<br />

29. If the tenderer expires after the submission of his tender or after the acceptance of his tender, the<br />

Railway shall deem such tender as cancelled. If a partner of a firm expires after the submission of<br />

their tender of after the acceptance of their tender the railway shall deem such tender as cancelled<br />

unless than firm retains its character.<br />

30. INCOME TAX CLEARANCE CERTIFICATE :<br />

(i) Tenders shall be accompanied by an upto date Income Tax clearance certificate duly attested by<br />

the Income Tax Office of the respective Circle either in Company’s name or in the name of the<br />

(ii)<br />

Tenderer, as the case may be ;<br />

No contract shall be awarded unless the valid I.T.C.C. is produced or an exemption certificate<br />

granted by the Ministry of Finance to this effect is furnished. In case the same is not forthcoming<br />

within a period of 30 days from the date of submission of tender, the tender is liable to be rejected<br />

with forfeiture of earnest money.<br />

31. The successful tenderer shall be required to execute an agreement with President of India, acting<br />

through the Chief Engineer/Chief Bridge Engineer/Dy. Chief Engineer/Divisional Railway<br />

Manager/Sr. Divisional Engineer/E.C. Railway for carrying out the work according to<br />

Engineering Department’s Hand Book of General conditions 1969 of contract and standard<br />

specification etc. of the E. Rly. 1969 having upto-date correction slips and according to the<br />

provision of the executed contract agreement.<br />

32. Should a tenderer or a contractor being an individual on the list of approved contractors have a<br />

relative employee in Gazzetted capacity in Engg. Deptt. Of the E.C. Railway in the case of<br />

partnership firm or company incorporated under the <strong>Indian</strong> Company Law or should partner of a<br />

relative of the partner of share-holder or should partner or a relative of the Partner or share-holder<br />

be employed in a Gazzetted capacity in the Engg. Deptt. Of the East Central Railway, the<br />

authority inviting tenders shall be informed of the fact at the time of submission of tenders failing<br />

which the tender may be rejected or if such fact subsequently comes to light the contract may be<br />

rescinded in accordance with the provision in Clause 61 of the General conditions of Contract.<br />

33. Should a tenderer be retired Engineer of the Gazzetted rank or any other Gazzetted Officer<br />

working before his retirement whether in the Executive or Administrative capacity, or whether<br />

holding a pensionable post or not, in the Engg. Department or any of the Rly. owned and<br />

Administered by the President of India, for the time being or should a tender being partner ship<br />

firm having as one of its partners, a retired Engineer or a retired Gazzetted Officer as aforesaid or<br />

should a tenderer being an incorrated company have any such retired Engineer or retired<br />

Gazzetted Officer as one of its director should a tenderer have in his employment any retired<br />

Engineer or retired Gazzetted Officer as aforesaid the full information as to the date of retirement<br />

of such Engineer or Gazzetted Officer from the past service and in case where such Engineer or<br />

Officer had not retired from Govt. of service at least two years prior to the date of the submission<br />

of the tender as to whether permission for taking such contract, or if the contractor be a<br />

partnership firm in an incorporated company to become a partner of Director as the case may be


or to the employment under the contractor has been obtained by the tenderer the Engineer or an<br />

Officer as the case may be from the President of India or any Officer duly authorised by him in<br />

this behalf-shall clearly stated in writing at the time of submission of the tender. Tenders without<br />

the information’s above referred tender a statement to the effect that no such retired Engineer or<br />

retired Gazzetted Officer is also associated with the tenders as the case may be/shall be rejected.<br />

34. Sales Tax where leviable if intended to be claimed from the purchasers shall be distinctly shown<br />

along with the price quoted in which case the Rly. administration accepts the liability for payment<br />

of Sales Tax provided however such tax is leviable under the exist laws on the supply of the items<br />

included in this contract by the contractors to the Rly. administration. The Contractors must<br />

satisfied the Railway administration in this matter by producing the Sales<br />

Tax Registration certificate to indicate that they are registered deal for the purpose of assessment<br />

of Sales Tax. The actual payment of Sale Tax will be made as leviable under the rules for such<br />

supply. The contractors will be required to transmit the actual payment so received in respect of<br />

Sales tax relating to this contract as leviable under the existing rules to the appropriate authority<br />

of the State Govt. concerned and furnish a certificate to the Rly. Administration, to this effect. It is<br />

distinctly under-steed that not with standing any thing contained in the tender documents and or<br />

the agreement the Railway Admn. shall not be bound to final up the contract and refund security<br />

deposit even if the same is or has become otherwise refundable and to pay up or settle his dues in<br />

other respect until the contractors have furnished to the Railway Administration a certificate<br />

aforesaid, where it is not clearly shows that the Sales Tax is to be claimed from the Railway. No<br />

Claim for Sales Tax will be admitted in any later stage and on any ground whatsoever.<br />

35. The successful tenderer must deposit a sum towards Security Deposit at the rates mentioned<br />

below :-<br />

(i) For contracts upto Rs.1 lakh 10% of the value of the contract.<br />

(ii)<br />

(iii)<br />

For contracts costing more than Rs.1<br />

lakh and upto Rs.2.00 lakhs.<br />

For contracts costing more than Rs.2<br />

lakhs and upto Rs.2 Crores.<br />

10% of the first Rs.1 lakhs and 7 ½ % of the<br />

balance.<br />

10% of the first 1 lakhs, 7 ½ % for the next<br />

Rs.1 lakhs and 5% for the balance subject to<br />

maximum of rupees three lakhs.<br />

(iv) For contracts above Rs.2 Crores. 5% of the contract value. The amount over<br />

and above Rs.3 lakhs to be recovered from the<br />

progressive bills of the contractors % 10% till<br />

it reaches 5% of the contract value.<br />

36. The security deposit may be collected by deducting from the on account bills of the Contractor at<br />

the rates mentioned above. For this purpose, a deduction of 10% shall be made from each on<br />

account bill until the sum so deducted plus the amount of earnest money already deposited<br />

(subsequently converted into security deposit), makes upto the total security deposit as per the<br />

above scale and shall be retained by the Railway free of interest for due performance and<br />

observance of the terms and conditions of this contract. This does not, however, preclude the<br />

contractor from depositing the security deposit in cash or in other accepted forms of payment.<br />

37. The Security deposit shall, however, be refunded to the Contractor only on satisfactory<br />

compliance of condition No. 51(2) at Page-9 of the General conditions of contract and standard<br />

specifications (followed by Work Hand Book Part 1 & 2 GCC Feb, 2001 with upto date<br />

amendment thereto), on which the schedule of rates is based.


38. The special conditions stipulated for different categories of work in addition to the condition<br />

mentioned in earlier pages shall be binding on the part of tenderer.<br />

39. The following books can be purchased by the tenderers in the office of the Chief Engineer, if they<br />

are not already in possession of the same.<br />

i) Eastern Railway’s General conditions of contract and standard specifications on which schedule<br />

of rates in based, (followed by Work Hand Book Part I & 2 or GCC Feb, 2001 edition with uptodate<br />

correction slips (Price Rs.300/-).<br />

ii) Eastern Railway’s schedule of Labour & Materials Rates-1996 edition with upto-date correction<br />

iii)<br />

slips (Price Rs.300/-).<br />

Regulations for tender and contracts for guidance of the Contractor and Engineer for Civil<br />

Engineering works with upto date correction slips (Price Rs.300/-).<br />

40. Tender which does not comply with the foregoing instructions shall not be considered.<br />

41. Acceptance of Late/Delayed Tender.<br />

Late Tenders/delayed tenders/Post tender offers shall be totally rejected.<br />

42. Variation in Quantity<br />

The payment against increased quantity beyond the agreemental value will be regulated in the<br />

following manner :-<br />

For increase in quantity upto 25% of the agreemental value the accepted rate will be applicable.<br />

For the first 15% increase in the value beyond 25% of agreemental value, the rates will have a<br />

reduction of 2% in the incremental value of the agreement and for the next 10% increase in the<br />

value rates will have an additional reduction of 2% in the further incremental value of the<br />

agreement.<br />

DA: Tender Form.<br />

Signature of Tenderer(s)<br />

Date :


<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

TENDER FORM<br />

To<br />

The President of India,<br />

Acting through the General Manager/Chief Engineer/Chief Bridge Engineer/Chief General Engineer/Dy.<br />

Chief Engineer/Divisional Railway Manager/Sr. Divnl. Engineer, Divisional Engineer, East Central<br />

Railway, Danapur.<br />

Sub: Tender No.: B/66/Tender/24/Open/DNR/2005-06 dt. 24.10.2005<br />

I/We ________________________________________________________________ have read<br />

the various instructions to Tenderers and conditions of tender attached hereto and hereby agree to<br />

abide by the said conditions. I/We also agree the keep this tender open for acceptance for a period<br />

of 120 days from the date fixed for the opening the same. In default thereof, I/we will be liable for<br />

forfeiture of my/our “Security Deposit”. I/we offer to do the work for Open tender for Rebuilding<br />

of Br.No.47 (1x3.05 m Arch) relieved by girder) with 3.50m RCC Box on main line.as per Tender submitted<br />

for the above work, and hereby bind myself/ourselves to complete the work within 06 months<br />

from the date of receipt of letter of acceptance excluding the period when it is not feasible to<br />

progress the work at site due to rains. I/We also hereby agree to abide by the General, Special and<br />

Additional Special Conditions and specifications of contract and to supply materials and carry out<br />

the work according to the standard specifications of Eastern Railway and as laid down by the<br />

Railway for the present contract in the attached Tender documents.<br />

2. A sum of Rs.20000/- is herewith forwarded as earnest money. The full value of the earnest money<br />

of Rs. 20000/- shall stand forfeited, if -<br />

(a)<br />

(b)<br />

I/We do not execute the contract documents within seven (7) days after receipt of notice<br />

issued by the Railway that such documents are ready.<br />

I/We do not commence the work within tender days after receipt of orders to that affect.<br />

3. Untill formal agreement is prepared and executed, acceptance of this tender shall constitute a<br />

binding contract between us subject to modifications as may be mutually agreed to between us<br />

and indicated in the letter of acceptance of my/our offer for this work.<br />

Contractor Address:<br />

Signature of witnesses to the Signature of Tenderer(s)<br />

Signature of Tenderer(s)<br />

Date :<br />

1. ___________________________ 2. ________________________


<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

SCHEDULE OF ITEMS<br />

Tender schedule for the work of Open tender Rebuilding of Br.No.47 (1x3.05 m Arch) relieved by girder) with 3.50m<br />

RCC Box on main line.<br />

CONDITIONS :<br />

Unless specifically provided for in any item below, the rates quoted for items for this schedule<br />

shall includes the cost of :-<br />

1. Supply of old materials of approved quality as per specification of GCC tender documents and relevant I.S.<br />

specifications as applicable, brought to site of work. All materials supplied by Contractors should be new<br />

and not second hand/used.<br />

2. All transport, lead, lift, ascent, descent, crossing tracks, obstructions, observing traffic regulations etc. for<br />

bringing materials, equipment, tools and plants, labour to the site of work as required to complete the work<br />

in all respects.<br />

3. All taxes, state, Central or Local.<br />

4. All labour, skilled, unskilled, supervisory, specialized as required.<br />

5. All temporary arrangements like shuttering, scaffolding, centering, staging, supports, shoring, making<br />

templates etc. (without affecting the safety and working of existing track) etc. inclusive of all labour &<br />

materials required for providing, erection, use dismantling of such arrangement after completion of<br />

parmanent work and removing work and removing from site including submission of detailed<br />

drawings/designs for such temporary arrangements and getting the same approved by Railway, if and as<br />

required by the Engineer.<br />

6. All such equipment, tools, jacks, plant and machinery etc. as may be required for executing the work in a<br />

modern and workmen like manner as per specifications, inclusive of cost of such equipment, bringing to<br />

site, labour & full for operation, maintenance etc.<br />

7. All works being executed as per specifications of these tender documents, GCC & S.S. relevant is/IRS<br />

Books as applicable to best quality and finish.<br />

8. Executing the work as per items of this schedule, complete in all respects by inputs and any other<br />

incidental charges other than these listed in these notes, as may be necessary. All the works shall be carried<br />

out in accordance with the approved design and drawings.<br />

9. Carrying out the work at any height/depth, above/below the ground at any location at the work site.<br />

10. Removing dismantled materials belonging to Railway with safety sorting out the dismantled materials in<br />

useable (section-wise) & scrap portions & stacking the same separately at site(s) shown by Engineer within<br />

300 meters of the end of the bridge, nearest to the stacking area so earmarked. The material so stacked<br />

shall be finally disposed off as directed by the Engg. For which payment shall be made as per accepted rate<br />

of item against E. Railway Engg. Department schedule of Labour & Materials Rates 1996.<br />

11. Construction & maintenance of all service roads required by the Contractor for execution of the works.<br />

12. Taking all safety precautions for and keeping the existing Bridge structure safe & pass from obstruction for<br />

uninterrupt running of trains.<br />

13. Cutting, bending, shaping, binding & placing of steel reinforcement bars with cost of spacers, cover<br />

blocks, binding wire of 16G-Galvanised, for RCC items.<br />

14. Mixing, compaction, vibration of reinforced/plain concrete of all mixes by mechanical means i.e. by<br />

mixers and vibrators of suitable design and adequate capacity.<br />

15. Only steel shuttering shall be used for old reinforced and plan concrete works.<br />

16. For the schedule items pertaining to E. Rly. Engineering Deptt. Schedule of Labour & Materials Rates,<br />

1996 the following notes also shall be applicable.<br />

i) Only percentage increase or decrease is to be quoted.<br />

ii) It shall be the contractor’s responsibility to hand over vacant and unoccupied possession<br />

of the completed works to Engineer’s authorised representative.


iii) The work shall be executed by Contractor under this schedule on the basis of work orders<br />

which will be issued by the Railway.<br />

iv)<br />

(a)<br />

All the materials/conditions for works under this schedule shall be as given at the top of<br />

each Chapter in L&M schedule 1996 with the following modifications: -<br />

All the water to be used in works shall be of appropriate quality and shall be supplied by<br />

the contractor at site of requirement. Railway shall not supply the same.<br />

(b) The materials to be supplied by Rly. shall be supplied by the Rly. in IOW’s stores at<br />

___________________ etc. from where the contractor shall transport the same to site<br />

without any separate payment for lead, loading, unloading.<br />

(c) Railway shall not supply and equipment, tools, plant and machinery<br />

17. Besides the foregoing notes, various other stipulations conditions and specifications mentioned in<br />

these tender papers viz. instructions to Tenderers and conditions of tender, special condition and<br />

specification of contract, Description of work in schedule of items, General condition, General<br />

conditions of contract and standard specifications (followed by Work Hand Book Part 1 & 2 GCC<br />

Feb, 2001) and schedule of labour and material rates 1996 (with upto-date amendments thereto)<br />

shall also be applicable.<br />

18. The contractor shall take adequate precautions at his own cost for sale keeping of his machines,<br />

plants, materials as well as materials issued by Railway to him by Flood/Fire/Theft etc. or any<br />

other natural calamities.<br />

Full signature of Tender(s)


SCHEDULE:- Re-building of Br no.47(1x3.05m arch relieved by girder) on M/L section of<br />

DNR division<br />

SCHEDULE 'A'<br />

IT DESCRIPTION OF WORK<br />

NO.<br />

QTY. UNIT<br />

1 Manufacturing and providing sleeper cribs under the Track as per<br />

CE’s Drg.No.C-191-96/C-270-98 or as per requirement at site of<br />

approx height 165cm or as required at site to suit the local condition<br />

for providing service Girders to facilitate earth work in excavation and<br />

dismantling of existing bridge structure. The contractor shall have to<br />

maintain the sleeper cribs in good condition till completion of work.<br />

Only sleepers and Tie-bars and Tie Rods as required will be issued<br />

by the Railway free of cost. All materials which will be supplied by<br />

the Railway such as C.C crib, sleepers rail etc.will be issued either<br />

from Sr.SE/Br./DNR’s store or any other store of DNR Divn. Small<br />

fittings such as nails, nuts and bolts, washers, clamps to be supplied<br />

by the contractor at his own cost. The work to be done within a Traffic<br />

block period of 2.5 hrs.or as may be available as per instruction of<br />

Engineer at site complete in all respect.<br />

4 Each<br />

2 Providing 45’ long service Girder with the help of crane over<br />

previously made sleepers Cribs supports as per requirement and as<br />

per direction of Engineer at site. The rate shall be inclusive of all<br />

labours except these associated with crane and crane working and<br />

tools including supplying and providing small clips, nut bolts if found<br />

deficient in the service Girders,placing of Girders at required level<br />

and in proper alignment including provision of hard wood packing (as<br />

per drawing) above existing pier to support the service Girders<br />

,dismantling of existing Track and making fish plated joints, removal<br />

of ballast and formation soil to accommodate service Girders etc.<br />

under supervision of PWI/BRI/IOW complete in all respects. The<br />

work will be done within a Traffic block of about 2.5 hrs (approx) or as<br />

may be available. Only crane and service Girders will be made<br />

available by the Railway free of cost.<br />

2 Each<br />

RATE in<br />

Fig.<br />

Words<br />

3 Earth work is excavation in bridge foundation of box, piers, wing wall,<br />

return wall etc. connected with the bridge in all classes of soil (except<br />

rock requiring blasting) including dewater, bailing out of water,<br />

diversion of stream to facilitate earth work with all labour & material,<br />

tools and plants, lead, lift, all other incidental charge. The rate also<br />

includes refilling of foundation trench in layer of 30 cm watering and<br />

ramming after concreting. The extra earth should be deposited at<br />

suitable places as directed by the Engineer-in-charge at site.<br />

230 per m3<br />

4 Plain cement concrete M 15 (1:2:4) with cement, coarse sand and<br />

well graded stone chips of 20 mm nominal size cast in position duly<br />

compacted by mechanical vibrator including providing shuttering and<br />

centering of approved quality and pattern where required, curing<br />

properly removal of shuttering and staging including supply of all<br />

labours and materials except cement for which payment will be made<br />

separately, tools & plants all lead & lift complete in every respect. All<br />

material & tools & plants will conform to relevant B.I.S. specifications<br />

and work will be done as per IRC Br. code / BIS specification.<br />

20 per m3<br />

5 Plain cement concrete M-25/M-20 control conc. With cement coarse<br />

sand and well-graded stone chips of 20 mm nominal size cast in<br />

position duly compacted by mechanical vibrator including providing<br />

shuttering and centering of approved quality and patern where<br />

required, curing properly removal of shuttering and staging including<br />

supply of all labours and materials except cement for which payment<br />

will be made separately , tools & plants all lead & lift complete in<br />

every respect. All materials & tools & plants will confirm to relevant<br />

B.I.S. specifications and work will be done as per IRC Br. Code/BIS<br />

specifn<br />

18 per m3


6 Supply and spreading of 50 mm nominal size stone ballast over<br />

newly casted bridge as per specification and as directed by Engineer<br />

at site with all contractor labour and materials tools & plants, all lead<br />

& lift etc to complete the work in all respect. The work will be done<br />

during traffic block of suitable duration in conjuction with other item of<br />

the schedule.<br />

25 per m3<br />

7 Dismantling and removal of 165 mm sleeper cribs after completion of 4 Each<br />

work. All dismantled material such as C.C. cribs, sleepers ,rails etc.<br />

will be returned back to S.E(BR)/DNR store or any other store of DNR<br />

Divn. as per convenience of Rly. Department. Dismantling of crib to<br />

be done under traffic block and under supervision of PWI/IOW/BRI<br />

and as per direction of Engineer at site to complete in all respect.<br />

8 Removal of 45' long service Girder from the track with the help of<br />

crane and linking of Track over bridge/slab including putting of ballast<br />

as required and ballasting with complete Track fittings with three<br />

round packing and minimum 305mm clear ballast cushion over slab.<br />

The crane will be made available by the Railway free of cost.The rate<br />

shall be inclusive of all labours (except those associated with crane<br />

and crane working ) ,tools and plants complete in all respect. The<br />

work is to be done under traffic block of suitable duration for each<br />

Track or as may be available as per direction and under supervision<br />

of Engineer-in –Charge<br />

2 Each<br />

9 Reinforced cement concrete of grade M-30 (controlled concrete with<br />

cement, coarse sand & stone chips 20 mmnominal size cast in<br />

position duly compacted with Mechanical vibrators for walling of box<br />

bridges, raft, road, top slab, piers,parapets, face wall, wing wall,return<br />

wall , etc. curing properly, mixing of concrete mechanically as per<br />

CE's approved plan rates shall include supply of sand, coarse<br />

aggregate, concrete admixture, supply of steel centering, shuttering,<br />

staging & cutting, bending , building, fixing, tacking, Lapping, placing<br />

steel reinforcement in proper position removal of shutering and<br />

staging complete in all respect. The rates should be inclusive of all<br />

lead & lift all contractor's tools & labour & material accept cement &<br />

steel bar for which separate payment will be made building ware to<br />

be supplied by the contractor at his own cost . The work will be done<br />

and material will be supplied as per relevant I.S. Code/IRC Br. code.<br />

110 per m3<br />

10 Supplying-placing at site packing, ramming 150 mm size stone<br />

boulder as sown in CE's Drg.and as directed by the Engineer at site<br />

in excavated EW for formation of RC. Box piers, etc. rate shall<br />

include filling of sand, wateringfor proper ramming and consolidation<br />

of boulders properly leveled all contractors labour and materials ,<br />

tools & plants, all lead & lift complete in all respect<br />

50 per m3<br />

11 Supplying and fixing of PVC Pipe 3”(75mm) dia for weep holes in<br />

abutment, wing walls, parapet of bridges as per drawing or directed<br />

by Engineer with all labours and materials complete in all respects.<br />

12 Supplying and filling of sand/quarry dust in foundation of Bridges<br />

including lead lift, carting, watering and ramming as per instruction of<br />

Engineer at site complete in all respect. The work will be done under<br />

traffic block.<br />

13 Providing brick on edge flooring in cement mortar, 1:4, as per<br />

requirement and direction of Engineer at site. The rate shall be<br />

inclusive of all labours and incidental charges.<br />

14 Providing dry brick bat backing hand packed behind abutments and<br />

wingwalls etc as per requirement and direction of Engineer at site.<br />

The rate shall be inclusive of all labours and incidental charges.<br />

8 m<br />

30 per m3<br />

20 m2<br />

80 m3<br />

15 Unloading of 45' long service girder from BFR on existing track with 2 Each<br />

contractors own arrangements as per requirement and direction of<br />

Engineer.Rate shall be inclusive of all labours and incidental charges.


16 Removal of existing girders track with contractors own arrangements<br />

as per requirement and direction of Engineer at site. The rate shall<br />

be inclusive of all labours and incidental charges.<br />

Schedule "B"<br />

1 Overall Percentage above/below over the rates under DNR Division<br />

of the E. Railway Engg.Deptt. Schedule of L& M rates 1996 edition<br />

with all upto date correction slip there to for item not included in the<br />

item above of the Sch. 'A' Detail as per annexure given Below:-<br />

2 Each/<br />

Span<br />

4952 %<br />

above/below<br />

ANEEXURE (to Schedule "B")<br />

No Description of work Qty Unit Rate Amt<br />

1 Dismantling brick works (XV-6-192) 75 per m3 66.02 4952<br />

NB The quantities shown in above schedule are approximate and are a guide to give the tenderer(s) idea of quantum of work<br />

involved. The Railway reserves he right to increase/ decrease and or delete any of the quantities given above and no extra rate<br />

will be allowed on this account.<br />

SCHEDULE 'C'<br />

1 Supply of cement & reinforcing and structual steel to the site of work to the extent required by the Rly. For use in the work . Rates<br />

quoted shall include all coats, transporation, storing and all other incidental charges.<br />

a Cement OPC 43/53 grade confirming to IS 8112-1987/IS 11269 60 MT<br />

b<br />

Reinforcing steel Confirming to IS 1787-1985 to Fe415of any<br />

diameter.<br />

16 MT<br />

NOTES:<br />

1 Materials, as per requirements, shall be brought to site and kept under contractors custody at their own cost and risk, without any<br />

damage like setting of cement/rusting of steel etc.<br />

2 Payment for the materials, will be made through running and final bills, as per actual consumption in the work and shatever<br />

wastage that takes place I.e. out pieces, empty cement bags, etc. will be the contractors property and the same shall be removed<br />

from the site at his own cost.<br />

3 The materials are to be procured from the main producers/authorised dealers/authorised stock yards and shall conform to latest IS<br />

(BIS) specification.<br />

4 Cement bags preferably in papers bags should bear following information in legible marking:<br />

(I) Manufacturer's Name :<br />

(II) Regd. Trade mark of Manufacturer, if any :<br />

(iii) Type of Cement :<br />

(iv) Wt. Of each bag in KG or No, of bags/Tone:<br />

(v) Date of manufacture, generally marked as well as of the month / year of manufacture:<br />

5 Manufacturer's test certificate conforming to lates IS (RIS) specification should also be produced by Contractor:<br />

6 The Railway reserves the right to take samples of materials supplied by the contractor and to get the same tested in reputed<br />

laboratories and the results thereof shall be binding on the contractor. The testing frequency shall be decided by as Engineer- in<br />

charge as when required.<br />

Witness:<br />

1<br />

Signature of Tenderer(s)<br />

2 Date:


<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

SPECIAL CONDITIONS AND SPECIFICATIONS OF CONTRACT<br />

Tender No.B/66/Tender/24/Open/DNR/2005-06 dt. 24.10.2005<br />

1. For work done under Eastern Railway Schedule of Labour and Materials Rates, 1996 supply of<br />

materials by the Railway to Contractor shall be under the terms and conditions specified in the<br />

preface and in the introductory remarks of the various Chapters of the said schedule with<br />

identification specified in para 3 below :-<br />

2. The Contractors shall supply all materials required for the execution of the whole work and<br />

execute the work according to the standard conditions and specifications unless otherwise<br />

expressly stated in the schedule of items or in the tender papers.<br />

3. Materials to be supplied by the Railway shall be supplied to the contractor either from the store<br />

Godown of any of the Rly. Store of IOW situated at DNR or in wagon load lead near any of the<br />

said stores, and shall have to be carried from the said Stores to the site of the works by the<br />

Contractor at his own cost. Contractors shall unload materials from wagons within the free time<br />

allowed and sharfage or demurrage charges, if accrued (as per Railway traffic rules in force form<br />

time to time) shall be debited to the Contractors. The tendered rates shall include loading,<br />

unloading carriage to the site of works, leading, lifting, stacking, rehandling etc. of all materials to<br />

be supplied either by the Railway or by the Contractor in this contract for works in the schedule of<br />

items and no separate payment will be made in this respect. (This supersedes conditions of<br />

payment for lead of materials as specified in the introductory remarks in various Chapters of E.<br />

Railway labour and materials schedule, 1996).<br />

4. Any materials issued in excess of requirement shall be returned by the contractor in good<br />

condition to IOW’s Godown at DNR and no lead/or any other charges for return of such materials<br />

shall be for. If the contractor fails to return any excess cement or steel or other materials drawn by<br />

him in good condition to the said IOW’s Stores, the cost of such excess materials shall be<br />

recovered as fell<br />

i) For the quantity not exceeding 2 ½ % over the actual requirement the cost of such excess<br />

stores at issue rate if such issued rate is fixed for this contract or at the market rate prevailing at<br />

the time of issue together with all charges such as Rly. freight handling, lead, supervision and all<br />

other incidental charges leviable according to the <strong>Indian</strong> Railway Code Rules shall be recovered<br />

from the Contract.<br />

ii) For the quantity in excess of 2 ½ % of the requirement an increase of 100% will be added<br />

to the value calculated as para 4(i) above.<br />

5. The ‘Instructions to tenderers and conditions of tender’ Special conditions and specification of<br />

Contract’ and the stipulation made in the schedule of items lay down the various conditions and<br />

specifications covering the work under this contract, in addition to in part super session of<br />

General Conditions of contract and the specification (1963 edition) with upto-date amendments<br />

thereto, In all matters not expressly provided for or allowed for in the tender papers, the execution<br />

of works shall be in accordance with General conditions of contract and standard specification<br />

1969 edition with upto-date amendments thereto. Where there is any Conflict between the<br />

between the “Instructions to tenderers and condition of tender” General conditions and<br />

specification of Contract one hand and the General conditions of contract and standard<br />

specifications (1969 edition) with upto-date amendments thereto, on the other the former shall<br />

prevail.<br />

6. PROGRAMME FOR COMPLETION OF WORK:


Immediately after receipt of letter of acceptance of the tender the contractor shall mobilizes all his<br />

resources (Labour and material) and take upto the work in right earnestness. The minim. Progress<br />

to be achieved will be as follows :-<br />

i) Mobilization & jacketing : Time frame will be ___nil________ months from date of<br />

letter of acceptance.<br />

ii) Subsequently every __nil______ months, jacketing of at least __nil_________ spans will<br />

be done. If the contractor fails to adhere to the progress mentioned above, minimum<br />

Rs.______________ only per in complete span will be deducted from any amount payable to him<br />

.<br />

7. The quantities indicated against various items of the schedule items are for the purpose of<br />

tendering. Payment will be made for the quantities which will be actually executed & measured at<br />

site as per accepted rates.<br />

8. The rates quoted by the tenderer shall include washing stone chips screening chips, sand where<br />

necessary and nothing extra shall be paid on this account.<br />

9. The quoted rates pertaining to the labour & materials schedule of rates 1996 and for other items in<br />

the schedule of items of the tender shall be deemed to take into account the difficulties detention<br />

and delay in supply of Rly. materials encountered in occourse of works and nothing extra on these<br />

accounts shall be paid.<br />

10. No arrangement for supply of Petrol, Coal or any other fuel, consumable materials etc. required<br />

for the work shall be done by the Rly. and contractor shall have to make his own arrangement for<br />

same.<br />

11. The contractors has to make his own arrangement at his own cost to supply water suitable for the<br />

execution of different works as well as for the drinking purpose of the staff and labour at site. Rly.<br />

shall under-take no responsibility what so-ever for arranging water for any purpose for execution<br />

of work.<br />

12. All materials to be supplied by the contractor shall be subject to prior inspection & approval at<br />

site by the Engr. Or his representative. Contractor’s materials which for any reasons have be<br />

ordered by the Engineer or his representative to be removed from site must be removed by the<br />

contractor within 7 days of receipt of the order failing which the Rly. Admn. shall be at liberty to<br />

remove the materials and/or dispose of these material at their discretion in and manner as may<br />

think fit and expenses incurred in connection shall be recovered from dues of the contractor. The<br />

contractor shall in no case be entitled to any compensation for this. If necessary, Engineer or any<br />

of his representative must be freely allowed to inspect the materials in the contractor’s<br />

godown/site.<br />

12.A. The contractor will be permitted to start the work only after he has brought the requisite<br />

machineries in working condition, especially concrete placer with supporting equipments.<br />

Vibrators, weight batcher with self loading hoppers in addition to other equipments as site, his<br />

failure to mobiles these equipments within one month of the issue of acceptance latter may render<br />

him liable for termination of contract. The Railway Administration may in such an event,<br />

complete the work at his risk and cost.<br />

13. If necessary, Engineer or any of his representative must be freely allowed to inspect the materials<br />

in the contractor’s Go down/site.<br />

14. The Railway administration reserves the right that if necessary certain items of works as provided<br />

in the agreement may be deleted altogether and may be done by any other suitable means as may<br />

be decided by the Engineer for which no claim whatsoever will be entertained from the<br />

contractor.


15. The contractor shall at his own expense clean the site of work and provide all necessary Labour,<br />

pegs, stringe etc. to enable the Engineer or his representative to check all set-outs and the<br />

contractors shall correct errors at his own expense.<br />

16. The acceptance of the tender does not entitle the Contractor for any compensation in case the<br />

work is not done even after the execution of the agreement.<br />

17. Time is the essence of the contract and the work shall be completed within the stipulated time<br />

embodied in the Agreement.<br />

18. The Railway reserves the right to make any change in quantities given in the schedule of items,<br />

delete any item or items of works reduce or increase the quantities and get these works done by<br />

any other agreement at their own discretion without obtaining the prior entertained from the<br />

contractor.<br />

19. The rates quoted in the schedule of items shall be inclusive of bailing out of pumping out water<br />

(i.e. percolation or any subsoil, canal or stream water) coming from sub-soil or outside and no<br />

extra payment shall be made on this account under any circumstances.<br />

20. Where vehicles are permitted to ply adjacent to the Railway lines an experienced Gang man<br />

would be posted by the Railway as Flagman at the cost of the contractor to prevent accidents, and<br />

the amount towards the salary of the flagman shall be recovered from the Contractors bills.<br />

21. The Railway Administration shall not be responsible for any loss or damage to the contractor’s<br />

materials, equipments, tools and plant due to fire, floods or any other cause or causes whatsoever.<br />

22. PART RECOVERY OF THE INCOME TAX :<br />

In-come tax @ 2% of the gross amount shall be recovered from all bills of the contractor in terms<br />

of section 194(c) of the Income Tax Act, 1961 as introduced through the Finance Act, 1972.<br />

23. TOOLS AND PLANTS :<br />

It shall be clearly understood that it is entirely the contractor’s responsibility and liability to find,<br />

procure and use all machineries, tools and plant and their spare parts that are required for efficient<br />

and methodical execution of the work. Delay in procurement of such items due to their nonavailability<br />

of import difficulties or any other cause whatsoever, shall not be take as execuse for<br />

slow or non performance of work.<br />

24. While transporting and storing cement, the Contractor shall guard against loss due to any cause<br />

whatsoever as well as against cement becoming damp or wet due to moisture. The Contractor<br />

shall be responsible for the storing cement at the site of work according to standard conditions and<br />

specifications.<br />

25. The empty cement bags made of jute/polythene, if not requires by the Railway, should be retained<br />

by the Contractor for disposed preferably to the authorised bag collecting Agents and a sum of<br />

Rs.2 (Two) per gunny bag shall be recovered from the contractor’s bills on this account, towards<br />

the cost of each gunny bag.<br />

26. If cement be issued in paper bags (as in the case of import cement), the paper bags shall be<br />

retained by the Contractor for disposal in his own way and no recovery shall be made from his<br />

bills on this account.<br />

27. Railway materials will be issued commensurate with the progress of work.<br />

28. Service Roads, where required, the contractor shall provide the same at his own cost with the<br />

prior permission of the Engineer or the appropriate authority or the private parties as the case may<br />

be, Maintenance of these service road, shall be the responsibility of the Contractor and shall be<br />

done at his own expenses. The Railway, however, reserve the right to make use of these additional<br />

service roads, as and when necessary, without any payment to the Contractor.<br />

29. Bihar Sales Tax :


In respect of works executed in Bihar sale Tax @ 2% of Gross amount of each bill will be<br />

recovered from all bills of the Contractor in terms of Section 25-A of Govt. of Bihar Finance Act.<br />

1981.<br />

30. Quality Assurance :<br />

(i) The Contractor shall supply all materials and execute all works according to the specifications<br />

and drawings pertaining to the work, both in respect of structural strength and finish in addition to<br />

complying with provisions of GCC.<br />

(ii) In case a Contractor executes a work which is below the specified structural strength, the work<br />

shall be dismantled and re-executed at contractor’s cost.<br />

(iii) Contractor shall make 6(six) cubes per specified in IS:186-1978 for the __________ quantity<br />

of each day’s work for testing the strength of concrete 3 Cubes shall be tested after 7 days and 3<br />

cubes shall be tested after 28 days. The testing of cubes shall be done in approved laboratory or<br />

Railway own laboratory. The cost of making cubes and curing and transportation from site of<br />

work to laboratory shall be borne by contractor. However, the cost of cement required for making<br />

those cubes as well as for testing shall be met by Railway.<br />

31. WORKMEN OF THE CONTRACTOR.<br />

(i) It would be appreciated by the Contractor that there are a number of areas of work where no<br />

amount of supervision by Railway may be possible, but only adequate competence of the<br />

workmen can ensure proper quality of work.<br />

(ii) The contractor shall, therefore, engage workmen having adequate competence and experience<br />

for doing the work at site.<br />

(iii) In case the Engineer at site finds that any of the workmen of contractor is not competent and<br />

is inexperienced and is respeatedly executing work of defective quality, he may order the<br />

Contractor to remove such worker from site of work and to replace him by another suitable<br />

worker from site of work and to replace him by another suitable worker. The contractor shall be<br />

bound the remove such a workmen/from site and to replace him suitable without any claim and/or<br />

delay.<br />

32. ENGAGEMENT OF ENGINEERING GRADUATES/DIPLOMA HOLDERS.<br />

The contractor shall be required to employ such unemployed Civil Engineering<br />

Graduates/Diploma Holders according to the ration specified below :-<br />

Contract value No. of Engineers/Diploma<br />

Duration<br />

Holders to be employed<br />

Rs.10 lakhs and above. 2 Engineering Degree holders. Duration of the const. till the<br />

completion of the work.<br />

2 Engineering Diploma holders.<br />

Fresh Civil Engineering Graduate/Diploma holders without any experience of any kind shall be<br />

taken under training , by the Contractors on stipend basis at the rate of not less than Rs._______<br />

or Rs. _____________ per months till the completion of the work.<br />

The Contractor shall give a declaration along with his tender to the effect that the Graduate<br />

Engineers/Diploma holders shall be employ by him under the particular work for which tender is<br />

submitted in accordance with the rates and ratio as specified above and that none of them is/will<br />

be related to him (contractor) failing which the tender may be disqualified. In case of wrong<br />

information having been given by the contractor which comes to light subsequently, the contract<br />

may rescinded and action taken in accordance with the Clause 61 of General condition of<br />

contract, 1969 binding on the contractor.


33. MAINTENANCE PERIOD :<br />

The maintenance period for the work shall be (7) seveen months reckoned from the date of<br />

completion of the work as per the contract to the satisfaction of the Engineer and his certification<br />

as such During the maintenance period, the contractor shall red fully liable and responsible as<br />

detailed in Clause 47 of the General conditions of contract and standard specification 1969 (with<br />

upto date amendments there to) of the Engineering Deptt. of Eastern Railway.<br />

34. Materials to be supplied by the contractor shall conforming the General conditions of contract and<br />

standard specifications (followed by Work hand Book Part I & 2 GCC Feb, 2001) of the<br />

Engineering Dtptt. Of Eastern Railway as well as to the various stipulation in these tender papers.<br />

If called upon to do so, the contractor shall state the act source of supply of any materials to be<br />

supplied by him and submit samples of sand, stone chips, bricks, boulder, ballast etc. for approved<br />

of the Engineer or his representative.<br />

35. The tenderers shall submit their own rates in the schedule of items except against the items to be<br />

covered under the Eastern Railway Engg. Deptt. schedule of Labour and materials rates, 1996<br />

(with upto date amendments thereto). For the items in the schedule of items to be covered under<br />

the Eastern Railway Engg. Deptt. schedule of Labour & materials rates 1996 (with upto date<br />

amendments thereto) the tenderers shall quote a percentage rate above or below the said schedule<br />

of labour and material rates, 1996.<br />

36. The rates quoted in the schedule of items, shall include all lead, lift, transport/carrying, loading,<br />

unloading, handling, re-handling crossing of tracks obstructions observing traffic regulations etc.<br />

for the materials to be supplied by the Railway free of cost from IOW store at _______________<br />

etc. for the items of work in the schedule of items and shall include transporting of the said<br />

materials by the contractor to the site of work at his own cost and no separate payment shall made<br />

on these accounts.<br />

37. Subject to as otherwise provided in this contract, all notices to be given on behalf of the President<br />

of India and all other action to be taken on his behalf, may be given or taken behalf by Engineer<br />

or his representative.<br />

38. The rates quoted by the contractor in the schedule of items for reinforced cement concrete and<br />

plain concrete works shall incl. Preparation and mixing of concrete in power driven concrete<br />

mixer transporting and placing the mixed concrete to the location of work placement of concrete<br />

in the arch portion of the bridge using mechanical concrete placer, compaction of concrete by<br />

needle, vibrations, cutting, bending, binding, tying and placing of steel reinforcement including<br />

straightening of bent rods, if any, prior to binding, tem plating and shall include scaffolding,<br />

shoring, centering and shuttering, erection and dismantling, curing of concrete complete, all<br />

labour and materials tools and plant, all lead and lift and nothing extra will be paid on these<br />

accounts. The shoring, centering and shuttering shall be subject to approval by the Engineer<br />

before the concrete is placed.<br />

39. The provision of contract labour (Regulation & Abolition) Act. 1970 and contract labour<br />

(Regulation & Abolition) Central Rule 1971 with all its additions, alteration and amendments as<br />

may be made from time shall be fully binding on the contractors and shall become part of this<br />

contract. The violation of any of the statutory provision of the said act and Rule shall be treated as<br />

break best essential and substantial terms and conditions of the contract and with the result the<br />

contract may abrogated forthwith at the initiated of the Rly. administration. The contractor besides<br />

his other liabilities shall also be bound and liable to the Railway Administration (Principal<br />

employer) being the parties to he contract to pay and/or compensate for the expense which the<br />

Rly. his to incur to fulfill the terms and Rule because of failure on the part of the contractor to<br />

fulfill these terms and condition and/or provision of the said Act and Rules and Rly.


Administration (principal employer) one of the parties to he contract shall be at liberty to deduct<br />

the amount as may be a scertained in the manner as provided for in the Act and Rule or otherwise<br />

at his discretion.<br />

40. Completion of work in time :<br />

Time is the essence of the contract. The time for completion of the work as stipulated in the tender<br />

form and in para 20 of the Instruction to Tenderers and condition of tender shall be deemed to be<br />

the essence of the contract and the work shall be complete in all respects within the said<br />

completion time i.e. within Six__ months to be reckoned form the date of issue of letter of<br />

acceptance excluding the period when the work is suspended due to rains and the site conditions<br />

do not permit the work to be done due to such rains, such period to be decided by the Engineer.<br />

41. Insurance:<br />

The tenderer shall be responsible for all damages and injury caused by their work or workmen to<br />

persons, animal or things or to the work of other trades and he shall effect any insurance<br />

necessary and hold the <strong>Railways</strong> free form all responsibilities in this respect. The insurance must<br />

be jointly in the name of the tenderer and the Eastern Railway and the policy lodged with the<br />

Engineer. The tender is liable to bear expenses arising out of/from any such injury to persons or<br />

property as aforesaid and also of any award of any award of compensate or damage resulting from<br />

any such claim.<br />

42. Binding wire required for tying and binding reinforcement reinforced cement concrete work shall<br />

not be supplied by the Railway and shall be arranged by the Contractor at his own cost.<br />

43. Drawings :<br />

The work as per this contract shall be carried out as per CE’s Drg. No.<br />

C-414-2002 .<br />

44. The tenderer shall be responsible for close scouting of the drawings mentioned in the para 1 above<br />

for any discrepancy, errors or omissions in the said drawing or of other particulars indicated<br />

therein and shall approach the Railway immediately for rectification of such discrepancies, errors<br />

and omissions.<br />

45. Inspections :<br />

The Engineer or his authorised representative shall have free access to the work of contractor at<br />

all reasonable times and shall be at liberty to inspect the process of work at any such time and to<br />

reject in whole or part, any work or material that does not confirm to the specifications and may<br />

order the same to be removed, replaced or altered at the expense of the contractor. The contractor<br />

shall make available free of cost all facilities, tools, gauges, equipments for satisfactorily carrying<br />

out such inspection.<br />

46. Water required for the work and also for drinking purposes, shall be arranged by the contractor<br />

from his own sources and at his own cost. Water used for cement concrete/reinforced cement<br />

concrete and all sorts of concrete work, shall conform to the standard specifications of E. Railway<br />

and the <strong>Indian</strong> Railway Concrete Bridge Code. Railway may at its discretion take samples of<br />

water used by the contractor for the work and have it tested at an approved laboratory at<br />

Contractor’s cost and nothing extra shall be payable on this account.<br />

47. Railway land as existing and as sparable, will be made available to the contractor free of charge<br />

for building their store Godown, camp office etc. The contractors shall make their ground or<br />

developing the land as required.<br />

48. The tenderers are required to inspect the site and carry out careful examination carefully nothing<br />

all the existing structures and the various protection arrangements required. The Bridge No.<br />

_________ which is the subject of this work, is under temporary restriction at present with<br />

various rail struts and they cannot be taken away altogether for permitting the work as per this


contract. The work has to be executed carefully so that only the barest minimum number of struts<br />

are removed to permit the work as per this contract to be executed. During the work, the safety of<br />

the track and the Railway traffic should in no case be endangered. Besides, there is a canal<br />

following through the bridge and the canal stream will have to be diverted more than once to<br />

permit the work for various spans of the arches. Flooring, drop wall etc. to be executed. The rates<br />

quoted by the tenderers must cover all such charges.<br />

49. Damage to Adjacent properties/works :<br />

The contractor shall be held responsible for any damage of Railway public property including<br />

telephone line, cable etc. Which may be caused by any of his action in connection with or in the<br />

execution of the work.<br />

50. Setting out of the work :<br />

The contractor shall arrange without any additional charge a requisite number of men with all the<br />

equipments and materials as necessary for the purpose of setting out of the works. Similar<br />

arrangement shall have to be made by him at the time of measuring the work whenever required<br />

and also at the time of any examination of the work required to be carried out by the Engineer-incharge<br />

of the work.<br />

51. Location and Level :<br />

The contractor shall be responsible for correct location, level and alignment according to the<br />

approved drawing not with-standing that the Engineer-in-charge or his authorised representative<br />

shall have periodically checked the same.<br />

52. NIGHT WORK :<br />

The Contractor shall have to carryout with the work during the night if considered essential to<br />

maintain the progress of the work and his quoted rates shall be inclusive of any additional expdtr.<br />

Involved in the working at night. Such work shall however, not be done without the written<br />

permission of the Engineer-in-charge. Lighting arrangement shall be made by the contractor at his<br />

own cost.<br />

53. The Contractor shall provide all plants and machinery with crew i.e. Drivers, Cleaners and<br />

necessary consumable store like Coal, fuel, Oil, lubricating oils for Engine and provide adequate<br />

number of transport vehicles for bringing materials at site. They should under-take all temporary<br />

works required for carrying out the work. The tenderer shall submit a list of tools and plants in<br />

their possession for carrying out the work.<br />

54. Shoring on all sides of foundation trench shall have to be adopted at contractor’s cost where<br />

necessary and as directed by the Engineer to retain earth.<br />

55. The contractor shall prove all appliances, efficient and sufficient staff and labour for setting out<br />

and shall set out the works and every part thereof & shall be responsible for the accuracy of the<br />

lines, levels & dimensions of the works in accordance with the drawings further drawings,<br />

directions or instructions issued at any time to him and every facility shall be given to the<br />

Engineer and all persons duly deputed or authorised by him in writing for checking the same. The<br />

Contractor shall also allow or amend any error in the dimensions, lines or levels to the satisfaction<br />

of the Engineer or his authorised representative without claiming any compensation for the same.<br />

56. If the contractor enters on land not belonging to or held by the Rly. administration for collection<br />

or quarrying of materials or any other purpose what-so ever, he shall make his own arrangements<br />

with the owner or owners of such land, with regard to and shall be solely/personally liable for the<br />

payment of any purchase price and/or royalities and/or compensation for surface damage, and the<br />

Railway Administration shall in no circumstance be/urport to be made party to any such<br />

arrangement or be liable for any such payment and/or compensation.


57. The concrete work shall be done in accordance with <strong>Indian</strong> Rly. standard code of practice for<br />

plain, Reinforced and Prestrassed concrete for general bridge construction (Concrete Bridge<br />

Code).<br />

58. BLOCK REQUIRED:<br />

The contractor shall specify the requirement of temporary block required for the work. Temporary<br />

blocks shall be arranged by the Engineer-in-charge of the work for the minimum period as suits<br />

the operating Deptt. of the Railway.<br />

59. The Contractor shall keep sufficient stand-by equipment like mixer, vibrator etc. for concrete<br />

work so that concreting is not effect by break-down of tools/plants.<br />

60. Weep holes shall be kept in wing wall and abutment of bridges by placing thick gauge 40mm dia.<br />

PVC pipe in the concrete before casting at spacing in elevation as decided by engineer. No<br />

deductions in volume of concrete will be made. No payment shall be made towards cost of labour<br />

& materials for placement of pipes used for weep holes.<br />

61. ELECTRICITY :<br />

The Contractor shall make his own arrangement for electricity required for running the plant and<br />

machinery, and if illumination or for any other purposes whatsoever for execution of the work, at<br />

his own cost. The Railway shall recommend his application to the State Electricity Board<br />

Authorities and render necessary assistance as possible, but Railway shall not at all be responsible<br />

for ensuring such supply of electricity.<br />

62. All concrete should be compacted by vibration except where concrete is placed adjacent to started<br />

soil in which case the compaction of concrete should be done by proper ramming.<br />

63. On the surface of finished re-inforced cement concrete, or plain concrete, no cement plaster shall<br />

be permitted.<br />

64. If during the course of execution of work the contractor has to do any unforeseen items of work<br />

not covered in the schedule of labour and materials rates 1996 and rate analysis based on the<br />

Eastern Railway schedule of labour & material rates 1996 with the accepted percentage<br />

increase/decrease in the contract will be worked out. However, the Contractor is bound to accept<br />

the rates as finally decided by the Chief Engineer/Chief Bridge Engineer, E. Rly; Kolkata.<br />

65. Works test cubes for reinforced cement concrete/plain concrete work shall be taken and tested in<br />

accordance with General conditions of contract and standard specifications (Flowed by Work<br />

Hand Book Part I & 2 GCC Feb, 2001) with upto-date amendment thereto at Contractor’s own<br />

cost & nothing extra shall be paid on this account.<br />

Contractor shall make concrete cubes as specified in IS:456-1978 for the per _________ quantity<br />

of each days work for testing the strength of concrete. 3 Cubes shall be tested after 7 days and 3<br />

cubes shall be tested after 28 days. The testing of cubes shall be done in approved laboratory or<br />

Railway’s own laboratory. The cost of making cubes and curing and transportation from site of<br />

work to laboratory shall be done by contractor. However, the cost of cement, required for making<br />

these cubes as well as for testing cubes shall be met by Rly.<br />

66. TENDERER(S) RELATIVE EMPLOYED AS GAZETTED OFFICER:<br />

In case of a tenderer(s) being an individual having a relative(s) employed in any Gazzetted<br />

capacity in the Eastern Railway or in the case of partnership firm/or company incorporated under<br />

the <strong>Indian</strong> Company Law, should any partner(s)/Director(s) or relative(s) of the<br />

Partner(s)/Director(s) or share share holder(s) be employed in any Gazzetted capacity in the<br />

Eastern Railway, detailed information about such Gazzetted employee(s) shall also be furnished<br />

in the aforesaid Annexure – I.<br />

67. TESTOMONIALS :<br />

67.1 In order to establish the capability of the tenderer(s) to under-take and tackle the work under this<br />

tender, the tenderer(s) should submit, along with the tender, the particulars of all the works


awarded or taken up by him for execution, during the five years proceeding the date of opening of<br />

this tender irrespective of whether the same have been completed or are still continuing or were<br />

terminated, in the proforma enclosed as Annexure-II to this Chapter, in absence of which, the Rly.<br />

administration reserves the right to treat the tenderer(s) as having no capability/credentials and/or<br />

in case of tenderer(s) who have worked in the Railway, the aforesaid date may be complied in the<br />

aforesaid proforma by the Railway themselves on the basis of records available and the<br />

tenderer(s) shall have no right to question the corrections or completeness of such date.<br />

67.2 The figures of costing indicated in the proforma at Annexure-II will not include the cost of<br />

materials supplied free of cost by the client to the Contractor.<br />

67.3. The said proforma should be filled up by the Tenderer in respect of all the works done by him,<br />

whether for the <strong>Railways</strong> or for any other client.<br />

67.4 The tenderer shall submit photo copies of certificates and testimonials from the<br />

Clients/Departments to establish are correctness of the date given by him n the aforesaid<br />

proforma, as also certificate certifying satisfactory performance and completion of works. The<br />

Railway reserves the right to verify the correctness of such data in whatever manner they consider<br />

fit and appropriate.<br />

67.5 The tenderer(s) shall also enclose Bank certificate showing the financial stability to under-take<br />

work of such magnitude as is covered by this tender, without which the Rly. administration<br />

reserves the right to treat the tenderer(s0 as having no financial capability to handle this work.<br />

67.6 The tenderer(s) shall also submit a list of Court cases filed against/or Arbitrations in progress or<br />

demanded by him from the Rly. or other client, during the five years proceeding the date of<br />

opening of this tender in Annexure-III of these tender documents. In the event of the tenderer not<br />

given this information, the Rly. shall compile such data in the said format from available records<br />

and the tenderer(s) shall have no right to question the correctness or completeness of such data.<br />

68. LIST OF EQUIPMENTS/TOOLS, TECHNICAL PERSONNELS :<br />

The tenderer(s) shall submit list of equipment/tools with him and the list of technical personnel’s<br />

in proforma given in Annexure IV and V of this chapter.<br />

The tenderer(s) without this information may be treated as if the tenderer(s) has no Organizations<br />

and/or no equipment.<br />

NOTE:<br />

TENDER NOT ACCOMPANIED WITH THE ANNEXURE-I, II, III, IV & V DULLY FILLED<br />

AND SIGNED BY THE CONTRACTOR IS LIABLE TO BE REJECTED.<br />

Full Signature of Tenderer(s).


East Central Railway<br />

Danapur Division<br />

Additional special conditions for Bridgework<br />

1. The Tender are required to inspect the site and carry out careful examination so as to satisfy<br />

themselves as to the nature of the work involved and facilities available at site. The should also<br />

note carefully all the existing structures and those under construction through other agency, if<br />

thereby and should take adequate protection of all such structure, including Railway Track during<br />

course of execution of work under this contract. The rate quoted by the tenderers and accepted by<br />

the Railway must cover all such charges. Contractor will also make arrangement for approach<br />

road for transporting of construction equipment/material either through government or private<br />

land at his own cost including compensation to private landowner etc.<br />

2. Railway land as existing and as sparable will be made available to the contractor Free of charge<br />

for building their stores godown, camp office, Girder yard etc. The Contractor shall make their<br />

own arrangement at their cost for leveling and dressing the ground or developing the land.<br />

3. WATER: Water requires for the work and also for drinking purpose should be arranged by the<br />

contractor from his own source and at his cost.<br />

4. ELECTRICITY: The contractor shall make his own arrangement for Electricity required for<br />

running machinery and illumination at his own cost.<br />

5. COORDINATION BETWEEN CONTRACTORS: The other work for the bridge may be done<br />

simultaneously by other agency of State Govt./Central Govt./Railway, through separate contracts.<br />

The contractor should plan his work in such manner that the works of other contract should not<br />

hamper in any way, rather he should co-ordinate with programmes in consultation with the<br />

Engineer-in-Charge of the work, so that the work of this contract as a whole is completed within<br />

the target fixed.<br />

In case of any conflict between the two contractors in respect of working Facilities at site, the<br />

decision of the Engineer-in-Charge of the work shall be final and binding on both the Contractors.<br />

6. DAMAGE TO ADJACENT PROPERTIES/WORKS:<br />

The contractor shall be held responsible for any damage of Railway/Public Property including<br />

telephone line, cable etc. which may be caused by any of his action in connection with or in the<br />

execution of the work.<br />

7. SETTING OUT OF THE WORK:<br />

The contractor shall arrange without any additional charge requisite number of men/skilled<br />

staff/Engineer with all the equipments and materials as necessary for the purpose or setting out of<br />

the works. Similar arrangement will have to be made by him at that the time of measuring the<br />

work whenever required and also at the time of any examination of the work required to be<br />

carried out by the Engineer-in-Charge of the work.<br />

8. LOCATIONS AND LEVEL:<br />

The contractor shall be responsible for correct location, level and alignment According to the<br />

approved drawing not with standing that the Engineer-in-Charge Or his authorized representative<br />

shall have periodically checked the same.<br />

9. SUPERVISION OF WORK:<br />

Engineer-in-Charge may order the contractor to suspend any work for any Reason whatsoever and<br />

no compensation for such suspension of work shall be payable to the contractor. However, the


Railway Administration on written application may sanction the additional time of completion of<br />

the work to that extent to the contractor.<br />

10. NIGHT WORK:<br />

The contractor shall have to carry on with the work during night if considered essential to<br />

maintain the progress of the work and his quoted rated should be inclusive of any additional<br />

expenditure involved in the working at night. Such work should, however not be done without the<br />

written permission of the Engineer-in-Charge the contractor at his cost should make lighting<br />

arrangement.<br />

11. The contractor must provide all plant and machinery with crew i.e. Driver Cleaners and necessary<br />

consumable store lime, coal, fuel oil, lubricating oils for Engine and provide adequate number of<br />

transport vehicle for bringing materials at site. The tenders should submit a list of tools and plant<br />

in their possession for carrying out the work.<br />

12. Shoring on all sides of foundation trench will have to be adopted where Necessary and as directed<br />

by the Engineers to retain earth, at Contractors cost.<br />

13. The work involved in head and/or truck leading of materials and crossing Tracks for which no<br />

extra payment will be made. The rates quoted should cover all such expenditure.<br />

14. For unforeseen item of work for construction if required to be done, payment will be made by<br />

Rly. schedule of Rates 1987/1999 percentage above Schedule of Rate 1987, the rate for such work<br />

will be arrived at by analysis based on labour and materials rate provided in the Schedule of Rates<br />

1987, 1996 added by percentage quoted by the tenderer in the Schedule ‘B’. If no such analysis is<br />

possible from schedule of rates, the analysis will be made from prevailing market rates with 12%<br />

contractor’s overhead and profit.<br />

15. The contractor shall provide all appliances, efficient and sufficient staff and labour for setting out<br />

and shall set out the works and every part thereof and shall be responsible for the accuracy of the<br />

lines, levels and dimensions of the work in accordance with the drawings, further drawings,<br />

directives or instructions issued at any time to him and every facility shall be given to the<br />

Engineer and all persons duly deputed or authorized by him in writing for checking the same. The<br />

contractor shall also allow or amend any error in the dimensions, lines or levels to the satisfaction<br />

of the Engineer or his authorised representative without claiming any compensation for the same.<br />

16. The contractor shall make his own arrangement on his own sole account for procuring all<br />

materials to be used on works under this agreement with the Railway administration. The rates<br />

quoted by him, against the schedule of items, should be entirely inclusive so as to cover any<br />

purchase price and/or royalties and/or compensation for surface damage paid or payable by the<br />

contractor to land owners, mining authority etc. and all other charges incurred by him whatsoever<br />

including all lead, lift etc.<br />

17. If the contractor enters on land not belonging to or held by the Railway administration for<br />

collection or quarrying of materials or any other purpose whatsoever he shall make regard to, and<br />

shall be solely/personally liable for the payment of any purchase price and or/royalties and/or<br />

compensation for surface damage, and the Railway Administration shall in no circumstances be<br />

support to be made party to any such arrangements and be liable for any such payment an/or<br />

compensation.<br />

18. The contractor will not be entitled to any compensation for any delay for execution of the work<br />

arising from delay from the Railway Administration side. The delay so caused will be assessed<br />

and accepted by the Engineer and the contractor immediately for determining any extension of the<br />

time required to complete the work which purpose only accepted period of delay will be taken<br />

into consideration. If the matter is not brought be to the notice of the Engineer immediately such


delay occurs consideration for extension of time will be made later no. The contractor must accept<br />

as final and binding the decision of the Divisional Engineer-in-Charge of the work.<br />

19. QUALITY CONTROL:<br />

19.1 No cement plaster will be permitted on C.C./R.C.C. work. Token penalty up to 5% of the accepted<br />

rates may be imposed on account of bad surface/work man ship.<br />

19.2 To ensure that the concrete used for the work is exactly as per the approved designs, it is<br />

necessary for the contractor to has a small field laboratory with complete equipment at the site of<br />

work, which will enable carrying out of standard test for the quality of water, sand, aggregate etc.<br />

The rate should also provide for equipment for casting, curing and testing of sufficient number of<br />

6” cubes. Testing of the cubes should be done at site or any other approved Government Testing<br />

Laboratory as and when necessary.<br />

19.3 Periodical testing of water may also be get done through approved Government Testing<br />

Laboratory if asked for by Engineer-in-Charge.<br />

19.4 Contractor’s laboratory shall remain accessible to any other representative of the Railway<br />

Administration, Engineer-in-Charge will depute his supervisory staff to supervise the work in the<br />

Field Laboratory.<br />

19.5 Contractor will also supply one P.C. with all latest attachment for monitoring of this work and<br />

one vehicle with driver and fuel etc for inspection of site work to Rly. free of cost during contract<br />

period.<br />

19.6 The concrete work shall be done in accordance with <strong>Indian</strong> Railway standard code of practice for<br />

plain reinforced and pre stress concrete for general bridge construction (concrete bridge<br />

code)/IS.456.2000. or any other relevant BIS codes.<br />

19.7 All concrete items will be measured without any reduction for the volume of reinforcements and<br />

steel structures.<br />

19.8 The contractor shall keep sufficient stand by equipment like cone. Mixer, vibrators etc. so that<br />

concreting is not affected by break down of tool & plants.<br />

19.9 Contractor with prior approval of engineer in charge may use admixture.<br />

19.10 All relevant code will be made available at field laboratory by contractor at his own cost.<br />

20. Contractor will remove all spoil material/earth etc and clear the site as per direction of engineer in<br />

charge.<br />

21. The contractor shall bring necessary equipment for earthwork, concreting, piling, and fabrication<br />

of steel as the case may be to his site office and get it examined by engineer in charge for its<br />

adequacy and suitability before the site is handed over to the contractor for commencement of the<br />

work.<br />

Full Signature of Tenderer(s)


DECLARATION REGARDING ASSOCIATION OF <strong>RAILWAY</strong> OFFICER(S) WITH TENDERER(S)<br />

33 of 38<br />

ANNEXURE-I<br />

Sl. No. Name Status with<br />

the<br />

tenderer<br />

If working in Rly. on<br />

the dt. of tendering<br />

designation & place of<br />

posting.<br />

Date of<br />

retirement.<br />

If retired on the date of tendering<br />

Status at<br />

retirement<br />

Particulars of per<br />

taken for associate<br />

with the tenderer


34 of 38<br />

ANNEXURE-II<br />

DETAIL OF WORK AWARDED TO THE FIRM DURING LAST FIVE YEARS.<br />

Sl.<br />

No.<br />

1<br />

Name of work<br />

taken up during<br />

last five years.<br />

2<br />

Nature of<br />

work. Brief<br />

Description<br />

3<br />

Name &<br />

address of<br />

the<br />

Client/Deptt.<br />

4<br />

Contract<br />

value in<br />

lakhs of<br />

rupees.<br />

5<br />

Date of<br />

Award of<br />

contract<br />

6<br />

Scheduled<br />

date of<br />

completion<br />

7<br />

Actual dt. of<br />

completion<br />

with brief<br />

reason for<br />

delay, if any.<br />

8<br />

Whether the<br />

work was<br />

completed is<br />

continue or<br />

terminal<br />

9<br />

Whether any specified<br />

agencies/other contractor were<br />

employed by the tenderer and if<br />

so, what for.<br />

10<br />

Net payment read. During the financial year<br />

against each of the contract in the last five years.<br />

This Next Next Next Next Next year<br />

year Year Year Year<br />

11<br />

Current commitment on work<br />

This year Net year Net year Next Year<br />

12<br />

NOTE<br />

Please attach separate sheet for giving this information.


35 of 38<br />

ANNEXURE-III<br />

LIST OF ARBITRATION CASES DURING LAST 5 YEARS.<br />

Sl.<br />

No.<br />

Name of work<br />

Value of<br />

works.<br />

Name of<br />

Client/Deptt.<br />

Amount and<br />

dt. of claim<br />

preferred.<br />

Claim of<br />

Deptt. if any.<br />

Brief reasons<br />

of disputes.<br />

Final/present<br />

position of the<br />

case.<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

LIST OF COURT CASE DURING LAST FIVE (5) YEARS<br />

Sl.<br />

No.<br />

1<br />

Name of work.<br />

2<br />

Value of<br />

work.<br />

3<br />

Name of<br />

Client/De<br />

ptt.<br />

4<br />

Name of<br />

the<br />

Court.<br />

5<br />

Dt. of<br />

institution of<br />

case.<br />

6<br />

Relief sought<br />

from Court.<br />

7<br />

Brief<br />

reason of<br />

dispute.<br />

8<br />

Final/present<br />

position of the<br />

case.<br />

9<br />

NOTE: Please attach separate sheet.


36 of 38<br />

DETAILS OF EQUIPMENTS<br />

ANNEXURE – IV<br />

Sl.<br />

No.<br />

1<br />

Description of<br />

Equipments.<br />

2<br />

Number<br />

available.<br />

3<br />

Date of<br />

purchase.<br />

4<br />

Date of<br />

manufacture.<br />

5<br />

Make.<br />

6<br />

How driven (i.e.)<br />

Petrol/ Diesel /<br />

Electric.<br />

7<br />

Condition<br />

of the<br />

equipment.<br />

8<br />

Where equipment<br />

can be inspected.<br />

9


37 of 38<br />

DETAILS OF TECHNICAL PERSONNEL<br />

ANNEXURE-V<br />

Sl.<br />

No.<br />

Name.<br />

Age.<br />

Technical<br />

Qualification.<br />

Position with<br />

the tenderer.<br />

Commencement of<br />

present employment.<br />

Total experience.<br />

Emoluments.<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8


THE TENDERER SHOULD SUBMIT THE FOLLOWING DOCUMENTS SHOULD BE<br />

SPECIFIED FOR SUBMISSION ALONG WITH TENDER<br />

(a)<br />

(b)<br />

(c)<br />

(d)<br />

List of Personnel, Organization, available on hand and proposed to be engaged for the subject<br />

work.<br />

List of Plant & Machinery available on hand (own) and proposed to be inducted (own and<br />

hired to be given separately) for the subject work.<br />

List of works completed in the last three financial years giving description of work,<br />

organization for whom executed, approximate value of contract at the time of award, date of<br />

award and date of scheduled completion of work. Date of actual start, actual completion and<br />

final value of contract should also be given.<br />

List of works on hand indicating description of work, contract value, approximate value of<br />

balance work yet to be done and date of award.<br />

NOTE:<br />

1. In case of items © and (d) above, supportive documents / certificates from the Organization<br />

with whom they worked / are working should be enclosed.<br />

2. Certificates from Private individuals for whom such works are executed / being executed<br />

should not be accepted.<br />

** Please attach separate sheet for giving this information.<br />

Full signature of Tenderer(s)

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!