28.01.2014 Views

EAST CENTRAL RAILWAY - Indian Railways

EAST CENTRAL RAILWAY - Indian Railways

EAST CENTRAL RAILWAY - Indian Railways

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

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

TENDER NOTICE No. W.584/2005-06/Open/06 : : Dhanbad, dt 20-7-2005<br />

Sealed Open Tender are invited for the under mentioned work :<br />

Sl.<br />

Approx. Cost.. Date of<br />

No. Name of work<br />

completion<br />

1. Kusunda:-Installation of 5000 GPH<br />

pressure filter at Kusunda under<br />

Asstt. Engineer (Spl)/E.C. Railway,<br />

Dhanbad.<br />

2. Dhanbad- Provision of Scooter –cumcycle<br />

stand at ZRTI/Bhuli under<br />

Asstt. Engineer(1), E.C. Railway,<br />

Dhanbad.<br />

3. BRKA- Unloading facilities on line<br />

No. 10 at Barkakana (Phase-I) under<br />

Asstt. Engineer, E.C. Railway,<br />

Barkakana.<br />

4. G.C. section:- Hiring of one number<br />

truck for transporting P.Way<br />

materials in the jurisdiction of<br />

SE(P.W.)/Gujhandi under Asstt.<br />

Divisional Engineer, E.C. Railway,<br />

Gujhandi.<br />

5. G.C. section:- Hiring of one number<br />

truck for transportation of P.Way<br />

materials in the jurisdiction of<br />

SE(P.W.)/Gomoh under Asstt.<br />

Divisional Engineer(1), E.C. Railway,<br />

Gomoh.<br />

6. Gujhandi station- Construction of one<br />

unity Type-1V (S/S) Qrs. for<br />

accommodation of AEE(TRD)/GJD at<br />

Gujhandi under Asstt. Divisional<br />

Engineer, E.C. Railway, Gujhandi.<br />

7. Civil Engineering works in connection<br />

with Up-gradation of freight<br />

maintenance facility for close circuit<br />

rake maintenance at Barwadih under<br />

Asstt. Divisional Engineer, E.C.<br />

Railway, Daltonganj.<br />

Rs. 4,99,622/-<br />

Rs. 1,49,692/-<br />

Rs. 5,99,996/-<br />

Rs. 3,07,800/-<br />

Rs. 3,07,800/-<br />

Rs. 7.04 Lakh.<br />

Rs. 2.76 Lakh.<br />

06(Six)<br />

Months.<br />

03 (Three)<br />

Months.<br />

04(Four)<br />

Months.<br />

12(Twelve)<br />

Months.<br />

12(Twelve)<br />

Months.<br />

09(Nine)<br />

Months.<br />

03 (Three)<br />

Months.<br />

Earnest<br />

money<br />

(Rs.)<br />

Cost of<br />

Tender<br />

paper<br />

(Rs.)<br />

10,000/- 500/-<br />

3,800/- 500/-<br />

12,000/- 1000/-<br />

7,700/- 500/-<br />

7,700/- 500/-<br />

14,100/- 1000/-<br />

6,900/- 500/-<br />

Contd………P/2


Cont…….<br />

Sl.<br />

No.<br />

Name of work<br />

8. Balance work (Risk & Cost) for<br />

Supply of Skilled and Un-Skilled<br />

labour and also supply of petrol for<br />

welding of rail joint by SKV process<br />

under Asstt. Engineer, E.C. Railway,<br />

Latehar and Daltonganj.<br />

9. Koderma station:- Provision of 4’<br />

wide chequer tiles at the edge of PF<br />

for physically disabled persons at<br />

Koderma (work will be done<br />

alongwith UP loop & DN loop PF,<br />

KQR) under Asstt. Divisional<br />

Engineer, E.C. Railway, Gujhandi.<br />

10. Provision of RDSO type lifting<br />

Barrier to L.C. gate on 12/C/T at<br />

311/25-27, 16/C/E at 322/7-9, 19C/E at<br />

336/31-337/0 and 16C/E at Km. 264/9-<br />

11 of G.C. section under Asstt.<br />

Divisional Engineer, E.C. Railway,<br />

Gujhandi.<br />

11. Provision of one No. Deep tube well<br />

at Khalari for augmentation of water<br />

supply at Running room, colonies<br />

and RPF Barrack under Asset.<br />

Divisional Engineer, E.C. Railway,<br />

Latehar.<br />

“P/2”<br />

Approx. Cost..<br />

Rs. 3,63,746/-<br />

Date of<br />

completion<br />

06(Six)<br />

Months.<br />

Rs.6,99,614/- 04(Four )<br />

Months<br />

Rs.9,99,383/-<br />

Rs. 3,74,801/-<br />

06(Six)<br />

Months.<br />

03 (Three)<br />

Months<br />

Earnest<br />

money<br />

(Rs.)<br />

Cost of<br />

Tender<br />

paper<br />

(Rs.)<br />

9100/- 500/-<br />

14,000/- 1000/-<br />

20,000/- 1000/-<br />

9,400/- 500/-<br />

Tender forms will be available from the office of the Divisional Railway Manager,<br />

East Central Railway, Dhanbad ( Tender and Bill section), Asst. Engineer, E.C. Railway,<br />

Gujhandi and Asstt. Engineer, E.C. Railway, Barkakana after submitting the money receipt<br />

which may be obtained by depositing required amount shown against each tender towards<br />

the cost of Tender papers with the Sr. Divisional Cashier, E. C. Railway ,Dhanbad and<br />

Booking counter of Dhanbad, Gujhandi, Koderma, Barkakana, Daltonganj and Chopan<br />

between 12-00 hours to 16-00 hours o n any working day on and from 16.8.2005 to<br />

29.8.2005.<br />

Contd………P/3


Cont…………..<br />

“P/3”<br />

The sale of tender forms will be closed at 16-00 hours on 29.8.2005. Tender will be<br />

received in the prescribed tender box placed in the office of the Divisional Railway Manager,<br />

East Central Railway, Dhanbad , Office of the Asstt. Engineer, East Central Railway,<br />

Gujhandi and Office of the Addl. Divisional Railway Manager , East Central Railway,<br />

Barkakana on and from 16.8.2005 and up to 15-00 hours on 30.8.2005 and the tender will be<br />

opened on next day , i.e. 31 .8. 2005 at 11-30 hours in the office of the Divisional Railway<br />

Manager, E.C.Rly., Dhanbad (Engg. Deptt) in presence of the tenderer so present at the time<br />

of opening of the tender. If the office is closed on the stipulated date and time due to some<br />

unaccounted holiday or bandh etc. the tender will be received and opened on the next<br />

working day at the same time.<br />

An additional amount of Rs.100/- (One hundred only) (Non-refundable) for each set<br />

of tender form against the above item may be deposited in Cash with Sr. Divisional Casher,<br />

E.C. Railway, Dhanbad and Booking counter of Dhanbad, Gujhandi, Koderma, Barkakana,<br />

Daltonganj & Chopan or through Demand Draft drawn in favour of FA & CAO/E.C.Rly.,<br />

Hajipur, payable at Patna, for having tender form by post. The Railway shall not be<br />

responsible for delay, loss or non receipt of the tender forms , sent by post.<br />

The tender must be submitted along with prescribed amount of Earnest Money, as<br />

mentioned above, in acceptable form as mentioned in the tender documents. Tender received<br />

without the prescribed amount of Earnest Money, is liable to be summarily rejected . The<br />

tender form is not transferable . Earnest Money should be drawn in favour of FA & CAO/<br />

E.C. Railway, Hajipur , Payable at Patna.<br />

N.B : 1) The tender Notice is also available on website http:// www. indianrailways. gov.in<br />

2) Tender documents can also be downloaded from the above noted website w.e.f<br />

16.8.2005 . The facility is available free of cost. However, Demand Draft for the amount , as<br />

mentioned against each of the tender towards cost of tender papers, drawn in favour of FA<br />

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

addition to the earnest money.<br />

In case of tender documents downloaded from Internet website, if tender is not<br />

accompanied with valid demand draft towards the cost of tender documents or if any<br />

addition / alteration found in the tender documents, the tender will be summarily rejected.<br />

for<br />

(S.Dubey)<br />

Divisional Engineer(HQ)<br />

Divisional Railway Manager,<br />

East Central Rly./ Dhanbad.


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

TENDER FORMS ( FIRST SHEET )<br />

Tender No. W.584/2005-06/Open/ 06/06 Date :20.7.2005.<br />

Name of work : Gujhandi station- Construction of one unity Type-1V (S/S) Qrs. for<br />

accommodation of AEE(TRD)/GJD at Gujhandi under Asstt. Divisional<br />

Engineer, E.C. Railway, Gujhandi.<br />

To,<br />

The President of India,<br />

Acting through the Divisional Railway Manager,<br />

East Central Railway, Dhanbad.<br />

I/We ……………………………………………………..have read the various conditions to tender<br />

attached here to and agree to abide by the said conditions. I/We also agree to keep this tender open for<br />

acceptance for a period of 90/120/180/ days from the date fixed for opening the same and in default<br />

thereof, I/We will be liable for forfeiture of my/our “Earnest Money” . I/We offer to do the work for East<br />

Central Railway, at the rates quoted in the attached schedule and here by bind myself/ourselves to<br />

complete the work in all respects within 09(Nine) months from the date of issue of letter of acceptance of<br />

the tender.<br />

2. I/We also hereby agree to abide by the General Conditions of Contract corrected upto<br />

printed/advance correction slip No. …………… dated …………………. And to carry out the<br />

work according to the Special Conditions of contract and Specifications of materials and works as<br />

laid down by Railway in the annexed Special Conditions/Specifications and the Eastern Railway<br />

Works Hand Book Part III corrected upto printed/advance correction slip No……………… dated<br />

……………Sanitary Works Hand Book corrected upto printed/advance correction slip<br />

No…………………… dated…………. and Schedule of Rates Part I corrected upto printed/advance<br />

correction slip No. ………………… dated…………… Schedule of Rates part II corrected upto<br />

printed/advance correction slip No…………………….. dated…………….for the present contract.<br />

3. A sum of Rs 14,100/- is here with forwarded as Earnest money. The full value of the earnest<br />

Money shall stand forfeited without prejudice to any other right or remedies in case my/our<br />

Tender is accepted and if :-<br />

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

<strong>Railways</strong> that such documents are ready and<br />

(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.<br />

4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute binding<br />

contract between us subject to modifications, as may be mutually agreed to between us and indicated<br />

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

Signature of Witnesses :<br />

(l)……………………….<br />

(2)………………………<br />

…………………………………………….<br />

Signature of Tenderer(s)<br />

Date :<br />

Address of the Tenderer(s)<br />

Contd……./2’


‘P/2’<br />

ANNEXURE - I<br />

TENDER FORM (SECOND SHEET)<br />

INSTRUCTION TO TENDERERS AND CONDITIONS OF TENDER : The following documents form<br />

part of Tender/Contract :-<br />

a) Tender form - First Sheet and Second Sheet.<br />

b) Special conditions/Specifications (enclosed)<br />

c) Schedule of approximate quantities (enclosed)<br />

d) General Conditions of Contract 2001 and Standared Specifications for materials and works as laid<br />

down in works Hand Book and Sanitary Works Hand Book of Eastern Railway, as amended/corrected<br />

up to date correction slip mentioned in first Sheet of Tender Form, copies of which can be seen in the<br />

office of ………………………… or obtained from the office of the Chief Engineer, East Central Railway<br />

on payment of Rs……….. & Rs…………. respectively.<br />

e) Schedule of Rates, Part-I and Part-II as amended/corrected up to date correction slip as mentioned in<br />

First sheet of Tender sheet of tender form, copies of which be seen in the office of<br />

……………………………………….. or obtained from the Chief Engineer, East Central Railway on<br />

payment of Rs……………….. & Rs………………. respectively.<br />

f) All general and detailed drawings pertaining to this work which will be issued by the Engineer or his<br />

representatives (from time to time) with all changes and modifications.<br />

2. Drawings for the work :- The Drawings for the work can be seen in the office of the<br />

…………………………………… and/or Chief ………………………………. at any time during<br />

the office hours. The drawings are only for the guidance of Tenderer(s) . Detailed working<br />

drawings,(if required) based generally on the drawing mentioned above, will be given by the<br />

Engineer or his representative from time to time.<br />

The Tenderer(s) shall quote his/their rates as a percentage above or below the Schedule of Rates of the<br />

Eastern Railway as applicable to Dhanbad Division except where he/they are required to quote item<br />

rates and must tender for all the items shown in the schedule of approximate quantities attached. The<br />

quantities shown in the attached schedule are given as a guide and are approximate only and are<br />

subject to variation according to the needs of the Railway. The Railway does not guarantee work<br />

under each item of the schedule.<br />

4. Tenders containing erasures and/or alteration of the tender documents are liable to be rejected. Any<br />

correction made by Tenderer(s) in his/their entries must be attested by him/them.<br />

5. The works are required to be completed within a period of 09(Nine) months from the date of issue of<br />

acceptance letter.<br />

6. (a) Earnest Money: The tender must be accompanied by a sum of Rs 14,100/- as earnest money<br />

deposited in cash or in any or the forms as mentioned in Regulations for tenders and Contracts for<br />

the guidance of the Engineers and Contractors, failing which the tender will not be considered.<br />

(b) The Tenderer(s) shall keep the offer open for a minimum period of 90/120/180 Days from the date of<br />

opening of the tender. It is understood that the tender documents has been sold/issued to the Tenderer(s)<br />

and the Tenderer(s) is/are permitted to tender in consideration of the stipulation on his/their part that<br />

after submitting his/their tender subject to the period being extended further if required by mutual<br />

agreement from time to time, he will not resile from his offer or modify the terms and conditions thereof<br />

in a manner not acceptable to the Administration of East Central Railway. Should the Tenderer fail to<br />

observe or comply with the foregoing stipulation, the amount deposited as Earnest Money for the due<br />

performance of the above stipulation shall be forfeited to the Railway.<br />

(c ) If the tender is accepted, the amount of earnest money will be retained and adjusted as Security<br />

Deposit for the due and faithful fulfilment of the contract. This amount of Security Deposit shall be<br />

forfeited if the tenderer(s) fail to execute the Agreement Bond within 7 days after receipt of notice issued<br />

by railway that such documents are ready or to commence the work within 15 days after receipt of the<br />

orders of that effect.<br />

Contd………/3


‘P/3’<br />

(d) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be<br />

returned to the unsuccessful tenderer(s) within a reasonable time but the Railway shall not be<br />

responsible to any loss or depreciation that may happen to the Security 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 possession nor be liable to pay interest<br />

thereon.<br />

(e) The successful tenderer of the Zonal contract must deposit balance amount of security deposit<br />

such as to make 5% of the value of contract within 10 days of receipt of the letter of<br />

acceptance. Otherwise the contract may be terminated and full value of earnest money will<br />

be forfeited . Balance amount of security deposit shall be recovered by making deduction @<br />

10 % ( Ten percent ) from the running on account bills of contract.<br />

7. Rights of the Railway to deal with tender - The authority for the acceptance of the tender will rest<br />

with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any<br />

other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their<br />

tender nor the Railway undertake to assign reasons for declining to consider or reject any particular<br />

tender or tenders.<br />

8. If the tender(s) deliberately gives/give wrong information in his/their tender or creates/create<br />

circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such<br />

tender at any stage.<br />

9. If the tenderer(s) expires after the submission of his/their tender or after the acceptance of<br />

his/their tender, the railway shall deem such tender cancelled. If a partner of a firm expires after<br />

the submission of the tender or after the acceptance of their tender, the Railway shall deem such<br />

tender as cancelled unless firm retains its character.<br />

10. Income Tax clearance certificate - The tenderer(s) is/are required to produce along with his/their<br />

tender an authorised copy of the Income-Tax Clearance certificate or a sworn affidavit duly<br />

countersigned by the Income -Tax Officer to the effect that he has/they have no taxable income.<br />

11. Tenderer`s Credentials - Documents testifying tenderer`s previous experience and financial status<br />

should be produced along with the tender or when desired by competent authority of the East<br />

Central Railway.<br />

Tenderer(s) who has/have not carried out any work so far on this Railway and who is/are not borne<br />

on the approved list of the Contractors of East Central Railway should submit along with his/their<br />

tender credentials to establish.<br />

(i) His capacity to carry out the works satisfactorily<br />

(ii) His financial status supported by Bank reference and other documents.<br />

(iii) Certificates duly attested and testimonials regarding contracting experience for the type of job<br />

for which tender is invited with list of works carried out in the past.<br />

12. Tender must be enclosed in a sealed cover, supercribed “Tender No. 06/ 06 of 2005 - 2006 and<br />

must be sent by registered post to the address of East Central Railway so as reach his office non<br />

later than 15-00 hours on the 30 /8 / 2005 or deposited in a box allotted for the purpose in the<br />

office of DRM/E.C.Rly., Dhanbad , AEN/ Gujhandi and ADRM/ Barkakana of E.C Railway . This<br />

special box will be sealed at 15-00 hours on the same day. The tender papers will not be sold<br />

after 16-00 hour on 29/ 8 / 2005<br />

13. Non-compliance with any of the conditions setforth there in above is liable to result in the tender<br />

being rejected.<br />

Contd……..P/4


‘P/4’<br />

14. Execution of Contract Documents: The successful tenderer(s) shall be required to execute<br />

an agreement with the President Of India acting through the Sr. DEN ( ) / DEN ( 2<br />

), East Central Railway, Dhanbad for carrying out the work according to general<br />

conditions of contract, special conditions/specifications annexed to the tender and<br />

specifications for work and materials as laid down in Works Hand Book Part-III and<br />

Sanitary Works Hand Book of Eastern Railway as amended/corrected up to correction slip<br />

mentioned in tender from (First Sheet).<br />

15. Partnership deeds, power of Attorney etc. The tenderer shall clearly specify whether the<br />

tender is submitted on his own or on behalf of a partnership concern. If the tender is<br />

submitted on behalf of a partnership concern, he should submit the certified copy of<br />

partnership deed alongwith the tender and authorization to sign the tender documents on<br />

behalf of partnership firm . If these documents are not enclosed along with tender<br />

documents, the tender will be treated as having been submitted by individual signing the<br />

tender document. The Railway will not be bound by any power of Attorney granted by the<br />

tenderer or by changes in composition of the firm made subsequent to the execution of the<br />

contract . It may, however recognize such power of attorney and changes after obtaining<br />

proper legal advice, the cost of which will be chargeable to the contractor.<br />

16. The tenderer whether sole proprietor, a limited company or a partnership firm if they<br />

want to act through agent or individual partner(s) should submit alongwith the tender or at<br />

a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by<br />

Magistrate in favour of the specific person whether he /they be partner(s) of the firm or any<br />

other person specifically authorizing him/them to submit the tender, sign the agreement,<br />

receive money, witness measurement, sign measurement books, compromise, settle ,<br />

relinguish any claim(s) preferred by the firm and sign “ No Claim Certificate” and refer all<br />

or any disputes to arbitration.<br />

17. Employment/Partnership, etc., of Retired Railway Employees (a) should a tenderer be a<br />

retired engineer of the Gazetted rank or any other Gazetted officer Working before his<br />

retirement, whether in the executive or administrative capacity , or whether holding a<br />

pensionable post or not, in the Engineering department of any of the railway owned and<br />

administered by the President of India for the time being, or should a tenderer being<br />

partnership firm have as one of its partners a retired engineer or retired Gazetted Officer<br />

as aforesaid. Or should a tenderer being an incorporated company have any such retired<br />

engineer or retired officer as one of its Directors, or should a tenderer have in his<br />

employment any retired Engineer or retired Gazetted Officer as aforesaid, the full<br />

information as to the date of retirement of such Engineer or Gazetted Officer from the said<br />

service and in case where such Engineer or officer had not retired from Government<br />

service at least 2 years prior to the date of submission of the tender to whether permission<br />

for taking such contract, or if the contractor be a partnership firm or an incorporated<br />

company , to become a partner or Director as the case may be , or to take the employment<br />

under the contractor, has been obtained by the tenderer or the<br />

Engineer or Officer , as the case may be from the President Of India or any officer duly<br />

authorized by him in his behalf, shall be clearly stated in writing at the time of submitting<br />

the tender. Tenders without the information above referred to or a statement to the effect<br />

that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer ,<br />

as the case may be , shall be rejected.<br />

Contd……..P/5


-5-<br />

(b) Should a tenderer or contractor being an individual on the list of approved contractors<br />

have a relative(s) or in the case of partnership firm or company of contractors one or more<br />

of his ………..… department or the East Central Railway, the authority inviting tenders<br />

shall be informed of the fact at the time of submission of tender, failing which the tender<br />

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

be rescinded in accordance with the provision clause 62 of the General Condition of<br />

Contractor.<br />

CONDITION FOR VARIATION IN CONTRACT QUANTITY;<br />

(a) For payment in case the agreemental value goes beyond (+) 25%, the first 15% increase in the<br />

value beyond 25% of agreemental value, the rates will have a reduction of 2% in the incremental<br />

value of the agreement and for the next 10% increase in the value, rates will have an additional<br />

reduction of 2% in the further incremental value of the agreement.<br />

(b) Execution of quantities beyond (+) 50% of the overall agreement value should not be permitted,<br />

if necessary, should be only through fresh tender or by negotiating fresh rates with existing<br />

contractors as per procedure laid down in Railway Board`s letter No. 94/CE/CT-1/37 dt.05.05.95<br />

for variation beyond 25% .<br />

(c ) To decide whether the agreemental value will go beyond 50% as an when 75% of the<br />

agreemental has been executed, the contract should be subject to a detailed review and<br />

Administrative decision by an appropriate authority (Agreement signing authority) should be<br />

recorded in writing and quantities monitored carefully and from this stage onwards, execution of<br />

further quantities will have to be monitored at least at the level of `JAG Officer`.<br />

ELIGIBILITY CRITERIA FOR OPEN TENDER COSTING ABOVE 1.00<br />

CRORE<br />

Revenue/Banker’s solvency<br />

Certificate.<br />

2. Should have completed in the<br />

last three financial years( i.e.<br />

current year and three previous<br />

years)<br />

3. Total contract amount received<br />

during the last 3(Three)<br />

financial years and in the<br />

current financial year.<br />

40% of Advertised Tender value of work.<br />

At least one similar single work for a minimum value of 35% of<br />

advertised Tender value of work.<br />

Should be a minimum of 150% of the advertised tender value.<br />

Tender Committee would satisfy themselves about the<br />

authenticity of the certificates produced by the tenderer(s) to this<br />

effect which may be an attested certificate from the employer/<br />

client , audited balance sheet duly certified by the chartered<br />

Accountant etc. The details about the certificate to be accepted in<br />

regard to the turnover.<br />

(A) List of work completed in the last three financial years giving description of work,<br />

organization for whom executed , approximate value of contract at the time of<br />

award and date of scheduled completion of work. Date of actual start, actual<br />

completion and final value of contract should also be given.<br />

(B) List of work on hand indicating description of work, contract value, approximate<br />

value of balance work yet to be done , date of award of work and payment received<br />

till date from the same contract.<br />

NOTE: (1) For (A) and (B) above related documents/certificates from the<br />

organizations with whom they worked /are working should be enclosed.<br />

(2) Certificates from private individuals for whom such work are executed<br />

/being executed shall not be accepted.<br />

Contd……..P/6


ELIGIBILITY CRITERIA FOR TENDER COSTING ABOVE 10.00 LAKH<br />

1 Should have completed in the<br />

last three financial years( i.e.<br />

current year and three previous<br />

years)<br />

2. Total contract amount received<br />

during the last 3(Three)<br />

financial years and in the<br />

current financial year.<br />

‘6’<br />

At least one similar single work for a minimum value of 35% of<br />

advertised Tender value of work.<br />

Should be a minimum of 150% of the advertised tender value.<br />

Tender Committee would satisfy themselves about the<br />

authenticity of the certificates produced by the tenderer(s) to this<br />

effect which may be an attested certificate from the employer/<br />

client , audited balance sheet duly certified by the chartered<br />

Accountant etc. The details about the certificate to be accepted in<br />

regard to the turnover.<br />

(A) List of work completed in the last three financial years giving description of work,<br />

organization for whom executed , approximate value of contract at the time of<br />

award and date of scheduled completion of work. Date of actual start, actual<br />

completion and final value of contract should also be given.<br />

(B) List of work on hand indicating description of work, contract value, approximate<br />

value of balance work yet to be done , date of award of work and payment received<br />

till date from the same contract.<br />

NOTE: (1) For (A) and (B) above related documents/certificates from the<br />

organizations<br />

with whom they worked /are working should be enclosed.<br />

(2) Certificates from private individuals for whom such work are executed<br />

/being executed shall not be accepted.<br />

Signature of Tenderer(s)<br />

Date……………………<br />

……………………………………………<br />

……<br />

(Signature)<br />

(Designation)


SPECIAL CONDITION FOR RECOVERY OF TAXES<br />

1. Income Tax @ 2% (Two percent) on the Gross amount of each bill , with a<br />

surcharge of 15% (Fifteen percent ) on the Income Tax deducted, will be<br />

recovered from all the bills of the contractors in terms of Section-194 ( C) of<br />

Income Tax Act-1961 and Ministry of Finance circular No. 593 dtd.<br />

05.02.1991.<br />

In case of any revision / alteration in taxes, received from the Income Tax<br />

Department, the same will be taken into account as per the directives.<br />

2. Sales Tax will be recovered from the contractors’ bills as per the rule,<br />

circulated by the concerned state Government.<br />

Signature of the Contractor/s<br />

for Divisional Railway Manager,<br />

E.C. Railway /Dhanbad.


`Tender Schedule<br />

Schedule of Rate<br />

(Rate to be quoted by the Tenderer/s)<br />

Name of work:- : Gujhandi station – Construction of One unit Type –IV (S/S) Qrs. for<br />

accommodation of AEE(TRD) /GJD at Gujhandi under Assistant Divisional<br />

Engineer ,E.C. Railway, Gujhandi<br />

Date of completion- The work shall be completed in all respect within 09(Nine) months<br />

from date of acceptance of the tender .<br />

Schedule-A<br />

Sl.<br />

No. Description<br />

1 Supplying and fixing 18 to 20mm. thick granite<br />

stone over a base layer of 13mm. thick cementsand<br />

mortar (1:3). All joints to be filled up with<br />

cement and colour pigment to match the colour of<br />

granite stone. The rate includes all lead, lift,<br />

ascent, descent, labour, tools & plants materials<br />

complete in all respect as per instruction of sitein-charge<br />

(Approx. Qty.:_10 m2)<br />

2 Supplying, fitting and fixing KAJARIA”/Similar<br />

floor tiles of size 305mmx305mmx8mm over a<br />

base layer of 13mm thick cement mortar (1:3).<br />

All joints to be filled up with colour pigment to<br />

match the colour tiles . The rates includes all lead,<br />

lift, ascent, descent, labour, tools and plants<br />

complete in all respect as per instruction of the<br />

site-in-charge.<br />

(Approx. Qty.:_45 m2)<br />

Rate<br />

In Figures<br />

In Words<br />

Unit<br />

Per m2<br />

Per m2<br />

Schedule-B-I (Genl)<br />

Sl<br />

No. Description<br />

1. For all chapters of Labour & Materials<br />

Schedule,1996 excluding Ch. XII & XIII as<br />

indicated in Appendix-I<br />

(Approx. B/Cost-Rs 2,55,999/-)<br />

RATE<br />

In Figures<br />

%above/below<br />

In words<br />

%above/below<br />

Sr.DEN(2)/DHN<br />

Signature of Tenderers :-<br />

Date :-


Schedule-B-II (Pipe laying & Sanitary )<br />

Sl. Description<br />

No.<br />

Rate<br />

In Figures<br />

(% above/below)<br />

In Words<br />

(%above/below)<br />

1. For chapter- XII & Ch. XIII of Labour &<br />

Materials Schedule,1996 as indicated in Appendix.<br />

II<br />

(Approx. B/Cost-Rs 28,046/-)<br />

Schedule-B-III (Wood work)<br />

Sl. Description<br />

No.<br />

Rate<br />

In Figures<br />

(% above/below)<br />

In Words<br />

(%above/below)<br />

1. For chapter-VII of Labour & Materials<br />

Schedule,1996 as indicated in Appendix. III<br />

(Approx. B/Cost-Rs 62,613/-)<br />

N.B. :-Tenderer should quote only one rate in %age above/below against Schedule-B-I,B-II,B-III .<br />

Schedule-C<br />

Sl. Description<br />

No.<br />

Rate<br />

In Figures<br />

In Words<br />

Unit<br />

1. Supply of the following to the site of the work to<br />

extent as required by the Rly .in use of this work.<br />

Rate quoted shall include all cost of transportation,<br />

stacking and all other incidental charges.<br />

a)Cement as per IS:269/89.<br />

(Approx.Qty. 42 M.T ).<br />

Per MT<br />

(b) M.S/Tor rod of any diametre<br />

(Approx. Qty. – 2.20 M.T.)<br />

Per MT<br />

Sr.DEN(2)/DHN<br />

Signature of Tenderers :-<br />

Date :-


Appendix-I (Genl.)<br />

Sl.<br />

No<br />

Description of work Qty. Rate Unit Value Ch It Pa<br />

ge<br />

.<br />

1 C.C. 1: 3: 6 in founds 45m3<br />

m3 17379.00 2 10 16<br />

386.20<br />

2 C.C. bed stones etc.1:2 :4 12m3 11 .29 0.01m3 13548.00 2 20 18<br />

3 R.C.C in beams & 02m3 13.13 0.01m3 2626.00 2 27 20<br />

cantilever.1 : 2 : 4<br />

4 R.C.C. in roof slab 100 110m2 887 .54 10M2 9762.94 2 77 28<br />

mm. thick 1 : 2 : 4..<br />

5 R.C.C. in chajja 75mm. 15m2 727 .30 10m2 1090.95 2 86 28<br />

thick 1 : 2 : 4<br />

6 65 mm. thick RCC Chajja, 20m2<br />

10m2 1192.54 2 89 28<br />

sunshades 1:2: 4<br />

596.27<br />

7 R.C.C. in lintels & slab up 1.50m3 11.49 0.01m3 1723.50 2 33 20<br />

to 2m span 1 : 2 : 4<br />

8 R.C.C. band in plinth 1 : 2 03m3 10.01 0.01m3 3003.00 2 43(a 22<br />

: 4<br />

)<br />

9 R.C.C. band in s/structure 03m3<br />

0.01m3 3210.00 2 44(a) 22<br />

1 : 2 : 4<br />

10.70<br />

10 R.C.C. slab 75 mm. thick 15m2 695.12 10m2 1042.68 2 95 30<br />

1 : 2 : 4<br />

11 -do – slab 50 mm. thick 15m2 562.03 10m2 843.05 2 98 30<br />

1: 2 ; 4<br />

12 Fixing R.C.C. slab 30m2 142.12 10m2 426.36 2 104 30<br />

13 R.C.C. jali work 38mm.<br />

thick (1 :2)<br />

14 Brick work 2 nd class up to<br />

plinth 1 :4<br />

15 Brick work 2 nd class up to<br />

plinth 1:6<br />

16 Brick work 2 nd class above<br />

plinth 1:6 .<br />

17 - do do – 115 to 125 mm.<br />

thick 1 : 4.<br />

18 B/flat soling with 2 nd class<br />

bricks<br />

19 25mm. thick G. flooring<br />

1 : 2 ; 4<br />

20 6mm. thick ceiling plaster<br />

1 : 3<br />

21 Ordy. plaster 13mm. thick<br />

1:6 .<br />

10m2 594.41 10m2 594.10 2 105 30<br />

5.50m3 555.19 m3 3053.55 3 18 34<br />

50m3 557 .77 m3 27888.50 3 19 36<br />

60m3 536 .82 m3 32209.20 3 39 38<br />

63m3 602.98 m3 37987.74 3 75 40<br />

285m2 380 .36 10M2 10840.26 4 6 50<br />

50m2 222.83 10m2 1114.15 4 21 52<br />

100m2 96.03 10m2 960.30 4 57 56<br />

1220m2 97 .67 10m2 11915.74 4 48 54


22 S.C.P. 13 mm. thick 1:3 100m2 129 .24 10m2 1292.40 4 61 56<br />

23 25mm. thick S.C.P. (1 :2) 20m2 159.35 10m2 318.70 4 64 56<br />

24 4 mm. thick coloured<br />

Glazed tiles 100mm.x<br />

200mm.<br />

25 White washing two coats<br />

in case of new work .<br />

45m2 4245.31 10m2 19103.90 4 85(<br />

iii)<br />

525m2 17 .75 10m2 931.88 6 2 88<br />

26 Addl. Coat of w/wash. 525m2 10.31 10m2 541.28 6 11 89<br />

27 Mixing blue to w/wash in 525m2 1 .46 10m2 76.65 6 28 90<br />

case of new work<br />

28 Yellow wash one coat 40m2 16.56 10m2 66.24 6 8 89<br />

29 Distempering with water 250m2 96.93 10m2 2423.25 6 16 89<br />

bound distemper<br />

30 Colour washing with 760m2<br />

10m2 12097.60 6 22 90<br />

ready made snowcem two<br />

coats<br />

159.18<br />

31 - do - do - additional coat 760m2<br />

10m2 5867.96 6 23 90<br />

77.21<br />

32 Earth work in hard soil 50 m3<br />

10m3 1328.50 10 4 116<br />

mixed with kanker<br />

265.70<br />

33 Earth work in excavation 150m3<br />

10m3 4032.30 10 19 118<br />

for foundation<br />

268 .82<br />

34 Lead of earth for each 30m 200m3 41.12 10m3 3289.60 10 17 117<br />

after 1 st 30m up to max. of<br />

150m ( Extra 4 lead)<br />

x 4<br />

35 Jungle cutting 1500m2<br />

100m2 1710.60 10 28 118<br />

114.04<br />

36 Manufacturing, fitting & 6 Qtl. 2333 .60 Qtl. 14001.60 11 25 122<br />

fixing M.S. grill made of<br />

m.s. flat etc.<br />

37 Supply of 15 ltr. Capacity 02 nos. 1600.00 Each 3200.00 21 60 209<br />

low down cistern.<br />

38 Painting wood work two 100m2<br />

M2 2175.00 14 15 184<br />

coats<br />

21.75<br />

39 Painting iron work two 50m2 22.60 M2 1130.00 14 4 183<br />

coats.<br />

Rs.2,55,999 .10<br />

62<br />

Sr.DEN(2)/DHN Signature of Tenderers :-<br />

Date :-


Appendix—II (Pipe line)<br />

Sl. Description of work Qty. Rate Unit Value Ch It Page<br />

No<br />

.<br />

1 S.F.F.G.I. pipe 15mm.dia. 30m 55.27 m 1658.10 12 3(a) 129<br />

2 - do – G.I. Pipe 20mm. dia. 10m 67.28 m 672.80 12 3(b) 129<br />

3 - do - G.I. Pipe 25mm. dia 50m 89.61 m 4480.50 12 3(c) 129<br />

4 - do - 15mm. dia. G.I. bend 20nos 10.11 Each 202.20 12 4A(a) 130<br />

5 -do – G.I. elbow 15mm. dia. 15nos. 8.99 Each 134.85 12 4B(A) 130<br />

6 -do G.I. tee 15mm.x 15mm 10nos. 8.99 Each 89.90 12 4C(a) 131<br />

.x15mm.<br />

7 - do – G.I. R/Tee 10nos 11.24 Each 112.40 12 4D(a) 131<br />

20x20x15mm.<br />

8 -do- G.I. R/Tee 25mm.x 15nos. 17.43 Each 261.45 12 4D(b) 131<br />

25mm.x15mm.<br />

9 - do – wheel valve 25mm. 02nos 118.74 Each 237.48 12 21B© 142<br />

dia.<br />

10 - do - do - 15mm. dia. 02 nos. 74.93 Each 149.86 12 21B(a) 142<br />

11 - do - Sintex or similar 01no. 4655.68 Each 4655.68 12 33(c ) 145<br />

tank 1000 ltr. Capacity<br />

12 - do - C.P.(Brass) tap/cock 04 nos. 186.37 Each 745.48 13 9 164<br />

15mm.<br />

13 - do – shower rose 15 x 02 nos. 40.48 Each 80.96 13 13(c ) 164<br />

150mm.<br />

14 -do– wash basin 550 mm.x 03 nos. 771.79 Each 2315.37 13 35(b) 168<br />

400mm.<br />

15 S.F.F .sink<br />

01 no. 1659.93 Each 1659.93 13 36(b) 168<br />

(600X450X250mm.)<br />

16 -do– white glazed earthen 02 nos. 934.27 Each 1868.54 13 38(c) 169<br />

ware <strong>Indian</strong> type squating<br />

pan etc.510 mm. . long with<br />

‘P’ trap and foot rest.<br />

17 S.F.F. H.C.I. soil or vent 7 .50 m 157.23 m 1179.23 13 62(a) 174<br />

pipe 100mm.<br />

18 S.F.F. H.C.I. Antisyphon or 02 nos 120.24 Each 240.48 13 77 178<br />

inverted junction single<br />

100x100 x 50mm. size<br />

19 - do – H.C.I. vent pipe<br />

50mm.<br />

12m 110.67 m 1328.04 13 62(d) 174<br />

Sr.DEN(2)/DHN Signature of Tenderers :-<br />

Date :-


20 - do - do - exhaust cowl 03 nos. 21.95 Each 65.85 13 68(d) 176<br />

50mm.<br />

21 Supplying, laying & jointing 30 m 152.05 Each 4561.50 13 91 180<br />

S.W. pipe 150 mm. dia.<br />

22 S.F.F.mirror 600mm. x 03 nos. 255.42 Each 766.26 13 40 170<br />

450mm.<br />

23 - do – C.P. brass towel rail 03 nos. 157.68 Each 473.04 13 48(a) 171<br />

complete 750 mm. x 25mm.<br />

size.<br />

24 - do - N.P. Soap dishes 03 nos. 35.34 Each 106.02 13 52 171<br />

Rs. 28,045 .92<br />

Appendix -- III<br />

Sl. Description of work Qty. Rate Unit Value Ch It Page<br />

No<br />

.<br />

1 Supply door & window 0.676m3 208.221 0.01m 14075.00 7 1 91<br />

frame of Hollock/Gamhar /<br />

Badam<br />

3<br />

2 Supply & fixing Raised 12.50m2 98.06 0.1m2 12257.50 7 23 93<br />

paneled window leaves<br />

3 --do – batten and panel 02m2 80.06 0.1m2 1601.20 7 14 92<br />

door leaves of<br />

Hollock/Gamari /Badam<br />

wood<br />

4 - do - mosquito proof 3.80m2 62.51 0.1m2 2375.38 7 30 95<br />

(120 –G) wire gauge door<br />

leaves<br />

5 - do - do - window 17m2 60.09 0.1m2 10215.30 7 34 95<br />

leaves.<br />

6 Fixing door frame 10 nos. 27.17 Each 271.70 7 3 91<br />

7 - do - window frame 12 nos. 13.60 Each 163.20 7 4 91<br />

8 - do - window leaves 12.50m2 4.89 0.1m2 611.25 7 69 98<br />

9 - do - door leaves 15m2 3.27 0.1m2 490.50 7 64 98<br />

Sr.DEN(2)/DHN<br />

Signature of Tenderers :-<br />

Date :-


10 Supply & fixing<br />

Alluminium butt hinges<br />

100mm.<br />

11 - do - m.s. wood screw<br />

40mm.<br />

12 - do - Alluminium door<br />

handle 125mm.<br />

13 Supply & Fixing Raised<br />

paneled door leaves.<br />

14 - do - m.s. semi barrel<br />

tower bolt 150mm.<br />

15 - do - Alluminium hasp<br />

bolt 250mm.<br />

16 - do - m.s. semi barrel<br />

tower bolt 250mm.<br />

17 - do - ½ paneled ½<br />

glazed door leaves<br />

86 nos 16.00 Each 1376.00 7 101(e) 105<br />

1000 0.22 Each 220.00 7 105(d) 106<br />

nos.<br />

32 nos. 10.00 Each 320.00 7 107(b) 106<br />

15 m2 98.83 0.1m2 14824.50 7 21 93<br />

24 nos. 6.50 Each 156.00 7 111(b) 107<br />

10 nos. 40.00 Each 400.00 7 115(a) 107<br />

20 nos. 12.00 Each 240.00 7 111c ) 107<br />

04 m2 75.38 0.1m2 3015.20 7 26 94<br />

Rs.62,612.73<br />

Sr.DEN(2)/DHN<br />

Signature of Tenderers :-<br />

Date :-


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

SCHEDULE- D<br />

REBATE<br />

Order No.06/06 of 2005 – 06 Open/Limited/Single<br />

Name of work : :<br />

Gujhandi station – Construction of One unit Type –IV (S/S) Qrs. for<br />

accommodation of AEE(TRD) /GJD at Gujhandi under Assistant Divisional<br />

Engineer ,E.C. Railway, Gujhandi<br />

I/We offer general rebate of …………………% (in figures) percent (in words) as a lump<br />

sum rebate on items of all Schedule.<br />

NOTES: (1) If any tenderers wishes to give any rebate on the rates quoted by him / them<br />

the<br />

same can be filled by him/ them in this Schedule.<br />

(2) It is to be noted that such rebate if offered, shall apply on the rates quoted for<br />

all the items in all other Schedules of the Tender documents. Such a rebate<br />

shall be totally unconditional .<br />

(3) In case a Tenderer does not wish to give any rebates, he / they should write<br />

“Nil” in this Schedule. In case nothing has been filled in by the tenderer in<br />

this Schedule, it will be treated as “Nil” and shall be no recorded in the<br />

blanks above at the time of opening of the tender by the officals opening of<br />

the tender.<br />

(4) If any tenderer gives any type of conditional rebate, such rebate shall not be<br />

considered for evaluation of the tender.<br />

Signature of Tenderer/s<br />

Date:


S T E E L<br />

N o t e<br />

1. The items to be operated under this schedule are those listed in Annexure with variation upto<br />

25% only enclosed with the tender documents.<br />

2. Only one rate in percentage increase or decrease is to be quoted.<br />

3. It will be the contractor`s responsibility to hand over vacant unoccupied possession of the<br />

completed works to Railway authorised representative.<br />

4. All the materials condition for works under this schedule shall be given at the top of each<br />

chapter in L&M Schedule,1996 with the following modificatios.<br />

(i) All the materials to be used in works shall be of appropriate quantity shall be supplied<br />

by the contractor at site of requirements, Railway shall not supply of the same. No<br />

extra payment will be made for this.<br />

(ii) Railway shall not supply any equipment, tools & machinery.<br />

(iii) The payment will be made on the weight of door frame and door leaves.<br />

5. One coat primer and one coat of paint to be done in the store of IOW before fixing in<br />

position. Second coat of paint to be done after fixing the door in position.<br />

6. For detail sketch No.1/94 may be seen in the Drawing Section of Sr.DEN(Co-Ordn.)/<br />

Dhanbad.<br />

C E M E N T<br />

1. Materials as per requirements shall be brought to site and kept under contractor`s custody<br />

at their own cost and risk, without any damage like setting of cement/rusting of steel.<br />

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

consumption in the work and whatever wastage that takes place i.e. cut pieces, empty<br />

cement bags etc. will be contractor`s property and the same shall remove from the site of<br />

his own cost.<br />

3. The materials are to be procured from the main procedures/Authorised dealers/authorised<br />

stock yard and shall conform to latest IS(BIS) specicifications.<br />

4. Cement bags preferably in paper bags should bear following information in legible<br />

marking.<br />

(i) Regd. Trade mark of manufacturer, if any<br />

(ii) Type of cement.<br />

(iii) Manufacturer`s name<br />

(iv) Weight of each bag in Kg. or No. of Bags/Tonne.<br />

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

5. Manufacturer`s test certificate conforming to latest IS specification should also be<br />

produced by contractor.<br />

6. The Railway deserves the right to take samples of materials supplied by the contractor<br />

and to get the same tested in reputed laboratories and the results thereof shall be binding<br />

on the contractor.<br />

Signature of the Tenderer/s<br />

Date :

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!