EAST CENTRAL RAILWAY - Indian Railways
EAST CENTRAL RAILWAY - Indian Railways
EAST CENTRAL RAILWAY - Indian Railways
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 :