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/05 : : Dhanbad, dt. 20-7-2005<br />

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

Approx.<br />

Name of work<br />

Cost..<br />

Sl.<br />

No.<br />

1. CIC section: Repairs to leaky roof by<br />

bitumen felt over roofs of various type<br />

of staff quarters at Traffic colony/<br />

Patratu & Diesel colony/ Patratu under<br />

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

Barkakana.<br />

2 Zonal contract in Zone No. 27 for Road<br />

work of Gomoh and Gujhandi sub-<br />

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

Railway, Gomoh & Asstt. Engineer,<br />

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

3. TSR(P) work by PQRS including work<br />

at base and at site between Km. 123.00<br />

to Km. 136.00 & Km. 136.80 to Km.<br />

139.80 between Patratu – Kole on Up<br />

line 16.00 Kms in the section of<br />

PWI/PTRU under Asstt. Engineer, E.C.<br />

Railway, Barkakana.<br />

4. Re-building of bridge No. 48 at Km.<br />

287/23-25, Br. No. 203 at 375/21-23, Br.<br />

No. 208 at 378/1-3, Br. No. 207 at<br />

377/13-15, Br. No. 215 at 380/17-19 and<br />

Br. No. 276 at 407/29-31 under Asstt.<br />

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

Gomoh and Asstt. Divisional Engineer,<br />

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

5. Re- building of Arch /Slab Bridge No.<br />

347, 352, 390, 403, 404 and 433 of G.C.<br />

section under Asstt. Divisional<br />

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

6. G.C. Section- Supply of SKV welding<br />

portion under Sr. Divisional<br />

Engineer(2), E.C. Railway, Dhanbad.<br />

Rs. 20.92<br />

Lakh.<br />

Rs. 15.00<br />

Lakh.<br />

Rs.<br />

56,42,616/<br />

-<br />

Rs. 25.94<br />

Lakh.<br />

Rs. 27.16<br />

Lakh<br />

Rs. 11.68<br />

Lakhs<br />

Date of<br />

completion<br />

06(Six)<br />

Month.<br />

Earnest<br />

money<br />

(Rs.)<br />

Cost of<br />

Tender<br />

paper.<br />

(Rs.)<br />

21,000/- 1500/-<br />

30.6.2006 20,000/- 1000/-<br />

11(Eleven)<br />

Month<br />

11(Eleven)<br />

Months.<br />

11(Eleven)<br />

Months.<br />

06(Six )<br />

Months<br />

Contd…….P/2<br />

42,400/- 2000/-<br />

26,000/- 1500/-<br />

27,200/- 1500/-<br />

20,000/- 1000/-


Cont…….<br />

“P/2”<br />

Sl.<br />

No.<br />

Name of work<br />

7. G.C. Section- Deep Screening of track<br />

from Km. 406.00 to 411.00 = 5Kms. in<br />

UP G.C. in between LBZ – NGY<br />

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

Railway, Gujhandi.<br />

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

Construction of 05(Five) unit type-III<br />

quarters at RAY for C & W<br />

department under Asstt. Divisional<br />

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

9. Dhanbad Division- (Ghat Section)<br />

Improvement of cutting by Breast<br />

wall & retaining wall in G.C. section<br />

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

Railway, Gujhandi.<br />

10 Provision of water supply at<br />

Daltonganj station under Asstt.<br />

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

Daltonganj.<br />

11. Supply and loading of stone dust and<br />

stone boulder from Billi / CPU for<br />

emergency arrangement under Asstt.<br />

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

12. Gomoh station:- Replacement of worn<br />

out lever frame on age cum- condition<br />

basis at GMO by Rute Relay<br />

Interlocking (RRI) under Sr.<br />

Divisional Engineer (2)/ E.C. Railway,<br />

Dhanbad.<br />

13. Parasnath station- Raising of<br />

platform (DN only) and provision of<br />

platform shelter 4 Nos. (2 Nos. shed<br />

on Up & 2 Nos. P.F Shed on DN<br />

platform) at Parasnath under Asstt.<br />

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

Gomoh.<br />

Approx.<br />

Cost..<br />

Rs.10.59<br />

Lakh.<br />

Rs.<br />

11,83,098/-<br />

Rs. 46.19<br />

Lakh.<br />

Rs. 23.71<br />

Lakh.<br />

Rs. 22.54<br />

Lakh.<br />

Rs. 66.98<br />

Lakh.<br />

Rs. 44.47<br />

Lakh.<br />

Date of<br />

completion<br />

06 (Six)<br />

Months.<br />

09(Nine)<br />

Months.<br />

10 (Ten)<br />

Months.<br />

08(Eight )<br />

Month<br />

03<br />

(Three)<br />

Months.<br />

11<br />

(Eleven)<br />

Months.<br />

10(Ten)<br />

Months<br />

Earnest<br />

money<br />

(Rs.)<br />

Cost of<br />

Tender<br />

paper.<br />

(Rs.)<br />

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

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

35,000/- 1500/-<br />

23,800/- 1500/-<br />

22,600/- 1500/-<br />

50,000/- 2000/-<br />

35,000/- 1500/-<br />

Contd…….P/3


Cont…………..<br />

“P/3”<br />

Sl.<br />

No.<br />

Name of work<br />

14. Zonal contract in Zone No. 30 for<br />

Road work of Renukoot and Chopan<br />

Sub-Division under Asstt. Engineer,<br />

E.C. Railway, Renukoot and Chopan.<br />

15. Patherdih: Up-gradation of freight<br />

maintenance facilities for close<br />

circuiting rake maintenance at<br />

Patherdih under Asstt. Engineer(Spl.)<br />

and SE(W) , E.C.Rly., Patherdih of<br />

Dhanbad Division.<br />

Approx.<br />

Cost..<br />

Rs. 15.00<br />

Lakh.<br />

Rs.<br />

32,08,659/-<br />

Date of<br />

completion<br />

Earnest<br />

money<br />

(Rs.)<br />

Cost of<br />

Tender<br />

paper.<br />

(Rs.)<br />

30.6.2006 20,000/- 1000/-<br />

06(Six)<br />

Months<br />

32,100/- 1500/-<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 the<br />

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

counter of Dhanbad, Gujhandi, Koderma, Barkakana, Daltonganj and Chopan between 12-00<br />

hours to 16-00 hours on any working day on and from 16.08.2005 to 29.8.2005.<br />

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

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

Railway, Dhanbad, office of the Asstt. Engineer, East Central Railway, Gujhandi and the office<br />

of the Addl. Divisional Railway Manager , East Central Railway, Barkakana on and from<br />

16.8.2005 and up to 15-00 hours on 30.8.2005 and the tender will be opened on next day, i.e.<br />

31.8.2005 at 11-30 hours in the office of the Divisional Railway Manager, E.C.Rly., Dhanbad<br />

(Engg. Deptt) in presence of the tenderer so present at the time of opening of the tender.<br />

If the office is closed on the stipulated date and time due to some unaccounted holiday or<br />

bandh etc. the tender will be received and opened on the next working day at the same time.<br />

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

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 />

Contd……P/4<br />

Cont……..<br />

“P/4”


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 tender<br />

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

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

ELIGIBILITY CRITERIA:<br />

1. Should have completed in<br />

the last three financial years<br />

(i.e. current year and three<br />

previous financial years).<br />

2. Total contract amount<br />

received during the last<br />

three(03) financial years and<br />

in the current financial year.<br />

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

of Advertised Tender value of work.<br />

Should be minimum of 150% of Advertised Tender<br />

value. Tender committee would satisfy themselves<br />

about the authenticity of the certificates produced by<br />

the tenderer(s) to this effect which may be an attested<br />

certificate from the employer/client, audited balance<br />

sheet duly certified by the Chartered Accountant etc.<br />

The details about the certificate be accepted in regard<br />

to the turnover.<br />

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

organisation for whom executed, approximate value of contract, at the time of award and<br />

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

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

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

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

the same contract.<br />

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

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

(2) Certificate from Private individuals for whom such work are executed/being<br />

executed shall not be accepted.<br />

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

gov.in<br />

2) Tender document 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<br />

amount, as mentioned against each of the tender, towards the cost of tender papers,<br />

drawn in favour of FA & CAO /E.C.Rly./ Hajipur, payable at Patna, will have to be<br />

enclosed with the tender in 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<br />

rejected.<br />

(S.Dubey)<br />

Divisional Engineer(HQ)<br />

for Divisional Railway Manager,<br />

East Central Railway, Dhanbad.


M. R. No. ………… Date:………… Rs……………………………..<br />

ANNEXURE-I<br />

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

TENDER FORMS ( FIRST SHEET )<br />

Tender No. W584/ 2005-06/Open/05/12 Date : 20.7.2005<br />

Name of work Gomoh Station :- Replacement of worn out lever frame on age cum –<br />

condition basis at GMO by Route Relay Interlocking (RRI) under Sr.<br />

Divisional Engineer (2)/ E.C. Rly. Dhanbad .<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<br />

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

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

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

work for East Central Railway, at the rates quoted in the attached schedule and here by bind<br />

myself/ourselves to complete the work in all respects within 11 (Eleven) months from the date of issue<br />

of letter of acceptance of 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………………<br />

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

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

printed/advance correction slip No. ………………… dated…………… Schedule of Rates part II<br />

corrected upto printed/advance correction slip No…………………….. dated…………….for the<br />

present contract.<br />

3. A sum of Rs. 50,000/- 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<br />

the <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<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 />

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<br />

form 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<br />

amended/corrected up to date correction slip mentioned in first Sheet of Tender Form, copies of<br />

which can be seen in the office of ………………………… or obtained from the office of the Chief<br />

Engineer, East Central Railway 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<br />

in 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 />

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

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

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

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

by the 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<br />

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

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

only and are subject to variation according to the needs of the Railway. The Railway does not<br />

guarantee work under each item of the schedule.<br />

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

Any 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 11 (Eleven) months from the date of<br />

issue of acceptance letter.<br />

6. (a) Earnest Money: The tender must be accompanied by a sum of Rs. 50,000/- 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<br />

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

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

his/their part that after submitting his/their tender subject to the period being extended further if<br />

required by mutual agreement from time to time, he will not resile from his offer or modify the terms<br />

and conditions thereof in a manner not acceptable to the Administration of East Central Railway.<br />

Should the Tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as<br />

Earnest Money for the due 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<br />

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

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

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

receipt of the 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<br />

be 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<br />

deposit 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<br />

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

deduction @ 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<br />

particular 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<br />

such 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<br />

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

such 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<br />

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

his/their 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<br />

job 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. 05//12 of 2005 - 2006 and<br />

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

non later than 15-00 hours on the 30.8.2005 or deposited in a box allotted for the purpose in<br />

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

Railway . This special box will be sealed at 15-00 hours on the same day. The tender papers<br />

will not be sold 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<br />

tender 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 (<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 have a<br />

relative(s) or in the case of partnership firm or company of contractors one or more of his ………..…<br />

department or the East Central Railway, the authority inviting tenders shall be informed of the fact at the<br />

time of submission of tender, failing which the tender may be disqualified/rejected or if such fact<br />

subsequently comes to light, the contract may be rescinded in accordance with the provision clause 62 of<br />

the General Condition of Contractor.<br />

18. Vehicles and equipments of contractors can be drafted for restoration work and relief to passengers by<br />

Railway administration in case of accidents natural calamities involving human lives.<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 value<br />

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

agreement and for the next 10% increase in the value, rates will have an additional reduction of 2% in the<br />

further incremental value of the agreement.<br />

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

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

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

25% .<br />

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

been executed, the contract should be subject to a detailed review and Administrative decision by an<br />

appropriate authority (Agreement signing authority) should be recorded in writing and quantities<br />

monitored carefully and from this stage onwards, execution of further quantities will have to be monitored<br />

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 />

(A)<br />

(B)<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 />

List of work completed in the last three financial years giving description of work, organization for<br />

whom executed , approximate value of contract at the time of award and date of scheduled<br />

completion of work. Date of actual start, actual completion and final value of contract should also<br />

be given.<br />

List of work on hand indicating description of work, contract value, approximate value of balance<br />

work yet to be done , date of award of work and payment received till date from the same contract.<br />

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

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

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

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<br />

executed shall not be accepted.<br />

Signature of Tenderer(s)<br />

Date………………………………………………<br />

…………………………………………<br />

(Signature)<br />

………..…………………………………<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.<br />

.


TENDER FORM<br />

SCHEDULE OF RATE<br />

(RATE TO BE QUOTED BY THE TENDERER)<br />

Name of work :- Gomoh Station :- Replacement of worn out lever frame on age cum –<br />

condition basis at GMO by Route Relay Interlocking (RRI) under Sr.<br />

Divisional Engineer (2)/ E.C. Rly. Dhanbad .<br />

Date of Completion : The work should be completed in all respect within 11 (Eleven )<br />

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

Schedule ‘A’.<br />

Sl. Description of work :<br />

No.<br />

1<br />

Supplying , fitting and fixing in position glazed sliding<br />

window with anodized aluminium frame of 60 mmx<br />

30mmx1.5 mm(Two track) and aluminium sliding leaves<br />

of size 30 mm x 12x1.5 mm including supplying, fitting<br />

and fixing 4 to 5 mm thick glass of approved<br />

quality with aluminium clear and 1 lock, T & UPVC<br />

roller. Etc. The rate includes all lead, lift, ascent descent w<br />

necessary fittings to make fit for air tight.<br />

(Approx Quantity: 24 M2)<br />

2 Supplying fitting and fixing sun control paper<br />

R A T E : Unit :<br />

In figure: In words :<br />

Per M2<br />

Per M2<br />

(Approx quantity: 36M2)<br />

3 Supplying fitting and fixing XPM jali including all<br />

complete with necessary nails tools and plants<br />

completed in all respect.<br />

(Approx quantity: 720 kg)<br />

4 Supplying , fitting and fixing fixed type windows with<br />

Aluminium frame 50x25x1.6 mm duly anodized<br />

having screw less bedding double glazed with 5 mm glass<br />

in double glazing.<br />

(Approx quantity : 12M2)<br />

5 Supplying , fitting and fixing KAJARIA / similar floor<br />

tiles of size 305mm size x 305mm x8mm over a base<br />

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

be filled up with colour pigment to match the colour tiles.<br />

The rate includes all lead, lift, ascent, descent, labour<br />

tools and plants complete in all respect as per instruction<br />

of the site in charge.<br />

(Approx quantity-50M2)<br />

Per kg.<br />

Per M2<br />

Per M2<br />

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

Signature of tenderers<br />

Date:


Sl. Description of work :<br />

No.<br />

6 RCC (M-20) (1:1.5:3) with water proofing compound like<br />

CICO of approved quality of similar brand.<br />

(Aprrox quantity-160M3)<br />

7 Supplying fitting and fixing coloured marble slab 7 mm<br />

to 20 mm of approved size and quality.<br />

(Approx Quantity 40 M2)<br />

8 Supplying and fitting 18 to 20 mm thick granite stone over<br />

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

filled up with white cement and colour pigment to match the<br />

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

Descent , labour tools and plants, materials complete in all<br />

as per instruction of site in charge.<br />

(approx quantity-80M2)<br />

9 Supply, fitting and fixing heavy duty floor chequered<br />

floor tiles PODDER or similar 300 mm x 300mmx 25mm<br />

thick complete in all respect.<br />

(Approx Quantity-300M2)<br />

10 Drilling and sinking deep tube well of size 250 x 200 mm<br />

Dia in all class of soil including hard rock.<br />

(Approx quantity 1 No.)<br />

11 Drilling and sinking deep tube well of size 200 mm<br />

Dia in all class of soil including hard rock.<br />

(Approx quantity 1 No.)<br />

12 Supplying fitting and fixing flushing cistern(PVC) 10.5<br />

capacity.<br />

(Approx Quantity 2 Nos)<br />

R A T E :<br />

In figure: In words :<br />

Unit :<br />

Per M3<br />

Per M2<br />

Per M2<br />

Per M2<br />

Each<br />

Each<br />

Each<br />

It.<br />

No.<br />

1.(a)<br />

Schedule –B/1(General work)<br />

Description of work :<br />

For all chapters of Labour & Material<br />

Schedule of – 1996 except chapter VII<br />

(woodwork)ChapterXII(Pipelaying) &<br />

Chapter XIII(Sanitary installation) as<br />

indicated in Annexure –1.<br />

(Approx Basic Cost Rs.23,89,727/--)<br />

In fig : % above/<br />

below<br />

Note- Rate quoted against Schedule –B in % above or below only.<br />

R A T E<br />

In words : % above/ below<br />

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

Schedule –B/I1(Wood work)<br />

Signature of tenderers<br />

Date:


It.<br />

No.<br />

Description of work :<br />

(In fig )<br />

R A T E<br />

( In word)<br />

% above/ below<br />

1.(a)<br />

It.<br />

No.<br />

1.(a)<br />

It<br />

No<br />

For chapter VII of Labour & Material<br />

Schedule 1996 as indicated in Annexure –II.<br />

(Approx Basic Cost Rs.1,52,711/--)<br />

Note- Rate quoted against Schedule –B in % above or below only.<br />

Schedule –B/I1I (Pipe & Sanitary work)<br />

Description of work :<br />

For Chapter XII, XIII & XXI of Labour &<br />

Material Schedule 1996 as indicated in<br />

Annexure –III.<br />

(Approx Basic Cost Rs.1,30,191/-)<br />

In fig : % above/<br />

below<br />

Note- Rate quoted against Schedule –B in % above or below only.<br />

Schedule ‘C’<br />

Description of work :<br />

1. Supply of cement to site of work to extent<br />

as required by the railway use in this work,<br />

Rate quoted shall includes all cost of<br />

transportation, stacking and all other<br />

incidental charges.<br />

a) OPC-Conforming to IS-269/ high<br />

Alumnia strength cement<br />

(Approx quantity : 420 MT )<br />

b) Reinforcement M.S. Rod confirming<br />

to IS 43 Gr. I of any diameters.<br />

(Approx. quantity : 61 MT )<br />

R A T E<br />

R A T E<br />

In fig : In words :<br />

In words : % above/ below<br />

Unit :<br />

Per<br />

MT<br />

Per<br />

MT<br />

Signature of tenderers<br />

Date….<br />

Sr.DEN/2


Annexure-I ( General work.)<br />

Sl. Description of item : Qty : Rate : Unit: Amount : Ch. It. Page.<br />

No.<br />

1 Earth work in foundation 450 M3 268.82 10M3 12,096.90 10 19 118<br />

2 Earth work in oridy. soil 500M3 199.23 10M3 9,961.50 10 2 116<br />

3 Lear for each 30 m after 1 st 650M3 4`1.12x4 10M3 10,691.20 10 17 117<br />

30 m upto maximum 150m<br />

(Extra 4 lead)<br />

4 -do- over 150 m upto 330m<br />

Extra 6 lead)<br />

650M3 30.81x6 10M3 12,015.90 10 17(a) 117<br />

5 -d0- do - over 330 m and upto 650M3 24.66x5 10M3 8,014.50 10 17(b) 117<br />

480m(Extra 5 lead)<br />

6 -do- 0ver 480 m and upto 630m 650M3 24.66x5 10M3 8,014.50 10 17c 117<br />

(Extra 5 lead)<br />

7 Dismantling brick work 160M3 70.95 M3 11,352.00 15 7 192<br />

8 Dismantling C.C. 1:2:4 300M3 100.79 M3 30,237.00 15 3 192<br />

9 Dismantling R.C.C. 1:2:4 20M3 123.99 M3 2,479.80 15 4 192<br />

10 Supply of sand 500M3 120.00 M3 60,000.00 21 10 202<br />

11 Brick flat soling 900M2 380.36 10M2 34,232.20 4 6 50<br />

12 C.C. in foundation 1:3:6 180M3 386.20 M3 69,516.00 2 10 16<br />

13 C.C. bed stone 1:2:4 150M3 11.29 0.01M3 1,69,350.00 2 20 18<br />

14 R.C.C. 1:2:4 in beam and cantilever 50M3 13.13 0.01M3 65,650.00 2 27 20<br />

15 R.C.C .in roof slab 100mm thick 800M2 887.54 10M2 71,002200 2 77 28<br />

1:2:4<br />

16 R.C.C. in lentel 1:2:4 40M3 10.70 0.01M3 42,800.00 2 44(a) 22<br />

17 R.C.C. in chajja 75mm thick 1:2:4 70M3 727.30 10M2 5,091.10 2 86 28<br />

18 Brick work 2 nd class upto plinth 1:6 175M3 557.77 M3 97,609.75 3 19 36<br />

19 -do- above plinth 1:6 500M3 536.82 M3 2,68,410.00 3 39 38<br />

20 -do- upto plinth 1:4 70M3 555.19 M3 38,863.30 3 18 34<br />

21 -do –above plinth 1:4 30M3 584.22 M3 17,526.60 3 38 38<br />

22 -do- 115 to 125mm thick 1:6 20M3 605.56 M3 12,111.20 3 76 40<br />

23 -do- 115 t0 125 mm thick 1:4 30M3 602.98 M3 18,089.40 3 75 40<br />

24 13mm thick ordinary Cement 3100M2 97.67 10M2 30,277.70 4 48 54<br />

plaster1:6<br />

25 13mm thick smooth cement plaster 210M2 129.24 10M2 2,714.04 4 61 56<br />

1:3<br />

26 G. Flooring 50 mm thick 1:2:4 400M2 350.24 10M2 14,009.60 4 23 52<br />

27 -do 25mm 1:2:4 800M2 222.83 10M2 17,826.40 4 21 52<br />

28 4mm thick colour glazed tiles 100M2 4245.31 10M2 42,453.10 4 85(iii) 62<br />

29 Lime punning 3mm thick 2200M2 112.48 10M2 24,745.60 4 58 56<br />

30 Supplying ,fitting and fixing C.I. 120m 314.38 m 37,725.60 5 40 78<br />

rain water pipe 150mm dia<br />

31 White washing 2 coats 900M2 17.75 10M2 1,597.50 6 2 88


32 Mixing blue 900M2 1.46 10M2 131.40 6 28 90<br />

33 Applying plastic emulsion paint 2200M2 15.32 M2 33,704.00 14 30 185<br />

34 Colour washing with ready made 1100M2 159.18 10M2 17,509.80 6 24 90<br />

snowcem exterior 2 coat<br />

35 Manufacturing , fitting & fixing 10Qtl 2333.60 Qtl 23,336.00 11 25 122<br />

M.S. Grill<br />

36 Painting iron work 2 coats 160M2 22.60 M2 3,616.00 14 4 183<br />

37 R.C.C. in column 1:2:4 260M3 10.98 0.01M3 2,85,480.00 2 30 21<br />

38 R.C.C raft foundation 1:2:4 16M3 8.32 0.01M3 13,312.00 2 47 23<br />

39 25mm thick mosaic flooring 400M2 1596.43 10M2 63,857.20 4 73 59<br />

40 Supplying , fitting and fixing false 400M2 1147.00 M2 4,58,800.00 5 68 87<br />

ceiling<br />

41 2mm thick PVC Flooring 400M2 291.26 M2 1,16,504.00 4 96 67<br />

42 6mm. th. Ceiling plaster 1:3 900M2 96.03 10M2 8,642.70 4 57 57<br />

43 R.C.C in facia work for star case. 10M3 19.03 0.01M3 19,030.00 2 66 27<br />

44 Fixing Pre cast slab 81M2 142.12 10M2 1151.17 2 104 31<br />

45 R.C.C. in plinth band 1:2:4 20M3 10.01 0.01M3 20,020.00 2 443a 23<br />

46 25 mm thick D.P.C. 5M2 241.87 10M2 120.94 2 110 33<br />

47 Colour washing with ready made 50M2 159.18 10M2 795.90 6 22 90<br />

snowcem interior two coats<br />

48 Dry brick backing 10M3 127.83 M3 1,278.30 3 121 45<br />

49 C.C.C. 1:2:4 Pre cast 11M3 7.94 0.01m3 8,734.00 2 23 19<br />

50 Extra rate for watering and 500M3 54.54 10M3 2727.00 10 20 119<br />

ramming for surface<br />

51 Brick –on-edge flooring in lime<br />

with flush pointed in cement 1:3<br />

750M2 860. 15 10M2 64,511.25 4 17 53<br />

Total Rs. 23,89,727.25<br />

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

Signature of tenderers<br />

Date:


Annexure-II ( Wood work)<br />

Sl. Description of item : Qty : Rate : Unit: Amount : Ch. .Page Item<br />

No.<br />

1 Supplying ,fitting & fixing Rolling 3.36 m2 1421.00 M2 4774.56 7 100 86(a)<br />

shutter<br />

2 -do- do- collapsible gate 3.78 m2 1016.00 M2 3840.48 7 101 89<br />

3 Supply of salwood door & window 1 m3 227.90 0.01m3 22790.00 7 91 2<br />

frame<br />

4 Fixing door frame 21 nos. 27.17 Each 570.57 7 91 3<br />

5 Fixing window frame 04 nos. 13.60 Each 54.40 7 91 4<br />

6 Supplying & fixing 37mm. thick 46 m2 99.59 0.1m2 45,811.40 7 96 41<br />

Flush door<br />

7 S . F . F . PVC door frame 80m 229.00 m 18320.00 7 101 92<br />

8 S . F . F . PVC door shutter 27 m2 1787.00 M2 48249.00 7 101 93(a)<br />

9 - do - glazed window leaves 3 m2 68.85 0.1 m2 2065.50 7 92 10<br />

10 Supply of Aluminium butt hinges 45 nos. 16.00 Each 720.00 7 105 101(e)<br />

100mm.<br />

11 - do - M.S.. butt hinges 40mm. 25 nos. 1.50 Each 37.50 7 105 102(a)<br />

12 - do - heavy wt. M.S.. butt 8 nos. 3.00 Each 24.00 7 105 102(d)<br />

hinges 75mm.<br />

13 - do - do - m.s.butt hinges 100mm 63 nos. 3.80 Each 239.40 7 105 102(e)<br />

14 do do - Aluminium polished 360 nos. 0.20 Each 72.00 7 105 104©<br />

steel wood screw 30mm.<br />

15 -do –M.S. screw 20mm 36 nos. 0.12 Each 4.32 7 106 105(a)<br />

16 -do –do - 30mm. 652 nos. 0.16 Each 104.32 7 106 105©<br />

17 -do do - 65mm. 50 nos. 0.36 Each 18.00 7 106 105(f)<br />

18 -do – Aluminium door handle 46 nos. 8.00 Each 368.00 7 106 107(a)<br />

with screw 100mm.<br />

19 -- do - M.S. tower bolt 100mm. 4 nos. 5.00 Each 20.00 7 107 111(a)<br />

20 ---do - do - 150mm. 42nos. 6.50 Each 273.00 7 107 111(b)<br />

21 - do - window buffer block 25 nos. 6.25 Each 156.25 7 107 120<br />

22 - do - hinge cleat 75x50x38mm 25 nos. 3.50 Each 87.50 7 107 121<br />

23 - do - iron door ring 50mm dia. 84 nos. 5.00 Each 420.00 7 106 108(b)<br />

24 - do - do -- 38mm. dia 4 nos 4.00 Each 16.00 7 106 108(a)<br />

25 - do - Brass door rim lock 21 nos. 175.00 Each 3675.00 7 106 106©<br />

150mm.<br />

Total Rs. 1,52,711.20<br />

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

Signature of tenderers<br />

Date:


Annexure-III(Pipe line & Sanitary Installation )<br />

Sl. Description of item : Qty : Rate : Unit: Amount : Ch. .Page Item<br />

No.<br />

1 S .F .F. G.I. Pipe 80mm dia 100 m 260.09 m 26,009.00 12 129 3(b)<br />

2 S .F .F. G.I. elbow 80mm 02 nos. 107.10 Each 214.20 12 120 4B(h)<br />

3 --do -G.I. socket 80mm. dia. 01 no 48.37 Each 48.37 13 161 7D(h)<br />

4 - do - G.I. union 80mm. dia 04 nos. 274.88 Each 1099.52 13 163 7M(h)<br />

5 - do - G.I. flange 80mm. dia. 12 nos. 179.12 Each 2149.44 12 147 43©<br />

6 - do - G.I. R/Tee 80X80X50mm. 01no 128.47 Each 128.47 12 131 4D(s)<br />

7 - do -G.I. Gate valve 80mm 01 no 626.53 Each 626.53 12 142 21A(b)<br />

8 - do – G.I. pipe 25mm. dia. 190m 89.61 m 17025.90 12 129 3©<br />

9 - do - G.I. elbow 25mm. dia. 04 nos. 14.00 Each 56.00 12 130 4B©<br />

10 - do - G.I. socket 25mm dia. 02 nos. 9.95 Each 19.90 13 161 7D©<br />

11 - do - G.I. union 25mm. dia. 08nos. 29.20 Each 233.60 13 163 7M©<br />

12 - do - G.I. R/Tee 25X 25X 15 02 nos. 17.43 Each 34.86 12 131 4D(b)<br />

13 - do - G.I. Gate valve 25 mm. 02 nos. 90.62 Each 181.24 12 142 21A©<br />

14 - do - G.I. pipe 15mm. dia. 100m 55.27 m 5527.00 12 129 3(a)<br />

15 - do - G.I. elbow 15 mm. dia. 20 nos. 8.99 Each 179.80 12 130 4B(a)<br />

16 - do - G.I. socket 15 mm. dia. 10 nos. 6.57 Each 65.70 12 133 5D(a)<br />

17 - do - G.I. Tee 15 X15 X15mm. 10nos. 8.99 Each 89.90 12 131 4C(a)<br />

18 - do - G.I. wheel valve 15mm. 10nos. 74.93 Each 749.30 12 142 21B(a)<br />

19 - do - floating ball valve 20mm. 01 nos. 66.54 Each 66,54 13 167 28©<br />

20 - do - G.I. R/Socket 25 X 20 mm. 01nos. 9.95 Each 9.95 12 133 5E(b)<br />

21 Supplying, hoisting, fitting & 01no 11510.00 Each 11510.56 12 145 33(d)<br />

Fixing polythene water storage<br />

Tank 2500 ltr. capacity<br />

22 Supplying ,fitting & fixing India 04 nos. 843.79 Each 3375.16 13 168 35(a)<br />

Make white glazed wash basin 630<br />

X 450mm.<br />

23 - do - do - water closet 580mm. 02 nos. 962.27 Each 1924.54 13 169 38(e)<br />

24 - do - do - Bevelled edge mirror 04 nos. 255.42 Each 1021.68 13 170 40<br />

600 X 450 mm.<br />

25 - do - do C.P. brass towel rail 04 nos. 157.68 Each 630.72 13 171 48(a)<br />

750 X 25mm. size<br />

26 - do - do - Soap dishes 02 nos. 35.34 Each 70.68 13 171 52<br />

27 -do - do – white glazed urinal 04 nos. 300.67 Each 1202.68 13 172 53(a)<br />

430 X 350 X260 mm.<br />

28 do – do - C.P. shower rose 02 nos. 25.43 Each 50.86 12 141 20(a)<br />

15mm. dia X 100mm.<br />

29 -do - do - Brass stop cock 15mm. 04 nos. 44.39 Each 177.56 12 141 17(a)<br />

dia.<br />

30 -do - do - Brass bib cock 15mm. 08 nos. 45.51 Each 364.08 12 141 16(a)<br />

dia.<br />

31 Supplying & laying C.I .pipe 80 m 597.30 m 47,784.00 12 124 1(vi)


150 mm. dia.<br />

32 Supplying, laying & jointing earth- 25 nos. 48.19 Each 1204.75 12 136 10(a)<br />

Enwarre pipe 150 mm. dia.<br />

33 - do - do - 200 mm. dia. 15 nos. 75.20 Each 1128.00 12 136 10(d)<br />

34 Supplying ,fitting & fixing H.C.I.<br />

Soil or vent pipe 100 mm.<br />

35 -do - do - H.C.I. soil bend with<br />

door 100 mm. dia.<br />

36 -do - do – H.C.I. soil junction<br />

with door 100 mm. dia.<br />

20 m 157.23 m 3144.60 13 174 62(a)<br />

10 nos. 109.67 Each 1096.70 13 174 63(b)<br />

08 nos. 123.66 Each 989.28 13 175 64(b)<br />

Total -- Rs. 1,30,191.07<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. 05/12 of 2005-06 Open/Limited/Single<br />

Name of work : Gomoh Station :- Replacement of worn out lever frame on age cum –<br />

condition basis at GMO by Route Relay Interlocking (RRI) under Sr.<br />

Divisional Engineer (2)/ E.C. Rly. Dhanbad .<br />

I/We offer general rebate of ………………………% (in figures) ………………………<br />

percent (in workds) as a lump 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 ame 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:


1. The contractor shall not start the any work without the presence of railway supervisor or his<br />

representative and contractors supervisor at site.<br />

2. The Engineer In-charge shall approve the methodology proposed to be adopted by the<br />

contractor, with a view to ensure safety of trains , passengers and workers and he shall also<br />

ensure that the methods and arrangements are actually available at site before start the work<br />

and the contractor’s supervisors and the workers have clearly understood the safety aspects<br />

and requirements to be adopted / followed while executing the work.<br />

3. There shall be an assurance register kept at each site, which will have to be signed by both,<br />

i.e. Railway supervisor or his representative as well as the contractor’s supervisor as a token<br />

or their having understood the safety precautions to be observed at site.<br />

Tenderer…………………………………..<br />

Date………,………………………………<br />

for Divisional Railway Manager,<br />

E.C Railway/ Dhanbad.


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<br />

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

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!