SlideShare uma empresa Scribd logo
1 de 79
Baixar para ler offline
Revised tender document of Tender No.: ECR/S&T/OT/162

Tender NO. ECR/S&T/OT/162.

Dt. -26.07.2013

Name of work:

“Supply, Installation, Testing and Commissioning of CCTV Surveillance system,
Access Control system, Personal & Baggage Screening system & Integrating them as a functional security
system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three
(3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur &
Raxaul Railway Stations of East Central Railway ”.

.

PACKET – I
TECHNICAL BID DOCUMENT
(TWO PACKET SYSTEM)

COST – Rs.10,000/COST BY POST – Rs.10,500/-

1

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

INDEX

Sl.
No.

Topics

Page No.

1.

Top cover

1

2.

Index

2

3.

Copy of NIT

4

Top Sheet

6

5.

Check List

7

6.

Offer Letter

8

7.

Instructions to Tenderers & Conditions of Tender

9-19

8.

Special Conditions of Contract ( part I)

20-37

9.

General Conditions of Contract

10.

Special Conditions of Contract (Part-II)

39-65

11.

Scheme of Implementation of CCTV at stations

66-72

12

Financial Bid (Schedule of work) (Packet II)

73-79

3-5

38

2

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

EAST CENTRAL RAILWAY
Office of the
General Manager (S&T), Hajipur
Dated: 26.07.2013

Tender Notice No. – 05 of 13-14
TENDER NOTICE

The Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi Kala, Hajipur844101 invites “Sealed Open Tenders” (under Two Packet Open Tendering System) for and on behalf of the
President of India from experienced bonafide and reliable contractors in prescribed form for the under mentioned
work of East Central Railway.
Tender No.

Name of Work

ECR/S&T/OT/162.
“Supply, Installation, Testing and Commissioning of CCTV Surveillance
system, Access Control system, Personal & Baggage Screening system &
Integrating them as a functional security system and AMC for three (3)
years (optional for Railway) after expiry of the warranty period of three (3)
years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai,
Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central
Railway ”.

Approximate Cost

Rs 14,78,94,898/- (Rs. Fourteen Crore Seventy eight Lacs Ninety Four
Thousand Eight Hundred Ninety Eight only).

Earnest Money

Rs. 8,89,480/- (Rs. Eight Lacs Eighty nine Thousand Four hundred Eighty
only.)

Cost of Tender form (Rs.)

Rs. 10000/- & Rs. 500/- Extra if required by Post.

Web site particulars where
complete details of tender
can be seen.

The tender Notice and tender documents can also be downloaded from ECR
Website www.ecr.indianrailways.gov.in & Govt. of India website
www.tenders.gov.in.

Completion period
Last Date and Time of
submission
Tender Opening Date &
Time
Venue of Tender
submission & opening.
Validity of Offer
Date from which Tender
Documents will be
available for Sale.

09 months (Nine months)
30.09.2013 at 12.00 Hrs.
30.09.2013 at 12.30 Hrs. (Only Technical Bid Packet I will be opened)
Office of the CSTE, East Central Railway HQ, Dighi Kala, Hajpur - 844101.
180 Days.
05.08.2013.

Tender without earnest money will be summarily rejected.
Further particulars and tender form can be obtained from the Office of the CSTE, East Central Railway HQ,
Dighi Kala, Hajpur – 844101 on any working day on submission of money receipt of deposited amount of Rs.
10,000/- to Chief Booking Cashier/Hajipur or Danapur or Sonpur per set. The tender documents can also be
downloaded from ECR Website www.ecr.indianrailways.gov.in & Govt. of India website
www.tenders.gov.in and used, for which the cost of tender document should be submitted along with the tender
in shape of crossed Demand Draft or Bankers Cheque (Non refundable) payable at Hajipur in favour of
FA&CAO/ECR/Hajipur.

3

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

Tenderer(s) using the tender document downloaded from the website, should watch the websites for the
corrigendum/addendum to the NIT/Tender document, if any, as there will not be any separate communication
for the same.
Railway administration will not be responsible for any delay/difficulties of the downloading facility
from Internet for any reason whatsoever. In case of any discrepancy between the English version of tender
notice and its Hindi translation, the concerned content of English version shall prevail and will be binding on
the tenderer(s). In case of any discrepancy between the tender documents downloaded from Internet and the
approved master copy available in this office, the latter shall prevail and will be binding on the tenderer (s). No
claim on this account will be entertained.
If required by post, the request for tender form must be accompanied by crossed Demand Draft of
Rs.10,500/- (Rs. Ten thousand five hundred only)in favour of FA & CAO/ECR/Hajipur. Tender forms
requested by registered post will be on the risk of the applicant. However, no responsibility will be taken by
Railway for delay/loss/non-receipt of tender documents sent to them by post.
Cost of Tender documents is non-refundable and Tender documents are non-transferable.
Eligibility Criterion
Should have completed in last 3 At least one similar single work for a minimum value
financial years (i.e current year and of 35% of advertised tender value.
3 previous financial years).
The total value of similar nature of works
completed during the qualifying period, and not the
payment received within the qualifying period alone,
will be considered.
Total contract amount received Should be minimum of 150% of advertised tender
during the last 3 financial years and value.
in the current financial year.
The tenderer has to produce attested certificates
from the employer/ client, audited balance sheet duly
certified by chartered accountant etc., along with the
tender offer.
Definition of Similar Nature work is as under:
“Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control
system, Personal & Baggage Screening system & Integrating them as a functional security system
anywhere under Government/Semi-Government/Government Undertaking/Government Controlled
Institution/ Government Controlled Projects/Public Sector Undertakings ”.

The tenderer should have experience in three field out of four above mentioned fields in India or
abroad.
Tenders not accompanied with documents in support of credentials, as stated above shall not be considered and
will be rejected summarily. Tenderers are advised to visit the site of work for better appreciation of the local
conditions before submitting their offer.
Tender forms complete in all respect with all credentials duly sealed in an envelope and mentioning the
name of work, should be deposited in the tender box allotted for the purpose in the Office of the CSTE, East
Central Railway HQ, Dighi Kala, Hajpur - 844101. Tender duly sealed in the prescribed manner can also be
sent through registered post so as to reach this office not later than date and time specified above. Any tender
received after the specified date/time shall be a late/ delayed tender and liable to be summarily rejected. In case
the last date of submission of tender papers happens to be a holiday, the tender papers will be received and
opened on the next working day at the same time.

4

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

If the tenderer(s) deliberately give(s) wrong information about credentials etc. in tenders and
thereby create(s) circumstances for acceptance of tender, Railway reserves the right to reject such tender
at any stage, besides, shall suspend the business with him/them for one year.
Joint ventures/Consortium will also be accepted. The same shall be governed as per relevant conditions
given in the tender document.
Pre bid conference will be held on 19.08.13 From 11.00 hrs to 17.00 hrs in new Conference hall , General
Manager office at Hajipur. It has already been held.
Other terms and conditions are given in the tender documents.
Payments:- Payment to the contractor would be made through NEFT/ECS.
For any clarification following officers may be contacted on any working day between 10.00AM to 05.00 PM.
Ph. No. 06224-273418. - Chief Signal & Telecom Engineer (Project)/Hajipur
Ph. No. 06224-274318 - Dy. Chief Signal & Telecom Engineer (Project)/Hajipur

Dy.CSTE/Project
for General Manager (S&T) / Hajipur
for and on behalf of the President of Union of India

5

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

TOP SHEET
1)

Tender Notice No.

:

Tender Notice No:- 5 of 2013-14.
Date:- 26.07.2013

2)

Tender No.

:

ECR/S&T/OT/162

“Supply, Installation, Testing and Commissioning of
CCTV Surveillance system, Access Control system,
Personal & Baggage Screening system & Integrating
them as a functional security system and AMC for
three (3) years (optional for Railway) after expiry of
:
the warranty period of three (3) years” at 7 stations
viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai,
Muzaffarpur, Samastipur & Raxaul Railway Stations
of East Central Railway ”.

3)

Name of work

4)

Approximate cost (Rs.)

5)

Completion period

Rs 14,78,94,898/- (Rs. Fourteen Crore Seventy eight
: Lacs Ninety Four Thousand Eight Hundred Ninety
Eight only).
: 09 Months (Nine Months) from date of issue of LOA.

6)

Earnest Money (Rs.)

:

7)

Date from which tender
documents will be
available for sale

: 05.08.2013.

8)

Date of opening

Rs. 8,89,480/- (Rs. Eight Lacs Eighty nine Thousand
Four hundred Eighty only.)

10)

Cost of tender document
(Rs.)

: 30.09.2013 at 12.30 Hrs.
The details of the tender and the tender notice including
eligibility criteria & definition of Similar nature of work
can
be
seen
from
websites–
and
‘www.
: ‘www.ecr.indianrailways.gov.in’
tenders.gov.in’ and on the notice board of the office of the
Chief Signal and Telecommunication Engineer, East
Central Railway HQ, Dighi kala, Hajipur-844101.
10,000/- By cash
:
10,500/- By post

11)

Sold to

: M/s.

12)

Validity of offer

: 180 Days

9)

Website particulars and
Notice Board locations
where complete details of
the tender can be seen

Details of deposit of cost of
Tender Document ____________________ MR No._______________ Date_________

`____________________ Issued by Chief OS (Project),
E.C.Rly.

Signatures of Contractor

Signatures of Issuing official
6

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

CHECK
1.
2.
3.
4.
5.
6.
7.
8.
9.
10

11
12
13

14

15
16

17
18

LIST

Are you eligible as per qualification Criteria given vide Para 2.5 of instructions to
Tenderers & Conditions of Tender” and submitted the documents in support?
Have you enclosed money receipt/Demand Draft for cost of the Tender Document?
Have you submitted Earnest Money?
Full and clear Postal address.
Have you furnished valid Sales Tax Clearance Certificate (latest)-Not required
Have you furnished list of works meeting qualifying criterion no.1 and documents
testifying these?
Have you furnished summarized position w.r.t. meeting qualifying criterion no.2 and
documents testifying these?
Have you furnished the details regarding constitution of the firm duly attested & the
Power of Attorney?
Have you furnished the documents as required under Para –2 of Instructions to
Tenderers & Conditions of Tender?
Have you enclosed bar chart / pert Chart along with your tender indicating the
completion period of various activities and noted to complete the work as per the
completion period and time-schedule defined?
Corrections, if any, to be attested by the Tenderer.
Acknowledgement of Letter of Acceptance – within 7 days from the date of issue.
Tenderer must submit only deviation from the General condition of contract,
Instructions to tenderer and condition of tender, Special condition of contract (s),
technical specifications as issued by RDSO, Forms of tender, etc.
The tenderer is required to quote only the ‘% above/ below’ at the summary sheet of
the schedule of work to be submitted in the Financial Bid (Part-II) for all items of
the schedule.
Tenderer must submit the bids in two packets of Part-I and Part-II.
Part-I :
Technical Bid – Copy of Notice Inviting Tender, Check List, Instructions to
Tenderers, General Conditions of Contract, Special Conditions of Contract,
Technical Specifications, Forms of tender, etc.
Part-II :
Financial Bid –Schedule of Works.
NOTE :The above check list is not exhaustive. The Tenderer must go through carefully the
entire booklet and submit the tender complying with all the conditions/provisions/
instructions mentioned therein irrespective of the fact that they have been
highlighted in the check list or not.

SIGNATURE ……………………………………

Name ...................................................................

SEAL OF THE TENDERER.

7

Signature of Tenderer(s)

Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No

Yes/ No
Yes/ No
Yes/ No

Yes/ No

Yes/ No
Yes/ No

Yes/ No
Revised tender document of Tender No.: ECR/S&T/OT/162

OFFER LETTER
TO
THE PRESIDENT OF INDIA
THROUGH
CHIEF SIGNAL & TELECOM ENGINEER,
EAST CENTRAL RAILWAY, HEAD QUARTER OFFICE,
HAJIPUR.

Name of work: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system,
Access Control system, Personal & Baggage Screening system & Integrating them as a functional security
system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three
(3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur &
Raxaul Railway Stations of East Central Railway ”.
1.

2.

3.

4.
5.

6.

(a)
(b)

(c)
(7)

Having examined the detailed scope of the work, conditions of tender and specifications for the
execution of the above named work. I/We, the undersigned, submit our offer as detailed in the tender
document and agree to abide by the said conditions.
It is hereby certified that I/We understand the instructions to tenderers, the general and special
conditions of tender/contract and technical specifications attached to the tender document and are
thoroughly aware of the nature of work/supply required. My/Our offer is to complete the whole of work
strictly in accordance with the requirements and terms of the tender.
I/ We agree to abide by this tender and keep this tender open for acceptance for a period of 180 days
from the date fixed for opening the same and which may be accepted at any time before expiry of the
said period and in default thereof, I/We will be liable to forfeiture of my / our Earnest Money.
I/We hereby bind myself/our self to complete the work within 09 months from the date of issue of
“Letter of Acceptance” of the tender.
Unless and until an agreement is prepared and executed, this tender together with your written
acceptance there of, shall constitute a binding contract between us, subject to modifications as may be
mutually agreed to between us, and indicated in the letter of acceptance of my / our offer for this work.
A sum of Rs. 8,89,480/- (Rs. Eight Lacs Eighty nine Thousand Four hundred Eighty only.) in
prescribed form, is herewith forwarded towards “Earnest Money”. The full value of the “Earnest
Money” shall stand forfeited without prejudice to any other right ifI/We fail to observe or comply with the foregoing stipulations.
I /We do not execute the contract document within 15 days after receipt of the notice issued by the
Railway that such documents are ready or,
I/We do not commence the work within 15 days after receipt of the orders to that effect.
I/We understand that you are not bound to accept the lowest or any tender, you may receive.

Contractor (s) Address:

Signature of Contractor (s)
Dated: ______________

Signature of witnesses
1._______________________
2.________________________

8

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

INSTRUCTIONS TO TENDERERS & CONDITIONS OF TENDER
NAME OF WORK:
“Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system,
Personal & Baggage Screening system & Integrating them as a functional security system and AMC for
three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations
viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway
Stations of East Central Railway ”.
1.0. TENDER NOTICE:
The details of the tender and the tender notice including eligibility criteria & definition of similar nature of work
can be seen from websites–‘www.ecr.indianrailways.gov.in’ and ‘www. tenders.gov.in’ and on the notice board
of the office of the Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala,
Hajipur-844101.
1.1. SALE OF TENDER FORMS:
Tender Documents (non-transferable) can be obtained from the office of the Chief Signal and
Telecommunication Engineer, East Central Railway HQ, Dighi Kala, Hajipur-844101 on any working day
during working hours from 10:00 Hrs to 17:00 Hrs within the period from 05.08.2013 to 27.09.2013 as per
above programme on cash payment or Demand Draft issued by any Nationalized Bank of India duly pledged in
favour of FA&CAO/ECR/Hajipur, payable at Hajipur (non-refundable) of Rs 10,000/- (Rs. Ten Thousand only)
per set towards the cost of the tender document. If the request is for issue of tender form by Registered / Speed
Post, an additional amount of Rs.500/- (in form of DD or Cash receipt) needed to be sent sufficiently in advance
to avoid postal delay or any other lapse. Postal order & Cheques will not be accepted.
Following documents will form part of the contract:i)
ii)

Offer letter.
Instructions to tenderers & conditions of tender.

iii)

General Conditions of Contract of East Central Railway (as corrected up to date) obtainable from
General Manager’s office of East Central Railway on payment.

iv)

Special Conditions of contract.

v)

Schedule of work and quantities.

vi)

Specifications and Drawings obtainable from RDSO/East Central Railway as indicated in tender
document – on payment.

1.1.1

If there is a contradiction between the “Instructions to tenderers & Conditions of tender” &
“Special Conditions of Contract” mentioned in this tender on the one hand and “General
Conditions of Contract”, the former shall prevail.

1.1.2

Where if any deviation in the instant specification w.r.t RDSO specification or latest arises, later
shall prevail.

1.2.

SITE OF WORK:

The intending tenderer is advised to study the tender documents, concerned specifications and other instructions
carefully. The tenderer shall inspect the proposed sites of work and acquaint himself / themselves with the site
conditions, working hours and all relevant items connected with execution of the work. No claim shall be
entertained for the contractors making his / their own arrangements for approaches / approach road from out
side Rly. land and contractors will bear entire expenses such as road taxes payment for right of way, etc. to
outsiders and for constructions of approaches / approach road etc.
9

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

The submission of tender shall be deemed to have been done after careful study and examination of the tender
papers with full understanding of the implications thereof.
1.3.

SUBMISSION OF TENDERS:

The tender must be submitted on the prescribed tender form enclosed in sealed cover super-scribed “Tender No.
ECR/S&T/OT/162 in Original” and may be sent by registered post to the Chief Signal & Telecom Engineer,
East Central Railway HQ, Dighi Kala, Hajipur – 844101 so as to reach this office not later than the due Date
and Time of submission of tenders or deposited in the box kept for the purpose in this offices. The box will be
sealed at the due date and time. Tender received after the time and date specified may not be considered. Any
tender delivered or sent otherwise or lost in transit will be at the risk of the tenderers. In case the day of opening
happens to be a holiday, the tender will be deposited / opened at the same time and at the same place on the next
working day.
1.3.1. SIGNING OF TENDER:
a) All offers shall be either type written or hand-written neatly in indelible ink. Each page of the offer must be
numbered sequentially. A reference of total number of pages comprising the offer must be made at the top
right hand corner of the top page.
b) All copies of the tender paper shall be signed in ink by the tenderer, on each page including closing page, in
token of his having studied the tender papers care fully.
1.3.2. LOCAL CONDITIONS:
It will be imperative on each tenderer to fully acquaint himself with all the local conditions and factors, which
would have any effect on the performance of the contract and cost of the stores & services. The purchaser shall
not entertain any request for clarifications from the tenderer regarding local conditions. No request for the
change of price or time schedule of delivery of stores and services shall be entertained after his offer is accepted
by the purchaser.
1.3.3

CONTENTS OF BID

1.3.3.1 The tender shall be submitted in two parts i.e. the Technical Bid which will be referred as Part-I, and the
Financial Bid which will be referred to as Part-II. Both bids shall be sealed in separate envelopes and both
envelopes will be put in one large envelope. Both the inner envelopes will bear tender number, its description,
name of the tenderer, date of opening and will be clearly marked as “TECHNICAL BID” for Part-I and
“FINANCIAL BID” for part-II as the case may be in large block letters at a prominent place.
The outer envelope will also bear the tender number, its description, name of the tenderer, date of opening and
will be clearly marked as “OUTER ENVELOPE-CONTAINING BOTH TECHNICAL AND FINANCIAL
BIDs”.
All the three envelopes should bear the tender number, its description and date of opening.
NOTE: FINANCIAL OFFERS WILL BE OPENED SUBSEQUENTLY ON A DATE TO BE
SPECIFIED LATER.
1.3.3.2 The tenderer shall submit his offer in a sealed cover. The tenderer shall seal all the envelopes specified
above.
1.3.4

The TECHNICAL BID shall contain the following:

1.3.4.1 The documents required for fulfilling the Technical System Qualifying Criteria and Financial
Qualifying Criteria.

10

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

1.3.4.2. Tenderer must submit only deviation from the General conditions of contract, Instructions to
tenderers and conditions of tender, special conditions of contract, technical specifications as
issued by RDSO, Forms of tender, etc. If no deviation is given with respect to above, it will be
presumed that the tenderer is complying with all the tender conditions i.e. General conditions of
contract, Instructions to tenderers and conditions of tender, Special conditions of contract,
technical specifications as issued by RDSO, Forms of tender, etc.
1.3.4.3 A brief outline of system proposed along with diagrams & drawings, description of the equipment &
materials used in the system, along with cross reference with the equipment specifications shall be
enclosed. Details of proposed power supply system shall also be included.
1.3.4.4 Full Tech. Specifications of the equipment & sub-system shall be as per RDSO specifications for
different items or latest.
1.3.4.5 A list of test equipment and other special tools as required for data input, simulation testing,
installation and maintenance etc. of the system and a detailed write-up about the procedure to be
adopted for use of the same.
1.3.4.6 List of spare parts as recommended by the manufacturer shall be enclosed.
1.3.4.7 Earnest Money in prescribed form shall be submitted with tender.
1.3.4.8 The time schedule of work including BAR/PERT Charts shall be submitted with tender indicating
detailed program of completion of various activities and also indicating number of persons including
skilled / supervisory staff which he would be employing for each activity so as to complete the work in
the defined period as per the pert/bar chart.
1.3.4.9 The other documents/ details as given in the tender documents.
NOTE:
The Technical Bid (Part-I), under no circumstances, should contain the details of the % above/
below regarding rates/ costs offered, otherwise the tender shall be summarily rejected.
1.3.5 Part-II Financial Bid :
Shall be super-scribed with FINANCIAL BID (PART-II) along with tender number and description and
seal. It shall contain :
1.3.5.1 The schedule of work with summary sheet. The tenderers are required to quote only the %above/
below (in figures and words) for the schedule of work on the proforma at the summary sheet of
the Schedule of work only as it contain the quantity, rate and amount against all the items. In
case, the tenderer gives the % above/ below at any other place in the tender/ offer, it will not be
considered and their offer will be summarily rejected.
If the tenderer does not give any value, then it will be treated as ‘AT PAR” for such items/ Part of
the work. . If the tenderer does not give Percentage “ above/below” in the column,
then
percentage “above” will be considered for evaluation purpose.

The conditional rebate quoting is not allowed in any case/ circumstances. In case, if the tenderer
gives any condition in connection of rates/ costs while quoting the % above/ below on their offer,
it will not be considered, their offer will be summarily rejected.
1.3.5.2 An undertaking that the components/modules as also the main equipment quoted in the schedule
requirements will be supplied at the same unit rates or lower rates till the end of the warranty
11

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

period. Tenderer should quote their rate against AMC for 3 year after warranty period. They shall
also ensure life time /10 years support with respect to maintenance spares at mutually agreed
rates. It shall also contain an irrevocable undertaking that before manufacturing of any
component/module is discontinued, clear 24 months notice shall be given to Indian Railways.
This condition is to be observed for life time after expiry of the warranty period so that the
Railway can continue to procure spare for the components/modules from the suppliers. Period
of life-time shall be indicated.
1.3.5.3 An undertaking to the effect that additional quantities up to 25% of the contract value at the
same unit rates shall be supplied by the tenderer in case order for the additional quantity is
placed within the currency period of contract. It should be noted that this excludes additional
quantities that may be required as warranty or replacement due to defective design and
manufacture etc.
1.3.5.4 The tenderer must keep their offer open for acceptance for a minimum period of 180 days from the
date of opening of tenders.

1.4. OPENING OF TENDERS:
Opening of Bids by Railway
i)

Technical Bid of all the tenderers will be opened in the presence of Tenderers’ representatives who
choose to be present, in the office of the Chief Signal and Telecommunication Engineer, East Central
Railway HQ, Dighi kala, Hajipur-844101..

ii) After the technical evaluation of the tenders, the Financial Bids of all the eligible and technically
suitable tenders will be opened for final evaluation of the Bids on a date and time to be notified to all
eligible tenderers, in the presence of Tenderers’ representatives who choose to be present. The Financial
Bids of the tenderers considered technically unresponsive/unacceptable will be returned to them
unopened.
iii) The Tenderers’ representatives, who are present during the opening of Bids, shall sign a register as
token of their attendance. The representatives must bring authorization letter and submit the same.
In the event of the specified date of Bid opening being declared a holiday for the Railway, the Bids shall be
opened at the appointed time and location on the next working day.
1.5. VALIDITY OF OFFER:
The tenderer/s shall keep the offer open for a period of 180 days from the date of opening of the tender and
during this period tenderer/s cannot withdraw his/their offer subject to period being extended further, if required
by mutual agreement from time to time.
2. DOCUMENTS TO ACCOMPANY THE OFFER:
2.1.1. TECHNICAL BID:
a) List of documents, plans, equipment & facilities, which the tenderer expects to be supplied by Railways.
b) Layout plan for the indoor equipment and pre arrangement, if any, required to be done by railways for
installation of indoor equipments.
c) A certificate by the supplier that the system offered by him meets fully with the technical specifications
specified in the tender documents.

2.1.2. Tenderer must also submit the following documents:-

12

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

a) Audited balance sheet and income statement of current & last 3 financial years. This should also clearly
specify the amount of contractual payment received.
b) Detailed particulars of consultants to assist the company in the works, if any.

2.1.3. The tenderer must submit copies of certificates and testimonials with regards to: a) Works of similar nature executed successfully.
b) List of works meeting minimum eligibility criteria.
b) Time taken for completion of these works with reason for delay, if any, vis-à-vis completion period specified
in the contract.
c) Whether LD was imposed with respect to above.
d) Performance certificate from the clients in regard to works covered under item (a) above, signed by an
officer not below the rank of J.A. Grade for each completed work.

2.2. EARNEST MONEY:- The amount of Earnest money to be deposited as per value of the tender shall be as
under:
The tenderer shall be required to deposit earnest money with the tender for the due performance with the
stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The
earnest money shall be 2% of the estimated tender value for works estimated to cost up to Rs.1 crore and Rs.2
lakhs plus ½ % (half percent) of the excess of estimated cost of work beyond Rs.1 crore subject to a maximum
of Rs.1 crore as indicated in the Tender Notice. The earnest money shall be rounded to the nearest 10/-.The
earnest money shall be applicable for all modes of tendering.
In case, the tenderer withdraws his offer within the validity date of his offer or fails to undertake
the contract after acceptance of his tender, the full earnest money shall be forfeited. However, forfeiture
of the EMDs shall also be governed as per General Condition Contract of EC Railway (with upto latest
amendments and modifications).
Earnest money in the form of guarantee bonds will not be accepted.
2.2.1.
Tender must be accompanied by a sum of Rs. 8,89,480/- (Rs. Eight Lacs eighty nine Thousand four
hundred eighty only) as Earnest Money for this tender in the manner prescribed below, failing which tender
shall be summarily rejected. The tenderer shall hold the offer open till such date as may be specified in the
tender. It is understood that the tender documents have been sold/issued to tenderer and the tenderer is being
permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not
rescind from his offer or modify the terms and conditions thereof in a manner not acceptable to the Railway
administration. Should the tenderer fail to observe or comply with the foregoing stipulations, the amount
deposited, as earnest money shall be forfeited to the Railway. If the tender is accepted, the amount of Earnest
Money will be held, as part of security deposit for due and faithful fulfilment of the contract. The Earnest
Money of unsuccessful tenderers will, save as herein before provided, be returned to the unsuccessful tenderer
but the Railway shall not be responsible for any loss or depreciation that may happen to the Earnest Money
while in their possession nor be liable to pay interest thereon.
2.2.2. Earnest money is required to be deposited either in cash with the Cashier, or Chief Booking Clerk. E.C.R.
Hajipur or Danapur or Sonpur on any working day before 13:00 hrs or in any of the following forms in favour
of FA & CAO/ECR/Hajipur.
a) Deposit receipts; pay Orders or Demand Draft of S.B.I. or any of the nationalized Banks in favour of FA &
CAO / ECR.
b) Deposit receipts executed by the Schedule Banks (other than the State Bank of India and the nationalized
Banks) approved by the reserve Bank of India for the purpose. The deposit receipts in question are to be
covered by a confirmatory advice from the Reserve Bank of India in favour of FA& CAO/ECR.
c) Deposit receipt tendered by the schedule banks which have not been approved by the Reserve Bank of India
for the purpose, provided, the bank concerned lodges with the Reserve Bank of India requisite securities,
namely: cash receipt or Govt. securities in respect of the deposit receipts tendered by it and the RBI of India
13

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

advises the railway concerned that the bond may be deposited. The official cash receipts must be attached
with the tender failing which the tender will be rejected.
NOTE: 1) No interest shall be allowed on the earnest money by the Railway except that accrued by the bank on
the instrument (if applicable).
2) Tender forms not accompanied by the requisite EMD will be summarily rejected.
2.2.3. The standing lump sum earnest money deposited by the tenderers shall not be accepted towards this
tender.
2.3

STCC: Deleted.

2.4. CONSTITUTION OF FIRM AND POWER OF ATTORNEY:
a) Tenderer (s) should submit the constitution of his/their firm(s) and the Power of Attorney, if any. He/they are
also required to disclose whether he/they is/are carrying own business as individual, sole proprietor or in
partnership firm or in any company incorporated under the company’s Act. A copy of the agreement entered
into by joint Ventures/partners is to be submitted with the tender. Tender Documents in such cases, are to be
signed by such person/s as may be legally competent to sign them on behalf of the firm/ company/ association
or society, as the case may be. Participation of Joint Ventures shall be regulated by Railway Board’s guidelines
on the matter as per their letter no. 2002/CE-I/CT/37 JV Pt.VIII, New Delhi, dated 14.12.2012 (copy attached
with tender form).The Joint Ventures / Consortium Agreement shall be as per enclosed proforma (Annexure I)
b) If, the tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway
shall deem such tender/contract as cancelled. If, a partner of a firm expires after the submission of their tender
the Railway shall deem such tender as cancelled unless the firm retains its character.
c) If the contractor’s firm is dissolved on account of death or retirement of any partner or for any reasons
whatsoever before fully completing the whole work or any part of it undertaken by the principal agreement, the
remaining partner shall remain jointly, severely and personally liable to complete the whole work to the
satisfaction of the Railway and pay compensation for the loss sustained, if any, by the Railway due to such
dissolution. The amount of such compensation shall be decided by the General Manager or his accredited
officer and his decision in the matter shall be final and binding on the contractor.
2.5.

QUALIFICATION CRITERIA AND CREDENTIALS:

The tenderer must fulfil the following minimum eligibility criteria:1
Should have completed in last 3 At least one similar single work for a minimum value
financial years (i.e current year and of 35% of advertised tender value.
3 previous financial years).
The total value of similar nature of works
completed during the qualifying period, and not the
payment received within the qualifying period alone,
will be considered.
2
Total contract amount received Should be minimum of 150% of advertised tender
during the last 3 financial years and value.
in the current financial year.
The tenderer has to produce attested certificates
from the employer/ client, audited balance sheet duly
certified by chartered accountant etc., along with the
tender offer.

14

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

Definition of Similar Nature work is as under:
“Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control
system, Personal & Baggage Screening system & Integrating them as a functional security system
anywhere under Government/Semi-Government/Government Undertaking/Government Controlled
Institution/ Government Controlled Projects/Public Sector Undertakings ”.

The tenderer should have experience in the three fields out of four mentioned field in India or
abroad.
3. The following documents should be submitted by the tenderer along with the tender:a) List of personnel, organization available on hand (own) & proposed to be engaged for the subject work.
b) List of plant & machinery available on hand (own) and proposed to be inducted (own & hired to be given
separately) for the subject work.
c) List of works completed in the last three financial years giving description of work, organization for whom
executed approximate value of contract at the time of award, date of award and the original date of
completion of work. Date of actual start, actual completion and final value of contract should also be given.
d) List of works on hand indicating description of work, contract value, and approximate value of balance
work yet to be done and date of award.
e) Performance Certificates from the clients in regards to works executed by the firm, signed by an officer not
below the rank of JAG officer for each completed work.
Note: 1. For all above, relevant supportive documents/certificates should be enclosed.
2. Certificates from private firms/ individuals/ organisations for whom such works have been
executed/being executed, shall not be accepted.
3. No post tender correspondence will be entertained with respect to credential or compliance of the
specification. The offer submitted and opened at due date & time only will be evaluated, therefore the
offer must be prepared carefully.
4. The work done to qualify for eligibility criteria must be verifiable and the time limit for
verification the technical credential shall be 45 days. If it is not verified within 45 days of
dispatch/ acknowledgement date of verification request, then this may be considered as
inadmissible.
5. In the para 65.15.4 of the Railway Board’s letter no- 2002/CE-I/CT/37 JV Pt.VIII dated 14.12.2012
attached in the tender documents, this clause may be read as “All the members of the JV shall certify
that they are not black listed or debarred by Railways or any other Ministry/Department of the Govt. of
India/State Government/Public Sector undertaking from participation in tenders/contract on the date of
opening of bids either in their individual capacity as a member of JV or the JV firm or partnership firm
in which they were/are members/partners”.
6. Individual bidder or each member of JV/ Consortium should certify that they have not been black listed
or debarred by Railway or any other ministry/ department of Government of India/ State Government/
Public Sector undertaking in Central/ State Government from participation in Tenders/ Contracts on the
date of opening of bids either in their individual capacity or the joint venture firm or partnership firm in
which they were / are members/ partners. A declaration in this regard to be enclosed along with their
tender offer.
2.6 COST QUOTING:
2.6.1. Schedule of works to be executed and supply of materials to be made is enclosed.
(a)

‘% above / below’ only to be quoted by the tenderer in the space provided at the summary sheet of
the schedule of work.
15

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

(b) All corrections and over writing must be signed /attested.
(c) Tenderer must sign along with seal on all pages of their offer.
(d) Tender forms not accompanied by the requisite EMD will be summarily rejected.
(e) Rates/costs will be considered only if PACKET-II (financial bid) is opened. Financial Bid (Packet-II) will be
opened only if a bidder is considered eligible on evaluation of Technical Bid (Packet-I).
2.6.2. If there is any variation between the Rates/ costs quoted in figures and in words, the lower of the
Rates/costs quoted in words and figures shall be taken as correct.
2.6.3. The rates/costs given by the tenderer/s in form of % above/ below shall be inclusive of all octroi or any
other taxes or any other tax applicable as on date of opening of tender. No claims for octroi or any other taxes
etc. shall be entertained by the Railways at any stage and on any grounds what so ever. Sales Tax/VAT, Octroi,
Royalty, Toll Tax or any other Tax levied by the Central or State Govt. or Local Bodies shall be borne by the
tenderer. No part of such taxes on contractor’s labour/materials or any other amount will be paid by the
Railway. This should be kept in view before tendering. If, any further increase to the existing rates of sales Tax
is made or levies are imposed by the state Govt. after the date of receipt of the tender and the same is required to
be borne by the contractors, then the recovery of said amount will first be made as required under law and
subsequently the same will be reimbursed to the concerned Sales Tax authority to the effect that the sum, as
already deposited is not refundable to the contractor.
2.6.4. The rates/costs to be quoted should take into account the credit available on inputs under the MODVAT
Scheme introduced with effect from 1st March, 1986. The tenderer/s should also give declaration in their offers
as under:“We hereby declare that in quoting the above price, we have taken into account the entire credit on inputs
available under the MODVAT Scheme introduced with effect from 01.3.86. We further agree to pass on such
additional duties as set off as may become available in future in respect of all the inputs used in the manufacture
of the final product on the date of supply under the MODVAT scheme by way of reduction of our price and
advise the purchase accordingly.”
2.6.5. The price quoted by the Tenderer shall include the prices of materials including all incidental charges
for transport, loading/un-loading and handling of materials, for arranging dispatch by rail direct from
manufacturer’s factory and completing all necessary formalities in this respect, such as submission of
forwarding notes, arranging placement of wagon, collection of Banker’s charges for Bank guarantee, Indemnity
bonds inclusive of cost of stamp etc. as also siding or shunting charges, if any, levied by the Railways. It will
also include:a) Cost of transportation of materials supplied by the Railway from the place of delivery to the site of work.
b) Cost of transportation of all materials to be supplied by the contractor, to the site of work.
c) Collection of balance materials left over after the work, if any, and materials released and handing over to the
Railway Engineer’s representative at specified location and stocking in an orderly way.
2.6.6.The prices shall include all taxes, duties, Royalty and levies (including Octroi, Sales Tax, Works Contract
Tax, Toll Tax, any other taxes levied by Central or State Govt. etc.) applicable on this works contract.
Therefore, they should quote their prices taking into account the rates of Sales Tax/VAT as Leviable in the
event of Sale to the Central Government Organization etc. It is clarified that required forms such as ‘31’ and
‘32’ applicable for this purpose will be supplied on request to the Contractor, as applicable in the State where
the contract is being executed. While quoting the rate, they should also keep in view the provision for losses and
wastage in transit and installation and commissioning.
2.6.7. The prices quoted by Tenderer shall include cost of execution and testing and all cost of Administration
of Contract, insurance premium, Bankers charges for guarantees, cost of storage. The prices shall include cost of
works and adjustments necessary to be done by the contractor during or after tests carried out by the purchaser.
16

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

2.6.8. Possible fluctuation of market rates must be taken into consideration before quoting the rates and
no claim on this account shall be entertained afterwards.
2.6.9. All taxes, duties and levies (including octroi etc,) arising out of the transaction between the Contractor
and his Sub-Contractors, suppliers for this work will be included in the cost quoted by the Contractor in
the relevant Schedule.
2.6.10. The tenderer/s shall not increase rates/ costs in case Railway Administration negotiates for the reduction
in rates/ costs. Such negotiations shall not amount to cancellation or withdrawal of the original offer and
rates/ costs originally quoted will remain binding on the tenderer/s.
2.7.

Commercial terms and conditions, if any.

2.8.

Tender documents duly signed with seal on each page.
Duly filled only the % above/ below on the summary sheet of tender schedule of Financial Bid of
tender document. If the tenderer does not give any value, then it will be treated as ‘AT PAR” for
such items/ Part of the work. If the tenderer does not give Percentage “above/below” in the
column, then percentage “above” will be considered for evaluation purpose.

3.

GENERAL

3.1 If the tenderer fails to abide by the conditions of tender or fails to submit documents as above, his offer is
liable to be rejected.
3.2. As far as possible the tenderers bid should not have any condition or specification or assumption contrary
to the provision in these tender documents on which tenderer’s bid is based. Tenderers special conditions
that are at variance with tender stipulations shall be listed separately with details of exact financial
implications if any. Railways will not take cognizance of any such conditions mentioned at any other place
in the tender document. Only such special conditions stipulated by the tenderer/s which have been
specifically approved by the Railways in writing shall be deemed to have been accepted by the Railways
and shall form part of the Contract Agreement. Any other conditions not accepted by the Railways shall be
withdrawn by the tenderer/s.
3.3. The tenders should be submitted on the tender forms purchased in accordance to Para 1.1 above or
downloaded from website in terms of Para 3.4 below. Photocopies of the tender documents will not be
accepted.
3.4. INSTRUCTIONS REGARDING DOWNLOADING OF TENDER DOCUMENT FROM THE
WEBSITE :
3.4.1. Tender notice and tender documents are published in Website www.ecr.indianrailways.gov.in &
www.tenders.gov.in which can be downloaded. In case, the tender documents are downloaded from
websites, the Tenderer/s is/are required to pay non- refundable cost of tender documents in the form
prescribed in tender notice while submitting their offer. If they fail to furnish the requisite cost of tender
documents in prescribed form, their offer shall be rejected. The cost of EMD shall not be merged with cost
of tender form and shall be separately furnished.
3.4.2. In case, the tender documents are downloaded the Tenderer/s are required to furnish a certificate on the
letter pad of their firm that they have downloaded the tender document from the website and they are
advised to compare the downloaded copy with the office copy available in the office of Chief Signal &
Telecommunication Engineer, EC Railway, Hajipur. In case, at any stage, there is any difference found
between the office copy of tender document and downloaded copy, office copy of the tender document will

17

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

be treated as final and the same shall be binding on contractor/ tenderer. After the award of work an
agreement will be prepared based on the master copy of tender document available in the above office.

3.4.3. In case the cost of tender document is not accompanied with the tender, the earnest money will be
released only after the tenderer/s submits the cost of the tender document in any form as mentioned in Para
1.1 above.
3.4.4. The Tenderers shall download corrigendum (if any), print it out, sign and attach it with the main tender
document. Railways will not be responsible for any postal delay/delay in downloading of tender
document from the internet.
3.5.

These specifications & documents describe the material to be supplied, work to be performed and the
method of construction for complete installation in strict accordance with drawings and specifications
mentioned herein and such instructions as given by the Railway from time to time. It should be clearly
understood that the contractor agrees to furnish, without any extra cost, anything and everything necessary
for the complete installation and its reliable, safe and satisfactory working except such items as are
specifically stated to be supplied by the Railway in this specification/document.

3.6. All corrections and over writings in the tender document must be attested.
3.7. The tenderer should read the conditions carefully and also see the schedule of supply and works before
submitting the offer and also after ascertaining site conditions and the magnitude of works involved.
3.8. Telex and incomplete offer will be summarily rejected.
3.9. If any sub contract is placed against this contract, specific approval shall be taken from the authorized
officer of the Railway, before placing the order.
3.10.

Tender documents are not transferable. The cost of tender paper is not refundable.

3.11.

Authorities to be contacted for this tender:

(a) For all policy, contractual and commercial matters including contractual payment before and after award of
the Contract – Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala,
Hajipur-844101.
(b) For execution of the works after award of the Contract – Dy. CSTE/Project/Hajipur for execution of the
works related to CCTV Surveillance system. For items viz. Access Control System, Personal and baggage
screening system, system integration, authorised officer of Chief Security Commissioner, Hajipur should be
consulted through Chief Signal & Telecom Engineer, East Central Railway. For contractual payments the
work done shall be certified on the measurement books by representatives of Dy.CSTE/Project/Hajipur &
Chief Security Commissioner based on which payments shall be made by the office of Chief Signal &
Telecom Engineer, East Central Railway.
(c ) Store- For supply of materials the store of SSE/Tele/Project/Muzaffarpur shall be the nominated store for
CCTV portion of Samastipur, Raxaul, Muzaffarpur stations, SSE/T/Dhanbad store for Dhanbad ,
SSE/T/Danapur store for Danapur, SSE/T/Mughalsarai store for Mughalsarai and For items pertaining to
other than CCTV portion, the stores shall be under Inspector Quarter Master (RPF), Central Stores, ECR
HQ, Hajipur.
3.12.

Payment to the contractor would be made through NEFT/ECS.

3.13. The tenderer is required to undertake:a) Supply of 6 hard copies and 4 (four) soft copies of all ‘as made documents’ for layout diagram,
wiring diagram and technical manual/ literature for the system.
18

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

b)

The original manufacturer’s or OEM/OEM’s authorized personal shall only carry out the installation,
testing and commissioning of the system / sub - system.
3.14 Railway shall provide the following: a) The CCTV Control room and equipment room with 220 V AC,50 Hz power supply mains at all
stations which may normally vary from 160-270 Volt .However system should protect itself such that no
device malfunctions or gets damaged in case the voltage is beyond normal range.
b) Information, to the extent required, on the existing CCTV surveillance system available at the
stations.
3.15

The tenderer is required to undertake the project on turn-key basis, taking total responsibility for
various activities I nv lv ed in "Providing the Integrated Security System" as per the technical document
o
(where ever relevant) d
esign and engineering including software, license, sub-system procurement, system
integration and installation and commissioning of whole system in the stations under consideration,
including interfacing and inter- operability with the existing CCTV surveillance infrastructure available
at above mentioned Seven (7) Railway stations so as to meet the end objective
and technical
requirements as set out in the tender.

19

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

SPECIAL CONDITIONS OF CONTRACT (Part-I)
1.

AGREEMENT

The successful tenderer, shall, within 15 days after having been called upon by notice to do so, be
bound to execute an agreement based on accepted rates and conditions, in such form as the Railway may
prescribe, and lodge the same with the Railway together with the Special Conditions of Contract, specifications
and schedule of prices referred to therein, duly completed. The form of agreement is enclosed with this tender
document.
2. SECURITY DEPOSIT ON ACCEPTANCE OF TENDER:
2.1 Unless otherwise specified in the special conditions, if any, the Security Deposit / rate of recovery / mode of
recovery shall be as under:(a) Security Deposit for each work should be 5% of the contract value,
(b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is
recovered.
(c) Security Deposits will be recovered only from the running bills of the contract and no other mode of
collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security
Deposit.
Security deposit as certified by the Competent Authority will be refunded after successful completion of
warranty obligations for a period of 3 years from the date of completion of work but before release of
this SD, the security deposit for AMC contract shall be deducted in case Railway decides to enter into
AMC.
The Competent Authority shall normally be the authority who is competent to sign the contract. If this
Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work)
should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all
respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due
from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and
unequivocal no claim certificate from the contractor concerned should be obtained.
2.1.1. The total security deposit recoverable from contractor including the amount of earnest money deposited
with the tender will not exceed the security money recoverable at the rates mentioned above. The same shall
be deducted from his on A/c bills at the rate of 10% of the value of the said bills until the sum of these
deductions plus the amount of earnest money deposited with the tender taken together, equals the requisite
amount of security deposit required for fulfilment of the contract.
2.2. No interest shall be allowed on the security deposit except as allowed by the Bank on the instrument
concerned (if applicable).
2.3. The Security Deposit shall remain in full force and effect during the period that would be taken for
satisfactory performance and fulfilment in all respect of the contract. It shall continue to be enforceable till the
expiry of the warranty period after the successful completion of the contract.
2.4. The President shall be entitled to deduct from the said Security Deposit any loss/ damages which the
Railways may be put to by reasons of any act of default on the part of contractor and may call upon the
contractor to replenish and maintain the deposit at its original limit by making further deposit. In the event of
the contractor failing to deposit within time and in the manner aforesaid the Railway shall be entitled to cancel
the contract and forfeit the security deposit.
20

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

2.4. FOREITURE OF DEPOSITThe Security Deposit referred to above shall be forfeited to the Railway in the event of any breach on the part of
the contractor of the terms of this contract without prejudice to the Railway’s right to rescind the contract and
other rights and remedies warranted by law.
2.6. REFUND OF SECURITIES:
The Security Deposit unless forfeited in whole or in Part according to the terms and conditions will be refunded
after receipt of certificate from the Engineer concerned to the effect that the work has been satisfactorily
completed in all respects as per ‘Technical Specification instructions, drawings and receipt of ‘NO CLAIM’
certificate from the contractor duly countersigned by the Engineer or on expiry of warranty period which ever is
later.
3. PERFORMANCE GUARANTEE
The procedure for obtaining Performance Guarantee is outlined below:(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the
date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days
and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the
contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30
(thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite
PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and
other dues, if any payable against that contract. The failed contractor shall be debarred from participating in retender for that work.
(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms,
amounting to 5% of the contract value: (i)
A deposit of Cash,
(ii) Irrevocable Bank Guarantee,
(iii) Government Securities including State Loan Bonds at 5 percent below the market value,
(iv) Deposits Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance
Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;
(v) Guarantee Bonds executed or Deposit Receipts tendered by all Scheduled Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds; and
(xi) Unit Trust Certificates at 5 % below market value or at the face value whichever is less.
Also FDR in favour of FA&CAO/ECR/ALD, (free from any encumbrance) may be accepted.
NOTE:- The instruments as listed above will also be acceptable for Guarantees in case of Mobilization
Advance.
(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance
(LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto
the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets
extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion
of work plus 60 days.

21

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

(d) The value of PG to be submitted by the contractor will not change for variation up to 25% (either increase or
decrease). In case during the course of execution, value of the contract increases by more than 25% of the
original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess
value over the original contract value shall be deposited by the contractor.”
(e) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the
Completion Certificate’ issued by the competent authority stating that the contractor has completed the
work in all respects satisfactorily. The security deposit, however, shall be released only after expiry of the
maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.
(f) Wherever the contract is rescinded, the Security Deposit should be forfeited and the Performance Guarantee
shall be encashed. The balance work shall be got done independently without risk and cost of the failed
contractor. The failed contractor shall be debarred from participating in the tender for executing the balance
work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall
be debarred from participating in the tender for the balance work in his/her individual capacity or as a
partner of any other JV/partnership firm.
(g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the
President of India is entitled under the contract (not withstanding and/or without prejudice to any other
provisions in the contract agreement) in the event of:
i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above,
in which event the Engineer may claim the full amount of the Performance Guarantee.
ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or
determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of
notice to this effect by Engineer.
iii) The contract being determined or rescinded under provision of the GCC, the Performance Guarantee
shall be forfeited in full and shall be absolutely at the disposal of the President of India.
4.

ILLEGAL GRATIFICATION:

4.1. Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the contractor or
his partner, agent or servant of anyone of his or on their behalf to any officer, or employees of the Railway or to
any person on his or their behalf in relation to the obtaining or the payment of any loss or damage resulting from
such decision, and the Railway shall be entitled to deduct the amounts so payable from any moneys due to the
contractor under the contract or any other contracts with the Railways.
4.2. The contractor shall not lend or borrow from or enter into any monetary dealings or transactions either
directly or indirectly with any employees of the Railway and if he shall do so the Railway shall be entitled forth
with to rescind the contract and all other contracts with the Railway. Any question or dispute as to the
committing of any offence or compensation payable to the Railway under this clause shall be settled by the
General Manager of the Railway in such manner as he considers fit and sufficient and his decision shall be final
and conclusive.
5. PATENT RIGHT AND ROYALTIES:
The contractor shall indemnify the Railway from and against all claims and proceedings for or on account of
infringement of any patent rights, trade marks or name or other protected rights in respect of any information or
materials supposed or used in connection with this contract and from and against all claims, proceedings,
damages, costs, charges and expenses whatsoever in respect thereof or in relation there to except where
otherwise specified, the contractor shall be liable for the payment of Royalties, compensation or other payments,
if any for the said information or material supplied or used and documentation.
6. FORCE MAJEURE:
If, at any time, during the continuance of the contract arrangement, the performance in whole or in part by
either party of any obligation under the agreement shall be prevented or delayed by reasons of any war, hostile
22

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

acts of the enemy, Civil commotion, sabotage, fires, floods explosion, epidemics, guarantee restrictions, strikes
and lockouts and any statute, statuary rules regulations, orders or requisitions issued by any Government Deptt.
of a competent authority or acts of God (hereinafter referred to as eventualities) then provided notice of the
happening of any such eventuality is given by either party to the other within fifteen days from the date of
occurrence thereon, neither party shall, by reason of such eventualities be entitled to terminate this contract
agreement nor shall either party have any claim for damages against the other in respect of such nonperformance of delay in performance. Performance of the contract agreement shall, however, be resumed as
soon as practicable after such eventuality has come to an end or ceased to exist. Provided that, if the
performance in whole or part of any obligation under the contract agreement is delayed by means of any such
eventuality for a period exceeding six months, either party may at his option, terminate the contract agreement
provided further that in the event of such prevention or delay as aforesaid, then, instead of exercising the option,
both parties may consult with each other with a view to agreeing between them the action mutually to be taken
in order to minimize the effects of such prevention or delay and continue the operation of this contract
agreement.
7. USE OF RAILWAY LAND:
Use of Railway land, required by the contractor for constructing temporary office, quarters, hutment’s etc.
for the staff and the storing materials etc. will be permitted to him free by Railway if available. The location of
these offices, hutment’s, stores etc. will be subject to the approval of the Engineer or his representative. The
land will be restored to Railway by the contractor in the same condition as when taken over or in the vacant
condition as desired by the Engineer, after completion of the work or any earlier date specified by the Engineer.
The failure to do so will make the contractor(s) liable to pay the cost incurred by the Railway for petty
possession of the land.
8.

EMERGENCY WORKS:

In the event of any accident or failure occurring in or about the work or arising out of or in connection
with the construction, completion or maintenance of the works which in the opinion of the engineer requires
immediate attention, the Railway may bring its own workmen or other agency to execute or partly execute the
necessary work or carry out repairs if the Engineer considers that the contractor(s) is/are not in a position to do
so in time and charge the cost there of, as to be determined by the Dy.CSTE/Project/Hajipur to the contractor.
9. NIGHT WORK:
Not withstanding the provision in the General Conditions of Contract, if the Engineer is satisfied that the work
is not likely to be completed in time except by resorting to night work, he may order the contractor/s to carry out
the works even at night without conferring any right on the contractor for claiming any extra payment for the
same. All arrangements in this connection shall be made by the contractor at his own cost.
10. ELECTRICITY:
10.1. Any Electric supply required at site for what so ever purpose shall be arranged by the contractor. The
contractor/s shall be responsible for the arrangement for obtaining electric supply at his own cost, and the rates
quoted shall include the cost of providing electric supply arrangements required for the work.
10.2. If required by contractor/s the Railway may give required assistance by recommending to respective state
Electricity Board for giving necessary electric connection to the contractor for execution of works.
11. WATER CHARGES:
The contractor(s) shall make his/their own arrangements for potable and other water supply required for the
execution of the work as well as his labour. However, if water is supplied by the Railway, the contractor(s) will
have to pay water charges as laid down in the general conditions of contract and in addition, the contractor(s)
will have to pay charges as levied by the corporation Municipality.

23

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

12. CESS CHARGES:
a)
For contractor’s labour employed and residing at station and in colonies where sanitary facilities exist,
contractor will be required to pay cess-charges as per rules in force on the Railway from time to time.
b) For labour working between stations or at isolated places where Railway facilities do not exist, the
contractor shall be required to provide necessary sanitary facilities for his labour in terms of clause 59 (A) of the
General conditions of the contract. In case of any failure on his/their parts, the necessary facilities shall be
provided by the Railway Administration at the cost of contractor and expenditure thus incurred will be
recovered from his/their bills.
13. DEDUCTION OF TAX AT SOURCE
13.1

INCOME TAX:

The Railway will deduct 2% (or amount as per latest guidelines of Government) as Income Tax on the gross of
each bill plus 15% surcharge (or amount as per latest guidelines of Government) on income tax along with any
increase/decrease by Govt. while making payment to the contractor. The settlement of income tax should be
made with income tax authorities.
13.2

Works Contract Tax (WCT) at source

Works Contract Tax will be deducted at source at the rate of 5% for the works being executed in the state where
WCT is levied. In case the WCT applicable is less than 5%, the contractor has to bring a certificate from the
concerned authorities for the reduced rates. In case the WCT exceeds 5%, the difference shall be borne by the
contractor.
14.1. CONTRACT LABOUR LICENCE
The contractors are required to produce license as enjoined in the Govt. of India Contractor Labour (regulation
and abolition) Act, 1978. They shall not be allowed to under take or execute any work through Contract labour
except under in accordance with a license issued under the said act in that behalf by the authorized licensing
officer.
14.2. CARE OF STAFF:
No quarter will be provided by the Railway for the accommodation of the contractor or any of his staff
employee or the work. The contractor may be allowed to erect any labour camps for housing the labour at or
near the site of works on available Railway land subject to the payment of cess and water charges. The
contractor shall at his own cost make all necessary and adequate arrangement for the importation, feeding and
preservation of the hygiene of the staff. The contractor shall permit inspection at all times of all sanitary
arrangements made by him, by the Engineer or his Assistant or the medical staff of the Railway. If the
contractor fails to make adequate, sanitary arrangements these will be provided by the Railway, the cost thereof
will be recovered from the contractor.
15.

DAMAGE BY THE ACCIDENTS, AND BURGELARY ACTIVITIES:

a)
The contractor shall take all precautions against damages by accident, burglary activities or other
clauses that does not comes under ‘Force Majeure’ (as given in General condition of Contract of EC Railway),
etc.. No compensation will be allowed to the contractor for his plant or material lost or damaged by any cause
what so ever. The contractor shall be liable to make good the damage to any structure or part of structure plant
or material of every description belonging to the administration lost or damaged during the course of the
contractor’s work.

24

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

b) The administration will not be liable to pay to the contractor any charges for rectification or repair to any
damage which have occurred from any cause whatsoever to any part of the new/existing structure during
construction.

16. QUANTUM OF WORK INCREASE/DECREASE OF QUANTITIES:
16.1

Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment
would be made as per the agreement rate. For this, no finance concurrence would be required.

16.2

In case an increase in quantity of an individual item by more than 25% of the agreement quantity is
considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh
tender for operating that item is considered not practicable, quantity of that item may be operated in
excess of 125% of the agreement quantity subject to the following conditions:
(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer
of the rank not less than S.A. Grade;
(i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the
concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender;
(ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the
concerned item shall be paid at 96% of the rate awarded for that item in that particular tender;
(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be
permitted only in exceptional unavoidable circumstances with the concurrence of associate finance
and shall be paid at 96% of the rate awarded for that item in that particular tender.
(b) The variation in quantities as per the above formula will apply only to the Individual Items of the
contract and not on the overall contract value.
(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and,
if found necessary, should be only through fresh tenders or by negotiating with existing contractor,
with prior personal concurrence of FA&CAO/FA&CAO(C) and approval of General Manager.

16.3

In cases where decrease is involved during execution of contract:
(a) The contract signing authority can decrease the items up to 25% of individual item without finance
concurrence.
(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of
an officer not less rank of S.A. Grade may be taken, after obtaining ‘No Claim Certificate’ from the
contractor and with finance concurrence, giving detailed reasons for each such decrease in the
quantities.
(c) It should be certified that the work proposed to be reduced will not be required in the same work.

16.4

The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed
for other items). A minor value item for this purpose is defined as an item whose original
agreement value is less than 1% of the total original agreement value.

16.5

No such quantity variation limit shall apply for foundation items.

16.6

16.7

As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as
a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would
apply on the individual items irrespective of the manner of quoting the rate (single percentage
rate or individual item rate).
For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the
authority in whose powers revised value of the agreement lies.

25

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

16.8

For tenders accepted by General Manager, variations up to 125% of the original agreement value may
be accepted by General Manager.

16.9

For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original
agreement value may be accepted by General Manager.

16.10 The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided.
In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement),
sanction of the competent authority as per single tender shall be obtained.
16.11 Railway may increase / decrease the quantity at any or more locations, partly or fully within the above
percentage.

16.12ADDITIONAL QUANTITIES OF WORK:
If during the execution of the work, the contractor is called upon to carry out any new work not included in
original scope of work, it should not be executed before a rate has been agreed to by the Railways in the manner
as indicated in General Conditions of Contract and Instructions for tenders of the Engineering Department of
Railways.
16.13 The successful tenderers will, however, have no claims or right in the execution of any work which in
the opinion of the Engineer should be carried out departmentally or otherwise and the Railway reserves the right
any time before or after the acceptance of the tender to keep back from the contract and carry out the work or
portion of work through any other agent it may think fit without assigning any reason. No claim for
compensation / loss or what so ever on this account will be entertained by the Railway.
17. INSURANCE:
17.1. All material shall be kept insured with all liabilities covered by the contractor till the work is
commissioned and handed over and brought into use by the Railways. The contractor shall take out and keep in
force a policy or policies of insurance against all liabilities of the contractor or the Railway at common law or
under any statute in respect of accidents to persons who shall be employed by contractor at or about the site or
the contractor’s office for the purpose of carrying out the works on the site. The contractor should also take out
and keep in force a policy or policies of insurance against all recognized risks to their offices depots. Such
insurance shall in respects be to the approval of the Railway Administration and if he so requires, in his name.
17.2. The contractor shall take out and keep in force a policy or policies of insurance for all materials handed
over to him irrespective of whether used up in the portion of work already done or kept for use for the balance
portion of the work until such works are handed over to the Railway. For this purpose, the works are deemed to
have been handed over when final acceptance certificates issued by the Engineer after the completion of all the
acceptance tests to be conducted on the works. The contractor shall not be liable for losses / damages to
materials kept for use at site, in consequence of mutiny or other similar causes over which the contractor has no
control and which can be insured. Such losses or damages shall be the liability of the Railway.
17.3. The contractor should, however, insure the stores brought to site against risks in consequence of war
and invasion, as required, under emergency risk (Goods) Insurance Act in force.
17.4. The Contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the
Contractor for the Railway at common law or under any statute in respect of accidents to persons who shall be
employed by the Contractor in or about the site or the Contractor’s office for the purpose of carrying out
contract works on the site.
18. SAFETY MEASURES:

26

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

18.1. The contractor shall take all possible precautions to ensure that none of his work knowingly or otherwise
cause interference to the circuits or equipment in sue and give rise to unsafe conditions or dislocation of traffic.
18.2. No work shall be taken above or under or adjacent to any line of the Railway in consequence of which it
may become necessary to foul any such line or it in any way prejudice the same for safe passage of traffic until
look out men and hand signal men as kept by the Engineer or his representative, have taken their duties.
18.3. The contractor shall take all precautionary measures in order to ensure the protection of their own
personnel moving about, are working on the Railway premises, but shall, then confirm to the rules and
regulations of the Railway. If and when, in the act of the work there is likely to be any danger to person in the
employment of the contractor due to running traffic while making in the Railway siding and premises, the
contractor shall apply in writing to the Railway to provide flagman or look out man for protection of such
persons. The Railway will, however, decide as to whether it is necessary to post men required to protect the
gangs of contractor(s) staff working at site, fireman for various types of work and also the number of such. The
Railway shall remain indemnified by the contractor in the event of any accident occurring in the normal course
of risk, arising out of the failure of contractor or his men to exercise reasonable precaution at all places of work
whether or not the Railway has posted flagmen at any particular site of work. The flagman will be appointed by
the Railway and expenses on this account will be charged to the contractor.
18.4. While working within station limits especially on passenger platforms the contractor shall ensure that at all
times sufficient space is left for free movement of passenger traffic. He must barricade the excavations carried
out in areas and continue to maintain these, till the work is completed with a view to avoid any accident to the
public or to Railway staff.
18.5. The work must be carried out most carefully without any infringement of the Indian Railway Acts or the
General and Subsidiary Rules in force on the Railway in such a way that they do not hinder Railway operation
nor effect the proper functioning or damage any Railway equipment, structure or rolling stock except as agreed
to by the Railway provided that all damages and disfiguration caused by the contractor at his own expenses
failing which the cost of such repairs shall be recovered from the contractor.
18.6. If a safety of track etc. is affected, as a consequence of work under taken by the contractor; the contractor
shall take immediate steps to restore normal conditions. In case of delay, the Railway shall, after giving due
notice to the contractor in writing take necessary steps and recover the cost from the contractor.
18.7.No work including testing and commissioning on the points, track circuits equipment working signalling
gears, internal wiring, cable termination etc. should be done unless and until contractor’s technical supervisor is
present at site and has been authorised by Railway.
18.8. The contractor will programme his work in such a manner so as not to interfere in the working and
movement of trains. No extra payment shall be allowed on this account and for taking any precautions or
wastage of contractor’s labour, time etc. to trains working.
18.9. No contractor’s vehicle should ply adjacent to running lines. He shall be responsible for the safety of
vehicle used by him.

19. SITE CLEARANCE:
At the end of the work at the station, the contractor shall as part of his contractual obligation leave the area
completely cleared of rubbish and obstructions of all kinds according to the instructions of the Railway’s
representative. Besides he will take all necessary steps in the course of the execution of the work to avoid the
presence of loose earth and blast on the platform, in drains, on the track formations and pathways in the vicinity.
If within a fortnight of completion of the particular item at the site of work, the refuge is not cleared the Railway
will arrange to get them removed at the cost of the contractor. However, before the Railway actually gets the
site cleared, intimation in writing shall be sent to the contractor.
27

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

20. PROGRAMME OF WORK/OBLIGATION TO CARRYOUT ENGINEER’S INSTRUCTIONS:
20.1. The Contractor shall have necessary resources to execute the work so that the entire work is completed
within a period as mentioned in tender documents from the date of issue of Letter of Acceptance of Tender. The
priority of each item for taking up the work, shall be as decided by the Railway and the Contractor shall take up
the work only as per the order of priorities assigned by the Railway for the purpose.
20.2. The Engineer in charge will also decide priorities location-wise as well as priority in respect of inside visà-vis outside work based on completion of other activities from Railway side like Civil Engineer work and
contractor shall abide by the same.
20.3. Contractor will deploy additional staff including supervisors, artisan, skilled and semi-skilled etc. during
commissioning/switch over period to ensure that the commissioning of the entire work is completed as per the
plans given by E.C.Railway. In case the Contractor/s is/are not able to deploy adequate, man-power during
commissioning/switch over and Railway’s labour/manpower is to be deployed for the purpose to complete the
work in time, the expenditure incurred by Railway towards employment of such staff shall be deducted from the
Contractor’s payment.
20.4. The contractor shall be held responsible for the execution of the works according to the time schedule
given in the tender document for the execution of the work in full compliance of the specifications and the
various clauses of the supplement “Technical” specifications. Failure to comply with any of these will be dealt
with as per provisions laid down in the General Conditions of the Contract and instructions for tenders of the
Engineering Department of the Zonal Railway on whose jurisdictions the work falls.
20.5. The contractor on his part will have to employ labour in full strength commensurate with working area
available. He will also arrange matching materials and equipment to complete the job most expeditiously so as
to ensure that the work is completed in phases within the stipulated period.

20.6. ENGAGEMENT OF QUALIFIED ENGINEER:
The Contractor/s shall employ the following technical staff during the execution of the work:
a) One graduate Engineer when the cost of the work to be executed is Rs.15 Lakhs and above.
b) One Identified diploma holder when the cost of work to be executed is more than 200 Lakhs. Technical staff
should be available at site whenever required by the Engineer-in-charge to take instructions. In case the
Contractor/s fails/fail to employ the technical staff as aforesaid, he/they shall be liable to pay a reasonable
amount not exceeding a sum of Rs.40,000/-(Rupees forty thousand only) for each month of default in case of
graduate engineer and Rs.25,000/- (Rs.Twenty five thousand only) for each month of default in case of
Diploma Holder.
c) The decision of the Engineer-in-charge as to the period for which the required technical staff was not
employed by the contractors and as to the reasonableness of the amount to be deducted on this account shall be
final and binding on the Contractor.
20.7
The Contractor should nominate a Competent Supervisor/Engineer as his representative on the works
who will be authorized to receive and acknowledge materials issued by the Railway and take all orders issued
by the Inspecting Officer of the Railway.
20.8. Inspection Register shall be maintained at the site of work by the Railway where in instructions regarding
the working etc. shall be recorded by the Engineer or his executive subordinates. It is expected from the
contractor or his representative at the site to note such instructions whenever asked upon to do so and take
action accordingly.
28

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

20.9. No facility whatsoever e.g. provision of approach road and provision of temporary level crossing etc. will
be provided by Railway for carting materials. Approach roads within the Rly. limits can be used for carting
materials.
20.10. Technically it is considered that the work of cable laying should not be tackled under moist conditions.
Hence, the work of cable laying should be stopped before the onset of monsoon and the contractor shall have
this in his mind while submitting his detailed time schedule.

20.11. DEFAULT AND DELAY:
The contractor shall execute the work with due diligence and expedition, keeping to the approved time schedule.
Should he refuse or neglect to comply with any reasonable orders given to him in writing by the Purchaser’s
Engineers in connection with the work or contravene the provision of the contractor or the progress of work lags
persistently behind the time schedule due to his negligence the purchaser shall; be at liberty to give seven days
notice in writing to the contractor requiring him to make good the neglect on contravention complained of and
should the contractor fail to comply with the requisitions made in the notice within seven days from the receipt
thereof, it shall be lawful for the purchaser to take the work wholly or in part out of the contractor’s hands
without any further reference and get the work or any part thereof, as the case may be, completed by other
agencies at the expenses of the contractor without prejudice to any other right or remedy of the purchaser.
21. OTHER RAILWAY STORES:
If any material included in the list of materials to be supplied by the contractor is supplied by the
Railway either at the contractor’s request/or suo-moto in order to prevent any possible delay in the execution of
the work likely to occur due to the contractor’s inability to make adequate arrangements for supply, as also his
failure to return excess un-used material supplied by Railways, then recovery will be made from contractor’s
bill if he fails to return the material taken on loan at the book rate or the last purchase rate or the prevailing
market rate whichever is higher plus 5% on Account of initial Freight 2% on Account of Incidental charges
together with supervision charges at 12.5% of the total cost inclusive of material, freight incidental charges.
Freight between the Railway sources of supply and the site of work shall be to the contractor’s account. If,
however, the material required by the contractor is not available in Railways stock or the Railway decides not to
supply the same be that for whatever reasons, the Railway shall not be bound to arrange for the supply at the
cost quoted above or at any other cost nor will this fact be accepted as an excuse for delay in execution of
works.
22. SUPPLY OF MATERIALS:
22.1
Materials to be supplied by Railways:-The material, as mentioned in the tender documents to be
supplied by railways, shall be supplied free of cost. The quantities would be determined by Railways according
to the quantum of work to be done. Contractor shall be responsible for checking before taking delivery, whether
all the materials given to him are in good condition. Receipt of the material taken shall be given on prescribed
Proforma by the contractor or his representative, clearly mentioning the details of materials and the quantities
received. The left out or unused material shall be returned to the stores by the contractor and no extra charges
shall be paid by Railways. Transportation of materials from Railway stores to the site of work shall be arranged
by the contractor. The contractor is entirely responsible and shall bear all expenses for loading, transportation
and unloading of all materials, equipment, machines, tools and plants etc. from the stores of supply or the
Railways stores depot. Equipment / materials required for installation will be issued to the contractor at the
Railway stores depot. Loading and un-loading of the same to the site will be done by the contractor at his cost.
The responsibility for damage to any equipment during transportation and till it is taken over by Railways after
commissioning of the work shall be that of tenderer.
22.2 Materials to be supplied by the contractor:- The equipments/material as per RDSO specifications are to
be procured from the RDSO approved sources only (if source is available). These materials should be procured
29

Signature of Tenderer(s)
Revised tender document of Tender No.: ECR/S&T/OT/162

from the vendors appearing in the part I list of RDSO approved vendors. As a special case when there is no
firm in the part I list of RDSO approved vendors or the RDSO approved firms in part I list express inability to
supply the material to the contractor, the contractor may request the purchaser to permit him to procure from
vendors appearing in part II list of RDSO approved vendors.
22.2.1. Before procuring the material to be supplied by contractor, the contractor shall submit the names and
addresses of suppliers from whom it is proposed to procure the materials required to be supplied in the tender
and shall take approval of railways for the same.
22.3 The list of the material to be supplied as per the schedule indicates the list of materials to be supplied by
the contractor but not limited to, as required for completing the work as per standard plans, drawing etc. In
addition to the above, if any other petty material, which may be considered necessary for execution of the work
according to specification or drawing, is required, the same shall be supplied by the contractor free of cost.

22.4 In case cement is supplied by Railways, the empty cement bags for the supply of cement shall be the
property of the contractor and the cost of the same shall be recovered at the rate of Rs.2/- per empty cement bag
from the “On Account” bills of the contractor. The railway, however, reserves its right to take empty bags,
which are in good conditions, and in that case no recovery will be made for bags so taken back. These rates will
apply for bags deteriorated while in use and not found acceptable to the Railway for taking back from the
contractor.
22.5 No extra charges shall be paid to the contractor towards carriage, loading and un-loading and handling etc.
of the above materials, required for execution of the work and the rates quoted by the contractor shall be
inclusive of all such charges.
22.6 The contractor shall be responsible for undertaking repairs, if any, to crates, cable drums packing cases etc.
for safe transport of materials from Railways specified depot to the site of work. No extra payment will be made
on this account.
22.7 DISPOSAL OF EMPTY CABLE DRUMS:
Empty cable drums, wooden crates and other packing materials used for supply of Railway’s materials to the
contractor shall be the property of the Contractor excepting the cable drums having unused cable exceeding
50Mtr length. This cable will be rolled back in the same cable drum and handed over to the Railway Engineers.
The cost of the cable drum shall be recovered at the rate of Rs.300/- per empty drum from the running bills of
the contractor. The Railway, however, reserves its right to take empty drums that are in good condition and in
such cases no recovery will be made for the drums so taken back.
22.8. Security of all materials in the section where the work is in progress shall be the contractor’s responsibility
and he shall arrange to guard the same from thefts by outsiders or his labour. In the event of any loss, the
contractor shall be responsible to that effect and shall execute an indemnity bond for the materials that will
remain in his custody, which has been supplied by the Railway. The stores lost, when under custody of the
contractor, will be made good by the contractor.

23. STORAGE OF MATERIALS:
The storage of materials, tools and machinery used by the contractor shall be done in an orderly manner and any
thing used by the contractor for then execution of the work should in no way cause danger or hindrance to the
working of the Railway or to the movement of its staff or passengers.
24. INDEMNITY BOND AND STANDING BANK GUARANTEE AGAINST MATERIALS SUPPLIED
TO CONTRACTOR:
30

Signature of Tenderer(s)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)
Tender ecr (revised)

Mais conteúdo relacionado

Mais procurados

Telangana solar bid_2000_mw
Telangana solar bid_2000_mwTelangana solar bid_2000_mw
Telangana solar bid_2000_mwHarish Sharma
 
60,000 Upcoming railway recruitment 2016 Latest RRB & RRC Vacancies Notification
60,000 Upcoming railway recruitment 2016 Latest RRB & RRC Vacancies Notification60,000 Upcoming railway recruitment 2016 Latest RRB & RRC Vacancies Notification
60,000 Upcoming railway recruitment 2016 Latest RRB & RRC Vacancies NotificationGovtjobs guru
 
SSC GD Constable Recruitment 2018 - Latest Government Job
SSC GD Constable Recruitment 2018 - Latest Government JobSSC GD Constable Recruitment 2018 - Latest Government Job
SSC GD Constable Recruitment 2018 - Latest Government JobKundan Singh Khanna
 
Shocked😱😱🙀🙀🤯🤯
Shocked😱😱🙀🙀🤯🤯 Shocked😱😱🙀🙀🤯🤯
Shocked😱😱🙀🙀🤯🤯 RajpalSingh185331
 
Notification examiner 1476_rrdc
Notification examiner 1476_rrdcNotification examiner 1476_rrdc
Notification examiner 1476_rrdcPtpg Stuc
 
West Bengal police constable and sub inspector exam information
West Bengal police constable and sub inspector exam information West Bengal police constable and sub inspector exam information
West Bengal police constable and sub inspector exam information SOURAV DAS
 
Security officer in_charge_supervisor_cctv_observer
Security officer in_charge_supervisor_cctv_observerSecurity officer in_charge_supervisor_cctv_observer
Security officer in_charge_supervisor_cctv_observerNilima Chaudhari
 
reply to counter in Crl.O.P.No6002
reply to counter in Crl.O.P.No6002reply to counter in Crl.O.P.No6002
reply to counter in Crl.O.P.No6002chandira thangavel
 
1 english notification postman_mg_mts_exam_u.p.circle_2015
1 english notification postman_mg_mts_exam_u.p.circle_20151 english notification postman_mg_mts_exam_u.p.circle_2015
1 english notification postman_mg_mts_exam_u.p.circle_2015Kirti Behera
 
Ticket cancellation
Ticket cancellationTicket cancellation
Ticket cancellationsajan2011
 
7. train return ticket shg to kyn 09062018
7. train return ticket shg to kyn 090620187. train return ticket shg to kyn 09062018
7. train return ticket shg to kyn 09062018Shobhnath Singh
 
Bombay HC Recruitment 2022 for District Judge posts, Check application proces...
Bombay HC Recruitment 2022 for District Judge posts, Check application proces...Bombay HC Recruitment 2022 for District Judge posts, Check application proces...
Bombay HC Recruitment 2022 for District Judge posts, Check application proces...RajeshKKumar1
 

Mais procurados (20)

Telangana solar bid_2000_mw
Telangana solar bid_2000_mwTelangana solar bid_2000_mw
Telangana solar bid_2000_mw
 
11 05-2019
11 05-2019 11 05-2019
11 05-2019
 
60,000 Upcoming railway recruitment 2016 Latest RRB & RRC Vacancies Notification
60,000 Upcoming railway recruitment 2016 Latest RRB & RRC Vacancies Notification60,000 Upcoming railway recruitment 2016 Latest RRB & RRC Vacancies Notification
60,000 Upcoming railway recruitment 2016 Latest RRB & RRC Vacancies Notification
 
SSC GD Constable Recruitment 2018 - Latest Government Job
SSC GD Constable Recruitment 2018 - Latest Government JobSSC GD Constable Recruitment 2018 - Latest Government Job
SSC GD Constable Recruitment 2018 - Latest Government Job
 
Shocked😱😱🙀🙀🤯🤯
Shocked😱😱🙀🙀🤯🤯 Shocked😱😱🙀🙀🤯🤯
Shocked😱😱🙀🙀🤯🤯
 
153
153153
153
 
Refund rules
Refund rulesRefund rules
Refund rules
 
9
99
9
 
Notification examiner 1476_rrdc
Notification examiner 1476_rrdcNotification examiner 1476_rrdc
Notification examiner 1476_rrdc
 
Election in Indian railway 2013
Election in Indian railway 2013Election in Indian railway 2013
Election in Indian railway 2013
 
11 goibibo document
11 goibibo document11 goibibo document
11 goibibo document
 
West Bengal police constable and sub inspector exam information
West Bengal police constable and sub inspector exam information West Bengal police constable and sub inspector exam information
West Bengal police constable and sub inspector exam information
 
Security officer in_charge_supervisor_cctv_observer
Security officer in_charge_supervisor_cctv_observerSecurity officer in_charge_supervisor_cctv_observer
Security officer in_charge_supervisor_cctv_observer
 
reply to counter in Crl.O.P.No6002
reply to counter in Crl.O.P.No6002reply to counter in Crl.O.P.No6002
reply to counter in Crl.O.P.No6002
 
1 english notification postman_mg_mts_exam_u.p.circle_2015
1 english notification postman_mg_mts_exam_u.p.circle_20151 english notification postman_mg_mts_exam_u.p.circle_2015
1 english notification postman_mg_mts_exam_u.p.circle_2015
 
Ticket cancellation
Ticket cancellationTicket cancellation
Ticket cancellation
 
Cgle 2014 notice
Cgle 2014 noticeCgle 2014 notice
Cgle 2014 notice
 
7. train return ticket shg to kyn 09062018
7. train return ticket shg to kyn 090620187. train return ticket shg to kyn 09062018
7. train return ticket shg to kyn 09062018
 
Bombay HC Recruitment 2022 for District Judge posts, Check application proces...
Bombay HC Recruitment 2022 for District Judge posts, Check application proces...Bombay HC Recruitment 2022 for District Judge posts, Check application proces...
Bombay HC Recruitment 2022 for District Judge posts, Check application proces...
 
Ticket1
Ticket1Ticket1
Ticket1
 

Destaque

GCCC contracts experience to date 08'03'11
GCCC contracts experience to date 08'03'11GCCC contracts experience to date 08'03'11
GCCC contracts experience to date 08'03'11cmcgoverntobin
 
Gorakhpur mechanical workshop summer training report
Gorakhpur mechanical workshop summer training reportGorakhpur mechanical workshop summer training report
Gorakhpur mechanical workshop summer training reportGALGOTIAS UNIVERSITY
 
Tendering documentation
Tendering documentationTendering documentation
Tendering documentationnipuna_bopage
 
Conditions Of Contract
Conditions Of ContractConditions Of Contract
Conditions Of Contractguestdb5e498
 
Professional Practice 2: Group Assignment
Professional Practice 2: Group AssignmentProfessional Practice 2: Group Assignment
Professional Practice 2: Group Assignment마 이환
 
Everything you Need to Know about Tablet Advertising
Everything you Need to Know about Tablet AdvertisingEverything you Need to Know about Tablet Advertising
Everything you Need to Know about Tablet AdvertisingCrisp Media
 
Social media marketing strategy for wal mart
Social media marketing strategy for wal martSocial media marketing strategy for wal mart
Social media marketing strategy for wal martHyun Woo Son
 
Informanagement Presentation
Informanagement PresentationInformanagement Presentation
Informanagement Presentationinformanagement
 
Branding and Trademarks: The U.S. Legal Framework (short)
Branding and Trademarks: The U.S. Legal Framework (short)Branding and Trademarks: The U.S. Legal Framework (short)
Branding and Trademarks: The U.S. Legal Framework (short)Frederick Spaeth
 
Mobile CRM Webinar: 6 Steps to Mobile ROI for Government Agencies
Mobile CRM Webinar: 6 Steps to Mobile ROI for Government AgenciesMobile CRM Webinar: 6 Steps to Mobile ROI for Government Agencies
Mobile CRM Webinar: 6 Steps to Mobile ROI for Government AgenciesWaterfall Mobile
 
Intro to ebd08 review
Intro to ebd08 reviewIntro to ebd08 review
Intro to ebd08 reviewpostguy365
 
Retail Mobile Marketing Webinar
Retail Mobile Marketing WebinarRetail Mobile Marketing Webinar
Retail Mobile Marketing WebinarWaterfall Mobile
 
2011 Bucks, Bulls and Once-in-a-Lifetime Permit Number Recommendations, May 4
2011 Bucks, Bulls and Once-in-a-Lifetime Permit Number Recommendations, May 42011 Bucks, Bulls and Once-in-a-Lifetime Permit Number Recommendations, May 4
2011 Bucks, Bulls and Once-in-a-Lifetime Permit Number Recommendations, May 4Utah Division of Wildlife Resources
 
Slides with sound
Slides with soundSlides with sound
Slides with soundJenn Agee
 

Destaque (20)

GCCC contracts experience to date 08'03'11
GCCC contracts experience to date 08'03'11GCCC contracts experience to date 08'03'11
GCCC contracts experience to date 08'03'11
 
Work study report on village offices Kerala
Work study report on village offices KeralaWork study report on village offices Kerala
Work study report on village offices Kerala
 
Gorakhpur mechanical workshop summer training report
Gorakhpur mechanical workshop summer training reportGorakhpur mechanical workshop summer training report
Gorakhpur mechanical workshop summer training report
 
TENDER DOCUMENT
TENDER DOCUMENTTENDER DOCUMENT
TENDER DOCUMENT
 
Tendering documentation
Tendering documentationTendering documentation
Tendering documentation
 
Conditions Of Contract
Conditions Of ContractConditions Of Contract
Conditions Of Contract
 
Professional Practice 2: Group Assignment
Professional Practice 2: Group AssignmentProfessional Practice 2: Group Assignment
Professional Practice 2: Group Assignment
 
Everything you Need to Know about Tablet Advertising
Everything you Need to Know about Tablet AdvertisingEverything you Need to Know about Tablet Advertising
Everything you Need to Know about Tablet Advertising
 
Catalyst mini
Catalyst miniCatalyst mini
Catalyst mini
 
Social media marketing strategy for wal mart
Social media marketing strategy for wal martSocial media marketing strategy for wal mart
Social media marketing strategy for wal mart
 
Informanagement Presentation
Informanagement PresentationInformanagement Presentation
Informanagement Presentation
 
Branding and Trademarks: The U.S. Legal Framework (short)
Branding and Trademarks: The U.S. Legal Framework (short)Branding and Trademarks: The U.S. Legal Framework (short)
Branding and Trademarks: The U.S. Legal Framework (short)
 
Mobile CRM Webinar: 6 Steps to Mobile ROI for Government Agencies
Mobile CRM Webinar: 6 Steps to Mobile ROI for Government AgenciesMobile CRM Webinar: 6 Steps to Mobile ROI for Government Agencies
Mobile CRM Webinar: 6 Steps to Mobile ROI for Government Agencies
 
Intro to ebd08 review
Intro to ebd08 reviewIntro to ebd08 review
Intro to ebd08 review
 
2011 Antlerless Recommendations, May 4, 2011
2011 Antlerless Recommendations, May 4, 20112011 Antlerless Recommendations, May 4, 2011
2011 Antlerless Recommendations, May 4, 2011
 
Retail Mobile Marketing Webinar
Retail Mobile Marketing WebinarRetail Mobile Marketing Webinar
Retail Mobile Marketing Webinar
 
2011 Bucks, Bulls and Once-in-a-Lifetime Permit Number Recommendations, May 4
2011 Bucks, Bulls and Once-in-a-Lifetime Permit Number Recommendations, May 42011 Bucks, Bulls and Once-in-a-Lifetime Permit Number Recommendations, May 4
2011 Bucks, Bulls and Once-in-a-Lifetime Permit Number Recommendations, May 4
 
Metaprogramming
MetaprogrammingMetaprogramming
Metaprogramming
 
Aztec
AztecAztec
Aztec
 
Slides with sound
Slides with soundSlides with sound
Slides with sound
 

Semelhante a Tender ecr (revised)

Pest and rodent control in Railway Coaches
Pest and rodent control in Railway CoachesPest and rodent control in Railway Coaches
Pest and rodent control in Railway CoachesSrinivasaRao Guduru
 
Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxswarnavet05
 
Solar Tenders by Maven PK
Solar Tenders by Maven PK Solar Tenders by Maven PK
Solar Tenders by Maven PK Maven PK
 
Navi mumbai metro new
Navi mumbai metro newNavi mumbai metro new
Navi mumbai metro newRashid Kaskar
 
Tendernotice_1 (1).pdf
Tendernotice_1 (1).pdfTendernotice_1 (1).pdf
Tendernotice_1 (1).pdfssusera91051
 
Tendernotice_1.pdf
Tendernotice_1.pdfTendernotice_1.pdf
Tendernotice_1.pdfssusera91051
 
1324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-13654943321324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-1365494332Dayanand Sonawane
 
1. ERS PPT - 20 OCT 2022.ppt
1. ERS PPT - 20 OCT 2022.ppt1. ERS PPT - 20 OCT 2022.ppt
1. ERS PPT - 20 OCT 2022.pptGeorgeKGeorge3
 
Tendernotice_1 (3).pdf
Tendernotice_1 (3).pdfTendernotice_1 (3).pdf
Tendernotice_1 (3).pdfHARIWAYLINES
 
Handbook on works contract management
Handbook on works contract managementHandbook on works contract management
Handbook on works contract managementSrinivasaRao Guduru
 
Andhrapradesh 500mwsolartender-140820170057-phpapp02
Andhrapradesh 500mwsolartender-140820170057-phpapp02Andhrapradesh 500mwsolartender-140820170057-phpapp02
Andhrapradesh 500mwsolartender-140820170057-phpapp02Rishi Srivastava
 
Request for selection document for grid connected solar photo voltaic project...
Request for selection document for grid connected solar photo voltaic project...Request for selection document for grid connected solar photo voltaic project...
Request for selection document for grid connected solar photo voltaic project...Headway Solar
 
Bmrcl recruitment-engineer-posts-notification
Bmrcl recruitment-engineer-posts-notificationBmrcl recruitment-engineer-posts-notification
Bmrcl recruitment-engineer-posts-notificationRaja Kashyap
 
Tariff based competitive bidding for intra state trans. projects
Tariff based competitive bidding for intra state trans. projectsTariff based competitive bidding for intra state trans. projects
Tariff based competitive bidding for intra state trans. projectsAmitava Nag
 

Semelhante a Tender ecr (revised) (20)

Pest and rodent control in Railway Coaches
Pest and rodent control in Railway CoachesPest and rodent control in Railway Coaches
Pest and rodent control in Railway Coaches
 
Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docx
 
Railway Tender
Railway TenderRailway Tender
Railway Tender
 
Solar Tenders by Maven PK
Solar Tenders by Maven PK Solar Tenders by Maven PK
Solar Tenders by Maven PK
 
Eo i trtc
Eo i trtcEo i trtc
Eo i trtc
 
TENDERS.pptx
TENDERS.pptxTENDERS.pptx
TENDERS.pptx
 
Navi mumbai metro new
Navi mumbai metro newNavi mumbai metro new
Navi mumbai metro new
 
Tendernotice_1 (1).pdf
Tendernotice_1 (1).pdfTendernotice_1 (1).pdf
Tendernotice_1 (1).pdf
 
Tendernotice_1.pdf
Tendernotice_1.pdfTendernotice_1.pdf
Tendernotice_1.pdf
 
TBCB_29032019.pptx
TBCB_29032019.pptxTBCB_29032019.pptx
TBCB_29032019.pptx
 
1324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-13654943321324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-1365494332
 
Tender document latest boiler
Tender document latest boilerTender document latest boiler
Tender document latest boiler
 
1. ERS PPT - 20 OCT 2022.ppt
1. ERS PPT - 20 OCT 2022.ppt1. ERS PPT - 20 OCT 2022.ppt
1. ERS PPT - 20 OCT 2022.ppt
 
Tendernotice_1 (3).pdf
Tendernotice_1 (3).pdfTendernotice_1 (3).pdf
Tendernotice_1 (3).pdf
 
Handbook on works contract management
Handbook on works contract managementHandbook on works contract management
Handbook on works contract management
 
Andhrapradesh 500mwsolartender-140820170057-phpapp02
Andhrapradesh 500mwsolartender-140820170057-phpapp02Andhrapradesh 500mwsolartender-140820170057-phpapp02
Andhrapradesh 500mwsolartender-140820170057-phpapp02
 
Bid document reverse tendering
Bid document reverse tenderingBid document reverse tendering
Bid document reverse tendering
 
Request for selection document for grid connected solar photo voltaic project...
Request for selection document for grid connected solar photo voltaic project...Request for selection document for grid connected solar photo voltaic project...
Request for selection document for grid connected solar photo voltaic project...
 
Bmrcl recruitment-engineer-posts-notification
Bmrcl recruitment-engineer-posts-notificationBmrcl recruitment-engineer-posts-notification
Bmrcl recruitment-engineer-posts-notification
 
Tariff based competitive bidding for intra state trans. projects
Tariff based competitive bidding for intra state trans. projectsTariff based competitive bidding for intra state trans. projects
Tariff based competitive bidding for intra state trans. projects
 

Último

8447779800, Low rate Call girls in Shivaji Enclave Delhi NCR
8447779800, Low rate Call girls in Shivaji Enclave Delhi NCR8447779800, Low rate Call girls in Shivaji Enclave Delhi NCR
8447779800, Low rate Call girls in Shivaji Enclave Delhi NCRashishs7044
 
Annual General Meeting Presentation Slides
Annual General Meeting Presentation SlidesAnnual General Meeting Presentation Slides
Annual General Meeting Presentation SlidesKeppelCorporation
 
Innovation Conference 5th March 2024.pdf
Innovation Conference 5th March 2024.pdfInnovation Conference 5th March 2024.pdf
Innovation Conference 5th March 2024.pdfrichard876048
 
TriStar Gold Corporate Presentation - April 2024
TriStar Gold Corporate Presentation - April 2024TriStar Gold Corporate Presentation - April 2024
TriStar Gold Corporate Presentation - April 2024Adnet Communications
 
Digital Transformation in the PLM domain - distrib.pdf
Digital Transformation in the PLM domain - distrib.pdfDigital Transformation in the PLM domain - distrib.pdf
Digital Transformation in the PLM domain - distrib.pdfJos Voskuil
 
MAHA Global and IPR: Do Actions Speak Louder Than Words?
MAHA Global and IPR: Do Actions Speak Louder Than Words?MAHA Global and IPR: Do Actions Speak Louder Than Words?
MAHA Global and IPR: Do Actions Speak Louder Than Words?Olivia Kresic
 
Chapter 9 PPT 4th edition.pdf internal audit
Chapter 9 PPT 4th edition.pdf internal auditChapter 9 PPT 4th edition.pdf internal audit
Chapter 9 PPT 4th edition.pdf internal auditNhtLNguyn9
 
Cyber Security Training in Office Environment
Cyber Security Training in Office EnvironmentCyber Security Training in Office Environment
Cyber Security Training in Office Environmentelijahj01012
 
8447779800, Low rate Call girls in Kotla Mubarakpur Delhi NCR
8447779800, Low rate Call girls in Kotla Mubarakpur Delhi NCR8447779800, Low rate Call girls in Kotla Mubarakpur Delhi NCR
8447779800, Low rate Call girls in Kotla Mubarakpur Delhi NCRashishs7044
 
8447779800, Low rate Call girls in New Ashok Nagar Delhi NCR
8447779800, Low rate Call girls in New Ashok Nagar Delhi NCR8447779800, Low rate Call girls in New Ashok Nagar Delhi NCR
8447779800, Low rate Call girls in New Ashok Nagar Delhi NCRashishs7044
 
Flow Your Strategy at Flight Levels Day 2024
Flow Your Strategy at Flight Levels Day 2024Flow Your Strategy at Flight Levels Day 2024
Flow Your Strategy at Flight Levels Day 2024Kirill Klimov
 
International Business Environments and Operations 16th Global Edition test b...
International Business Environments and Operations 16th Global Edition test b...International Business Environments and Operations 16th Global Edition test b...
International Business Environments and Operations 16th Global Edition test b...ssuserf63bd7
 
8447779800, Low rate Call girls in Tughlakabad Delhi NCR
8447779800, Low rate Call girls in Tughlakabad Delhi NCR8447779800, Low rate Call girls in Tughlakabad Delhi NCR
8447779800, Low rate Call girls in Tughlakabad Delhi NCRashishs7044
 
Global Scenario On Sustainable and Resilient Coconut Industry by Dr. Jelfina...
Global Scenario On Sustainable  and Resilient Coconut Industry by Dr. Jelfina...Global Scenario On Sustainable  and Resilient Coconut Industry by Dr. Jelfina...
Global Scenario On Sustainable and Resilient Coconut Industry by Dr. Jelfina...ictsugar
 
Kenya’s Coconut Value Chain by Gatsby Africa
Kenya’s Coconut Value Chain by Gatsby AfricaKenya’s Coconut Value Chain by Gatsby Africa
Kenya’s Coconut Value Chain by Gatsby Africaictsugar
 
Pitch Deck Teardown: Geodesic.Life's $500k Pre-seed deck
Pitch Deck Teardown: Geodesic.Life's $500k Pre-seed deckPitch Deck Teardown: Geodesic.Life's $500k Pre-seed deck
Pitch Deck Teardown: Geodesic.Life's $500k Pre-seed deckHajeJanKamps
 
Independent Call Girls Andheri Nightlaila 9967584737
Independent Call Girls Andheri Nightlaila 9967584737Independent Call Girls Andheri Nightlaila 9967584737
Independent Call Girls Andheri Nightlaila 9967584737Riya Pathan
 
(Best) ENJOY Call Girls in Faridabad Ex | 8377087607
(Best) ENJOY Call Girls in Faridabad Ex | 8377087607(Best) ENJOY Call Girls in Faridabad Ex | 8377087607
(Best) ENJOY Call Girls in Faridabad Ex | 8377087607dollysharma2066
 

Último (20)

8447779800, Low rate Call girls in Shivaji Enclave Delhi NCR
8447779800, Low rate Call girls in Shivaji Enclave Delhi NCR8447779800, Low rate Call girls in Shivaji Enclave Delhi NCR
8447779800, Low rate Call girls in Shivaji Enclave Delhi NCR
 
Annual General Meeting Presentation Slides
Annual General Meeting Presentation SlidesAnnual General Meeting Presentation Slides
Annual General Meeting Presentation Slides
 
Innovation Conference 5th March 2024.pdf
Innovation Conference 5th March 2024.pdfInnovation Conference 5th March 2024.pdf
Innovation Conference 5th March 2024.pdf
 
TriStar Gold Corporate Presentation - April 2024
TriStar Gold Corporate Presentation - April 2024TriStar Gold Corporate Presentation - April 2024
TriStar Gold Corporate Presentation - April 2024
 
Digital Transformation in the PLM domain - distrib.pdf
Digital Transformation in the PLM domain - distrib.pdfDigital Transformation in the PLM domain - distrib.pdf
Digital Transformation in the PLM domain - distrib.pdf
 
MAHA Global and IPR: Do Actions Speak Louder Than Words?
MAHA Global and IPR: Do Actions Speak Louder Than Words?MAHA Global and IPR: Do Actions Speak Louder Than Words?
MAHA Global and IPR: Do Actions Speak Louder Than Words?
 
Chapter 9 PPT 4th edition.pdf internal audit
Chapter 9 PPT 4th edition.pdf internal auditChapter 9 PPT 4th edition.pdf internal audit
Chapter 9 PPT 4th edition.pdf internal audit
 
Cyber Security Training in Office Environment
Cyber Security Training in Office EnvironmentCyber Security Training in Office Environment
Cyber Security Training in Office Environment
 
8447779800, Low rate Call girls in Kotla Mubarakpur Delhi NCR
8447779800, Low rate Call girls in Kotla Mubarakpur Delhi NCR8447779800, Low rate Call girls in Kotla Mubarakpur Delhi NCR
8447779800, Low rate Call girls in Kotla Mubarakpur Delhi NCR
 
No-1 Call Girls In Goa 93193 VIP 73153 Escort service In North Goa Panaji, Ca...
No-1 Call Girls In Goa 93193 VIP 73153 Escort service In North Goa Panaji, Ca...No-1 Call Girls In Goa 93193 VIP 73153 Escort service In North Goa Panaji, Ca...
No-1 Call Girls In Goa 93193 VIP 73153 Escort service In North Goa Panaji, Ca...
 
8447779800, Low rate Call girls in New Ashok Nagar Delhi NCR
8447779800, Low rate Call girls in New Ashok Nagar Delhi NCR8447779800, Low rate Call girls in New Ashok Nagar Delhi NCR
8447779800, Low rate Call girls in New Ashok Nagar Delhi NCR
 
Flow Your Strategy at Flight Levels Day 2024
Flow Your Strategy at Flight Levels Day 2024Flow Your Strategy at Flight Levels Day 2024
Flow Your Strategy at Flight Levels Day 2024
 
International Business Environments and Operations 16th Global Edition test b...
International Business Environments and Operations 16th Global Edition test b...International Business Environments and Operations 16th Global Edition test b...
International Business Environments and Operations 16th Global Edition test b...
 
Corporate Profile 47Billion Information Technology
Corporate Profile 47Billion Information TechnologyCorporate Profile 47Billion Information Technology
Corporate Profile 47Billion Information Technology
 
8447779800, Low rate Call girls in Tughlakabad Delhi NCR
8447779800, Low rate Call girls in Tughlakabad Delhi NCR8447779800, Low rate Call girls in Tughlakabad Delhi NCR
8447779800, Low rate Call girls in Tughlakabad Delhi NCR
 
Global Scenario On Sustainable and Resilient Coconut Industry by Dr. Jelfina...
Global Scenario On Sustainable  and Resilient Coconut Industry by Dr. Jelfina...Global Scenario On Sustainable  and Resilient Coconut Industry by Dr. Jelfina...
Global Scenario On Sustainable and Resilient Coconut Industry by Dr. Jelfina...
 
Kenya’s Coconut Value Chain by Gatsby Africa
Kenya’s Coconut Value Chain by Gatsby AfricaKenya’s Coconut Value Chain by Gatsby Africa
Kenya’s Coconut Value Chain by Gatsby Africa
 
Pitch Deck Teardown: Geodesic.Life's $500k Pre-seed deck
Pitch Deck Teardown: Geodesic.Life's $500k Pre-seed deckPitch Deck Teardown: Geodesic.Life's $500k Pre-seed deck
Pitch Deck Teardown: Geodesic.Life's $500k Pre-seed deck
 
Independent Call Girls Andheri Nightlaila 9967584737
Independent Call Girls Andheri Nightlaila 9967584737Independent Call Girls Andheri Nightlaila 9967584737
Independent Call Girls Andheri Nightlaila 9967584737
 
(Best) ENJOY Call Girls in Faridabad Ex | 8377087607
(Best) ENJOY Call Girls in Faridabad Ex | 8377087607(Best) ENJOY Call Girls in Faridabad Ex | 8377087607
(Best) ENJOY Call Girls in Faridabad Ex | 8377087607
 

Tender ecr (revised)

  • 1. Revised tender document of Tender No.: ECR/S&T/OT/162 Tender NO. ECR/S&T/OT/162. Dt. -26.07.2013 Name of work: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”. . PACKET – I TECHNICAL BID DOCUMENT (TWO PACKET SYSTEM) COST – Rs.10,000/COST BY POST – Rs.10,500/- 1 Signature of Tenderer(s)
  • 2. Revised tender document of Tender No.: ECR/S&T/OT/162 INDEX Sl. No. Topics Page No. 1. Top cover 1 2. Index 2 3. Copy of NIT 4 Top Sheet 6 5. Check List 7 6. Offer Letter 8 7. Instructions to Tenderers & Conditions of Tender 9-19 8. Special Conditions of Contract ( part I) 20-37 9. General Conditions of Contract 10. Special Conditions of Contract (Part-II) 39-65 11. Scheme of Implementation of CCTV at stations 66-72 12 Financial Bid (Schedule of work) (Packet II) 73-79 3-5 38 2 Signature of Tenderer(s)
  • 3. Revised tender document of Tender No.: ECR/S&T/OT/162 EAST CENTRAL RAILWAY Office of the General Manager (S&T), Hajipur Dated: 26.07.2013 Tender Notice No. – 05 of 13-14 TENDER NOTICE The Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi Kala, Hajipur844101 invites “Sealed Open Tenders” (under Two Packet Open Tendering System) for and on behalf of the President of India from experienced bonafide and reliable contractors in prescribed form for the under mentioned work of East Central Railway. Tender No. Name of Work ECR/S&T/OT/162. “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”. Approximate Cost Rs 14,78,94,898/- (Rs. Fourteen Crore Seventy eight Lacs Ninety Four Thousand Eight Hundred Ninety Eight only). Earnest Money Rs. 8,89,480/- (Rs. Eight Lacs Eighty nine Thousand Four hundred Eighty only.) Cost of Tender form (Rs.) Rs. 10000/- & Rs. 500/- Extra if required by Post. Web site particulars where complete details of tender can be seen. The tender Notice and tender documents can also be downloaded from ECR Website www.ecr.indianrailways.gov.in & Govt. of India website www.tenders.gov.in. Completion period Last Date and Time of submission Tender Opening Date & Time Venue of Tender submission & opening. Validity of Offer Date from which Tender Documents will be available for Sale. 09 months (Nine months) 30.09.2013 at 12.00 Hrs. 30.09.2013 at 12.30 Hrs. (Only Technical Bid Packet I will be opened) Office of the CSTE, East Central Railway HQ, Dighi Kala, Hajpur - 844101. 180 Days. 05.08.2013. Tender without earnest money will be summarily rejected. Further particulars and tender form can be obtained from the Office of the CSTE, East Central Railway HQ, Dighi Kala, Hajpur – 844101 on any working day on submission of money receipt of deposited amount of Rs. 10,000/- to Chief Booking Cashier/Hajipur or Danapur or Sonpur per set. The tender documents can also be downloaded from ECR Website www.ecr.indianrailways.gov.in & Govt. of India website www.tenders.gov.in and used, for which the cost of tender document should be submitted along with the tender in shape of crossed Demand Draft or Bankers Cheque (Non refundable) payable at Hajipur in favour of FA&CAO/ECR/Hajipur. 3 Signature of Tenderer(s)
  • 4. Revised tender document of Tender No.: ECR/S&T/OT/162 Tenderer(s) using the tender document downloaded from the website, should watch the websites for the corrigendum/addendum to the NIT/Tender document, if any, as there will not be any separate communication for the same. Railway administration will not be responsible for any delay/difficulties of the downloading facility from Internet for any reason whatsoever. In case of any discrepancy between the English version of tender notice and its Hindi translation, the concerned content of English version shall prevail and will be binding on the tenderer(s). In case of any discrepancy between the tender documents downloaded from Internet and the approved master copy available in this office, the latter shall prevail and will be binding on the tenderer (s). No claim on this account will be entertained. If required by post, the request for tender form must be accompanied by crossed Demand Draft of Rs.10,500/- (Rs. Ten thousand five hundred only)in favour of FA & CAO/ECR/Hajipur. Tender forms requested by registered post will be on the risk of the applicant. However, no responsibility will be taken by Railway for delay/loss/non-receipt of tender documents sent to them by post. Cost of Tender documents is non-refundable and Tender documents are non-transferable. Eligibility Criterion Should have completed in last 3 At least one similar single work for a minimum value financial years (i.e current year and of 35% of advertised tender value. 3 previous financial years). The total value of similar nature of works completed during the qualifying period, and not the payment received within the qualifying period alone, will be considered. Total contract amount received Should be minimum of 150% of advertised tender during the last 3 financial years and value. in the current financial year. The tenderer has to produce attested certificates from the employer/ client, audited balance sheet duly certified by chartered accountant etc., along with the tender offer. Definition of Similar Nature work is as under: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system anywhere under Government/Semi-Government/Government Undertaking/Government Controlled Institution/ Government Controlled Projects/Public Sector Undertakings ”. The tenderer should have experience in three field out of four above mentioned fields in India or abroad. Tenders not accompanied with documents in support of credentials, as stated above shall not be considered and will be rejected summarily. Tenderers are advised to visit the site of work for better appreciation of the local conditions before submitting their offer. Tender forms complete in all respect with all credentials duly sealed in an envelope and mentioning the name of work, should be deposited in the tender box allotted for the purpose in the Office of the CSTE, East Central Railway HQ, Dighi Kala, Hajpur - 844101. Tender duly sealed in the prescribed manner can also be sent through registered post so as to reach this office not later than date and time specified above. Any tender received after the specified date/time shall be a late/ delayed tender and liable to be summarily rejected. In case the last date of submission of tender papers happens to be a holiday, the tender papers will be received and opened on the next working day at the same time. 4 Signature of Tenderer(s)
  • 5. Revised tender document of Tender No.: ECR/S&T/OT/162 If the tenderer(s) deliberately give(s) wrong information about credentials etc. in tenders and thereby create(s) circumstances for acceptance of tender, Railway reserves the right to reject such tender at any stage, besides, shall suspend the business with him/them for one year. Joint ventures/Consortium will also be accepted. The same shall be governed as per relevant conditions given in the tender document. Pre bid conference will be held on 19.08.13 From 11.00 hrs to 17.00 hrs in new Conference hall , General Manager office at Hajipur. It has already been held. Other terms and conditions are given in the tender documents. Payments:- Payment to the contractor would be made through NEFT/ECS. For any clarification following officers may be contacted on any working day between 10.00AM to 05.00 PM. Ph. No. 06224-273418. - Chief Signal & Telecom Engineer (Project)/Hajipur Ph. No. 06224-274318 - Dy. Chief Signal & Telecom Engineer (Project)/Hajipur Dy.CSTE/Project for General Manager (S&T) / Hajipur for and on behalf of the President of Union of India 5 Signature of Tenderer(s)
  • 6. Revised tender document of Tender No.: ECR/S&T/OT/162 TOP SHEET 1) Tender Notice No. : Tender Notice No:- 5 of 2013-14. Date:- 26.07.2013 2) Tender No. : ECR/S&T/OT/162 “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of : the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”. 3) Name of work 4) Approximate cost (Rs.) 5) Completion period Rs 14,78,94,898/- (Rs. Fourteen Crore Seventy eight : Lacs Ninety Four Thousand Eight Hundred Ninety Eight only). : 09 Months (Nine Months) from date of issue of LOA. 6) Earnest Money (Rs.) : 7) Date from which tender documents will be available for sale : 05.08.2013. 8) Date of opening Rs. 8,89,480/- (Rs. Eight Lacs Eighty nine Thousand Four hundred Eighty only.) 10) Cost of tender document (Rs.) : 30.09.2013 at 12.30 Hrs. The details of the tender and the tender notice including eligibility criteria & definition of Similar nature of work can be seen from websites– and ‘www. : ‘www.ecr.indianrailways.gov.in’ tenders.gov.in’ and on the notice board of the office of the Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala, Hajipur-844101. 10,000/- By cash : 10,500/- By post 11) Sold to : M/s. 12) Validity of offer : 180 Days 9) Website particulars and Notice Board locations where complete details of the tender can be seen Details of deposit of cost of Tender Document ____________________ MR No._______________ Date_________ `____________________ Issued by Chief OS (Project), E.C.Rly. Signatures of Contractor Signatures of Issuing official 6 Signature of Tenderer(s)
  • 7. Revised tender document of Tender No.: ECR/S&T/OT/162 CHECK 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 14 15 16 17 18 LIST Are you eligible as per qualification Criteria given vide Para 2.5 of instructions to Tenderers & Conditions of Tender” and submitted the documents in support? Have you enclosed money receipt/Demand Draft for cost of the Tender Document? Have you submitted Earnest Money? Full and clear Postal address. Have you furnished valid Sales Tax Clearance Certificate (latest)-Not required Have you furnished list of works meeting qualifying criterion no.1 and documents testifying these? Have you furnished summarized position w.r.t. meeting qualifying criterion no.2 and documents testifying these? Have you furnished the details regarding constitution of the firm duly attested & the Power of Attorney? Have you furnished the documents as required under Para –2 of Instructions to Tenderers & Conditions of Tender? Have you enclosed bar chart / pert Chart along with your tender indicating the completion period of various activities and noted to complete the work as per the completion period and time-schedule defined? Corrections, if any, to be attested by the Tenderer. Acknowledgement of Letter of Acceptance – within 7 days from the date of issue. Tenderer must submit only deviation from the General condition of contract, Instructions to tenderer and condition of tender, Special condition of contract (s), technical specifications as issued by RDSO, Forms of tender, etc. The tenderer is required to quote only the ‘% above/ below’ at the summary sheet of the schedule of work to be submitted in the Financial Bid (Part-II) for all items of the schedule. Tenderer must submit the bids in two packets of Part-I and Part-II. Part-I : Technical Bid – Copy of Notice Inviting Tender, Check List, Instructions to Tenderers, General Conditions of Contract, Special Conditions of Contract, Technical Specifications, Forms of tender, etc. Part-II : Financial Bid –Schedule of Works. NOTE :The above check list is not exhaustive. The Tenderer must go through carefully the entire booklet and submit the tender complying with all the conditions/provisions/ instructions mentioned therein irrespective of the fact that they have been highlighted in the check list or not. SIGNATURE …………………………………… Name ................................................................... SEAL OF THE TENDERER. 7 Signature of Tenderer(s) Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No
  • 8. Revised tender document of Tender No.: ECR/S&T/OT/162 OFFER LETTER TO THE PRESIDENT OF INDIA THROUGH CHIEF SIGNAL & TELECOM ENGINEER, EAST CENTRAL RAILWAY, HEAD QUARTER OFFICE, HAJIPUR. Name of work: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”. 1. 2. 3. 4. 5. 6. (a) (b) (c) (7) Having examined the detailed scope of the work, conditions of tender and specifications for the execution of the above named work. I/We, the undersigned, submit our offer as detailed in the tender document and agree to abide by the said conditions. It is hereby certified that I/We understand the instructions to tenderers, the general and special conditions of tender/contract and technical specifications attached to the tender document and are thoroughly aware of the nature of work/supply required. My/Our offer is to complete the whole of work strictly in accordance with the requirements and terms of the tender. I/ We agree to abide by this tender and keep this tender open for acceptance for a period of 180 days from the date fixed for opening the same and which may be accepted at any time before expiry of the said period and in default thereof, I/We will be liable to forfeiture of my / our Earnest Money. I/We hereby bind myself/our self to complete the work within 09 months from the date of issue of “Letter of Acceptance” of the tender. Unless and until an agreement is prepared and executed, this tender together with your written acceptance there of, shall constitute a binding contract between us, subject to modifications as may be mutually agreed to between us, and indicated in the letter of acceptance of my / our offer for this work. A sum of Rs. 8,89,480/- (Rs. Eight Lacs Eighty nine Thousand Four hundred Eighty only.) in prescribed form, is herewith forwarded towards “Earnest Money”. The full value of the “Earnest Money” shall stand forfeited without prejudice to any other right ifI/We fail to observe or comply with the foregoing stipulations. I /We do not execute the contract document within 15 days after receipt of the notice issued by the Railway that such documents are ready or, I/We do not commence the work within 15 days after receipt of the orders to that effect. I/We understand that you are not bound to accept the lowest or any tender, you may receive. Contractor (s) Address: Signature of Contractor (s) Dated: ______________ Signature of witnesses 1._______________________ 2.________________________ 8 Signature of Tenderer(s)
  • 9. Revised tender document of Tender No.: ECR/S&T/OT/162 INSTRUCTIONS TO TENDERERS & CONDITIONS OF TENDER NAME OF WORK: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”. 1.0. TENDER NOTICE: The details of the tender and the tender notice including eligibility criteria & definition of similar nature of work can be seen from websites–‘www.ecr.indianrailways.gov.in’ and ‘www. tenders.gov.in’ and on the notice board of the office of the Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala, Hajipur-844101. 1.1. SALE OF TENDER FORMS: Tender Documents (non-transferable) can be obtained from the office of the Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi Kala, Hajipur-844101 on any working day during working hours from 10:00 Hrs to 17:00 Hrs within the period from 05.08.2013 to 27.09.2013 as per above programme on cash payment or Demand Draft issued by any Nationalized Bank of India duly pledged in favour of FA&CAO/ECR/Hajipur, payable at Hajipur (non-refundable) of Rs 10,000/- (Rs. Ten Thousand only) per set towards the cost of the tender document. If the request is for issue of tender form by Registered / Speed Post, an additional amount of Rs.500/- (in form of DD or Cash receipt) needed to be sent sufficiently in advance to avoid postal delay or any other lapse. Postal order & Cheques will not be accepted. Following documents will form part of the contract:i) ii) Offer letter. Instructions to tenderers & conditions of tender. iii) General Conditions of Contract of East Central Railway (as corrected up to date) obtainable from General Manager’s office of East Central Railway on payment. iv) Special Conditions of contract. v) Schedule of work and quantities. vi) Specifications and Drawings obtainable from RDSO/East Central Railway as indicated in tender document – on payment. 1.1.1 If there is a contradiction between the “Instructions to tenderers & Conditions of tender” & “Special Conditions of Contract” mentioned in this tender on the one hand and “General Conditions of Contract”, the former shall prevail. 1.1.2 Where if any deviation in the instant specification w.r.t RDSO specification or latest arises, later shall prevail. 1.2. SITE OF WORK: The intending tenderer is advised to study the tender documents, concerned specifications and other instructions carefully. The tenderer shall inspect the proposed sites of work and acquaint himself / themselves with the site conditions, working hours and all relevant items connected with execution of the work. No claim shall be entertained for the contractors making his / their own arrangements for approaches / approach road from out side Rly. land and contractors will bear entire expenses such as road taxes payment for right of way, etc. to outsiders and for constructions of approaches / approach road etc. 9 Signature of Tenderer(s)
  • 10. Revised tender document of Tender No.: ECR/S&T/OT/162 The submission of tender shall be deemed to have been done after careful study and examination of the tender papers with full understanding of the implications thereof. 1.3. SUBMISSION OF TENDERS: The tender must be submitted on the prescribed tender form enclosed in sealed cover super-scribed “Tender No. ECR/S&T/OT/162 in Original” and may be sent by registered post to the Chief Signal & Telecom Engineer, East Central Railway HQ, Dighi Kala, Hajipur – 844101 so as to reach this office not later than the due Date and Time of submission of tenders or deposited in the box kept for the purpose in this offices. The box will be sealed at the due date and time. Tender received after the time and date specified may not be considered. Any tender delivered or sent otherwise or lost in transit will be at the risk of the tenderers. In case the day of opening happens to be a holiday, the tender will be deposited / opened at the same time and at the same place on the next working day. 1.3.1. SIGNING OF TENDER: a) All offers shall be either type written or hand-written neatly in indelible ink. Each page of the offer must be numbered sequentially. A reference of total number of pages comprising the offer must be made at the top right hand corner of the top page. b) All copies of the tender paper shall be signed in ink by the tenderer, on each page including closing page, in token of his having studied the tender papers care fully. 1.3.2. LOCAL CONDITIONS: It will be imperative on each tenderer to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the stores & services. The purchaser shall not entertain any request for clarifications from the tenderer regarding local conditions. No request for the change of price or time schedule of delivery of stores and services shall be entertained after his offer is accepted by the purchaser. 1.3.3 CONTENTS OF BID 1.3.3.1 The tender shall be submitted in two parts i.e. the Technical Bid which will be referred as Part-I, and the Financial Bid which will be referred to as Part-II. Both bids shall be sealed in separate envelopes and both envelopes will be put in one large envelope. Both the inner envelopes will bear tender number, its description, name of the tenderer, date of opening and will be clearly marked as “TECHNICAL BID” for Part-I and “FINANCIAL BID” for part-II as the case may be in large block letters at a prominent place. The outer envelope will also bear the tender number, its description, name of the tenderer, date of opening and will be clearly marked as “OUTER ENVELOPE-CONTAINING BOTH TECHNICAL AND FINANCIAL BIDs”. All the three envelopes should bear the tender number, its description and date of opening. NOTE: FINANCIAL OFFERS WILL BE OPENED SUBSEQUENTLY ON A DATE TO BE SPECIFIED LATER. 1.3.3.2 The tenderer shall submit his offer in a sealed cover. The tenderer shall seal all the envelopes specified above. 1.3.4 The TECHNICAL BID shall contain the following: 1.3.4.1 The documents required for fulfilling the Technical System Qualifying Criteria and Financial Qualifying Criteria. 10 Signature of Tenderer(s)
  • 11. Revised tender document of Tender No.: ECR/S&T/OT/162 1.3.4.2. Tenderer must submit only deviation from the General conditions of contract, Instructions to tenderers and conditions of tender, special conditions of contract, technical specifications as issued by RDSO, Forms of tender, etc. If no deviation is given with respect to above, it will be presumed that the tenderer is complying with all the tender conditions i.e. General conditions of contract, Instructions to tenderers and conditions of tender, Special conditions of contract, technical specifications as issued by RDSO, Forms of tender, etc. 1.3.4.3 A brief outline of system proposed along with diagrams & drawings, description of the equipment & materials used in the system, along with cross reference with the equipment specifications shall be enclosed. Details of proposed power supply system shall also be included. 1.3.4.4 Full Tech. Specifications of the equipment & sub-system shall be as per RDSO specifications for different items or latest. 1.3.4.5 A list of test equipment and other special tools as required for data input, simulation testing, installation and maintenance etc. of the system and a detailed write-up about the procedure to be adopted for use of the same. 1.3.4.6 List of spare parts as recommended by the manufacturer shall be enclosed. 1.3.4.7 Earnest Money in prescribed form shall be submitted with tender. 1.3.4.8 The time schedule of work including BAR/PERT Charts shall be submitted with tender indicating detailed program of completion of various activities and also indicating number of persons including skilled / supervisory staff which he would be employing for each activity so as to complete the work in the defined period as per the pert/bar chart. 1.3.4.9 The other documents/ details as given in the tender documents. NOTE: The Technical Bid (Part-I), under no circumstances, should contain the details of the % above/ below regarding rates/ costs offered, otherwise the tender shall be summarily rejected. 1.3.5 Part-II Financial Bid : Shall be super-scribed with FINANCIAL BID (PART-II) along with tender number and description and seal. It shall contain : 1.3.5.1 The schedule of work with summary sheet. The tenderers are required to quote only the %above/ below (in figures and words) for the schedule of work on the proforma at the summary sheet of the Schedule of work only as it contain the quantity, rate and amount against all the items. In case, the tenderer gives the % above/ below at any other place in the tender/ offer, it will not be considered and their offer will be summarily rejected. If the tenderer does not give any value, then it will be treated as ‘AT PAR” for such items/ Part of the work. . If the tenderer does not give Percentage “ above/below” in the column, then percentage “above” will be considered for evaluation purpose. The conditional rebate quoting is not allowed in any case/ circumstances. In case, if the tenderer gives any condition in connection of rates/ costs while quoting the % above/ below on their offer, it will not be considered, their offer will be summarily rejected. 1.3.5.2 An undertaking that the components/modules as also the main equipment quoted in the schedule requirements will be supplied at the same unit rates or lower rates till the end of the warranty 11 Signature of Tenderer(s)
  • 12. Revised tender document of Tender No.: ECR/S&T/OT/162 period. Tenderer should quote their rate against AMC for 3 year after warranty period. They shall also ensure life time /10 years support with respect to maintenance spares at mutually agreed rates. It shall also contain an irrevocable undertaking that before manufacturing of any component/module is discontinued, clear 24 months notice shall be given to Indian Railways. This condition is to be observed for life time after expiry of the warranty period so that the Railway can continue to procure spare for the components/modules from the suppliers. Period of life-time shall be indicated. 1.3.5.3 An undertaking to the effect that additional quantities up to 25% of the contract value at the same unit rates shall be supplied by the tenderer in case order for the additional quantity is placed within the currency period of contract. It should be noted that this excludes additional quantities that may be required as warranty or replacement due to defective design and manufacture etc. 1.3.5.4 The tenderer must keep their offer open for acceptance for a minimum period of 180 days from the date of opening of tenders. 1.4. OPENING OF TENDERS: Opening of Bids by Railway i) Technical Bid of all the tenderers will be opened in the presence of Tenderers’ representatives who choose to be present, in the office of the Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala, Hajipur-844101.. ii) After the technical evaluation of the tenders, the Financial Bids of all the eligible and technically suitable tenders will be opened for final evaluation of the Bids on a date and time to be notified to all eligible tenderers, in the presence of Tenderers’ representatives who choose to be present. The Financial Bids of the tenderers considered technically unresponsive/unacceptable will be returned to them unopened. iii) The Tenderers’ representatives, who are present during the opening of Bids, shall sign a register as token of their attendance. The representatives must bring authorization letter and submit the same. In the event of the specified date of Bid opening being declared a holiday for the Railway, the Bids shall be opened at the appointed time and location on the next working day. 1.5. VALIDITY OF OFFER: The tenderer/s shall keep the offer open for a period of 180 days from the date of opening of the tender and during this period tenderer/s cannot withdraw his/their offer subject to period being extended further, if required by mutual agreement from time to time. 2. DOCUMENTS TO ACCOMPANY THE OFFER: 2.1.1. TECHNICAL BID: a) List of documents, plans, equipment & facilities, which the tenderer expects to be supplied by Railways. b) Layout plan for the indoor equipment and pre arrangement, if any, required to be done by railways for installation of indoor equipments. c) A certificate by the supplier that the system offered by him meets fully with the technical specifications specified in the tender documents. 2.1.2. Tenderer must also submit the following documents:- 12 Signature of Tenderer(s)
  • 13. Revised tender document of Tender No.: ECR/S&T/OT/162 a) Audited balance sheet and income statement of current & last 3 financial years. This should also clearly specify the amount of contractual payment received. b) Detailed particulars of consultants to assist the company in the works, if any. 2.1.3. The tenderer must submit copies of certificates and testimonials with regards to: a) Works of similar nature executed successfully. b) List of works meeting minimum eligibility criteria. b) Time taken for completion of these works with reason for delay, if any, vis-à-vis completion period specified in the contract. c) Whether LD was imposed with respect to above. d) Performance certificate from the clients in regard to works covered under item (a) above, signed by an officer not below the rank of J.A. Grade for each completed work. 2.2. EARNEST MONEY:- The amount of Earnest money to be deposited as per value of the tender shall be as under: The tenderer shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be 2% of the estimated tender value for works estimated to cost up to Rs.1 crore and Rs.2 lakhs plus ½ % (half percent) of the excess of estimated cost of work beyond Rs.1 crore subject to a maximum of Rs.1 crore as indicated in the Tender Notice. The earnest money shall be rounded to the nearest 10/-.The earnest money shall be applicable for all modes of tendering. In case, the tenderer withdraws his offer within the validity date of his offer or fails to undertake the contract after acceptance of his tender, the full earnest money shall be forfeited. However, forfeiture of the EMDs shall also be governed as per General Condition Contract of EC Railway (with upto latest amendments and modifications). Earnest money in the form of guarantee bonds will not be accepted. 2.2.1. Tender must be accompanied by a sum of Rs. 8,89,480/- (Rs. Eight Lacs eighty nine Thousand four hundred eighty only) as Earnest Money for this tender in the manner prescribed below, failing which tender shall be summarily rejected. The tenderer shall hold the offer open till such date as may be specified in the tender. It is understood that the tender documents have been sold/issued to tenderer and the tenderer is being permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not rescind from his offer or modify the terms and conditions thereof in a manner not acceptable to the Railway administration. Should the tenderer fail to observe or comply with the foregoing stipulations, the amount deposited, as earnest money shall be forfeited to the Railway. If the tender is accepted, the amount of Earnest Money will be held, as part of security deposit for due and faithful fulfilment of the contract. The Earnest Money of unsuccessful tenderers will, save as herein before provided, be returned to the unsuccessful tenderer but the Railway shall not be responsible for any loss or depreciation that may happen to the Earnest Money while in their possession nor be liable to pay interest thereon. 2.2.2. Earnest money is required to be deposited either in cash with the Cashier, or Chief Booking Clerk. E.C.R. Hajipur or Danapur or Sonpur on any working day before 13:00 hrs or in any of the following forms in favour of FA & CAO/ECR/Hajipur. a) Deposit receipts; pay Orders or Demand Draft of S.B.I. or any of the nationalized Banks in favour of FA & CAO / ECR. b) Deposit receipts executed by the Schedule Banks (other than the State Bank of India and the nationalized Banks) approved by the reserve Bank of India for the purpose. The deposit receipts in question are to be covered by a confirmatory advice from the Reserve Bank of India in favour of FA& CAO/ECR. c) Deposit receipt tendered by the schedule banks which have not been approved by the Reserve Bank of India for the purpose, provided, the bank concerned lodges with the Reserve Bank of India requisite securities, namely: cash receipt or Govt. securities in respect of the deposit receipts tendered by it and the RBI of India 13 Signature of Tenderer(s)
  • 14. Revised tender document of Tender No.: ECR/S&T/OT/162 advises the railway concerned that the bond may be deposited. The official cash receipts must be attached with the tender failing which the tender will be rejected. NOTE: 1) No interest shall be allowed on the earnest money by the Railway except that accrued by the bank on the instrument (if applicable). 2) Tender forms not accompanied by the requisite EMD will be summarily rejected. 2.2.3. The standing lump sum earnest money deposited by the tenderers shall not be accepted towards this tender. 2.3 STCC: Deleted. 2.4. CONSTITUTION OF FIRM AND POWER OF ATTORNEY: a) Tenderer (s) should submit the constitution of his/their firm(s) and the Power of Attorney, if any. He/they are also required to disclose whether he/they is/are carrying own business as individual, sole proprietor or in partnership firm or in any company incorporated under the company’s Act. A copy of the agreement entered into by joint Ventures/partners is to be submitted with the tender. Tender Documents in such cases, are to be signed by such person/s as may be legally competent to sign them on behalf of the firm/ company/ association or society, as the case may be. Participation of Joint Ventures shall be regulated by Railway Board’s guidelines on the matter as per their letter no. 2002/CE-I/CT/37 JV Pt.VIII, New Delhi, dated 14.12.2012 (copy attached with tender form).The Joint Ventures / Consortium Agreement shall be as per enclosed proforma (Annexure I) b) If, the tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender/contract as cancelled. If, a partner of a firm expires after the submission of their tender the Railway shall deem such tender as cancelled unless the firm retains its character. c) If the contractor’s firm is dissolved on account of death or retirement of any partner or for any reasons whatsoever before fully completing the whole work or any part of it undertaken by the principal agreement, the remaining partner shall remain jointly, severely and personally liable to complete the whole work to the satisfaction of the Railway and pay compensation for the loss sustained, if any, by the Railway due to such dissolution. The amount of such compensation shall be decided by the General Manager or his accredited officer and his decision in the matter shall be final and binding on the contractor. 2.5. QUALIFICATION CRITERIA AND CREDENTIALS: The tenderer must fulfil the following minimum eligibility criteria:1 Should have completed in last 3 At least one similar single work for a minimum value financial years (i.e current year and of 35% of advertised tender value. 3 previous financial years). The total value of similar nature of works completed during the qualifying period, and not the payment received within the qualifying period alone, will be considered. 2 Total contract amount received Should be minimum of 150% of advertised tender during the last 3 financial years and value. in the current financial year. The tenderer has to produce attested certificates from the employer/ client, audited balance sheet duly certified by chartered accountant etc., along with the tender offer. 14 Signature of Tenderer(s)
  • 15. Revised tender document of Tender No.: ECR/S&T/OT/162 Definition of Similar Nature work is as under: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system anywhere under Government/Semi-Government/Government Undertaking/Government Controlled Institution/ Government Controlled Projects/Public Sector Undertakings ”. The tenderer should have experience in the three fields out of four mentioned field in India or abroad. 3. The following documents should be submitted by the tenderer along with the tender:a) List of personnel, organization available on hand (own) & proposed to be engaged for the subject work. b) List of plant & machinery available on hand (own) and proposed to be inducted (own & hired to be given separately) for the subject work. c) List of works completed in the last three financial years giving description of work, organization for whom executed approximate value of contract at the time of award, date of award and the original date of completion of work. Date of actual start, actual completion and final value of contract should also be given. d) List of works on hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award. e) Performance Certificates from the clients in regards to works executed by the firm, signed by an officer not below the rank of JAG officer for each completed work. Note: 1. For all above, relevant supportive documents/certificates should be enclosed. 2. Certificates from private firms/ individuals/ organisations for whom such works have been executed/being executed, shall not be accepted. 3. No post tender correspondence will be entertained with respect to credential or compliance of the specification. The offer submitted and opened at due date & time only will be evaluated, therefore the offer must be prepared carefully. 4. The work done to qualify for eligibility criteria must be verifiable and the time limit for verification the technical credential shall be 45 days. If it is not verified within 45 days of dispatch/ acknowledgement date of verification request, then this may be considered as inadmissible. 5. In the para 65.15.4 of the Railway Board’s letter no- 2002/CE-I/CT/37 JV Pt.VIII dated 14.12.2012 attached in the tender documents, this clause may be read as “All the members of the JV shall certify that they are not black listed or debarred by Railways or any other Ministry/Department of the Govt. of India/State Government/Public Sector undertaking from participation in tenders/contract on the date of opening of bids either in their individual capacity as a member of JV or the JV firm or partnership firm in which they were/are members/partners”. 6. Individual bidder or each member of JV/ Consortium should certify that they have not been black listed or debarred by Railway or any other ministry/ department of Government of India/ State Government/ Public Sector undertaking in Central/ State Government from participation in Tenders/ Contracts on the date of opening of bids either in their individual capacity or the joint venture firm or partnership firm in which they were / are members/ partners. A declaration in this regard to be enclosed along with their tender offer. 2.6 COST QUOTING: 2.6.1. Schedule of works to be executed and supply of materials to be made is enclosed. (a) ‘% above / below’ only to be quoted by the tenderer in the space provided at the summary sheet of the schedule of work. 15 Signature of Tenderer(s)
  • 16. Revised tender document of Tender No.: ECR/S&T/OT/162 (b) All corrections and over writing must be signed /attested. (c) Tenderer must sign along with seal on all pages of their offer. (d) Tender forms not accompanied by the requisite EMD will be summarily rejected. (e) Rates/costs will be considered only if PACKET-II (financial bid) is opened. Financial Bid (Packet-II) will be opened only if a bidder is considered eligible on evaluation of Technical Bid (Packet-I). 2.6.2. If there is any variation between the Rates/ costs quoted in figures and in words, the lower of the Rates/costs quoted in words and figures shall be taken as correct. 2.6.3. The rates/costs given by the tenderer/s in form of % above/ below shall be inclusive of all octroi or any other taxes or any other tax applicable as on date of opening of tender. No claims for octroi or any other taxes etc. shall be entertained by the Railways at any stage and on any grounds what so ever. Sales Tax/VAT, Octroi, Royalty, Toll Tax or any other Tax levied by the Central or State Govt. or Local Bodies shall be borne by the tenderer. No part of such taxes on contractor’s labour/materials or any other amount will be paid by the Railway. This should be kept in view before tendering. If, any further increase to the existing rates of sales Tax is made or levies are imposed by the state Govt. after the date of receipt of the tender and the same is required to be borne by the contractors, then the recovery of said amount will first be made as required under law and subsequently the same will be reimbursed to the concerned Sales Tax authority to the effect that the sum, as already deposited is not refundable to the contractor. 2.6.4. The rates/costs to be quoted should take into account the credit available on inputs under the MODVAT Scheme introduced with effect from 1st March, 1986. The tenderer/s should also give declaration in their offers as under:“We hereby declare that in quoting the above price, we have taken into account the entire credit on inputs available under the MODVAT Scheme introduced with effect from 01.3.86. We further agree to pass on such additional duties as set off as may become available in future in respect of all the inputs used in the manufacture of the final product on the date of supply under the MODVAT scheme by way of reduction of our price and advise the purchase accordingly.” 2.6.5. The price quoted by the Tenderer shall include the prices of materials including all incidental charges for transport, loading/un-loading and handling of materials, for arranging dispatch by rail direct from manufacturer’s factory and completing all necessary formalities in this respect, such as submission of forwarding notes, arranging placement of wagon, collection of Banker’s charges for Bank guarantee, Indemnity bonds inclusive of cost of stamp etc. as also siding or shunting charges, if any, levied by the Railways. It will also include:a) Cost of transportation of materials supplied by the Railway from the place of delivery to the site of work. b) Cost of transportation of all materials to be supplied by the contractor, to the site of work. c) Collection of balance materials left over after the work, if any, and materials released and handing over to the Railway Engineer’s representative at specified location and stocking in an orderly way. 2.6.6.The prices shall include all taxes, duties, Royalty and levies (including Octroi, Sales Tax, Works Contract Tax, Toll Tax, any other taxes levied by Central or State Govt. etc.) applicable on this works contract. Therefore, they should quote their prices taking into account the rates of Sales Tax/VAT as Leviable in the event of Sale to the Central Government Organization etc. It is clarified that required forms such as ‘31’ and ‘32’ applicable for this purpose will be supplied on request to the Contractor, as applicable in the State where the contract is being executed. While quoting the rate, they should also keep in view the provision for losses and wastage in transit and installation and commissioning. 2.6.7. The prices quoted by Tenderer shall include cost of execution and testing and all cost of Administration of Contract, insurance premium, Bankers charges for guarantees, cost of storage. The prices shall include cost of works and adjustments necessary to be done by the contractor during or after tests carried out by the purchaser. 16 Signature of Tenderer(s)
  • 17. Revised tender document of Tender No.: ECR/S&T/OT/162 2.6.8. Possible fluctuation of market rates must be taken into consideration before quoting the rates and no claim on this account shall be entertained afterwards. 2.6.9. All taxes, duties and levies (including octroi etc,) arising out of the transaction between the Contractor and his Sub-Contractors, suppliers for this work will be included in the cost quoted by the Contractor in the relevant Schedule. 2.6.10. The tenderer/s shall not increase rates/ costs in case Railway Administration negotiates for the reduction in rates/ costs. Such negotiations shall not amount to cancellation or withdrawal of the original offer and rates/ costs originally quoted will remain binding on the tenderer/s. 2.7. Commercial terms and conditions, if any. 2.8. Tender documents duly signed with seal on each page. Duly filled only the % above/ below on the summary sheet of tender schedule of Financial Bid of tender document. If the tenderer does not give any value, then it will be treated as ‘AT PAR” for such items/ Part of the work. If the tenderer does not give Percentage “above/below” in the column, then percentage “above” will be considered for evaluation purpose. 3. GENERAL 3.1 If the tenderer fails to abide by the conditions of tender or fails to submit documents as above, his offer is liable to be rejected. 3.2. As far as possible the tenderers bid should not have any condition or specification or assumption contrary to the provision in these tender documents on which tenderer’s bid is based. Tenderers special conditions that are at variance with tender stipulations shall be listed separately with details of exact financial implications if any. Railways will not take cognizance of any such conditions mentioned at any other place in the tender document. Only such special conditions stipulated by the tenderer/s which have been specifically approved by the Railways in writing shall be deemed to have been accepted by the Railways and shall form part of the Contract Agreement. Any other conditions not accepted by the Railways shall be withdrawn by the tenderer/s. 3.3. The tenders should be submitted on the tender forms purchased in accordance to Para 1.1 above or downloaded from website in terms of Para 3.4 below. Photocopies of the tender documents will not be accepted. 3.4. INSTRUCTIONS REGARDING DOWNLOADING OF TENDER DOCUMENT FROM THE WEBSITE : 3.4.1. Tender notice and tender documents are published in Website www.ecr.indianrailways.gov.in & www.tenders.gov.in which can be downloaded. In case, the tender documents are downloaded from websites, the Tenderer/s is/are required to pay non- refundable cost of tender documents in the form prescribed in tender notice while submitting their offer. If they fail to furnish the requisite cost of tender documents in prescribed form, their offer shall be rejected. The cost of EMD shall not be merged with cost of tender form and shall be separately furnished. 3.4.2. In case, the tender documents are downloaded the Tenderer/s are required to furnish a certificate on the letter pad of their firm that they have downloaded the tender document from the website and they are advised to compare the downloaded copy with the office copy available in the office of Chief Signal & Telecommunication Engineer, EC Railway, Hajipur. In case, at any stage, there is any difference found between the office copy of tender document and downloaded copy, office copy of the tender document will 17 Signature of Tenderer(s)
  • 18. Revised tender document of Tender No.: ECR/S&T/OT/162 be treated as final and the same shall be binding on contractor/ tenderer. After the award of work an agreement will be prepared based on the master copy of tender document available in the above office. 3.4.3. In case the cost of tender document is not accompanied with the tender, the earnest money will be released only after the tenderer/s submits the cost of the tender document in any form as mentioned in Para 1.1 above. 3.4.4. The Tenderers shall download corrigendum (if any), print it out, sign and attach it with the main tender document. Railways will not be responsible for any postal delay/delay in downloading of tender document from the internet. 3.5. These specifications & documents describe the material to be supplied, work to be performed and the method of construction for complete installation in strict accordance with drawings and specifications mentioned herein and such instructions as given by the Railway from time to time. It should be clearly understood that the contractor agrees to furnish, without any extra cost, anything and everything necessary for the complete installation and its reliable, safe and satisfactory working except such items as are specifically stated to be supplied by the Railway in this specification/document. 3.6. All corrections and over writings in the tender document must be attested. 3.7. The tenderer should read the conditions carefully and also see the schedule of supply and works before submitting the offer and also after ascertaining site conditions and the magnitude of works involved. 3.8. Telex and incomplete offer will be summarily rejected. 3.9. If any sub contract is placed against this contract, specific approval shall be taken from the authorized officer of the Railway, before placing the order. 3.10. Tender documents are not transferable. The cost of tender paper is not refundable. 3.11. Authorities to be contacted for this tender: (a) For all policy, contractual and commercial matters including contractual payment before and after award of the Contract – Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala, Hajipur-844101. (b) For execution of the works after award of the Contract – Dy. CSTE/Project/Hajipur for execution of the works related to CCTV Surveillance system. For items viz. Access Control System, Personal and baggage screening system, system integration, authorised officer of Chief Security Commissioner, Hajipur should be consulted through Chief Signal & Telecom Engineer, East Central Railway. For contractual payments the work done shall be certified on the measurement books by representatives of Dy.CSTE/Project/Hajipur & Chief Security Commissioner based on which payments shall be made by the office of Chief Signal & Telecom Engineer, East Central Railway. (c ) Store- For supply of materials the store of SSE/Tele/Project/Muzaffarpur shall be the nominated store for CCTV portion of Samastipur, Raxaul, Muzaffarpur stations, SSE/T/Dhanbad store for Dhanbad , SSE/T/Danapur store for Danapur, SSE/T/Mughalsarai store for Mughalsarai and For items pertaining to other than CCTV portion, the stores shall be under Inspector Quarter Master (RPF), Central Stores, ECR HQ, Hajipur. 3.12. Payment to the contractor would be made through NEFT/ECS. 3.13. The tenderer is required to undertake:a) Supply of 6 hard copies and 4 (four) soft copies of all ‘as made documents’ for layout diagram, wiring diagram and technical manual/ literature for the system. 18 Signature of Tenderer(s)
  • 19. Revised tender document of Tender No.: ECR/S&T/OT/162 b) The original manufacturer’s or OEM/OEM’s authorized personal shall only carry out the installation, testing and commissioning of the system / sub - system. 3.14 Railway shall provide the following: a) The CCTV Control room and equipment room with 220 V AC,50 Hz power supply mains at all stations which may normally vary from 160-270 Volt .However system should protect itself such that no device malfunctions or gets damaged in case the voltage is beyond normal range. b) Information, to the extent required, on the existing CCTV surveillance system available at the stations. 3.15 The tenderer is required to undertake the project on turn-key basis, taking total responsibility for various activities I nv lv ed in "Providing the Integrated Security System" as per the technical document o (where ever relevant) d esign and engineering including software, license, sub-system procurement, system integration and installation and commissioning of whole system in the stations under consideration, including interfacing and inter- operability with the existing CCTV surveillance infrastructure available at above mentioned Seven (7) Railway stations so as to meet the end objective and technical requirements as set out in the tender. 19 Signature of Tenderer(s)
  • 20. Revised tender document of Tender No.: ECR/S&T/OT/162 SPECIAL CONDITIONS OF CONTRACT (Part-I) 1. AGREEMENT The successful tenderer, shall, within 15 days after having been called upon by notice to do so, be bound to execute an agreement based on accepted rates and conditions, in such form as the Railway may prescribe, and lodge the same with the Railway together with the Special Conditions of Contract, specifications and schedule of prices referred to therein, duly completed. The form of agreement is enclosed with this tender document. 2. SECURITY DEPOSIT ON ACCEPTANCE OF TENDER: 2.1 Unless otherwise specified in the special conditions, if any, the Security Deposit / rate of recovery / mode of recovery shall be as under:(a) Security Deposit for each work should be 5% of the contract value, (b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered. (c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit. Security deposit as certified by the Competent Authority will be refunded after successful completion of warranty obligations for a period of 3 years from the date of completion of work but before release of this SD, the security deposit for AMC contract shall be deducted in case Railway decides to enter into AMC. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained. 2.1.1. The total security deposit recoverable from contractor including the amount of earnest money deposited with the tender will not exceed the security money recoverable at the rates mentioned above. The same shall be deducted from his on A/c bills at the rate of 10% of the value of the said bills until the sum of these deductions plus the amount of earnest money deposited with the tender taken together, equals the requisite amount of security deposit required for fulfilment of the contract. 2.2. No interest shall be allowed on the security deposit except as allowed by the Bank on the instrument concerned (if applicable). 2.3. The Security Deposit shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfilment in all respect of the contract. It shall continue to be enforceable till the expiry of the warranty period after the successful completion of the contract. 2.4. The President shall be entitled to deduct from the said Security Deposit any loss/ damages which the Railways may be put to by reasons of any act of default on the part of contractor and may call upon the contractor to replenish and maintain the deposit at its original limit by making further deposit. In the event of the contractor failing to deposit within time and in the manner aforesaid the Railway shall be entitled to cancel the contract and forfeit the security deposit. 20 Signature of Tenderer(s)
  • 21. Revised tender document of Tender No.: ECR/S&T/OT/162 2.4. FOREITURE OF DEPOSITThe Security Deposit referred to above shall be forfeited to the Railway in the event of any breach on the part of the contractor of the terms of this contract without prejudice to the Railway’s right to rescind the contract and other rights and remedies warranted by law. 2.6. REFUND OF SECURITIES: The Security Deposit unless forfeited in whole or in Part according to the terms and conditions will be refunded after receipt of certificate from the Engineer concerned to the effect that the work has been satisfactorily completed in all respects as per ‘Technical Specification instructions, drawings and receipt of ‘NO CLAIM’ certificate from the contractor duly countersigned by the Engineer or on expiry of warranty period which ever is later. 3. PERFORMANCE GUARANTEE The procedure for obtaining Performance Guarantee is outlined below:(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in retender for that work. (b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value: (i) A deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government Securities including State Loan Bonds at 5 percent below the market value, (iv) Deposits Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks; (v) Guarantee Bonds executed or Deposit Receipts tendered by all Scheduled Banks; (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificates at 5 % below market value or at the face value whichever is less. Also FDR in favour of FA&CAO/ECR/ALD, (free from any encumbrance) may be accepted. NOTE:- The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance. (c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days. 21 Signature of Tenderer(s)
  • 22. Revised tender document of Tender No.: ECR/S&T/OT/162 (d) The value of PG to be submitted by the contractor will not change for variation up to 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor.” (e) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit, however, shall be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor. (f) Wherever the contract is rescinded, the Security Deposit should be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm. (g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee. ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer. iii) The contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India. 4. ILLEGAL GRATIFICATION: 4.1. Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the contractor or his partner, agent or servant of anyone of his or on their behalf to any officer, or employees of the Railway or to any person on his or their behalf in relation to the obtaining or the payment of any loss or damage resulting from such decision, and the Railway shall be entitled to deduct the amounts so payable from any moneys due to the contractor under the contract or any other contracts with the Railways. 4.2. The contractor shall not lend or borrow from or enter into any monetary dealings or transactions either directly or indirectly with any employees of the Railway and if he shall do so the Railway shall be entitled forth with to rescind the contract and all other contracts with the Railway. Any question or dispute as to the committing of any offence or compensation payable to the Railway under this clause shall be settled by the General Manager of the Railway in such manner as he considers fit and sufficient and his decision shall be final and conclusive. 5. PATENT RIGHT AND ROYALTIES: The contractor shall indemnify the Railway from and against all claims and proceedings for or on account of infringement of any patent rights, trade marks or name or other protected rights in respect of any information or materials supposed or used in connection with this contract and from and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation there to except where otherwise specified, the contractor shall be liable for the payment of Royalties, compensation or other payments, if any for the said information or material supplied or used and documentation. 6. FORCE MAJEURE: If, at any time, during the continuance of the contract arrangement, the performance in whole or in part by either party of any obligation under the agreement shall be prevented or delayed by reasons of any war, hostile 22 Signature of Tenderer(s)
  • 23. Revised tender document of Tender No.: ECR/S&T/OT/162 acts of the enemy, Civil commotion, sabotage, fires, floods explosion, epidemics, guarantee restrictions, strikes and lockouts and any statute, statuary rules regulations, orders or requisitions issued by any Government Deptt. of a competent authority or acts of God (hereinafter referred to as eventualities) then provided notice of the happening of any such eventuality is given by either party to the other within fifteen days from the date of occurrence thereon, neither party shall, by reason of such eventualities be entitled to terminate this contract agreement nor shall either party have any claim for damages against the other in respect of such nonperformance of delay in performance. Performance of the contract agreement shall, however, be resumed as soon as practicable after such eventuality has come to an end or ceased to exist. Provided that, if the performance in whole or part of any obligation under the contract agreement is delayed by means of any such eventuality for a period exceeding six months, either party may at his option, terminate the contract agreement provided further that in the event of such prevention or delay as aforesaid, then, instead of exercising the option, both parties may consult with each other with a view to agreeing between them the action mutually to be taken in order to minimize the effects of such prevention or delay and continue the operation of this contract agreement. 7. USE OF RAILWAY LAND: Use of Railway land, required by the contractor for constructing temporary office, quarters, hutment’s etc. for the staff and the storing materials etc. will be permitted to him free by Railway if available. The location of these offices, hutment’s, stores etc. will be subject to the approval of the Engineer or his representative. The land will be restored to Railway by the contractor in the same condition as when taken over or in the vacant condition as desired by the Engineer, after completion of the work or any earlier date specified by the Engineer. The failure to do so will make the contractor(s) liable to pay the cost incurred by the Railway for petty possession of the land. 8. EMERGENCY WORKS: In the event of any accident or failure occurring in or about the work or arising out of or in connection with the construction, completion or maintenance of the works which in the opinion of the engineer requires immediate attention, the Railway may bring its own workmen or other agency to execute or partly execute the necessary work or carry out repairs if the Engineer considers that the contractor(s) is/are not in a position to do so in time and charge the cost there of, as to be determined by the Dy.CSTE/Project/Hajipur to the contractor. 9. NIGHT WORK: Not withstanding the provision in the General Conditions of Contract, if the Engineer is satisfied that the work is not likely to be completed in time except by resorting to night work, he may order the contractor/s to carry out the works even at night without conferring any right on the contractor for claiming any extra payment for the same. All arrangements in this connection shall be made by the contractor at his own cost. 10. ELECTRICITY: 10.1. Any Electric supply required at site for what so ever purpose shall be arranged by the contractor. The contractor/s shall be responsible for the arrangement for obtaining electric supply at his own cost, and the rates quoted shall include the cost of providing electric supply arrangements required for the work. 10.2. If required by contractor/s the Railway may give required assistance by recommending to respective state Electricity Board for giving necessary electric connection to the contractor for execution of works. 11. WATER CHARGES: The contractor(s) shall make his/their own arrangements for potable and other water supply required for the execution of the work as well as his labour. However, if water is supplied by the Railway, the contractor(s) will have to pay water charges as laid down in the general conditions of contract and in addition, the contractor(s) will have to pay charges as levied by the corporation Municipality. 23 Signature of Tenderer(s)
  • 24. Revised tender document of Tender No.: ECR/S&T/OT/162 12. CESS CHARGES: a) For contractor’s labour employed and residing at station and in colonies where sanitary facilities exist, contractor will be required to pay cess-charges as per rules in force on the Railway from time to time. b) For labour working between stations or at isolated places where Railway facilities do not exist, the contractor shall be required to provide necessary sanitary facilities for his labour in terms of clause 59 (A) of the General conditions of the contract. In case of any failure on his/their parts, the necessary facilities shall be provided by the Railway Administration at the cost of contractor and expenditure thus incurred will be recovered from his/their bills. 13. DEDUCTION OF TAX AT SOURCE 13.1 INCOME TAX: The Railway will deduct 2% (or amount as per latest guidelines of Government) as Income Tax on the gross of each bill plus 15% surcharge (or amount as per latest guidelines of Government) on income tax along with any increase/decrease by Govt. while making payment to the contractor. The settlement of income tax should be made with income tax authorities. 13.2 Works Contract Tax (WCT) at source Works Contract Tax will be deducted at source at the rate of 5% for the works being executed in the state where WCT is levied. In case the WCT applicable is less than 5%, the contractor has to bring a certificate from the concerned authorities for the reduced rates. In case the WCT exceeds 5%, the difference shall be borne by the contractor. 14.1. CONTRACT LABOUR LICENCE The contractors are required to produce license as enjoined in the Govt. of India Contractor Labour (regulation and abolition) Act, 1978. They shall not be allowed to under take or execute any work through Contract labour except under in accordance with a license issued under the said act in that behalf by the authorized licensing officer. 14.2. CARE OF STAFF: No quarter will be provided by the Railway for the accommodation of the contractor or any of his staff employee or the work. The contractor may be allowed to erect any labour camps for housing the labour at or near the site of works on available Railway land subject to the payment of cess and water charges. The contractor shall at his own cost make all necessary and adequate arrangement for the importation, feeding and preservation of the hygiene of the staff. The contractor shall permit inspection at all times of all sanitary arrangements made by him, by the Engineer or his Assistant or the medical staff of the Railway. If the contractor fails to make adequate, sanitary arrangements these will be provided by the Railway, the cost thereof will be recovered from the contractor. 15. DAMAGE BY THE ACCIDENTS, AND BURGELARY ACTIVITIES: a) The contractor shall take all precautions against damages by accident, burglary activities or other clauses that does not comes under ‘Force Majeure’ (as given in General condition of Contract of EC Railway), etc.. No compensation will be allowed to the contractor for his plant or material lost or damaged by any cause what so ever. The contractor shall be liable to make good the damage to any structure or part of structure plant or material of every description belonging to the administration lost or damaged during the course of the contractor’s work. 24 Signature of Tenderer(s)
  • 25. Revised tender document of Tender No.: ECR/S&T/OT/162 b) The administration will not be liable to pay to the contractor any charges for rectification or repair to any damage which have occurred from any cause whatsoever to any part of the new/existing structure during construction. 16. QUANTUM OF WORK INCREASE/DECREASE OF QUANTITIES: 16.1 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required. 16.2 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions: (a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade; (i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender; (ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender; (iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender. (b) The variation in quantities as per the above formula will apply only to the Individual Items of the contract and not on the overall contract value. (c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO/FA&CAO(C) and approval of General Manager. 16.3 In cases where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items up to 25% of individual item without finance concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less rank of S.A. Grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. (c) It should be certified that the work proposed to be reduced will not be required in the same work. 16.4 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. 16.5 No such quantity variation limit shall apply for foundation items. 16.6 16.7 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate). For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies. 25 Signature of Tenderer(s)
  • 26. Revised tender document of Tender No.: ECR/S&T/OT/162 16.8 For tenders accepted by General Manager, variations up to 125% of the original agreement value may be accepted by General Manager. 16.9 For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value may be accepted by General Manager. 16.10 The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender shall be obtained. 16.11 Railway may increase / decrease the quantity at any or more locations, partly or fully within the above percentage. 16.12ADDITIONAL QUANTITIES OF WORK: If during the execution of the work, the contractor is called upon to carry out any new work not included in original scope of work, it should not be executed before a rate has been agreed to by the Railways in the manner as indicated in General Conditions of Contract and Instructions for tenders of the Engineering Department of Railways. 16.13 The successful tenderers will, however, have no claims or right in the execution of any work which in the opinion of the Engineer should be carried out departmentally or otherwise and the Railway reserves the right any time before or after the acceptance of the tender to keep back from the contract and carry out the work or portion of work through any other agent it may think fit without assigning any reason. No claim for compensation / loss or what so ever on this account will be entertained by the Railway. 17. INSURANCE: 17.1. All material shall be kept insured with all liabilities covered by the contractor till the work is commissioned and handed over and brought into use by the Railways. The contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the contractor or the Railway at common law or under any statute in respect of accidents to persons who shall be employed by contractor at or about the site or the contractor’s office for the purpose of carrying out the works on the site. The contractor should also take out and keep in force a policy or policies of insurance against all recognized risks to their offices depots. Such insurance shall in respects be to the approval of the Railway Administration and if he so requires, in his name. 17.2. The contractor shall take out and keep in force a policy or policies of insurance for all materials handed over to him irrespective of whether used up in the portion of work already done or kept for use for the balance portion of the work until such works are handed over to the Railway. For this purpose, the works are deemed to have been handed over when final acceptance certificates issued by the Engineer after the completion of all the acceptance tests to be conducted on the works. The contractor shall not be liable for losses / damages to materials kept for use at site, in consequence of mutiny or other similar causes over which the contractor has no control and which can be insured. Such losses or damages shall be the liability of the Railway. 17.3. The contractor should, however, insure the stores brought to site against risks in consequence of war and invasion, as required, under emergency risk (Goods) Insurance Act in force. 17.4. The Contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the Contractor for the Railway at common law or under any statute in respect of accidents to persons who shall be employed by the Contractor in or about the site or the Contractor’s office for the purpose of carrying out contract works on the site. 18. SAFETY MEASURES: 26 Signature of Tenderer(s)
  • 27. Revised tender document of Tender No.: ECR/S&T/OT/162 18.1. The contractor shall take all possible precautions to ensure that none of his work knowingly or otherwise cause interference to the circuits or equipment in sue and give rise to unsafe conditions or dislocation of traffic. 18.2. No work shall be taken above or under or adjacent to any line of the Railway in consequence of which it may become necessary to foul any such line or it in any way prejudice the same for safe passage of traffic until look out men and hand signal men as kept by the Engineer or his representative, have taken their duties. 18.3. The contractor shall take all precautionary measures in order to ensure the protection of their own personnel moving about, are working on the Railway premises, but shall, then confirm to the rules and regulations of the Railway. If and when, in the act of the work there is likely to be any danger to person in the employment of the contractor due to running traffic while making in the Railway siding and premises, the contractor shall apply in writing to the Railway to provide flagman or look out man for protection of such persons. The Railway will, however, decide as to whether it is necessary to post men required to protect the gangs of contractor(s) staff working at site, fireman for various types of work and also the number of such. The Railway shall remain indemnified by the contractor in the event of any accident occurring in the normal course of risk, arising out of the failure of contractor or his men to exercise reasonable precaution at all places of work whether or not the Railway has posted flagmen at any particular site of work. The flagman will be appointed by the Railway and expenses on this account will be charged to the contractor. 18.4. While working within station limits especially on passenger platforms the contractor shall ensure that at all times sufficient space is left for free movement of passenger traffic. He must barricade the excavations carried out in areas and continue to maintain these, till the work is completed with a view to avoid any accident to the public or to Railway staff. 18.5. The work must be carried out most carefully without any infringement of the Indian Railway Acts or the General and Subsidiary Rules in force on the Railway in such a way that they do not hinder Railway operation nor effect the proper functioning or damage any Railway equipment, structure or rolling stock except as agreed to by the Railway provided that all damages and disfiguration caused by the contractor at his own expenses failing which the cost of such repairs shall be recovered from the contractor. 18.6. If a safety of track etc. is affected, as a consequence of work under taken by the contractor; the contractor shall take immediate steps to restore normal conditions. In case of delay, the Railway shall, after giving due notice to the contractor in writing take necessary steps and recover the cost from the contractor. 18.7.No work including testing and commissioning on the points, track circuits equipment working signalling gears, internal wiring, cable termination etc. should be done unless and until contractor’s technical supervisor is present at site and has been authorised by Railway. 18.8. The contractor will programme his work in such a manner so as not to interfere in the working and movement of trains. No extra payment shall be allowed on this account and for taking any precautions or wastage of contractor’s labour, time etc. to trains working. 18.9. No contractor’s vehicle should ply adjacent to running lines. He shall be responsible for the safety of vehicle used by him. 19. SITE CLEARANCE: At the end of the work at the station, the contractor shall as part of his contractual obligation leave the area completely cleared of rubbish and obstructions of all kinds according to the instructions of the Railway’s representative. Besides he will take all necessary steps in the course of the execution of the work to avoid the presence of loose earth and blast on the platform, in drains, on the track formations and pathways in the vicinity. If within a fortnight of completion of the particular item at the site of work, the refuge is not cleared the Railway will arrange to get them removed at the cost of the contractor. However, before the Railway actually gets the site cleared, intimation in writing shall be sent to the contractor. 27 Signature of Tenderer(s)
  • 28. Revised tender document of Tender No.: ECR/S&T/OT/162 20. PROGRAMME OF WORK/OBLIGATION TO CARRYOUT ENGINEER’S INSTRUCTIONS: 20.1. The Contractor shall have necessary resources to execute the work so that the entire work is completed within a period as mentioned in tender documents from the date of issue of Letter of Acceptance of Tender. The priority of each item for taking up the work, shall be as decided by the Railway and the Contractor shall take up the work only as per the order of priorities assigned by the Railway for the purpose. 20.2. The Engineer in charge will also decide priorities location-wise as well as priority in respect of inside visà-vis outside work based on completion of other activities from Railway side like Civil Engineer work and contractor shall abide by the same. 20.3. Contractor will deploy additional staff including supervisors, artisan, skilled and semi-skilled etc. during commissioning/switch over period to ensure that the commissioning of the entire work is completed as per the plans given by E.C.Railway. In case the Contractor/s is/are not able to deploy adequate, man-power during commissioning/switch over and Railway’s labour/manpower is to be deployed for the purpose to complete the work in time, the expenditure incurred by Railway towards employment of such staff shall be deducted from the Contractor’s payment. 20.4. The contractor shall be held responsible for the execution of the works according to the time schedule given in the tender document for the execution of the work in full compliance of the specifications and the various clauses of the supplement “Technical” specifications. Failure to comply with any of these will be dealt with as per provisions laid down in the General Conditions of the Contract and instructions for tenders of the Engineering Department of the Zonal Railway on whose jurisdictions the work falls. 20.5. The contractor on his part will have to employ labour in full strength commensurate with working area available. He will also arrange matching materials and equipment to complete the job most expeditiously so as to ensure that the work is completed in phases within the stipulated period. 20.6. ENGAGEMENT OF QUALIFIED ENGINEER: The Contractor/s shall employ the following technical staff during the execution of the work: a) One graduate Engineer when the cost of the work to be executed is Rs.15 Lakhs and above. b) One Identified diploma holder when the cost of work to be executed is more than 200 Lakhs. Technical staff should be available at site whenever required by the Engineer-in-charge to take instructions. In case the Contractor/s fails/fail to employ the technical staff as aforesaid, he/they shall be liable to pay a reasonable amount not exceeding a sum of Rs.40,000/-(Rupees forty thousand only) for each month of default in case of graduate engineer and Rs.25,000/- (Rs.Twenty five thousand only) for each month of default in case of Diploma Holder. c) The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the contractors and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the Contractor. 20.7 The Contractor should nominate a Competent Supervisor/Engineer as his representative on the works who will be authorized to receive and acknowledge materials issued by the Railway and take all orders issued by the Inspecting Officer of the Railway. 20.8. Inspection Register shall be maintained at the site of work by the Railway where in instructions regarding the working etc. shall be recorded by the Engineer or his executive subordinates. It is expected from the contractor or his representative at the site to note such instructions whenever asked upon to do so and take action accordingly. 28 Signature of Tenderer(s)
  • 29. Revised tender document of Tender No.: ECR/S&T/OT/162 20.9. No facility whatsoever e.g. provision of approach road and provision of temporary level crossing etc. will be provided by Railway for carting materials. Approach roads within the Rly. limits can be used for carting materials. 20.10. Technically it is considered that the work of cable laying should not be tackled under moist conditions. Hence, the work of cable laying should be stopped before the onset of monsoon and the contractor shall have this in his mind while submitting his detailed time schedule. 20.11. DEFAULT AND DELAY: The contractor shall execute the work with due diligence and expedition, keeping to the approved time schedule. Should he refuse or neglect to comply with any reasonable orders given to him in writing by the Purchaser’s Engineers in connection with the work or contravene the provision of the contractor or the progress of work lags persistently behind the time schedule due to his negligence the purchaser shall; be at liberty to give seven days notice in writing to the contractor requiring him to make good the neglect on contravention complained of and should the contractor fail to comply with the requisitions made in the notice within seven days from the receipt thereof, it shall be lawful for the purchaser to take the work wholly or in part out of the contractor’s hands without any further reference and get the work or any part thereof, as the case may be, completed by other agencies at the expenses of the contractor without prejudice to any other right or remedy of the purchaser. 21. OTHER RAILWAY STORES: If any material included in the list of materials to be supplied by the contractor is supplied by the Railway either at the contractor’s request/or suo-moto in order to prevent any possible delay in the execution of the work likely to occur due to the contractor’s inability to make adequate arrangements for supply, as also his failure to return excess un-used material supplied by Railways, then recovery will be made from contractor’s bill if he fails to return the material taken on loan at the book rate or the last purchase rate or the prevailing market rate whichever is higher plus 5% on Account of initial Freight 2% on Account of Incidental charges together with supervision charges at 12.5% of the total cost inclusive of material, freight incidental charges. Freight between the Railway sources of supply and the site of work shall be to the contractor’s account. If, however, the material required by the contractor is not available in Railways stock or the Railway decides not to supply the same be that for whatever reasons, the Railway shall not be bound to arrange for the supply at the cost quoted above or at any other cost nor will this fact be accepted as an excuse for delay in execution of works. 22. SUPPLY OF MATERIALS: 22.1 Materials to be supplied by Railways:-The material, as mentioned in the tender documents to be supplied by railways, shall be supplied free of cost. The quantities would be determined by Railways according to the quantum of work to be done. Contractor shall be responsible for checking before taking delivery, whether all the materials given to him are in good condition. Receipt of the material taken shall be given on prescribed Proforma by the contractor or his representative, clearly mentioning the details of materials and the quantities received. The left out or unused material shall be returned to the stores by the contractor and no extra charges shall be paid by Railways. Transportation of materials from Railway stores to the site of work shall be arranged by the contractor. The contractor is entirely responsible and shall bear all expenses for loading, transportation and unloading of all materials, equipment, machines, tools and plants etc. from the stores of supply or the Railways stores depot. Equipment / materials required for installation will be issued to the contractor at the Railway stores depot. Loading and un-loading of the same to the site will be done by the contractor at his cost. The responsibility for damage to any equipment during transportation and till it is taken over by Railways after commissioning of the work shall be that of tenderer. 22.2 Materials to be supplied by the contractor:- The equipments/material as per RDSO specifications are to be procured from the RDSO approved sources only (if source is available). These materials should be procured 29 Signature of Tenderer(s)
  • 30. Revised tender document of Tender No.: ECR/S&T/OT/162 from the vendors appearing in the part I list of RDSO approved vendors. As a special case when there is no firm in the part I list of RDSO approved vendors or the RDSO approved firms in part I list express inability to supply the material to the contractor, the contractor may request the purchaser to permit him to procure from vendors appearing in part II list of RDSO approved vendors. 22.2.1. Before procuring the material to be supplied by contractor, the contractor shall submit the names and addresses of suppliers from whom it is proposed to procure the materials required to be supplied in the tender and shall take approval of railways for the same. 22.3 The list of the material to be supplied as per the schedule indicates the list of materials to be supplied by the contractor but not limited to, as required for completing the work as per standard plans, drawing etc. In addition to the above, if any other petty material, which may be considered necessary for execution of the work according to specification or drawing, is required, the same shall be supplied by the contractor free of cost. 22.4 In case cement is supplied by Railways, the empty cement bags for the supply of cement shall be the property of the contractor and the cost of the same shall be recovered at the rate of Rs.2/- per empty cement bag from the “On Account” bills of the contractor. The railway, however, reserves its right to take empty bags, which are in good conditions, and in that case no recovery will be made for bags so taken back. These rates will apply for bags deteriorated while in use and not found acceptable to the Railway for taking back from the contractor. 22.5 No extra charges shall be paid to the contractor towards carriage, loading and un-loading and handling etc. of the above materials, required for execution of the work and the rates quoted by the contractor shall be inclusive of all such charges. 22.6 The contractor shall be responsible for undertaking repairs, if any, to crates, cable drums packing cases etc. for safe transport of materials from Railways specified depot to the site of work. No extra payment will be made on this account. 22.7 DISPOSAL OF EMPTY CABLE DRUMS: Empty cable drums, wooden crates and other packing materials used for supply of Railway’s materials to the contractor shall be the property of the Contractor excepting the cable drums having unused cable exceeding 50Mtr length. This cable will be rolled back in the same cable drum and handed over to the Railway Engineers. The cost of the cable drum shall be recovered at the rate of Rs.300/- per empty drum from the running bills of the contractor. The Railway, however, reserves its right to take empty drums that are in good condition and in such cases no recovery will be made for the drums so taken back. 22.8. Security of all materials in the section where the work is in progress shall be the contractor’s responsibility and he shall arrange to guard the same from thefts by outsiders or his labour. In the event of any loss, the contractor shall be responsible to that effect and shall execute an indemnity bond for the materials that will remain in his custody, which has been supplied by the Railway. The stores lost, when under custody of the contractor, will be made good by the contractor. 23. STORAGE OF MATERIALS: The storage of materials, tools and machinery used by the contractor shall be done in an orderly manner and any thing used by the contractor for then execution of the work should in no way cause danger or hindrance to the working of the Railway or to the movement of its staff or passengers. 24. INDEMNITY BOND AND STANDING BANK GUARANTEE AGAINST MATERIALS SUPPLIED TO CONTRACTOR: 30 Signature of Tenderer(s)