Dy. Chief Electrical Engineer/Const. Northern Railway, Lucknow

147
Page 1 of 147 TENDER DOCUMENT START TOP SHEET NORTHERN RAILWAY TENDER NO : 90R-1-Dy.CEE/C/ LKO/2018-19 Name of Work : Augmentation of power supply and electrification of washing line, sick line, Yard and railway service building in connection with BSB Yard remodeling Approx. Cost of work : Rs 4,25,35,829.05 Tender Document Cost : Rs. 10,000/- Dy. Chief Electrical Engineer/Const. Northern Railway, Lucknow

Transcript of Dy. Chief Electrical Engineer/Const. Northern Railway, Lucknow

Page 1 of 147

TENDER DOCUMENT START

TOP SHEET

NORTHERN RAILWAY

TENDER NO : 90R-1-Dy.CEE/C/ LKO/2018-19

Name of Work : Augmentation of power supply and electrification of washing line, sick line, Yard and railway service building in connection with BSB Yard remodeling

Approx. Cost of work

: Rs 4,25,35,829.05

Tender Document Cost : Rs. 10,000/-

Dy. Chief Electrical Engineer/Const. Northern Railway, Lucknow

Page 2 of 147

START OF TENDER DOCUMENT NORTHERN RAILWAY

(Signature of Authorized Railway Official)

Tender notice no. 90R-1-Dy.CEE/C/ LKO/2018-19

Full name of work Augmentation of power supply and electrification of washing line, sick line, Yard and railway service building in connection with BSB Yard remodeling

Approx. Cost Rs 4,25,35,829.05/-

Completion period 12 (Twelve) Months

Earnest Money amount 3,62,680/-

Last Date/Time of receipt of tenders 20.07.2018 upto15.00 Hours

Date & time of opening of tender Tender will be opened on 20.07.2018 at 15.00 hrs.

Page 3 of 147

(A) Mandatory details to be filled in by tenderer while submitting their offer

1. Constitution of the firm/concern. (Tick as applicable)

Sole Proprietorship / partnership Firm / Limited Company /JV / Society.

2.

Full name of Sole Proprietorship/Partnership firm/Company/JV/Society (as the case may be)

3. Year of formation/incorporation

4. PAN No.

5. Registered Office Address

6. Address on which correspondence regarding this tender should be done

7. Names of the proprietor/partners/JV members etc.

8. Details of EMD submitted

Note:

i) Special attention of tenderers is drawn to clause 2.4.1 of “Special tender condition & instruction to tenderers”, as per which the tenderer must submit alongwith tender, the documents mentioned therein pertaining to constitution of firm/ concern.

ii) Special attention of tenderers is drawn to clause 2.3 of “special tender condition &instruction to tenderers” as per which they should submit the requisite documents along with tender pertaining to their technical & financial eligibility.

Signature of the tenderer

Name of signatory___________________.

Page 4 of 147

(B) Check List of Mandatory documents to be Upload by the tenderer (s) while submitting their offer (SINGLE PACKET).

Tender must submit following documents without fail along with their offer.

1 Requisite earnest money ( ON LINE mode ( No documentary proof required)

2 Cost of tender document, ( ON LINE mode ( No documentary proof required)

3 All requisite document mentioned in clause 2.4 of “Special Tender Conditions and Instruction to tenderers” pertaining to constitution of firm/ concern. ( As applicable)

4 All requisite documents/ credentials mentioned in clause 2.3 of “Special Tender Conditions and Instructions to tenderers” pertaining to his /their technical and financial eligibility.

5 Tenderers are compulsorily required to enclose (upload) Affidavit as per Annexure-M as stipulated in clause 2.2.6 & 2.2.7 and Annexure-Aof “Special Tender conditions and Instruction to tenderers” without which the offer will be considered incomplete and will be rejected summarily.

6 Tenderers are required to fill up& upload requisite details in prescribed proforma of Annexure D to G, I,J, L, O (1-10 as applicable) without which the offer is liable to be rejected.

Note i) Tenderer may please note that offers received without Annexure-A & Annexure-M as mentioned above, will be considered as incomplete & invalid tender and for which contractor shall have no claim on Railway.

ii) After opening of tender, any document/ credential pertaining to technical,

financial eligibility and available Bid Capacity, Constitution of Firm etc. shall neither be asked nor be entertained/ considered under any circumstances and no claim or representation whatsoever from the tenderer in this regard shall be entertained. However Railway reserves the right to ask for any clarification on the documents/ credentials already submitted by the tenderer along with the offer.

Page 5 of 147

Contents

S. N. Chapter Description

Page

From To

1. Top Sheet (English) 1

1

2. Contents

5 5

3. Tender Notice

6 9

4. Chapter 1 i) Tender Form First Sheet ii) Tender Form Second Sheet &

Special tender Conditions & Instructions to Tenderers.

10

12

11

58

5. Chapter 2 Prices & Payments

59 61

6. Chapter 3

Annexures / Forms 61 106

7. Chapter 4

Technical Specifications, Explanatory Notes, special data & Drawings etc.

107 147

Page 6 of 147

Northern Railway (Construction Organization)

Office of the Dy Chief Electrical Engineer/Const.

Northern Railway, Lucknow.

E-TENDER NOTICE The Dy. Chief Electrical Engineer/Const., Northern Railway, Lucknow for and on behalf of President of India, invites opene- tendersunder single packet system for the following work: -

Name of Work Approx. Cost/Earnest Money

Similar nature of work / Period of completion

Cost of tender Document.

1 Augmentation of power supply and electrification of washing line, sick line, Yard and railway service building in connection with BSB Yard remodeling

Rs 4,25,35,829.05 Rs 3,62,680/-

As per tender clause 2.3.2(A) Period of Completion: 12 months

Rs.10000/-

TENDER/OFFER WITHOUT EARNEST MONEY WILL BE SUMMARILY REJECTED Critical Dates

Code Activity Date D0 Issue of Tender Notice 18.06.2018

D1 Start of Submission of Tender Documents at www.ireps.gov.in

06.07.2018

D2 End of Availability of Tender Documents at www.ireps.gov.in.

Opening of tender/offer. Note: 1. This is also the last date for uploading of completed offers by the bidders. 2. This is also the last date for submission of physical documents.

20.07.2018 20.07.2018

The reference time for all the above activities is 15:00 hours. NOTE: In case the intended date for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the same time. Electrical Contractor’s License: Tenderers must poses with the valid Electrical Contractor’s License issued from any State/Central Government. Technical: As a proof of technical experience/competence, the tenderer(s) should have physically completed successfully at least one similar single work for a minimum value of 35% of advertised tender value, in last three financial years (i.e. Current Year and three Previous Financial Years) up to the date of opening of the bid under Government/Semi-Government Organizations.

Financial:As a proof of sufficient financial capacity and organizational resources, the tenderer(s) should have received the total payments against satisfactory execution of all

Page 7 of 147

completed/ongoing works of all types (not confined to only similar works) during the last three financial years and in the current financial year (up to the date of opening of the bid of a value not less than 150% of the advertised cost of work, under Government/semi-Government Organizations.

Validity of Offer: 45 days from the date of opening of Bid. Submission of Tender Documents & Opening:-The tenders may be uploaded up to date along with scanned copy of all the requisite document (as per Annexure 1 & 2). Bids will be opened on 20.07.2018 immediately after close of uploading of tenders i.e. 15.00 hrs.

Tender document will be uploaded on or before the tender opening date.The cost of the Tender Documents is non-refundable and Tender Document is not transferable. “JVs/ Consortiums/ MOUs shall not be considered” The detailed e-tender notice is also available on Indian Railway web site i.e. www.ireps.gov.in NOTE: 1. The bidders who desires to participate against e-tenders, are advised to electronically

register themselves on website www.ireps.gov.infor which they would require to obtain Class-III digital certificate (if already not obtained) issued by CCA under IT Act-2000.

2. All other terms and conditions in respect of above tender are given in the tender document.

3. Only e-tenders will be accepted and tenders submitted in any other form will be summarily rejected.

(Narendra Kumar)

Dy.Chief Electrical Engineer/Const. Northern Railway, Lucknow.

Tender Notice No. 90R-1-Dy.CEE/C/ LKO/2018-19 Dated: 18.06.2018 Copy to:-

1. Chief Electrical Engineer/C/ N. Rly, Tilak Bridge, New Delhi- for kind information please. 2. Dy.FA&CAO/C/LKO- He is requested to ensure depute concerned SSO for opening the tender information

3. One copy on Notice Board.

Page 8 of 147

Annexure-1 of Tender Notice

Documents required in original/Notarized/attestedcopy to be uploadedup to the time and date of opening of tender (scanned copy be uploaded along with offer)

Document Required in the form If Not submitted along with the tender, then

Cost of Tender Document ( in terms of Clause 2.1.2 (a) of tender document)

ONLINE MODE (no documentary proof required)

Summarily Rejected if not paid online

Earnest Money Deposit (in terms of Clause 3.0 of tender document)

ONLINE MODE(no documentary proof required)

Summarily Rejected if not paid online

Constitution of Firm documents (as required in terms of Clause 2.4 of the tender document)

As per Clause 2.4.1.1 of Special Tender conditions and Instruction to the tenderer, “After opening of the tender, any document pertaining to the constitution of the firm/JV/sole/partnership firm/company/Society (as applicable), shall not be entertained/considered under any circumstances and no claim or representation whatsoever from the tenderer in this regard shall be entertained”

In case of Sole Proprietorship Concern

Affidavit certifying the sole Proprietorship of the firm. This affidavit can be original/ notarized/copy notarised.

In case of a “Partnership Firm/Concern”

(1) Notary certified copy of the Partnership Deed (2) Document(s) in support of Registration of firm with Registrar of firms viz. Registration certificate/ Form-A& Form-B/Form C (as applicable) etc. issued by Registrar of firms (3) Power of Attorney/authorization in favour of the individual signing the tender document duly Notarised. (Alternatively, authorisation given in the partnership deed shall also be accepted).

In case of a “JV Firm” (Applicable only for works costing more than Rs.10.00 crore)

NA

In case of a “Company” (1) Copy of the MOA (Memorandum of Association) of the Company;

(2) Power of Attorney (in original/Notarized copy) by the Company (along with copy of the resolution of Board of Directors) in favour of the individual signing the tender on behalf of the Company.

In case of a “Society” (1) Notarised copy of the certificate of registration; (2) NotarisedDeed of formation; and (3) Power of Attorney, in original/notarised, in favour of the tender signatory.

Page 9 of 147

Annexure-2 of tender notice Scanned copy of Documents to be uploaded along with the tender

Document Required in the

form of

If Not submitted along with the tender, then

Technical Eligibility Criteria: - Completion/Performance Certificate in support of 35% similar nature of work as per clause 2.3.2A (v) of tender document.

Copy Summarily Rejected Financial Eligibility Criteria: - Contractual payment

received as per detail at Annexure-I in form of Form-16A/26AS to judge the 150% payment received as per clause 2.3.2A(vi) of tender document.

Copy

Annexure-A (Affidavit to be submitted by tenderer along with the tender documents)

Copy

Annexure-C (Declaration form regarding site etc.) Copy Liable to be rejected Annexure-D (Declaration regarding constitution of firm

Copy Liable to be rejected

Annexure-E (Plant and Machinery)

Copy Liable to be rejected

Annexure-F (Engineers/Personnel)

Copy Liable to be rejected

Annexure-G (work executed in last three years) Copy Liable to be rejected Annexure-H (Work in Hand)

Copy Liable to be rejected

Annexure-I (Contractual Payment received)

Copy Liable to be rejected

Annexure-J (Bank Detail/RTGS)

Copy Liable to be rejected

Annexure-L (Performa of Completion Certificate)

Copy Liable to be rejected

Annexure M- Affidavit to be submitted by tenderer alongwith the tender documents

Copy Summarily Rejected

Valid Electrical Contractor’s License issued from any State Government.

Copy Summarily Rejected

Annexure: O-1 to O-10 (Standard Proforma/Affidavit)

Copy Liable to be rejected

Page 10 of 147

NORTHERN RAILWAY

TENDER FORM (FIRST SHEET) The President of India, Acting through the Dy. Chief Elect. Engineer (Const.), Northern Railway, Lucknow.

1. I/We ____________________________________________________ have read various conditions attached to tender hereto and hereby agree to abide by said conditions. I/We also agree to keep this tender open for acceptance for a period of 45 (Forty Five) days from date fixed for opening of the same and in default thereof, I/We will be liable for forfeiture of my/our Earnest Money. I/We offer to do this work “Augmentation of power supply and electrification of washing line, sick line, Yard and railway service building in connection with BSB Yard remodeling.” of Northern Railway at the rates quoted in attached schedule and hereby bind myself / ourselves to complete work in all respects within 12 (Twelve) months from the date of issue of letter of Intent/ acceptance of tender.

2. I/We also hereby agree to abide by General Conditions of Contract-2014 corrected up to printed/advance correction slip and to carry out work according to special Conditions of Contract and specifications for material and works as laid down by Railway in annexed Special Conditions/ specifications and Northern Railway Works Hand Book corrected up to printed/advance correction slip, for Schedule of Rates corrected up to printed/advance correction for present contract.

3. A sum of Rs 3,62,680/- (three lakhs sixty two thousand six hundred eighty only) i.e. (a) 2% of works estimated to cost up to `1 Crore and (b) for works estimated to cost more than `1 crore – ` 2 lakhs plus ½ % (half percent) of the excess of the estimated cost beyond ` 1 crore, subject to a maximum of ` 1 crore, rounded off to nearest Rs. Ten as indicated in tender notice is herewith forwarded as earnest money.

4. However, for service contracts, MSEs registered with District Industries Centres, Khadi and Village Industries Commission, Khadi and Village Industries Board, Coir Board, National Small Industries Corporation, Directorate of Handicraft and Handloom, Any other body specified by Ministry of MSME, shall be exempted from payment of minimum EMD detailed above.

The full value of the earnest money deposit (EMD) and other dues shall stand forfeited

without prejudice to any other rights or remedies in case my / our tender is accepted and

if:-

(a) I/We do not execute the contract documents within Fifteen days after receipt of the notice issued by the railway that such documents are ready and;

(b) I/We do not commence the work within fifteen days after receipt of orders to that effect and;

(c) I/We resile from my/our offer or modify the terms and conditions thereof in a manner not acceptable to the Railway during a period of 45 (Forty Five)days from the date of opening of the tender and;

Page 11 of 147

(d) I/We do not submit a Performance Guarantee (PG) in any of the form as prescribed in clause 5.2 of “special tender conditions and instructions to tenderers’ amounting to 5% of contract value as per the proforma as prescribed by the Railways, within 30 (Thirty) days from the date of issue of letter of acceptance (LOA) or 60 (sixty) days, if the extension of time for submission of PG beyond 30 days and up to 60 days is given by competent authority along with interest @15% per annum for the delay beyond 30 days and up to 60 days from the date of issue of LOA. I/We shall also be debarred from participating in re-tender of the above work, in case; I/We failed to submit the PG as stipulated above.

The Performance Guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get validity of Performance Guarantee extended to cover such extended time of work plus 60 (Sixty)days.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 of work, value of contract increases by more than 25% of the contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess over the original contract value shall be deposited by the contractor.

On the other hand, if the value of contract decreased by more than 25% of the original contract value, Performance Guarantee amounting to 5% ( five percent) of the decrease in the contract value shall be returned to the contractor. The PG for decrease contract value, available with Railways, shall be returned to contractor as per their request duly safeguarding the interest of Railways. (Rly.Bd. letter No.2016/CE-I/CT/1/PG DT. 27.06.2016)

4. The amount of Earnest Money in the form deposited ONLINE MODE. I/We have clearly noted that the Earnest Money will be acceptable in the above forms only.

5. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modification, as may be mutually agreed to between us and indicated in the letter of Intent/acceptance of my/our offer for this work. 6. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modification, as may be mutually agreed to between us and indicated in the letter of Intent/acceptance of my/our offer for this work

Signatures of the Tenderer/s Address of the Tenderer/s

Dated: Signature of witnesses:

1. __________________________

2. __________________________

Page 12 of 147

NORTHERN RAILWAY ELECTRICAL CONSTRUCTION DEPARTMENT

Part-I

CHAPTER-I

SPECIAL TENDER CONDITIONS AND INSTRUCTIONS TO TENDERER/S

1.0 DETAILS OF WORK 1.1 TENDERS ARE INVITED FOR THE WORK AS ON TOP SHEET

2.0 TENDER DOCUMENTS

2.1 SUBMISSION OF TENDERS:

2.1.1 Tender documents consist of (a) Tender form (First sheet) (b) Special Tender Conditions and Instructions to tenderer/s (c) Special Conditions relating to sitedata and specifications(d) Schedule of Items, rates, and quantities. The tenders may be uploaded up to date D2 along with scanned copy of all the requisite document (as per Annexure 1 & 2 of tender notice).

Tender/offer will be opened on Date D2, i.e. immediately after close of uploading of tenders. Tender/offer shall contain the scanned copies of all necessary documents regarding constitution of the firm and other requisite documents/credentials as per Annexures- 1 and 2.

Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of work, that’s all conditions liable to be encountered during the execution of the works are taken into account and that the rates he entered in the tender forms are adequate and all-inclusive to accord with the provisions in clause-37 of special general conditions of contract for the completion of works to the entire satisfaction of the Engineer.

Tenderers will examine the various provisions of The Central Goods and Services Tax

Act 2017(CGST)/ Integrated Goods and Services Tax Act. 2017(IGST)/ union Territory Goods and Services Tax Act(UTGST)/ respective state’s State Goods and Services Act(SGST) also as notified by Central/State Govt. & as amended from time to time and applicable taxes before bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC) likely to be availed by them is duly considered while quoting rats.

The successful tenderer who is liable to be registered under CGST/IGST/UGST/SGST

Act shall submit GSTIN along with other details required under CGST/IGST/UGST/SGST Act to railway immediately after the award of contract without which no payment shall be released to the contractor. The contactor shall be responsible for deposition of applicable GST to the concerned authority.

In case the successful tender is not liable to be registered under

CGST/IGST/UGST/SGST Act, the railway shall deduct the applicable GST from his/their bills under reverse charge mechanism (RCM) and same to the concerned authority.

Page 13 of 147

2.1.2 Tender Documents will be available on IREPS web site i.e. www.ireps.gov.in from 18.06.2018 to 20.07.2018 upto 15.00 hrs. The cost of Tender Document will have to be deposited through ONLINE mode only. The cost of tender document is Rs 10,000/-. This should be paid separately and not included in the Earnest Money. In case, the tender is not accompanied with the cost of the Tender Document as detailed above, the tender shall be summarily rejected. However, for service contracts, MSEs register with District Industries Centre, Khadi& Village Industries Commission, Khadi& Village Industries , Coir Board, National Small Industries Corporation, Directorate of Handicraft & Handloom, Any other body specified by Ministry of MSME, shall be supplied such tender document free of cost of confirmation (Xerox copy) of their evidence to this effect.

2.1.3 The Tender Documents shall be uploaded up to 15.00 hours on 20.07.2018(D2) and will be opened immediately after closing of uploading of tender i.e. 20.07.2018(D2) at 15.00 hrs. The offer shall be uploaded along with scanned copy of all the requisite document (as per Annexure 1 & 2 of tender notice). The original/Notarized/attested (as applicable) documents (as per Annexure-1 & 2 of tender notice attached), may also be uploaded on or before the opening of tender (D2). In case the intended date for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the same time. 2.2 COMPLETION OF TENDER DOCUMENTS 2.2.1 Tenderer/s canquote uniform percentage rate/s in figures only, for all labour and

materials for Group ‘A’ schedule items and item wise rate for Group ‘B’Non-Schedule items in attached Schedule of Rates and quantities. Every possible fluctuation, in rate of labour, material and general commodities, and other possibilities of each and every kind which may affect rates, should be considered and kept in view before quoting the rates and no claim on this account shall be entertained by Railway under any circumstances except price escalation payable as per price variation clause, if any, provided separately in tender documents.

2.2.2 The rate/s should be quoted in figures only.

In case, the tenderer/s quote/s multiple rates*, the offer will be treated as incomplete and shall be summarily rejected.

Rebate if any, one single rebate over entire Tender schedule shall be considered.

*Multiple Rates- In case tenderer/s quote selective rebate on any individual item(s) of a USOR Chapters Schedule-A/ Individual NS item of Schedule-B, the same will be treated as multiple rate and their offer will be summarily rejected.

If a tenderer does not quote rate/rates in the format as specified in this tender document, the offer will be treated incomplete and summarily rejected.

2.2.3 Each page of the tender papers will be deemed to be signed/accepted by the tenderer(s)

or such person(s) on his/their behalf who is/are legally authorized to sign for him/them.

Page 14 of 147

2.2.4 The rates, rebates and/or other financial terms, if any, quoted by tenderer in the relevant fields of the Financial Bid page will onlybe the ruling terms for deciding the inter-se ranking, and any such condition having financial repercussions, if quoted by them anywhere else including attached documents shall not be considered for deciding inter-se ranking.

2.2.5 Additional conditions or stipulations if any must be made by tenderer/s in a covering

letter with tender. The Railway reserves the right not to consider conditional tenders and reject same without assigning any reason. Only those additional conditions which are explicitly accepted by Railway shall form part of contract.

2.2.6 The tenderers shall submit a notarized affidavit on a non-judicial stamp paper of Rs 100/- stating that they are not liable to be disqualified and all their statements/documents submitted alongwith bid are true and factual. Standard format of the affidavit to be submitted by the bidder is enclosed as Annexure-M. Non submission of an affidavit by the bidder shall result in summarily rejection of his/their bid. And it shall be mandatorily incumbent upon the tenderer to identify, state and submit the supporting documents duly self-attested by which they/he is qualifying the Qualifying Criteria mentioned in the Tender Document. It will not be obligatory on the part of Tender Committee to scrutinize beyond the submitted document of tenderer as far as his qualification for the tender is concerned. if contents in documents uploaded/submitted by tenderers are found to be incorrect/false, action will be taken against such tenderers as per provisions contained in Affidavit submitted by them as Annexure-M. In such eventuality, next lowest eligible tenderer/offer will be considered.

2.2.7 (a) The Railway reserves the right to verify all statements, information and documents

submitted by the bidder in his tender offer, and the bidder shall, when so required by the Railway, make available all such information, evidence and documents as may be necessary for such verification. Any such verification or lack of such verification by the railway shall not relieve the bidder of its obligations or liabilities hereunder nor will it affect any rights of the railway there under

(b) In case of any wrong information submitted by tenderer, the contract shall be terminated, Earnest Money Deposit (EMD), Performance Guarantee (PG) and Security Deposit (SD) of contract forfeited and agency barred for doing business on entire Indian Railway for 5 (five) years.

2.3 CREDENTIALS TO BE UPLOADED/SUBMITTED ALONGWITH TENDER

DOCUMENTS (APPLICABLE ONLY FOR WORKS COSTING MORE THAN Rs. 50.0 LACS)

2.3.1 Tenderer/s should upload documents and certificates to show that he/they has/have

satisfactorily carried out works of the type involved in the construction of the work being tendered for. He/They should also produce proof of the satisfaction of the Railway of his/their technical ability and financial stability to undertake the work of the magnitude tendered for.

Page 15 of 147

2.3.2 The tenderer/s shall upload with his/their tender a list of serviceable machinery, tools and plants, equipments and vehicles he/they has/have in hand for executing the work & those he/they intends/intend to purchase.

2.3.2(A) The tenderer/s must upload along with his/their tenders:-

i) A statement showing similar works executed by him/them.

ii) Certificates of successful completion of his/their work.

iii) A statement of all payments received against all successfully completed work/works in progress of all types (not necessarily similar in type to work in this tender) indicating the organizations/units from which the payments have been received. Necessary certificates in this regard, from the authorities who made the payments, for three preceding years should be enclosed, duly attested.

iv) A valid Electrical Contractor’s License issued from any State/Central

Government.

v) Technical Eligibility Criteria:

(a) “As a proof of technical experience/competence, the tenderer should have physically completed successfully at least one similar single work for a minimum value of 35% of advertised tender value, in last three financial years (i.e. Current Year and three Previous Financial Years) up to the date of opening of the tender”.

Similar nature of work is defined as under:-

“Design, Manufacture, Supply, Erection, Testing & commissioning of 33KV or above sub-station with HT panel complete or part of it with or without APFC panel.

The following will be applicable for evaluating the eligibility: i) Similar nature of work physically completed within qualifying period, i.e. last three financial years and current financial year (even though the work might have commenced before qualifying period) should only be considered in evaluating eligibility criteria.

ii) The total value of similar nature of work completed during qualifying period and not payments received within qualifying period alone, should be considered. In case, final bill of similar nature of work has not been passed and final measurements have not been recorded, paid amount including statutory deductions is to be considered. If final measurements have been recorded and work has been completed withnegative variation, then also paid amount including statutory deductions is to be considered.

However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility.

(iii) In case of composite works involving combination of different works, even separate completed works of required value should be considered while evaluating eligibility criteria.

For example, in a tender for bridge work where similar nature of work has been defined as bridge work with pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with pile foundation of value at least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal to 35% of tender

Page 16 of 147

value, should be considered as having fulfilled eligibility criterion of having completed single similar nature of work.

(iv) For judging the technical eligibility only those works which had been executed for the Government Organization shall be considered and the tenderer(s) will submit the certificate to this effect from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for Private Individual/ Private Organization shall not be considered. Completion Certificate/Experience Certificate issued by Competent Authority in favour of tenderer duly stating Name & Final cost of the work, Date of completion etc. as per Annexure-L must be attached along with the offer. 2.3.2 (A) (VI) Financial Eligibility Criteria:

As a proof of sufficient financial capacity and organizational resources, contractor should have received total payments against satisfactory execution of all completed/ongoing works of all types (not confined to only similar works) during last three financial years and in current financial year (up to the date of opening of tender) of a value not less than 150% of advertised cost of work. vii) For judging the technical eligibility and financial capability only those works which had been executed for the Govt. or Semi Govt. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for Private Organizations shall not be considered. viii) The tenderer/s/contractor shall upload a statement of contractual payment received during the last three financial years and current year on the prescribed proforma as detailed at Annexure-I. The details shall be based on the form 16-A issued by employer i.e. the certificate of deduction of tax at a source under Section 203 of the Income Tax Act, 1961. The photocopies of the form 16-A shall be enclosed duly attested by Notary public with seal and Notarial stamps thereon. If a tenderer has completed a work of similar nature where cement and steel was issued by department free of cost, tenderer must submit the completion certificate indicating cost of these materials and total cost of work (including cost of cement/steel) shall be considered to decide eligibility or otherwise. x) The overall financial soundness of the Tenderer/s will be evaluated based upon the volume of the work handled, Turn over, Balance Sheet etc. Tenderer/s will accordingly furnish these particulars for the last Three years (i.e. Current year and Three Previous Financial years) duly supported by latest audited results/Balance Sheets. xi) Tenderer has to satisfy the eligibility criteria for technical capability and competence as well as for financial capacity and organizational resources. xii) If the tenderer is a JV/Consortium, each partner of JV/Consortium should have good Credentials and the JV/Consortium should meet the Technical and Financial Eligibility Criteria as per the guide lines given in Annexure ‘K’ K-1 xiii) If the tenderer is a partnership firm, the condition and the technical & financial eligibility criteria will be applicable as per guidelines given in Annexure-K-2.

The tenderers shall submit a notarized affidavit on a non-judicial stamp paper

stating that they are not liable to be disqualified and all their statements / documents

Page 17 of 147

submitted along with bid are true and factual. Standard format of the affidavit to be submitted by the bidder is enclosed as annexure-A. Non submission of an affidavit by the bidder shall result in summary rejection of his/their bid. And it shall be mandatorily incumbent upon the Tenderer to identify, state and submit the supporting documents duly self-attested by which they / he qualifying the Eligibility Criteria is mentioned in the Tender Document. It will not be obligatory on the part of Tender Committee to scrutinize beyond the submitted document of tenderer as far as his qualification for the tender is concerned.”

a) The Railway reserves the right to verify all statements, information and

documents submitted by the bidder in his tender offer, and the bidder shall, when so required by the Railway, make available all such information, evidence and documents as may be necessary for such verification. Any such verification or lack of such verification, by the railway shall not relieve the bidder of its obligations or liabilities hereunder nor will it affect any rights of the railway thereunder.

b) In case of any wrong information submitted by tenderer, the contract shall be

terminated, Earnest Money Deposit (EMD), Performance Guarantee (PG) and Security Deposit (SD) of contract forfeited and agency barred for doing business on entire Indian Railways for 5 (five) years 2.4 CONSTITUTION OF THE FIRM 2.4.1 The tenderer(s) must necessarily upload the legal documents at the time of

tendering on or before closing of uploading of tender & before opening of tender (D2), pertaining to the constitution of their Concern as applicable, along with the tender, as enumerated below. Tender Documents in such cases are to be signed by such persons as may be legally competent to sign them on behalf of their Concern. The tenderer shall give full details of the constitution of the firm/JV/Company/Society etc. in the “Top Sheet” as well as in Annexure-“D” to “Special Tender Conditions and instructions to tenderers” of tender document and must submit the following documents along with tender without fail:-

(A) Sole Proprietorship firm:

If the tender is uploaded on behalf of a “Sole Proprietorship” Concern, the tenderer must submit affidavit certifying the sole Proprietorship of the firm. This affidavit can be original/ notarized. Firm shall provide all details of firm in the Annexure-D on or before close of uploading of tender & before opening of tender (D2).(Standard Affidavit as per Annexure O-1)

B) Partnership Firm: If the tender is submitted on behalf of a “Partnership Firm”, the Partnership

Firm should be registered with Registrar of firms before the date of opening of tender. The tenderer must submit along with the offer:- 1) Notary certified copy of the Partnership Deed.

2) Document(s) in support of Registration of firm with Registrar of firms viz. Registration certificate/ Form-A& Form-B/Form C (as applicable) etc. issued by Registrar of firms.

3) Power of Attorney/authorization in favour of the individual signing the tender

Page 18 of 147

document duly Notarized. (Alternatively, authorization given in the

partnership deed shall also be accepted).(Standard Performa as per Annexure O-2)

4) All details of Firm must be provided in Annexure -D The tenderer must uploaded at the time of tendering & submit above documents on or before close of uploading of tender & before opening of tender (D2).

(C) Joint Venture (JV):

If the tender is uploaded on behalf of a JV, the tenderer must upload/submit along with the tenderon or before of uploading of tender & before opening of tender (D2).

(1) Original/ copy of MOU/JV agreement duly notarized in accordance with the

annexure K-1 to “Special Tender Conditions and instructions to tenderers” of tender document, duly signed by the Power of Attorney (POA) holders/ authorized signatories of all the constituents/members of the JV.

(2) Power of Attorney/authorization duly Notarized by all JV constituents, in favour of the individual signing the Tender Document on behalf of the JV; and(Standard Performa as per Annexure O-3)

(3) In addition, following documents must be enclosed by the JV firms along with the tender:- (i) In case one or more of the members of the JV Firm is/are partnership firm(s), following documents shall be submitted.

(a) (i) Notary certified copy of the Partnership Deed.

(ii) Document(s) in support of registration of firm with registrar of firms viz. Registration certificate/ Form-A& Form-B/Form C (as applicable)etc. issued by registrar of firms.

(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value (in original).(Standard Performa as per Annexure O-4) (c) Power of Attorney/authorization (in original/ Notarised copy)in favour of one of the partners of the Partnership Firm to sign the JV /MOU/Agreement on behalf of the Partnership Firm and create liability against the Firm.(Standard Performa as per Annexure O-5)

(ii) In case one or more members of JV is/are Proprietary Firm or HUF, the following documents shall be enclosed: Affidavit on Stamp Paper in original confirming that his/her Concern is a Proprietary Concern and he / she is Sole Proprietor of the Concern OR He / she is in position of “Karta” of Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by other partners to act on behalf of HUF.(Standard Affidavit as per Annexure O-6)

Page 19 of 147

(iii) In case one or more members of JV is/are Limited Companies, the following documents shall be submitted:

(a) Notary certified copy/Original resolutions of the Directors of the Company, permitting the Company to enter into a JV Agreement, authorizing MD or one of the Directors or Managers of the Company to sign JV MOU/Agreement and such other documents required to be signed on behalf of the Company and enter into liability against the Company and/or do any other act on behalf of the Company.(Standard Performa as per Annexure O-7) (b) Notarised Copy of Memorandum and Articles of Association of the Company

duly registered as per prevailing law. (c ) Power of Attorney (in original/notarised copy) by the Company, authorizing the person to do/act on behalf of the Company as mentioned in the Para (a) above(Standard Performa as per Annexure O-8)

(D) Company:

If the tender is uploaded on behalf of a Company registered under Companies Act-1956, the tenderer must submit/upload along with the tender the following documents on or before close of uploading of tender & before opening of tender (D2):(1) Copy of the MOA (Memorandum of Association) of the Company; (2) Power of Attorney(in original/Notarized copy)(Standard Performa as per Annexure O-9)by the Company (along with copy of the resolution of Board of Directors) (Standard Performa as per Annexure O-10)in favour of the individual signing the tender on behalf of the Company.

(E) Society:

If the tender is submitted on behalf of a Society, the tenderer must submit on or before close of uploading of tender & before opening of tender (D2), (1) Notarised copy of the certificate of registration; (2) Notarised Deed of formation; and (3) Power of Attorney, in original/notarised, in favour of the tender signatory.

2.4.1.1 Note:

After opening of the tender, any document pertaining to the constitution of the firm/JV/sole/partnership firm/company/Society (as applicable), shall not be entertained/considered under any circumstances and no claim or representation whatsoever from the tenderer in this regard shall be entertained. No change in the constitution of the firm/JV/sole/partnership firm/company/Society shall be permitted after opening of the tender except where necessitated due to the operation of succession law. 1. If all the requisite documents pertaining to the constitution of the

firm/JV/sole/partnership firm/company/Society etc., as specified in clause 2.4.1 above, are not uploaded, offer will be considered as incomplete and shall be summarily rejected.

2. Standard Proforma/Affidavit O-1 to O-10 are given as per Constitution of Firm requirement in respective clause of Sole Proprietorship firm/Partnership firm/JV/Company for guidance purpose

Page 20 of 147

2.4.2(a) If the tenderer expires after submission of his tender or after acceptance of his tender, Railways shall deem such tender/contract as cancelled, if a partner of firm expires after submission of their tender, Railways shall deem such tender as cancelled unless firm retains its character.

2.4.2(b) If the contractor’s firm is dissolved on account of death, retirement of any partner or for any reason whatsoever, before fully completing whole work or any part of it, undertaken by principal agreement, surviving partners shall remain jointly/severally and personally liable to complete whole work to satisfaction of Railway and to pay compensation for losses sustained, if any by Railway due to such dissolution. Amount of such compensation shall be decided by Chief Electrical Engineer/Const. Northern Railway and his decision in the matter shall be final and binding on contractor.

2.4.2(c)

The cancellation of any document such as power of attorney, partnership deed etc., shall forthwith be communicated to the Railways in writing, failing which Railways shall have no responsibility or liability for any action taken on strength of the said documents.

2.4.2(d) The value of contract and the quantities given in attached schedule of items, rates and quantities are approximate and are given only as a guide. These are subject to variations/additions and or omission. The quantum of work to be actually carried out shall not form the basis of any dispute regarding rates to be paid and shall not giverise to claim for compensation on account of any increase or decrease either in quantity or in the contract value.

2.5 INCOME TAX DEDUCTION 2.5.1 Under Section 194-C of the Income Tax Act 1961 deduction of 2% plus surcharge as

applicable on Income Tax will be made for sums paid for carrying out the work under this contract. In case of supply contract for ballast, deduction of 2% (Two Percent) Income tax will be made for the sums paid for labour portion only (i.e., loading, unloading, stacking, measurement and laying etc.)

3.0 EARNEST MONEY 3.1 The tender must be accompanied by a sum of Rs. 3,62,680/- (three lakhs sixty two

thousand six hundred eighty only) i.e. (02% for works estimated to cost up to Rs.1.00 Crore and for works estimated to cost more than Rs. 1.00 crore – ` 2 lakhs plus ½ % (half percent) of the excess of estimated cost of work beyond Rs. 1.00 crore, subject to a maximum of Rs. 1.00 crore (as indicated in tender notice) as earnest money in manner prescribed in Clause 3.2 failing which the tender shall be summarily rejected. The earnest money shall be rounded off to the nearest Rs.10/-. However, for service contracts, MSEs registered with District Industries Centre, Khadi& Village Industries Commission, Khadi&Village Industries Board, Coir Board, National Small Industries Corporation, Directorate of Handicraft & Handloom, Any other body specified by Ministry of MSME, shall be exempted from payment of minimum EMD detailed above.*Further, registered MSEs IN TERMS OF Ministry of MSME’s notification No. 503 are exempted from Earnest Money Deposit.

3.1.1 Labour co-operatives are required to deposit only 50% of Earnest Money as referred to

in clause 3.1 above. 3.1.2 Tenderer/s shall keep the offer open for a period of 45 days from the date of opening of

tender in which period; tenderer/s cannot withdraw his/their offer subject to period being extended further, if required, by mutual agreement from time to time. It is understood that tender documents have been sold/issued to tenderer/s and tenderer/s is/are being

Page 21 of 147

permitted to in consideration of stipulation on his/their part that after submitting his/their offer he/they will not resile from his/their offer or modify terms and conditions thereof in a manner not acceptable to Northern Railway , should tenderer/s fail to observe to comply with foregoing stipulation or fail to undertake the contract after acceptance of his/their tender, entire amount deposited as earnest money for the due performance of stipulation and to keep the offer open for specified period, shall be forfeited by Railways.

If tender is accepted, amount of all earnest money will be held as initial security deposit for due and faithful fulfillment of contract. The earnest money of unsuccessful tenderer/s will, save as herein before provided , be returned to unsuccessful tenderer/s within a reasonable time, but Railways shall not be responsible for any loss or depreciation that happen to the earnest money for due performance of the stipulation and to keep the offer open for the period stipulated in tender documents while in Railway possession nor will be liable to pay interest thereon.

3.1 The Earnest Money of the requisite amount referred to in Clause 3.1 above is required to be deposited on line.

4.0 ACCEPTANCE OF TENDER 4.1(i) If the tenderer/s deliberately give/s a wrong information/whose

credentials/documents in his/their tender and thereby creates/create circumstances for the acceptance of his/their tender, Railway reserves the right to reject such tender at any stage, besides, shall suspend business for one year”.

(ii) If on verification of credentials,at the evaluation stage, it is found that the tenderer has submitted forged/fake documents in support of his offer, his Earnest Money Deposit shall be forfeited besides suspending business with him/them for one year.

4.2 The authority for acceptance of tenders rests with Dy. Chief Electrical Engineer/Const/Chief

Electrical Engineer/Const./C.A.O./Const./Railway Board as case may be who does not undertake to assign reasons for declining to consider any particular tender or tenders. He also reserves right to accept tender in whole or in part or to divide the tender amongst more than one tenderer if deemed necessary.

4.3 The successful tenderer/s shall be required to execute an agreement with President of India acting through the C.A.O. /Const./CEE/Const/ Dy.CEE./Const./ for carrying out the work as per agreed conditions. The cost of stamp for the agreement will be borne by Northern Railway.

4.3.1 The Contractor’s operations and proceedings in connection with works shall at all times

be conducted during continuance of contract in accordance with laws, ordinance, rules and regulations for the time being in force and contractor shall further observe and comply with the bye-laws and regulations of Govt. of India, State Govt. and of Municipal & other authorities having jurisdiction in connection with works or site over operations such as these are carried out by contractor/s and shall give all notice required by such bye-laws and regulations. The hospital and medical regulations in force for time being shall also be complied with by contractor/s and his workmen.

4.3.2 The contractor shall be responsible for observance of rules and regulations under mines

act and mineral rules and Indian Metallurgical rules and regulations of State/Central Govt. concerned as amended from time to time.

Page 22 of 147

4.3.3 The contractor shall at all times keep the Railway administration indemnified against all penalties that may be imposed by the Govt. of India or State Govt. for infringements or any of the clause of the mines act and rules made there under in respect of quarries from which the ballast for these works is procured.

4.4 The tenderer/s shall not increase his/their rate in case Railway Administration negotiates

for reduction of rates. Such negotiations shall not amount to cancellation or withdrawal of original offer and rates originally quoted will be binding on tenderer/s.

4.5 Tenderer/s shall submit an Analysis of Rates if called upon to do so.

4.6 A corrigendum shall be issued in case the increase in quantity in one or more items result an extra expenditure in excess of 10% of value of contract or ` 50,000/- whichever is less. For the purpose of assessing the increase in quantity and increase in the value of contract only such of the items in which there has been any increase shall be taken into account and saving in other items ignored.

4.7 Non-compliance with any of conditions set forth herein is liable to result in tender being

rejected.

4.8 Variation in quantity

4.8.1 The tenderer/contractor will be bound to execute the additional quantities on following terms and conditions:

4.8.1.1 Variation in items whose agreement value is more than1% of agreement value (Major

Value Items): (a)Individual NS item in contract can be operated with variation of (+) or (-) 25% and

payment would be made as per agreement rate.

(b)“SOR schedule as a whole” in the contract can be operated with variation of (+)or (-) 25% and payment would be made as per the agreement rate.However, in case of NS item 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).

(c) Operation of an individual NS items/”SOR schedule as a whole”, in excess of 125%

but up to 140% of their respective agreemental quantity shall be paid at 98% of the agreement rate.

(d) Operation of an individual NS items/”SOR schedule as a whole”, in excess of 140%

but up to 150% of their respective agreemental quantity shall be paid at 96% of the agreemental rate.

(e) Operation of an individual NS item//”SOR schedule as a whole”, in excess of 150%

of their respective agreemental quantity, if required by Railway in exceptional circumstances, shall be paid at 96% of the agreemental rate, unless otherwise defined in the agreement.

4.8.1.2 Variation in items whose agreement value is less than 1% of the total agreement value

(Minorvalue items) suchitems (i.e.NS items/SOR schedule as a whole can be operated with variation of plus or minus 100% of their respective agreemental quantities and the payment would be made as per their respective agreemental rate. However rate for variation of such items beyond 100% shall be decided as per General condition of contract and prevailing Codal provisions.

Page 23 of 147

4.8.2 No such quantity variation limit shall apply for foundation items. 4.8.3 In case the overall revised agreemental value goes beyond 150% of original

agreemental value in exceptional circumstances, due to variation of additional quantities, the tenderer contractor will be bound to execute the additional quantities on negotiated rates.

5.0 Security Deposit and Performance Guarantee on Acceptance of Tender 5.1 Security Deposit/rate of recovery/mode of recovery on acceptance of tender shall be as

under:

(a) The security deposit for each work will be 5% of contract value.

(b) The rate of recovery will be at the rate of 10% of bill amount till the full security deposit is recovered.

(c) Security deposit will be recovered from the running bill of the contract and no other mode of collecting security deposit such as security deposit in form of instruments like BG, FD etc. shall be accepted towards security deposit.

The total security deposit recoverable from a contractor including the amount of earnest money deposited with the tender as given in Clause above will not exceed the security amount recoverable at the rates mentioned above.

The Security Deposit shall be forfeited whenever contract is rescinded. The security deposit unless forfeited in whole or in part according to the terms & conditions shall be released to contractor only after the expiry of maintenance period and afterpassing the final bill based on ‘no claim certificate’. Thus before releasing SD, an unconditional and unequivocal ‘no claim certificate’ from the contractor concerned should be obtained. The competent Authority should issue the certificate regarding expiry of the maintenance period and passing of the final bill based on ‘no claim certificate’. The competent authority shall normally be authority that is competent to sign this contract. If the competent authority is of rank lower than JA grade, then a JA Grade Officer (concerned with the work) should issue the certificate.

Note:-

(i) After the work is physically completed, security deposit recovered from the running bills of a contract can be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

(ii) In case of contracts of value Rs. 50 Crore and above, irrevocable Bank

Guarantee can also be accepted as a mode of obtaining Security Deposit.

Page 24 of 147

5.2. PERFORMANCE GUARANTEE (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, the 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 by issuing notice under relevant provisions of General Conditions of Contract duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender 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% below the market value;

(iv) Deposit 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 Deposits 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. (xii) FDR (Free from any encumbrance).

Note: The instruments as listed above will also be acceptable for Guarantees in case of

Mobilization advance. All the instruments mentioned in (iii) to (xii) above should be in favour of FA& CAO/C/Kashmere Gate, Delhi or Dy.FA&CAO/C/NR/LKO.

(c) (I) A Performance Guarantee shall be submitted by the successful bidder after the letter of

acceptance has been issued, but before signing of the agreement. This PG shall be initially valid up to the stipulated date of completion plus 60 (Sixty) days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended time for completion of work plus 60 (Sixty) days.

Page 25 of 147

(ii) If railway PSUs are awarded contracts through competitive bidding (open tender, Special Limited tender etc.) the normal rule regarding submission of Performance Guarantee as applicable to other tenderer/s shall be applicable to these PSUs.

(iii) Wherever the railway PSUs are awarded works contracts by Railways, on single tender

basis, they are exempted from the requirement of submitting Performance Guarantee.

(iv) However, in the event of failure of the railway PSU to be successfully execute the contract as per terms and conditions laid down in the agreement, a penalty equivalent to 5% of the original value of contract would be levied.

(d) The value of PG to be submitted by the contractor will to change for variation upto 25%

(either increase or decrease).

In case during the course of execution, value of 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.

On the other hand, if the value of Contract decreases by more than 25% of the original contract value, Performance Guarantee amounting to 5% (five percent) of the decreased in the contract value shall be returned to the contractor. The PG amount in access of required PG for decreased contract value, available with Railways, shall be returned to the contractor as per their request duly safeguarding the interest of Railways.

(e) The Performance Guarantee (PG) shall be released after the physical completion of

the work based on ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. 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 contractor and that there is no due from the contractor to railways against the contract concerned. The competent authority shall normally be the authority that is competent to sign this contract. If the competent authority is of the rank lower than JA grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

(f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the

Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. It 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 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

amount to which President of India is entitled under the contract (not withstanding and/or without prejudice to any other provision 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.

Page 26 of 147

(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.

5.3 Exemption of Earnest Money & Security Deposit

Public Sector Undertakings (PSUs) wholly owned by Railways like RITES, IRCON, Konkan Railway Corporation Limited, CRIS, Rail-Tel Corporation etc. are exempted from depositing Earnest Money & Security Deposit.

5.4 Whenever the Railway PSUs are awarded works contracts by Railways, on single

tender basis, they are exempted from requirement of submitting Performance Guarantee.

However, in event of failure of Railway PSUs to successfully execute contract as per

terms & conditions laid down in agreement, a penalty equivalent to 5% of the original value of contract would be levied.

If Railway PSUs are awarded contracts through competitive bidding (Open tender, Special Limited Tender etc.) the normal rule regarding submission of Performance Guarantee as applicable to other tenderer/s shall be applicable to these PSUs.

6.0 CONDITIONS OF CONTRACT AND SPECIFICATIONS

Demand for these publications from out station will be considered only if a sum of Rs.50/- towards postal charges is also sent with the cost of the books by money order. 6.2 The Tender Documents referred to in Clause 2.2.1 above will govern the works done under this contract in addition to documents referred to in Clause 6.1 above. Where there is any conflict between Special Tender Conditions regarding Instructions to Tenderer(s), Special Conditions relating to Site Data and Specifications and the stipulations contained in the Schedule of Rates and Quantities on one hand and the General Conditions of Contract 2014 amended from time to time etc. and the Northern Railway Electrical General Service Schedule of Rates (Works and Materials)-2003 on the other hand, the former shall prevail.

6.1

Except where specifically stated otherwise in the Tender Documents, the work is to be carried out in accordance with (i) Northern Railway General Conditions of Contract Regulations and Instructions for tenderer/s & standard form of Contract 1999 amended from time to time & up to date (ii) Northern Railway Unified Standard Schedule of Rates(works & material)-2010 amended from time to time &upto date; and (iii) Indian Railway Unified Standard Specifications(Material and Works)-2010, Volume - I and volume-II. Copies of all these publications can be obtained from the office of CEE/Const, Northern Railway, Tilak Bridge, New Delhi on payment as under:-

i) Indian Railways STANDARD GENERAL CONDITIONS OF CONTRACT, JULY 2014

Rs 100/-

ii) Schedule of Rates (SOR) for Electrical General Service Works w.e.f. June 2003.

Rs. 200/-

Page 27 of 147

7.0 STUDY OF DRAWINGS AND LOCAL CONDITIONS 7.1 The drawings for the works can be seen in the office of Dy.Chief Electrical Engineer/Const/Northern Railway/ Lucknow. It should be noted by tenderer/s that these drawings are meant for general guidance only and Railways may suitably modify them during the execution of the work according to the circumstances without making the Railways liable for any claims on account of such changes. 7.2 Thetenderer/s is/are advised to visit site of work and investigate actual conditions regarding nature and conditions of site, difficulties involved due to inadequate stacking space, due to built up area around site, availability of materials, water/electricity and labour probable sites for labour camps, stores, godowns, etc. They should also satisfythemselves as to sources of supply and adequacy for their respective purpose of different materials referred in specifications and indicated in the drawings. The extent of lead and lift involved in the execution of works and any difficulties involved in execution of work should also be examined before formulating the rates for complete items of work described in the schedule. 7.3.1 Fencing at work site 7.3.2 Contractor(s) while executing the work of gauge conversion/doubling, yard remodeling

etc. shall provide suitable fencing/barricading to protect/segregate the existing Railway line from any damage and untoward incident, as per the directions or plan approved by Engineer-in-charge. The payment of barricading/fencing shall be paid under relevant N.S. item if required. No work will be started till he fencing/barricading is provided and clearance in writing is issued by the Engineer-in-charge.

7.4 Safety Gear

During execution of work, contractors shall ensure that all safety precautions are taken by their men to protect themselves and site to prevent any untoward incident. In this regard contractor will ensure that adequate number of safety helmets, safety belts, safety jackets with reflective arm band, rope, ladders emergency light etc. is available at site before work is actually started. The above list is only indicative and is not exhaustive and safety item will be arranged as per requirement. Railway reserve the right to stop the work in the absence of proper safety gear and no claim shall be entertained in this regard. Decision of the Engineer-in-charge will be final and binding upon the contractor. The cost of all the safety gear is deemed to have been included in the rates quoted and nothing extra is payable under this contract.

8.0 PERIOD OF COMPLETION

8.1 The entire work is required to be completed in all respects within 12 (Twelve) months from the date of issue of the acceptance letter/telegram. Time is essence of contract. Contractor/s will be required to maintain speedy and required progress to the satisfactions of the Engineer to ensure that the work will be completed in all respects within stipulated period failing which action may be taken by the Railway Administration in terms of Clause 17 and/or Clause of the General Conditions of Contract 2014.

8.2 The Contractor/s shall arrange to execute different items of works in close consultation

with and as per directions of Engineer so that other works being executed in same area either departmentally or through another agencysuch as steel erection, P. Way, earthwork in formation, etc. is also progressed concurrently. It may be noted, however, that any delay in execution of departmental works, for whatsoever reason shall not be accepted as an excuse for non-performance of contract.

Page 28 of 147

8.3 The Contractor/s will be required to give Dy.Chief Electrical Engineer a monthly progress report of the work done during the month on 4th of following month. He will also give to the Dy. Chief Electrical Engineer the programme of work to be done in coming month by 25th of the preceding month. The programme will be subject to alteration or modifications at the direction of CAO/Const/CEE/Const./Dy.CEE/Const, who may discuss such modifications or alterations with the contractor as considered necessary. Approval of any programme shall not in any way relieve the contractor from any of his obligations to complete the whole of the work by the prescribed time or extended time, if any.

8.4 Incentive Bonus Payment Clause

8.4.1 The incentive bonus payment clause will apply to contracts for throughout enhancement relating to “Doubling &Traffic facilities” works only. The contracts which are for works covering Plan head other than doubling and traffic facilities the incentive bonus clause shall not apply.

Incentive bonus payment will be regulated as follows:

1) Incentive Bonus payable shall not be more than 1% of initial contract value or revised contract value whichever is less for every one month of early completion ahead of original completion period or revised completion period whichever is less.

2) However, maximum incentive bonus shall not be more than 6% of original contract value

or revised contract value whichever is less. 3) Period less than one month shall not be reckoned for incentive bonus calculation. 4) This incentive scheme shall not apply if extension to original completion period is given

irrespective of on whose account (Railways’ Account or Contractor’ account).

9.0 RATES FOR PAYMENT 9.1 The rates given in attached schedule of rates tendered by contractor and as accepted

by Railways will form basis of payment for such items under this contract. 9.2 No material price variation or wages escalation on any account whatsoever

Compensation for Force Majeure etc. shall be payable under the contract except payable as per price escalation clause, if any, provided separately in tender documents.

9.3 The rates for any item of work not included in Schedule of Items, Rates and Quantities and which contractor may be called upon to do by Railway Administration shall be fixed by supplementary written agreement between contractor and Railway before the particular item or items of work is/are executed. In the event of such agreement not being entered into and executed Railway may execute these works by making alternative arrangements. Railways will not be responsible for any loss or damages on this account.

9.3.1 The contractor shall work in close coordination with other contractors, departmental staff

working in adjacent sections of railway & local authorities. 9.4 It should be specifically noted by tenderers that no separate loading, unloading and

leading charges for materials (which are supplied by Railway) shall be paid by Railways and the rates quoted by tenderer/s shall be inclusive of all these charges.

9.5 The items no. description, units and rates given in schedule of rates for SOR items are

as per Northern Railway Standard Schedule of Rates for General services item Electrical

Page 29 of 147

Department, 2003 and any discrepancy during the execution of the work in the working rates quantity and units etc. should be rectified by reference to the printed schedule of rates which shall be treated as authority and will be binding on the contractor.

9.6 Should there arise any items which may be necessary for completion of work but which

does not appear in Schedule of Items, Rates and Quantities attached with tenders, its rates will be fixed by analysis of actual inputs of all types including labour& material or derived from the labour and material rates given in the Northern Railway Standard Schedule of Rates for General services item Electrical Department, 2003. The rates for such non-scheduled items occurring during the course of execution/construction shall be payable subject to approval of competent authority. No items or work requiring non-schedule rates will be carried out unless ordered to do so by Engineer. The rates derived from the Northern Railway Standard Schedule of Rates for General services item Electrical Department, 2003 will be subject to percentage above or below tendered by the contractor.

9.7 Payment for work done will be made to contractor only when formal agreement has been executed between parties.

9.9 In the course of execution of various items of work under schedule of Items, Rates and

Quantities running bills payment for partly completed works will be made to the contractor. The quantum of such work for payment shall be decided by the Engineer-in-charge whose decision shall be final and binding on the contractor.

9.10 No `on account payment' by the Railway shall protect the contractor/s against or prevent

the Railway from recovering from the contractor/s any over payment made to him/them. 9.11 Final payment of the balance amount due, exclusive of the security deposit required in

terms of Clause-5 of these special conditions, will be made after the completion of the entire work and on the certification of the Engineer that work has been completed in all respects and found satisfactory. The security deposit will be refunded after the date of completion according to Clause 5.1 of these conditions.

9.12 SUPPLEMENTARY AGREEMENT

After the work is completed and taken over by the Railway as per terms and conditions of the contract agreement or otherwise concluded by the parties with mutual consent and full and final payment is made by the Railway to the contractor for work done under the contract the parties shall execute the supplementary agreement annexed here to as ANNEXURE-B

9.13 Measures to be taken in construction and repairs on road, embankments etc.

9.13.1 All borrow pits dug for and in connection with the construction and repairs of buildings,

roads, embankments etc. shall be deep and connected with each other in the formation of drain directed towards the lowest level and properly sloped for discharge into a river, stream, channel or drain and no person shall create any isolated borrow pit which is likely to cause accumulation of water which may breed mosquitoes.

9.13.2 Non fulfillment of the provision in 9.13.1 above shall be a breach of the contract and

contractor/s shall be liable to pay by way of agreed liquidated damages to Railway at the rates of Rs.100/- for each breach & in addition to that contractor further undertake to pay the amount incurred by the Railway in getting the said job/s done at the risk & cost of the contractor. Besides this, the contractor will also be held responsible for any laws for contravening them.

Page 30 of 147

10.0 SETTING OUT WORKS 10.1 The contractor is to set out the whole of the work in consultation with the engineer or an

official to be deputed by the Engineer and during the progress of works to amend on the requisition of the Engineer any errors which may arise there in and provide efficient and sufficient staff and labour thereon. The contractor shall also alter or amend any errors in the dimension lines on levels to the satisfaction of the Engineer or his authorized representative without claiming any compensation for the same.

10.2 The contractor shall provide, fix and be responsible for maintenance of all stocks,

templates, profiles, land marks, points, burjies, monuments, center line pillars, reference pillars, etc. and shall take all necessary precautions to prevent their being removed altered or disturbed and will be responsible for the consequence of such removal, alterations or disturbances and for their efficient reinstatement.

10.3 The contractor shall protect and support, as may be required or as directed by the

Engineer, building, fences, walls, towers, drains, road paths, waterways, foreshores banks, bridges, Railway ground & overhead electric lighting, the telegraphs/telephones and crossing water service main pipes and cables and wire and altogether matters and things of whatever kind not otherwise herein specified other than those specified or directed to be removed or altered which may be interfered with or which is likely to be affected disturbed or endanger by the execution completion of maintenance of the works and shall support provided under this clause to such cases as directed by the Engineer. No payment shall be made by Railway to the contractor for these works on account of delay for re-arrangement of road traffic or in the contractor having to carry out the short lengths and in such places as per conditions and circumstances may warrant. These will not form the basis of any claim and or dispute for compensation of any kind.

11.0 DRAWING FOR WORKS:

11.1 The Railway Administration reserves the right to modify the plans and drawings as

referred to in the special data and specifications as also the estimate and specifications without assigning any reasons as and when considered necessary by the railway. The percentage rates for the schedule items and items rates for the non-schedule items quoted by the contractor as may be accepted by the railways will, however, hold good irrespective of any changes, modifications, alterations, additions, omissions in the location of structures and detailed drawings, specifications and/or the manner of executing the work.

11.2. It should be specifically noted that some of the detailed drawings may not have

been finalized by the Railway and will, therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on this account shall be payable by the Railway Administration.

11.3 No claim whatsoever will be entertained by the Railway on account of any delay or hold

up of the work/s arising out delay in approval of drawings, changes, modifications, alterations additions, omission and the site layout plans or details drawings and design and or late supply of such material as are required to be arranged by the Railway or due to any other factor on Railway Accounts.

12.0. SUPPLY OF MATERIAL BY THE RAILWAYS 12.1 If at any time, material which the contractor/s should normally have to arrange

himself/themselves, are supplied by the Railway either at contractor’s request or in order to prevent any avoidable delay in the execution of work due to the contractor's inability to make adequate timely arrangements for supply thereof or for any other reason, recovery

Page 31 of 147

will be made from the contractor’s bill either at the market rate prevailing at the time of supply or at the book rate whichever is greater, plus fixed departmental charges viz. freight at 5% (8.33% for items of Iron and G.I. pipe steel) incidental charges at 2% and added on total cost supervision charges at 121/2%. No carriage or incidental charges will be borne by the Railway. The contractor cannot, however, claim as a matter of right the issue of such material by the Railway which he/they is required to arrange himself/ themselves in accordance with the terms and conditions of this contract.

12.1.1 In case, cement and/or steel is issued to the contractor(s) free of cost or on cost to be

recovered for use on the work, the supply thereof shall be made in stages limited to the quantity/quantities computed by the Railway according to the prescribed specifications & approved drawings as per the agreement. The cement and/or steel issued in excess of the requirements as above shall be returned in perfectly good conditions by contractor to the Railway immediately after completion or determination of the contract. If contractor(s) fail/s to return the said stores, then the cost of cement and/or steel issued in excess of the requirement computed by the Railway according to specification& approved drawing will be recovered from contractor@ twice the prevailing procurement cost at the time of last issue viz. (purchase price + 5% freight only). This will be without prejudice to the right of the Railway to take action against the contractor(s) under the conditions of the contract for not doing/completing the work according to the prescribed specifications and approved drawings. If it is discovered that the quantity of cement and steel used is less than the quantity ascertained as herein before provided,the cost of the cement and/or steel not so used shall be recovered from the contractor(s) on the basis of the abovestipulated formula.

12.1.2 The contractor shall be responsible for the safe transport custody and storage of all

railway materials issued to him and he will be liable to make good the loss due to any cause whatsoever that may be suffered by the railway on this account. Special precautions should be taken in respect of cement while transporting cement, steps should be taken to safeguard against cement becoming damp/ wet due to moisture or rain. The contractor will be responsible for storing cement in damp proof condition at site of work at his own cost in accordance with the standard specifications. The engineer shall decide whether cement stored in the godowns is fit for the work and his decision shall be final and binding to the contractor/s.

12.2 The contractor should supply a schedule showing the requirement of

explosives/materials required to be supplied to him by the Railway based on detailed plans. The materials will be arranged by the Railway according to the schedule unless otherwise modified by the Railway due to additions / alterations in the approved plans. No claim whatsoever will be entertained by Railway on account of late supply of such material as are required to be arranged by the Railway.

12.3 SUPPLY OF CEMENT AND STEEL BY THE RAILWAYS: 12.3.1 Cement, Mild Steel/H.Y.S.D./Bars/RSJ/MS plate, etc. to be supplied by the Railway to

the extent as would become a part of the work involved in the Tender Schedule will be supplied by the Railway free of cost or on cost recovery basis as the case maybe as per relevant clauses of special conditions relating to site data and

Specifications at construction store godown at New Delhi. The contractor will be required to lead the same to the site of work at his own cost subject to payment at the rate as quoted against relevant item of N.S. items in the Schedule of Items, Rates & Quantities.

12.3.2 Cement and steel required for temporary works timbering, shuttering, centering,

scaffolding, etc. will have to be arranged entirely by the contractor at his own cost.

Page 32 of 147

12.3.3 The empty cement bags for the supply of cement by the Railway shall be property of contractor and the cost of the same shall be recovered at the rate of Rupees Two per empty cement bag from the ‘on account bill’ of the contractor in case the cement is supplied in Jute bags. No recovery on account of empty cement bags shall be made from contractor, in case the cement is supplied in H.D.P.E. bags. Railway, however, reserves its right to take empty bags as 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 so taken back from contractor.

13.0. SUPPLY OF MATERIALS BY THE CONTRACTOR/S

13.1 Materials used in the work by the contractor shall conform to the Northern Railway

Standard Specifications and the relevant B.I.S. /I.R.S., tender specifications, and should be approved by the engineer before utilizing them on works.

13.2 It should be clearly understood that the tendered rates include wastage and wash away due to rains, storms, floods or any other cause whatsoever.

13.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will be paid for the materials, tools and plants and tools arranged and brought by the contractor to the site of work.

13.4 Stage payment for supply of steel by the contractor (for works above Rs 15 crore): Stage payment limited to 75% of rate of steel awarded in the contract (as a separate NS item for the purpose) shall be made to contractor for steel physically brought by the contractor to the site (even before its actual use in the work) subject to following:- (a) The material shall be strictly in accordance with the contract specifications. (b) The material shall be delivered at site and properly stored under covered sheds at

contractor’s cost and protected against damage, deterioration, theft, fire etc. to the satisfaction of the Engineer-in-Charge. The contractor shall store the bulk material in the measurable stacks.

(c) The quantities of materials shall be brought to the site only in such installments that would facilitate smooth progress of work and consumed in reasonable time. The decision of Engineer-in-Charge regarding quantity of steel to be brought to the site shall be final and binding to the contractor.

(d) Proper accountal in the material register to be maintained in the prescribed format at the site for the receipt and use of the material on day to day basis. Submission of indemnity bond with validity up to the completion/ extended period in the prescribed format at the contractor’s cost, vesting the ownership of

(e) such material with the Railways.

(f) Submission of insurance policy with validity upto completion/ extended period at the contractor’s cost, in favour of Railway against damage, deterioration, theft, fire etc.

The balance payment shall be released only after material is actually consumed in the work. The price variation claim for steel would continue to be governed as per extant PV clause and with reference to delivery at site.

14.0. SERVICE ROADS

Page 33 of 147

14.1 The contractor/s shall make his/their arrangements for service roads, paths etc. for carrying his/their tools and plants, labour and materials etc. and will also allow the railway use of such paths and service roads etc. for plying its own vehicles free of cost. The tenderer/s will be deemed to have included the cost of making any service roads or paths, etc., that may be required by him / them for plying his / their vehicles for carriage of his/their man and materials, tools, plants and machinery for successful completion of the work. Similarly, any other feeder road connecting any of the existing roads will be made by the contractor at his/their own cost including any compensation that may be required to be paid for the temporary occupation or usage of Govt. and or private land without in anyway involving the railway in any dispute for damage and /or compensation.

14.2 In case railway has its own paths, service roads, the contractor/s will be allowed to use

of such paths or service roads free of cost. He / they shall, however, in no way involve the railway in any claims or dispute of whatever kind due to inaccessibility of such paths or service roads or due to their poor conditions and maintenance or their being to be blocked and /or closed.

14.3 The rates quoted by contractor as per Schedule of Items, Rates and Quantities shall

form the basis of ‘on account payment’ for the various items under this contract. 14.4 In course of execution of various items of work under Schedule of Items, Rates and

Quantities, running bills payment for partly completed works will be made to the contractor. The quantum of such works for payment shall be decided by Engineer-in-Charge whose decision shall be final and binding on the contractor.

14.5 No ‘on account payment’ by Railway shall protect the contractor(s) against or prevent

the Railway from recovering from contractor(s) any over payment made to him/them. 14.6 Final payment of balance amount due, exclusive of the Security Deposit required in

terms of Clause-5 of these special conditions, will be made after completion of the entire work and on certification of Engineer that work has been completed in all respects and found satisfactory. The security deposit will be refunded after the date of completion according to Clause 5.1 of these conditions.

15.0 EMERGENCY WORK 15.1 In the event of any accident or failure occurring in or about work of arising out for or in

connection with the construction completion or maintenance of the work which in opinion of the engineer required immediate attention, the railway may be with its own workmen or other agency execute or partly execute the necessary work or carry out repairs if the engineer considers that contractors is not in a position to do so in time and charge the cost thereof, as to be determined by the Chief Engineer/Const. to the contractor.

15.2 In terms of clause 32 of GCC of 2014, material and plants brought by the contractor on site or land occupied by the contractor in connection with the works and intended to be used for execution thereof shall immediately, after they are brought upon of this said land be deemed to be property of the Railway, vehicles, equipments, plant and machinery of the contractor can be drafted by the Railway Administration at their discretion in case of accidents, natural calamities involving human lives, breaches, stoppage of train operations or any contingencies which require such requisitioning as essential. The decisions in this regard of the Engineer-in-charge or his superiors i.e. Executive Elect. Engineer /Dy. Chief Elect. Engineer etc. shall be final and beyond ambit of arbitration clause.

Page 34 of 147

15.3 In terms of clause No.2.3.2 (A)(iv), tenderer is required to submit the list of equipment, machinery, construction tools and plants available /deployed at site. The successful tenderer on receipt of acceptance letter & conveying their consent shall submit name, addresses, telephone numbers, Fax number/E Mail address of the persons to be contacted for requisitioning above items as detailed in forgoing clause 15.2 and notify from time to time if any change in the list of equipments/machinery or the addresses/ individuals to the Engineer-in-charge in writing. The name and address, telephone numbers and the contractor officials name shall also be displayed at the site of work.

15.4 The man-power, consumable items and maintenance of above tools & plants when

requisitioned shall be responsibility of the tenderer/contractor so that the equipments, machinery, tools & plants shall be available for effective utilization at accident sites, natural calamities, breaches sites etc.

15.5 The hire charges per annum shall be calculated at the following rates on the purchase

cost of the plant as under:- (i) Depreciation charges at the following rates:

a) Light plant 16% per annum. b) Heavy plant 10% per annum. c) Special plant 6% per annum

(ii) An additional 10% on the total of (1) above to meet contingencies. (iii) 10% contractor profit on total cost as detailed (i) to (ii). (iv) The hire charges per day shall be arrived at dividing annual hire charges of total

of (i) to (iii) above by 250, which shall be the assumed number of working days in year for this purpose. These higher charges will be payable from date the plant is handed over to the Railway to date on which it is returned to the contractor by Railway.

(v) Contractor manpower charge shall be payable @ minimum wages as notified by the State Govt/Local bodies/Labourdeptt. As the case may be for highly skilled, semi-skilled personnel drafted for operating the plant & machinery.

(vi) The payment for fuel cost shall be paid on the basis of the actual expenditure

incurred by contractor for purchase + 10% contractor’s profit thereof which will be the payments towards his miscellaneous expenses too.

16.0 NIGHT WORK 16.1 If the Engineer is satisfied that work is not likely to be completed in time except by

resorting to night work, he may order without confirming any right on contractor for claiming any extra payment for the same.

17.0 DISPOSAL OF SURPLUS EXCAVATED MATERIALS

17.1 The contractor shall at all time keep the site free from all surplus earth, surplus

materials, and all rubbish which shall arise from the works and should dispose of surplus excavated materials as ordered by Engineer failing which it will be done at cost of contractor and cost will be deducted from his dues.

17.2 The contractor shall within 15 days of completion of entire works remove all unused &

surplus materials tools & plants staging and refuge or other materials produced by his operations and shall leave site in a clear and tidy condition.

Page 35 of 147

18.0 SITE INSPECTION REGISTER 18.1 A site inspection register will be maintained by the Engineer or his representative in

which the contractor will be bound to sign day to day entries made by the Engineer or his representative. The contractor is required to take note of instructions given to him through the site inspection register and should comply with the same within a reasonable time. The contractor will also arrange to receive all letters etc. issued to him at the site of works.

18.2 The contractor shall, from time to time (before the surface of any portion or the site

is interfered with or the work thereon begun) take such levels as Engineer may direct in his presence or person authorized by him in writing. Such levels approved And checked by him or such authorized persons shall be recorded in writing & signed by the contractor and shall form the basis of the measurements. Immediately before any portion of the work,

19.0 The contractor shall have to make & maintain at his own cost suitable approach road and path etc. for proper inspection of the various works. He shall also provide all facilities as required by the Engineer such as ladder and other appliances for satisfactory inspection of works and places where materials for the work are stored or prepared.

20.0 OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST: Should the engineer or any representative consider it necessary for the purpose of

enabling inspection of tests analysis to be made to verify or ascertain the quality of any part of the works or of any materials, the contractor shall as and when required by the Engineer or his representatives open up the work or material for inspection or test or analysis, pull down or cut into any part of the work to make such openings, into under or through any part of the works as may be directed and shall/provide all things facilities which in the opinion of the Engineer or his representative are necessary and essential for the purpose of inspection or test or analysis of the works or of any part thereof or the materials, or of workmanship and the contractor shall close up, cover, rebuild and made good the whole at his own cost, as and when directed by and to the satisfaction of Engineer provided always that of the work in the opinion of Engineer is found to his satisfaction & in accordance with the contract. The excess expenditure in such examination, inspection or test shall, upon the certificate of the engineer, be borne by the Railways.

21.0 GENERAL 21.1 PROVISION OF LIGHT SIGNALS ETC.

The contractor/s shall make such provision for lighting the works, materials and plant and provide all such marks and lights, signals and other appliances as may be necessary or as may be required by the Engineer or other responsible authorities during the execution completion and maintenance of the work and shall provide all labour, stores, etc., required for their efficient working and use at any time of day or night. He/they shall also provide all the arrangement of every description of watching and maintenance required in connection with foregoing and all other services for protection of any securing all dangerous places whether to contractor’s workmen or to other persons and or vehicular traffic until the work is certified by the engineer to have been completed and taken over in accordance with the contract.

Page 36 of 147

21.2 The contractor/s will provide upon works to the satisfaction of the Engineer and as such, places as he may nominate, proper and sufficient life saving, fire fighting and first aid appliances which shall at all times be available for use.

21.3 LABOUR CAMPS

Land for setting up a workshop by contractor or for his labour camp or for any other purpose, shall have to be arranged by contractor at his own cost and under his own arrangements. The contractor, however, will be permitted to make use of railway land to the extent that can be made available to him free of cost, by railway in the vicinity of the site of works. The contractor/s shall at all times be responsible for any damage or trespass committed by his agent and workmen for carrying out the work.

21.4 The railway administration may recommend to the concerned authorities the issue of necessary transport permits for the work. The contractor shall, however, furnish full justification for the above facilities, to enable Railway administration to address the State Government or other authorities in this connection. The contractor shall also maintain regular log book of receipts and issue of the materials to work, if so required by the Civil Authorities. No claim would, however, be entertained by the non-issue of any priority permits or owing to any interruption in supply.

21.5 No claim for idle labour and or idle machinery etc. on any account will be entertained.

Similarly no claim shall be entertained for business loss or any such loss. 22.0 LEVY OF TOKEN PENALTY Attention is invited to Clause 17(B) of G.C.C. and Clause 8.1 of tender conditions

according to which time is the essence of contract. Competent Authority while granting extension to currency of contract under 17(B) of GCC may also levy token penalty as deemed fit.

23.0 LOCAL TAX

The contract shall be governed by Taxes applicable at the place of actual execution of work.

Clause no

Existing Condition Applicable Condition GST)

23 Local Tax/ VAT Taxes The contractor shall be governed by the

taxes applicable at the place of actual execution of work.

The contractor shall be governed by the taxes applicable at the places of actual execution of work.

23.1 VAT including taxes on works contract, octroi, royalty, toll tax, local tax on materials as well as services and any other taxes levied by Central Govt./ State Govt or local bodies shall be borne by the tenderer. No part of such taxes on contractor’s labour/material or on other account will be paid by the railways. Therefore the contractor must ascertain the various taxes levied by the concerned Govt. or local bodies at the place of execution of work and take n

GST on works contract, octroi, royalty, toll tax, local tax on materials as well as services and any other taxes levied by Central Govt./ State Govt or local bodies shall be borne by the tenderer. No part of such taxes on contractor’s labour/material or on other account will be paid by the railways. Therefore the contractor must ascertain the various taxes levied by the concerned Govt. or local bodies at the place of execution of work and take n account for the same

Page 37 of 147

account for the same while quoting the rates. This should be kept in view before tendering.

while quoting the rates. This should be kept in view before tendering. Note: (i) Works contracts shall be treated as supply of services as per schedule –II of GST Act. (ii) GST Act and rule issued from time to time by the Government/ concerned authority shall be applicable. (iii) Contractor / Supplies / Service providers/ parties shall register their firms state wise under GSTIN (GST identification number) and submit at the time of opening of tender or before signing the agreement and shall maintain place of business , registered office address and email.

23.2 If there is any increase/ decrease/ imposition of new tax/ removal of existing tax by Central Govt/GtateGovt/local bodies in respect to any of the tax mentioned above, the same shall be borne by the contractor and neither any additional payment will be made, nor any recovery will be made on this account. This should be kept in view before tendering, as no subsequent charges will be made in rates payable to the contractor on this account.

If there is any increase/decrease/ imposition of new tax/removal of existing tax by central Govt./State Govt/Local bodies (including GST) in respect to any of the taxes mentioned above, the same shall eb borne by the contractor and neither any additional paymentwill be made, nor any recovery will be made on this account. This should also be kept in view before tendering, as no subsequent changes will be made in the rates payable to the contractor on this account.

23.3 Railway will deduct the VAT or any other tax specified by the concerned Central Govt/State Govt/Local bodies if required to be deducted at source under the relevant laws as applicable on date of making the payment. Railway will issue a certificate regarding tax so deducted. It will be responsibility of the contractor to make further correspondence with concerned Govt o local bodies to ensure full deposition of the tax or for claiming a refund, if due, as is done in case of incoming tax.

Railway will deduct the VAT or any other tax specified by the concerned Central Govt/State Govt/Local bodies if required to be deducted at source under the relevant laws as applicable on date of making the payment. Railway will issue a certificate regarding tax so deducted. It will be responsibility of the contractor to make further correspondence with concerned Govt or local bodies to ensure full deposition of the tax or for claiming a refund, if due as is done in case of income tax.

23.4 In case any tax is notified to be deducted at source from a specified date and certain payments have already been made in the period that lapsed between the date of applicability of tax and the actual date of implementation of the same tax required to be deducted at source for this period will be recovered from subsequent payment.

In case any tax is notified to be deducted at source from a specified date and certain payments have already been made in the period that lapsed between the date of applicability of tax and the actual date of implementation of the same tax required to be deducted at source for this period will be recovered from subsequent payment.

Page 38 of 147

Following procedure shall be followed while dealing with contractor’s payment: (A)(i) All works contract are to be provided with goods/ service code based on the type of

contract. In case contract consists of both goods and service, then interpretation regarding nature of contract shall be done as per clause 8 chapter III of CGST act, 2017.

(ii) The ‘on account/final contract certificate’ shall be prepared by railway on the basis of quantity of work executed and agreemental rates, duly segregating the GST component as detailed in Para (iii) below.

(iii) Since the agreemental rates of contracts are inclusive of all taxes as per clause 37 of GCC-2014, the calculation of ‘Gross amount of work executed’, Amount of work executed excluding ‘GST amount’ and ‘GST amount’ in the ‘on account/ final contract certificate’ shall be done as under:

Let Z= Gross amount of work executed on the basis of quantum of work executed and agreemental rates.

X= amount of work executed excluding GST amount. Y= GST amount as per applicable GST rates for that goods service code. R= Percentage rates of GST for that goods/service code. Then, Z=X+Y, Y=X*R/100 (B)(i) Once the ‘on account/final contract certificate’ is prepared by railway and communicated

to contractor, the contractor shall submit invoice (bill) on his letter head duly segregating the ‘Amount of work executed excluding GST amount’ and ‘GST amount’ (ie “X” & “Y” as mentioned in para 23.5.(A).3 above) along with invoice no. (bill no) and all other details required under GST act. The sample GST compliant invoice is annexed herewith.

(ii) In case contractor is liable to be registered under GST act, Railway shall pay to contractor ‘Gross amount of work executed’ (i.e. “Z” as mentioned in para 23.5.(A).3 above) duly deducting all the other leviable taxes like I/Tax, Labour cess, royalty etc. as applicable. Contractor shall be liable to pay ‘GST amount’ to respective authority himself. Whereas, railway shall deposit all other taxes deducted to concerned authority as is being done presently.

(iii) In case contractor is not liable to registered under GST Act, contractor shall be paid “Amount of work executed excluding GST amount” (i.e. “X” as mentioned in para 23.5.(A).3 above) duly deducting all other leviable taxes like I/Tax, Labour cess, royalty etc. As applicable. Railway shall be deposited ‘GST amount’ as well as all other taxes deducted to concerned authority.

(iv) In case any need arises to modify the invoice (bill) due to any reason contractor shall submit amended fresh invoice for processing the payment.

23.5 Implementation of Building and Other Construction Works (RECS) Act, 1996 and

the Building and Other Construction Workers Cess Act, 1996 in Railway Contracts:

“The tenderer for carrying out any construction work in Uttar Pradesh (Name of the

State) must get themselves registered from Registering Officer under Section-7 of the Building &other Construction Workers Act, 1996 and rules made thereto by the Uttar Pradesh (Name of the State) Govt. & submit certificate of Registration issued from Registering Officer of the Uttar Pradesh (name of State) Govt. (LabourDeptt.). For enactment of this Act, the tenderer shall be required to pay cess @ 1%of the cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess when supplied under a separate schedule item.”

24.0 “All payments in respect of contract during the currency of the contract shall be made

through National electronic Fund transfer (NEFT) or Real Time Gross Saving (RTGS).

Page 39 of 147

Successful tenderer on award of contract must submit RTGS/NEFT Mandate Form complete in all respects as detailed at Annexure-J of the tender document. However, if the facility of RTGS/NEFT is not available at a particular location, the payment shall be made by Cheque. In such case successful tenderer on award of contract will have to furnish contractor’s Bank Account Number and Name of the Bank against which all payments in respect of the contract during the currency of contract shall be made.

25.0 DAMAGE TO RAILWAY PROPERTY

Contractor(s) executing works adjacent to existing Railway track for e.g. doubling, gauge conversion, yard remodeling etc. will take all care for avoiding any damage to underground/OH services such as S&T cables, electric cables/wires, pipelines/sewer lines etc. They must ensure that work is started after obtaining clearance in writing, from the Engineer-in-charge regarding the route for signaling/Electrical cables/water supply/ sewer lines etc. However, if any damage occurs during execution, he will immediately report the same to the Engineer-in-charge and stop work further till clearance for restarting the work is given by Engineer-in-charge. It may be further noted that if it is proved that damage has occurred due to negligence on part of contractor, cost of the damage will be recovered from him/them, The decision of Engineer-in-charge will be final and binding upon contractor(s).

26.0 APPLICABLE FOR TENDER DOCUMENTS DOWNLOADED FROM INTERNET 26.1 Tenderer/s are free to download tender documents at their own risk and cost, for

purpose of perusal as well as for using same as tender document for submitting their offer. Master copy of the tender document will be available in the office of Dy.C EE/Const./Northern Railway, Lucknow. After award of work, an agreement will be drawn up. The agreement shall be prepared based on master copy available in the office of Dy. CEE/Const., Northern Railway, Lucknow and not based on tender documents submitted by the tenderer.

In case of any discrepancy between tender documents downloaded from internet

and the master copy, later shall prevail and will be binding on the tenderers. No claim on this account will be entertained.

27.0 DELETED 28.0 MAINTENANCE/GUARANTEE PERIOD: Tenderer shall guarantee equipments/ installations for satisfactory performance for a

period of 12 months from the date of commissioning against any defect. Contractor should promptly attend complaint and replace/repair defective equipments/parts free of cost promptly and satisfactorily. The equipment/parts so replaced by the contractor, shall be further guaranteed for a period of 12 months for satisfactory service from date of such replacement.

29.0 PRICE VARIATION (Modified) 29.1 Price variation clause (PVC) shall be applicable only for contracts of value (Contract

Agreement value) Rs. 5 Crore and more, irrespective of the contract completion period. Variation in quantities shall not be taken in to account for applicability of PVC in the contract. Materials supplied free of cost by Railway to the contractors shall fall outside the purview of price Variation Clause. If, in any case, accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery of price variation.

Page 40 of 147

29.2 Base Month: The base month for ‘price variation Clause’ shall be taken as month of opening of tender including extensions, if any, unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence from the month following the month of opening of tender. The price variation shall be based on the average Price Index of the quarter under consideration.

29.3 Validity: Rate accepted by Railway administration shall hold good till completion of

work And no additional individual claim shall be admissible on account of fluctuations in market rates, increase in taxes/any other levis/tolls etc. except that payment/recovery for overall market situation shall be made as per price variation clause given hereunder.

29.4 Adjustment for variation in prices of material, labour, fuel, explosive, detonators, steel, concreting, ferrous, non–ferrous, insulator, zinc & cement shall be determined in the manner prescribed.

Components of various items in a contract on which variation in prices be admissible, shall be Material, Labour, Fuel, Explosive, Detonator, Steel, Cement, Concr, Ferrous, Non-ferrous, Insulator, Zinc , Erection etc. However, for fixed components, no price variation shall be admissible.

29.5 The percentages of labour component, material component, fuel component etc. in

various types of Engineering Work shall be as under:

Component Percentage Component Percentage (A) Earthwork Contracts :

Labour Component

50% Other Material Components 15%

Fuel Component

20% Fixed Component* 15%*

(B) Ballast and Quarry Products Contracts :

Labour Component

55% Other Material Components 15%

Fuel Component

15% Fixed Component * 15%*

(C) Tunneling Contracts : Labour Component

45% Detonators Component 5%

Fuel Component 15% Other Material Components 5% Explosive Component 15% Fixed Component* 15%* (D) Other Works Contracts :

Labour Component 30% Fuel Component 15% Material Component 40% Fixed Component* 15%*

(*) It shall not be considered for any price variation.

Page 41 of 147

29.7 Formula: The amount of variation in prices in the several components (labour material etc.) shall be worked out by the following formulae:

(i) L = W x (LQ - LB) x LC LB 100 (ii) M = W x (MQ - MB) xMC MB100 (iii) F = W x (FQ –FB ) x FC FB 100 (iv) E = Wx (EQ –EB ) x EC EB 100 (v) D = Wx (DQ –DB ) x DC DB 100 (vi) S= SW x (SQ - SB) (vii) C = CV x (CQ - CB) / CB

Note:- Formulae at (vi) & (vii) can be used directly for working out PVC payment for supply of Steel and Cement respectively where separate items for ‘supply of Steel’ and ‘supply of Cement’ are provided in the tender schedule. However where combined/mix items including supply of steel and cement are provided in tender schedule, the amount of price variation for the component of supply of steel and Cement shall be adjusted (paid/recovered) separately using the above formulae at (vi) & (vii) with following stipulations:-

(a) Steel work items:-

Price variation for the component of supply of steel shall be worked out from formulae at (vi) above based on the quantity of steel supplied i.e. SWand for balance portion/ component (labour, material, fuel), price variation shall be worked out using general PVC formulae for net gross value of combined/mix item obtained after deducting cost of steel supplied as SW X SB.

(b) Concrete work items (MCC, RCC, PSC):- Price variation for the component of supply of Cement shall be worked out from formulae at (vii) above taking value of Cement supplied component i.e. CV as 40% of value of combined/mix item and for balance portion/ component (labour, material, fuel), price variation shall be worked out using general PVC formulae for remaining 60% of gross value of combined/mix item executed.

For Railway Electrification Works:

I. T = [(CS - CO) / Co x 0.4136] x TC

II. R = [(RT - RO) / RO + (ZT – ZO) / ZO x 0.06 ] x RC

III. N = [(PT - PO) / PO] x NC

IV. Z = [(ZT – ZO) / ZO] x ZC

Page 42 of 147

V. I = [(IT – IO) / IT] x 85

Where, L Amount of price variation in Labour M Amount of price variation in Materials F Amount of price variation in Fuel E Amount of price variation in Explosives D Amount of price variation in Detonators S Amount of price variation in Steel C Amount of price variation in Cement T Amount of price variation in Concreting R Amount of price variation in Ferrous N Amount of price variation in Non-Ferrous Z Amount of price variation in Zinc I Amount of price variation in Insulator

LC % of Labour Component

MC % of Material Component

FC % of Fuel Component

EC % of Explosive Component

DC % of Detonators Component

TC % of Concreting Component

RC % of Ferrous Component

NC % of Non-Ferrous Component

ZC % of Zinc Component

W Gross value of workdone by contractor as per on-account bill(s) excluding cost of

materials supplied by Railway at fixed price, minus the price values of cement & steel. Thiswillalsoexclude specific payment, if any, to be made to the consultants engaged by contractors (such payment will be indicated in the contractor’s offer).

Page 43 of 147

LB Consumer Price Index Number for Industrial Workers – All India – Published in R.B.I. Bulletin for the base period

LQ Consumer Price Index Number for Industrial Workers – All India – Published in R.B.I.

Bulletin for the average price index of the 3 months of the quarter under consideration MB Index Number of Wholesale Prices – By Groups and Sub-Groups – All commodities – as

published in the R.B.I. Bulletin for the base period MQ Index Number of Wholesale Prices – By Groups and Sub-Groups – All commodities – as

published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration

FB Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel & Power as

published in the R.B.I. Bulletin for the base period FQ Index Number of Whole Prices – By Groups and Sub-Groups for Fuel & Power as

published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration

EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the base period EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the average price index of the 3 months of the quarter under consideration

DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of detonators are made by the contractor for the base period DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of detonators are made by the contractor for the average price index of the 3 months of the quarter under consideration

SW Weight of steel in tonnes supplied by the contractor as per the ‘on-account’ bill for the

month under consideration. SQ SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in

rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contactor (or ) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.

In case there is no notification by SAIL for the month under consideration, the price of steel, as notified in the last available month shall be taken.

SB SAIL’s ex- works price plus Excise Duty thereof (in Rupees. Per tonne) for the relevant category of steel supplied by thecontractor as prevailing on the first day of the month in which the tender was opened.

In case, there is no notification by SAIL for the month under consideration, the price of

steel, as notified in the last available month shall be taken.

Page 44 of 147

CV Value of Cement supplied by Contractor as per on account bill in the quarter under consideration

CB Index No. of wholesale Price of sub –group (of Cement & Lime) as published in RBI

Bulletin for the base period CQ Index No. of Wholesale Price of sub- group ( of Cement & Lime ) as published in RBI

Bulletin for the average price index of the 3 months of the quarter under consideration CS RBI wholesale price index for Cement & Lime for the month which is six months prior to

date of casting of foundation CO RBI wholesale price index for cement & lime for the month which is one month

prior to date of opening of tender.

RT IEEMA price index for Iron & Steel for the month which is two months prior to date of

inspection of material. RO IEEMA price index for Iron & Steel for the month which is one month prior to date of

opening of tender. PT IEEMA price for Copper wire bar for the month which is two months prior to date of

inspection of material. PO IEEMA price for Copper wire bar for the month which is one month prior to date of

opening of tender. ZT IEEMA price for Zinc for the month which is two months prior to date of inspection of

material ZO IEEMA price for Zinc for the month which is one month prior to date of opening of tender IT R.B.I wholesale price index for Structural Clay Products for the month which is

two months prior to date of inspection of material.

IO R.B.I wholesale price index for Structural Clay Products for the month which is one month prior to date of opening of tender.

29.8 The demands for escalation of cost shall be allowed on the basis of provisional indices

made available by Reserve Bank of India. Any adjustment needed to be done based on the finally published indices shall be made as and when they become available.

29.9 Relevant categories of steel for the purpose of operating price variation formula as

mentioned in this clause, based on SAIL’S ex-works price plus Excise Duty applicable GST and cess on GST (if any) thereof shall be as under:-

S.No. Category Of Steel Supplied In Railway Work

Category Of Steel Produced By SAIL Whose Ex-Works Price Plus Excise Duty plus applicable GST and cess on GST Would Be Adopted to Determine Price Variation

1 Reinforcement bars and other rounds

TMT 8mm IS 1786 Fe 415/Fe 500

Page 45 of 147

2 All types and sizes of angles

Angle 65 x 65 x 6 mm IS 2062 E250A SK

3 All Types and sizes of plates PM Plates above 10-20 mm IS 2026 E 250A SK

4 All types and sizes of channels and joists

Channels 200 x 75 mm IS 2062 E250A SK

5 Any other section of steel not covered in the above categories and excluding HTS

Average of price for the 3 categories covered under SL 1,2 & 3 above

29.10 Price Variation during Extended Period Of Contract

The price adjustment as worked out above, i. e. either increase or decrease shall be

applicable up to the stipulated date of completion of work including the extended period of completion where such extension has been granted under Clause 17-A, of the General Conditions of Contract. However, where extension of time has been granted due to contractor’s failure under Clause 17-B of the General Conditions of Contract, price adjustment shall be done as follows:

(a) In case the indices increase above the indices applicable to the last month of original

completion period or the extended period under Clause 17-A, the price adjustment for the period of extension granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to the last month of the original completion period or the extended period under Clause 17-A of the General Conditions of Contract; as the case may be.

( b) In case the indices fall below the indices applicable to the last month of original/

extended period of completion under Clause 17-A , as the case may be; then the lower indices shall be adopted for the price adjustment for the period of extension under Clause 17-B of the General Conditions of Contract.

NOTE:

The prevailing ex-works/ex-plant base price of steel per ton as available for the above categories of steel to be taken as available on SAIL’s website www.sail.co.in for that month. In case there is no notification by SAIL for the month under consideration, the price of steel as notified in the last available month is to be taken.

30.0 Mobilization Advance:

[Applicable for advertised tender value exceeding Rs.25 crores]

30.1 The tender / contractor may be granted a recoverable interest bearing mobilization

advance up to 10% of the contract value provided he specifically apply for it while tendering. If the contractor fails to apply specifically for mobilization advance, while giving his offer at the tendering stage, in case where grant of mobilization advance is permissible, no subsequent requests from him for grant of this advance will be entertained. The rate of interest is 4.5% per annum above the base rate of State Bank of India, as effective on the date of approval of payment of Mobilization Advance by the Competent Authority.

Page 46 of 147

30.2 The advance will be granted in two installments viz. 5% of the contract value on signing of the contract agreement and the balance 5% on mobilization of site establishment, setting up of offices, bringing in equipment and actual commissioning of work. Each installment will be released on submission of an irrecoverable guarantee (Bank Guarantee, FDRs, and KVPs/NSCs) of at least 110% of the value of the sanctioned advance amount. The Bank Guarantee shall be from a nationalized bank in India in a form acceptable to the Railway. These two Guarantees (Bank Guarantee, FDRs, and KVPs/NSCs) shall be returned as and when the value of the advance + interest is recovered from the running bills.

30.3 The recovery of advance and interest thereon will be made through the on account bills, pro rata, commencing when the value of the work executed under the contract reaches 15% of the contract value, and completed when the value of the work executed under the contract reaches 85% of the contract value, or the assessed value of the work whichever is less.

30.4 Interest will be recovered on the advance outstanding for the period commencing from the date of payment of advance till date of particular on account bill (through which recovery of principle is effected) and adjusted fully against such on account bills along with pro rata principle recovery. In the event of any shortfall the same will be carried forward to the next on account bill and will attract interest at 4.5% per annum above the base rate of State Bank of India, as effective on the date of approval of payment of Mobilization Advance by the Competent Authority. The interest rate on Mobilization Advance as per clause-30 above shall also be applicable to other advances extended by the Railways to contractors as per extent rules and instructions.

Clause No.31.0 (New Clause)

31.0 System of Measurement of work by Contractors in works Contract (Applicable for works tender having value Rs.5 crore or more)

31.01 Measurement of work by contractors shall be allowed only in works tender having value Rs.20 crore or more.

31.02 Measurement recorded by the contractor shall be test checked by Railway within 45 days of submission of measurements.

31.03 While processing 75% provisional payment bill, concerned Dy.CE/C’s shall ensure that supply items given by contractor are commensurate with requirement for execution of works.

31.04 For such contracts, contractor shall be responsible for carrying out measurements of work executed and recording of measurements for the release of on account/final payment. In such cases, the detailed procedure for recording of measurements, provisional payment, test check and final payment shall be as follows:

Contractor’s Measurement Book:

31.1 Railway shall arrange contractor’s measurement book (CMB), each having sheet No.1A to 4A (Form E 1313), followed by 100 machine number pages (Form E 1313, sheet No.5A). On the top of each sheet of CMB, there shall be provision for recording the name of the work, agreement number, name of contractor and CMB number.

Page 47 of 147

31.2 CMBs shall be printed in such a way so as to keep a clear margin of 50mm on the left side of page. Further, the left side shall have pinhole tear line at a distance of 15mm from edge for ease of taking out sheets from these books. The binding shall be within 15mm of the margin available between edge and pinhole tear line. This shall ensure availability of minimum 35mm clear margin to re-bind measurement books later on.

Movement and upkeep of Contractor’s Measurement Book:

31.3 Dy. Chief Engineer in Charge of contract (Dy CE/C) shall hand over required No. of CMBs to Assistant/Executive Engineer-in-charge of contract (AEN/XEN) after taking receipt of the same on sheet No.2A (Form E.1313) for further issuance to contractor time to time as per progress of work.

31.4 CMB shall be registered with unique No. in the Register of Measurement Books (Form E.1314) maintained in the office of Dy CE/C. Separate accountal of CMBs for each agreement shall be maintained in the office of Dy CE/C and AEN/XEN.

31.5 In case of change of ‘contractor’s authorized engineer’, fresh approval shall be

taken from Dy CE/C before recording of measurement. 31.6 While issuing the CMB to contractor, AEN/XEN shall take out sheet No.2A to 4A

from the CMB, take receipt of CMB from contractor on sheet No.3A (Form E 1313), and keep the same in safe custody.

31.7 Similar system as for CMB, shall be followed for issuing Field Book/Level Book (E.1317/A) to contractor for recording of levels in the field book/level book.

Measurement:

31.8 The contractor’s authorized engineer shall record the measurements in CMB neatly in his own handwriting, without any use of eraser/overwriting, without use of any typing fluid or any such thing. All cuttings shall be initialed. No page shall be damaged/destroyed. No page shall be kept blank in between the measurement.

31.9 The Contractor shall communicate the date of measurement to AEN/XEN in

sufficient advance to witness any measurement. Witnessing of measurement by Railways is not compulsory except for initial levels in case of earthwork and hidden measurements. Initial levels of earthwork and hidden measurements are to be recorded in the presence of railway officials and test checked as prescribed.

31.10 In on account contract certificate, measurement shall be recorded for the items and quantities to be paid in the concerned on account contract certificate.

31.11 However, in every 4th on account contract certificate and final contract certificate, the recording of measurement for works executed shall include all the items and their quantity included in previous on account contract certificates, irrespective of whether to be paid or not in the current On Account Contract Certificate/Final Contract Certificate.

31.12 No payment shall be processed on Lump sum measurement taken by contractor’s authorized engineer except for earthwork. For earthwork, every 4th

Page 48 of 147

bill shall be based on actual levels taken and detailed calculations carried out for the work done.

31.13 The contractor shall take out carefully from CMB the used pages of CMB with

one extra blank page for processing the bill; staple them for submission to AEN/XEN along with bill, duly signing the measurements. The contractor shall keep a photocopy of the measurements with him for future reference.

31.14 At the time of submission of final bill, the contractor shall submit all the remaining

CMBs (unused as well as partially used) with him along with bill to AEN/XEN. 31.15 The contractor shall submit required copies of invoice and on account contract

certificate/final contract certificate (similar to form E.1337 and Form E.1338) to the AEN/XEN duly marking them – original or duplicate copy. Original shall be used for release of payment whereas duplicate copies shall be used for record purpose in different offices.

31.16 In case contractor requires provisional payment of on-account bill, the contractor

shall submit his invoice and provisional on account contract certificate for 75% of amount of work done (before deduction of taxes). The contractor shall write ‘For Provisional Payment’ on top of such on-account contract certificate.

31.17 AEN/XEN while issuing receipt of stapled sheets of CMB to contractor shall

clearly record the same in sheet 4 (E.1314) of concerned CMB, kept in the office of AEN/XEN.

Release of Provisional Payment 31.18 Senior Section Engineer/’Junior Engineer with 5 year experience’ (SSE/JE) and

AEN/XEN shall sign and record a certificate on the original provisional ‘on account contract certificate’ as under:

“Certified that the payment being made is less than the amount due for the

quantities of works executed by the contractor”. In case of payment of earthwork items in any contract, calculation of quantity of

such items along with field book/level book must be enclosed. This shall be cross checked, as considered appropriate by SSE/JE & AEN/XEN, to ensure that no excess payment is being made. At this stage no test check of measurements by railway is required.

31.19 AEN/XEN shall keep a copy of contractor’s invoice and provisional on account

contract certificate in his office, and submit original invoice and original provisional on account contract certificate along with required number of duplicate copies, and used sheets of CMB to the Dy CE/C unit for passing the bill and release of payment.

31.20 The provisional on account contract certificate shall be passed by Dy CE/C and

payment shall be released by associate finance based on above certification of SSE/JE and AEN/XEN. After release of payment, blank sheet of CMB (if any)

Page 49 of 147

shall be crossed by Dy CE/C before sending the measurement sheets back to AEN/XEN for carrying out required test checks. At this stage measurements shall not be crossed.

31.21 No provisional payment shall be allowed in final contract certificate. Further,

once provisional payment has been released in any on-account contract certificate, the next on account contract certificate can be raised by contractor only when accounts of previous on account certificate (Provisional as well as remaining payment) has been finalized.

Test Check 31.22 Necessary test checks shall be carried out by the SEE/JE and AEN/XEN for the

works done before full payment of on-account contract certificate/final contract certificate. SEE/JE and AEN/XEN shall communicate the date of test checks to contractor in advance. The contractor can accompany during test check. The contractor shall provide support staff and all required tools and plants to facilitate test check by railway officials.

31.23 The stipulated test checks for AEN/XEN and SSE/JE Level is tabulated as under:

S.No. Description of Works Test Check in term of % of value by SSE/JE AEN/XEN

(a) Measurement of Ballast, pitching stone, Earthwork and hidden items

100% 100%

(b) Measurement of all other items 100% 20% (c ) Initial and Final levels along centre line

for earthwork in embankment and cutting 100% 100%

(d) Intermittent levels along centre line for earthwork in embankment and cutting

100% 20%

(e) Initial, intermittent and final levels except centre line for earthwork in embankment and cutting

100% 20%

Note: The check regarding levels of earthwork invariably shall be carried out in cross sections having heavy cross slopes.

31.24 Contractor’s recorded measurement sheets shall be checked for any

corrections/over writing during test check. All the corrections/over writing shall be initialed by SSE/JE.

31.25 The discrepancy noted (if any) during test check of recorded measurement shall be communicated by AEN/XEN to the contractor.

31.26 In case of discrepancy noticed during test check, the contractor shall submit

original and required copies of fresh invoice of amount corrected for discrepancy, and in case provisional payment has been released earlier, the required copies of fresh invoice of remaining amount corrected for discrepancy (if any), along with on account/final contract certificate to AEN/XEN.

Page 50 of 147

Full payment of On Account Contract Certificate/Final Contract Certificate 31.27 AEN/XEN shall submit original copy of invoice and on account contract certificate

of remaining amount/Final Contract Certificate, along with required number of duplicate copies and used sheets of CMB (all used/blank CMBs in case of final contract certificate), duly signed by SSE/JE and AEN/XEN to the Dy CE/C for passing the bill and release of payment.

31.28 Once the payment is released, Dy CE/C shall return back the used sheets of

CMB to AEN/XEN for safe custody, duly crossing of measurements by finance officer.

31.29 Once all used sheets of a particular CMB is received back by AEN/XEN from Dy

CE/C, the AEN/XEN shall re-bind all 100 pages of CMB along with sheet No.1A to 4A for submission of CMB to Dy CE/C office. Dy CE/C office shall record the receipt of same in sheet No.2A of CMB and Register of Measurement Books (Form E1314).

31.30 The final contract certificate shall be passed by Dy CE/C only after receipt of all

CMBs (used/blank) from AEN/XEN. 31.31 The provisions of this para 1316A shall be applicable to all the departments of

Indian Railways and to be executed through equivalent authorities of respective departments.

Page 51 of 147

E.1313 (Sheet 1A)

Railway ………………………………………. CMB No. …………………………………….

CONTRACTOR’S MEASUREMENT BOOK

Department……………………………………………………………………….. Division/Construction Unit…………..………………………………. Name of work…………………………………………………………. Agreement No. ……………………………………………. Name of Agency ……………………………………………….. Name to whom issued ……………………………………………………. Designation …………………………………………………………. Date of issue ………………………………………………………….. Date of return ……………………………………………………………

Page 52 of 147

E.1313 (Sheet 2A)

Railway ………………………………………. CMB No. …………………………………….

CONTRACTOR’S MEASUREMENT BOOK Department………………………………………………………………. Division/Construction Unit…………………………………………… Name of work………………………………………………………… Agreement No…………………………………………………………………. Name of Agency……………………………………………………………. Issued to …………………………………………………………………………

(Name & Designation)

…………………… On………………………………………………………. (station) (date) Received by ……………………………………………………………………

(Signature)

………………………… …………………………….. (Designation) (Station) On ……………………… (date) Date of first entry………………………….. Date of last entry…………………………… Date received back in Division/Const. Unit Office after completion of book ……………………………….. Certified that this Measurement Book contains 100 machine numbered pages from …………….to…………(both pages inclusive) which have been counted by me and are correct. Signature……………………………… Date………………. Designation…………………………..

Page 53 of 147

E.1313 (Sheet 3A)

Railway ………………………………………. CMB No. …………………………………….

CONTRACTOR’S MEASUREMENT BOOK

Name of work…………………………………………………………………… Agreement No…………………………………………………………………………. Name of Agency……………………………………………………………………. Issued to ………………………………………………………. (Contractor’s name) ……………………………………… on……………………………………… (station) (date) Certified that this Measurement Book contains 100 machine numbered pages from ………………to……………. (both pages inclusive) which have been counted by me and are correct. No sheet is torn. I understand that the measurement book is very important document and hence I shall ensure its proper upkeep and safe custody. Received by …………………………………………………

(Signature of contractor) …………………………………….. ………………………… …………………………. (Name) (Station) (Date) Date of first entry………………………………. Date of last entry………………………………. Certified that this Contractor’s Measurement Book pages returned by contractor have been counted by me and are correct. The details of pages received by me is as under: S.No. On Account Bill No. Page No.

From….. To…..

No. of pages Date of receipt in AEN/XEN office

Sign & Designation of Railway Official

1 2 3 4 5

Page 54 of 147

E.1313 (Sheet 4A)

Railway ………………………………………. CMB No. …………………………………….

CONTRACTOR’S MEASUREMENT BOOK Name of work…………………………………………………………… Agreement No…………………………………………………………. Name of Agency………………………………………………….

INDEX OF M.B. S.No. Particulars of entries

– running or final Agreement or work order ref.

Page Remarks From To

Page 55 of 147

E.1313 (Sheet 5A)

Railway ………………………………………. CMB No. ……………………………………. Division/Construction Unit…………………………..

CONTRACTOR’S MEASUREMENT BOOK Name of work……………………………………………………………………… Agreement No……………………………………………………………………. Name of Agency………………………………………………………………….

INDEX OF M.B.

Particulars No. L. B. D. Contents

Space for Machine numbering with six digits

unique number ******

Page 56 of 147

32.0 The tenderer for carrying out any construction work in Uttar Pradesh must get themselves Registered from the Registering officer under section -7 of the building and other construction workers Act 1996.and rules made there to by the Uttar Pradesh Govt .and submit certificate of registration issued from the Registering officers of the U P govt. (LabourDeptt) for enactment of this act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under separate schedule item.

33.0 Jurisdiction of Court. In case of any legal dispute, Jurisdiction of Courts in Lucknow area only shall be applicable.

34.0 Employment/Partnership etc. Of Retired Railway Employees: (a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted

officer working before his retirement, whether in the executive or administrative capacity or whether holding a pensionable post or not, in the Engineering or any other department of any of the railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any such retired engineer or retired officer as one of its Directors or should a tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or Gazetted Officer from the said service and in case where such Engineer or Officer had not retired from Government service at least one year prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take the employment under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President of India or any officer, duly authorised by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected.

(b) Should a tenderer or contractor being an individual on the list of approved contractors,

have a relative(s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in the Engineering or any other department of the Indian Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with provision in Clause 62 of Standard General Conditions of Contract.

35.0 Restrictions on the Employment of Retired Engineers of Railway Services Within

one Year of Their Retirement: The Contractor shall not, if he is a retired Government Engineer of Gazetted rank, himself engage in or employ or associate a retired Government Engineer of Gazetted rank, who has not completed one year from the date of retirement, in connection with this contract in any manner whatsoever without obtaining prior permission of the President and if the Contractor is found to have contravened this provision it will constitute a breach of contract and administration will be entitled to terminate the contract and forfeit Earnest Money Deposit (E.M.D.), Performance Guarantee (PG) and Security Deposit (SD) of that contract.

Page 57 of 147

36.0 Determination of Contract Owing To Default of Contractor: If the Contractor should: (i) Becomes bankrupt or insolvent, or (ii) Make an arrangement with of assignment in favour of his creditors, or agree to carry out the contract under a Committee of Inspection of his creditors, or (iii) Being a Company or Corporation, go into liquidation (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), or (iv) Have an execution levied on his goods or property on the works, or (v) Assign the contract or any part thereof otherwise than as provided in Clause 7 of these Conditions, or

(vi) Abandon the contract, or (vii) Persistently disregard the instructions of the Engineer, or contravene any

provision of the contract, or (viii) Fail to adhere to the agreed programme of work by a margin of 10% of the

stipulated period, or (ix) Fail to remove materials from the site or to pull down and replace work after

receiving from the Engineer notice to the effect that the said materials or works have been condemned or rejected under Clause 25 and 27 of these Conditions, or

(x) Fail to take steps to employ competent or additional staff and labour as required under Clause 26 of the Conditions, or

(xi) Fail to afford the Engineer or Engineer's representative proper facilities for inspecting the works or any part thereof as required under Clause 28 of the Conditions, or

(xii) Promise, offer or give any bribe, commission, gift or advantage either himself or through his partner, agent or servant to any officer or employee of the Railway or to any person on his or on their behalf in relation to the execution of this or any other contract with this Railway.

(xiii) (A) At any time after the tender relating to the contract, has been signed and submitted by the Contractor, being a partnership firm admit as one of its partners or employee under it or being an incorporated company elect or nominate or allow to act as one of its directors or employee under it in any capacity whatsoever any retired engineer of the gazetted rank or any other retired gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding any pensionable post or not, in the Railways for the time being owned and administered by the President of India before the expiry of one year from the date of retirement from the said service of such Engineer or Officer unless such Engineer or Officer has obtained permission from the President of India or any officer duly authorized by him in this behalf to become a partner or a director or to take employment under the contract as the case may be, or

(B) Fail to give at the time of submitting the said tender: (a) The correct information as to the date of retirement of such retired engineer or

retired officer from the said service, or as to whether any such retired engineer or retired officer was under the employment of the Contractor at the time of submitting the said tender, or

(b) The correct information as to such engineers or officers obtaining permission to

take employment under the Contractor, or

Page 58 of 147

(c) Being a partnership firm, the correct information as to, whether any of its partners was such a retired engineer or a retired officer, or

(d) Being in incorporated company, correct information as to whether any of its directors was such a retired engineer or a retired officer, or

(e) Being such a retired engineer or retired officer suppress and not disclose at the time of submitting the said tender the fact of his being such a retired engineer or a retired officer or make at the time of submitting the said tender a wrong statement in relation to his obtaining permission totake the contract or if the Contractor be a partnership firm or an incorporated company to be a partner or director of such firm or company as the case may be or to seek employment under the Contractor. Then and in any of the said Clause, the Engineer on behalf of the Railway may serve the Contractor with a notice (Proforma at Annexure-IX) in writing to that effect and if the Contractor does not within seven days after the delivery to him of such notice proceed to make good his default in so far as the same is capable of being made good and carry on the work or comply with such directions as aforesaid of the entire satisfaction of the Engineer, the Railway shall be entitled after giving 48 hours’ notice (Proforma at Annexure-X) in writing under the hand of the Engineer to rescind the contract as a whole or in part or parts (as may be specified in such notice) and after expiry of 48 hours’ notice, a final termination notice (Proforma at Annexure-XI) should be issued.

Dy Chief Electrical Engineer/Const.,

Northern Railway, Lucknow

Signature of tenderer/s Address______________________

______________________ ______________________

Page 59 of 147

CHAPTER – 2 PRICES AND PAYMENT

2.1 SCOPE:

This chapter deals with prices to be paid to contractor for completion of various items of work. Contractor shall be paid for completed works in accordance with accepted schedule of prices and rates, as stipulated in tender document.

2.2 Schedule of Prices (a) Unit Prices for Materials

Unit prices of materials as given in Schedule of quantities shall be inclusive of all charges including transport, loading/unloading handling all insurance premium, banker’s charges all Taxes, Duties and levies (including Octroi etc.) applicable on works contracts, etc.

(b) For Erection Unit prices given in Schedule of Quantities shall include cost of erection, testing, commissioning and cover all cost of administration of contract, insurance premium, bankers’ charges for guarantees, cost of storage, loading, unloading and handling of materials, and for any road transport which Contractor may use for carriage of materials between his depot and depot/s and site of work, etc.

Unit prices quoted shall be firm. No price variation shall be allowed, on any account

except price escalation payable as per price variation clause, if any, provided separately in tender documents.

2.3 Quantities

Approximate estimated quantities of various items of works are included in Schedule of Quantities and rate. However, quantities can be increased/ decreased as stipulated in Tender Forms (Second Sheet) Special Conditions of Contract.

2.4 New items of work

If during execution of work Contractor is called upon to carry out any new item of work not included in Schedule Group A (SOR) & Group B (Non-SOR). Contractor shall execute such works at such prices as may be mutually agreed in writing with Purchaser.

2.5 Deduction of taxes from contractor’s bills

Wherever law makes it statutory for purchaser to deduct any amount towards Sales Tax/Income tax or any other tax applicable on works contract, same will be deducted and deposited with concerned authority.

2.6 Payment 2.6.1 The rates quoted by contractor as per schedule of items, rates & quantities shall form

basis of on-account payment of various items or various items under this contract. 2.6.2 In the course of execution of various items of work under schedule of items, rates &

quantities running bills payment for partly completed works will be made to contractor. Quantum of such work for payment shall be decided by Engineer In-charge whose decision shall be final & binding on contractor.

2.6.3 No ‘on account payment’ by the railway shall protect the contractor/s against or prevent the railway from recovering from the contractor/s any over payment made to him/them.

2.6.4 Final payment of the balance amount due, exclusive of the security deposit in terms of clause-5 of these special conditions, will be made after completion of entire work and on the certification of the engineer that work has been completed in all respects and found

Page 60 of 147

satisfactory. The security deposit will be refunded 12(Twelve) months after the date of completion according to clause 5.1(c) chapter-I of these conditions

2.6.5 Payment to the contractor shall be made as under

a) 80% of item price (material cost) shall be paid to the contractor on receipt of

material in railway custody after inspection of material, if for any item of work, price of material and erection is not separately available then 80% of the cost of item of work will be considered as material cost.

b) Further payment of material and erection cost to cover 90% of cost of item of

work shall be made on successful installation and testing. c) Balance 10% payment shall be released after successful commissioning and on

issue of provisional acceptance certificate. 2.7 Release of Security Deposit

Security Deposited will be released after final acceptance of installation as per Para 5.1 (C) of Special tender conditions and instructions to tenderers (Chapter -I).

2.8 Release of performance Guarantee

On expiry of performance guarantee period of Schedule Group-A and Group-B and issue of Certificate of Final Acceptance of installations by purchaser and after compliance of Conditions of Contract as per Para 5.2 of Special tender conditions and instructions to tenderers (Chapter -1), performance guarantee will be refunded to contractor.

2.9 Foreign Exchange No foreign exchange and or import license will be released / provided to contractor.

Page 61 of 147

CHAPTER - 3

ANNUXERES / FORMS

1 ANNUXERES SECTION –I

2 FORMS SECTION II

Page 62 of 147

ANNEXURE – PGB Name of the Bank---------------------------------------------------- President of India Bank Guarantee Bond No. ------------------------------- Acting through----------------------------------- (Designation Dated:----------------------- And address of contract signing authority)

PERFORMANCE GUARANTEE BOND In consideration of the President of India acting through----- ( Designation & address of Contract Signing Authority), Northern Railway, Kashmere Gate, Delhi ( hereinafter called “The Government”) having agreed under the terms and conditions of agreement/Contract Acceptance letter No.-------------------------------------------dt……………. Made between…………. (Designation & address of contract signing Authority) and ……………. (here in after called “the said contractor(s)” for the work……………………………………………………………………………………………….. (here in after called “the said agreement”) having agreed for submission of a irrevocable Bank Guarantee Bond for Rs……. ( Rs……only)) as a performance security Guarantee Bond from the contractor (s) for compliance of his obligations in accordance with the terms & conditions in the said agreement.

We…………………… ( indicate the name of the Bank) hereinafter referred to as the Bank, undertake to pay to the Government an amount not exceeding Rs………. ( Rs……..only) on demand by the Government.

We…………… ( indicate the name of the bank, further agree that ( and promise) to pay the

amounts due and payable under this guarantee without any demur merely on a demand from the Government through the FA & CAO/Const, Northern Railway, Kashmere Gate, Delhi-110006/ Dy FA &CAO/C/N.Railway, Lucknow, stating that the amount claimed is due by way of loss or damage caused to or would be caused or suffered by the Government by reason of any breach by the said contractor of any of the terms of conditions contained in the said agreement or by reason of the contractor failure to perform the said agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs……….. ..(Rupees…………. Only).

(a) We …………… ( indicate the name of Bank ) further undertake to pay to the Government

any money so demanded notwithstanding any dispute or dispute raised by the contractor(s) in any suite or proceeding pending before any court or Tribunal relating to liability under this present being absolute and unequivocal. (b) The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

4. We,…………….. indicate the name of bank ) to further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged by ……….. ( Designation& Address of contact signing authority) on behalf of the Government, certify that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee.

Page 63 of 147

5 (a) Not withstanding anything to the contrary contained herein the liability of the bank under this guarantee will remain in force and effect until such time as this guarantee is discharged in writing by the Government or until ( date of validity/ extended validity) whichever is earlier and no claim shall be valid under this guarantee unless notice in writing thereof is given by the Government within validity/ extended period of validity of guarantee from the date aforesaid.

(b) Provided always that we…………….. ( indicate the name of the Bank) unconditionally undertakes to renew this guarantee on to extend the period of guarantee form year to year before the expiry of the period or the extended period of the guarantee, as the case may be on being called upon to do so by the Government. If the guarantee is not renewed or the period extended on demand, we ………. ( indicate the name of the Bank) shall pay the Government the full amount of guarantee on demand and without demur.

6. We, …………….. ( indicate the name of Bank ) further agree with the Government that the Government shall have the fullest liberty without our consent and without effecting in any manner out of obligations hereunder to vary any of the terms and conditions of the said contract from time to time or to postpone for any time or from time to time any to the powers exercisable by the Government against the said contractor (s) and to forbear or enforce any of the terms and conditions of the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any bearance act or omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties for the said reservation would relive us from the liability.

7. This guarantee will not be discharged by any change in the constitution of the Bank or the Contractor(s).

8. We, ( indicate the name of the Bank ) lastly undertake not to revoke this guarantee except with the previous consent of the Government in writing.

9. This guarantee shall be valid upto( Date of Completion plus Maintenance Period).

Unless extended on demand by Government. Notwithstanding anything to the contrary contained hereinbefore, our liability under this guarantee is restricted to Rs…………….. ( Rs………………………..only) unless a demand under this guarantee is made on us in writing on or before…………….. we shall be discharged from our liabilities under this guarantee thereafter.

Dated: the day of for (indicate the name of bank) Signature of Bank Authorized official ( Name ) Designation Full Address Witness 1…………………………………. 2………………………………..

ADDRESS: _______________________

Page 64 of 147

ANNEXURE-A

FORMAT FOR AFFIDAVIT TO BE UPLOADED BY TENDERER ALONGWITH THE TENDER DOCUMENTS (To be executed in presence of Public notary on non-judicial stamp paper of the value of RS. 100/-. The stamp paper has to be in the name of the tenderer) ** I..........................................(Name and designation)** appointed as the attorney/authorised signatory of the tenderer (including its constituents), M/s----------------------------------------------------(hereinafter called the tenderer ) for the purpose of the Tender documents for the work of --------------------------------------as per the tender No. -----------------------of (---------- Railway), do hereby solemnly affirm and state on the behalf of the tenderer including its constituents as under: 1. I/we the tenderer (s), am/are signing this document after carefully reading the contents. 2. I/we the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof. 3. I/ we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in. I/we have verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any i.e. evolution of tenders, execution of work or final payment of the contract, the master copy available with the railway Administration shall be final and binding upon me/us. 4. I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. 5. I/we also understand that my/our offer will be evaluated based on the documents / credentials submitted alongwith the offer and same shall be binding upon me/us. 6. I/we declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible for the correctness of the information and documents, submitted by us. 7. I/we undersigned that if the certificates regarding eligibility criteria submitted by us are found to be forged/false or incorrect at any time during process for evaluation of tenders, it shall lead to forfeiture of the tender EMD besides banning of business for five year on entire IR. Further, I/we (insert name of the tenderer) **------------------------ and all my/our constituents understand that my/our offer shall be summarily rejected. 8. I/we also understand that if the certificates submitted by us are found to be false/forged or incorrect at any time after the award of the contract, it will lead to termination of the contract, along with forfeiture of EMD/SD and performance guarantee besides any other action provided in the contract including banning of business for five year in entire IR.

DEPONENT SEAL AND SIGNATURE

OF THE TENDERER

VERIFICATION I/we above named tenderer do hereby solemnly affirm and verify that the contents of my/our above affidavit are true and correct. Nothing has been concealed and no part of it is false. DEPONENT

SEAL AND SINGNATURE OF THE TENDERER

Place: Dated: ** The contents in italics are only for guidance purpose. Details as appropriate are to be filled in suitably by tenderer. Attestation before Magistrate/Notary Public.

Page 65 of 147

ANNEXURE-B SUPPLEMENTARY AGREEMENT

Articles of agreement made this day _______ in the year Two thousand and Five between the President of India, acting through the ___________________ Northern Railway Administration having his office at __________________ herein after called the Railway of the one part and _____________________________________ of the second part. Whereas the party hereto of the other part executed an agreement with the party hereto of the first part being agreement Number _____________dated __________for the performance ___________________________________ ____________________________________________________________________________________________________________________________herein after called the ‘Principal Agreement’. And whereas it was agree by and between the parties hereto that the works would be completed by the party hereto of the second part on ______________date last extended’ and whereas the party hereto of the second part has executed the work to the entire satisfaction of the party hereto of the first part. And whereas the party hereto of the first part already made payment of the party hereto of the second part diverse sums from time to time aggregating to Rs._______________ including the final bill bearing voucher No.______________ dated ___________( the receipt of which is hereby acknowledged by the party hereto of the second part in full and final settlement of all his /its claims under the principal agreement. And whereas the party hereto of the second part have received further sum of Rs._____________ through the final bill bearing voucher No.____________ dated ______________(the receipt of which is hereby acknowledged by the party thereto of the second part) from the party hereto the first part in full and final settlement of all his/its disputed claims under principal agreement. Now, it is hereby agreed by and between the parties in the consideration of sums already paid (by the party hereto of the first part to the party hereto of the second part against all outstanding dues and claims for, all works done under the aforesaid principal agreement including/excluding the security deposit the party hereto of the second part have no further dues of claims against the party hereto the first part under the said Principal Agreement. It is further agreed by and between the parties that the party hereto of the second part has accepted the said sums mentioned above in full and final satisfaction of all its dues and claims under the said Principal Agreement. It is further agreed and understood by and between the parties that in consideration of the payment already made, under the agreement, the said Principal Agreement shall stand finally discharged and rescinded all the terms and conditions including the arbitration clause. It is further agreed and understood by and between the parties that the arbitration clause contained in the said principal agreement shall cease to have any effect and/or shall be deemed to be non-exisistent for all purposes. Signature of the contractor/s for and on behalf of the President of India Witness 1 _______________________ 2. _______________________

Page 66 of 147

ANNEXURE – C

P R O F O R M A

D E C L A R A T I O N I/We hereby solemnly declare that I/We visited the site of the work (as on top sheet) personally and have made myself/ourselves fully conversant of the conditions therein and particular the following:-

Topography of area. Soil strata at site of work. Sources and availability of construction materials. Rates for construction of material, water, electricity including all local taxes, royalties, octroi etc. Availability of local labour (both skilled and unskilled) and relevant labour rates and labour laws. The existing roads and approaches to the site of work and requirements for further service roads/approaches to be constructed by me/us The availability and rates of private land etc. that shall be required by me/us for various purposes. Climatic conditions and availability of working days.

I/We have quoted my/our rates for various items in the schedule of items, quantities and rates taking into account all the above factors also.

Signatures of the contractor/s

Page 67 of 147

ANNEXURE-D

Constitution of firm:

1 Constitution of the firm/concern. (Tick as applicable)

Sole Prop./ Partnership Firm/ Company/JV/Society

2 Full name of firm/Company/JV/ Society.

3 Year of formation/incorporation

4 PAN No.

5 Registered Office Address

6

Address on which correspondence Regarding this tender should be done.

7 Names of the proprietor/Partners/ JV members etc.

We have enclosed along with the tender, all the requisite documents pertaining to the constitution of the firm/ concern/ company etc. as specified in clause 2.4.1 of “Special Tender Condition & Instructions to renderers”. I/we understand that in the absence of these documents, our tender shall be treated as having been submitted by the individual who has signed the tender documents. Signature of tenderer

Page 68 of 147

ANNEXURE – E

Details of Plant and Machinery already available with the firm.

S.No. Particulars

of equipment

No. of Unit.

Kind & make

Capacity Date by which the plant would be available for use on this work

Age & condition

Work on which it is being used.

1 2 3 4 5 6

7 8

Signature of the contractor/s

Page 69 of 147

ANNEXURE –F

LIST OF ENGINEERS/PERSONNEL ALREADY AVAILABLE/ PROPOSED TO BE EMPLOYED FOR DEPLOYMENT ON THIS WORK: S.No. Name &

Designation Qualification

Professional experience

Organization with whom working

Date by which personnel will be available for this work.

1 2 3 4 5 6

Signatures of tenderer/s

Page 70 of 147

ANNEXURE-G

STATEMENT OF WORKS EXECUTED/COMPLETED BY THE CONTRACTORS DURING LAST

THREE YEARS S. No. Name and

place of work Authority /agency for which work was carried out

Date of award & agreement No. & Date

1 2 3 4

Date of completion (original /actual )

Agreemental cost /completion cost.

Principal /Technical features work in brief

S.No. at which relevant certificate /documents are attached.

5 6 7

8

Signature of the tenderer/s

Page 71 of 147

ANNEXURE – H Statement of works being executed/in hand by the contractor/s S.No. Name

and place of work

Authority/agency for whom the work is being carried out

Date of award & agreement No. & Date

Date of completion (Original/ actual)

1 2 3

4 5

Agreemental cost of work cost/likely cost

Principal/ Technical features work in brief

S.No. at which relevant certificate/Documents are attached

Payment taken till.

6 7 8 9

Signatures of the tenderer/s

Page 72 of 147

ANNEXURE 'I' Detail of contractual payment received in last three financial year and current financial year.

S.N. Name of

work Name of employer

Detail of payment

For the financial year

Total contract amount received

1 2 3 4 5 6

Signatures of the tenderer/s

Page 73 of 147

ANNEXURE-J

FORMS FORM NO.E-5 Appendix-VIII

Electronic Clearing Service (Credit Clearing)

Model Mandate Form (Investor/customer’s option to receive payments through Credit Clearing Mechanism)

Name of the scheme and the periodicity of payment No. 1) Investor/customer’s name : 2) Particulars of Bank account : A Name of the Bank : B Name of the branch : Address : Telephone No. : C 9-Digit code number of the bank and branch Appearing on the MICR cheque issued by the bank: D Type of the account (S.B., Current or Cash Credit) With code (10/11/13) E Ledger and Ledger folio number: F Account number (as appearing on the cheque book)

(In lieu of the bank certificate to be obtained as under, please attach a blank cancelled cheque or photocopy of a cheque or front page of your savings bank pass book issued by your bank for verification of the above particulars)

3. Date of effect:

I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme. (……………………………….) Signature of the Investor Customer Date: Certified that the particulars furnished above are correct as per our records Bank’s Stamp

Page 74 of 147

Annexure-K

GUIDELINES FOR PARTICIPATION OF JOINT VENTURE (JV) FIRMS, (The JV firms are allowed to participate only in the tenders of value more than Rs. 10 crores). 1.

Separate identity/name shall be given to the Joint Venture Firm.

2. Number of members in a JV Firm shall not be more than three, if the work involves only one department (say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the work involves more than one department.

3. A member of JV Firm shall not be permitted to participate either in individual capacity or as a member of another JV Firm in the same tender.

4. The tender form shall be purchased and submitted only in the name of the JV Firm and not in the name of any constituent member.

5. The Joint venture Firm shall be required to submit Earnest Money Deposit (EMD) along with the tender in terms of the provisions contained in clause 3.0 (Earnest Money) of tender document.

6. One of the members of the JV Firm shall be its Lead Member who shall have a majority (at least 51%) share of interest in the JV Firm and also, must have satisfactorily completed in the last three previous financial years and the current financial year upto the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value. The other members shall have a share of not less than 20% each in case of JV Firms with upto three members and not less than 10% each in case of JV Firms with more than three members. In case of JV Firm with foreign member(s), the Lead Member has to be an Indian Firm with a minimum share of 51%.

7. A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted by the JV Firm along with the tender. The complete details of the members of the JV Firm, their share and responsibility in the JV Firm etc. particularly with reference to financial, technical and other obligations shall be furnished in the MOU. (The MOU Format for this purpose is enclosed as Annexure K1).

8. Once the tender is submitted, the MOU shall not be modified / altered / terminated during the validity of the tender. In case the tenderer fails to observe/ comply with this stipulation, the full Earnest Money Deposit (EMD) shall be liable to be forfeited.

9.

Approval for change of constitution of JV Firm shall be at the sole discretion of the Employer (Railways). The constitution of the JV Firm shall not be allowed to be modified after submission of the tender bid by the JV Firm, except when modification becomes inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. However, the Lead Member shall continue to be the Lead Member of the JV Firm. Failure to observe this requirement would render the offer invalid. 10 Similarly after the contract is awarded, the constitution of JV firm shall not be

Page 75 of 147

allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc and in any case the minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions.

11. On award of contract to a JV firm, a single Performance Guarantee shall be required to be submitted by the JV firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization advance, machinery advance etc shall be accepted only in the name of the JV firm and no splitting of guarantees amongst the members of the JV firm shall be permitted.

12 On issue of LOA, an agreement among the members of the JV firm (to whom the work has been awarded) has to be executed and got registered before the Registrar of Companies under Companies Act or before the Registrar/Sub-Registrar under the Registration Act, 1908. This agreement shall be submitted by the JV firm to the Railways before signing the contract agreement for the work. Format of JV agreement is enclosed as Annexure VIII-A. In case the tenderer fails to observe/comply with this stipulation, the full Earnest money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This joint venture agreement shall have inter-alia, following clauses :- 12.1 Joint and several liability - The members of the JV firm to which the contract is awarded, shall be jointly and severally liable to the employer (Railways) for execution of the project in accordance with General and Special conditions of the contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof. 12.2. Duration of the Joint Venture Agreement: It shall be valid during the entire currency of the contract including the period of extension if any and the maintenance/guarantee period plus 60 days after the work is completed. 12.3. Governing Laws: The joint venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.

13. Authorized Member - Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices,/correspondences with respect to the contract would be sent only to this authorized member of the JV firm.

14. No member of the Joint Venture firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/contract.

Page 76 of 147

15. Documents to be enclosed by the JV firm along with the tender :-

15.1 In case one or more of the members of the JV firm is/are partnership firm(s), following documents shall be submitted :

(a) The Partnership Firm should be registered by Registrar of Firms on or before date of opening. Tenderer shall submit Notary certified copy of above Partnership Deed.

(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value (in original)

(C) Power of attorney (duly registered as per prevailing law)infavour of one of the partners to sign the MOU and JV Agreement on behalf of the partners and create liability against the firm.

15.2 In case one or more members is/or Proprietor/Firm or HUF, the following documents shall be enclosed.

Affidavit on Stamp paper of appropriate value declaring that his Concern is a Proprietary Concern and he is sole proprietor of the Concern OR he is in position of “KARTA” of Hindu Undivided Family and he has the authority, power and consent given by other partners to act on behalf of HUF.

15.3 In case one or more members is/are limited companies, the following documents shall be submitted :

(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign MOU, JV Agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act or on behalf of the company.

(b) Copy of Memorandum and articles of Association of the Company.

(C) Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person to do/act mentioned in the Para (a) above.

15.4 All the members of the JV shall certify that they are not been black listed or debarred by Railways or any other Ministry/Department of the govt. of India/State Govt. from participation in tenders/contract on the date of opening of bids either in their individual capacity or the JV firm or partnership firm in which they were members/partners.

16 Credentials & Qualifying criteria

Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the following criteria.

16.1. Technical eligibility criteria (‘a’ or ‘b’ mentioned hereunder)

(a) Either the JV or any one of the members of the JV firm must have satisfactorily completed in the last three previous financial years and the current financial year up to the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value

Page 77 of 147

OR

(b)(i) In case of composite works (e.g. works involving more than one distinct component such as Civil Engineering works, S&T works, Electrical works, OHE works etc and in the case of major bridges, substructure and super structure etc.) at least 35% of the value of each such component of similar nature should have been satisfactorily Completed by the JV firm or any one of the members of the JV firm in the previous three financial years and the current financial year upto the date of opening of tender. The member satisfying technical eligibility criteria for the largest component of the work shall be the Lead member and that member shall have majority (at least 51%) share of interest of JV firm.

(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined with estimated tender cost of it, as part of the tender documents without any ambiguity. Any work or set of works shall be considered to be separate component, only when cost of component is more than Rs. 2 Crore each.

(iii) However, as long as the JV firm or any member of the JV firm meets with the requirements, in one or more components of the work, and has completed a minimum of 35% of the advertised value of the tender for the same value of the component, and resultantly all the members of the JV collectively, then meet the prescribed technical eligibility criteria, the JV shall stand technically qualified.

NOTE :

Value of a completed work done by a Member in an earlier partnership firm or a JV firm shall be reckoned only to the extent of the concerned member’s share in that partnership firm/JV firm for the purpose of satisfying his compliance of the above mentioned technical eligibility criteria in the tender under consideration.

16.2 Financial eligibility criteria : The contractual payments received by the JV firm or the arithmetic sum of

contractual payments received by all the members of JV firm in the previous three financial years and the current financial year up to the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender

NOTE:

Contractual payment received by a Member in an earlier JV firm shall be reckoned only to the extent of the concerned member’s share in that JV firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender consideration.

*********************

Page 78 of 147

ANNEXURE-‘K-1’ FORMAT FOR JOINT VENTURE MEMORANDUM OF UNDERSTANDING/ AGREEMENT. THIS JOINT VENTURE MEMORANDUM OF UNDERSTASNDING (MOU) AGREEMENT EXECUTED AT …………………………….. On this …………day of ……….. 2008 between M/s …………………………………………………… Registered office at ………………..as the first party M/s ……………………… Registered office at…………. as the second party M/s ……………………… Registered office at…………. as the Third party (The expression and words of the first and second and third party shall mean and include their heirs successors, assigns, nominees execution, administrators and legal representatives respectively.) WHEREAS all the parties are engaged mainly in the business of execution of Civil Engineering and General Contracts for various Government Departments and organizations. WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture for carrying on Engineering and/or contract works in connection with ……………………………………. and other works mentioned in Tender Notice No…………………. dated …………. of Northern Railway or any other work or works, as mutually decided between the parties to this Joint Venture. WHEREAS all the parties are desirous of recording the terms and conditions of this Joint Venture to avoid future disputes. NOW THIS MOU/AGREEMENT WITHNESSTH AS UNDER: 1.

That in and under this Joint Venture agreement the work will be done jointly by the First party and Second party in the name and style of M/s …………………… ..……………… (Joint Venture of M/s …………………………….…….. M/s………. …………………………. and M/s ………………………………….. )

2.

That all the parties shall be legally liable, severally and or jointly responsible for the satisfactory/successful execution/completion of the work in all respects and in accordance with terms and conditions of the contract.

3.

That the role of each constituent of the said Joint Venture in details shall be as under: The first party shall be responsible for ………………………………. The second party shall be responsible for …………………………… The third party shall be responsible for ………………………………

4.

The share of profit and loss of each constituent of the said Joint Venture shall be as under :

5.

That all the parties of this Joint Venture shall depute their experienced staff as committed commensuration with their role and responsibility and as required for the successful completion of the works in close consultation with each other.

6.

That the investment required for the works under this Joint Venture shall be brought in by the parties as agreed to between them from time to time.

Page 79 of 147

7. That all the Bank guarantee shall be furnished jointly by the parties in the name of Joint

Venture.

8. That the party number…………………………………………………….to this Joint Venture shall be the prime (lead)contractor and will be responsible for timely completion of work and to coordinate with the Railways to receive payments and also to make all correspondence on behalf of this Consortium/Joint Venture.

9. That all the above noted parties i.e.………………………………………..not to make any change in the agreement without prior written consent of the Railway. NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTUTRE ON THIS…………………..DAY OF………………………..TWO THOUSAND WITH REFERENCE TO AND INCONFIRMATION OF THEIR DISCUSSIONS AND UNDERSTANDING BROUGHT ON RECORD ON………………….. IN WITNESS THEREOFALL/BOTH THE ABOVE NAMED PARTIES HAVE SET THEIR RESPECTIVE HANDS ON THIS JOINT VENTURE AGREEMENT ON THE DAY, MONTH AND YEAR FIRST ABOVE MENTIONED IN THE APRESENCE OF THE FOLLOWING WITNESS: WITNESSES:

1. FIRST PARTY

2. SECOND PARTY

Page 80 of 147

ANNEXURE-VIII-B/K-2 Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria

1. The Partnership Firms participating in the tender should be legally valid under the provisions of

Indian Partnership Act. 2. Partnership firms are eligible to quote tenders of any value.

3. The partnership firm should have been in existence or should have been formed prior to

submission of tender. The Partnership Firm should be registered by Registrar of Firms on or before date of opening of tender. Tenderer shall submit Notary certified copy of above Partnership Deed.

4. Separate identity/name should be given to the partnership firm. The partnership firm should

have PAN/TAN number in its own name and PAN/TAN number in the name of the any of the constituent partners shall not be considered. The valid constituents of the firm shall be called partners.

5. Once the tender has been submitted, the constitution of firm shall not be allowed to be

modified/altered/terminated during the validity of the tender as well as the currency of the contract except when modification becomes inevitable due to succession laws etc, in which case prior permission should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have no claims what so ever. Any change in the constitution of Partnership Firm after opening of tender shall be with the consent of all partners and with the signatures of all partners as that in the Partnership deed. Failure to observe this requirement shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraws from the firm after opening of the tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm after opening of tender but prior to award of contract, his/her credentials shall not qualify for consideration towards eligibility criteria either individually or in proportion to this share in the previous firm. In case the tenderer fails to inform Railway beforehand about any such changes/modification in the constitution which is inevitable due to succession laws etc. and the contract is awarded to such firm, then it will be considered a breach of contract conditions, liable for determination of contract under Clause 62 of General Condition of Contract.

6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a

partner of any other firm in the same tender. 7. The tender form shall be purchased and submitted only in the name of partnership firm and

not in the name of any constituent partner. The EMD (Earnest Money Deposit) shall be submitted along with the tender in terms of the provisions contained in clause 3.0 (Earnest Money) of the tender document.

8. One or more of partners of firm or any other person(s) shall be designated as the authorized person (s) on behalf of firm, who will be authorized by partners to act, on behalf of firm through a “Power of Attorney” specifically authorizing him/them to submit & sign tender, sign agreement, receive payment, witness measurement, sign measurement book, make correspondence, compromise, settle, relinquish claim(s) preferred by firm, sign “No Claim Certificate”, refer all or any dispute to arbitration & to take similar such action in respect of said

Page 81 of 147

tender/contract. Such “Power of Attorney” should be notarized/registered and submitted along with tender. 9. A notary certified copy of registered or notarized partnership deed shall be submitted

along with the tender. 10. On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. All the guarantee like Performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantees among the partners shall be acceptable. 11. On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm only and not in the name of any individual partner. 12. In case, the contract is awarded to a partnership firm, the following undertakings shall be furnished by all the partners through a notarized affidavit, before signing of contract agreement:- a) Joint and several liabilities – The partners of the firm to which the contract is awarded, shall be jointly and severally liable to the Railway for execution of the contract in accordance with general and special conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract or due to non-execution of the contract or part thereof. b) Duration of the partnership deed and partnership firm agreement – The partnership deed/partnership firm agreement shall normally not be modified, altered, terminated during the currency of contract and the maintenance period after the work is completed as contemplated in the conditions of the contract. Any change carried out by partners in the constitution of the firm without permission of Railway, shall constitute a breach of contract liable for determination of contract under clause 62 of General Conditions of Contract. c) Governing Laws – The partnership firm agreement shall in all respect be governed by and interpreted in accordance with the Indian laws. d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other partner and that of the Railway in respect of the tender/contract. 13. The tenderer shall clearly specify that the tender is submitted on behalf of partnership concern. The following documents shall be submitted by the partnership firm, with the tender- a) A copy of registered/notarized partnership deed duly authenticated by notary. b) Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from all partners of the firm in favour of one or more of the partner(s) or any other person(s) as detailed in Para (8) above. c) An undertaking by all the partners of the partnership firm shall be given that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt. of India/any State Govt. from participation in tenders contract on the date of opening of bids either in their individual capacity or in any firm in which they were/are partners. Concealment/wrong information in regard to above shall make the contract liable for determination under clause 62 of General Conditions of Contract -1999. 14. Valuation of eligibility of a partnership firm. Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfillment of the following conditions: i) Technical eligibility criteria – The tenderer should satisfy either of the following criteria (Not applicable for this tender )

a) The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in “Para 2.3.2(A)(V) of special tender conditions and instructions for tenderers”) in its own name and st

Page 82 of 147

OR

B) In case the partnership firm does not fulfill the technical eligibility criteria in its own name and style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in a different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria (defined in “Para 2.3.2(A)(V) of special tender conditions and instructions for tenderers”) on the basis of his/her proportionate share in that proprietorship/partnership firm reduced further by his /her percentage share in the tendering firm. ii) Financial eligibility criteria– The tenderer shall satisfy either of the following criteria:(Not applicable for this tender )

a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as defined in “Para 2.3.2(A) (VI) of special tender conditions and instructions for tenderers”) in its own name and style.

OR

In case the partnership firm does not fulfill the financial eligibility criteria in its own name and style, but one or more of its partners have executed a work/contract in the past either as sole proprietor or as partner in different firms, then the arithmetic sum of the contractual payments received by all the partners of the tendering firm, derived on the basis of their respective proportionate share in the such firms reduced further by their respective percentage share in the tendering firm, shall satisfy the full requirements of the financial eligibility criteria (as defined in Para 2.3.2(A) (VI) of special tender conditions and instructions for tenderers”). Example on Evaluation of Technical & Financial Eligibility of Partnership Firm A tendering partnership firm ”ÄBCD” has four constituent partners namely ”Ä”, “B” , “C” & “D” with their respective shares as 40%, 30%, 20%, & 10% but this firm has not executed any work in its own name and style. However, the constituent partners have executed the work in earlier partnership firm(s) or as sole proprietor as under:-

(i) Partnership firm “ABZ” having three partners namely “A”, “B”, & “Z” with respective shares of 10%, 20% & 70%, has executed a work of value Rs. 10.00 crores earlier. (ii) Partnership firm “CYX” having three partners namely “C”, “Y”, & “X” with respective shares of 50%, 30% & 20%, has executed a work of value Rs. 5.00 crores earlier.

(iii) Sole proprietorship firm “P” having “D” as sole proprietor has executed a work of value Rs. 2.0 Crores earlier.

The evaluation of technical and financial eligibility of tendering firm ”ÄBCD” shall be done by taking proportionate share of credentials or partners A, B, C and D derived from their earlier partnership firms to be reduced further by their percentage share in the tendering firm as calculated in table below:-

Page 83 of 147

1 2 3 4 5 Partners

Credentials of Ä”& “B” derived from firm “ÄBZ” which has executed work of Rs. 10.0 cr.

Credentials of “C” derived from firm “CYX” which has executed work of Rs. 5.0 cr.

Credentials of “D” derived from Proprietorship firm “P” which has executed work of Rs. 2.0 cr.

Contribution of “Ä”, “B”, “C” & ”D”, to credentials of tendering firm “ ABCD”

% share in firm “ABZ”

Proportionate Credentials

% share in firm “CYX”

Proportionate Credentials

% share in firm “P”

Proportionate Credentials

% share in “ABCD”

Proportionate Contribution to “ABCD”

A 10% 10% of 10 Cr.= 1.0 Cr.

- - - - 40% 40% of 1 Cr = 0.4 Cr

B 20% 20% of 10 Cr.= 2.0 Cr.

- - - - 30% 30% of 2 Cr = 0.6 Cr

C - - 50% 50% of 5 Cr= 2.5 Cr

- - 30% 20% of 2.5 Cr = 0.5 Cr

D - - 100%

100% of 2 Cr= 2.0 Cr

10% 10% of 2 Cr = 0.20 Cr

Evaluation of Technical Eligibility:- Any one of the partners of ÄBCD” tendering firm viz A, B C or D should satisfy the technical eligibility criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced further by his percentage share in the tendering firm. As calculated in above table, the contribution of partners A, B, C & D towards the credentials of tendering firm ÄBCD” will be taken as Rs. 0.40 cr., Rs. 0.60 cr., Rs. 0.50 cr., 0.20 cr. respectively. Thus, in this example the firm ÄBCD” is deemed to have executed one single work of maximum value of Rs. 0.60 Cr. for the purpose of technical eligibility criteria. Evaluation of Financial Eligibility:- The arithmetic sum of the contribution of all the partners of tendering firm “ÄBCD” derived on the basis of their respective proportionate share in the earlier partnership firms reduced further by their respective percentage share in the tendering firm, in this example will be taken as Rs. 1.70 Cr. (i.e. A + B + C + D = 0.40+0.60+0.50 +0.20= 1.70 Cr.). Thus, in this example, the firm ÄBCD” is deemed to have received contractual payments of Rs. 1.70 Cr. for the purpose of financial eligibility criteria.

Page 84 of 147

NORTHERN RAILWAY Annexure-L

(Standard Format)

COMPLETION CERTIFICATE

The work of “------------------- (Full name of the work) -------------------------” has been Completed with following details:-

1 Name & complete address of the

contractor.

2 Nature of entity (sole prop/ partnership firm/ company / JV)

3 (a) In case of Sole proprietorship, the name of sole proprietor

(b) In case of partnership firm/JV, the names & shares of various partners/ members.

4 Date of Acceptance/LOA 5 Agreement No. & date

6 (i) (ii)

Original Agreement Cost Final Agreement Cost

7 Total payment made along with financial year-wise break-up

8 Original date of completion (DOC)

9 (a)Actual date of completion (b)Whether extension to DOC given with penalty or without penalty

10 Brief description of nature & scope of work

11 Performance of contractor (Satisfactory/unsatisfactory)

It is certified that the above work has been completed successfully in accordance with provisions of contract. (----------------------------) Name & Signature Issuing authority with seal Date of issue of certificate: ------ Case File No.:-------------------------------

Page 85 of 147

Annexure-M

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY TENDERER ALONGWITH THE TENDER DOCUMENTS

(To be executed in presence of Public Notary on non-judicial stamp paper of the value of Rs. 100/- . The stamp paper has to be in the name of the tenderer)** I …………………………………... (Name and designation)** appointed as the attorney/authorized signatory of the tenderer (including its constituents), M/s. ______________________ (hereinafter called the tenderer) for the purpose of the Tender documents for the work of ______________ as per the Tender No.______________ of Northern Railway, do hereby solemnly affirm and state on behalf of the tenderer including its constituents as under: 1. I/We the tenderer (s), am/are signing this document after carefully reading the

contents. 2. I/We the tenderer (s) also accept all the conditions of the tender and have signed

all the pages in confirmation thereof. 3. I/We hereby declare that I/We have downloaded the tender document from Indian

Railway website www.ireps.gov.in and printed the same. I/We have verified the content of the printed document from the website and there is no addition, no deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the Railway Administration shall be final and binding upon me/us.

4. I/We declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements.

5. I/we also understand that my/our offer will be evaluated based on the

documents/credentials submitted alongwith the offer and same shall be binding upon me/us.

6. I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible for the correctness of the information and documents, submitted by us.

7. I/We understand that if the certificates regarding eligibility criteria submitted by

us are found to be forged/false or incorrect at any time during process for evaluation of tenders, it shall lead to forfeiture of the tender EMD besides banning of business for five year on entire IR. Further, I/we [insert name of the tenderer]**_______ and all my/our constituents understand that my/our offer shall be summarily rejected.

8. I/We also understand that if the certificates submitted by us are found to be

false/forged or incorrect at any time after the award of the contract, it will lead to termination of the contract, alongwith forfeiture of EMD/SD and Performance

Page 86 of 147

Guarantee besides any other action provided in the contract including banning of business for five year on entire IR.

DEPONENT

SEAL AND SIGNATURE

OF THE TENDERER

VERIFICATION

I/We above named tenderer do hereby solemnly affirm and verify that the contents of my/our above affidavit are true and correct. Nothing has been concealed and no part of it is false.

DEPONENT

SEAL AND SIGNATURE OF THE TENDERER

Place:- Dated:- ** The contents in Italics are only for guidance purpose. Details as appropriate are to be filled in suitably by tenderer. Attestation before Magistrate/ Notary Public.

Page 87 of 147

Annexure-O-1

AFFIDAVIT BY SOLE PROPRIETORSHIP FIRM (to be executed non judicial stamp paper of appropriate value as per law of state

concerned-Non Judicial stamp paper should be purchased in the name of proprietor of the firm)

I………………..S/o Shri ………………………………………….aged about …………………..years R/o……………………………………………………………………………….do hereby solemnly affirm and declare as under:

1. That I am running a business in the name and style of M/S…………………. which is a sole proprietorship firm and which has got GST registration No……………..

2. That I am the sole proprietor of the said firm M/S ……………………………………………………………………………

3. That the Head office of the above named firm is situated at…………………………………………………………………………..

DEPONENT

Verification: Verified at…………….on this …………day of………..that the contents of my above affidavit are true and correct to the best of my knowledge and belief and nothing material has been concealed therefrom.

DEPONENT (seal and signature of Notary Public) Notes: 1. The document should be notarized at its place of execution (Place of signing the document). 2. Each page of the document should be signed by executants.

Page 88 of 147

Annexure-O-2

POWER-OF-ATTORNEY FOR SIGNING OF BID ON BEHALF OF PARTNERSHIP FIRM

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non Judicial stamp paper should be purchased in the name of partners of the

firm)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS WE

(1)………………………….. S/o Shri…………………………. R/o…………………………. (2)………………………….. S/o Shri……………………..…… R/o…………………..……… (3)……………………… … S/o Shri………………………….. R/o…………………………. (4)…………………………. S/o Shri………………………….. R/o………………….……… all are the partners of a partnership firm namely M/S……………………….… …………………. (Name of firm) hereinafter referred to as ‘firm’, which is registered at Registration No………………by Registrar of Firms…………………………. The firm is having its head office at……………………………………………………………………………….. (hereinafter to be referred as the 'Firm').

AND WHEREAS we all the above named partners have on………………….(date) given our consent on behalf of firm to participate in the tender No.___________________________________ issued by Northern Railway for the work namely “____________________________________________________________________________” We the above named partners of above named firm do hereby irrevocably constitute, nominate, appoint and authorize Mr./ Ms. ____________S/o Shri____________(address)______________________& Mr./ Ms. ____________S/o Shri____________(address)______________________ as our true and lawful attorney (hereinafter referred to as “Attorney”) of the firm to jointly or severally exercise all or any of the following powers for and on behalf of M/S ………………… ……………………………………………………… (name of firm) in connection with aforesaid bid:

1. To sign and submit Tender and participate in the aforesaid bid of the Northern Railway on behalf of the firm.

2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc. on behalf of firm.

3. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto and to make representations, submit papers, affidavits and to do any other act and complete requisite formalities on behalf of the firm in connection with completion of aforesaid tender work and to enter into liability against the firm.

4. To sign, execute the contract with Northern Railway for and on behalf of the firm.

Page 89 of 147

5. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes mentioned above.

We on behalf of firm undertake that it shall not cancel or amend this power of Attorney without obtaining previous written consent of Northern Railway. We on behalf of firm hereby agree that all acts, deeds or things lawfully done by the said Attorneys or either of them under the authority of this power shall be construed as acts, deeds and things done by the firm and we hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either of them shall lawfully do or cause to be done by virtue of the powers hereby given. Specimen signatures of the Attorney are appended below. IN WITNESS WHEREOF this deed has been signed and sealed by us the under named, on this………………… day of………………… 20…. , in presence of: WITNESSES:

1. Signature Name: Address:

Executants Partners (Name ) ( Signature) 1…………………………….. ………………………………….. 2. …………………………….. ………………………………….. 3. …………………………….. ………………………………….. 4. …………………………….. …………………………………..

2. Signature Name: Address:

Specimen Signatures of Attorney Holder(s) in token of acceptance: (1) Name…………………………… Signature…………………… (2) Name…………………………… Signature……………………… Executed and Signed before me on this…………day of ……. At ……………………………..(place). (seal and signature of Notary Public)

Page 90 of 147

Notes: 1. In this format space has been provided for entering details of four partners & two attorney holders however if the number vary details may accordingly be entered. 2. The document should be notarized at its place of execution (Place of signing the document).. 3. Each page of the document should be signed by executants.

Page 91 of 147

Annexure-O-3

POWER-OF-ATTORNEY ON BEHALF OF THE JOINT VENTURE (to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non Judicial stamp paper should be purchased in the name of the members of Joint Venture) KNOW ALL MEN BY THESE PRESENTS THAT WE THE PARTIES whose details are given here under:

1. ……………………………………………………………………………………………………………………….…………….(name of constituent)…………………………………………..(address) as the first party.

2. ……………………………………………………………………………………………………………………………………….(name of constituent)…………………………………………..(address) as the second party.

Have entered into a Joint Venture agreement for the purpose of securing the work advertised by Northern Railway vide NIT No……………………………………………………….details of works are as under: “…………………………………………………………………………………………………………………………………………………” The aforesaid Joint Venture shall be known by the name “………………………………………………..” (Hereinafter called the Joint Venture which Expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns.

We the above said parties, through this power of Attorney do hereby irrevocably constitute, nominate, appoint and authorize Mr./ Ms. ____________S/o Shri ____________(address) who is presently holding the position of ………………………………… in ………………………………………the firm/ company as our true and lawful attorney (hereinafter referred to as “Attorney”) of the Joint Venture to jointly or severally exercise all or any of the following powers for and on behalf of “ ………………………………………………………………………… (name of JV) in connection with aforesaid bid:

1. To sign and submit Tender and participate in the aforesaid bid of the Northern Railway on

behalf of the Joint Venture. 2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc. on behalf of Joint

Venture 3. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto

and to make representations, submit papers, affidavits and to do any other act and complete requisite formalities on behalf of the Joint Venture in connection with completion of aforesaid tender work and to enter into liability against the Joint Venture.

4. To sign, execute the contract with Northern Railway for and on behalf of the Joint Venture. 5. And generally to do all such acts, deeds or things as may be necessary or proper for the

purposes mentioned above on behalf of Joint Venture.

The Joint Venture agrees and undertakes that in the event of any change in the constitution of the Joint Venture the rights and obligations of the Joint Venture shall continue to be in full force without any effect thereof. We all the members of Joint Venture undertake that we shall not cancel or amend this Power of Attorney unilaterally and without prior written consent of Northern Railway.

AND the Joint Venture hereby agrees that all acts, deeds or things lawfully done by the said Attorneys or either of them under the authority of this power shall be construed as acts, deeds and things done by the Joint Venture and the Company hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either of them shall lawfully do or cause to be done by virtue of the powers hereby given.

Page 92 of 147

IN WITNESS WHEREOF the members constituting the Joint Venture as aforesaid have executed these present, on this………………… day of………………… 20…. , under the common seal(s)/seals of their companies and/or firms(s), in presence of: WITNESSES:

1. Signature Name: Address:

Signature of authorized signatories & their Seals:

1. First Party (signature) Name: Seal

2. Signature

Name: Address:

2. Second Party (signature) Name: Seal

Specimen Signatures of Attorney Holder in token of acceptance: Name…………………………………Signature………………… Executed and Signed before me on this…………day of ………………. At ……………………………..(place). (seal and signature of Notary Public) Notes: 1. In this format space has been provided for entering details of two constituents of the JV however if the number vary the details may accordingly be entered. 2. The document should be notarized at its place of execution (Place of signing the document).. 3. Each page of the document should be signed by executants.

Page 93 of 147

Annexure-O-4

CONSENT OF PARTNERS OF PARTNERSHIP FIRM FOR SIGNING JOINT VENTURE

(to be executed on non-judicial stamp paper as per tender conditions-Non Judicial stamp paper should be purchased in the name of partners of the firm)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS WE : (1)………………………….. S/o Shri…………………………. R/o…………………………. (2)………………………….. S/o Shri……………………..…… R/o…………………..……… (3)……………………… … S/o Shri………………………….. R/o…………………………. (4)…………………………. S/o Shri………………………….. R/o………………….……… all are the partners of a partnership firm namely M/S ………………… ……………………(Name of firm) hereinafter referred to as ‘firm’, which is registered at Registration No………………………by Registrar of Firms…………………………. The firm is having its head office at…………………………………………………………………………….. AND WHEREAS it has come to our knowledge that NIT No.________________________________ has been issued by Northern Railway for the work namely “____________________________________________________________________________” We all the above named partners on behalf of the above named firm hereby give our consent to participate in the above tender in Joint Venture. Further we all the above named partners on behalf of the above named firm hereby give our consent to enter in to Joint Venture agreement, with M/S__________________________& M/S___________________________ (name of other constituent(s) of joint venture) and to participate in tender as Joint Venture aforesaid. Date: Place: Executants Partners (Name ) ( Signature) 1…………………………….. ………………………………….. 2. …………………………….. ………………………………….. 3. …………………………….. ………………………………….. 4. …………………………….. …………………………………..

Page 94 of 147

(seal and signature of Notary Public) Notes: 1. In this format space has been provided for entering details of four partners and two JV constituents however if the number vary details may accordingly be entered. 2. The document should be notarized at its place of execution (Place of signing the document).. 3. Each page of the document should be signed by executants.

Page 95 of 147

Annexure-O-5

POWER-OF-ATTORNEY FOR SIGNING JOINT VENTURE AGREEMENT ON BEHALF OF PARTNERSHIP FIRM

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non Judicial stamp paper should be purchased in the name of partners of the firm)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS WE (1)………………………….. S/o Shri…………………………. R/o…………………………. (2)………………………….. S/o Shri……………………..…… R/o…………………..……… (3)……………………… … S/o Shri………………………….. R/o…………………………. (4)…………………………. S/o Shri………………………….. R/o………………….……… All are the partners of a partnership firm namely M/s. ……………………………………………….Name of firm) hereinafter referred to as ‘firm’, which is registered at Registration No………………by Registrar of Firms…………………………. The firm is having its head office at……………………………………………………………….. (hereinafter to be referred as the 'Firm'). AND WHEREAS we all the above named partners have on………………….(date) given our consent on behalf of firm to participate in the tender No.___________________________________ issued by Northern Railway for the work namely “____________________________________________________________________________”in Joint Venture with M/S……………………………………..& M/S…………………………………….. We the above named partners of above named firm do hereby irrevocably constitute, nominate, appoint and authorize Mr./ Ms. ____________S/o Shri____________(address)______________________& Mr./ Ms. ____________S/o Shri____________(address)______________________ as our true and lawful attorney (hereinafter referred to as “Attorney”) of the firm to jointly or severally exercise all or any of the following powers for and on behalf of M/S ………………… ……………………………………………………… (name of firm) in connection with aforesaid bid:

1. To enter into and execute and sign JOINT VENTURE agreement, on behalf of our firm with M/S………………………………………& M/S……………………………………………….

2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc. in connection with aforesaid bid.

3. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto and to make representations, submit papers, affidavits and to do any other act and complete requisite formalities on behalf of the firm in connection with completion of aforesaid tender work and to enter into liability against the firm.

4. To sign, execute the contract with Northern Railway for and on behalf of the firm.

Page 96 of 147

5. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes mentioned above and to enter into liability against the firm.

We on behalf of firm undertake that it shall not cancel or amend this power of Attorney without obtaining previous written consent of Northern Railway. We on behalf of firm hereby agree that all acts, deeds or things lawfully done by the said Attorneys or either of them under the authority of this power shall be construed as acts, deeds and things done by the firm and we hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either of them shall lawfully do or cause to be done by virtue of the powers hereby given. Specimen signatures of the Attorney are appended below. IN WITNESS WHEREOF this deed has been signed and sealed by us the under named, on this………………… day of………………… 20…. , in presence of: WITNESSES:

1. Signature Name: Address:

Executants Partners (Name ) ( Signature) 1…………………………….. ………………………………….. 2. …………………………….. ………………………………….. 3. …………………………….. ………………………………….. 4. …………………………….. …………………………………..

1. Signature Name: Address:

Specimen Signatures of Attorney Holder(s) in token of acceptance: (1) Name………………………………Signature…………………… (2) Name………………………………Signature…………………… Executed and Signed before me on this…………day of ……… At ……………………………..(place). (seal and signature of Notary Public)

Page 97 of 147

Notes: 1. In this format space has been provided for entering details of four partners, two constituents of JV and two attorney holders, however if the number vary the details may accordingly be entered. 2. The document should be notarized at its place of execution. 3. Each page of the document should be signed by executants.

Page 98 of 147

Annexure-O-6

AFFIDAVIT BY SOLE PROPRIETORSHIP FIRM WHEN PARTICIPATING IN JOINT VENTURE

(to be executed non judicial stamp paper of appropriate value as per law of state concerned- Non Judicial stamp paper should be purchased in the name of proprietor of

the firm)

I…………………….S/o Shri…………………………………….aged about …………………..years R/o………………………………………………………………………………….do hereby solemnly affirm and declare as under:

1. That I am running a business in the name and style of M/s…………………………. which is a sole proprietorship firm and which has got GST registration No……………………...

2. That I am the sole proprietor of the said firm M/S ………………………………………………………………………………………………

3. That the Head office of the above named firm is situated at…………………………………………………………………………………………….

4. That I through my above named firm shall participate in the tender No.____________________________ issued by Northern Railway for the work namely “___________________________________________________________________________” in Joint Venture and for the purpose shall enter into and execute joint venture agreement with M/S__________________________& M/S___________________________ (name of other constituent(s) of joint venture).

DEPONENT Verification: Verified at………….on this …………day of…………..that the contents of my above affidavit are true and correct to the best of my knowledge and belief and nothing material has been concealed therefrom.

DEPONENT (seal and signature of Notary Public) Notes: 1. In this format space has been provided for entering details of two constituents of the JV however if the number vary details may accordingly be entered. 2. The document should be notarized at its place of execution (Place of signing the document).. 3. Each page of the document should be signed by executants.

Page 99 of 147

Annexure-O-7 Board’s Resolution of company for entering into Joint Venture (To be printed on Company’s

letter head)

EXTRACT OF THE RESOLUTION PASSED AT THE MEETING OF THE BOARD OF DIRECTORS OF (Company Name) ___________________________________ (CIN_________________________________) (hereinafter referred to as company) HELD ON (Date) _______________ AT (Address) _______________________________________________ Whereas the Board has been described about NIT No.___________________________________ issued by Northern Railway for the work namely “____________________________________________________________________________”. Board discussed the matter and after discussion following resolution was passed: RESOLVED THAT the company (company name) shall participate in the above tender in Joint Venture and for the purpose the company shall enter into and execute joint venture agreement, with M/S__________________________& M/S___________________________ (name of other constituent(s) of joint venture). Resolved further that the Board authorizes, Mr./ Ms. __________________________& Mr./ Ms. __________________________ (name and designation) of the company, to jointly or severally, sign joint venture agreement, and to sign such other documents and to do any other act and complete requisite formalities on behalf of the company in connection with completion of aforesaid tender work and to enter into liability against the company. Resolved further that Board authorizes Mr./Ms.___________________________________(name and designation) of the company to execute Power of Attorney in terms of this resolution in favour of Mr./Ms.____________________________& Mr./Ms.______________________________ the person(s) above named. The acts done and documents executed by such above named authorized person(s) shall be binding on the company. For the Organization,

(Seal of company & Signature of authorized person) Name: __________________________________ Designation: _________________ Place: Dated:

Executed and Signed before me on this…………day of …………At …………………………..(place).

Page 100 of 147

(seal and signature of Notary Public) Notes: 1. In this format space has been provided for entering details of two constituents of the JV and two authorized persons however if the number vary details may accordingly be entered. 2. The document should be notarized at its place of execution (Place of signing the document).. 3. Each page of the document should be signed by authorized signatory(s).

Page 101 of 147

Annexure-O-8

POWER-OF-ATTORNEY BY A COMPANY (incorporated under companies Act) for entering into JOINT VENTURE AGREEMENT.

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non Judicial stamp paper should be purchased in the name of the company)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS M/S ………………… ……………………………………………………… (name of company & CIN number) is a Company registered under the Companies Act, 2013, and having its registered office at………………… (Hereinafter called the 'Company'). AND WHEREAS by its resolution No………………… passed in the meeting held on………………… of the Board of directors of the company the company (company name) has decided to participate in the tender No.___________________________________ issued by Northern Railway for the work namely “____________________________________________________________________________” in Joint Venture and for the purpose the company shall enter into and execute joint venture agreement with M/S_________________________ & M/S___________________________(name of other constituent(s) of joint venture) AND THAT M/S___________________________(name of the lead member of joint venture) shall act as the lead member of above mentioned joint venture. I………………………………………………………(name and designation) the authorised representative of M/S ………………… ……………………………………………………… (name of company) duly authorized in this behalf by aforesaid resolution do hereby irrevocably constitute, nominate, appoint and authorize Mr./ Ms. ____________(designation)____________(address)______________________& Mr./ Ms. Mr./ Ms. ____________(designation)____________(address)______________________who is/are presently holding the above mentioned position in the company as our true and lawful attorney (hereinafter referred to as “Attorney”) of the company to jointly or severally exercise all or any of the following powers for and on behalf of M/S ………………… ……………………………………………………… (Name of company & CIN number) in connection with aforesaid bid:

1. To enter into and execute and sign JOINT VENTURE agreement, draft of which has been approved by the company, on behalf of the company with above named constituents for participating in the aforesaid bid of the Northern Railway on behalf of the company.

2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc. 3. To do any other act and complete requisite formalities on behalf of the company in

connection with completion of aforesaid tender work and to enter into liability against the company.

4. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes mentioned above.

The company agrees and undertakes that in the event of any change in the constitution of the company the rights and obligations of the company shall continue to be in full force without any effect thereof. The company undertakes that it shall not cancel or amend this power of Attorney without obtaining previous written consent of Northern Railway. AND the Company hereby agrees that all acts, deeds or things lawfully done by the said Attorneys or either of them under the authority of this power shall be construed as acts, deeds and things done by

Page 102 of 147

the Company and the Company hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either of them shall lawfully do or cause to be done by virtue of the powers hereby given. IN WITNESS WHEREOF this deed has been signed and sealed by Shri……………………………………..(name and designation), on this………………… day of………………… 20… , in presence of: WITNESSES:

1. Signature Name: Address:

Executants’ Signature& Seal of company: Name: Designation:

2. Signature Name: Address:

Specimen Signatures of Attorney Holder in token of acceptance: (1)Name ………………………………Signature…………………… (2)Name …………………………………Signature………………… Executed and Signed before me on this…………day of ………………. At ……………………………..(place). (Seal and signature of Notary Public) Notes: 1. In this format space has been provided for entering details of two constituents of the JV and two authorized persons/attorney holders however if the number vary the details may accordingly be entered. 2. The document should be notarized at its place of execution (Place of signing the document).. 3. Each page of the document should be signed by executants.

Page 103 of 147

Annexure-O-9

POWER-OF-ATTORNEY FOR SIGNING OF BID (when Tenderer is company incorporated under companies Act)

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non Judicial stamp paper should be purchased in the name of the company)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS M/s ………………… ……………………………………………………… (name of company & CIN number) is a Company registered under the Companies Act, 2013, and having its registered office at…………………………………………………………………… (hereinafter called the 'Company'). AND WHEREAS by its resolution No………………… passed in the meeting held on………………… of the Board of directors of the company the company (company name) have decided to participate in the tender No.___________________________________ issued by Northern Railway for the work namely “____________________________________________________________________________” I………………………………………………………(name and designation) the authorised representative of M/S ………………… ……………………………………………………… (name of company) duly authorized in this behalf by aforesaid resolution do hereby irrevocably constitute, nominate, appoint and authorize Mr./ Ms. ____________(designation)____________(address)______________________& Mr./ Ms. Mr./ Ms. ____________(designation)____________(address)______________________who is/are presently holding the above mentioned position in the company as our true and lawful attorney (hereinafter referred to as “Attorney”) of the company to jointly or severally exercise all or any of the following powers for and on behalf of M/S ………………… ……………………………………………………… (name of company & CIN number) in connection with aforesaid bid:

1. To sign and submit Tender and participate in the aforesaid bid of the Northern Railway on behalf of the company.

2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc. 3. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto

and to make representations, submit papers, affidavits and to do any other act and complete requisite formalities on behalf of the company in connection with completion of aforesaid tender work and to enter into liability against the company.

4. To sign, execute the contract with Northern Railway for and on behalf of the company. 5. And generally to do all such acts, deeds or things as may be necessary or proper for the

purposes mentioned above.

The company agrees and undertakes that in the event of any change in the constitution of the company the rights and obligations of the company shall continue to be in full force without any effect thereof. The company undertakes that it shall not cancel or amend this power of Attorney without obtaining previous written consent of Northern Railway. AND the Company hereby agrees that all acts, deeds or things lawfully done by the said Attorneys or either of them under the authority of this power shall be construed as acts, deeds and things done by the Company and the Company hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either of them shall lawfully do or cause to be done by virtue of the powers hereby given.

Page 104 of 147

IN WITNESS WHEREOF this deed has been signed and sealed by Shri……………………………………..(name and designation), on this………………… day of………………… 20…. , in presence of: WITNESSES:

1. Signature Name: Address:

Executants’ Signature& Seal of company: Name: Designation:

2. Signature Name: Address:

Specimen Signatures of Attorney Holder(s) in token of acceptance: (1) Name ………………………………… Signature………………… (2) Name…………………………………… Signature……………… Executed and Signed before me on this…………day of ………………. At ……………………………..(place). (seal and signature of Notary Public) Notes: 1. In this format space has been provided for entering details of two authorized persons/attorney holders however if the number vary details may accordingly be entered. 2. The document should be notarized at its place of execution (Place of signing the document).. 3. Each page of the document should be signed by executants.

Page 105 of 147

Annexure-O-10

Board’s Resolution of company incorporated under companies Act for submitting Tender by company (To be printed on company’s letter head)

EXTRACT OF THE RESOLUTION PASSED AT THE MEETING OF THE BOARD OF DIRECTORS OF (Company Name) ___________________________________(CIN_____________________) (hereinafter referred to as company) HELD ON (Date) _______________ AT (Address) _______________________________________________ Whereas the Board has been described about NIT No.___________________________________ issued by Northern Railway for the work namely “__________________________________________________________________”. Board discussed the matter and after discussion following resolution was passed: RESOLVED THAT the company (company name) shall participate in the above tender . Resolved further that the Board authorizes, Mr./ Ms. __________________________& Mr./ Ms. __________________________ (name and designation) of the company, to jointly or severally sign and submit all the necessary papers, letters, forms, quotes, bids etc, negotiate, discuss, agree to make any amendments, alterations or modifications thereto and to make representations, submit papers, affidavits and to do any other act and complete requisite formalities on behalf of the company in connection with completion of aforesaid tender work and to enter into liability against the company. Resolved further that Board authorizes Mr./Ms.___________________________________(name and designation) of the company to execute Power of Attorney in terms of this resolution in favour of Mr./Ms.____________________________& Mr./Ms.___________________________ the person(s) above named. The acts done and documents executed by such above named authorized person(s) shall be binding on the company. For the Organization, (Seal of company & Signature of authorized person) Name: __________________________________

Designation: _________________

Place:

Dated: Executed and Signed before me on this…………day of ……... At ……………………………..(place). (Seal and signature of Notary Public)

Page 106 of 147

Notes: 1. In this format space has been provided for entering details of two authorized persons however if the number vary details may accordingly be entered. 2. The document should be notarized at its place of execution (Place of signing the document).. 3. Each page of the document should be signed by authorized signatory(s).

Page 107 of 147

CHAPTER – 4

TECHNICAL SPECIFICATIONS,

EXPLANATORY NOTES,

SPECIAL DATA &

DRAWINGS

1. Technical Specifications

Section –I

2. Explanatory Notes.

Section –II

3 Special Data, Drawings

Section –III

4 Alternative Proposal of the Tenderer (Deviations)

Section –IV

5. Tenderer’s Scheme of Work and Time Schedule

Section –V

Page 108 of 147

Section – I

TECHNICAL SPECIFICATIONS

S.No. Brief Description of Item

Ref. and No. of the Specifications

Likely Sources

1. SFU/FSU Switchgear & HRC Fuses & bases

13947/Pt.I to III/1993 as applicable

Standard, GEC, L&T, Siemens, C&S, ALSTOM India, Havells , Schneider -CG, Kenbar & Co., A.C. Chemical Industries

2. MCCB 13947/Pt.I to III/ 1993 as applicable

L&T, Schneider-CG, Havells, GEL, Andrew Yule & Co., C&S

3. MCB 8828/96 Standard, MDS, Schneider-CG, Havells, C&S

4. Ferrules & Lugs Relevant IS Dowells, G.J. Metal Works, Universal Machine Ltd., Usha Martin Industry Ltd., Kilpon System & Electricals

5. Measuring Instrument

Relevant & Latest ISS

Havells, AE, L&T, National Instrument, Kolkota /Madras, Meco Instruments, Motwani

6. PVC insulated copper conductor Cable

IS-694/1990 NICCO, The Indian CableCo,Ltd., Fort Gloster, Grandlay, CCI, Universal Cables Stana, Asian Cables, Finolex Cable, Oriental Power Cable, Victor cable, Gautam Cables, DECO Industries , VijayCable, Sunhome Cable, R.K. Electrical Glaxy Power Cables Ltd., Maxwell Power Industries

7. Electronic Energy Meter

IS 13778/IEC 1036

AE, L&T, Havell’s, TTL Ltd, KEI (Electricals) PVT Ltd,

8. Selector Switch 13947/Pt.5/sec.I of 93

Kay Cee, L&T Salzar

9 Light fittings IS:10322/Pt.V (sec.I)/1987

Phillips, Bajaj, Crompton, WIPRO, TWINKLE

10. Modular switch & socket.

Relevant IS Crabtree, Anchor, MK, Havells

11. Time Switch (Timer)

Relevant IS & BS

General Industrial Control Pvt. Ltd, L&T MDS Legrand, Havells

12. MS/PVC Conduit pipe

IS 3419/1989 (Latest Version)

ISI Marked

13. Switch Flush type Sockets & Fan Regulator

IS:3854/88 & 1293/1988

Anchor, SSK , North-west, Carbtree, Legrand, Schneider

14. Ceiling Rose/Batten Holder/Music Chime Bell.

IS371/79 (Latest)

Anchor, SSK , North-west, Crabtree, Legrand, Schneider,ABB

15. GI pipe IS 1239 Tata, Jindal, BST

Page 109 of 147

16. End Termination Kits for 11/33 KV

Relevant IS Yamuna Gases & Chemical Ltd., Mohindra Engg. & Chemical Product, Raychem, Hari Consolidated.

17. AC Unit HITACHI, BLUE STAR, CARRIER, VOLTAS

18. Water Cooler HITACHI, CARRIER, VOLTAS, USHA, LG

19. Water purifier UREKA FORBS, 0-B 20. Room heater Bajaj, Crompton, Usha, Philips 21. Geyser Bajaj, Crompton, Usha, Philips 22. Package type sub-

station - ABB, Crompton, Kirloskar, C & S,

Schneider, Arora T & D. 23. Hot Dip

Galvanized Octagonal Poles

BAJAJ, PHILIPS, CROMPTON,GE India

24. LT Cable Jointing Termination Kit for XLPE/PVC Cable

IS 13573 (Latest Version)

Yamuna Gases & Chemical Ltd., New Delhi; Mohindra Engg. & Chemical Product, New Delhi; Raychem RPG Ltd., New Delhi; Yashwant Ind,.Work(P) Ltd.Miraz & Hari Consolidated Pvt.Ltd., New Delhi.

25. ACB 13947/Part I to Part III as applicable.

Control & Switchgear, Schneider-CG, Siemens, GEC L&T, Jyoti Switchgears, Mysore Electrical Ind., Macneill & Mager Ltd., GE Co., English Electric Co.

26. Diesel Engine Diesel Engine IS 10000/1980

Cummins, Kirloskar Ruston, Ashok Leyland, Perkins, Detroit, M.W.M.

27. Alternator Alternator IS 4722

Kirloskar, NGEF, KEL, Crompton, Jyoti, Marasdthon

28. High Mast The high mast shall be manufactured by M/s bajaj, philips, crompton greaves, Surya or any other firm having ISO-9001 certificate and experience of having manufactured & supplied the high mast of 12,16 & 25 meters or above height to Central/State Government or Public Sector under takings such as NTPC, IOC, and Airport Authority etc.

29. CFL Fitting PHILIPS, Bajaj, Crompton, Wipro 30 Transformer IS 2026/77(Pt.I-

IV) (Latest Version) & Relevant IS

Crompton Greaves Ltd.; GEC(AREAVA T&D) India Ltd, Kirloskar Electric Co. Ltd.; Andrew Yule Co,Ltd.; Bharat Bijlee Ltd.& BHEL & CEE approved list

Besides above brands any other brands can also be approved by CEE/C/TKJ if required later. Note:

1. RDSO’s specifications are priced document and can be purchased from RDSO. 2. Specifications of CEE/N.Rly./CEE/C/TKJ are part of tender document.

Page 110 of 147

3. Items which are not covered above shall be ISI marked. 4. Items which are not covered in note 1, 2 & 3 above shall be got approved from Dy.Chief

Elect. Engineer/Const., Northern Railway Lucknow. EXPLANATORY NOTES TO SCHEDULE OF PRICES FOR ELECTRICAL GENERAL SERVICES WORKS. GENERAL These explanatory notes are for guidance of field staff. Each work has its own particular

requirements. Engineer in-charge will be responsible for successful execution of work as per technical specifications.

i. All electrical works should comply with Indian Electricity Act 2003 and Indian Electricity Rules 1956.

ii. All electrical installations works shall conform to relevant Indian Standard Code of Practice and carried out as per relevant safety Code of Practices, Guide for Safety Procedures in Electrical Work as per I.S. 5216/Pt.I & II/1982 shall be observed.

iii. All components used in installation shall be of appropriate ratings of voltage, current and frequency.

iv. All minor items viz. hardware items, foundation bolts, termination lugs for electrical connections etc. as required and necessary for proper working of the equipment shall be deemed to have been included in the tender, whether such items are specifically mentioned in the tender documents or not.

v. The work shall be carried out under the supervision of the Railway Engineer. vi. The tenderer must inspect the site thoroughly before quoting rates, later on no claim shall

be accepted.

NORTHERN RAILWAY SPECIFICATION FOR DG SETS.

Diesel Engine shall conform to IS 10000/1980 (latest version), Alternator shall conform to IS 4722/1992 (latest version), AMF panel shall conform to IS 8623 (Pt I& Pt III)/1993 (latest version) with degree of protection IP 42 as per IS 2147/1962 ACB shall conform to IS 13947 (Pt I&II)/1993 (latest version), and technical specification as under:- Specification for water-cooled Diesel Engine Driven alternating current Generating set (30 to 500 KVA) 1. SCOPE: -

This specification covers, design, manufacture and supply of Diesel Engine Driven A.C Generating set. The generating set shall be complete with accessories, auxiliaries and control panel, canopy (Acoustic enclosure) etc. The specification covers D.G. Sets with control panel of AMF type & non AMF type. Unless otherwise specifically mentioned D.G. sets with control panel of AMF type are to be supplied.

Any equipment not specifically mentioned herein but essential for completeness of the equipment may also be supplied. The D.G. Set offered by the tenderer shall be with approved equipment to ensure reliable and satisfactory performance. The D.G Sets shall be required with diesel engine and alternator of approved makes only as given in Annexure – I of Chapter - 4.

2. SITE CONDITIONS: - The set shall be working as single unit for catering to mixed load comprising electrical power and for charging battery, average power factor of load being 0.8 lagging. The set should be suitable for operation at the following site conditions. Height above mean sea level Not exceeding 1000 meters Maximum ambient temperature 50 degree C. Minimum ambient temperature 05 degree C. Relative humidity 60%

3. RATED POWER OUTPUT: - 3.1 The Diesel Generating Set shall be capable for delivering continuously (on 24 hours basis ) power

output at 1500 rpm at site conditions specified under clause 2 of this specifications and the engine shall confirm to IS 10000 / B.S :5514.

Page 111 of 147

3.2 The output available from diesel engine under site condition should be specified. 3.3 The diesel engine shall be capable for working on 10 % over load for one hour in any 12 hours

running. 4. OIL ENGINE :-

The diesel engine shall be cold starting vertical direct injection 4 stroke cycle 6 cylinder model, water cooled (through heat exchanger / radiator), electric battery start, directly coupled to the alternator on a combination base plate through a flexible coupling.

4.1. A suitable extension pipe shall be used with exhaust air chest so that the silencer can be mounted. 4.2. A fuel tank for holding the fuel oil with a capacity corresponding to 12 hrs. Consumption of the D.G

set shall be provided. The fuel piping ( 10 Mts. long) shall be designed as to be free from leakage and air locks. The fuel tank shall be supplied with a level gauge to indicate the oil level in the tank.

4.3. The engine shall be required to operate on Diesel Fuel Oil grade ‘A’ to IS: 1460. 4.4. Governor: - the engine shall be supplied with governor to maintain the engine speed at varying

loads within + 3% of the rated speed. 4.5. the engine will be complete with standard accessories and protective devices including the

following :- (I) Heavy Duty air cleaner (II) Radiator /Heat exchanger and cooling Tower. (III) Fan for Radiator ( in case of radiator) (IV) Lubricating Oil Filters (V) Fuel Oil Filters

i. Fuel injection equipment with governor to control the engine speed up to + 3% under varying load.

(VI) Engine speed control unit. ( Manually operated ) (VII) Sump (VIII) Thermostat Safety control against low. Lub. Oil pressure, high cooling water temperature and engine over

speed. (IX) Fly wheel to suit flexible coupling. (X) Exhaust silencer. (XI) Lub. Oil cooler and water pump. Fuel tank (12 hours full load working capacity with 10 meters long fuel piping ) and made of 14

SWG sheet with marking of 50 liter on clear transparent glass gauge. (XII) Corrosion Resistor. Self starter for electric start system with battery of adequate capacity with battery charging

alternator. (12 V. for non AMF and 24 V for AMF set.)

(XIII) Engine control panel comprising of :- a. Electric Oil pressure gauge. b. Electric Water temperature gauge. c. Ammeter d. Electric Hour meter with RPM indicator. e. Push buttons for starter/ key switch starter. f. Pilot lamp. g. Belt failure indicator. h. Battery Charging Indication. i. Belt failure indication. j. Magnetic pick up fail indication. k. HWT trip indication. l. LLOP trip indication. m. O/S trip indication. n. Battery charging dynamo ( in case of non AMF panel) o. Tool Kit complete (as supplied by engine and alternator manufacturers.) p. One set of foundation bolts with nuts q. O & M manual of diesel engine. r. spare parts catalogue of diesel engine. s. Test Certificate of diesel engine.

5. ALTERNATOR: - The alternator shall be self exciting brushless, copper wound, self regulating with screen protected enclosure suitable for feeding 415 V, 3 phase, 4 wire, 50 Hz AC system with neutral point brought

Page 112 of 147

out. The alternator shall confirm to BS- 5000 / IS: 4722 and winding shall conform to class ‘B’ insulation. Voltage regulation shall be + 5 % of the voltage under varying load. Permissible over load of 10% for one hour in 12 hours operation. The alternator have permanent lubricated sealed bearing.

6.A CONTROL PANEL (For non AMF types set ) - Deleted. 6.B. AUTOMATIC ON MAIN FAILURE CONTROL PANEL ( AMF PANEL ) 1.0 GENERAL: 1.1 Auto main failure unit shall be capable of starting the Diesel Generating set in the event of main

power supply failure or low voltage below the specified value and changeover to load from main supply to DG set.

1.2 The DG set shall start automatically on full load current within 10 seconds of the supply failure and on restoration of main supply shall stop within 3 minutes after making the changeover from DG set supply to main supply.

2.0 CONSTRUCTIONAL FEATURES: -

The AMF panel shall be totally enclosed made of mild steel of at least 14 SWG thick sheet, free standing floor mounted type and totally enclosed type. The cubical shall be painted with powder coating of 40 microns of approved colour to give long lasting finish. Wiring circuit diagram of the AMF panel should be affixed inside the cubical so that when front hinged panel is removed it is clearly visible. All the switchgears, control devices, push buttons, indication lamps should be clearly labeled to indicate their operation. The wiring connection in the control panel shall be ferruled.

3.0 PROTECTION AND CONTROL EQUIPMENTS. 3.1 The following control devices and equipments shall be suitably housed in

the cubical. a. Suitably a sealed flush mounted type A. C. Voltmeter One No. b. Selector switch for voltmeter for OFF/RB/BY/YR reading and with provision for selection of D. G.

set voltage measurement as the case may be One No. c. Suitably sealed flush mounted A. C. Ammeter scaled with current transformer of suitable ratio 1

No. d. Selector switch for ammeter for OFF/R/B/Y reading 1 No. e. Frequency meter reed type – 1 No. f. Mode selector switch for OFF/AUTO/MANUAL/TEST – 1 Set g. Push button for start/stop/acknowledge/Reset – 1 Set. h. A set of indication lamps for the following purpose – 1 Set.

i Load on mains. ii Load on DG Set. iii DG Set fails to start. iv Low lube-oil pressure. v High coolant temperature.

i. Battery charger consisting of:-

i Transformer. ii Rectifier. iii D. C. Voltmeter. iv D. C. Ammeter. v Charging rate selector switch for trickle/Booster charging. vi Pilot lamp to indicate that charger is working. vii On/Off switch.

j (i) Main supply air break contactor, 4 pole of 200 Amps. Rating and provided with separate (200 A, HRC fuses) for short circuit protection – 1 set.

k (i) Alternator (DG Set) air break contactor4 pole 200 A and provided with separate overload relay for overload protection and (HRC fuses 200A) for short circuit protection – 1 set.

l) Main supply voltage monitor – 1 No. m) DG control relays & timer for start/stop/three attempt starting facilities and failure to start and lock. n) Audio alarm hooter in case of low lub-oil pressure, high coolant temperatures, DG Set fails to start – 1

No. o) Earth fault relays to cut off the field supply of the alternator.

p) Busbar of rating 400 Amps.

4.0 SPECIAL INSTRUCTIONS: -

Page 113 of 147

i. The tenderer will be required to submit the detailed Drawing / circuit diagram of AMF panel indicating therein the size of the cubical.

ii. The tenderer will be required to indicate Make, Rating of the following items used for the construction of the AMF Panel.

i. Main supply air break contactor. ii. Alternator air break contactor. iii. HRC Fuses used with the above contactor. iv. Battery Charger. v. Main supply voltage monitor.

a) Size of the Bus Bar. b) Material of the Bus Bar

5.0 ARRANGEMENT. The engine shall be directly coupled to the alternator through flexible coupling and both the units including the radiator / heat exchanger shall be mounted on a rigid fabricated bed plate.

6.0 The plant / equipment shall conform to the following: - Indian Electricity Act 2003 & Indian Electricity Rules 1956 made therein. B.S : 5514 / IS : 10000 I.C Engine. BS:2613 / IS: 4722 Electrical performance of rotating Electrical machines BS:1271--Classification of insulating materials. IS:722-KWHr. Meter/KWH Meter (accuracy class 1.0). I.S : 13947 ---- circuit breaker. I.S : 1248 --- Ammeter, Voltmeter. (accuracy class 1.5).

7.0 TESTS: The generating sets shall be tested at the makers works by DOI/RITES or Agency specified for:-

Guaranteed fuel-consumption. Over Load Capacity Proper operating of protective devices provided for safety of the generating set.

8.0 INSTRUCTIONS MANUALS AND CATALOGUES: Triplicate copies of operator’s guide, manuals, maintenance schedules, repair (Overhaul

instructions the complete equipment shall be supplied by the supplier). 9.0 FOUNDATIONS:

The triplicate copies of foundation drawings, instructions shall be supplied by the suppliers. 10.0 GUARANTEE:

The equipment shall be guaranteed for a period of 12 months from the date of commencement in service or 2500 hrs. Whichever is earlier.

11.0 SCHEDULE OF TECHNICAL PARTICULARS: Schedule of technical particulars (Appendix ‘A’, ‘B’ & ‘C’) shall be filled in by the tenderers submitted along with tender. No tender shall be considered complete unless the appendix referred to are filled and submitted along with tender.

12.0 DEVIATION: Deviation from any of the clauses of this specification shall be clearly pointed out at the tender stage, Clause not so commented upon will be treated having met with the approval of the tenderers, therefore, binding on him.

13.0 ADDITIONAL ACOUSTIC ENCLOSURE ADDED IN ABOVE SPECIFICATION WITH FOLLOWING DETAILS:- i. The acoustic enclosure shall be made of 14 SWG CRCA sheet. ii. The enclosure shall be of modular construction with the provision to assemble and dismantle

easily at site. iii. The sheet metal components shall be hot dip pretreated before powder coating. iv. The enclosure shall be powder coated (Inside as well outside) with a special pure polyester

based powder. All nut and bolts/external hardware shall be made from stainless steel. v. The doors shall be gasketed with quality EPDN gaskets to prevent leakage of sound. vi. The door handles shall be lockable type. vii. Sound proofing of the enclosure shall be done with high quality rock wool/mineral wool

conforming to IS 8183. the rock wool shall be further covered with fiber glass tissue and perforated sheet .

viii. A special residential silencer shall be provided within the enclosure to reduce exhaust noise. ix. Specially designed attenuators shall be provided to control sound at air entry and exist points. x. Adequate ventilation shall be provided to meet total air requirement.

Page 114 of 147

xi. Temperature of enclosure should not exeed beyond 70 C of ambient temperature. xii. There shall be a provision of emergency shut down from outside the enclosure. xiii. Noise level should not be more than 75 dB( at 1 meter distance). Note: The acoustic enclosure should be CPCB approved.

APPENDIX ‘A’ ( to be filled in by tenderers, as far as applicable to the supply offered and submitted with tender )

Item Description Particular( to be filled in by the Tender )

Remarks

Maker’s Name

Guaranteed rated out put at site (continuous running for 24 hrs. condition BHP)

Guaranteed consumption of fuel oils. a) At full rated output at normal temperature & pressure Litres/BHPH b) At ¾ rated output at normal temperature & pressure Litres/BHPH c) At ½ rated output at normal temperature & pressure Litres/BHPH a) At full load of alternator at site Litres/ KWH b) At ¾ load of alternator at site Litres/ KWH

c) At ½ load of alternator at site Litres/ KWH

APPENDIX ‘B’

Description Particulars Remarks

Alternator Type and make

Normal continuous out put ( 100 % in KVA ) Normal continuous out put ( 100 % in KVA ) at 0.8 PF at …………..Volts

Normal speed Number of Phases

Normal Voltage Efficiency of the alternators at 0.8 PF

a) At full load ----------------- % b) At 25% over load ----------------- % c) At half load ----------------- %

APPENDIX ‘C’

ALTERNATOR AND EXCITER PANEL Type of circuit breaker: Voltage: Normal current rating: Three phase breaking capacity in MVA at _______ volts: Current transformer ratios (if any): Burden of current transformer in volts ampere: Accuracy class of current transformers: Particulars of ammeter in alternator panel: Particulars of voltmeter in alternator panel: Particulars of ‘Over Load Release’ and ‘No volt release’ Particulars of Earth fault relay. Overall distance required for removal of ACB: Operating mechanism: Particulars of K. W. Hour Meter in alternator panel: Details of terminals provided in alternator panel:

ANNENDIX ‘D’ (MAKES)

Diesel Engine Alternators

Page 115 of 147

1. Cummins Kirloskar 2. Kirloskar Jyoti 3. Ashok Leyland N.G.E.F. 4. Perkins Crompton 5. Ruston KEL 6. M.W.M. Marathon 7. Detroit ---

DG set of any other make having ISO 9000 will also be considered. # TECHNICAL SPECIFICATION FOR LED BASED LUMINARIES (INPUT VOLTAGE

SINGLE PHASE 230 VOLT AC 50 Hz) GENERAL SERVICE APPLICATIONS Specifications No CEE/NR/121-Elect.PS/2017 dated 06.01.2017 )Issued by CEE/C/TKJ)

The description of 04 four types of LED should be as under – (a) Complete 18-20 watt LED tubes light fittings 1200 mm integrated with Aluminium

Extrusion base with LED & driver, decorative pin type caps & copper contacts with diffuser made of transparent Polycarbonate with tube light, operating voltage single phase 230 volts AC ,50 Hz confirming to CEENR specifications no. CEE/NR/121-Elect/PS/2017 dated 06.01.2017.

(b) Complete 40-45 watt LED street light fittings, operating voltage single phase 230 volt AC, 50 Hz with suitable Pressure die cast aluminium cast Aluminium housing and LED driver confirming to CEE/NR specification no. . CEE/NR/121-Elect/PS/2017 dated 06.01.2017.

(c) Complete 70-72 watt LED street light fittings, operating voltage single phase 230 volt AC, 50 Hz with suitable Pressure die cast aluminium cast Aluminium housing and LED driver confirming to CEE/NR specification no. . CEE/NR/121-Elect/PS/2017 dated 06.01.2017.

(d) Complete 150 watt LED street light fittings, operating voltage single phase 230 volt AC, 50 Hz with suitable Pressure die cast aluminium cast Aluminium housing and LED driver confirming to CEE/NR specification no. . CEE/NR/121-Elect/PS/2017 dated 06.01.2017. Following are the Eligibility criteria for LED light fixtures/Signage’s as per CEE/NR specification no. CEE/NR/121-Elect/PS/2017 dated 06.01.2017 for Stores procurement or works contract. 1. The firm having manufacturing facilities with SMT (Surface Mounting Technology)

machines or their authorised representative are only eligible. No outsourcing will be permitted & firm’s premises will be inspected before giving technical suitability.

2. The firm shall also have in house testing facilities for “Acceptance Test” of Luminaries mentioned in the specification.

3. The firms shall submit valid type Test Certificate from Government recognized Laboratory/National/International accredited Laboratory for LM79, LM80, LM70 with TM 21 report, Biological Test and environmental test certificates along with offer.

4. The firm shall submit Technical data sheet of offered item as per Para 3.0 of CEE/NR specification no. . CEE/NR/121-Elect/PS/2017 dated 06.01.2017 along with offer. Note: - This “Eligibility Criteria” will be valid up to 31.01.2018 and shall be reviewed based on the experience & development of LED technology. Reference Standards:

Page 116 of 147

The following documents given below are for references to the manufacturer for design, manufacture, performance safety, environmental, biological and other type test requirements. In the event of conflict between the documents referred herein and the contents of this specification shall prevail.

1. IS/IEC: Sl. No.

Specification No. Description

1. IEC:61347-2-13/EN:61347-2-13/IS:15885-2013

LED Driver Safety Requirements- Lamp control gear, particular requirements for DC or AC supplied electronic control gear for LED modules

2. IEC:62384/IS:16104-2012 LED Driver performance Requirements- DC or AC supplied electronic control gear for LED modules performance requirements

3. IS:14700 (Part-4/Section-2) Standard testing for LED Driver 4. CISPR-15/IS:6573, IEC:61547 EMI/EMC test for LED Driver 5. IEC:62031 LED modules for general lighting –Safety

requirements 6. IS:16102 (Part-I & II)-2012 Self ballasted LED lamps for general

lighting Services (Performance requirements & safety Requirements)

7. LM-79/IS:16106-2012 Approved method for Electrical and Photometric measurements of Solid State Lighting products

8. LM-80/IS:16105-2012 Approved method for measuring Lumen Maintenance of LED Light source

9. IEC:62471/EN:62471/IS:16108-2012

LED Photo Biological Safety Requirements

10. IEC:60571/IS:9000 Luminaries- Environmental requirements 11. IEC:60332-1/IS:11000 Luminaries-Fire Retardant Test 12. IEC:60881-1997(Annexure-B,C &

D)/ANSI_NEMA_ANSLGC78,377-2008

Ra (Colour Rendering Index) measurements Test

13. IEC:60529 Luminaries-Ingress Protection Test 14. L-70 (IEC-60081-1997/IS:16107-

Part-2 LED Life Expectancy

2. Technical Parameters of LED type Luminaries: Sl. No.

Specification No. Description

LED 1 Make NICHIA/OSRAM/SAMSUNG/LUMILEDS/CREE/AVAGO 2 Type High Power SMD(Surface Mounted Device), LED 3 Lumen Output ≥120 Lumen/Watt

Page 117 of 147

4 Life Expectancy (L-70)

≥50,000 Lighting Hours (To be supported by LM 80 Report & TM21 Report

5 Beam Angle 120o 6 Colour

Temperature 5700-6500K

7 Colour Rendering Index

>75

DRIVER 1 Type Constant current driver with short circuit & open circuit

protection 2 THD ≤10% 3 Efficiency Up to 100 watt: >85% minimum

Above 100 watt: 90% minimum 4 Components Industrial Grade 5 PCB FR4 Grade minimum with 1.6 mm thick / To be fixed with

high Thermal conductive paste or tape on the extruded Aluminium heat sink

6 Operating Voltage

110 – 300 Volt AC , 50 Hz

7 Soldering Point Temperature

85o C

8 Junction Temperature

Switching Device such as Transistors & MOSFET s etc. shall not exceed 1250C (allowing a margin of 250 C)

3.0 Specifications No CEE/NR/121-Elect.PS/2017 dated 06.01.2017 3.3 LED Street Light Specifications of Para 3.1 & 3.2 for LED

Driver will remain applicable 3.3.1 Normal Voltage 230 Volt AC± 5% 50 Hz 3.3.2 Input operating Voltage 110-300 Volt AC , 50 Hz 3.3.3 Working Temp -100C to +550 C 3.3.4 Systems Lumen efficacy

of the complete Luminary

≥100 lm/watt

3.3.5 Power Factor ≥0.95 3.3.6 Finishing Anodized/ powder coated 3.3.7 Lamp Cover Toughened Glass / Polycarbonate 3.3.8 Secondary Optics Polycarbonate Reflector / Polycarbonate Lens 3.3.9 Mounting Suitable for existing pole / Universal with

dedicated mounting kits 3.3.10 Ingress Protection IP65 for outdoor(Min) and IP-20 for indoor

(Min) 3.3.11 Construction of Housing Pressure Die cast Aluminium housing having

high conductivity(LM6/ADC12/LM24) with integral heat sink & heat proof Silicon rubber

3.3.12 Identification Firm name , Contact no. , month & year of manufacture , Serial No , Rated Input Voltage & Wattage shall be embossed /Engraved / screen printed inside & outside the fitting & also on LED panel and Driver

3.3.13 Gasket between housing Silicon Gasket

Page 118 of 147

& cover 3.3.14 Impact Resistance IK-05 3.3.15 Type of Power supply SMPS 3.3.16 Over Voltage Protection Unit shall withstand 330 Volt AC 50Hz for

one minute and cut-off. It will automatically “ON” when voltage comes in operating range

3.3.17 Reverse Polarity Shall be operated with reverse voltage for three minutes at maximum Value of Voltage range

3.3.18 High Voltage Test Shall be tested at 1500 Volt AC for one minute between Supply terminals & body of Unit

3.3.19 High Surge Protection 5KV 3.3.20 Guarantee/Warranty 72 Months from the date of supply or 60

months from the date of commissioning whichever is earlier against manufacturing defects & performance.

3.4 LED TUBE LIGHT FITTING

Specifications of Para 3.1 & 3.2 for LED Driver will remain applicable

3.4.1 Length 1200mm/600mm (±2%) 3.4.2 Nominal Voltage 230 Volt AC± 5% 50 Hz 3.4.3 Input operating Voltage 110-300 Volt AC , 50 Hz 3.4.4 Working Temp -100C to +550 C 3.4.5 Systems Lumen efficacy

of the complete Luminary

≥100 lm/watt (±5%)

3.4.6 Power Factor ≥0.90 3.4.7 LED Tube Light Complete LED tube light fitting integrated

with Aluminium Extrusion Base with LED & Driver. Decorative pin type end caps & copper contacts with Diffuser made of transparent Polycarbonate and should have increased Resistance against deformation & impact. THE LED populated on PCB comprising of LED connected in series parallel. The fixture shall be provided with suitable mounting arrangement for wall mounting as well as for Platform mounting on steel structure of platform shelter.

3.4.8 Ingress Protection IP20 3.5 LED Signage Boards Specifications of Para 3.1 & 3.2 for LED

Driver will remain applicable 3.5.0 Type (a)Backlit Signage

(b) 3D Character backlit Signage 3.5.1 Backlit Signage for

Utility Services SMD LED Glow sign board etc.

3.5.2 3D Character backlit Signage

SMD LED Glow sign Railway Station name boards etc.

3.5.3 Colour Scheme Sizes may be referred for the purpose of

Page 119 of 147

Uniformity and standardization over northern Railway for part-1 as per booklet “Signage for Rail users “by Chief Traffic Manager Railway for guidance only. However boards shall be sleek type having thickness ≤ 75mm or 3 inches.

3.5.4 Colour Scheme As per CTM booklet “Signage for Rail Uses” for part-II for guidance only and Sizes may be decided by Consignee/Purchaser as per site requirement for station name boards etc. However boards shall be sleek type having thickness ≤ 75mm or 3 inches.

3.5.5 Luminous Intensity Backlit Signage : Minimum 900 mcd (Mili candela) 3D Character backlit Signage : Minimum 3000 mcd (Mili candela)

3.5.6 Signage Boards Backlit Signage: Sleek type energy efficient SMD LED based glow sign boards made of MS steel square tube of size 25x25x14 mm gauge for frame and with 24 mm Aluminium male- female clip on fixture on fixture to catch and release the sheet. 3D Character backlit Signage: The background of board shall be made of 3 mm thick ACP (Aluminium composite panel) of prescribed colour by consignee. The enclosure shall be fabricated from MS steel square tube of size 25x25x14 mm gauge

3.5.7 Language All matter shall be written in Hindi, English or other regional language on 3 D shapes as per purchaser consignee requirement.

4.0 TESTS : 4.1 Test Scheme: Sl.No. Description of Tests Type Test Acceptance

Test Routine Test

1 Visual and dimensional check Y Y Y 2 Checking of documents of purchase

of LED Y Y Y

3 Insulation Resistance Test Y Y Y 4 H V Test

Y Y -

5 Over voltage Protection Y - - 6 High Surge Protection(LED Driver

only) Y - -

7 Reverse Polarity Y Y - 8 Temperature Rise Test Y - - 9 Ra (Colour Rendering Index)

measurement test Y - -

10 Fire Retardant Test Y - -

Page 120 of 147

11 Test for Ingress Protection Y - - 12 Environmental Test Y - - 13 Life Test(LM-70 & TM-21) Y - - 14 LM-79 Y - - 15 LM-80 Y - - 16 Biological Test Y - -

4.2 INSPECTION: 4.2.1 Type Test: Inspecting Agencies will verify the documents available with firm for type tests mentioned in Para 4.1 carried out from Govt. Laboratory/National/International Accredited Laboratory to ensure the confirmation with the requirement of specification for the Luminaries. For signage, Type Tests mentioned in Para4.1 are not applicable. 4.2.2 Acceptance Tests: These tests shall be carried out by an inspecting agency at manufacturer s/ authorized supplier’s premises/ recognized laboratory on sample taken from a lot for the purpose of acceptance of material. 4.2.3 Routine Tests: These tests shall be performed by the manufacturer on each item and the records shall be shown to the inspecting agency during the inspection of lot, offered for inspection tests. Note: The references for preparation of this specification have been drawn from the RCF specification No.RCF/EL/PS/LED/001, RCF/EL/PS/LED/002 and RDSO specification No. RDSO/PE/Spec/TL/0091-2016(Rev”1”) dated 05.07.2016 for LED Luminaries and the relevant information from division /HQ of Tender specification of Northern Railway as well as the known developments on LED based light technology. However, the specification will be reviewed after validity up to 31st January 2018 and thereafter to include the developments on LED based technology if any.

Page 121 of 147

SOR ITEMS Item No.- 1- /SOR 1& 2 - Laying of conduit shall be in conformity with IS 732/1989 (Latest

Version), IS 4648/1968 (Latest Version).

Fitting for rigid steel conduit shall conform to IS 2667/1988 (Latest Version) and accessories shall conform to relevant IS. 3837/1976 (Latest Version)

Fitting for rigid non-metallic conduit shall conform to IS 3419/1989 (Latest

Version) and accessories shall conform to relevant IS. Item No.5 – SOR 3&4 Lamp Holder shall conform to IS 1258/1987(Latest Version). &

Ceiling rose shall conform to IS 371/1979 (Latest Version). Lamp Holder & ceiling rose shall be provided in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version).

Item No.13 – SOR 5 Fabrication shall conform to IS 8623/pt.I & pt III/1993 (Latest Version) with

degree of protection IP 42 and shall be installed in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version).

Item No.20 – SOR 6 This item shall be in conformity with IS 3043/1987 (Latest Version),

Excavation shall be done complying with code of safety IS 3764/1992. Item No.22 – SOR 7 This item shall be in conformity with IS 4540/1968 (Latest Version) and

Northern Railway Tech. Specification No. CEE/C/TKJ/NR-1 with degree of protection IP 54 as per IS 2147/1962. Danger Notice plate shall be provided conformity to IS:1251/1982.

Item No.23 - SOR 8 & 9 & 10 Laying shall be in conformity to IS:1255/1983 (latest

version) Excavation shall be done complying with Code of Safety as per IS:3764/1992.

Item No30(a) - SOR 11 & 12 & 13 This item shall be in conformity to IS 5613/Pt I sec I&II/1985

(Latest version). GI.Pipe shall conform to IS 1239/Pt I/1990 and fittings shall conform to IS 1239/Pt II/1992.

Item No30(b) - SOR 14 This item shall be in conformity to IS 5613/Pt I sec I&II/1985 (Latest

version). RCC.Pipe shall conform to relevant IS Item No.31 – SOR 15 & 16 This item shall be in conformity with IS 3043/1987 (Latest Version),

Excavation shall be done complying with code of safety IS 3764/1992. Item No.32 – SOR 17 & 18 This item shall be in conformity with IS 3043/1987 (Latest Version),

Excavation shall be done complying with code of safety IS 3764/1992. Item No.33 – SOR 19– This item shall be in conformity to IS 5613/Pt I sec I&II/1985 (Latest

version). G.I wire shall conform to relevant IS

Page 122 of 147

NS ITEMS NS-1 & 2 & 3 & 4 (FRLS PVC Insulated wire) Fire Retardant Low Smoke (FRLS) PVC insulated multi stranded unsheathed copper conductor wiring cable for working voltage upto & including 1100 Volts, ISI marked conforming to IS 694/1990 (Latest Version). Wiring of installation shall be in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). NS-5 (High Mast 16 Mtrs with fencing) 1. STRUCTURE

The high mast shall be continuous tapered 18/20 sided polygonal cross section and shall be based on proven three wire rope system with double drum winch. The details of High Mast as below: -

For 16 METERS HIGH MAST S.No. Description 16M High Mast I Height of high mast 16 M after assemble. II Section 2 III Thickness of bottom section 4 mm IV Thickness of top section 3 mm V Diameter of bottom & top section

(Approx.) 360 & 150mm or as per company standard design.

VI Length of individual section (Approx. ) or as per company standard design

VII (a) Base Section 10.98 M (b) Top section 6.50 M VIII Method of operation Manual & Electrical (Integral

power tool) IX Lantern Carriage Suitable for 12 luminaires X Max. wind speed As per IS 875 Pt-III/1987 XI Factor of safety for wind load. As per IS 875 Pt-III/1987 XII Factor of safety for other load. As per IS 875 Pt-III/1987 XIII Foundation As recommended by

manufacturer. 2. CONSTRUCTION

Mast section shall be without CIRCUMFERENTIAL WELD in mast sections. The mast shall be fabricated from special steel plates confirming to BS EN 10025. The steel grade for accessories shall be BS EN 10025.All holding bolts shall be hot dip galvanized to BS EN ISO 1461/1999. The individual sections shall be joined together by slip stress fit method at site. The minimum overlap distance shall be 1.5 times the diameter at penetration. For environmental protection of mast the entire fabricated mast shall be hot dip galvanized having a minimum uniform thickness of 85 microns for base sections and 65 microns for top sections.

3. DOOR OPENING An adequate door opening should be provided at the base of mast so as to permit clear access to equipment like winch, cables, gear box, plug and socket etc. and also to facilitate easy removal of the winch. The door opening shall be complete with close fitting Vandal resistant weather proof door with suitable locking arrangement. Necessary reinforcement shall be done to maintain the strength of

Page 123 of 147

the mast due to this opening. The earthing terminals comprising beadle bracket shall be provided inside the mast.

4. DYNAMIC LOADING FOR THE MAST The mast structure shall be suitable to sustain an assumed maximum reaction arising from wind speed as specified in IS 875. The design life shall be minimum 25 years. Mast be suitable to withstand minimum wind pressure at the wind speed as per IS 875 (Part 3)-1987.The design should be suitable for a gust time of 3 seconds. Tenderers are supposed to submit the structural calculation for suitability verification of design as per BS 5649: Part 7.

5. LANTERN CARRIAGE A lantern carriage shall be provided for fixing and holding the flood lights fittings and control gearboxes. The lantern carriage shall be of special design and shall have minimum thickness of 4 mm. The Square/round tube section should act as a conduit for wires with holes fully protected. The Lantern Carriage shall be so designed and fabricated to hold the required number of Flood Light fittings and the controlgear boxes and also to have a perfect self balance. The luminaries fixing arms should be welded/ bolted with the Lantern Carriage. The inner lining of carriage shall be provided with protective NYLON PADDED GUIDE RING so that no damage is caused to the surface of mast during raising and lowering operation of carriage. The entire luminaire carriage shall be Hot dip galvanized.

6. RAISING AND LOWERING MECHANISM The raising and lowering mechanism for the Lantern Carriage shall be incorporating following equipments and specifications.

6.1 WINCH Winch should essentially be DOUBLE DRUM type only. The Winching System with drive unit shall remain permanently inside the Mast. The winch shall be of robust design and completely self sustaining type without the need of brake shoe, springs or clutches. The capacity of winch and operating speed shall be marked on each winch along with specification of lubricant to be used. Minimum of 6 turns of wire rope should be on grooved drum when the mobile luminaire ring is fully lowered to rest on luminaire supporting arms. The winch should be entirely self sustaining under all normal circumstances and it is not dependent on the break or restraining device so that uncontrolled or dangerous run away speeds will not occur in the event of total failure of this device. Test certificate for slip test on winch carried out by the manufacturer shall be submitted .The double drum winch should be such that the individual drums could be operated for fine adjustment of the lantern carriage. All winch-mounting bolts shall be stainless steel. Test certificate in support of safe working limit shall be provided.

6.2 HEAD FRAME The head frame shall include 6 Nos. pulley system to accommodate 3 stainless steel hoisting wire ropes at any one time and separate pulleys. The pulleys shall be of non corrodible material and shall run on self lubricating bearings with stainless steel axles. The head frame shall be made in three compartments placed 120 degree apart for most optimum balancing of lantern carriage. Head frame shall have top canopy in tripped shape to protect the mast from entry of water/solid particles etc. from the top.

Page 124 of 147

6.3 WIRE ROPES Mast shall have 3 suspension wire rope, system with load balancing and two winching wire ropes so that the load is equally distributed on all three suspension wire ropes. There should be no continuous load on winching wires and winch once the lantern carriage is positioned at the top. The mast shall be fitted with flexible stranded steel hoisting wire ropes of 7/19 construction, 6 mm dia with minimum breaking capacity of 2350 Kgs/wire. The combined lifting capacity of hoisting wire rope shall have a minimum factor of safety not less than 5 times the safe working load of winch. No joints shall be allowed in any length of the wires.

7.0 ELECTRICAL CABLE PLUG & SOCKET & JUNCTION BOX. 7.1 Trailing Cable shall be of 1100 V grade, electrolytic grade copper conductor 5/8

core flexible cable of minimum 2.5 sq. mm size, EPR coated, PCP sheathed. The connections from the top junction box to individual luminaries should be made by suing 1100V grade copper conductor 3 core 1.5 sq.mm flexible cables.

7.2 A metal clad, multi-pin plug & socket shall be provided at the base compartment while the cast aluminium junction box provided on the lantern carriage shall be equipped with a receptacle for the purpose of maintenance and testing of luminaries in lowered position.

7.3 Weather proof cast aluminium junction box shall be provided on the lantern carriage with requisite numbers of stud type terminals from which the interconnecting cable shall be taken out, duly provided with lugs, for connection on respective luminaries/control gear mounted on lantern carriage.

8.0 WINCH DRIVING POWER TOOL 8.1 The winch drive unit shall be a squirrel cage, reversible induction motor. It shall

be complete with all associated accessories to facilitate raising and lowering operation of the mast. In addition the motor shall have the following characteristics.

415/220 V 3/1 phase 50 Hz Class B insulation Weather resistant IP 55 protection Control cable approximate 6M

8.2 For safety reasons and final precision docking of lantern carriage to the head frame, the drive motor must have a provision to operate manually by using external crank device without removing the drive motor from the winch unit.

9.0 LIGHTENING CONDUCTOR One member of single spike lightening conductor manufactured from heavy duty steel tube and galvanized termination shall be provided for each mast. The spike should be of 25 mm dia 1200 mm long fitted on the head frame of the mast.

10.0 AVIATION OBSTRUCTION LIGHTS A set of Twin Dome aviation Obstruction Neon/LED Lights of reliable design and approved make shall be provided on top of each mast.

11. EARTHING TERMINAL Three number earthing terminals using 12 mm dia stainless steel bolts shall be provided at a convenient location on the base of the mast, one exclusively for the lightening conductor and two for the earthing the mast.

12.0 APPLICABLE STANDARDS The following shall be the applicable standards for High Masts and accessories: a) IS 875 (Part III) 1987 (Code and practices for design loads for structures) b) BSEN 10025 (Grades of MS plates)

Page 125 of 147

c) BS 5135 (Welding) d) BSEN ISO 1461:1999 (Galvanizing) e) TR No. 7/1996 of ILE (Specifications of Masts and foundations)

13 TIMER CONTROL PANEL. (a) The Cubical Board shall be out door type and to be installed and

commissioned on floor/ground/wall as per site requirement and drawing approved by Railway. The Board shall be fabricated from 14 SWG MS sheet and angle iron of suitable size conforming to IS 8623 /1993/Pt. I to Pt. III(Latest Version).It should have degree of protection IP 55. It should be powder coated of approved colour thickness not less than 40 microns. The control panel shall be for automatic switching (ON/OFF) of all luminaries with following accessories :-

MCB (TPN) 63 A. 10 KA B/C. - 1 No. Programmed timer for 365 days with CM 40 contactor and chargeable cells/

battery- 1 Set Toggle Switch - 1No.

(b) The MCB shall confirm as per IS 8828/1996 with Breaking Capacity 10 KA and electro mechanical timer suitable for operation on 220/415 Volts with battery back up facility suitable for time setting of 00 Hours to 24.00 Hours. Making & Breaking capacity of contact approximately 5 to 10 Amps.

14. FLOOD LIGHT LED TYPE FITTING The 1X140-160 W. LED type floodlight fitting control gear and complete with all accessories and LED lamps. It should have degree of protection IP 65. The fitting shall be erected on High Mast.

15. G.I. STRIP. This item shall be in conformity to IS 3043/1987 (Latest Version). Execution shall be done complying with code of safety as per IS 3764/1992.

16. Foundation Foundation should be as per manufacturer’s recommendation suiting to existing soil condition at site. No extra payment will be made for such soil testing. Contractor shall submit drawing of the foundation with soil testing report before execution of the work for its approval. NS-6 (Compact Sub Station 500 KVA)

TECHNICAL SPECIFICATION OF 500 KVA OUT DOOR TYPE PACKAGE SUBSTATION.

1.0 It should include. a) The enclosure of the compact substation. b) The HT switchboard comprising of 11 KV switchgear. c) The distribution transformer. d) The LV switchboard. e) Operating accessories. 2.0 The complete equipment should broadly comply with following IEC standards. a) High Voltage Low Voltage Pre- Fabricated Substation. IEC 1330 b) 11 kV switchgear cubicles. IS: 13118,IS: 3427,

IEC298, IEC: 298 c) Ring main unit 11 kV grade. IS: 9920 IEC:265

Page 126 of 147

d) Code of practice for selection, installation and maintenance of switchgear.

IS:10118

e) Distribution Transformer (Copper wound) IS:2026 f) LT Switchboard. IS: 13947-2/ IEC: 438 3) Description of the out doors enclosure.

a) The enclosure should be made of sheet steel tropicalised to Indian weather condition.

b) The metal base should be of hot dip galvanized steel and ensures rigidly for easy transport and installation.

c) The structure of the sub station should be capable of supporting the gross weight of all equipment.

d) The roof of the sub station compartment is designed to support loads up to 250 Kg/m2

e) Intermediate ceiling roof should be provided. A minimum clearance should left between the top of any component installed in the sub station and the roof of the sub station.

f) Protection degree of the enclosure of HT and LT compartment should be IP34 and for transformer compartment should be IP23 in accordance with the IEC recommendations (Publication no 529.)

g) HT and LT compartments should be accessible on the sides of the sub station through double doors equipped with key lock and rubber seals. The doors should be padlocked.

h) The outgoing of the distribution transformer should be connected directly to the incomer of the LT through copper bus-bars.

i) All metallic compartments should be earthed to a common earthing point for the whole package. (Cu 30mm2).

J) Internal lighting should be activated by associated switch for each compartment. k) 3 compartments should separate the different components (HT /Transformer / LV)

for safe operations.

HT

LT

HT SWITCH BOARD HT switch board should comprise of one no. 11 KV Fault make load Break isolator and one no.11 KV Vacuum/SF 6 circuit breaker with following accessories. a) IDMT Relay for circuit breaker - Self powered. b) Padlocking facility c) Live cable indicator d) 11KV Vacuum/SF6 circuit breaker and isolator should be provided with integrated earthing switches. All breaking units, including earthing switches, should be contained in enclosure filled with SF6, sealed for life according to the IEC standard EE Appendix Class III.

Page 127 of 147

TRANSFORMER: Oil immersed copper wound Transformer

Rated power ( kVA)

Rated primary voltage (W)

Rated secondary voltage(V)

Vector group Tapping range %

500 11 415 Dyn 11 5 Neutral potential should be grounded by connection between the neutral and L.V. earth. HT/ TRANSFORMER: Direct insulated flexible cable connections between 11kV switchboard bushings and transformer bushings. TRANSFORMER / LT: Aluminium busbars direct connected between transformer LV bushing and ACB terminal pad. LV SWITCHBAORD: E ach package Substation Unit should be provided with LV switch board comprising one No.800Amp 4 pole (MDO) ACB as incomer. Air Circuit Breakers of both the package substation units should be interlocked electrically as well as mechanically. INSPECTION / TESTING The following routine tests are mandatory in accordance with IEC standard and should be performed during factory inspection. Routine Tests a) Check of conformity with wiring diagrams and plans. b) Mechanical operation tests, and checking of interlocks. c) Low voltage dielectric tests. d) Low voltage functional checking. NS-7 (Water Cooler) Supply, Installation, testing, commissioning of self contained drinking water cooler with (Non CFC Refrigerant) Energy Efficient Compressor Cooling capacity 150 liters/Hour including electric, water connection and earthing etc as per site requirement NS-8 (LT Feeder Pillar) (a) The work includes design, manufacture, and supply, erection, testing and

commissioning of outdoor type feeder pillar suitable for 415 volts, 3 phase, 4 wire 50 Hz AC supply system.

(b) The feeder pillar shall be out door type and to be installed and commissioned on floor/ground as per IE Rules and as per site and the feeder pillar shall be fabricated from 12 SWG MS sheet and angle iron of size 65x65x8mm thick conforming to IS 8623/1993/Pt. I to Pt.III (Latest Version). It should be powder coated of approved colour thickness not less than 40 microns.

(c) The aluminium bus bar for phases and neutral are to be provided. The aluminium bus bar shall be properly placed on DMC insulator. The gap between the bus bar

Page 128 of 147

shall be adequate and as per IE Rules. The bus bar should be of high conductivity aluminium suitable for electrical purposes and of uniform cross section. The bus bar shall be suitable insulated with epoxy coating to with-stand test voltage of 2.5 KV.

(d) The feeder pillar shall be capable for housing items as per schedule of rates and quantities.

Fuses and Fuse bases shall conform to IS.13703/Pt-2. (Latest Version) The interlinking of incoming to bus bar and from bus bar to outgoing shall be of

aluminium strip of suitable size and length. The cubical box shall be robust in construction and fabricated out of heavy gauge

sheet steel of thickness not less than 12 SWG hinged door should be provided on front and rear to enable installation and inspection of cable connection and other equipments mounted in inside it. The canopy shall be given necessary slope for rainwater to flow away. Frame of feeder pillar 300mm. Height from foundation covered with removable 12 SWG MS sheet on all sides.

The canopy should be projected over the sides and doors. Its sides are lower than the top of side sectional of the shell. The side sections are feigned to ‘U’ form for water draining. Adequate ventilation as in back can be opened and locked by a special key and visual indication of lock and latch in open and outside. The jointing of cable and connections can be carried out at the back and front from bottom and as required, inspection removal/replacement of fuses can be carried out easily. In addition of GI Pad locks (One in front and other in back) should be welded in the shutter and will be locked position by fixing its make position in the eye fixed in the other side. (e) Provision of double earthing of cubical shall be made by means of hot dipped galvanized bolts, nuts & washers of 38x12mm. (Dia) on either side of the apron at suitable places. All the metallic frame of mounting provided in side the feeder pillar shall be earthed with GI strip of suitable size. (f) Proper size glands should be provided for cable entry. (g) A Danger plate conforming to IS: 2551shall be affixed on front door and back door. (h) The built in locking arrangement comprising of round bars should be provided as done in steel almirah along with handle. (Godrej type locking.] (i) Separate handle for each sizes of fuses/grips removal base shall have to be supplied along with feeder pillar. (j) All the cable connections shall be done with proper size of aluminum Lugs and armored of the cable shall be earthed with the gland for continuous earthing purpose of the feeder pillar.

NS-9 (GI Strip 25x5) This item shall be in conformity with IS 3043/1987 (Latest Version), Excavation shall be done complying with code of safety IS 3764/1992. NS-10 (LED Tubelight) AS PER TECHNICAL SPECIFICATION FOR LED BASED LUMINARIES NS-11 (Exhaust Fan 380mm) Supply and Erection of Exhaust fan 380 mm with the help of suitable size of fasteners including testing and commissioning

Page 129 of 147

NS-12 (HDPE Pipe 160mm) The HDPE pipe shall be supplied by the contractor as per IS -4984/1995 and it shall be laid through trenchless system as per IS 1255/1984 (latest version). NS-13 & 14 & 15 & 16 (Sheet Metal Box) Provision of switch boxes in conformity with IS 732/1989 (Latest Version), IS 4648/1968 (Latest Version). NS-17 & 18 & 19 & 20 (Modular Plate) Supply and fixing of modular plate suitable for required modular switches as required as per site requirement for. (Deco white/ Tresa Glossy white). NS-21 & 22 & 23 & 24 & 25 & 26 (Modular Switches) Supply of modular, snap type switch/ Bell push/flush type socket outlet & installation on the recessed modular box, connection, testing & commissioning as per Tech. Specifications. NS-27 (AC 2 Ton) Supply of 2TR Split AC(Minimum 3 Star Rating) with 1 Nos. indoor units and & 1 No. outdoor unit along with Charging of refrigerant Gas, including supply of refrigerant Gas, drain connection upto nearest drain point, Installation, testing & commissioning along with including copper piping with insulation and Electrical work between indoor & outdoor units, providing and fixing of M.S. Stand for out door unit as required as per site. The split air conditioners shall consist of the following: b. 2TR Split AC with Single indoor unit and single outdoor unit. c. Shall include primary source of refrigerant gas for cooling and dehumidifying and

consist of one indoor units and one outdoor unit. Indoor units consist of air-handling fan, evaporator, motor, filter valves etc and outdoor unit consist of single rotary compressor, expansion valve fan with motor & condenser coil.

d. AC should be of 3 star rated or more. e. The basic feature should be like auto humid control,5 fan speed, filter clean indicator,,

pre-coated fins, super-cool function etc. f. The cooling capacity should be equal to or more than 23500BTU/Hr and power

consumption should be equal to or less than 2390Watts. g. The noise level should be equal to or less than 37dB. NS-28 (Ceiling Fan 1200mm) Supply installation of 1200 mm sweep AC ceiling fan with four blades, down rod, canopy etc., suitable for operation on 180 - 220 volts AC 50 Hz, including connection with twin core PVC insulated flexible copper conductor cable of size 14/0.0076 testing and commissioning including earthing as per technical specification. Make Crompton, Bajaj, Khaitan, Orient NS-29 (Straight through Joint Kit) Supply, making, testing and commissioning of LT straight through joint (Jointing Kit ) upto the size of 400 sq.mm 3.5/4 core LT XLPE cable as required as per site and as per instruction of site engineer.

Page 130 of 147

NS-30 (Level Crossing Gate) DESCRIPTION OF WORKS. The work required for provision of Solar Photovoltaic lighting (LED Based) System at Manned Non

Electrified Level Crossing Gates complete in all respect as per CEE/ NR/ NDLS specification No.111/E/P/2010 and site requirement.

Solar Photovoltaic Module ( 8 No of 80WP rating each = 640WP) The 8 Nos Solar Photovoltaic Module of Rating 80WP each conforming to CEE specification No.111/E/P/2010 or latest to be provided, installed on the roof of level crossing gate hut.

The wiring from SPV panel to Gumti Room to be brought through a regid steel conduit and terminated in charge controller/ Solar inverter fixed on bracket on the wall.

Solar Photovoltaic Module mounting structure (1 Set for each location)

The array structure shall be so designed that it will occupy minimum space without scarifying the output from SPV panels.

The structure shall be designed to allow easy replacement of any module & shall be in line with the site requirements.

The array structure shall be made of hot dipped galvanized MS angles of suitable size. The foundation for module mounting structure shall be preferably 1:2:4 PCC construction or any

other combination based on the local site condition requirement for which design details shall be submitted.

The support structure design & foundation shall be designed to withstand wind speed upto 200 Kmph.

The clearance of the lowest part of the module structure & the developed ground level shall not be less than 500mm.

The module alignment & till angle shall be calculated to provide the maximum annual energy output. This hall be decided based on the location of array installation.

All fasteners shall be of stainless steel of grade SS 304. Solar Inverter/Charge Controller Solar inverter/Charge controller should have inbuilt battery charging facility or may have separate charge controller. Provision should also be made in the system to charge the battery through external single phase AC supply of 230Volts 50Hz.The first priority should automatically choose the solar system automatically choose the solar system and in case the solar system voltage is insufficient to charge the battery then it should switch over to UPPCL supply ( If available), rating 500VA. The charging system should be such that it can charge the batteries of 12V: C-10 rate of capacity 240Ah or 360 Ah or 480 Ah as per the requirement conforming to CEE specification No.111/E/P/2010. Battery The Sealed maintenance free battery of minimum capacity of 12V 240 Ah @ C-10 conforming to CEE specification No.111/E/P/2010. Electrification of Gumti ( LC gate Hut) 02 Nos Indoor LED lights 3-4 watt each, suitable to work on 85V to 280 V AC with screw type holder conforming to CEE specification No.111/E/P/2010 to be provided inside the Level crossing gate hut as per site requirement. The all the internal wiring in gate hut shall be done in rigid steel conduit concealed in wall. The cable used for internal wiring shall meet IS 1554/694 Part 1:1988 & shall be of 650 V/1.1KV. All the wiring must be sized to keep line voltage losses to less than 3% in each sub circuit and to allow the circuit to operate within the ampere rating of the wire. Provision of Wall mounting fan:

Page 131 of 147

01 No wall mounted fan AC 240 Volts, 20-25 watt sweep -100-150mm with wire guard to be provided in side of Gumti hut as suitable place. The all the internal wiring in gate hut shall be done in rigid steel conduit concealed in wall. The cable used for internal wiring shall meet IS 1554/694 Part 1:1988 & shall be of 650 V/1.1KV. All the wiring must be sized to keep line voltage losses to less than 3% in each sub circuit and to allow the circuit to operate within the ampere rating of the wire. Mobile charging socket : 01 No mobile charging point socket with in built circuit (capacitor) to limit load up to 10 watt max to be provided in side the Gumti hut as per suitable . The all the internal wiring in gate hut shall be done in rigid steel conduit concealed in wall. The cable used for internal wiring shall meet IS 1554/694 Part 1:1988 & shall be of 650 V/1.1KV. All the wiring must be sized to keep line voltage losses to less than 3% in each sub circuit and to allow the circuit to operate within the ampere rating of the wire. Provision of Street light fitting : 2 Nos street light pole with 15 watt LED type street light fitting on each pole , IP -65 weather proof type mounted on tabular pole of 5 meter height with timer for ON/OFF of lights conforming to CEE specification No.111/E/P/2010 to be provided diagonally opposite on each side of level crossing gate. . The street light pole painted with corrosion resistance paint with necessary accessorises. LED street light fitting rated power 15W/fixture, light intensity 1500 Lumens (Typical), LED type- white high powered LEDs 5500-6500 K temperature (preferably surface mount power LEDs), LED fixing arrangement – Mounted on metal core PCB fixed to aluminium heat, Illumination – More than 15 Lux at 1 Meter from the ground (5 M from the light source), LED fixture- ABS plastic/Aluminium fixture with acrylic cover with IP 55 protection, LED used shall be NICHIA/OSRAM/SEOUL SEMICONDUCTOR/ PHILLIPS LUMILEDS/LEDNIUM make, L-70 life of LED shall be 50000 hours as junction temperature of 125 deg C. The supply for street light fitting to be provided through 2 core armoured XLPE aluminium cable of size 16 sq mm shall be laid in ground through GI pipe of suitable size. The supplier must ensure structural stability for mounting/ erection of street light pole.

Page 132 of 147

Page 133 of 147

Page 134 of 147

NS-31 (LED Street Light 25 watt) AS PER TECHNICAL SPECIFICATION FOR LED BASED LUMINARIES NS-32 (LED Street Light 45 watt) AS PER TECHNICAL SPECIFICATION FOR LED BASED LUMINARIES NS-33 (LED Flood Light 120 watt) AS PER TECHNICAL SPECIFICATION FOR LED BASED LUMINARIES

Page 135 of 147

NS-34 (Distribution Board) Supply, erection, testing & commissioning of 1 row 8 way distribution board as per IS

13032/8623/5486 having single phase incoming, single phase outgoing, power coated, weather proof, suitable for flush mounting & surfacing mounting incloser IP54 consisting of 1 no 32 Amp DP MCB & 6 Nos 10 to 32 Amp as per load SP MCB complete in all respect.

NS-35 & 36 & 37 (LT Distribution Board)

1. Wall/pillar mounted/ recessed type. cubical type Distribution Board shall be fabricated with 14 SWG MS sheet duly powder coated paint conforming to IS 8623/1993/Part I to III (Latest Version) with degree of protection IP 42 of approved make. The boards shall be suitable to work on 415 Volts, 3 Phase 4 wire AC supply system.

2. The incoming MCCBs 4 Pole, 35 KA Breaking Capacity shall have thermo-magnetic type release with adjustable protection for over load and short circuit and conforming to IS 13947/Pt.II/1993 (Latest Version). Rated short circuit breaking capacity (Ics= Icu) should not be less than 35 KA rms at 415 Volt 50 Hz AC. The MCCBs shall have spreader links and barriers as standard feature of manufacturer and MCB shall be 10 KA Breaking Capacity ’C’ Series and conforming to IS 8828/1996 (Latest Version)

3. The Incoming/outgoing MCBs shall be 10 KA Breaking Capacity ’C’ Series and conforming to IS 8828/1996 (Latest Version)

4. Installation of distribution board shall be conformed to IS 732/1989 (Latest Version), 4648/ 1968 (Latest Version).

5. Bus bars should be of high conductivity electrolytic copper suitable for electrical purpose and of uniform cross section having a rating of 400 Amps. for main bus bars and 200 Amps. for neutral bus bar (Basis for bus bar size = 1000 Amps. / Sq. inch). LT panel board should be coated with anti-tracking varnish on inside the panel to ensure better insulating properties inside the cubicle.

6. Bus bars shall be suitably insulated with Heat shrinkable sleeves/ taped to withstand the test voltage of 2.5 KV.

7. Digital Ampere meter & Voltmeter CT operated with selector switch and matching 3 phase 4 wire electronic KWH meter conforming IS 13779/IEC1036 (Similar to Nippen cat ref no EM 34L) to be provided for each incoming and outgoing panels conforming to relevant IS (Latest Version) having class I accuracy.

Note: - The quantities and capacity are as per tender schedule NS-38& 39 (LT Panel)

(i) Wall/pillar mounted/ floor mounted freestanding, cubical type distribution Board shall be fabricated with 14 SWG MS sheet duly powder coated paint conforming to IS 8623/1993 / Part I to III (Latest Version) with degree of protection IP 42 of approved make. The boards shall be suitable to work on 415 Volts, 3 Phase 4 wire AC supply system.

(ii) The incoming and out going MCCBs 4 Pole, 35 KA Breaking Capacity shall have thermo-magnetic type release with adjustable protection for over load and short circuit and conforming to IS 13947/Pt.II/1993 (Latest Version). Rated

Page 136 of 147

short circuit breaking capacity (Ics= Icu) should not be less than 35 KA rms at 415 Volt 50 Hz AC. The MCCBs shall have spreader links and barriers as standard feature of manufacturer.

(iii) Installation of distribution board shall be conformed to IS 732/1989 (Latest Version), 4648/ 1968 (Latest Version).

(iv) Bus bars should be of high conductivity electrolytic copper suitable for electrical purpose and of uniform cross section having a rating of 400 Amps. for main bus bars and 200 Amps. for neutral bus bar (Basis for bus bar size = 1000 Amps. / Sq.inch). LT panel board should be coated with anti-tracking varnish on inside the panel to ensure better insulating properties inside the cubicle. Bus bars shall be suitably insulated with Heat shrinkable sleeves/ taped to withstand the test voltage of 2.5 KV.

(v) Digital Ampere meter CT operated with selector switch and matching 3 phase 4 wire electronic KWH meter conforming IS 13779/IEC1036 (Similar to Nippen cat ref no EM 34L)to be provided for each outgoing panels conforming to relevant IS (Latest Version) having class I accuracy.

NS-40 (Dismantling of Pole) Dismantling of existing Rail pole/Tubular pole by digging/ cutting 450 mm from the ground

level including over head conductor, bracket, insulators, earth wire, guard wire etc., and transported the same from site to the stores of SSE(E)/LKO/NR.

Note: - dismantling will be done in the presence of site supervisor with proper safety arrangement. NS-41& 42 (CLS Panel)

Supply of automatic colour light signalling panel/ automatice colour light chage over as per RDSO specification No. TI/SPC/PSI/CLS/0023 or latest (CORE/RDSO approved source only) NS-43 (Fixing of CLS Panel)

Erection, fixing, testing and commissioning of automatic colour light signalling panel/ automatic colour light change over as per RDSO specification No. TI/SPC/PSI/CLS/0023 or latest (CORE/RDSO approved source only) NS-44 & 45 (PCBC Point)

415 Volts AC Pre-cooling cum 110 V DC Battery Charging Box shall be fabricated with MS Sheet 10 SWG thick and MS Angle of size 40x40x5mm. The box shall be out door type, floor mounted, weather, dust & vermin proof with degree of protection IP54. It shall be divided into two compartments of equal size which shall have independently hinged doors for both the compartments lockable and double earthing terminal. Proper canopy shall be provided on the top to prevent rain water entering inside the box. Separate detachable plate 10SWG thick MS sheet for both compartments shall be provided 100 mm dia hole with grommet for incoming and outgoing cable. Incoming & Outgoing cable shall be connected with the bus bar from bottom side. The box shall be painted with grey colour over two coats of red oxide primer after anti corrosion treatment.

(a) 1st compartment shall be suitable for accommodating one No. 100 Amps. 4 pole

MCCB fixed type thermal magnetic release 35 KA breaking capacity and conforming to IS 13947/Part-2 & IEC 60947/2, one 63 A. 5 pin (3P+N+E) 415V. Panel mounted socket with spring locked cover & one 63 A. 5 pin (3P+N+E) 415V. Plug conforming to IEC 309/1 & 2, one No. 16 A. 3 pin (2P+E) 250V. Panel mounted socket with spring locked

Page 137 of 147

cover & one 16 A. 3 pin (2P+E) 250 V. Plug conforming to IEC 309/1 & 2 and 16A SP MCB 200 Amps. Aluminum Bus bars for Phases & Neutral should be fixed on fiber sheet with PVC sleeve colour coded. Index of protection of socket & plug should not be less than 67.

2nd compartment shall be suitable for accommodating one No. 32 Amps. DC series MCB DP suitable for 130 V. DC supply, one No. panel mounted 32 Amps. 3 Pin (2P+E) socket with spring locked cover & one No. 32 A. 3 Pin (2P+E) plug conforming to IEC 309-1 & 2 and 200 Amps. Aluminum bus bars for two positive & one negative should be fixed on fiber sheet with PVC sleeve colour coded.

(a) MCCB & MCB should be operated without opening the front cover. Interconnection

with suitable size PVC insulated copper conductor cable conforming to IS 694/1990 from bus bar to MCCB/MCB to socket. 3 core & 4 core PVC insulated and PVC sheathed copper conductor flexible cable up to 1100 Volts shall be confirmed to IS 694 with plugs. Proper visible indication plate fluorescent screen printed on the front of both compartments shall be provided for 415 Volts AC pre-cooling box and 110 V. DC battery charging box as approved by Railway.

(b) The box shall be grouted in ground with cement, mortar mixture (1:2:4) with muffing as per Railway Drawing. NS-46 (N Type Portel)

(1) The price shall cover supply fabrication, galvanization and erection of steel portals,

supporting structures and small parts steel work as required. The price shall include alignment setting and grouting of steel work and supply of all necessary galvanized steel bolts, nuts, lock nuts, washers etc. wherever required as per approved designs and drawings and assembly of the fabricated steel work at site to the extent necessary. The calculated weight to be considered for payment under this item shall be included in relevant drawings at the time of submitting designs for approval of the Purchaser.

Notes i. All portals and supporting steel structures and small parts steel work will be supplied by

the contractor. The term “ Small parts steel work” is meant to cover fabricated steel work made from rolled steel sections such as backing angles, knee brackets etc. including bolts, nuts, locknuts and washers etc. for fastening the small parts steel work to any structural member.

ii. For the purpose of payment, the weight of fabricated steel work shall be calculated according to the weight of black steel given in section books for the lengths of various members, as per approved drawings. There will be no addition for increased weight due to galvanizing or painting or reduction for holes or skew cuts.

iii. The steel supporting frame of equipment supplied along with the equipments will not be reckoned for purposes of payment under this item unless specifically indicated. None of the other items of the work shall include the cost of supply, erection of small parts steel work which will invariably be paid as applicable.

(2) Raw material to be used The black steel to be used should be purchased from SAIL, TISCO, IISCO or RISNL by the

manufacturer. (3) Inspection i. Inspection of the black steel shall be done by M/s RITES or by the authorized Railway

representative as per tender specification. ii.. Stage Inspection as well as inspection of finished material at firm’s premises will be done

by M/s RITES or by the authorized Railway representative.

Page 138 of 147

NS-47 (Erection) Erection of Item No. 46 or above in NS item no 48 or below NS-48 (CONCRETE FOUNDATION) (a) The price shall cover excavation, supply and handling of all material and accessories,

temporary arrangements for excavation in hard soil/other than hard soil and concrete/masonry drains/walls requiring use of chisel and hammer or requiring blasting, shoring and shuttering where necessary, casting concrete including frame work grouting gantry/portal columns and steel supports and finishing the top of concrete foundation with required slope/muff. The price also includes dismantling of all connected temporary arrangements, back filling required and removal of soil. The Purchaser’s Engineer shall certify where use of chisel and hammer or blasting has been necessary. The contractor shall arrange for supply of explosive and all tools and plants for blasting operations at his own cost. If half or more of the depth and width of excavation is in hard soil concrete/masonry/ drains/walls or rock

(b) The price shall include all work in all classes of soil including black cotton and loose soils except hard soil, concrete/masonry/drains/walls and rock. The price shall include the cost of cement also. Cement shall not be supplied by the Railways and the mixture ratio & size of concrete should be as per TRD specification

NOTES: For measurements- I. The payable volume of the foundations shall be limited to the designed one as shown in

the drawings for which the hole has been blasted, irrespective of the actual configuration assumed by the latter due to blasting.

II. The depth of excavation shall be measured from the formation level to the maximum excavated point.

NS-49 (PORTAL MOUNTED SMC JUNCTION BOX)

a) Outdoor type shock proof dust proof and weather proof with IP 55 Portal Mounted Junction Box of size 388x304x170 mm (outer dia) as per Sintex product code No. GS-JB-3525 shall be made out of one piece moulded SMC base and SMC door with left side hinge type joined suitably sheet moulding compound (SMC0 shall conform to IS 13410, grade S.I. for glass reinforced polyester, distortion temperature (200ºC as per IS 10192) fire retardain class FVO as per IS 11731 Pt.II are VO as per UL 94 and box shall be suitable operation on 415 V. 3 Phase 4 Wire AC supply system. The box shall have four Nos. G.I. bolts & nuts with washer fitted in DMC insulator for cable termination taking loop in and loop out system and 3 Nos. DIN type HRC Fuses with bases connected from terminals through 4 mm PVC insulated single core multi-stranded copper conductor cable. One No. hole 32 mm dia back of the box and one/ two Nos. holes of suitable size as required at the bottom of the box for entry of Incoming & Outgoing cable through gland of suitable size.

b) The box shall be provided on portal with help of double clamp made out of G.I.

strips not less than 25x3 mm nut, bolt & washer. NS-50 (2x2 Recess fitting) Supply, fixing, testing & commissioning of LED light fitting square (2x2 feet) < 40 watt 2x2

recessed mounted fitting , CRI ≥ 70 colour temperature 4000-6500 K, THD<30% power factor >0.90, lumen output 3300 Im, including supply of bolt with nut locknut & washer

Page 139 of 147

for installation of fitting complete in all respect as per site reuirement ans as per RDSO specification no. RDSO/EM/LED/Norm/01. Ver 1.0 dated 18.09.14

NS-51 (Down lighter) Supply, fixing, testing & commissioning of LED light 15 watt downlighter, CRI ≥ 65, IP-20 or better, power factor ≥ 0.90 Cool white, integeral driver, die cast aluminium housing, size 6 inch complete in all respect as per RDSO sapecification no. RDSO/EM/LED/Norm/01 Ver 1.0 dated 07.08.2014 NS-52 (Perforated GCGI Sheet Cable Tray) The raw material of cable tray will be confirmed to IS 10748 (Latest Version) and the

mass of coating will be confirmed to IS 4759. The perforated type tray and associated accessories such as jointing plates, tees & elbows

shall be fabricated from 1.6 mm thick GCGI sheet. The tray to be supplied in standard length of 2500 mm and clear inside width 300 mm

and deep 75 mm. All finished trays and accessories free from sharp edges and corners, bu and unevenness. The supporting and mounting accessories such as hanger, clamps, nut & bolts etc. shall be

coat of red oxide zinc chromate primer and two coats of aluminum paint or as approved Railway.

Fixing material of tray is to be got approved from Railway. NS-53 (Welding point) Manufacture, Supply, Erection on the column of shed, Testing & Commissioning of Welding

Points as per drawing approved by railway. It shall be fabricated with 20 mm thick tufno sheet, 10 mm thick MS sheet, and 5/8” bolts , nuts, painted with approved colour oxide primer, and shall be installed on the column by making holes. The size of Welding point shall be of 350 x 100 x 20 mm.

NS-54 (LED Bulb 7 Watt) Supply , erection , testing and commissioning of 1x7 watt LED Lamp on existing lamp

holder.

Material

Included Components

Voltage

Shade Colour

Type of Bulb

Cap Type

Luminous Intensity

Luminous Flux

Wattage

Colour Temperature

Polycarbonate

1 LED bulb

230 Volts

Cool Day Light

LED

B22

625 Candela

600 Lumens

7 Watts

6500 Kelvin

NS-55 (Water Heater) Supply, Installation, testing & commissioning of 35 Lts. Capacity, 5 Star Rating storage type

Vertical electric water heater closed/vented type suitable for 240 volts single phase AC 50 HZ supply ISI marked to IS: 2082/1993 with latest amendment. Copper inner container, outer container shall be made of MS sheet duly pretreated and finished in powder coated in white

Page 140 of 147

colour. Storage electric water heater shall be complete in all respect with Heating unit, Thermostat, Indication lamp, Thermal cut-out, Drain plug, two meter three core flexible cable with 3-pin plug of 16 A capacity. Provision for vent pipe pressure relief valve/device. Fusible plug fitted on the crown of water heater with operating temperature between 100 to 110 degree C as required as per site.

NS-56 (air Cooler) Supply fixing testing and commissioning of evaporator type air cooler 4000 cum/Hr complete with

steel body, fan & water lifting pump etc. Complete with connection as required as per site NS-57 (Erection of Octagonal Pole) Erection of 5 meters high hot dip galvanized octagonal pole with top 70 mm around face

bottom 130 mm around face made of 3 mm thick base plate size 200x200x12 mm complete with appropriate sleeve at the top of the pole for mounting double arm bracket 300 mm long suitable for 150 watt street light fitting including foundation G I Nat bolt with washer and smart pack, junction box with single pole MCB & terminal and as per explanatory note.

NS-58 (Stabilizer 5 KVA) Supply, installation, testing & commissioning of 5 KVA Air Conditioner stabilizer (working at min.110 V to Max.300) minimum 3stars rating, 220 V single phase complete in all respect as per site requirement NS-59 (Laying of HT cable) Laying shall be inconformity to IS 1255/1983 (Latest Version) and as per drawing approved by Railway and MS stand with clamp in Sub-station shall be painted with black paint. NS-60 (HT straight through Joint) Making of straight through joint, heat shrinkable type for 120 Sqmm, 3 core XLPE insulated 11 KV(E) aluminium conductor cable conforming to relevant IS(Latest Version) as per technical specification, with supply of jointing material including testing and commissioning NS-61 (ACB Panel 800A) 1 SCOPE OF WORK The medium voltage switch board cubical type shall be suitable for 3 phase 4 wire 415 volts 50 Hz AC solidly

earthed neutral, electric supply system complete with accessories, inter connections, GI earth and other accessories though not mentioned here but necessary to complete the supply in all respect.

2. PARTICULARS OF ELECTRIC SUPPLY SYSTEM 3 phase, 4 wire 415 volts 50 C/s AC solidly earthed neutral system. 3. TYPE OF SWITCH BOARD The switchboard shall be cubical type metal clad floor mounted freestanding dust and vermin proof, of

uniform height and of multi-tier construction so as to occupy minimum floor area. 4. DETAILS OF SWITCH BOARD The switchboard shall be manufactured 14 SWG thick CRCA sheet and base frame from MS Channel size

100x50x5 mm. The switchboard shall consist of a totally shrouded bus bar chamber with screwed covers (screws should remain with the covers when covers are removed for maintenance). Bus bars should be of high conductivity electrolytic copper suitable for electrical purpose and of uniform cross section having a rating of 1600 Amps. for main bus bars and 800 Amps. for neutral bus bar (Basis for bus bar size = 1000 Amps. / Sq.inch). LT panel board should be coated with anti-tracking varnish on inside the panel to ensure better insulating properties inside the cubicle.

Bus bars shall be suitably insulated with Heat shrinkable sleeves/ taped to withstand the test voltage of 2.5 KV. NOTE:

1. Bus bars are to provided in sections as per requirement for feeding essential/non-essential load as per drawing approved by Railways. All Incoming and Outgoing cable should be suitably earthed with cable glands, earthing studs, Wago type connector should be used for internal connections.

Page 141 of 147

Switchboard shall consist of: - 1. I) INCOMING ACB 4 POLE PANEL 800 AMPS.

Each panel shall consist of: - Air circuit breaker of 800 Amps. with CTR 400/5 Amp., 4 Pole, 415 Volts, 3 phase, 50 C/S AC horizontal draw out type manually operated, trip free, front operated, with ON/OFF indications. The breaker shall have minimum breaking capacity of 45 KA (RMS) symmetrical. The circuit breaker shall be fitted with CT operated micro processor based/Static trip unit (Industrial application type) for over load, short circuit and ground fault trip and shall be independently adjustable. ACB shall overall conform to IS 13947/ Pt.II /1993 (Latest Version). Flush mounted electronic intelligent panel Meter as per approved make should be provided on Incoming for measuring voltage, current, KWH,KW,PF etc having class I accuracy and clustered LED indication lights with protection fuses on each Incoming Panel.

B. OUTGOING ACB 4 POLE PANEL 800 AMPS. Each panel shall consist of: -

Air circuit breaker of 800 Amps. WITH CTR 400/5A, 4 Pole, 415 Volts, 3 phase, 50 C/S AC fixed type manually operated, trip free, front operated, with ON/OFF indications. The breaker shall have minimum breaking capacity of 45 KA (RMS) symmetrical. The circuit breaker shall be fitted with CT operated micro processor based trip unit (Industrial application type) for over load, short circuit and ground fault trip and shall be independently adjustable. ACB shall overall conform to IS 13947/ Pt.II /1993 (Latest Version).

C OUTGOING MCCB PANEL 250 &125 AMPS 4 POLE Each panel shall consist of: - Moulded Case Circuit Breaker with CTR, 4 Pole, 35 KA Breaking Capacity shall

have thermo-magnetic type release with adjustable protection for over load and short circuit and conforming to IS 13947/Pt.II/1993 (Latest Version). Rated short circuit breaking capacity (Ics= Icu) should not be less than 35 KA rms at 415 Volt 50 Hz AC. The MCCBs shall have spreader links and barriers as standard feature of manufacturer.

D. ACB BUS COUPLER 4 POLE 800 AMPS. (FIXED TYPE).

ACB Bus coupler 4 pole 800 Amp. (Fixed Type) overall conforming to IS: 13947/Pt.II/ 1993 (Latest Version). The circuit breaker shall have minimum breaking capacity of 45 kA (RMS) symmetrical.

E. Digital Ampere meter CT operated with selector switch and matching 3 phase 4 wire electronic KWH meter conforming IS 13779/IEC1036 (Similar to Nippen cat ref no EM 34L)to be provided for each outgoing panels conforming to relevant IS (Latest Version) having class I accuracy.

F. Incoming and outgoing feeder shall display the feeder name (printing).

5. STANDARD SPECIFICATION The equipments shall conform to latest addition of IS Specification including :

Measuring instruments shall have accuracy Class I. 6. FINISH Panel shall be finished with powder coating of approved colour thickness not less than 40 microns.

Page 142 of 147

7. TECHNICAL PARTICULARS Tenderer shall submit full description literature and technical particulars of the equipment offered. All

equipment/instruments should have test certificate of the recognized/NTH to confirm to relevant IS: Specification.

8. DRAWINGS General arrangement and wiring drawings shall be got approved by the successful tenderer before

manufacturing the panel. 9. DANGER NOTICE PLATES

‘Danger’ Notice plates shall be fixed on front and back panels conforming to IS: 2551/63.

10. PACKING & TRANSPORTATION. Complete LT Panel should be packed in such a way that there should not be any scratches on Panel during transportation.

11. TEST CERTIFICATES Original test certificates of all equipments/instruments shall be submitted along with the supply of panel board to the Inspecting Officer passes the LT panel board.

NS-62 (DG set 250 KVA) Diesel Engine shall conform to IS 10000/1980 (latest version), Alternator shall conform to IS 4722/1992 (latest version),AMF panel shall conform to IS 8623 (Pt I& Pt III)/1993 (latest version) with degree of protection IP 42 as per IS 2147/1962 ACB shall conform to IS 13947 (Pt I&II)/1993 (latest version),and N. Railway technical specification no.CEE/C/TKJ/NR-8 D.G Set shall be as per N. Railway technical specification no.87-Elect/P/94. NS-63 (LED Bulkhead) Supply fixing of LED Bulkhead fitting complete with lamp with glass cover rubber gasket and wire guard including fixing arrangement on pillar of catwalk as required at site as per approval of Railway including connections with twin core 14/0.0076" copper conductor cable testing and commissioning. NS-64 (Bus Bar) Provision of out door type distribution box complete with 4 nos Aluminium bus bars 250A capacity fabricated with 14 SWG MS sheet steel, dust and vermin proof ( Feeder pillar). NS-65 (Exhaust Fan 300mm) Supply fixing testing and commissioning of Fresh air fan 300 mm sweep, 900 RPM, 230 volts AC operated complete with polycarbonate blades and louvers, shutters etc. including grouting of MS bolts and nuts, as required as per site.

NS-66 (3 MVA Transformer) TECHNICAL SPECIFICATION FOR 3 MVA 33/11KV OUTDOOR TYPE DISTRIBUTION TRANSFORMER 1. The Transformer shall be double wound (copper) step down 3 Phase oil immersed core

type, (Mineral oil conforming to IS 335/1972 Latest Version), ONAN cooled, suitable for outdoor services and parallel operation with on load tap changer. The transformer shall conform to IS 2026/Part-I to IV (Latest Revision). The transformer shall be installed as per IS 10028/Part-II/1981 (Latest Version). The transformer shall be supplied with first filling of transformer oil.

2. The rating and other characteristic shall be as under:

Page 143 of 147

I. Maximum continuous rated capacity – 3 MVA. II. No. of Phases - 3

III. Frequency - 50 Hz IV. Rated Voltage:

(a) HV – 33 KV (b) LV – 11 LV

V. Connections: (a) HV – Delta (b) LV - Star

VI. On Load Tap Changer in high voltage side in steps of 1.25% (Range + 5% to 15%) VII. Vector Group - Dyn 11 3. ON LOAD TAP CHANGER (OLTC)

The transformer shall be capable of operation at rated KVA at any tap position provided the voltage variation is limited to 5% of the voltage corresponding to the tap.

4. LOSSES i) No load losses at rated voltage and frequency should be less than 4.5 KW with

IS tolerance. ii) Load losses at 3 MVA capacity at 75 C should be less than 30 KW with IS

tolerance. 5. IMPEDANCE

The percentage impedance voltage at 75 C shall be 7.15% with tolerance of 10% as per IS 2026/Pt. I to IV (Latest Version).

6. PROVISION OF ADDITIONAL FITTINGS (a) The transformers shall be provided with fittings as per Appendix-C as specified in IS

2026. (b) The following additional fittings shall be provided in addition to Appendix-C.

i. 100-mm dia Dial type thermometer. ii. Swivel type Rollers. iii. Explosion vent. iv. Buchholz Relay of double float type with electrical contacts. v. Oil temperature indicator with alarm and trip contacts. vi. Winding temperature indication should be with alarm and trip contacts. vii. Access windows for OLTC connections. viii. RTCC Panel with Automatic Voltage Regulating Relay. ix. Bottom mounting channel. x. Studs & pulling eyes in both direction. xi. Jacking Lugs. xii. Marshalling Jn. Box.

7. TESTS i) Routine Test: Routine Test as per clause 16.1.2 of IS 2026 (Part-I)/1977 (Latest Version)

will be witnessed at manufacturer works by inspecting officer to be nominated by Railway. ii) Type Test & Special Test : Copy of Test Certificates for Type Tests & Special Tests as

per IS 2026/Part-I/1977 (Latest Version) shall be successfully carried out on similar type of Transformers conforming to clause No. 16.1 shall be furnished to the Inspecting Officer. Certificates shall not be more then 5 years old.

8. TECHNICAL AND OTHER PARTICULARS TO BE FURNISHED BY THE TENDERER 8.1 Tenderer shall furnish the technical particulars of their offer in the form shown in Appendix

‘B’ of IS 2026/Part-I/1977 (Latest Version).

Page 144 of 147

(END OF SPECFICATION) Supplementary T&P to be supplied by the contractor (other than Group A & Group B items) and handed over to Railway engineer in-charge of the work for monitoring, inspection and execution of contract during the execution of work free of cost at work site.

Sr. No Description of Item UNIT QTY

Field office forsupervision of work 1 Contractor shall provide an All in one desktop computer

(7th Generation Intel® Core™ i5-7200U Processor (3M Cache, up to 3.10 GHz, Monitor23.8-inch FHD (1920 x 1080) Anti-Glare LED-Backlit Display with Wide Viewing Angle (IPS) )Memory 8GB Single Channel DDR4 2400MHz (8GBx1) Hard Drive1TB 5400 rpm Hard Drive Video Card NVIDIA® GeForce® 920MX with 2GB GDDR5 graphics memory Optical DriveTray load DVD Drive (Reads and Writes to DVD/CD) Wireless 802.11ac + Bluetooth, Dual Band 2.4&5 GHz, 1x1 Audio and Speakers Stereo speakers professionally tuned with Waves Maxx Audio® (Windows) Make : dell, hp, HCL) with accessories i.e. Keyboard, mouse, UPS etc along with one laser printer with scanner facilities min A4 size (hp, canon) for office working and maintenance of progress and

Job

01

Page 145 of 147

Section -III

SPECIAL DATA, DRAWINGS

Page 146 of 147

Section -IV

ALTERNATIVE PROPOSAL OF THE TENDERER

(DEVIATIONS)

Page 147 of 147

Section -V

TENDERER’S SCHEME OF WORK AND TIME SCHEDULE

(END OF THE TENDER DOCUMENT)