I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender...

206
Tender Document No. 287-SIG/C/TKJ/Tender/06/15 Hkkjr ljdkj mRrj js yos la ds r ,oa nw jla pkj (fuekZ .k ) Hkkx&I, II rFkk III fufonk iz i= dk;Z dk uke mRrj js yos es a fnYyh e.My ds s ubZ fnYyh & fryd fczt ds chp ika poh vkSj NBh ykbZu ds lEcU/k es a fryd fczt LVs'ku ij vkj vkj vkbZ flLVe gs rq vkmV Mks j ds cps gq, la dsr ,oa nw j la pkj ds dk;ks Z dks iw .kZ djus dh O;oLFkk djukA fufonk lw puk la [;k%&287&flx@lh@Vhds ts @fufonk@06@15 mi eq [; la ds r ,oa nw j la pkj vfHk;Urk@fuekZ .k mRrj js yos ] fryd fcz t] ubZ fnYyh&110002 fnuka d – 8.10.2015 iz fr la [;k %& ew Y;% #. 5000@& Mkd }kjk #. 5500@& Signature of the tenderer AESTE/C/TKJ 1/206

Transcript of I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender...

Page 1: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Hkkjr ljdkj mRrj jsyos

ladsr ,oa nwjlapkj (fuekZ.k) Hkkx&I, II rFkk III

fufonk izi= dk;Z dk uke

mRrj jsyos esa fnYyh e.My dss ubZ fnYyh & fryd fczt ds chp ikapoh vkSj NBh ykbZu ds lEcU/k esa fryd fczt LVs'ku ij vkj vkj vkbZ flLVe gsrq vkmV Mksj ds cps gq, ladsr ,oa nwj lapkj ds dk;ksZ dks iw.kZ djus dh O;oLFkk djukA

fufonk lwpuk la[;k%&287&flx@lh@Vhdsts@fufonk@06@15 mi eq[; ladsr ,oa nwj lapkj vfHk;[email protected] mRrj jsyos] fryd fczt] ubZ fnYyh&110002

fnukad – 8.10.2015

izfr la[;k %& ewY;% #. 5000@& Mkd }kjk #. 5500@&

Signature of the tenderer AESTE/C/TKJ 1/206

Page 2: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

GOVT.OF INDIA

{BHARAT SARKAR}

NORTHERN RAILWAY SIGNAL & TELECOMMUNICATION

(CONSTRUCTION)

VOLUME-I, II & III

TENDER DOCUMENT

FOR

“Provision of work of Balance Outdoor signaling and Telecom works for Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge of DLI division in Northern Railway”

Deputy Chief Signal & Telecomm Engineer/Const. Northern Railway, Tilak Bridge,

New Delhi

287-SIG/C/TKJ/Tender/06/15 Dated: 8.10.2015

PRICE: Rs. 5,000/-

COPY NO._________ By post:Rs. 5,500/-

Signature of the tenderer AESTE/C/TKJ 2/206

Page 3: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

TENDER DOCUMENTS INDEX

VOLUME-I 1. TENDER NOTICE 2. TOP SHEET 3. CHECK LIST 4. OFFER LETTER 5. SPECIAL CONDITION OF CONTRACT 6. INFORMATION REGARDING VARIOUS PARAS OF INSTRUCTIONS TO

TENDRERS OF CHAPTER-I VOLUME-II 7. INFORMATION REGARDING VARIOUS PARAS OF CONDITONS OF

CONTRACT CHAPTER-2 VOLUME-II ANN-A SCHEDULE OF RATES AND QUANTITIES ANN.B LIST OF MATERIAL TO BE SUPPLIED BY RAILWAY TO THE CONTRACTOR ANN.C LIST OF MATERIAL TO BE SUPPLIED BY CONTRACTOR ANN.D LIST OF DRAWINGS.

VOLUME-II 1 INSTRUCTIONS TO TENDERER 2. CONDITION OF CONTRACT Enclosure-1 TENDER CONDITIONS FOR SUPPLY OF CEMENT BY CONTRACTOR Form-1 AGREEMENT FOR WORKS Form-2 Performance Guarantee Bond FORM-3 ------ Form-4 STANDARD INDEMNITY BOND FOR ON ACCOUNT PAYMENT Form-5 ACKNOWLEDGE FOR RECEIVING MATERIALS FROM RLY Form-6 CERTIIFICATE FOR JOINT INSPECTION OF WORKS Form-7 FORMAT FOR BANK GUARANTEE (FOR ADVANCE TO THE CONTRACTOR) Form-8 QUALIFICATION EXPERIENCE Form-9 SYSTEM PERFORMANCE GUARANTEE Form-10 PERFORMA FOR STATEMENT OF DEVIATIONS Form-11 RECEIPT CERTIFICATE FOR SUPPLY ONLY Form-12 WORKS IN HAND Form-13 JOINT INSPECTION OF CABLE TRENCH AND PROTECTIVE WORKS From -14 DETAILS OF CONTRACTUAL PAYMENT RECEIVED IN LAST 3 FINANCIAL

YEARS AND CURRENT FINANCIAL YEAR Form- 15 ELECTRONIC CLEARING SERVICE- MODEL MANDATE FORM Ann.-K-1

FORMAT FOR JOINT VENTURE MEMORANDUM OF UNDETSTANDING/AGREEMENT

Signature of the tenderer AESTE/C/TKJ 3/206

Page 4: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

VOLUME-III

ENCL.1 TECHNICAL SPECIFICATIONS & INSTALLATION PARCTICES ENCL-1, SUPPLEMENT. STANDARD PRACTICES ANN.I TO ENCL-1 PERFORMA FOR INSULATION RESISTANCE TEST ANN.II TO ENCL-1 PERFORMA FOR LOOP RESISTANCE TEST ANN.III TO ENCL-1 METHOD TO FINDING OUT THE RESISTANCE OF AN EARTH

AND PERFORMA ENCL-2 LIST OF SIGNALLING MATERIALS WITH SPECIFICATIONS/

DRAWINGS NOS ANN-I TO ENCL-2 SPEC. OF DG SET APP. A TO ANN-I SPEC. OF DIESEL ENGINE APP.B TO ANN-I SPEC. OF ALTERNATOR APP.C TO ANN-I ALTERNATOR AND EXCITER PANEL APP.D TO ANN-I MAKES OF VARIOUS COMPONENTS ENCL-3 DATA LOGGER SPECIFICATION ENCL-4 LIST OF TOOLS & PLANTS ENCL-5 DRAWINGS APPLICABLE IN THIS TENDER

Signature of the tenderer AESTE/C/TKJ 4/206

Page 5: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

mRrj jsyos

fufonk lwpuk dk;kZy;

mi eq0 la0 ,oa nw0la0 vfHk@fu0 mRrj jsyos fryd fozt

ubZ fnYyh Hkkjr ds jk"Vªifr dh vksj ls mi eq[; ladsr ,oa nwj lapkj vfHk;[email protected] mRrj jsyos frydfczt] ubZ fnYyh }kjk fuEu fyf[kr dk;Z gsrq eqgjcUn [kqyh fufonk,a fu/kkZfjr QkeZ ij vkeaf=r dh tkrh gSA

uksV%& vxj fgUnh dh fufonk lwpuk esa dksbZ =qfV gks rks vaxzsth dh fufonk lwpuk lgh ekuh tk,xhA fufonk lwpuk la[;k u0-287&flx@lh@[email protected]@06@15 fnukad 08.10.2015 gjh flag jkor vf/k-vfHk;Urk@ladsr@fr-fczt] ubZ fnYyh d̀rs (mi-eq[;-ladsr ,oa nwj lapkj@vfHk;[email protected]@fr-fczt ]ubZ fnYyh ,oa Hkkjr ds jk"V~zifr dh vksj ls ( izfrfyfi CPRO/mRrj jsyos@,l-bZ jksM] ubZ fnYyh] vkSj jk"V~zh; jkt/kkuh {ks=] mRrj izns”k] gfj;k.kk] iatkc] jktLFkku] e/; izns”k ds fofHkUu izeq[k lekpkj i=ksa esa izdk”ku ds fy, nl Lis;j izfr;ka vkSj ,d izfr laiknd] Hkkjrh; jsy]Mkd u0 467 ckWDl if=dk esa izdk'ku ds fy, ubZ fnYyh dks Hkstk tk;Aykxr mijksDr dke djus ds fy, MsfcV fd;k tk;sxkA fofHkUu lekpkj i=ksa esa izdkf”kr foKkiu ds voyksdu ds fy, bl dk;kZy; dks fjdkMZ ds fy;s ewy izfrfyiha tYn ghs miyC/k djk;k tk;A

1 dk;Z dk uke yksdss’ku lfgr mRrj jsyos esa fnYyh e.My dss ubZ fnYyh & fryd fczt ds chp ikapoh vkSj NBh ykbZu ds lEcU/k esa fryd fczt LVs'ku ij vkj vkj vkbZ flLVe gsrq vkmV Mksj ds cps gq, ladsr ,oa nwj lapkj ds dk;ksZ dks iw.kZ djus dh O;oLFkk djukA

2 dk;Z iwjk djus dh vof/k 12 ekg& Lohd̀fr i= tkjh gksus dh frfFk lss

3 vkuqekfur ykxr : 181-15 yk[k

4 tek /kjksgj jkfs’k : 240580@& nks yk[k pkyhl gtkj ikWp lkS vLlh : ek=

5 fufonk dkxtkr tek djusa dh vfUre frfFk ,oa le; rFkk fufonk [kqyus dh frfFk ,oa le;

fnukad 18-11-2015 dks vijkag 15-00 cts rd eq0 la0 ,oa nwj lapkj@vfHk0@fu0 cM+kSnk gkml rFkk mi eq0 nwj0 lapkj vfHk0@fu0 fryd fczt] ubZ fnYyh ds dk;kZy; esa fufonk tek gksxh rFkk mlh fnu 15-30 cts nksuks dk;kZy;ksa esa ,d lkFk fufonk [kksyh tk;sxhA

6 fufonk dkxtkr [kjhnus gsrw dk;kZy; dk irk&

fufonk izi= eq[; ladsr ,oa nwj lapkj vfHk;[email protected]] mRrj jsyos cM+kSnk gkml ubZ fnYyh ;k mi eq[; ladsr ,oa nwj lapkj vfHk;[email protected]] mRrj jsyos fryd fczt ubZ fnYyh&110002 ds dk;kZy; ls 17-10-2015 ls 17-11-2015 le; 10-30 cts ls 15-00 cts rd [kjhnh tk ldrh gS ;k mijksDr frfFk;ksa rd jsyos dh fuEu csolkbV ls MkmuyksM fd tk ldrh gS & wwww.nr.indianrailways.gov.in ;k mijksDr dk;kZy;ksa ds uksfVl cksMZ ls ns[kk tk ldrk gSA

Signature of the tenderer AESTE/C/TKJ 5/206

Page 6: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Northern Railway TENDER NOTICE Office of DY.CSTE/C/TKJ Tilak Bridge Office New Delhi 110002 Dy.C.S.T.E./Const./C/TKJ, N.Rly., Tilak Bridge office, New Delhi for and on behalf of President of India invites sealed “OPEN TENDER” on prescribed forms for the under noted work:-

1 Name of work with its location

“Provision of work of Balance Outdoor signaling and Telecom works for Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge of DLI division in Northern Railway”

2 Completion period 12 months from the date of issue of Letter of acceptance.

3 Approximate cost of work

Rs. 181.15 lacs.

4 Earnest money to be deposited

Rs. 240580@- (Rupees Two Lac forty thousand five hundred eighty only).

5 Date & time for submission of tender and opening of tender

Tenders will be received in the office of CSTE/Const, N.Rly.,Baroda House, New Delhi and Dy.CSTE/Const, Tilak Bridge office, New Delhi on 18.11.2015 upto 15.00 hrs. and will be opened on same date at 15.30 hrs simultaneously in both offices.

6 Address from where the tender form can be purchased

Tender document can be purchased from above offices from 17.10.2015 to 17.11.2015 from 10.30 hrs to 15.00 hrs or can be downloaded from www.nr.indianrailways.gov.in during this period. The detailed tender notice is also available on this web site or can also be seen on the notice board of the above offices.

TENDER NOTICE No-287-SIG/C/TKJ/Tender/06/15 Dated- 08.10.2015

(HARI SINGH RAWAT)

E.S.T.E./C/TKJ/NDLS For DY.CSTE./Const./TKJ/NDLS

For and on behalf of President of India Copy to: -

• The CPRO/NR/SE Road, New Delhi along with 10(Ten) spare copies for publication in various leading newspapers of Delhi & NCR, U.P., Haryana, Punjab, M.P. & Rajasthan. One copy may please be sent to the Editor, Indian Railways, Post Box No.467, New Delhi for publication in the magazine. The cost may be debited to aforesaid work. Original advertisement published in the various newspapers may please be sent to this office for perusal and record as soon as these are available.

Signature of the tenderer AESTE/C/TKJ 6/206

Page 7: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Northern Railway TENDER NOTICE.

Office of

DY.CSTE/C/TKJ, TILAK BRIDGE,

New Delhi 110002

Dy.C.S.T.E. /Const./TKJ N.Rly., New Delhi for & on behalf of the ‘President of India’ invites sealed “OPEN TENDERS” on prescribed forms for the under noted works:- S. no

Name of work. Approx.cost/ Earnest money

Similar nature of work/ Period of completion

Availability of documents/ cost of tender document.

1. “Provision of work of Balance Outdoor signaling and Telecom works for Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge of DLI division in Northern Railway

Approx.cost Rs.181.15 lacs. EMD Rs.240580@-

Design, Supply, Installation and Commissioning of Automatic Signalling/ Panel interlocking /route Relay Interlocking/ Electronic Interlocking OR Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Interlocking/ End Cabin/ Central Cabin OR Indoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin OR Indoor & Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin Period of completion- 12months

17.10.2015 to 17.11.2015 5000/- per set by hand & 5500/- per set by post.

TENDER WITHOUT EARNEST MONEY WILL BE SUMMARILY REJECTED 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.

Signature of the tenderer AESTE/C/TKJ 7/206

Page 8: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

“As a proof of Sufficient financial capacity and organizational resources, contractor should have received the total payments against satisfactory execution of all 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 tender) of a value not less than 150% of the advertised cost of work from Government/Semi-Government organizations”. Validity of Offer:-90 days from the date of opening of tender. Submission of Tender Documents & opening: The tenders will be received in the office of CSTE/Const, N.Rly., Baroda House, New Delhi or in the office of Dy.CSTE/C/TKJ, Northern Railway, Tilak Bridge, New Delhi upto 15.00 hrs on 18.11.2015 and will be opened on same day at 15.30 hrs. Further particulars and tender forms can be had from the office of CSTE/Const, N.Rly, Baroda House, New Delhi or from the office of Dy. CSTE/C/TKJ, Northern Railway, Tilak Bridge, New Delhi. The cost of the tender documents is non refundable and tender document is not transferable. Request for tender by post must accompany demand draft of required cost as mentioned above in favour of FA&CAO/Const, Northern Railway, Kashmere Gate, Delhi -6. Tenders duly sealed in the prescribed manner can also be sent through registered post so as to reach in these offices not later than date and time specified above. Any tender received after the specified date/time is liable to be rejected. Consortiums/MOUs/Partnership Firms shall be considered in accordance with approved tender conditions”. Tender notice is also available on www.nr.indianrailways.gov.in Tender document will be available on www.nr.indianrailways.gov.in from the date of sale of tender papers. TENDER NOTICE No.287-Sig/C/TKJ/Tender/06/15 Dated 8.10.2015 (HARI SINGH RAWAT)

ESTE/C/TKJ For Dy.C.S.T.E./Const./TKJ

For and on behalf of President of India Copy to: - 1) CPRO/NR/ SE Road, New Delhi for information and necessary action. 2) FA&CAO/C, Northern Railway, K.gate, Delhi who is requested to depute accordingly two

members from Accounts to witness the opening of the above tender, one member in the office of CSTE/C, Baroda House, New Delhi & another member in the office of Dy.CSTE/C/N. Rly. Tilak Bridge, New Delhi.

3) Divisional Cashier, Northern Railway, Baroda House, New Delhi. 4) Secy. to CAO/C, K. Gate, Delhi for information to CAO/C. 5) CSTE/C, Baroda House, New Delhi for information. 6) Chief Cashier & Pay Master, N.Rly, New Delhi. 7) Audit Officer/Const, N.Rly, K.Gate, Delhi. 8) DY.CSTE/C/PS N.Rly, New Delhi & DY.CSTE/C/CW N.Rly, New Delhi for putting on

notice board. 9) Chief Engineer/Const/East, N.Rly, Kashmere Gate, Delhi. 10) DRM, Northern Railway, Hazratganj, Lucknow.

Signature of the tenderer AESTE/C/TKJ 8/206

Page 9: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

mRrj jsyos izFke “kqf}i=

dk;kZy; mi eq0 la0 ,oa nw0la0 vfHk@fu0

mRrj jsyos fryd fozt ubZ fnYyh

fufonk lwpuk la0&287&flx@lh@Vh-ds-ts@fufonk@06@15 fnukad 08-10-2015 Hkkjr ds jk"Vªifr dh vksj ls vf/k-vfHk;Urk@ladsr@fr-fczt] ubZ fnYyh] }kjk mRrj jsyos esa fnYyh e.My dss ubZ fnYyh & fryd fczt ds chp ikapoh vkSj NBh ykbZu ds lEcU/k esa fryd fczt LVs'ku ij vkj vkj vkbZ flLVe gsrq vkmV Mksj ds cps gq, ladsr ,oa nwj lapkj ds dk;ksZ dks iw.kZ djus dh O;oLFkk djus gsrq eqgjcUn [kqyh fufonk,a fu/kkZfjr QkeZ ij vkeaf=r dh Fkh tks fd 18-11-2015 dks 15-30 cts [kksyh tkuh Fkh bl dk;Z dks iqjk djus dh vof/k ckjg eghus ds LFkku ij N% eghus i<+h tk,A vU; fu;e ,oa “krsZ iwoZ fufonk lwpuk ds vuqlkj ;Fkkor jgsxhA uksV%& vxj fgUnh dh “kqf}i= esa dksbZ =qfV gks rks vaxzsth dh “kqf}i= lgh ekuh tk,xhA fufonk lwpuk la[;k u0-287&flx@lh@[email protected]@06@15 fnukad 12.10.2015 gjh flag jkor vf/k-vfHk;Urk@ladsr@fr-fczt] ubZ fnYyh ]ubZ fnYyh ,oa Hkkjr ds jk"V~zifr dh vksj ls ( izfrfyfi CPRO/mRrj jsyos@,l-bZ jksM] ubZ fnYyh] vkSj jk"V~zh; jkt/kkuh {ks=] mRrj izns”k] gfj;k.kk] iatkc] jktLFkku] e/; izns”k ds fofHkUu izeq[k lekpkj i=ksa esa izdk”ku ds fy, nl Lis;j izfr;ka vkSj ,d izfr laiknd] Hkkjrh; jsy]Mkd u0 467 ckWDl if=dk esa izdk'ku ds fy, ubZ fnYyh dks Hkstk tk;Aykxr mijksDr dke djus ds fy, MsfcV fd;k tk;sxkA fofHkUu lekpkj i=ksa esa izdkf”kr foKkiu ds voyksdu ds fy, bl dk;kZy; dks fjdkMZ ds fy;s ewy izfrfyiha tYn ghs miyC/k djk;k tk;A

Signature of the tenderer AESTE/C/TKJ 9/206

Page 10: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Northern Railway Office of

DY.CSTE/C/TKJ Tilak Bridge Office

New Delhi 110002 Corrigendum no.1

TENDER NOTICE No-287-SIG/C/TKJ/Tender/06/15 Dated 08.10.2015 The ESTE/Const., Northern Railway Tilak Bridge, New Delhi invited sealed open tender for the work of “Provision of work of Balance Outdoor signaling and Telecom works for Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge” of DLI division in Northern Railway schedule to be opened on 18.11.2015 at 15.30 hrs. & completion period of the work is read 06 (six) months instead of 12 (twelve) months. All other terms and conditions of the original tender notice will remain un-altered. NOT TO BE PUBLISHED No-287-SIG/C/TKJ/Tender/06/15 Dated 12.10.2015

(HARI SINGH RAWAT) E.S.T.E./C/TKJ/NDLS

For and on behalf of President of India

Copy to: - 1) The CPRO/NR/ SE Road, New Delhi in 5(five) spare copies for publication in various

leading newspapers of Delhi & NCR, U.P., Haryana, Punjab, M.P. & Rajasthan. One copy may please be sent to the Editor, Indian Railways, Post Box No.467, New Delhi for publication in the magazine.

2) FA&CAO/C, Northern Railway, K.gate, Delhi who is requested to depute accordingly two members from Accounts to witness the opening of the above tender, one member in the office of CSTE/C, Baroda House, New Delhi & another member in the office of Dy.CSTE/C/N. Rly. Tilak Bridge, New Delhi.

3) Divisional Cashier, Northern Railway, Baroda House, New Delhi. 4) Secy. to CAO/C, K. Gate, Delhi for information to CAO/C. 5) CSTE/C, Baroda House, New Delhi for information. 6) Chief Cashier & Pay Master, N.Rly, New Delhi. 7) Audit Officer/Const, N.Rly, K.Gate, Delhi. 8) DY.CSTE/C/PS N.Rly, New Delhi & DY.CSTE/C/CW N.Rly, New Delhi for putting on

notice board. 9) Chief Engineer/Const/East, N.Rly, Kashmere Gate, Delhi. 10) DRM, Northern Railway, Hazratganj, Lucknow.

Signature of the tenderer AESTE/C/TKJ 10/206

Page 11: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

VOLUME-I

• Preamble along with Schedule of Work and Annexure etc.

• Special Conditions of Contract

• Information regarding various paras of Vol-II

Signature of the tenderer AESTE/C/TKJ 11/206

Page 12: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

TOP SHEET (1)

(A) Details to be filled in by Railway:

1. Tender Notice No: Tender Notice No. 287-SIG/C/TKJ/Tender/06/15

2. Full Name of work: “Provision of work of Balance Outdoor signaling and Telecom works for Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge of DLI division in Northern Railway”

3. Approximate cost: Rs. 181.15 lacs 4. Completion Period: 6 months from the date of issue of L.O.A. 5. Earnest Money Amount: Rs.240580/- (Rupees Two lacs forty thousand five

hundred and eighty only) 6. Last Date/Time of receipt of

Tenders: 18.11.2015 up to 15.00 hrs

7. Date & Time of opening of tender: Time of submission: upto 15.00 hrs. on 18.11.2015 and will be opened at 15.30 hrs.

8. Name and address of Tenderer to whom the tender was sold (if purchased from office)

(Signatures of authorised Railway official)

Signature of the tenderer AESTE/C/TKJ 12/206

Page 13: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

TOP SHEET (2)

(B) 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 / Company / JV / Society

2. Full Name of Sole Proprietorship 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. Name 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 “Spl. tender condition &

instruction to tenderers”, as per which the tenderer must submit along with tender, the documents mentioned therein pertaining to constitution of firm/concern.

(ii) Special attention of tenders is drawn to clause 2.1 & 2.6 of “Spl tender condition & instruction to tenders” as per which they should submit the requisite documents along with tender pertaining to their technical & financial eligibility.

Signatures of Tenderer

Name of Signatory: _____________

Signature of the tenderer AESTE/C/TKJ 13/206

Page 14: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

CHECK LIST

1 Have you purchased the Tender Document? Yes / No

2. Have you submitted Earnest Money? Yes/ No

3 Have you furnished documents testifying to previous experience and financial status?

Yes/ No

4. Have you furnished the constitution of the firm duly attested & the power of Attorney?

Yes/ No

5 Have you furnished the documents as required under Para - 2 “Instructions to Tenderers”.

Yes/ No

6 Have you gone through, qualification criteria and given details for each of the items?

Yes/ No

7 Have you enclosed bar chart / pert chart along with your tender indicating the completion period of various activities and noted to complete the work as per the completion period defined?

Yes/ No

8 Have you submitted - a) Load calculations for arriving at the basis of power equipments ratings offered?

Yes/ No

b) Power supply scheme? Yes/ No

SIGNATURE & SEAL OF THE

MANUFACTURER / TENDERER

Signature of the tenderer AESTE/C/TKJ 14/206

Page 15: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

OFFER LETTER THE PRESIDENT OF INDIA ACTING THROUGH CHIEF SIG & TELECOM ENGR. (CONST.), NORTHERN RAILWAY, BARODA HOUSE, NEW DELHI. 1. I/WE have read the various conditions to tender

attached here to and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of My/Our Earnest Money. I/We offer to do subject work “Provision of work of Balance Outdoor signaling and Telecom works for Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge of DLI division in Northern Railway” at the rates quoted in the attached schedule and here by bind myself/ourselves to complete the work in all respects within 6 (Six) month from the date of issue of letter of acceptance of the tender.

2. I /We also hereby agree to abide by the General Condition of Contract-1999 corrected up

to printed/advance correction slip and to carry out the work according to the Special Conditions of Contract and specifications for material and works as laid down by the Railway in the annexed Special Conditions/Specifications and the Northern Railway Works Hand Book corrected up to printed/advance correction slip, for Schedule of Rates corrected up to printed/advance correction for the present contract.

3. A sum of Rs.240580/- (Rupees Two lacs forty thousand five hundred and eighty only) i.e. (a) 2% for works estimated to cost up to 1 crore and (b) for works estimated to cost more than Rs.1 crore, Rs. 2 lakhs plus ½ % (half percent) of the excess of the estimated cost beyond Rs.1 crore, subject to a maximum of Rs.1 crore, rounded off to nearest Rs.Ten as indicated in tender notice is herewith forwarded as earnest money. The full value of the earnest money deposit (EMD) and other dues shall stand forfeited without prejudice to any other rights of remedies is 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 Northern Railway during a period of 90 (Ninety) days from the date of opening of the tender and;

d) I/We do not submit Performance Guarantee (PG) in any of the form as prescribed in clause 2.2.4 of “Special tender conditions and instructions to tenderers” amounting to 5% of contract value as per the Performa 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

Signature of the tenderer AESTE/C/TKJ 15/206

Page 16: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

and 60 days from the date of issue of LOA. I/We shall also be debarred from participating in re-tender for 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 also 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 days. Further, 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.

4. The amount of Earnest Money in the form of cash lodged with Chief Cashier, Northern Railway, New Delhi vide Cash Receipt No. Dated_______ or deposited in the form of Banker’s Cheques/ Demand Drafts, is attached. 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 modifications, as may be mutually agreed to between us, and indicated in the letter of acceptance of my/our offer for this work.

Signature of Tenderer/s

Address of the Tenderer/S

Dated:

Signature of witnesses

1. ----------------------------------------- ----------------------------------------- -----------------------------------------

2. ------------------------------------------- ------------------------------------------- -------------------------------------------

Signature of the tenderer AESTE/C/TKJ 16/206

Page 17: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

SPECIAL CONDITIONS OF CONTRACT

Signature of the tenderer AESTE/C/TKJ 17/206

Page 18: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

SPECIAL CONDITIONS OF CONTRACT 1. NAME OF WORK:

2. “Provision of work of Balance Outdoor signaling and Telecom works for Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge of DLI division in Northern Railway”

SCOPE OF WORK FOR THE TENDERER: The scope of work involves following activities.

2.1 Design of detailed Circuit Diagrams and other related drawings as per Signal Interlocking Plans for “Provision of work of Balance Outdoor signaling and Telecom works for Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge of DLI division in Northern Railway”. The circuit design/modification to existing circuit shall be as per specification no. IRS-S36-87 or latest and match with 25 KV AC Railway Electrification requirements. The circuit design should take care of providing special potential free contract of all vital relays. It includes laying of signaling cables, provision of point machines, track circuits, erection of signals, erection of location boxes and associated wiring, testing and commissioning of signaling system.

(The scope is not exhaustive. For full details please refer to the schedule)

2.2 Trenching and laying of cables in station area and in block section mainly along the track and involving track crossing & road crossing, as per standard practices, with bricks, RCC pipes, perforated GI pipes, HDPE pipes with provision of, cable markers etc and terminating the cables at appropriate places.

2.3 Making RCC foundations for signals, apparatus cases, wiring of Signals & necessary wiring in apparatus cases.

2.4 Supply of the material as mentioned in the tender schedule. 2.5 Installation and commissioning of signals and screen on signals, DG sets. 2.6 Provision of insulators in existing EPD. 2.7 Provision of earthing at location box, signal, lever frame, LC gate and indoor S&T

equipments 2.8 Modification of existing block working along with provision of filter unit and block bell etc.

to suit 25 KV RE. 2.9 Provision of telecommunication facility of emergency control phone/ TPC at station, SP,

SSP, TSS, Tower wagon shed and OHE depot. 2.10. Dismantling of signaling material from old relay room, equipment & battery room and

depositing the dismantled material in the store of SSE/C/SIG/Store, Tilak Bridge New Delhi or any other store of Northern Railway as per site engineer.

2.11 Part supply of necessary signaling and telecom materials 2.12. Testing of all indoor and outdoor terminated cables and other associated activities, as per

SIP of station/s. including block working with adjacent stns.

(The scope is not exhaustive. For full details please refer to the schedule.) 2.14 AFTER COMMISSIONING

Signature of the tenderer AESTE/C/TKJ 18/206

Page 19: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(i) Supply of 6 copies of completion set of Documents mentioned in 2.1 on superior

quality paper, laminated, properly bound in steel clip jaw file with cushioned cover.

(ii) Software back up of complete set in the form of CDs. (iii) One complete set of tracing of new circuits properly put up in lamination,

properly bound in steel clip jaw file with cushioned cover. (iv) Design through CAD of new circuits. (v) Drawing in A3 size & plans in bigger size. (The scope is not exhaustive. For full details, please refer to the schedule & Ann. IV of Vol.III) Note:-The contractor shall submit along with his tender document a tentative scheme as to how the tendered work will be executed by him in the time frame.

3. WORK TO BE DONE BY RAILWAYS 3.1 Supply of materials as mentioned in Annexure-B of Volume-I, of the tender document.

3.2 Supply of Approved SIP. 3.3 The building consisting of Relay Rooms/ Relay Huts, Equipment Rooms, etc. shall be

made available by Railways. 3.4 Any other item, which is not covered by the schedule and not required to be supplied by

the Contractor.

4. COMPLETION PERIOD 4.1 Time is the essence of the contract. The entire work under the tender shall have to be

commissioned within Six months from the date of issue of acceptance letter. Item/location wise priority for the work to be executed by the contractor shall be given by the Engineer-in-charge.

4.2 The contractor immediately with in a week's time on acceptance of the tender shall submit the detailed PERT chart & Bar chart week wise indicating the various outdoor and indoor activities separately to achieve the target for completion of the entire work within Six months as per his own assessment on the following performa:

S. No.

Activity Qty. Start date Completion date

Remarks (constraints if any)

1. Trenching

2. Cable laying

3. Foundations of signals, locations, gates, K-points etc.

4. Supply of outdoor complete materials i.e. signals, locations, gates, K-Points, rodding

Signature of the tenderer AESTE/C/TKJ 19/206

Page 20: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

etc.

5. Erection of above items

6. Fitting of Point machines

7. Cable termination (indoor & outdoor)

8. Location wiring

9. Erection of relay/CT racks & fittings

10. Supply & installation of DG sets

11. Supply of ST/PD/WD on the basis of approved S-IP

12. Complete indoor/ relay hut wiring (except panel)

13. Telecom cable trenching

14 Telecom cable laying

15. Telecom cable jointing and sockets

16. Testing & commissioning.

5. RAILWAY OFFICERS AND ADRESSES: The list of addresses to which correspondence and document relating to the contract should be sent are as under: -

5.1 FOR ALL POLICY CONTRACTUAL AND COMMERCIAL MATTERS:

• Prior to award of the contract: - Dy. Chief Signal & Telecommunication Engineer/C/TKJ, N. Rly, Tilak Bridge, New Delhi.

• After the award of the contract: - Dy. Chief Signal & Telecommunication Engineer/C/ TKJ, N. Rly, Tilak Bridge, New Delhi. /Asstt. Executive Signal & Telecommunication Engineer/C/ TKJ, N. Rly, Tilak Bridge, New Delhi.

5.2 For security deposit – Same as ‘5.1’ above.

5.3 For matters relating to approval of design of the system - Same as ‘5.1’ above. 5.4 Matters relating to progress of field work - Same as ‘5.1’ above.

5.5 Bill passing authority - Same as ‘5.1’ above. 5.6 Bill paying authority - FA& CAO/C, Northern Railway, Kashmere Gate Delhi

6. QUALIFICATION CRITERIA: 6.1 Qualification Criteria for the above work is mentioned in Clause 2.6 of Chapter-1,

Instructions to the tenderers Volume - II. Meaning of similar works for this tender is

Signature of the tenderer AESTE/C/TKJ 20/206

Page 21: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Successful completion of: Design, Supply, Installation and Commissioning of Automatic Signalling/ Panel interlocking /route Relay Interlocking/ Electronic Interlocking

OR Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Interlocking/ End Cabin/ Central Cabin

OR Indoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin

OR Indoor & Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin 7. ACCEPTANCE OF TENDERS

If the tenderer(s) deliberately gives a wrong information/whose Credentials/ documents in his/their tenders and thereby create(s) circumstances for acceptance of his/their tender, Railway reserves the right to reject such tender at any stage, besides, shall suspend the Business for One Year with that tenderer.

8. SCHEDULE OF ITEMS & QUANTITIES: The schedule of items & quantities is given as Annexure –“A" in Vol. - I.

i. Total no of schedules - One ii. Schedules based on SOR - Nil Iii Schedules based on NON-SOR - All items

9. MATERIAL TO BE SUPPLIED BY RAILWAYS: 9.1 List of the materials to be supplied by the Railways is as given in Annexure – B of

Volume-I of Tender Document. The materials required by the Contractor from Railways as per schedule shall be supplied from the store of Senior Section Engineer/Sig/C/Tilak Bridge or from any other stores/work shop over Northern Railway. In exceptional cases, material may be supplied from other than depot mentioned above.

10. MATERIAL TO BE SUPPLIED BY THE CONTRACTOR: List of the materials to be supplied by the Contractor is as given in Annexure-C of Volume-I of Tender Document. The material by the contractor shall be supplied to SSE/Sig/C/TKJ, and will be further transported to site by the contractor as required OR at site as per instructions of site in-charge.

11. In terms of the Clause 32 of GCC of May 99, the materials & plants brought by the contractor on the site or land occupied by the contractor in c/w the works and intended to be used for execution thereof shall immediately, as they are brought upon the sites of this said land be deemed to be the property of the Railway. Vehicles, equipments, plant and machinery of the contractor can be deployed/used by the Railway administration at their

Signature of the tenderer AESTE/C/TKJ 21/206

Page 22: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

discretion in case of accident, natural calamities involving human lives, breaches, stoppage of train operations or any contingencies, which requires such requisitioning as essential. The decision in this regards of the Engineer In charge or his superiors i.e. Assistant executive Engineer/ Executive Engineer/ Dy. Chief Signal and Telecomm Engineer etc. shall be final and beyond the ambit of arbitration clauses i.e. exception to arbitration clauses.

a) In terms of the clause no. 2.5.6 tenderer is required to submit the list of equipment, machinery, construction tool and plant available/deployed at site. The successful tenderer on receipt of acceptance letter and conveying their consent, shall submit name, address, telephone number, fax number/E-Mail address of the persons to be contacted for requisitioning the above item as detailed in clause 12 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.

b) The manpower, consumable items and maintenance of the above tools & plants when requisitioned shall be the responsibility of the tenderer/contractor so that the equipments, machinery, tools & plants shall be available for effective utilization at the accident sites, natural calamities, breaches sites etc.

c) 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 (i) 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 the annual hire charges of total

of (i) to (iii) above by 365, which shall be the assumed number of working days in year for this purpose. These hire charges will be payable from the day the plant is handed over to the Railway to date on which it is returned to the contractor by Railway.

v) The contractor manpower charges shall be payable @ minimum wages as notified by the State Govt./Local bodies/Labour deptt. As the case may be for highly skilled, semi skilled, personal drafted for operating the plant and machinery.

vi) The payments for the fuel cost shall be paid on the basis of the actual expenditure incurred by the contractor for purchases+10% contractor’s profit thereof, which will be the payments towards his miscellaneous expenses too.

Signature of the tenderer AESTE/C/TKJ 22/206

Page 23: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

12. ANNEXURE TO THE SCHEDULES SPECIFICATION & DRAWING The specification & drawings are mentioned in the item of the schedule in brief and details of specifications of the items are mentioned in the Volume-III. Drawings indicated in the schedule are enclosed with the tender as Encl. 5 of Vol.III.

13. RELEASED MATERIALS: 13.1 The materials released if any on account of installation of new gears/equipments shall be

returned to the store of SSE/Sig/C/TKJ or to the Store Depot of Northern Railway, as per instruction of site Engineer by the contractor at his own expenses.

13.2 A joint survey is required to be done with Railway’s representative and report must be submitted to the controlling officer in duplicate before dismantling work is taken in hand.

13.3 Unless or otherwise specified, the rates covers the cost of tools and plants, ladders, scaffoldings and all other equipments required for dismantling.

13.4 Unless otherwise specified, the rates includes leading of material up to the store of SSE/Sig/C/TKJ and/or Dy. CMM/Shakurbasti, the Store Depot of Northern Railway, stacking dismantled material in the store as required item wise.

14. “JVs/Consortiums/MOU shall be considered only where permissible in the tender

conditions. 15. SPECIAL SITE CONDITION: The signaling works shall be carried out under train

running conditions in the busy main line & working yards taking care that the existing working cables and other safety gears are not damaged during the trenching and laying of new cables. Further, new work is required to be carried out keeping the existing gears intact till non-interlocking of the yards and ensuring safety of manpower and running of trains safely. Submission/acceptance of disconnection memo and non-interlocking of the yard without effecting the punctuality and overall safety of the traveling public are also to be taken into account. Extra safety precautions shall, therefore, have to be taken during execution of this work.

“The contractor shall employ the following technical staff during the execution of this work:

(a) One qualified Graduate engineer when the cost of the work to be executed is Rs. 200 lakhs and above and

(b) One qualified Diploma holder Engineer when the cost of the work to be executed is more than Rs. 25 lakhs, but less than Rs.200 lakhs.

Technical staff should be available at the site where required by the Engineer-in-charge to take instructions.

Further in case the contractor fails to employ the Qualified Engineer, as aforesaid, he shall be liable to pay an amount of Rs.40,000/-(for graduate engineer ) and Rs.25,000/-(for diploma holder engineer) for each month or part thereof for the default period for the provisions, as contained in Para (a) and (b) above respectively. The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the contractor shall be final and binding on the contractor.”

Signature of the tenderer AESTE/C/TKJ 23/206

Page 24: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

16. All Indoor & Outdoor circuits shall be designed and work shall be executed to suit RE area. All the material to be supplied by the contractor should also conform to suit the RE area. Wherever any RDSO spec. /drg. are mentioned it automatically includes “with latest amendment/ revision” whether specifically mentioned or not in the schedule of works.

17 “All payments in respect of the contract during the currency of the contract shall be made through National Electronic Fund Transfer (NEFT) or Real Time Gross Saving (RTGS) The successful tenderer on award of contract must submit RTGS/NEFT Mandate Form complete in all respects as per FORM 15 of the tenderer document. However, if the facility of RTGS/NEFT is not available at a particular location, the payments shall be made by cheque”. In such cases the successful tenderer on award of contract will have to furnish contractor’s Bank Account Number and Name of bank against which all payments in respect of the contract during the currency if the contract shall be made”.

Signature of the tenderer AESTE/C/TKJ 24/206

Page 25: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

INFORMATION REGARDING PARAS OF INSTRUCTIONS TO TENDERERS CHAPTER-1 VOLUME–II

1. Para 1.1 Sale of Tender forms (date)

Tender documents can be obtained from the office of Chief Signal & Telecom Engineer/C/Northern Railway, Baroda House, New Delhi or Dy. Chief Signal & Telecomm. Engr./C/TKJ, Northern Railway, Tilak Bridge, New Delhi from any working day between 10.30 hrs. to 15.00 hrs from 17.10.2015 to 17.11.2015

Para 1.1(a): Cost of Tender documents

Tender documents are available on Northern Railway website i.e. www.nr.indianrailways.gov.in and the same can be down loaded and used as tender document for submitting the offer. This facility is available free of cost. However the cost of Tender document will have to be deposited by the tenderer in the form of a bank draft payable in favour of FA&CAO/C, Northern Railway, Kashmere Gate, Delhi along with the tender document. This should be paid separately and not included in the earnest money. In case tender is not accompanied, with the cost of the tender document as detailed above, tender will be summarily rejected.

Para 1.1(b): -Applicable for tender documents down loaded from Internet. Tenderers are free to download tender documents at their own risk and cost for the purpose of perusal as well as for using the same as tender document for submitting their offer. Master copy of the tender document will be available in the office of Dy. Chief Signal & Telecomm. Engr./C/TKJ, Northern Railway, Tilak Bridge New Delhi. 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. Chief Signal & Telecomm. Engr./C/TKJ, Northern Railway, Tilak Bridge, New Delhi and not based on the tender documents submitted by the tenderer. In case any discrepancy between the tender documents down loaded from Internet and the master copy, later shall prevail and will be binding on tenderers. No claim on this account will be entertained.

2. Para 1.3 Submission of tenders (Date & Time):

Complete offers, as single packet system shall be submitted so as to reach not later than 15.00 hrs on 18.11.2015 in the office of CSTE/C, Baroda House, New Delhi or Dy. Chief Signal & Telecomm. Engr./C/TKJ, Northern Railway, Tilak Bridge New Delhi.

3. Para 1.4. Opening of tenders (Date & Time):

Tenders in case of single packet system on percentage basis shall be opened at 15.30 hrs on 18.11.2015 in the office of CSTE/C, Baroda House, New Delhi and Dy. Chief Signal & Telecomm. Engr./C/TKJ, Northern Railway, Tilak Bridge New Delhi.

Signature of the tenderer AESTE/C/TKJ 25/206

Page 26: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

4. Para 1.5. Validity of offer: Offer shall be kept valid for 90 days from the date of opening of the tender and further extendable if required on advise of Railway.

5. Para 2.2.1 Earnest Money:

Tender must be accompanied by a sum of Rs. Rs.240580/- (Rupees Two lacs forty thousand five hundred and eighty only) as Earnest Money

5.1 Para 2.2.2 Earnest Money: The Earnest money of the requisite amount is required to be deposited either in cash with the Chief Cashier, Northern Railway, Delhi or in other forms as indicated in Vol-II:

5.2 Para 2.2.2 (a), (b) Earnest Money:

i) Banker’s Cheques/ Demand Drafts executed by State Bank of India or any of the Nationalized Banks or by a scheduled Bank.

ii) The railway cash deposit receipts having a mention of the firm/ individual who has deposited the cash deposit receipt or the Bankers Cheques/ Demand Drafts as mentioned above, as the case may be is to be attached with the tender, failing which tender will be summarily rejected.

iii) The above instruments must bear an endorsement from the authority issuing such

Banker’s Cheques/Demand Draft that received from M/s / Shri ________& in favour of FA & CAO/C or Dy. FA & CAO/Const., Northern Railway, Kashmere Gate, Delhi.

NOTE

1. Tenders submitted with Earnest Money in any form other than those specified above shall not be considered.

2. Any request for recovery from outstanding bills for Earnest Money against present tender will not, under any circumstances is entertained.

3. No interest will be payable upon the earnest money and Security Deposit or amounts payable to the contractor under the contract.

5.3 Para 2.6.2 - The similar work in this case would mean Similar work for this tender are as:- Successful completion of : Design, Supply, Installation and Commissioning of Automatic Signalling/ Panel interlocking /route Relay Interlocking/ Electronic Interlocking

OR Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Interlocking/ End Cabin/ Central Cabin

OR

Signature of the tenderer AESTE/C/TKJ 26/206

Page 27: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Indoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin

OR Indoor & Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin 5.4 Para 2.4 (d) & (e) JVs/Consortiums/MOU shall not be considered in this tender. 6.0 INFORMATION REGARDING VARIOUS PARAS OF CONDITIONS OF

CONTRACT CHAPTER-2 VOLUME-II.

Para 21.1 Supply of materials: All the required materials to be supplied by Railways for execution of the work shall be made available to the Contractor at the store of Sr. Section Engineer/Sig./C/TKJ. In exceptional cases, the materials may by supplied from any other store depot of N. Rly. without any extra transportation charge payable to contractor over and above than as mentioned in the schedule of work. These materials are to be transported to the site of work by Contractor and balance material including released materials after completion of work, if any, shall also be transported back to the store of Sr. Section Engineer/Sig./C/TKJ and/or Dy. CMM/SSB (Store Depot), Northern Railway, New Delhi or any other store of Northern Railway, by Contractor at his own expenses as per instructions of the Engineer-in-charge of the work. . Para 21.2 Supply of Materials by Contractor: The materials by the Contractor shall be supplied in the store of SSE /Sig/C/TKJ N. Rly, and will be further transported to site by the contractor as required or directly to SE/SSE/Const. at site as per instructions of the Engineer in-charge of the work at site.

a. Para 2.2.4 (Performance guarantees bond) Performance guarantee bond 5% per as per para 2.2.4 shall be applicable for this tender.

b. Security Deposit: i) Para 2.2.1 Chapter II

The security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as under:

a) Security deposit for each work will be 5% of the contract value. b) The rate of recovery will be at the rate of 10% of the bill amount till the full security

deposit is recovered. 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 rate mentioned above.

c) For works less than Rs.50 crore, Security deposit will be recovered from the running bills of the contract and the other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall not be accepted towards security deposit.

Signature of the tenderer AESTE/C/TKJ 27/206

Page 28: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

The security deposit shall be forfeited whenever the contract is rescinded. The security deposit unless forfeited in whole or in part according to the terms and conditions shall be released to the contractor only after the expiry of the maintenance period and after passing the final bill based on no claim certificate. Thus before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained. The competent authority should issue the certificate regarding the expiry of the maintenance period and passing of the final bill based on no claim certificate. The competent authority shall normally be the authority who 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. After the work is physically completed, security deposit recovered in cash from the running bill of the contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount valid for the maintenance period + 60 days to be submitted by him. The various instruments as listed for performance Guarantee will be acceptable for the purpose. This facility is subject to the issue of the physically completion certificate as envisaged in tender conditions. The 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 the contract value.

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

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

7.0 Para No. 24. Indemnity bond & standing bank guarantee against materials supplied

to Contractor: Indemnity bond for material supplied to the contractor by railway on form no: 4 and the standing bank guarantee for Rs.1 Lac (` One lac only) is to be submitted for materials supplied by the Railways.

8.0 Para 45 Price Variation Clause:

Price Variation Clause 45.6(D) is applicable in this tender. 9.0 Para 45 Ceiling for Price variation:

No maximum value for the Price variation is prescribed.

10.0 Para 46 Advances: MOBILISATION advance as per Para 46.2 and advances against machinery and plant as per Para 46.3 are not applicable in this tender.

11.0 Para 12: Sales Tax/Turn over Tax/Local tax, etc.

Signature of the tenderer AESTE/C/TKJ 28/206

Page 29: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Sales tax including turn over tax on works contract, Octroi, Royalty, Toll Tax, Local Tax, Duties/ Levies as well as services and any other tax levied by central govt., state govt. or local bodies, as applicable on the date of quoting the rates and any change there -in at a later date, shall be considered to be included in the rates quoted by Tenderer/s in the Tender Schedule. Railways shall deduct the sales tax/Turn Over Tax or any other tax from the Contractor’s bill at the rate as applicable as per rules framed by concerned Govt./ Local bodies from time to time and remit it to concerned deptt. and shall issue a certificate regarding Tax/Duties/Levies so deducted on demand by the contractor.

Signature of the tenderer AESTE/C/TKJ 29/206

Page 30: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

VOL –I

ANNEXURE-A

Tender Schedule

Sub- Schedule for provision of work of Balance Outdoor signaling and Telecom works for Provision of Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge of DLI division in Northern Railway Item no.

Description Unit Quantity Rate Total cost inspected by

Panel & Relay Room 1 Fabrication, supply and fixing of relay racks of size

2200mmx690mm (as per Drg. No. NR/S&T/CON/4.3/97A made of angle iron size 45mmx45mmx6mm alongwith outer frame made of angle iron size 65mmx65mmx8mm, fitted with M.S. squares bars duly ionized, descriptions strips to accommodate Plug-in-type relays/groups/Point contractor units/ECRs/HMUs. All fixing material like antilting device, hylam sheets if required, bolts & nuts, washers, insulators, shoe, angle irons, flats, L-bolts, Catenary wires and cement concrete etc. will be supplied by the contractor. This includes cleaning, priming by red oxide, painting & description etc. with ISI mark paints.

Nos 8 13369.06 106952.48 Consignee/Site Engineer

2

Fixing of relay racks of size 2200mmx690mm (as per Drg. No. NR/S&T/CON/4.3/97A made of angle iron size 45mmx45mmx6mm alongwith outer frame made of angle iron size 65mmx65mmx8mm, fitted with M.S. squares bars duly ionized, descriptions strips to accommodate Plug-in-type relays/groups/Point contractor units/ECRs/HMUs. All fixing material like antilting device, hylam sheets if required, bolts & nuts, washers, insulators, shoe, angle irons, flats, L-bolts, Catenary wires and cement concrete etc. will be supplied by the contractor. This includes cleaning, priming by red oxide, painting & description etc. with ISI mark paints.

Nos 8 1939.96 15519.68 Site Engineer

3 Fabrication, and fixing of cable termination board of size 2200mmx900mm as per Drg. No. NR/S&T/CON/4.1/97A made of angel iron size 40mmx40mmx5mm alongwith outer frame made of angle iron size 65mmx65mmx8mm duly fitted with Bakelite sheet (HYLAM MAKE) of size 6mm thick. This also includes fixing of ARA terminals/strips/Wago connectors & fuse bases etc. Supply and fixing of hard wood of size 70cmx25cmx4cm in the back at bottom for jamming of armour of cables, each cable in the hole drilled separately for each cable through the salwood plank and all cable entry points on location boxes, location

Nos. 8 14055.97 112447.76 Consignee /Site Engineer

Signature of the tenderer AESTE/C/TKJ 30/206

Page 31: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

huts, JBs relay room/battery room to be closed with suitable masonry works covered with sand and plastering. All the fixing materials like bolts, nuts, washers, Insulators, shoe, angle irons, flats, L- bolts, Catenary wires & cement concretes etc. will be supplied by the contractor. This includes cleaning, priming by red oxide, painting & description etc. with ISI mark paints.

4 Fixing of cable termination board of size 2200mmx900mm as per Drg. No. NR/S&T/CON/4.1/97A made of angel iron size 40mmx40mmx5mm alongwith outer frame made of angle iron size 65mmx65mmx8mm duly fitted with Bakelite sheet (HYLAM MAKE) of size 6mm thick. This also includes fixing of ARA terminals/strips/Wago connectors & fuse bases etc. Supply and fixing of hard wood of size 70cmx25cmx4cm in the back at bottom for jamming of armour of cables, each cable in the hole drilled separately for each cable through the salwood plank and all cable entry points on location boxes, location huts, JBs relay room/battery room to be closed with suitable masonry works covered with sand and plastering. All the fixing materials like bolts, nuts, washers, Insulators, shoe, angle irons, flats, L- bolts, Catenary wires & cement concretes etc. will be supplied by the contractor. This includes cleaning, priming by red oxide, painting & description etc. with ISI mark paints.

Nos. 4 1939.96 7759.84 Site Engineer

5 Fabrication, supply and fixing of scaffolding / cable careers made of angle iron size (35mmx35mmx5mm) and flat of size (25mmx3mm) as per the instructions of engineer at site. The space between two flats will be 25cm or less as per the site requirements. All the fixing materials i.e. bolts, nuts, washers, insulators, cement, concrete etc. will be supplied by the contractor. This includes cleaning, priming by red oxide, painting with ISI mark paints.

Mtr. 100 379.37 37937 Site Engineer

6 Supply of tag blocks with PVC cover conforming to drg. no. SA-24751 or latest and as per IRS-S-77/2006(Rev.) or latest for the following size:-

(i) 160 way tag blocks Nos. 10 855.01 8550.1 RDSO

(ii) 200 way tag blocks Nos. 20 1065.02 21300.4 RDSO

7 Fixing, wiring & soldering of tag blocks with PVC cover on cable termination rack/relay rack/block rack/HV rack as per Drg.No. NR/S&T/CON/4.3 /97A. All fixing material like flats, bolts, nuts, washers, plastic tag block cover for the tag block etc. will be supplied by the contractor.

(i) 160way tag blocks Nos. 10 100.03 1000.3 Site Engineer

(ii) 200way tag blocks Nos. 20 120.98 2419.6 Site Engineer

Relay and wiring 8 Supply of relays of sorts as per latest RDSO specifications of the following type :-

Signature of the tenderer AESTE/C/TKJ 31/206

Page 32: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(i) KLCR Nos. 30 6042.02 181260.6 RDSO

(ii) Supply of Point Contactor Unit, Plug in type , 24VDC and capable of controlling Electric Point Machine Operating on 110VDC confirming to IRS S-46, IRS-S34, IRS S23 ( as applicable). The unit shall consist of N/R relay (Double wound DC Neutral line relay ), XR relay (DC Neutral relay), W(N)R/W(R)R-Mechanical interlocked relay and WCR (Heavy duty contactor relay with 16Amps. breaking capacity). All the above relay shall be mounted on prewired base plate.

Nos. 15 17288.38 259325.7 RDSO

9 Wiring of relays in relay room/relay huts as per appd. wiring diagrams. All wiring material including resistances and condensers etc. except cables/wires to be supplied by contractor (Supply of cables & wires covered separately). It also includes dressing, bunching , lacing and fixing of relay bases.

Nos. 600 355.17 213102 Site Engineer

10 Supply of cable/wire indoor copper conductor single/multi core plain annealed high conductivity PVC insulated unamoured as per Spec. no. IRS-S/76/89 (Amd 3) or latest amendment of the following sizes :-

(i) Wire -16x0.2mm K.M 15 6199.29 92989.35 RDSO (ii) Indoor cable 40x1mm K.M 0.5 275856.6 137928.30 RDSO (iii) Indoor cable 40x0.6mm K.M 0.5 125399.75 62699.88 RDSO

(iv) Indoor cable 60x1mm K.M 0.5 338310.35 169155.18 RDSO

11 Supply, writing and fixing of description boards made of ply 6mm thick with white sunmica glued over its surface and 1"x1" wooden batton fitted all around on the rear as per instruction of Engineer at site. All the materials to be supplied by contractor.

Sqm. 8 1681.18 13449.44 Consignee Site Engineer

12 Supply & laying of anti-static PVC flooring with adhesive ( 2.00 mm thickness) in Relay room/equipment room/Data logger room/Axle counter room as per instruction of Engineer at site.

Sqm. 250 884.06 221015 Consignee /Site Engineer

13 Fabrication & installation of wooden shelves(Teak wood ) 24" wide and 1.25" thick supported on angles 2" x 2" x .25" on three sidesor size decided by site Engineer. This includes painting of angles and varnishing of shelves. All materials to be supplied by the contactor.

Sq.Mtr 10 3585.66 35856.6 Site Engineer

14 Supply of SM/ESM furniture of Godrej or better make consisting of the following :- 1. Executive revolving bearing series low back floating chair with normal arms cushioned Chair : 1No. 2. Executive Table size 72x36x30" with 3 drawers one side, lockers cabinet on other side : 1No. 3. Visitor chair seat & back cushion with high density Foam with plastic PVC handle capsul type Flat pipe duly Painted black : 3Nos.

Set 3 34630.39 103891.17 consignee

DATA LOGGER

Signature of the tenderer AESTE/C/TKJ 32/206

Page 33: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

15 Supply of Data Logger failure Analyser with configuration INTEL Core i 7, 4 GB DDR3 SD RAM, cache 8 MB, level 2, 500 GB HDD or better for data input as per technical specification given in tender document Vol-III. It also includes supply of 20" LED/TFT monitor, Laser printer, Online UPS of 1 KVA with 30 minutes backup, computer table and chair. The Data Logger failure Analyser should be comapatible for configurating the system in case of any alteration in the yard interlocking in future.

nos 1 85724.79 85724.79 consignee

Power supply 16 Fabrication, supply, installation and wiring of power

supply board in IPS room/ relay hut/ relay room as per drawing no. SSTE/PS/1237 dt. 26.02.92 and extension of the power supplies from IPS to power supply board and from power supply board upto the MDF board. This includes fixing of ARA terminals, fuse bases, switches etc. and termination of power wire/ cables. This includes supply of all wiring & termination materials except terminals & fuses, power & U/G cable/wires. Wherever outdoor U/G cables are to be laid that is covered separately.

Job 2 10653.78 21307.56 Site Engineer

Trenching & Cable laying 17 Prep. of cable route plan, Cable core chart, Power

supply arrangement plan for out door, Cable termination chart in relay hut and location boxes, Location wiring plan, Cable insulation chart and register, Track circuit history card, Fuse analysis plan , Equipment disposition plan, Track circuit jumpering plan, Terminal and Contact analysis chart, Outdoor circuits, pull sheets, goomitee plans, temp. plans required for execution of PNI/NI and other outdoor diagram and obtaining approval of the engineer as per following :- (i) Supply of 6 copies of completion set of superior quality paper, laminated, properly bound in steel clip jaw file with cushioned cover. (ii) Software back up of complete set in the form of CDs. (iii) One complete set of tracings. (iv) Design through CAD. (v) Drawings in A3 & plans in bigger size. (six sets)

Set/Per stn.

1 49106.34 49106.34 D&D Engineer /Site

Engineer

18 Excavating and refilling of trench in Normal Soil to the level of ground with rammed earth as per drg. No.NR/S&T/CON/1. 1/97-A so as not to form a drain 0.3 Mtrs. Wide & 1 Mtr. Deep on both side of the station alongside the track. It shall conform to the safe distance as per signalling and cable plan. It also includes clearance of rooots of trees & bushes. Lesser/ Deeper depth of the trench is to be paid proportionately.

Mtr. 6000 55.72 334320 Site Engineer

19 Supply and laying of 2nd class bricks in the trench and laying as per drg. No.NR/S&T/CON/1.1/97A as per instructions of the site Engineer.

Nos. 96000 6.06 581760 Site Engineer

Signature of the tenderer AESTE/C/TKJ 33/206

Page 34: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

20 Excavating and refilling of trench in Rocky soil to the level of ground with rammed earth as per drg. No.NR/S&T/CON/1.1/ 97-A1 so as not to form a drain 0.3 Mtrs. Wide & 0.5 Mtr. Deep on both side of the station alongside the track .This includes 50mm thick concreting work throughout in 1:3:6 ratio. All concreting material to be supplied by the contractor. It shall conform to the safe distance as per signalling and cable plan. It also includes clearance of routes of trees & bushes.

Mtr. 6000 87.72 526320 Site Engineer

21 Supply and Installation of RFID electronic marker for S&T underground cables with programmable memory for saving the user specific data inside the RFID Electronic marker memory chip (floating ball type). Later recordable by electronic locator (10 cm diameter with loading coil to keep diction circuit always horzontal for better detection ) which can be burried up to depth of 5 feet. (inspected by RITES)

Nos. 260 2483.35 645671 RITES

22 Supply of TEC approved electronic cable marker locator for locating quad/ signalling cable as per Tec Spec. no G/TIE-07/01 Jun 98 along with latest amendment. (inspected by RITES)

Nos. 1 159183.74 159183.74 RITES

23 Excavating and refilling of trench 0.3 Mtr. Wide & 1 Mtr. Deep from bottom of rail flange across the track or 0.5 Mtr. from ground level which ever is more as per drawing no. NR/S&T/CON /1.2/97. Earth should be rammed so as not form a drain. This includes removal and refilling of ballast and restoration of surface under normal traffic conditions. Lesser/ deeper of the trench is to be paid proportionately.

Mtr. 500 73.04 36520 Site Engineer

24 Excavating and refilling of trench 0.3 Mtr. Wide and 0.8 Mtr. Deep on pitched/Stone/bricks paved surface, road crossing/platform etc. and restoring the surface to its original conditions. Lesser depth of the trench is to be paid proportionately.

Mtr. 500 87.72 43860 Site Engineer

25 Supply & laying of RCC pipe including split pipe where required 150 mm inner dia, 2 meter long with collers (to specification No.IS-460/1974 or latest) in the trench across the track/road & L-xing gates etc. (Length of half pipes will be counted as combined length of top & bottom)

Mtr. 300 432.21 129663 Site Engineer

26 Fixing of G.I. pipe 75 mm dia, 3mm thick perforated at a distance of 20 cm or less of required length at culverts/ bridges/ along the cuttings, suitably concreted at both ends as per drg. No. (NR/S&T/CON/1. 4/97) or at ASM office/ other buildings suitably fixing it to the wall and at both ends. G.I. clamps of M.S. flats bolts and nut, to be supplied by the contractor.

Mtr. 500 119.89 59945 Site Engineer

27 All work of horizontal boring and trenchless cabling along with supply, transpotation and insertion of double wall corrugated pipe (ISI marked ) conforming to Spec no. IS-14930, part-II self lubricated in the bore and the laying of cable in the boring under the track/ road by using pipe of size 120 mm outer dia,

Mtr. 1500 1544.92 2317380 Site Engineer

Signature of the tenderer AESTE/C/TKJ 34/206

Page 35: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

103.5 mm inner dia in which required number of cables to be crossed. The depth of horizontal boring should be minimum 1.0 m from rail flange/road level.

28 Supply and fixing of G.I. Trough size 70.00mmX 65 mm in length of 2.05 mtrs long th ecover size 78.2mmX25 mm. the thickness of the sheet 1.6 mm in the lenth of 2.0 mtrs long on bridge as per instruction of railway Engineer's representative at site and refilling of trough with bitumen compound of specification no. IS.7084/73 clause(4) after cable is laid.

mtr. 800 1081.1 864880 Consignee /Site Engineer

29 Laying of Signalling/ Telecom/ Power cables of different sizes as per drg. No. NR/S&T/CON/1.1/97A and as per cable route plan approved by Railways and meggering of cable before and after its laying of all type of outdoor cables.

Mtr. 500000 6.53 3265000 Site Engineer

30 Supply and provision of straight through M-seal joint kit for U/G signalling cables.

Nos. 50 1331.8 66590 Site engineer/ Consignee

31 Testing & meggering of all types of outdoor cables after its laying and termination on both ends under supervision of Railway representative. This also includes preparation of test report for core to core and core to earth on prescribed proforma for each core of the cable seperately. This also include dressing and lacing of cable on both ends. Proforma for testing and material for lacing to be supplied by the contractor.

P/Cable core

50000 10.26 513000 Site Engineer

Location Box & Preperation for Cable termination 32 Casting, concreting and curing of foundation and

erection of single app.cases of size (1160mmx 660mm) at surface and 650mm deep as per Drg.No.NR/S&T/CON/2. 7/97. A layer of 3 mm of bitumen compound has to be provided between foundation and location box to prevent ingress of water in the base of location box . All material such as cement,coarse sand,aggregate and anchor bolt shall be supplied by contractor . App. Case single will be supplied by Railway. Contractor is required to execute all type of repair works of foundations if required during inserting the cable for termination.

Nos. 71 4517.84 320766.64 Site Engineer

33 Preparation & fixing of bakelite hylum sheet 910x800x6mm and teak wooden shelf 900x450x25mm duly fixed by angle iron piece of different size inside all the app. Cases. Hylum board shall be fixed on an angle iron frame of 25mmx25mmx3mm. Angle iron frame will be fixed in location boxes secured by nuts and bolts.This includes fixing of fuses, ARA terminal shelf type Q series relays and other type relays on square bars fixing and jamming of cables with 2 inch thick salwood plank provided at the bottom. This will include opening, pasting and jamming armour of each cable in the hole drilled separately for each cable through the salwood plank and all cable entry points on location boxes, location huts, JBs relay room/battery room to be closed with suitable masonry works covered with sand and plastering.Wiring description for terminal drawing of circuits, inside app. Case. Painting from out side as well inside with red oxide and aluminum paint is covered separately. Size of lettering will be 100mm or as per instructions of Engineer at site. All materials including hard wood shelf, hylum board, salwood plank, angle iron square bar, wire and wiring material as per the IRS specn., non deteriorating type HRC fuses with bases,catenary wires , nuts and bolts and other items shall be supplied by the contractor. Relays, ARA terminals only shall be supplied by the Railways.

(i) Preparation of App. Case single involving wiring of relays.

Nos. 60 4568.27 274096.2 Site Engineer

Signature of the tenderer AESTE/C/TKJ 35/206

Page 36: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(ii) Preparation of App. Case single not involving wiring of relays.

Nos. 80 3752.03 300162.4 Site Engineer

(iii) Preparation of App. Case to be used as battery box. (not requiring shelf and hylum of size 910x150x6mm only is reqd.)

Nos. 25 2259.09 56477.25 Site Engineer

34 Casting, concreting and curing of foundation and erection of half app. cases of size (670mmx 660mm) and 650mm deep as per Drg.No.NR/S&T/CON/2. 8/97. A layer of 3 mm of bitumen compound has to be provided between foundation and location box to prevent ingress of water in the base of location box . All material such as cement, coarse sand, aggregate and anchor bolt shall be supplied by contractor . App. Case half will be supplied by Railway. Contractor is required to execute all type of repair works of foundations if required during inserting the cable for termination.

Nos. 47 3954.27 185850.69 Site Engineer

35 Preparation and fixing of bakelite hylum sheet 450x800x6mm and teak wooden shelf 450x450x25mm duly fixed by angle iron piece of different size inside all the app. Cases. Hylum board shall be fixed on an angle iron frame of 25mmx25mmx3mm. Angle iron frame will be fixed in location box secured by nuts and bolts. This includes fixing of fuse ARA terminal, shelf type Q series relays and other type of relays on square bars, fixing and jamming of cable with 2 inch thick salwood plank provided at the bottom. This will include opening, pasting and jamming armour of each cable in the hole drilled separately for each cable through the salwood plank and all cable entry points on location boxes, location huts, JBs relay room/battery room to be closed with suitable masonry works covered with sand and plastering.Wiring description for terminal drawing of circuits, inside app. Case. Painting from out side as well inside with red oxide and aluminum paint is covered separately. Size of lettering will be 100mm or as per instructions of Engineer at site. All materials including hard wood shelf, hylum board, salwood plank, angle iron square bar, wire and wiring material as per the IRS specn., non deteriorating type HRC fuses with bases,catenary wires , nuts and bolts and other items shall be supplied by the contractor. Relays,ARA terminals only shall be supplied by the Railways.

(i) Preparation of App. Case half involving wiring of relays.

Nos. 20 3067.91 61358.2 Site Engineer

(ii) Preparation of App. Case half not involving wiring of relays.

Nos. 30 2591.39 77741.7 Site Engineer

(iii) Preparation of Battery Box (not requiring shelf and hylum of size 450x150x6mm only is reqd.)

Nos. 14 1726.13 24165.82 Site Engineer

36 Supply, installation of 40 lines JB with lock & key and with prov. of terminals & hyllum board 6mm thick hylum sheet including terminals.

Nos. 41 4352.01 178432.41 Consignee

Signals 37 Casting, concreting and curing of foundation for main

signal of size (1041mmx1041mm)at bottom and (711mmx711mm) at top and 1750mm deep as per Drg. no. NR/S&T/CON/2. 1/97 all material such as anchor bolts, cement, coarse sand aggregate to be supplied by contractor.

Nos. 35 8457.55 296014.25 Site Engineer

38 Fixing of CLS surface base, bolting on the foundation. Erection of CLS post with signal unit on the top or on an off set bracket and fitting ladder and guard to the post at the top. Concreting ladder base and embedded into the ground with supporting bracket in the middle, blanking of the ladder for a distance of 1 feet between the height 6’ 9” and 7’ 9” from the rail level by MS angle and MS sheet 6mm thick wherever required. This includes provn. Of wooden (Sal) cross arm 1 mtr x 1 mtr. for CLS unit prior to the commissioning, fixing of LED aspect, current regulator and hoods of CLS unit, terminating cables, wiring the CLS unit and focusing the signal. Elevation & distance of foundation from track shall be in accordance with schedule of dimension for Indian Railways published by Govt. of India and approved drawings. All items for the above work shall be supplied by the contractor (except the items which are covered separately elsewhere

Signature of the tenderer AESTE/C/TKJ 36/206

Page 37: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

in the schedule) including but not limited to the following items. (i) “U” bolt for offset brackets. (ii) Wooden cross arm 1 mtr. x 1 mtr. (iii) MS angle and MS sheet for blanking of ladder. (iv) Wire mesh guard, lock for unit if required, nuts and bolts etc. for the following :

(i) Installation, erection and wiring of 2 aspect color light signal.

Nos. 9 2394.57 21551.13 Site Engineer

(ii) Installation, erection and wiring of 3/4 aspect color light signal.

Nos. 12 3470.57 41646.84 Site Engineer

(iii) Installation, erection and wiring of 2/3/4/5 aspect LED lit colour light signal including 1/2/3/4/5 way Jn. type/Stencil/Theatre type route indicator which also includes fixing of route indicator on the top of the signal post or on offset bracket including fixing of offset bracket, wiring the whole unit, focusing of signal & route indicators. All items for installation and erection ( excluding unit junction type route indicator and offset bracket covered separately) to be supplied by the contractor. Wiring & other fixing material, 'U' bolts will also be supplied by the contractor.

Nos. 34 3144.99 106929.66 Site Engineer

39 Installation, erection and wiring of LED lit calling-on/shunt signal on the same post below main signal on offset bracket. Which also includes fixing of stencil and hoods, wiring and focusing of the signal. Offset brackets, calling on signal/shunt signal complete will be supplied by Railways (Supply of calling on signal is covered seperately, elsewhere in the schedule). U-bolt for offset bracket and wire and wiring material will be supplied by contractor.

Nos. 34 724.02 24616.68 Site Engineer

40 Casting, concreting and curing of foundations for shunt signal of size (855mmx855mm) at bottom and (711mmx711mm) at top and 750mm deep as per Drg. no. NR/S&T/CON/2.1/97A. All material such as cement, coarse sand, aggregate & foundation bolts will be supplied by contractor.

Nos. 6 2829.26 16975.56 Site Engineer

41 Installation, erection and wiring of position light shunt signal.This includes fixing of shunt signal, surface base signal post, LED signal unit/ lenses, lamp hood and wiring of shunt unit and focussing the signal. All material such as wire etc. will be supplied by the contractor.

Nos. 12 840.2 10082.4 Site Engineer

42 Supply and fixing of retrore-flective type P/G/C markers with complete fittings as per drg. No. NR/S&T/CON/6.2/97. All material required for the job such as MS sheet, MS angle. Nut and bolts, paint and painting materials will be supplied by the Contractor.

Nos. 10 590.76 5907.6 Site Engineer

43 Casting, concreting, curing of foundations of size (400mmx300mm) at surface and 1000mm deep and erection of SLB/ BSLB/ SB/ calling on boards/stop dead boards as per drg. No. NR/S&T/CON/7.4/97 & provisions of SEM. Supply of retroreflective type SLB/ BSLB/ SB/ GWB/ Calling on Boards. as per RDSO drg. No. SA-No.2373 (with latest amendment)

Nos. 6 6901.52 41409.12 Site Engineer

Signature of the tenderer AESTE/C/TKJ 37/206

Page 38: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

has to be done by the contractor. Points

44 Fixing, wiring, testing & adjustment of point machines as per standard practice. It also includes :- i) Fixing of switch extension 'P' bracket, providing insulation for switch extension bracket, fixing ground connections, adjusting the correct opening of switches and adjusting the point machine with crank handle. ii) Wiring inside the point machine, erection & wiring of JB with lock & key as per drawing, provided with terminal strips. iii) Supply & fixing of GI pipes with flange for taking cable in to point machine and jn. Box through gland/GI pipe. iv) Complete material for installation viz. point insulation material, Jn. box, GI pipe, gland pipe, wiring material, nut & bolts of various sizes, angle iron of size 75mmx75mmx10mm, channels for fixing the machine, lugs for point rodding and insulation materials for stretcher bar 90R/52kg/60kg as per RDSO drg.no.SA-23172 (adv.) Alt.1 will be supplied by the contractor. v) Smithy and fitting work required at site for complete installation of Gauge tie plate and insulation of GTP as per drg.no.NR/S&T/CON/7.6/97 and william stretcher bar (if reqd.) will be done by the contractor. Machine shall be overhauled by contractor if required. vi) This includes removal of existing gears and fixing the machine at raised level on channel as per standard practice to avoid flooding wherever required. vii) Supply of ground connections of electric point machine, non insulated GTP & CTP extension plate,Jn. box and stretcher bar shall be made available by the Rlys. in which the supply of ground connections, Jn. box is covered separately.

Job 41 6425.07 263427.87 Site Engineer

45 Supply and fixing of Spigot for point machines. Per Pt. M/c

41 154.5 6334.50 Site engineer

DC Track Circuits 46 Installation of DC track circuits to suit RE area as per std. Practice. This will include following :-

(a) Drilling of holes 7.2 mm dia or size as required provision of continuous G.I. wire bonding on switch portion and crossing of point with two bonds wires and two clips duly fastended with fish plates and bolts at each joints including transverse bonding with rope wire. 8 SWG G.I. soft bond wire, Channel bond pinsand all other material required will be supplied by contractor. (This item is for point zone TC only). (b) Jumpering from rail to rail or to track lead junction box including polarity jumpers/cables as per track jumpering/ insulation diagram. This includes welding of joint of cable size 3/16" useful on rail web for TLJB/BOOTLEG application by CAD WELD bonding method, terminating the jumpers in the TL JB and fixing the jumper on the sleeper as per instructions of Engr. at site. All materials of cad welding to be jsupplied by the Railways. (c) Fixing of insulated block joints complete with provision of skimmed fish plate. Fish plates shall be supplied by the Railways but skimming to be done by contractor. Supply of insulation materials for insulated block joints is not included. (d) Welding of joint head bonds of XS style number IRS: BS-24882 across the fish plate/SEJ by CAD WELD(exothermic/Pin brazing) bonding method. All materials for cad weld (exothermic/Pin brazing) to be supplied by the Railways. (e) Fixing of TL JBs as per drg. No.(NR/S&T/CON/3.2/97A) along with concrete foundation and plastering on both ends i.e. T.F. and TR end and for polarity changers as per the track jumpering/ insulation diagram. All material for fixing including angle iron shall be supplied by the contractor. This also includes supply and fixing of TL JBs will provision of M-6 terminals. TLJB to be written with track circuit number. (f) Prov. and wiring in the app. Cases/relay huts of T.F. battery charger, TF resistance 30 Ohms, track relays, choke 'B' type & batteries as per the standard practice using fuses and terminals. This all include suitable antilting arrangement for relay and with include supply of all material by

Signature of the tenderer AESTE/C/TKJ 38/206

Page 39: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

contractor except supply of TF battery charger, batteries, relays which are covered separately.(g) Commissioning of track circuits as per provision of para of IRS specn. S-36/81. This includes adjustment of track feed resistance, testing with train shunt resistance. This also includes preparation of track history cards. Track history card should be supplied by the contractor. for the following type of track circuits:-

(i) Berthing and straight track circuit Nos. 110 9149.62 1006458.20 Site Engineer

(ii) Point track circuit having single point (excluding traps).

Nos. 32 12503.33 400106.56 Site Engineer

(iii) Point track circuit having double point (excluding traps).

Nos. 5 13638.45 68192.25 Site Engineer

47 Charging of lead acid secondary cells of 80/120 AH capacity as per standard charging procedure (with contractor charging equipments ). All charging materials ie. Sulphuric acid conforming to latest IRS specs and distilled water as per IRS specs will be supplied by contractor. This also includes installation of secondary batteries, their interconnection and writing work.

Nos. 441 153.46 67675.86 Site Engineer

48 Supply of sec. cell low maintenance 2 V/ 80 AH. conforming to IRS S-88/2004 or latest with micro porous vent plugs cum floats with inter cell connectors, nuts, bolts, washers etc.

Nos. 60 2067.35 124041 RDSO

Block working & Axle counter track ckts. 49 A set consisting of two metal frame side desk of size

2ftX4ft with two shelfs and one revolving chair for ASM to operate CNL phone ,VHF communication, annunciater, Panel etc with prelaminated wooden board of 3/4 inch thickness & of reputed make, NOVAPAN or similar colour of lamination to be matched with panel colour the chair should be of model PHC7112R or similar, the desk to be fitted along with panel as per instruction of site engineer.

set 2 7826.8 15653.6 Site Engineer

50 Supply & installation of Earth leakage detector (12 Channel) for monitoring different AC and DC, supplies including all accessories as per RDSO specfication no. RDSO/SPN/256/2002 or latest and stipulations of tender docment.

Set 4 95788.8 383155.20 RDSO

Misc. 51 Earth work around location boxes, signals etc. where

necessary including 50m lead and 1.5m lift by excavation. The lead be measured from the centre of gravity of exacavation to the centre of filling and the lift, from means ground level. The earth shall be rammed including breaking of clods, levelling and dressing. The earth work around the location/junction boxes/signalls shall be up to the plaster level and for width sufficient for the maintainer to attend the box both from front & back side.

Cum. 50 98.04 4902 Site Engineer

52 General concrete work in cement, coarse sand and aggregate ratio 1:3:6 scattered at different places for items not covered in above schedule and fine plastering of top will be done with cement sand ratio of 1:4 . Volume of foundation also includes volume of C.I. base, anchor bolts etc. Coarse sand, aggregate 25mm and cement to be supplied by contractor.

Cum. 100 2441.34 244134 Site Engineer

Signature of the tenderer AESTE/C/TKJ 39/206

Page 40: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

53 Brick work with well burnt bricks in foundations and plinths with cement and sand (ordinary) mixture of 1:4 ratio. All material is to be supplied by the contractor.

Cum. 20 2640.04 52800.8 Site Engineer

54 Installtion & Commissioning of basic earthing kit ( maintainance Free) as per RDSO Specification no. RDSO/SPN/197/2008 and Drg No. SDO/RDSO/E&B/001 dated:- 19.09.2008 and Drg No. SDO/RDSO/E&B/002 dated:- 19.09.2008. Earthing kit consisting of 1. earthing electrode of 17mm dia as 3m long -01 no. 2. MEEB (300mmx25mmx6mm) -01 no. 3. MEEB (150mmx25mmx6mm) -01 no 4. Earth enhancing compound - 30 kg (minimum). This includes:- Provisiion of earth connection from MEEB to S&T equipment i.e. cable sheath, apparatus case, BPAC, Axle counter, IPS, Data Logger etc. with PVC earth wire of size 16/25 sq.mm through copper lugs of suitable size PVC earth wire shall be supplied by Railways. Note: At certain locations, it may not be possible to acheive earth resistance of less than 1.0 ohm with one earth electrode /pit due to soil resistivity. In such cases, provision of loop earth consisting of more than one earth pit shall be done, for interconnection of two earth pits copper tape of size 25x2 sq.mm shall be provided by the contractor. The number of pits required shall be decided based on the resistance achieved for the earth pits already installed.

Job 30 2751.17 82535.1 Site engineer

55 Conventional earth :- Supply and installation of earth electrodes as per std. Practice. The item includes digging of pit in earth, 3 Mtrs. Deep and fixing earth electrode pipe. Casting of cement of Cement concrete enclosures as perdrg. No. (NR/S&T/CON/6.4/97). The soil treatement shall be done as per std. Pratice. The item includes provn. of earth lead wires/mild steel flat and soldering of lead wires. The other end of the earth wire/mild steel flat to be connected to block instrument mild steel flat, cable sheath of power equipment , apparatus case, relay racks, other equipments as per the instruction of Engr. at site & IRSEM. Complete materials such as earth electrodes as per drg. No. ( NR/S&T/CON/6. 3/97), cement, wiring material, soldering material,mild steel flat etc. to be supplied by the contractor.

Nos. 200 2492.66 498532 Consignee

56 Fixing & wiring of magneto telephones with all accessories including Standard battery box and 3 nos. Of 6-I cells in the ASM office with crank handle locations/ K-points and interlocked L-xing gates as per instructions of the site Engr. All fixing materials including Standard battery box and 3 nos. Of RR cells to be supplied by the contractor.

Nos. 30 443.11 13293.3 Site Engineer

57 Fixing and wiring complete KLCR and its box in location boxes, supply, installation, wiring of heavy duty push button, LED indicator on MS sheet as per

Job 21 5101.51 107131.71 Site Engineer

Signature of the tenderer AESTE/C/TKJ 40/206

Page 41: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

N.R. practice for crank handle locking. This work includes fixing & wiring of magneto telephones as per instructions of the site Engr. This includes all materials such as heavy duty push button, LED indicator (10mm), MS sheet of 4.5mm thick, nuts and bolts, fixing materials for the magneto telephone, and wiring materials to be supplied by contractor.

58 Cleaning , Scrapping , Painting and lettering of all newly installed and existing gears such as signals, point equipment, track circuit equipment with T.C. no on rail app. Cases JB. TL JBs point rodding cranks, compensators etc. including gate equipment if existing in station section as per the provision of IRSEM. All paints (ISI marked) shall be approved by Railway Engr. and painting material to be supplied by the contractor. This item also includes writing and painting requirement of all indoor and outdoor gears along with making of all circuit nos. near terminal and terminal boards/track in app. Cases, junction boxes, relay room, SMs room, writing of relay nomenclature fuse nos. and equipment nomenclature as the approved plans and as per provision of IRSEM.

Job 1 45024.38 45024.38 Site Engineer

59 Dismantling and releasing single signal post which includes dismantling of signal fittings electrical and mechanical both wheel of sorts,GI pipe pullies,pully stakes wire run from cabin to signal posts etc.All dismantelled material to be transported and stacked in the store of SSE/Sig/TKJ at Delhi or Dy.CMM/SSB store depot at DLI.

Nos. 50 894.6 44730 Site Engineer

60 Dismantling and releasing of Point eqpts. which includes all S&T fittings of electrical and mechanical, facing point lock/ hand plunger lock/ lock bar / holding bar/ EPD/ mechanical detecter/ Pt. machine with all attachments. All dismantelled material to be transported and stacked in the store of SSE/Sig/TKJ at Delhi or Dy.CMM/SSB store depot at DLI.

Per Pt. 32 907.6 29043.20 Site Engineer

61 Dismantling and releasing of location boxes which includes all S&T fittings of electrical and mechanical, releasing of termination boards, relays, terminals, batteriies, track feed chargers and other associated fittings installed therein complete with fittings. All dismantelled material to be transported and stacked in the store of SSE/Sig/TKJat Delhi or Dy.CMM/SSB store depot at DLI.

Per Loc.

150 503.57 75535.5 Site Engineer

62 Dismantling and releasing of S&T gears in ASM room,Battery room, relay room, equipment room, DG room (including DG sets). This include all equipemts and relays, relay rack, terminal board, SM Slide frame, panel. batteries, battery chargers, angle iron, etc. all materials are to be transported and stacked in the store of SSE/Sig/TKJ at Delhi or Dy.CMM/SSB store depot/DLI.or any other store of N.Rly by contractor

per room

9 8173.9 73565.1 Site Engineer

Note :- Before dismantling joint survey is to be done

Signature of the tenderer AESTE/C/TKJ 41/206

Page 42: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

with the site engr. and report to be submitted to the site engr.

TELECOM WORKS 63 Supply & installation of Double walled corrugated HDPE Pipes (6m st. lengths with one coupler for every 6m length)

confirming BSEN-50086-1 & BSEN-50086-2-4 for latest IS specification 14930 Pt.II or latest. wherever reqd. as per the approved cable route plan. This includes brick work and other arrangements to secure the pipe at both ends. All the materials cement, sand etc. are to be supplied by the contractor. of the following size :-

i. DWC HDPE Outer dia. 120mm Mtr. 500 253.52 126760 RITES

64 installation of Double walled corrugated HDPE/DWC Pipes (6m st. lengths with one coupler for every 6m length) confirming BSEN-50086-1 & BSEN-50086-2-4 for latest IS specification 14930 Pt.II or latest. wherever reqd. as per the approved cable route plan. This includes brick work and other arrangements to secure the pipe at both ends. All the materials cement, sand etc. are to be supplied by the contractor.

Mtr. 3500 55.72 195020 Site Engineer

65 Installation of DP boxes & termination of cables as per specifications, drawing and stipulations of tender documents. This includes fixing of the same on 1" thick board of size as per directions of site engineer with grouted nuts and bolts of suitable size and pipe fixed with clamps on pole/wall. All materials required for fixing & termination including salwood / hylum board and the hardware required for fixing will be supplied by contractor.

(a) 10 Pair crone DP complete with box Nos. 10 136.42 1364.20 Site Engineer

(b) 20 Pair crone DP complete with box Nos. 10 202.43 2024.30 Site Engineer

c). supply and installation of 50 pair Crone DP complete with the box

Nos. 2 2360.14 4720.28 Consignee/Site Engineer

66 Inatallation of VF Tapping & Termination Transformers 1120:470 Ohm as per IRS-TC-22/76 with Amd 1 with latest amendments.

Nos. 10 329.74 3297.40 Site Engineer

67 Installation of Thermo shrink jointing kit for 6-Quad cable as per IRS: TC-77/2010 (Rev.2) with latest amendments.

Nos. 20 756.77 15135.40 Site Engineer

68 Provision of Emergency socket joints with the help of Thermoshirnk jointing kit and 2T VF Transformer at locations decided by engineer at site. This includes all material including Thermoshirnk jointing kit and VF Transformer as per specification , drawings and stipulations of tender documents and as per approved cable route plan .

Nos. 10 663.65 6636.50 Site Engineer

69 Erection of Rail post and provision of marker plate showing the direction of nearest Emergency communication socket post as per specification given in Tender document. (Released Rail line/Rail post will be supplied by the railway ). Transportation of Rails from the store of SSE/P. Way at various stations to the location of emergency socket to be carried out by contractor .Balance rail pieces will be returned to SSE/Sig/DKZ or store of SSE/P-way by contractor

Nos. 10 902.71 9027.10 Site Engineer

Signature of the tenderer AESTE/C/TKJ 42/206

Page 43: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

70 Installation of Master VHF set 25W on ASM's table and wiring of the same with power supply wiring with 120AH VRLA batt. The 230VAC from IPS to be extended to the Power supply unit of the VHF & provision of power socket. This includes foundation (500x500x1000mm) and erection of the 50mm GI pipe on roof top and fixing of Antenna with GI pipe & wiring from Antenna to the VHF set with provision of guy wires for support of the GI pipe. All the materials cement, sand, GI pipe, guy wires, power wire with socket etc. except the VHF set, Antenna & 120AH VRLA batt. to be supplied by the contractor.

Job 1 4695.61 4695.61 Site Engineer

71 Supply of Indoor PVC Telecom cables (i) 5 pair Indoor PVC cable Mtr. 500 9.34 4670 consignee

(ii) 10 pair indoor PVC cable Mtr. 500 20.2 10100 consignee (iii) 20 pair Indoor PVC cable Mtr. 500 40.53 20265 consignee 72 Supply & installation of annunciator 10 lines as per

RDSO spec. Nos. 2 6373.19 12746.38 Consignee

73 Supply of 4-Wire way station eqpt. consisting of the

following : i) Supply of 4 wire way station equipment as per IRS-TC-60/2007 of latest complete with 4 wire control telephone as per IRS-TC-38/97 or latest suitable to work on PET quads- ii) Supply of Battery charger/power supply unit 230VAC/12VDC with battery back up of 12V/7AH as per IRS-TC-72/97 or latest-1 no.

Set 8 7626.31 61010.48 RITES

74 Installation wiring & commissioning of four wire station equipment. Item required for installation such as wires, wiring materials, connectors, battery rack runway, hardware etc. to be supplied by contractor.

Per way stn. eqpt.

8 2863.73 22909.84 Site Engineer

Public Address System 75 Installation, testing & commissioning of 240 watts

Audio Amplifier working on 230V AC/24VDC as per technical specifications given below:The model should be Philips/Bosch LBD 1916 or similar. (a) Power Source-230V AC & 24Volts battery. (b) Power out put - 240Watts r.m.s. (c ) Input - 4 balanced input/3 stereo line .(d) Frequency response - 50 Hz to 18 KHz(+1/-3db) (e) Distortion - <1%(at rated output power at 1 KHz) (f) Speaker of matching - 8 ohms & 70V/100V line. (g) Sensitivity - 1.0mV(mic input) (h) S/N - 75 db (i) Phantom power - Yes (on mic input 1)

Nos. 3 3893.49 11680.47 Site Engineer

76 Supply and installation of mettalic rack(front panel)lockable and removable)to house the above amplifier com cassette player and 2 sets of 12V/80AH lead acid maintenance free battery and battery charger as per specification.

Nos. 1 9458.43 9458.43 Site Engineer

77 Supply and installation of 24V/20A battery charger suitable to charge two sets of 12V/80AH lead acid maintenance free battery in series.

Nos. 1 6610.32 6610.32 Consignee/site engineer

78 Installation of unit horn combination speakers(25Watts) & 100V line with LMT taps of

Nos. 32 603.47 19311.04 Site Engineer

Signature of the tenderer AESTE/C/TKJ 43/206

Page 44: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

25W,15W,10W and 5W.

79 Installation of Dynamic microphone with flexible goose neck and ON/OFF swithc provided with 6 metres mic lead along with suitable connectors.

Nos. 3 362.82 1088.46 Site Engineer

80 Supply and fixing of slotted angle iron with clamps and nut bolts of appropriate size on the poles/masts in the open parking area and installation of speakers on it.

Nos. 32 188.9 6044.8 Site Engineer

81 Laying screened wire twin core(24/76 copper conductors) PVC insulated cable for connecting loudspeakers with GI support wire for connecting loud speakers (PVC channels / PVC conduit pipews/GI wire required for carrying the screened PVC cable shall be supplied and fixed by the contractor, however GI pipe for road crossing shall be supplied bythe railway, if required any where.

Mtr. 3000 14.58 43740 Site Engineer

82 Supply of PVC channels / Conduit pipes with fixing accessories of the following size :-

(i) PVC channel 1" Mtr. 500 15.98 7990 consignee

(ii) PVC channel 2" Mtr. 500 58.98 29490 consignee (iii) PVC conduit pipe 1" dia Mtr. 500 26.28 13140 consignee 83 Fixing of 1"/2" PVC channel/conduit pipe 1" dia on

proper clamps and screws and indoor cable laying. Mtr. 1500 9.34 14010 Site Engineer

84 Supply of electronic Cable Route locater Kit of C -scpo international UK comprising of cable avoidance too. SVG digital signal generator, signal clamp, assocery, carry bag it will comprising the following:- 1:- ST-CAT33: XD cable avoidance tool kit33XD: Digital underground cable & pipe location receiver & cable avoidance tool that provide the location of metallic cables such as signalling cables, armoured OFC, Power cables ect. when used in conjuction with SVG signal generator, the cable avoidance tool convert to a cable route tracer that route traces matellic underground pipes and cables , pipes ect in generator mode. provided depth of cable being traced. 2:-ST-SVG:- SVG digital signal generator for conductively or inductively injection signal in to U/G matallic utility pipe cable to be traced.

Nos. 1 257916.15 257916.15 RITES

85 Supply & fixing of Foam type fire Extinguisher of 9 Litres Capacity

Nos. 10 2868.89 28688.9 consignee

86 Loading, leading (Long lead items having average lead over 10 kms), unloading and stacking of new S&T materials i.e signalling cables, point machines etc from different locations (other than Northern Railway) as decided by the deptt. including octori charges, other taxes levied if any, by the local Govt./ authority as a complete job as per direction of engineer incharge.

a). Lead up to 100 Kms per MT per Km

700 10.37 7259 Site engineer

b). Additional lead over item (a) Over 100 Km & up to 500 Kms

per MT per Km

500 3.85 1925 Site engineer

Signature of the tenderer AESTE/C/TKJ 44/206

Page 45: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

c). Additional lead over item (a) Over 500 Km & up to 700 Kms

per MT per Km

500 2.83 1415 Site engineer

d). Additional lead over item (a), (b) & ( c ), over 700 Kms.

per MT per Km

500 0.97 485 Site engineer

18115884/-

(Net amount Rupees one crore eighty one lacs fifteen thousand eight hundred eighty four only) Note: If RDSO/RITES does not inspect any item mentioned above, the consignee will do the inspection. I/We offer and agree to execute the above mentioned work at ……………………………. % (……………………percentage) at par/below/above the total estimated cost of Rs. 18115884/- (Rupees one crore eighty one lacs fifteen thousand eight hundred eighty four only)

SIGNATURE OF TENDERER

Note : 1 .Tenderer/s shall not quote rates for individual items. 2. Tenderer/s should only quote % below or at par or % above of the total cost

estimated by Railway, failing which his/their offer will be treated as incomplete and liable to be rejected.

3. The rate of individual item shall be acceptable as calculated on the basis of rate mentioned by Railways plus/minus percentage value quoted by the tenderer.

Signature of the tenderer AESTE/C/TKJ 45/206

Page 46: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Annexure-A SCHEDULE OF WORK

“Provision of work of Balance Outdoor signaling and Telecom works for Route Relay Interlocking system at Tilak Bridge Station in connection with 5th and 6th line between New Delhi - Tilak Bridge of DLI division in Northern Railway”

VOL – I / ANNEXURE – B

List of materials to be supplied by Railways to the contractor

S. No. Name of material.

1. Signalling cables

2. Telecom cables

3. IPS

4. Batteries

5. Relays, which are not covered in the schedule.

6. BPAC Equipments/ Block Instruments which are not covered in the schedule.

7. LED signal aspects

Any other material required for completion of the work, which is not covered in schedule. The materials required by the Contractor from Railways as per schedule shall be supplied from the store of Sr. Sec. Engineer/Sig/C/TKJ or any other store over Northern Railway. No extra transportation cost shall be paid.

Signature of the tenderer AESTE/C/TKJ 46/206

Page 47: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

VOL– I / ANNEXURE –C List of Materials to be supplied by the Contractor:

1 Cement, sand & concrete wherever required 2 3/0.029 wire for all outdoor wiring 3 All types of Anchor bolts, U-bolts, Bolts, Nuts, washers, Clamps, C&P and hardware etc , where ever

required 4 NDT fuses wherever required 5 Solder soft, wherever required 6 All types of Angle irons, Square bars, MS flats, MS sheets, wherever required 7 All types of PVC Pipes, HDPE pipes etc, wherever required 8 Catenary for Outdoor & Indoor wiring 9 Nylon thread for lacing for indoor/outdoor wiring 10 Wiring diagrams & all other related documentation as per approved SIP 11 Magneto telephones and other Telephones 12 Relay racks 13 Cable termination boards 14 Scaffolding/Cable carriers & cable ladders. 15 All types of cables/wires for relay room wiring 16 All types of resistances/ indicator for indoor wiring 17 All charging materials for Lead acid batteries 18 Antistatic PVC flooring 19 Portable digital multi-meter as per Rly specs. 20 Maintenance kit as per Rly. Specs. 21 All outdoor circuit diagrams & other outdoor diagrams 22 Different types of Performa’s 23 Bricks for protection of cables in the trench 24 RCC, HDPE pipes with collars/push type couplers 25 Concrete Cable markers 26 GI pipes with all fixing materials 27 M-seal jointing kit 28 Single apparatus case with E type locks 29 Half apparatus case with E type locks 30 Teak wood shelf 31 HRC fuses 32 40 Line JB complete with ARA terminals, Board etc 33 Wooden cross arms 34 Coal Bangal for smithy work 35 GI Pipe and cable protection fitting 36 Choke B type 37 Earth electrode as per rly spec. 38 ARA terminals 39 8-way terminal strips 40 All types of paints 41 Thermo Shrink Jointing Kit. 42 VF transformers 43 PVC channel & conduit pipes 44 0.6 mm wire/twin twisted/screened/shielded cables for Axle counter/MUX/SM panel wiring 45 HDPE/PVC Helical pipes with elbows & T joints

AND ANY OTHER MATERIAL NOT APPEARING IN THE ABOVE LIST BUT MENTIONED IN THE SCHEDULE OF WORK AND WHICH ARE NOT TO BE SUPPLIED BY RAILWAY.

Signature of the tenderer AESTE/C/TKJ 47/206

Page 48: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

NOTE:

1. Cement shall be of ISI mark. 2. All Indoor & Outdoor circuits shall be designed and work shall be executed to suit RE area. 3. All the material to be supplied by the contractor should also conform to suit the RE area. Wherever any

RDSO spec./drawing are mentioned it automatically includes “with latest amendment or the latest version” whether specifically mentioned or not in the schedule of works.

Signature of the tenderer AESTE/C/TKJ 48/206

Page 49: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

List Of Drawings Applicable In Tender

S. No Description Drg No 1 Brick Masonary Channel NR/S&T/CON/1-1/97 2 Cable Trench NR/S&T/CON/1-1/97A 3 Laying of Cables in Rocky Area NR/S&T/CON/1-1/97A1 4 Laying of Signal cables & Telecom Cable/Power Cable

in same Trench NR/S&T/CON/1-1/97C

5 RCC Pipe Under Track Crossing NR/S&T/CON/1-2/97 6 G.I Pipe on Culvert NR/S&T/CON/1-4/97 7 Cable Through (G.I) for girder bridges RE/S&T/SIG/TENDER/SK/22/85 8 Arrangement of cable Troughing on girder bridges RE/S&T/SIG/TENDER/23/85 9 Cable Marker for Sig & Tele Comm Cable NR/S&T/CON/1-5/97A

10 Signal Foundation NR/S&T/CON/2-1/97 11 Shunt Signal Foundation NR/S&T/CON/2-1/97A 12 Foundation for App. Case Single NR/S&T/CON/2-7/97 13 Foundation for App. Case Half NR/S&T/CON/2-8/97 14 Foundation for Junction Box RE/S&T/SIG/TENDER/SK/5A/91 15 Foundation for TL Junction Box NR/S&T/CON/3-2/97A 16 Foundation for Ground Lever Frame RE/S&T/SIG/TENDER/3/85 17 Cable Termination Board with Bakelite Sheet NR/S&T/CON/4-1/97A 18 Relay rack Assembly NR/S&T/CON/4-3/97A 19 `P’ Marker Non-Illuminated NR/S&T/CON/6-2/97 20 Earth Electrode (G.I. Pipe) NR/S&T/CON/6-3/97 21 C.C Enclosure Earth Electrode NR/S&T/CON/6-4/97 22 Foundation for Block Section Limit Board, Shunting

Limit Board, Sighting Board NR/S&T/CON/7-4/97

23 Simulation Panel SSTE/PS/NO.1562 DT 05.09.2003 24 Lamp Board SSTE/PS/NO.1563 DT 05.09.2003 25 Foundation for Type `A' Foundation NR/S&T/CON/11/85 26 Typical Installation of maintenance Free Earth for S & T

Installation SDO/RDSO/E&B/001 DT 19.09.08

27 Typical Installation of maintenance Free Earth for S & T Installation

SDO/RDSO/E&B/002 DT 19.09.08

28 Threaded end for Electric Detectors RE/S&T/SIG/TENDER/SK/33/85 29 Fixing Arrangement of Electric facing Point end lock

Detector on extended wooden Sleepers RE/S&T/SIG/TENDER/SK/34/85

Note: Any other Railway Drawing if necessary for the works will be arranged at the time of execution of work.

Signature of the tenderer AESTE/C/TKJ 49/206

Page 50: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

NORTHERN RAILWAY

SIGNAL & TELECOMMUNICATION (CONSTRUCTION)

VOLUME-II

INSTRUCTIONS TO TENDERER

&

CONDITIONS OF CONTRACT

=====

Signature of the tenderer AESTE/C/TKJ 50/206

Page 51: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

CHAPTER 1

INSTRUCTIONS TO TENDERERS NAME OF WORK: As given in Volume-I

1.0 TENDER NOTICE

The CSTE/C, N. Rly. Baroda House/Dy. CSTE/C/ESTE/AESTE (refer Volume-I) invites for and on behalf of the President of India sealed tenders for the above work.

1.0.1 The General Conditions of Contract, Special Conditions of the Contract, Instructions to Tenderers, Technical Specifications/Supplement, Preamble including Schedule of Work including all Annexure and Forms as given in Volume –I, II and III shall hereafter be referred to “TENDER DOCUMENTS”.

1.0.2 TENDER DOCUMENTS The goods and services required bidding procedure and contract terms are prescribed in the tender documents. Volume-I

i. Preamble along with schedule of work and annexure, drawings etc. ii. Special Conditions of Contract.

Volume-II (i) Instructions to tenderers - Chapter-1

(ii) Conditions of Contract - Chapter-2 (iii) Tender Forms and Annexures etc. -Volume-III:

Technical Supplement along with technical Instructions, specifications and Drawings etc. for the scope of the work included in this tender.

Miscellaneous: G.C.C. and IRS conditions of contract for the stores department with up to date modifications (CCSS) will be applicable.

1.0.2 If the tender submitted by a tenderer is accepted and the contract awarded to the Tenderer the various works coming under purview of the contract shall be governed by tender documents mentioned above.

1.1. SALE OF TENDER FORMS

Tender documents can be obtained from the office of CSTE/C, N. Rly., Baroda House, New Delhi or Dy. Chief Signal & Telecomm. Engr./C/TKJ, Northern Railway, Tilak Bridge, New Delhi (refer Vol. -I) from dates as mentioned in Volume-I after depositing an amount as specified in Volume-I with the Chief Cashier, Northern Railway, (place as mentioned in

Signature of the tenderer AESTE/C/TKJ 51/206

Page 52: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

volume-I) on any working day from 10.30 hours to 15.00 hrs. Bidders desirous of obtaining tender documents by post can at their own risk of loss or delay in transit, obtain the tender document by post through a written request to the CSTE/C/ Dy. CSTE/C/TKJ (refer Vol. I) along with non-refundable amount as specified in Volume-I in the form of Banks Draft drawn in favor of FA & CAO/C, Northern Railway, Kashmere Gate, Delhi-6 as indicated in Volume-I. Any clarification required by the tenderer may be obtained from the office of Dy. Chief Signal & Telecomm. Engr./C/TKJ, Northern Railway, Tilak Bridge, New Delhi (refer vol. I)

Para 1.1(a): - Cost of Tender documents

Tender documents are available on Northern Railway website i.e. www.nr.indianrailways.gov.in and the same can be down loaded and used as tender document for submitting the offer. This facility is available free of cost. However the cost of Tender document will have to be deposited by the tenderer in the form of a bank draft payable in favour of FA&CAO/C, Northern Railway, Kashmere Gate, Delhi, along with the tender document. This should be paid separately and not included in the earnest money. In case tender is not accompanied with the cost of the tender document as detailed above, tender will be summarily rejected.

Para 1.1(b): -Applicable for tender documents down loaded from Internet

Tenderers are free to down load tender documents at their own risk and cost for the purpose of perusal as well as for using the same as tender document for submitting their offer. Master copy of the tender document will be available in the office of Dy. CSTE/C/TKJ. 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. CSTE/C/TKJ and not based on the tender documents submitted by the tenderer. In case any discrepancy between the tender documents down loaded from Internet and the master copy, latter shall prevail and will be binding on tenderers. No claim on this account will be entertained.

Following documents will form part of contract: -

a) Offer letter b) Instructions to tenderers and conditions of contract contained in Volume-II chapter-I & II

with latest modification incorporated herein c) Special condition of contract contained in Volume-I with latest modification incorporated

therein d) Schedule of approximate quantities, information’s concerning to various paras including

addition/alteration to paras of volume-II. e) General Conditions of Contract of Northern Railways as amended by advance correction

slips issued up to date. This may be procured by the contractor on payment from any Divisional Railway Manager office of Northern Railways.

f) Specifications/Drawings and other papers to be supplied with Tender paper as per “Annexure to the schedules” of Volume-I.

g) Enclosure-I in reference to scope of work, installation practices etc. incorporated in this book of Volume-III.

h) List of materials with their specifications/drawings as per enclosure-II of volume-III.

Signature of the tenderer AESTE/C/TKJ 52/206

Page 53: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

i) Volume-I. 1.1.1 INTERPRETATIONS: (DEFINITIONS)

Refer to para 1.2 of Part-I and para 1 of Part-II of G.C.C.

In addition to definitions given in above paras, following definitions will also apply to this tender:

“EQUIPMENT” Means all or any equipment considered necessary by the Purchaser’s Engineers for the satisfactory operation, as a whole, of the installations.

“MONTH” Means One English Calendar Month.

“MATERIALS” Means all equipment, components, fittings and other materials including raw materials required to complete the work.

“PURCHASER” Means the President of India acting through his accredited officers or any one of them. The Chief Signal & Telecom Engineer/Construction, In-charge of Signal and Telecommunication Department of Northern Railway shall be deemed to be one of such accredited officers.

Subject to as otherwise provided in this contract, all notices to be given and all other action to be taken on behalf of President of India may be given or taken on his behalf by General Manager, Northern Railway/Chief Signal & Telecom Engineer (Const.), Northern Railway or any other representative of the Northern Railway Administration nominated by him.

“PUCHASER’S ENGINEERS” Means the Chief Signal & Telecom Engineer/Construction Northern Railway or successor who will decide all matters relating to design, manufacture, installation and commissioning of the plant and equipment at site.

“SUB-CONTRACTOR” Means an individual or a firm of Contractor or a Company registered under Indian Company Act or an approved supplier of materials to whom the Contractor sublets portions of the contract after obtaining specific prior approval of the Purchaser in writing to sub-letting of contract.

“WRITING” Includes all matters written, typewritten or printed either in whole or in part.

1.2 SITE OF WORK/LOCAL CONDITIONS

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

Signature of the tenderer AESTE/C/TKJ 53/206

Page 54: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

outsiders and for constructions of approaches/approach road etc. The submission of tender shall be deemed to have been done after careful study and examination of the tender papers with full understanding of the implications thereof.

1.3 SUBMISSION OF TENDERS

The rate/s should be quoted in figures as well as in words. If there is variation between the rates quoted in figures and in words, the rate quoted in ‘words’ shall be taken as correct. In case, the tenderer(s) quote/s multiple rates*, the offer will be treated as incomplete and shall be summarily rejected. Rebate if any, should be quoted/ given in the tender schedule against the respective chapter of of USOR-2010 (Schedule-A)/ overall single rebate over schedule of USOR chapters (Schedule-A)/ single rebate over entire schedule of Non- Schedule items (Schedule-B). One single rebate over entire Tender schedule shall also be considered. *Multiple Rates- in case tenderer/s quote selective rebate on any individual item(s) of a USOR Chapter of 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 renderer does not quote rate/ rates in the format as specified in this tender document i.e. both in words & figures, in the attached Schedule of items Rates and Quantities, the offer will be treated incomplete and summarily rejected.

a) Single Packet System:

The tender must be submitted on the prescribed tender form enclosed in sealed cover bearing the “Tender No. and its description” in duplicate marked original & duplicate and must be sent by registered post to the CSTE (Const.) N. Railway, Baroda House, New Delhi & Dy. CSTE/C/TKJ /SSTE/TKJ (refer Volume-I) Northern Railway, Tilak Bridge, New Delhi so as to reach this office not later than 15.00 hours on date as specified in Volume-1 or deposited in the special box allotted for the purpose in the office of the CSTE (C) / Dy. CSTE/C/(TKJ) (refer Volume-1). The box will be sealed at 15.00 hours. No tender received after the time and date specified shall be considered. Any tender delivered or sent otherwise or lost in transit will be at the risk of the tenderers.

b) Two packet system:

Not applicable in this tender

c) Offers to be submitted as per single packet system as per para 1.3A or two-packet system as per para 1.3B above as indicated in volume-I.

d) All offers shall be either type written or written neatly in indelible Ink in English. Each page

of the offer must be numbered consecutively. A reference to total number of pages

Signature of the tenderer AESTE/C/TKJ 54/206

Page 55: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

comprising the offer must be made at the top right hand corner of the top page. All the supporting documents should be submitted either in original or duly attested by the tenderer or notary public unless stated otherwise in these documents. The original documents shall be produced for verification when called for.

e) All copies of the tender paper shall be signed in ink by the tenderer, on each page including closing page, in token of his having studied the tender papers carefully.

f) The original tender papers purchased from this office shall be returned duly signed on each

page along with the original offer. 1.4 OPENING OF TENDERS

a) Single Packet System: - The tenders will be opened soon there-after simultaneously on the day (refer volume-I) in the office of CSTE/C / Dy. CSTE/C/TKJ (refer volume-I) by a nominated officer in the presence of such TENDERERS who may choose to be present. In case the date of opening date happens to be a holiday the tender will be opened at the same time and place on the next working day.

b) Two Packet System: Not applicable in this tender

c) Tenders to be opened as per single packet system as per para 1.4a or two packet system as per para 1.4b above as indicated in volume-I.

1.5 VALIDITY OF OFFER The tenderer/s shall keep the offer open for a period of 90 days (refer vol. I) from the date of opening of the 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. Any contravention of the above condition will make the tenderer liable for forfeiture of his Earnest Money Deposit.

2. DOCUMENTS TO ACCOMPANY THE QUOTATION 2.1.1 TECHNICAL:

a) Detailed technical description of the system offered. b) Detailed technical description of each of the equipment offered. c) List of document plans, equipment and facilities, which the tender expects to be supplied by

Railways. d) Lay out plan for the indoor equipment and pre arrangement if any required to be done by

Railways for installation of indoor equipment. e) A certificate by the supplier that the system offered by him meets fully with the technical

specification specified in the tender documents. 2.1.2 Tenderer must also submit the following documents:-

Signature of the tenderer AESTE/C/TKJ 55/206

Page 56: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

a) Document/s in support of financial solvency (solvency certificate from any Nationalized Bank along-with supporting documents.)

b) Audited balance sheet and income statement of just concluded year. c) Detailed particulars of consultants to assist the company in the works, if any.

2.1.3 The tenderer must submit copies of certificates and testimonials with regards to:

a) Jobs executed in the line of work. b) Time taken for completion of these works with reason for delay, if any, viz-a-viz a

completion period specified in the contract. c) Whether LD was imposed with respect to above. d) Performance certificate from the clients in regard to works covered under item (a) above,

signed by an officer not below the rank of J.A. Grade Officer for each completed work. e) Particulars regarding amount of supplies made in each of the work as brought out in item (a)

and (d) above should be specifically brought out indicating items of supplies. f) Since the design of the system to achieve the end objective shall be checked and confirmed

by the contractor and the supply of the materials will be according to this system design, the tenderer shall give unqualified and unconditional guarantee that when the equipment supplied by him is installed and commissioned at site, it shall achieve the desired objective and that in the event of performance of the system when installed not complying with the end objective or with the specifications, he shall provide further inputs to enable the Railways to realize the end objectives with full compliance of the specifications contained in these documents. No additional payment will be made to the contractor for supply of any additional goods and service required in this regard. This certificate in the Performa given in Form No. 9, shall accompany the final offer. Absence of this certificate, which will form part of the agreement, shall disqualify the tenderer automatically.

2.2 EARNEST MONEY 2.2.1(a) The tender must be accompanied by a sum of Rs.240580/- (Rupees Two lacs forty

thousand five hundred and eighty only)). i.e. 2 % for works estimated to cost up to ` 1 crore and for works estimated to cost more than 1 crore - ` 2 lacs + ½% (half percent) of the excess of estimated cost of work beyond ` 1 crore, subject to a maximum of Rs.1 crore (as indicated in tender notice) as Earnest money in the manner prescribed in clause 2.2.2 failing which the tender shall be summarily rejected. The Earnest Money shall be rounded to the nearest Rs. 10.

2.2.1(b) Labour co-operative are required to deposit only 50% of the earnest money as referred to in clause 2.2.1(a) above.

2.2.1(c) The tenderer/s shall keep the offer open for a period of 90 days from the date of opening of the tender in which period Tenderers cannot withdraw his/their offer subject to period being extended further, if required, by mutual agreement from time to time. It is understood that the tender documents have been sold/issued to the tenderers and tenderers is/are being permitted to in consideration of stipulation on his/their part that after submitting his/their offer he/they/will not resile for his /their offer or modify the terms and conditions thereof in manner not acceptable to Northern Railway should the

Signature of the tenderer AESTE/C/TKJ 56/206

Page 57: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

tenderer/s fail to observe to comply with the foregoing stipulation or fail to undertake the contract after acceptance of his/their tender the entire amount deposited as earnest money for the due performance of the stipulation and to keep the offer open for the specified period, shall be forfeited to the Railway.

If the tender is accepted, the amount of all earnest money will be held as initial security

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

2.2.2 The Earnest money of the requisite amount as referred to in clause above is required to be

deposited either in cash with the Chief Cashier, Northern Railway, New Delhi on any working day before 12.00 hrs. or in any of the following forms-

(a) Banker’s Cheques/ Demand Drafts. These forms of Earnest Money could be either of

State Bank of India or any of the nationalized banks or by a scheduled Bank. (b) The Railway cash deposit receipts or the Banker’s Cheques/ Demand Drafts as mentioned

above, as the case may be, is to be attached with the tender, failing which, tender will be summarily rejected.

(c) The above instruments must bear an endorsement from the authority issuing such Banker’s Cheques/ Demand Draft that received from M/s / Shri _______ _& in favour of FA & CAO/C or Dy. FA & CAO/Const., Northern Railway, Kashmere Gate, Delhi.

NOTE 1. Tenders submitted with Earnest Money in any form other than those specified above

shall not be considered.

2. Any request for recovery from outstanding bills for Earnest Money against present tender will not, under any circumstances be entertained.

3. No interest will be payable upon the earnest money and Security Deposit or amounts payable to the contractor under the contract.

2.2.3 Exemption of Earnest Money & Security Deposit:

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

2.2.4 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 of submission

Signature of the tenderer AESTE/C/TKJ 57/206

Page 58: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

of PG beyond 30(thirty) days and up to 60 (sixty) days from the date of issue of LOA may be given the authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30(thirty) days i.e. from 31st day after the date of issue of LOA. In case of contract fails to submit the requisite PG even after 60(sixty) days from the date of issue of LOA the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for work.

(b) The successful bidder, shall be submit the performance guarantee (PG) in any of the following forms amounting the 5% (five percent) of the contract value:-

(i) A deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government Securities including State Loan Bonds at 5 percent below the market value. (iv) Deposit Receipts, 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 Saving Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificates at 5 per cent below market value or at the face value whichever is less

and: (xii) FDR (free from any encumbrance) Note: The instruments as listed above will also be accepted for Guarantees in case of

MOBILISATION advance. All the instruments mentioned in (iii) to (xii) above should be in favor of FA&CAO/C/NR or Dy. FA&CAO/C/NR and pledged in favor of FA&CAO/C/NR or Dy. FA&CAO/C/NR.

(c ) (i) The performance guarantee shall be submitted by the successful bidder after the Letter of

Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contactor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

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

d) The value of P.G. to be submitted by the contractor will not change for variation upto 25%

(twenty five percent) (either increase or decrease). In case during the course of execution,

Signature of the tenderer AESTE/C/TKJ 58/206

Page 59: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

value of the contract increases by more than 25% (twenty five percent) of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor.

e) The Performance Guarantee (PG) shall be released after physical completion of the work based on ‘Completion Certificate’ issued by the competent authority stating that the contactor has completed the work in all respects satisfactorily. The certificate, interalia, 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 who 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 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. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.

g) The Engineer shall not make a claim under the performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

i. Failure by the contractor to extend the validity of the performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

ii. Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the clauses/conditions of the agreement, within 30 days of the service of the 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.

2.3 (a) Submission of documents related to constitution of Firm by Partnership

Firm / Concern / JVs along with Tenders

The tenderer/s who are constituents of firm, company, association or society must necessarily enclose the attested copies of the constitution of their concern, partnership deed and power of attorney along with their tender. Tender documents in such cases are to be signed by such persons as may be legally competent to sign them on behalf of the firm, company, association or society as the case may be. The Co-operative societies must likewise submit a attested copy of their certificate of registration along with the documents as above mentioned.

The tenderer shall give full details of the constitution of the firm/ Company/ Society etc. in

the “Top Sheet” as well as in Annexure-“D” to “Special Tender Conditions and instructions

Signature of the tenderer AESTE/C/TKJ 59/206

Page 60: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

to tenderers” of tender document and must submit the following documents along with tender without fail:-

(A) Sole Proprietorship Firm: If the tender is submitted on behalf of a “Sole proprietorship” concern, the tenderer must submit along with the tender, the notarized copy of the affidavit for the same. (B) Partnership Firm: If the tender is submitted on behalf of a “Partnership Firm should be registered by Registrar of firms. The tenderer must submit along with the offer:- (1) Notary certified copy of the Registered Partnership Deed. (2) Notarised Power of Attorney/ authorization in original, in favour of the individual signing

the tender. (C) Joint Venture (JV): If the tender is submitted on behalf of a JV, the tenderer must submit along with the tender, (1) Original copy of MOU/JV agreement duly notarized in accordance with the annexure K-1 to “Special Tender Conditions and instructions to tenderer” of tender document, duly signed by the Power of Attorney (POA) holders/ authorized signatories of all the constituents/members of the JV. (2) Valid power of attorney/authorization by all JV consistituents, in favour of the individual signing the tender document on behalf of the JV; and

(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. (ii) The Partnership Firm should be registered by Registrar of the firms on or before date of

opening Tenderer shall submit Notary certified copy of above Partnership Deed. (a) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of

appropriate value (in original). (b) Power of Attorney (duly registered or notarized as per prevalling law) 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.

(i) In case one or more members of JV is/are Proprietary Firm or HUF, the following documents shall be enclosed:

Affidavit on Stamp Paper of appropriate value declaring that his/ her concern is a Proprietary concern and he/ she is a 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 and on behalf of HUF.

(ii) In case one or more members of JV 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 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.

Signature of the tenderer AESTE/C/TKJ 60/206

Page 61: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(b) Copy of Memorandum and Articles of Association of the Company. (c) Power of Attorney (duly registered/notarized as per prevailing law) by the company

authorizing the person to do/act on behalf of the company as mentioned in the para (a) above.

(D) Company:

If the tender is submitted on behalf of a company registered under Companies Act-1956, the tenderer must submit along with the tender, (1) the copies of MOA (Memorandum of Association) & AOP (Article of Association) of the company; (2) POA (Power of Attorney) duly registered/notarized by the company (backed by the resolution of Board of Directors) 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 along with tender (1) the attested copy of the certificate of registration (2) Deed of formation (3) Power of Attorney in favour of the tender signatory.2.3.b.

2.3.b After opening of the tender, any document pertaining to the constitution of the Firm/ JV/ Society (as applicable), shall nether be asked nor 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/ Company shall be permitted after opening of the tender except where necessitated due to the succession law. Note : In case of General Power of Attorney, photocopy of the same duly notarized shall also be considered.

2.4 CONSTITUTION OF FIRM AND POWER OF ATTORNEY a) Tenderer(s) should submit the constitution of his/their firm(s) and the Power of Attorney, if

any. He/they are also required to disclose whether he/they is/are carrying own business as individual, sole Proprietor or in Partnership for or in any company incorporated under the company’s Act. A copy of the agreement entered into by Joint Ventures, Partners is to be submitted with the tender. Tender Documents in such cases, are to be signed by such person/s as may be legally competent to sign them on behalf of the firm company, association or society as the case may be.

b) If, tenderer expires after the submission of his tender or after the acceptance of his tender, the

Railway shall deem such tender/ contract as cancelled. If, a partner of a firm expires after the submission of their tender the Railway shall deem such tender as cancelled unless the firm retains its character.

c) If, the contractor’s firm is dissolved on account of death or retirement of any partner or for

any reasons whatsoever before fully completing the whole work or any part of it undertaken by the principal agreement, the partner shall remain jointly severely and personally liable to complete the whole work to the satisfaction of the Railway and pay compensation for loss sustained, if any, by the Railway due to such dissolution. The amount of such compensation

Signature of the tenderer AESTE/C/TKJ 61/206

Page 62: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

shall be decided by the General Manager or his accredited officer and his decision in the matter shall be final and binding on the contractor.

d) CONSORTIUM BIDS (Refer Vol. I)

i) In view of nature of work covered in the Bid documents, it is anticipated that some of the

intending bidders will pool their resources and experience to form consortia. In their own interest, the bidders who form such consortia are advised to investigate capabilities, availability of resources, experienced personnel, financial soundness, past experience and concurrent engagements of constituting partners.

ii) Consortia of bidders, if any must clearly define role/scope of work of each partner /

member. Further the legal agreement for a consortium must accompany the bid and should clearly define the leader of such a consortium who will be the prime contractor and will be responsible for timely completion of work as also during execution of work, if awarded, co-ordinate with Purchaser on behalf o the consortium, receive payments for the works executed and be liable for due performance of the contract in all respect.

iii) Qualification documents, details etc., must however, be provided for each member firm

complete in all respects strictly in requisite Performa.

iv) A consortium formed will not be subject to alteration with regard to change in constituting firms and/or reorientation of roles. Any changes, if proposed by consortium to take advantage of certain developments during evaluation stage will render the bid liable to be rejected. As all details are required to be furnished along with the bid and should be critically examined during evaluation of bids, it is imperative that such details should have been thoroughly examined as a safeguard against a possible disqualification of bids on these grounds.

v) All partners of the consortium shall be jointly and severally liable to the purchaser for the execution of the entire contract in accordance with its terms.

(e) 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) Not applicable in this tender

f) GUIDELINES FOR SUBMITTING TENDERS BY PARTNERSHIP FIRM AND THEIR ELIGIBLITY 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 existence or should have been formed prior to submission of tender. The Partnership Firm should be registered by Registrar of firms

Signature of the tenderer AESTE/C/TKJ 62/206

Page 63: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

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 tender as well as the currency of 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 the 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 shall be submitted only in the name of partnership firm. The EMD submitted in the name of any individual partner or in the name of authorized partner(s) shall not be considered.

8. One or more of the partners of the firm or any other person(s) shall be designated as the

authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a “Power of Attorney”, specifically authorizing him/them to submit & sign the tender, sign the agreement, receive payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by firm, sign “No Claim Certificate”, refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contract. Such “Power of Attorney” should be notarized/registered and submitted along with tender.

9. The Partnership Firm should be registered by Registrar of the firms on or before date of

opening. Tenderer shall submit Notary certified copy of above Partnership Deed.

Signature of the tenderer AESTE/C/TKJ 63/206

Page 64: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

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 MOBILISATION 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 partners. 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 a partnership

concern. The following documents shall be submitted by the partnership firm, with the tender-

a) A copy of registered 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 favor 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 Railway 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.

Signature of the tenderer AESTE/C/TKJ 64/206

Page 65: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

14. Evaluation 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:

a) The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in “para 2.6.2 (a), (b) of special tender conditions and instructions for tenderers”) in its own name and style;

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 2.6.2 (a),(b) 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:-

a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria

(as defined in “para 2.6.3 of special tender conditions and instructions for tenderers”) in its own name and style

OR

b) 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 a sole proprietor or as a partner in different firms, then the arithmetic sum of the contractual payments received by all the partners of the tendering firm, derived on basis of their respective percentage 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 2.6.3) of special tender conditions and instructions for tenderers”).

Example on Evaluation of Technical & Financial Eligibility of Partnership Firm

A tendering partnership firm “ABCD” has four constituent partners namely “A”, “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.

Signature of the tenderer AESTE/C/TKJ 65/206

Page 66: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

III. Sole proprietorship firm “P” having “D” as sole proprietor has executed a work of value ` 2.0 Crores earlier.

The evaluation of technical and financial eligibility of tendering firm “ABCD” shall be done by taking

proportionate share of credentials of 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:-

1 2 3 4 5 Partners Credentials of “A” &

“B” derived from firm “ABZ” 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 “A”, “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 Credentials 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.

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

D - - - - 100% 100% of 2 Cr.=2.0 Cr.

10% 10% of 2 Cr.=0.2 Cr.

Evaluation of Technical Eligibility: Any one of the partners of “ABCD” 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 “ABCD” will be taken as ` 0.40 cr., ` 0.60 cr., ` 0.50 cr., ` 0.20 cr., respectively. Thus in this example the firm “ABCD” is deemed to have executed one single work of maximum value of ` 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 “ABCD” 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 ` 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 “ABCD” is deemed to have received contractual payments of ` 1.70 Cr. for the purpose of financial eligibility criteria.

Signature of the tenderer AESTE/C/TKJ 66/206

Page 67: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

2.5 QUALIFICATION CRITERIA AND CREDENTIALS (FOR OFC INDOOR WORK)

Not applicable in this tender

2.5 QUALIFICATION CRITERIA AND CREDENTIALS FOR ALL SIGNALING & TELECOMM. WORKS OTHER THAN OFC INDOORS WORKS.

2.6.1. General: 2.6.1.1 Tenderer/s must submit, along with his/their tenders: -

i) A statement showing similar works executed by him/them ii) Certificates of successful completion of his/their works. 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 3 (three) preceding years should be enclosed, duly attested.

iv) A list of their engineering organization and equipments, construction tools and plants available with them.

2.6.2 Technical eligibility Criteria

As a proof of technical experience/competence, the tenderer should have completed successfully at least one similar single work for a minimum value of 35% of advertised tender value including cost of cement and steel, in last three financial years (i.e. current year & three previous financial years) up to the date of opening of the tender. The similar nature of work is defined as under:-

Design, Supply, Installation and Commissioning of Automatic Signalling/ Panel interlocking/Route Relay Interlocking/Electronic Interlocking

OR Outdoor Signalling work in connection with Panel interlocking /Route Relay Interlocking/Electronic Interlocking/ End Cabin/ Central Cabin

OR Indoor Signalling work in connection with Panel interlocking /Route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin

OR Indoor & Outdoor Signalling work in connection with Panel interlocking /Route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin

(b) The following will be applicable for evaluating the eligibility.

Signature of the tenderer AESTE/C/TKJ 67/206

Page 68: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

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

ii. The total value of similar nature of work completed during the qualifying period and not

the payments received within qualifying period alone, should be considered. In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including statutory deduction is to be considered. If final measurements have been recorded and work has been completed with negative variation, then also the 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 the case of composite works involving combination of different works, even separate completed works of required value should be considered while evaluating the 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 has completed one bridge work with PSC superstructure of value at least equal to 35% of the tender value should be considered as having fulfilled the eligibility criterion of having completed single similar nature of work.

Work Load

The tenderer will submit the present workload of similar works in hand as per format of Form 12. The performance of the tenderer with regard to satisfactory execution of more than one contract simultaneously in the past shall be taken into account.

2.6.2 Financial Eligibility Criteria

i) As a proof of sufficient financial capacity and organizational resources contractor should have received the total payments against satisfactory execution of all 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 the tender) of a value not less than 150% of the advertised cost of work including the cost of cement and steel.

ii) For judging the technical eligibility only those works which had been executed for the Government or Semi Government Organisations shall be considered and the tenderer(s) will submit the certificate to this effect from the from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for Private Individual, Private Organisation shall not be considered.

Signature of the tenderer AESTE/C/TKJ 68/206

Page 69: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Completion Certificate/ Experience Certificate issued by Competent Authority in favour of tenderer duly stating Name and Final cost of the work, Date of Completion etc. as per Form no.8 must be attached along with the offer.

iii) The tenderer’s/contractor shall submit a statement of contractual payments received during the last three financial years and current year on the prescribed performa as detailed at FORM No.14. The details shall be based on the Form-16A issued by employer i.e. the certificate of deduction of Tax at source under section 203 of the Income -Tax Act, 1961. The photocopies of the Form-16A shall be enclosed duly attested by Notary Public with seal and Notary Stamp thereon.

iv) 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 material and total cost of the work (including cost of cement/steel) shall be considered to decide eligibility or otherwise.

v) The overall financial soundness of the tenderers will be evaluated based upon the volume of the work handled, turnover, balance sheet etc. Tenderer will accordingly furnish these particulars for the last three years (i.e. current year and three previous financial year) duly supported by latest audited results/balance sheet.

vi) Tenderer has to satisfy the eligibility criteria for technical capability and competence as well as for financial capacity and organizational resources.

vii) If the tenderer is a JV/Consortium, each partner of JV/Consortium should have good credential and the JV/Consortium should meet the technical and financial eligibility criteria as per the guidelines given in para 2.4(e) & (f)

The tenderer shall furnish such documents as to establish the financial soundness of his company as well as that of other companies if more than one company is involved in the bidding for this tender. The latest balance sheet, audited or certified by a neutral agency shall be furnished

2.6.4 Engineering Organization

a) The tenderer shall make an assessment of the requirement of personnel for execution of

this project and shall give details as to how he proposes to mobilize all technical manpower required for the project. Details of the qualification and experience of the personnel identified for project execution shall be included in the tender.

b) The successful tenderer shall appoint a Project Manager who would have adequate experience in project management of similar nature, unless the railway so desire, that the Project Manager should preferably be retained till all the obligations under the contract have been fulfilled.

c) The tenderers should have following minimum organization:- i) For works up to Rs.1 Crores: At least one Qualified Engineer having 5 years experience and

one experienced supervisor (Engg. Diploma Holder) having 5 years experience in the relevant field, supported by at least 10 Nos. of artisan staff like Masons, Black Smiths, Carpenter, Fitters, Cable Jointers & Wire-men etc.

ii) For works more than Rs.1 Crores and up to Rs. 3 Crores: At least one Qualified Engineer having ten years experience and two experienced supervisor (Engg. Diploma Holder) having

Signature of the tenderer AESTE/C/TKJ 69/206

Page 70: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

5 years experience in the relevant field, supported by at least 15 Nos. of artisan staff like Masons, Black Smiths, Carpenter, Fitters, Cable Jointers & Wiremen etc.

iii) For works more than Rs.3 Crores: At least one Graduate Engineer having ten years experience and three experienced supervisors (Engg. Diploma Holder) having 5 years experience in the relevant field, supported by at least 20 Nos. of artisan staff like Masons, Black Smiths, Carpenter, Fitters, Cable Jointers & Wiremen etc.

d) Tenderer shall advise the number of Engineers, Supervisors and Cable Jointers/Artisans

employed by him or going to be employed by him with their names, qualifications bio-data and experience in this particular trade under consideration along with the Tender positively. Irrevocable letters of commitment of the said Supervisors and Key Technicians/Artisans for doing the work shall be furnished along with Tender Papers if they are not already in employment of the Tenderer.

2.5.5 MEANING OF SIMILAR WORKS FOR SIGNALING WORKS (Refer Vol.-I)

1. For Electromechanical works:

Work of supply installation & commissioning of mechanical signaling/electro mechanical signaling gears including cable laying, erection of mechanical signals, app cases, termination, erection of lever frames and other mechanical gears. Similar Works:

Similar work for this tender are as:- Design, Supply, Installation and Commissioning of Automatic Signalling/ Panel interlocking /route Relay Interlocking/ Electronic Interlocking

OR Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Interlocking/ End Cabin/ Central Cabin

OR Indoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin

OR Indoor & Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin

2. For MACLS works:

Supply installation and commissioning of the work of colour light signaling, outdoor as well as indoor, including erection of lever frames and other mechanical gears, trenching and cable laying, erection of App. Cases, colour light signals, relay room wiring etc. Similar Works: Supply installation and commissioning of the work of colour light signalling, outdoor as well as indoor including erection of lever frames and other mechanical gears, trenching and cable laying, erection of App. Cases, colour light signals, relay room wiring, etc. OR outdoor works in connection

Signature of the tenderer AESTE/C/TKJ 70/206

Page 71: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

with Panel, Interlocking or RRI including cable laying, signal erection, location box erection/wiring of point and track circuiting.

3 For PI & RRI Indoor Works:

Design, supply installation and commissioning of relay interlocking work (Panel/Route relay indoor works) For judging the technical eligibility only those works which had been executed for the Government or Semi Government Organisations shall be considered and the tenderer(s) will submit the certificate to this effect from the from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for Private Individual, Private Organisation shall not be considered. Completion Certificate/ Experience Certificate issued by Competent Authority in favour of tenderer duly stating Name and Final cost of the work, Date of Completion etc. as per Annexure-L must be attached along with the offer. Similar Work:

Similar work for this tender are as:- Design, Supply, Installation and Commissioning of Automatic Signalling/ Panel interlocking /route Relay Interlocking/ Electronic Interlocking

OR Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Interlocking/ End Cabin/ Central Cabin

OR Indoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin

OR Indoor & Outdoor Signalling work in connection for Panel interlocking /route Relay Interlocking/ Electronic Inter locking/ End Cabin/ Central Cabin

4 For PI & RRI Outdoor Works:

Design, supply, installation and commissioning of outdoor signaling gears in connection with Panel/RRI including cable laying, termination, location wiring, fitting of point machines and track circuits, axle counters, etc. Similar Work: Design, supply, installation and commissioning of outdoor signalling gears in connection with Panel/RRI including cable laying, termination, location wiring, fitting of point machines and track circuits, axle counters, etc. or outdoor works in connection with the provision of colour light signalling including cabal laying, termination, location wiring, fitting of point machines and track circuits, axle counters, etc.

5. For Block Proving Works:

The work of design, supply, installation and commissioning of block proving by axle counter on single/double line section with or without use of multiplexes.

Signature of the tenderer AESTE/C/TKJ 71/206

Page 72: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Similar Work: The work of design, supply, installation and commissioning of block proving by axle counter

on single/double line section with or without use of multiplexes.

6. For Provision of BPAC, MSDAC/SSDAC, Permanent maintenance free earth and Lightening and Surge Protection device for Signaling works.

7. Supply and Installation of Earth Leakage Detector & Provision of effective Signaling

power supply management system for monitoring for DG operation, Battery Health/condition, Commercial/Solar Supply, Fuel level etc.

(a) Supply and Installation of Earth Leakage Detector

Similar Work:-

Any Signaling & Telecom work involving Supply, Installation & commissioning of earth leakage detector.

OR Any Signaling & Telecom work involving AMC of Earth leakage detector.

OR Supply, installation & commissioning of earth leakage detector by Original Equipment Manufacturer (OEM) under RDSO list of approved supplier or his authorized agent/representative/dealer.

(a) Provision of effective Signaling Power Supply Management System for monitoring for DG operation, Battery Health/condition, Commercial/Solar Supply, Fuel level etc.

Similar Work:

Supply, erection testing & commissioning of electronic based equipments in Indian Railways and the firm should be and Original Equipment Manufacture or his authorized dealer.

OR Any Signaling & Telecom work involving Supply, Installation & Commissioning of Signaling Power Supply Management System for monitoring for DG operation, Battery Health/condition, Commercial/Solar Supply, Fuel level etc.

OR Any Signaling & Telecom work involving AMC of Signaling Power Supply Management System for monitoring for DG operation, Battery Health/condition, Commercial/Solar Supply, Fuel level etc.

2.6.6 MEANING OF SIMILAR WORKS FOR TELECOM WORKS OTHER THAN OFC INDOOR WORK.

Signature of the tenderer AESTE/C/TKJ 72/206

Page 73: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

1. Optical Fiber Cable outdoor work of trenching, laying, jointing, splicing, testing of Optical Fiber cable including Quad, PIJF cable and commissioning of way station equipment etc.

The tenderer should have successfully executed at least one similar work as described

below:- Execution and commissioning of work of laying main telecom cable to Railways quad configuration, jointing and installation of repeater station/cable hut equipment with other allied works

OR Trenching, laying, jointing, splicing, testing and commissioning of optical Fiber cable including installation of associated outdoor equipments along with their testing and commissioning.

2.7 PRICE QUOTATION

2.7.1 Schedule for the works is provided in Vol. I.

2.7.2 QUOTATION FOR SCHEDULE OF RATES (SOR) ITEMS

i) The tenderer/s is/are required to quote uniform percentage below/at par/above against the

SOR cost. Chapter wise both in figures and words indicated on abstract sheet of the Schedule based on SOR. The total cost chapter wise should also be quoted.

ii) The percentage rate quoted against SOR cost chapter wise on Abstract sheet shall be applicable to all items of that chapter of the schedule.

iii) The SOR item Nos. description and rates given in Schedule of quantities are based on the R.E./Northern Railway Schedule of Rates for signaling. Any discrepancy noticed during the execution of work, in working rates, quantity or materials etc. should be rectified by the reference to the R.E./N. Rly. Schedule of Rates for signaling which shall be treated as authoritative and binding on the contractor. The relevant notes applicable to the respective sub/chapter will apply to the items of the Tender schedule and should be considered as having been incorporated in the contract agreement and binding on contractor. The rates are mentioned against each item in the schedule based on SOR.

If any contractor wants the copy of R.E./N. Rly Schedule of rates for signalling, he can purchase from the office of Chief Signal & Telecommunication Engineer (C), Baroda House, New Delhi at the prescribed cost.

2.7.3 QUOTATION FOR NON SCHEDULE OF RATE (Non-SOR) ITEMS

The rates shall be quoted both in figures and in words for each item as mentioned in Schedule of work attached with the tender documents.

Signature of the tenderer AESTE/C/TKJ 73/206

Page 74: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

2.7.4 If there is any variation between the rates quoted in figures and in words, the rates quoted in words shall be taken as correct. If more than one or improper rate is quoted for the same item of schedule, the tender is liable to be rejected.

2.7.5 The rates quoted by the tenderer/s shall be inclusive of all octroi or any other taxes. No

claims for octroi or any other taxes etc. shall be entertained by the Railways at any stage and on any grounds whatsoever. Sales Tax, Octroi, royalty, toll tax or any other tax (es) levied by the Central or State Govt. or local bodies shall be borne by the tenderer. No part of such taxes on contractor’s Labour/materials or any other amount will be paid by the Railway. This should be kept in view before tendering. If any further increase to the existing rates of sales tax is made or levies is imposed by the state govt. after the date of receipt of the tender and the same is required to be borne by the contractors, then the recovery of said amount will be first made as required under law and subsequently the same will be reimbursed to the concerned sales tax authority to the effect that the sum as already deposited is not refundable to the contractor.

2.7.6 The rates to be quoted should take into account the credit available on inputs under the

MODVAT scheme introduced with effect from 1st March 1986.

CERTIFICATE FOR MODVAT BENEFITS ON BILLS a) The contractor should submit the following certificate along with the bills:

“We certify that no additional duty set offers on the Goods supplied by us have accrued under the MODVAT Scheme in force on the date of supply after we submitted our quotations and submitted the present bill.”

b) In the event of MODVAT credit being extended by the Government of India to more

items that already covered, the firm should advise the purchaser about the additional benefits accrued through a letter containing the following certificate or any variation thereof as may be considered necessary by individual Railway administration:-

“We hereby declare that we can avail additional duty set offers as per rates MODVAT scheme in force now and we hereby give a reduction of (---------------) per unit and agree to revise the prices indicated in the order. The current E.D. of (--------------) is payable on this reduced price. Therefore, we request you to amend the order accordingly.”

2.7.6.1 Supply of spares has been indicated in the schedule of works. Tenderer shall quote for the

spares in details by quoting item-wise rates, also indicating the total number of such items used in the entire system.

2.7.7 The price quoted by the Tenderer shall include the prices of materials including all

incidental charges for transport, loading/unloading and handling of materials, for arranging dispatch by rail direct from manufacturer’s factory and completing all necessary formalities in the respect, such as submission of forwarding notes, arranging placement of Wagon, collection of Banker’s charges for Bank guarantee, Indemnity

Signature of the tenderer AESTE/C/TKJ 74/206

Page 75: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

bonds inclusive of cost of stamp etc. as also siding or shunting charges, if any, levied by the Railways. It will also include: -

a) Cost of transportation of materials supplied by the Railway from the place of delivery to

the site of work. b) Cost of transportation of all materials to be supplied by the contractor, to the site of work. c) Collection of balance materials left over after the work, if any, and materials released and

handing over to the Railway Engineer’s representative at specified location and stocking in an orderly way.

2.7.8 The prices shall include all taxes, duties, Royalty and levies (including Octroi, Sales Tax,

Works Contract Tax, Toll Tax, any other taxes levied by Central of State Govt. etc.) applicable on this works contract. Therefore, they should quote their prices taking into account the rates of Sales Tax as leviable in the event of Sale to the Central Government organization etc. It is clarified that required forms applicable for this purpose will be supplied to the Contractor, as applicable in the state where the Contract is being executed. While quoting the rate, they should also keep in view the provisions in Section 15 of C.S.T. Rules 1956 as amended from time to time. The price shall also include provision for losses and wastage in transit and installation and commissioning.

2.7.9 The prices quoted by Tenderer shall include cost of execution and testing and all cost of

Administration of Contract, insurance premium, Bankers charges for guarantees, cost of storage. The prices shall include cost of works and adjustments necessary to be done by the Contractor during or after tests carried out by the purchaser.

2.7.10 Possible fluctuation of market rates must be taken into consideration before quoting the

rates and no claim on this account shall be entertained afterwards. 2.7.11 All taxes, duties and levies (including Octroi etc.) arising out of the transaction between

the Contractor and his Sub-Contractors, suppliers for this work will be included in the rates quoted by the Contractor in the relevant Schedule.

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

for the reduction in rates, such negotiations shall not amount to conciliation or withdrawal of the original offer and rates originally quoted will be binding on the tenderer/s.

2.7.13 Tenderer shall submit analysis of rates if called upon to do so. 2.8(a) Commercial terms and conditions if any. 2.8(b) Duly signed tender document and schedule as per single/two packet system as applicable. 2.9 PERIOD OF COMPLETION & TIME PROGRESS GRAPH

Signature of the tenderer AESTE/C/TKJ 75/206

Page 76: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Contractor will submit a pert chart/ bar chart indicating detailed program of completion of various activities and also indicating number of persons including skilled staff/ supervisory which he would be employing for each activity so as to complete the work in the defined period as per the pert/bar chart. Tenders not accompanied with this may be considered incomplete and may be rejected. The works/work are/is to be completed within a period as mentioned in preamble from the date of issue of the acceptance of tender. The successful tender should however submit their final program in consultation with engineer of the project in terms of para 19 of Conditions of Contract Chapter-II Volume-II.

3. GENERAL 3.1 If the tenderer fails to abide by the conditions or fails to submit documents as above, the

tender is liable to be rejected.

3.2 COMPLIANCE TO TENDER CONDITIONS, SPECIFICATIONS & DRAWINGS 3.2.1 As far as possible the tenderers bid should not have any condition or specification or

assumption contrary to the provision in these tender documents on which tenderer/s bid is based. Tenderers special conditions that are at variance with tender stipulations shall be listed separately with details of exact financial implications if any as detailed in pars 3.2.2 & 3.2.3. below. Railways will not take cognizance of any such conditions mentioned at any other place in the tender document. Only such special conditions stipulated by the tenderer/s which have been specifically approved by the Railways in writing shall be deemed to have been accepted by the Railways and shall form part of the Contract Agreement. Any other conditions not accepted by the Railways shall be withdrawn by the tenderer/s.

3.2.2 The tenderer shall indicate paragraph by paragraph for each section of the tender documents that either his tender compliance with every respect with the requirement of each clause and sub-clause or if not, precisely how they differ from the requirement of the tenderer. In later case the tenderer shall enclose a separate statement as per Performa given indicating only the deviations for any clause or sub-clause of General Conditions of Contract, Special Conditions of Contract, Instructions to Tenderer, Technical Specifications/Supplement, and Preamble etc. which he proposes with detailed justifications for deviations proposed. The purchaser reserves the right to accept or reject these deviations and his decisions thereon shall be final (see Form No. 10).

3.2.3 The equipment and material offered shall be in accordance with the drawings and specifications. Details of deviations from drawings and specifications should be clearly indicated and in such an event, a certificate from the users must be furnished to the effect that the product offered performs the requisite functions satisfactorily & is an alternative acceptable in one or more other countries. The name of user in those foreign countries should also be indicated.

3.3 Tenders submitted by the tenderer/s who have not purchased the tender document shall be

summarily rejected.

3.4 These specifications documents describe the material to be furnished, work to be performed and the method of construction for complete installation in strict accordance with drawings

Signature of the tenderer AESTE/C/TKJ 76/206

Page 77: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

and specifications mentioned herein and such instruction as any from time to time given by the Railway. It should be clearly understood that the contractor agree to furnish, with-out any extra cost, anything and everything necessary for the complete installation and its reliable, safe and satisfactory working except such items as are specifically stated as being supplied by the Railway in this specification and at the time of placing the contract by written agreement, the Contractor shall quote for the work, giving all information.

3.5 All corrections and over writings in the tender document must be attested. 3.6 The tendered should read the conditions carefully and also see the schedule of work before

submitting the offer and also ascertaining site conditions and the magnitude of works involved.

3.7 Telex and incomplete offer will be summarily rejected. 3.8 Conditional tenders are liable to be rejected straight away. Railway reserves the right to

reject such tenders summarily without assigning any reason whatsoever. 3.9 Where there is any conflict between Instructions to tenderers, Conditions of Contract, Special

Conditions of Contract, Tender forms, the schedule of works and quantities on the one hand and General Conditions of Contract and on the other, the former shall prevail.

3.10.1 If any sub contract is placed against this contract, specific approval shall be taken from competent authority, i.e. Chief Signal & Telecom Engineer/(Project)/Chief Signal & Telecom Engineer/Construction/Dy. Chief Signal & Telecom Engineer/Construction/Sr. Signal & Telecom Engineer/ Construction as indicated in volume-1 before placing the order.

3.10.2 In the event of the Contractor’s subletting or assigning this contract or any part thereof without such permission, the purchaser shall be entitled to cancel the contract and to purchase the stores elsewhere on the contractor’s account and risk and the contractor shall be liable for any loss or damage which the purchaser may sustain in consequence or arising out of such purpose in terms of Clause No.7 of Part-II of General Conditions of Contract of N. Rly.

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

3.12 No Foreign Exchange and/or Import License will be released / provided to the contractor in connection with this contract.

3.13 TENDERER’S ADDRESS

Tenderer shall state in the tender his postal address fully and clearly. Any communication sent to the tenderer by post at his said address, shall be deemed to have reached the tenderer duly and timely, notwithstanding the fact that the communication could not reach the tenderer at all or in time for whatever reason. Important documents shall be sent by Registered Post.

3.14 AUTHORITY FOR ACCEPTANCE

Signature of the tenderer AESTE/C/TKJ 77/206

Page 78: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

The authority for acceptance for the tender will rest with the purchaser. The purchaser shall not be bound to accept the lowest or any tender or to assign any reason for non-acceptance or rejection of any tender.

3.15 WRONG INFORMATION BY TENDERER

If the tenderer(s) deliberately gives a wrong information/whose Credentials/ documents in his/their tenders and thereby create(s) circumstances for acceptance of his/their tender, Railway reserves the right to reject such tender at any stage, besides, shall suspend the Business for One Year with that tenderer.

3.16 LEVY OF TOKEN PENALTY

Attention is invited to clause 17(B) of the GCC and according to which time is the essence of the contract. The competent authority while granting extension to the currency of contract under 17(B) of GCC may also levy token penalty as deemed fit.

MODE OF PAYMENT All payments in respect of the contract during the currency of the contract shall be made

through NATIONAL ELECTRONIC FUND TRANSFER (NEFT)/or REAL TIME GROSS SAVINGS (RTGS). The successful tenderer on award of contract must submit RTGS/NEFT Mandate Form complete in all respects as per FORM 15 of the tenderer document. However if the facility of RTGS/NEFT is not available at a particular location, the payments shall be made by cheque”. In such cases the successful tenderer on award of contract will have to furnish contractor’s Bank Account Number and Name of Bank against all payment in respect of the contract during the currency of the contract shall be made.

Signature of the tenderer AESTE/C/TKJ 78/206

Page 79: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

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 tenderers” 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

Signature of the tenderer AESTE/C/TKJ 79/206

Page 80: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

CHAPTER – II

CONDITIONS OF CONTRACT 1. AGREEMENT The successful tenderer, shall within 21 days after having been called upon by notice to do so

be bound to execute an agreement based on accepted rates and conditions, in such form as the Railway may prescribe, and lodges the same with the Railway together with the conditions of contract, specifications and schedule of prices referred to therein duly completed. The form (Form 1) of agreement is enclosed with this tender document.

1.1 CONTRACTOR’S OFFICE AND STORES DEPOT

The Contractor shall, within a month of issue of letter of acceptance of tender, establish an office and store depot at a convenient place for receiving and storing equipments and materials and progressing field work expeditiously in consultation and with the approval of the purchaser. He shall intimate the purchaser and address thereof, to which all correspondence should be sent. Any communication sent to the contractor by post at his said address shall be deemed to have reached the contractor duly and in time. Important documents shall be sent by Registered Post.

2.1 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 up to 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 the 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 railway cash deposit receipt (ii) Irrevocable Bank Guarantee; (iii) Government Securities including State Loan Bonds at 5% below the market

value: (iv) Deposit receipt, 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 Schedule

Banks’ (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Saving Certificates; (i) Twelve years National Defence Certificates;

Signature of the tenderer AESTE/C/TKJ 80/206

Page 81: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(ii) Ten years Defence Deposits; (iii) National Defence Bonds and (iv) Unit Trust Certificates at 5% below market value or at the face value whichever is less

and (v) FDR (free from any encumbrance).

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

MOBILISATION Advance. All the instruments mentioned in (iii) to (xii) above should be in favor of FA&CAO/C/NR or Dy. FA&CAO/C/NR and pledged in favor of FA&CAO/C/NR

(c) (i) The Performance Guarantee shall be submitted by the successful

bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This PG 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 the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

(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 applicable to these PSUs.

(iii) Wherever the railway PSUs are awarded works contract by Railways, on single tender basis, they are exempted from the requirement of submitting Performance Guarantee.

(i) 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 not change for variation up to

25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor”.

(d) The Performance Guarantee shall be released after the physical completion of the work based on the “Completion Certificate” issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The certificate interalia, should mention that the work has been completed in all respects and that there is no due from the contractor to railways against the contract concerned. The competent authority shall normally be the authority who 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.

(e) 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 and cost of the failed contractor. The failed contractor shall

Signature of the tenderer AESTE/C/TKJ 81/206

Page 82: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/Partnership firm.

(f) The engineer shall not make a claim under the Performance Guarantee except for

amounts to which the President of India is entitled under the contract (notwithstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

i. Failure by the contractor to extend the validity of the performance guarantee as described

herein above, in which event the Engineer may claim the full amount of the performance guarantee.

ii. Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.

iii. The contract being determined or rescinded under provision of the GCC the performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

2.2 2.2.1 SECURITY DEPOSIT ON ACCEPTANCE OF TENDER

The 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 the contract value.

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

c. Security deposit will be recovered only from the running bills of the contract and no other mode of collecting security deposit such as security deposit in the 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.

2.2.2 The Security Deposit shall be forfeited whenever the contract is rescinded. The security

deposit unless forfeited in whole or in part according to the terms and conditions shall be released to the contractor only after the expiry of the maintenance period and after passing the final bill based on ‘no claim certificate’. Thus before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained. The competent authority should issue the certificate regarding the expiry of the maintenance period and passing of the final bill based on ‘no claim certificate’. The competent authority shall normally be the authority who 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.

Signature of the tenderer AESTE/C/TKJ 82/206

Page 83: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

After the work is physically completed security deposit recovered in cash from the running bills of a contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank guarantee for equivalent amount valid for the maintenance period + 60 days to be submitted by him. The various instruments as listed for performance Guarantee (clause 2.2.4) will be acceptable for the purpose. This facility is subject to the issue of physical completion certificate as envisaged in tender conditions.

NOTES: No Interest will be payable upon the Earnest money and security deposit or amounts payable to the contractor under the contract.

2.2.3 The President shall be entitled to deduct from the said Security Deposit any loss or

damages which the Railways may be put to be reasons of any act of default on the part of contractor and may call upon the contractor to replenish and maintain the deposit at its original limit by making further deposit. In the event of the contractor failing to deposit within time and in the manner aforesaid the Railway shall be entitled to cancel the contract and forfeit the security deposit.

2.3 Exemption of Earnest Money & Security Deposit:

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

2.4 FORFEITURE OF DEPOSIT.

The Security Deposit/Performance Bank Guarantee referred to above shall be forfeited to the Railway in the event of any breach on the part of the contractor of the terms of this contract without prejudice to the Railways right to rescind the contract and other rights & remedies warranted by law.

2.5 REFUND OF SECURITIES

The security deposit unless forfeited in whole or in part according to the terms and conditions shall be returned to the contractor after the physical completion of the work as certified by the competent authority. The competent authority shall normally be the authority who 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 certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

3. ILLEGAL GRATIFICATION

Signature of the tenderer AESTE/C/TKJ 83/206

Page 84: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

3.1 Any bribe, commission, gifts or advantage given, promised or offered by or on behalf of the contractor or his partner, agent or servant of anyone of his or on their behalf to any officer, or employee of the Railway or to any Person on his or their behalf in relation to the obtaining or the payment of any loss or damage resulting from such decision, and the Railway shall be entitled to deduct the amounts so payable from and moneys due to the contractor under the contract or any other contracts with the Railways.

3.2 The contractor shall not lend or borrow from or enter into any monetary dealings or

transactions either directly or indirectly with any employees of the Railway and if he shall do so the Railway shall be entitled forth with to rescind the contract and all other contracts with the railway. Any question or dispute as to the committing or any offense or compensation payable to the Railway under this clause shall be settled by the General Manger of the Railway in such manner as he shall be consider fit and sufficient and his decision shall be final and conclusive.

4. PATENT RIGHT AND ROYALTIES.

The contractor shall indemnify the Railway from and against all claims and proceedings for or on account of infringement of any patent rights, trade marks or name of other protected rights in respect of any information of materials supposed or used in connection with this contract and from and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation there to except where otherwise specified, the contractor shall be liable for the payment, if any for the said information or material supplied or used and documentation.

5. FORCE MAJEURE

If, at any time, during the continuance of the contract arrangement, the performance in whole or in part by either party of any obligation under the agreement shall be prevented or delayed by reasons of any war, hostile acts of the enemy, Civil commotion, sabotage, fires, floods explosions, epidemics, guarantee restrictions, strikes and lockouts and any statute, statuary rules regulations, orders or requisitions issued by any Government Dept. of a competent authority or acts of God (hereinafter referred to as eventualities) then provided notice of the happening of any such eventuality is given by either party to the other within fifteen days from date of occurrence thereon, neither party shall, by reason of such eventualities be entitled to terminate this contract agreement nor shall either party have any claim for damages against the other in respect of such non-performance of delay in performance. Performance of the contract agreement shall, however, be resumed as soon as practicable after such eventuality has come to an end or ceased to exist. Provided that, if the performance in whole or part of any obligation under the contract agreement is delayed by means of any such eventuality for a period exceeding six months, either party may at his option, terminate the contract agreement provided further that in the event of such prevention or delay as aforesaid, then, instead of exercising the option, both parties may consult with each other with a view to agreeing between them the action mutually to be taken in order to minimize the effects of such prevention or delay and continue the operation of this contract agreement.

Signature of the tenderer AESTE/C/TKJ 84/206

Page 85: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

6. USE OF RAILWAY LAND

Use of Railway land, required by the contractor for constructing temporary office, quarters, hutment etc. for the staff and the storing materials etc. will be permitted to him free by Railway if available. The location of these officers, hutment, stores etc. will be subject to the approval of the Engineer or his representative. The land will be restored to Railway by the contractor in the same condition as when taken over or in the vacant condition as desired by the Engineer, after completion of the work or any earlier date specified by the Engineer. The failure to do so will make the contractor(s) liable to pay the cost incurred by the Railway for petty possession of the land.

7. EMERGENCY WORKS In the event of any accident of failure occurring in or about the work or arising out of or in

connection with the construction, completion or maintenance of the works which in the opinion of the Engineer requires immediate attention, the Railway may bring its own workmen or other agency to execute or partly execute the necessary work or carry out repairs if the engineer considers that the contractor/s is/are not in a position to do so in time and charges the cost there of, as to be determined by the CSTE/Dy. CSTE/SSTE (refer Vol.-1) to the contractor.

8. NIGHT WORK.

Notwithstanding the provision in the General Conditions of Contract, if the Engineer is satisfied that the work is not likely to be completed in time except by resorting to night work, he may order the contractor/s to carry out the works even at night without conferring any right on the contractor for claiming any extra payment for the same. All arrangement in this connection shall be made by the contractor at his own cost.

9 ELECTRICITY. 9.1 Any electric supply required at site for what so ever purpose shall be arranged by the

contractor. The contractor/s shall be responsible for the arrangement for obtaining electric supply at their own cost, and the rates quoted shall include the cost of providing electric supply arrangements required for the work.

9.2 If required by contractor/s the Railway may give required assistance by recommending to respective state Electricity Board for giving necessary electric connection to the contractor for execution of works.

10. WATER CHARGES

The contractor(s) shall make his/their own arrangements for potable and other water supply required for the execution of the work as well as his Labour. However, if water is supplied by the Railway, the contractor(s) will have to pay water charges as laid down in the General conditions of contract and in addition, the contractor(s) will have to pay charges as levied by the corporation Municipality.

11. CESS CHARGES

Signature of the tenderer AESTE/C/TKJ 85/206

Page 86: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

a) For contractor’s Labour employed and residing at station and in colonies where sanitary facilities exist, contractor will be required to pay cess charges as per rules in force on the Railway from time to time.

b) For Labour working between stations or at isolated places where Railway facilities do not exist, the contractor shall be required to provide necessary sanitary facilities for his Labour in terms of clause 59 (A) of the General conditions of the contract. In case, of any failure on his/their parts, the necessary facilities shall be provided by the Railway Administration at the cost of contractor and expenditure thus incurred will be recovered from his/their bills.

c) The tenderer for carrying out any construction work in_________ (name of the state) must get themselves registered from the Registering officer under section-7 of the building and other construction workers Act, 1996 and rules made thereto by the __________ (name of the state) Govt. and submit certificate of Registration issued from the Registering officer of the _________ (name of the State) Govt. (Labour Deptt.). 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 a separate schedule item.

12. INCOME TAX DEDUCTION

Under section 194C 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).

(i) Deduction of Income Tax at source as per provisions of Finance Act and Income Tax Act

in force shall be made from the Contractor/Sub-Contractor and the amount so deducted may be credited to the Central Government.

(ii) Wherever the law makes it statutory for the Purchaser to deduct any amount towards Sales Tax on Works Contract, the same will be deducted and remitted to the concerned authority.

a) Sales tax including turn over tax on works contract, octroi, toll tax, local tax, duties/levies as well as services and other tax levied by the Central Govt., State Govt. or local bodies as applicable on the date of quoting the rates and any charges there-in at a later date, shall be considered to be included in the rates quoted by the tenderer in the tender schedule.

b) Rlys. Shall deduct the sales tax/turnover tax or any other tax from the contract’s bill at the rate as applicable as per rules framed by the concerned Govt./local bodies from time to time and remit it to the concerned deptt and shall issue a certificate regarding Tax/Duties/levies so deducted on demand by the contractor.

13.1 CONTRACT LABOUR LICENSE

The contractors are required to produce license as enjoined in the Govt. of India Contractor Labor (regulation and abolition) Act, 1978. They shall not be allowed to undertake or

Signature of the tenderer AESTE/C/TKJ 86/206

Page 87: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

execute any work through Contract Labour except under in accordance with a license issued under the said act in that behalf by the authorized licensing officer.

13.2 CARE OF STAFF

No quarter will be provided by the Railway for the accommodation of the contractor or any of his staff employee or the work. The contractor may be allowed to erect any Labour camps for housing the Labour at or near the site of works on available Railway land subject to the payment of cess and water charges. The contractor shall at his own cost make all necessary and adequate arrangement for the importation, feeding and preservation of the hygiene of the staff. The contractor shall permit inspection at all times of all sanitary arrangements made by him by the Engineer or his Assistant or the medical staff or the Railway. If the contractor fails to make adequate, sanitary arrangements these will be provided by the Railway, the cost there of being recovered from the contractor.

14. DAMAGE BY THE ACCIDENTS, FLOODS OR TIDES; a) The contractor shall take all precautions against damages, accident, floods or tide. No

compensation will be allowed to the contractor for his plant or material lost or damaged by any cause what so ever. The contractor shall be liable to make good the damage to any structure or part of structure plant or material of every description belonging to the administration lost or damaged during the course of the contractor’s work.

b) The administration will not be liable to pay to the contractor any charges for rectification or

repair to any damage which have occurred from any cause whatsoever to any part of the new/existing structure during construction.

15 VARIATION IN QUANTITIES.

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

15.1.1 Variation in items whose agreement value is more than 1% of the total original agreement

value (Major Value Items):

a) Individual NS item in contract can be operated with variation of plus or minus 25% and payment would be made as per agreement rate.

b) “SOR schedule as a whole” in contract can be operated with variation of plus or minus

25% and payment would be made as per 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).

Signature of the tenderer AESTE/C/TKJ 87/206

Page 88: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

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 agreemental 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.

15.1.2 Variation in items whose agreemental value is less than 1% of the total original agreement value (Minor value items):

Such items (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 rates for variation of such items beyond 100% shall be decided as per General Conditions of Contract and prevailing codal provision.

15.2 No such quantity variation limit shall apply for foundation items. 15.3 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.

15.4 Railway may increase/decrease the quantity at any or more locations, partly or fully within the above percentage.

16 INSURANCE.

16.1 The contractor shall take out and keep in force a policy or policies of insurance against all

liabilities of the contractor or the Railway at common law or under any statute in respect of accidents to persons who shall be employed by the contractor at or about the site or the contractor’s office for the purpose of carrying out the works on the site. The contractor should also take out and keep in force a policy or policies of insurance against all recognized risks to their offices depots. Such insurance shall in respects be to the approval of the Railway Administration and if he so requires, in his name.

16.2 The contractor shall take out and keep in force a policy or policies or insurance for all materials handed over to him irrespective or whether used up in the portion of work already done or kept for use for the balance portion of the work until such works are handed over the Railway. For this purpose, the works are deemed to have been banded over when final acceptance certificates issued by the Engineer after the completion of all the acceptance tests to be conducted on the works. The contractor shall not be liable for losses/damages to materials either used up in the portion of work or the materials kept for use at site, in consequence or mutiny or other similar causes over which the contractor

Signature of the tenderer AESTE/C/TKJ 88/206

Page 89: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

has not control and which can be insured. Such loses or damages shall be the liability of the Railway.

16.3 The contractor should however, insure the stores brought to site against risks in consequence or war and invasion, as required, under emergency risk (goods) Insurance Act in force.

16.4 The contractor shall take out all insurance covers in connection with this contract with the General Insurance Corporation of India.

17 SAFETY MEASURES 17.1 The contractor shall take all possible precautions to ensure that none of his work

knowingly or otherwise cause interference to the circuits of equipment in use and give rise to unsafe conditions or dislocation of traffic.

17.2 No work shall be taken above or under or adjacent to any line of the Railway in consequence of which it may become necessary to foul any such line or it in any way prejudice the same for safe passage of traffic until look out men and hand signal men as kept by the Engineer or his representative, have taken their duties.

17.3 The contractor shall take all precautionary measures in order to ensure the protection of their own personnel moving about are working on the Railway premises, but shall, then confirm to the rules and regulations of the Railway. If and when, in the act of the work there is likely to be any danger to person in the employment of the contractor due to running traffic while working in the Railway siding and premises, the contractor shall apply in writing to the Railway to provide flagman or look out man for protection of such persons. The Railway will, however, decide as to whether it is necessary to post men required to protect the gangs of contractor(s) staff working at site, fireman for various types of work and also the number of such. The Railway shall remain indemnified by the Contractor in the event of any accident occurring in the normal course of risk, arising out of the failure of contractor or his men to exercise reasonable precaution at all places of work whether or not the Railway has posted flagman at any particular site of work. The flagman will be appointed by the Railway and expenses on this account will be charged to the contractor.

17.4 While working within station limits especially on passenger platforms the contractor shall ensure that at all times sufficient space is left for free movement of passenger traffic. He must barricade the excavations carried out in areas and continue to maintain these, till the work is completed with a view to avoid any accident to the public or to Railway staff.

17.5 The work must be carried out most carefully without any infringement of the Indian Act or the General and Subsidiary Rules in force on the Railway in such a way that they do not hinder Railway operation nor effect the proper functioning or damage any Railway equipment, structure or rolling stock except as agreed to by the Railway provided that all damages and disfiguration caused by the contractor at his own expenses failing which the cost of such repairs shall be recovered from the contractor.

17.6 If a safety of track etc. is affected, as a consequence of work under taken by the contractor, the contractor shall take immediate steps to restore normal condition. In case of delay, the Railway shall, after giving due notice to the contractor in writing take necessary steps and recover the cost from the contractor.

Signature of the tenderer AESTE/C/TKJ 89/206

Page 90: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

17.7 No work including testing and commissioning on the points, track circuits equipment working signaling gears, internal wiring, cable termination etc. should be done unless and until contractor’s technical supervisor is present at site and has been authorized by Railway.

17.8 The contractor will programme his work in such a manner so as not to interfere in the working and movement of trains. No extra payment shall be allowed on this account and for taking any precautions or wastage of contractor’s Labour, time etc. to trains working.

17.9 No contractor’s vehicle should ply adjacent to running lines. He shall be responsible for the safety of vehicles used by him.

17.10 Contractor(s) executing the works adjacent to the existing Railway track for e.g. doubling, gauge conversion, yard remodeling etc. will take all care for avoiding any damage to the underground/OH services such as S&T cables, electric cables/wires, pipeline /sewer lines etc. They must ensure that the 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 the work further till clearance for restarting the work is given by the Engineer –in-charge. It may be further noted that if it is proved that damage is occurred due to the negligence on the part of the contractor, the cost of the damage will be recovered from him/them. The decision of Engineer-in –charge will be final and binding upon the contractor(s).

18 SITE CLEARANCE;

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

19. PROGRAMME OF WORK/OBLIGATION TO CARRY OUT ENGINEER’S

INSTRUCTIONS 19.1(a) The Contractor shall have necessary resources to execute the work so that the entire work is

completed within a period as mentioned in tender documents from the date of issue of Letter of Acceptance of Tender. The priority of each item for taking up the work shall be as decided by the Railway and the contractor shall take up the work only as per the order of priorities assigned by the Railway for the purpose.

19.1(b) With in a period of 15 days beginning from the date of issue of the letter of acceptance the

tenderer shall submit the detail time schedule for the execution of work based on the conditions in consultation with Railway to the authority mentioned in the preamble and approved by the later in writing before commencement of work.

Signature of the tenderer AESTE/C/TKJ 90/206

Page 91: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

19.1(c) Method Statement (Applicable for tenders more than Rs. 5 Crore)

The contractor should identify the various major activities required for unsuccessful completion of the work and submit the method statement for each major activity before start of activity or approval of Railway. The method statement shall be submitted activity wise and should broadly contain the following:

1. Purpose 2. Scope 3. List of references used for preparation of method statement and that required during

execution of activity. 4. The responsibilities of its staff involved in execution. 5. The detailed methodology of execution for the activity including its sub activities step by

step along with sketches/drawings/photographs/other relevant details, as required. 6. List of various equipments/tools/plants, their capacity and numbers required. 7. List of technical persons to be deployed for supervision. 8. List of type of other staff along with their numbers. 9. Tests required/to be carried out, if any, before start of activity, during activities or after

completion of activity, if any, duly referring to various IS, IRS, IRC, other codes as applicable along with acceptance criteria for various tests.

10. Quality Assurance Plan with Quality Control measures. 11. Various Performa’s required for recording of data/tests results/observations during the

activity for ensuring proper Quality control. 12. Check list to be observed at various stages of activity as applicable. 13. Safety measures to be adopted at site. 14. Any other details as considered necessary for specific activity. Contractor should submit method statement well in advance of likely start of activity. Contractor shall not have any claim for extension of time for completion due to delay in approval of method statement.

19.2 The engineer in charge will also decide priorities location-wise as well as priority in respect of inside vis-à-vis outside work based on completion of other activities from Railway side like Civil Engineering Work and Contractor shall abide by the same.

19.3 (a) Contractor will deploy additional staff including supervisors, artisan, skilled and semi-

skilled etc. during N.I. period to ensure that the commissioning of the entire work is completed as per the block or non-interlocking plans by N. Rly. In case the Contractor/s is/are not able to deploy adequate manpower during N.I. and Railway’s Labour/ manpower is to be deployed for the purpose to complete the work in time. The expenditure incurred by Railway towards employment of such staff shall be deducted from the Contractor’s payment.

19.3 (b) Contractor will programme his work in such a manner so as not to interfere in the working and movement of trains. No extra payment shall be allowed on this account and for taking any precautions or wastage of contractor’s Labour, time etc. due to train working.

Signature of the tenderer AESTE/C/TKJ 91/206

Page 92: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

19.4 The Contractor shall be held responsible for the execution of the works according to the time schedule given in the tender document for the execution of the work in full compliance of the specifications and the various clauses of the supplement “Technical” specifications. Failure to comply with any of these will be dealt with as per provisions laid down in the General Conditions of the Contract and instructions for tenders of the Engineering Department of the Zonal Railways on whose jurisdiction the work falls.

19.5 The contractor on his part will have to employ Labour in full strength commensurate with

working area available. He will also arrange matching materials and equipment to complete the job most expeditiously so as to ensure that the work is completed in phases with the stipulated period.

19.5.1 PROGRESS REPORTING:

a) The contractor shall submit to Railways at his own cost periodic progress reports at

regular intervals regarding the state and progress of work. The details and pro-forma of the report will mutually be agreed after award of the Contract. Such reports shall be for daily manpower, equipment and plant development, weekly work progress and monthly progress review reports. All actions as directed by Railway pursuant to such reports shall be promptly attended to by Contractor.

b) The purchaser’s engineer shall also conduct monthly meetings with the contractor to

assess and review the program of works. The action proposed to progress the work as planned, difficulties, assistance required etc. shall be clearly brought out and remedial action taken. The minutes of these meetings shall be jointly signed by Railways and contractor.

19.6 ENGAGEMENT OF QUALIFIED ENGINEER

The Contractor/s shall employ the following technical staff during the execution the work: (a) One qualified Graduate engineer when the cost of the work to be executed is ` 200

lakhs and above and (b) One qualified Diploma holder Engineer when the cost of the work to be executed is

more than Rs.25 lakhs, but less than Rs. 200 lakhs. Technical staff should be available at the site where required by the Engineer-in-charge to take instructions.

Further in case the contractor fails to employ the Qualified Engineer, as aforesaid he, shall be liable to pay an amount of Rs. 40,000/- and Rs.25,000/- for each month or part thereof for the default period for the provisions, as contained in Para (a) and (b) above respectively. The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the contractor shall be final and binding on the contractor.”

19.7 The Contractor should nominate a Competent Supervisor/Engineer as his representative on the works who will be authorized to receive and acknowledge materials issued by the Railway and take all orders issued by the Inspecting Officer of the Railway.

Signature of the tenderer AESTE/C/TKJ 92/206

Page 93: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

19.8 Inspection Register shall be maintained at the site of work by the Railway where in instructions regarding the working etc. shall be recorded by the Engineer or his executive subordinates. It is expected of the contractor or his representative at the site to note such instructions whenever asked upon to do so and take action accordingly.

19.9 No facility whatsoever e.g. provision of approach road and provision of temporary level crossing etc. will be provided by Railway for carting materials. Approach roads within the Rly. Limits can be used for carting materials.

19.10. Technically it is considered that the work of cable laying should not be tackled under moist conditions. Hence the work of cable laying should be stopped before the onset of monsoon and the contractor shall have this in his mind while submitting his detailed time schedule.

19.11 DEFAULT AND DELAY

The contractor shall execute the work with due diligence and expedition, keeping to the approved time schedule. Should he refuse or neglect to comply with any reasonable orders given to him or comply with any reasonable orders given to him in writing by the Purchaser’s Engineers in connection with the work or contravene the provision of the contract or the progress of work lags persistently behind the time schedule due to his negligence the purchaser shall be at liberty to give seven days notice in writing to the Contractor requiring him to make good the neglect on contravention complained of and should the contractor fail to comply with the requisitions made in the notice within seven days from the receipt thereof, it shall be lawful for the purchaser to take the work wholly or in part out of the contractor’s hands without any further reference and get the work wholly or in part out of the contractor’s hands and get the work or any part thereof, as the case may be, completed by other agencies at the expenses of the contractor without prejudice to any other right or remedy of the Purchaser.

19.12 EXECUTION OF WORK:

All the work shall be executed in strict conformity to the provisions of the contract document and according to detailed drawings, specifications and instructions as may be approved from time to time by Railway based on detailed design and engineering carried out by contractor in line with requirements as per contract document. The contractor shall be responsible for ensuring that the work throughout are executed in the most substantial, proper and workmanlike manner with the quality of material and workmanship in strict accordance with the specifications and as per sound industrial practices and to the entire satisfaction of the Railway. In case of any doubts regarding any particulars of construction and any ambiguities in the plans, the decision of the purchaser’s engineer shall be final and binding on the contractor.

20 OTHER RAILWAY STORES If any material included in the list of materials to be supplied by the contractor is supplied by the Railway either at the contractor’s request/or suo moto in order to prevent any possible delay in the execution of the work likely to occur due to the contractor’s inability to make adequate arrangements for supply, as also his failure to return excess unused material supplied by Railways, then recovery will be made from contractors bill at the book rate or the last purchased rate or the prevailing market rate whichever is higher plus 5% on account of initial freight and 2% on account of incidental charges together with supervision charges at

Signature of the tenderer AESTE/C/TKJ 93/206

Page 94: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

12-1/2% of the total cost inclusive of material, freight incidental charges. Freight between the Railway sources of supply and the site of work shall be to the contractor’s account. If, however, the material required by the contractor is not available in Railways stock or the Railway decides not to supply the same be that for whatever reasons, the Railway shall not be bound to arrange for the supply at the cost quoted above or at any other cost nor will this fact be accepted as an excuse for delay in execution of works.

21. SUPPLY OF MATERIALS:

21.1 MATERIAL TO BE SUPPLIED BY RAILWAYS 21.1.1 The material to be supplied by Railways free of cost are given in Volume-1. This will be

taken by the contractor from the Railway stores as indicated in Volume-1. The quantities would be determined by Railways according to the quantum of work to be done. Contractor shall be responsible for checking before taking delivery, whether all the materials given to him are in good condition. Receipt of the material taken shall be given on prescribed performa as per Form No.5 by the contractor or his representatives, clearly mentioning the details of material and the quantities received. The left out of unused material shall be returned to the stores (as indicated in Vol. I) by the contractor and no extra charges shall be paid by Railways. Transportation of material from Railway stores to the site of work shall be arranged by the contractor. The contractor is entirely responsible and shall bear all expenses for loading, transportation and unloading of all materials, equipment, machines, tools and plants etc. from the place of supply to the Railway stores depot as indicated in Volume-1. Loading and unloading of the same to the site will be done by the contractor at his cost. The responsibility for damage to any equipment during transportation and till it is taken over by Railways after commissioning of the link shall be that of tenderer.

21.1.2 All the materials supplied by the Purchaser shall be correctly accounted for and the quantities reconciled on completion of the work by the contractor. On completion of the work all surplus materials supplied by the Purchaser together with the one found defective or that have become defective or broken on account of defective materials and/or workmanship shall be returned to him by the contractor. From contractor’s bill, recovery for the failure to return unused material referred to above shall be made as per clause 20 of Conditions of Contract Chapter-2 Volume-II.

21.1.3. In case of supply of cable by Railways, the cable will be supplied to the contractor up to an extent of cable length at a time i.e. in correspondence to the trenching. The contractor will submit timely request to the Railways for the supply of cable in correspondence with the trenching ready in all respects.

21.2 MATERIAL TO BE SUPPLIED BY CONTRACTOR 21.2.1 The materials to be supplied by the contractor as per schedules enclosed with the tender

document will be procured from RDSO approved sources if the item appears in RDSO approved list. In case of items not appearing in RDSO approved list of material, the material shall be procured from reputed suppliers or their authorized representatives, shall be of best quality and shall conform to relevant specifications, design and drawings duly inspected by RITES/ RDSO/Rly. Consignee. The contractor may be required to produce test certificates from the manufacturers whenever called for by the Engineer in Charge.

Signature of the tenderer AESTE/C/TKJ 94/206

Page 95: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

21.2.2 Before procuring the material to be supplied by contractor, the contractor shall submit the names and addresses of Suppliers from whom it is proposed to procure the materials required to be supplied in the tender and shall take approval of railways for the same.

21.2.3.1 All materials required for the execution of the contract other than those specifically shown as being supplied by the Railways in this document shall be arranged and supplied by the contractor as detailed in the scope so as to realize the end objectives. The material supplied and used by the contractor shall be best quality available.

21.2.3.2 The quantities of equipment and material to be supplied by contractor are indicated in schedule of work. The supply of equipment and material shall also include required installation and other materials and documents etc. which may not be specifically mentioned herein, but which are usually necessary for completing the work in all respects. The materials supplied and used by the contractor shall be of best quality available. Quantities of equipment and material to be supplied by contractor are indicated in the schedule of works. These material/equipments are to be supplied at the stores as specified in vol.-I

21.2.4 SUPPLY OF TECHNICAL LITERATURES, DOCUMENTATION, DRAWINGS &

COMPLETION PLANS ETC. a. The supply of equipment and materials shall include supply of two sets of printed documents

from the original equipment manufacturers with each equipment. The documents should include all software documentation required for the equipment.

b. Except where printed documents are supplied with each equipment by original equipment manufacturer, all other documentation and information shall be prepared using CAD. All the documentation and drawings etc. shall be supplied in two sets of CD. The drawings etc. shall also to be supplied in duplicate on J.K. Copier/map litho white paper to facilitate taking out copies on plain paper copier. In addition four complete sets of such documents shall also be supplied for ready use duly bounded in good plastic folders.

c. The supply of equipment and materials shall also include necessary documentation related to training on the maintenance of equipment in sufficient number of copies and one videocassette to the extent specified elsewhere in this agreement.

21.3 Other than the material to be supplied as per the schedule, Volume-1 indicates the list of materials to be supplied by the contractor free of cost but not limited to, as required for completing the work as per standard plans, drawing etc. In addition to the above, if any other petty material, which may be considered necessary for execution of the work according to specification of drawing, is required, the same shall be supplied by the contractor free of cost.

21.4 No extra charges shall be paid to the contractor towards carriage, loading and unloading and handling etc. of the above materials indicated above required for execution of the work and the rates quoted by the contractor shall be inclusive of all such charges.

21.5 The contractor shall be responsible for undertaking repairs, if any, to crates, cable drums packing cases etc. for safe transport of materials from Railways specified depot to the site of work. No extra payment will be made on this account.

21.6 SUPPLY OF CEMENT BY CONTRACTOR The relevant paras of the tender conditions for supply of cement by contractor given in Enclosure-1 volume-2 will be applicable.

21.7 DISPOSAL OF EMPTY CABLE DRUMS:-

Signature of the tenderer AESTE/C/TKJ 95/206

Page 96: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Empty cable drums, wooden crates and other packing materials used for supply of Railway’s materials to the contractor shall be the property of the Contractor, however cost of the empty cable drums shall be recovered at the rate of Rs.300/- per empty drum from the running bills of the contractor. The cable drum having unused cable exceeding 50 mtr. length will be rolled back in the same cable drum and handed over to the Railway.

22. Security of all materials in the section where the work is in progress shall be the contractor’s responsibility and he shall arrange to guard the same from thefts by outsiders or his labour. In the event of any loss, the contractor shall be responsible to that effect and shall execute an indemnity bond for the materials that will remain in his custody, which has been supplied by the Railway. The stores lost, when under custody of the contractor, will be made good by the contractor.

23. STORAGE OF MATERIALS;

The storage of materials, tools and machinery used by the contractor shall be done in an orderly manner and anything used by the contractor for the execution of the work should in no way cause danger or hindrance to the working of the Rly. Or to the movement of its staff or passengers.

24. INDEMNITY BOND AND STANDING BANK GUARANTEE AGAINST MATERIALS SUPPLIED TO CONTRACTOR The contractor shall furnish a standing Indemnity Bond in Form No. 4 for materials supplied to him by Railways under Clause-21 of Conditions of Contract. The contractor shall also furnish a Standing Bank Guarantee as per Form No. 3 for a sum of Rs.1,00,000/- = (Rs. One lakh only) for materials supplied by Railway direct from the time he commences taking delivery of the materials to the time the materials are used in execution of work and quantities finally reconciled.

25. TESTS & MEASURING INSTRUMENTS, SPECIAL TOOLS AND INSTALLATION MATERIAL

25.1 The contractor shall make such tests as may be necessary to demonstrate to the

satisfaction of the Railway that the apparatus and the system as installed are in accordance with the specification and contract. The contractor shall provide such instrument and apparatus as may be necessary for conducting such tests.

25.2 The following tests on equipment and installation shall be made (in addition to tests enumerated in draft Indian railway standard specification No. RDSO/SPN-13 for “Electrical signaling and interlocking fitting” and tests specified in Clause-27 of the general conditions).

a) Service tests to determine that protective device function as intended. b) Service test to determine that control system function as intended. c) Test to determine that all circuits conform to approved circuit plan by individually

electrically checking each contact/selection.

Signature of the tenderer AESTE/C/TKJ 96/206

Page 97: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

d) Test of all electrically operated devices to determine that its electrical operating characteristics are in accordance with specifications designated by the Railway.

e) Test of insulation resistance of each completed circuit in accordance with engineering’s instruction.

f) The insulation resistance shall be not less than as specified in the Signal Engineering Manual issued by the Ministry of Railways.

g) The responsibility of fault location of the defective or inoperative installation during the execution and testing restoration thereof shall be that of the contractor.

h) The contractor shall co-operate in conducting tests and trials and wherever defects/deficiencies are required to be attended to or made good, will be complied with promptly.

26. INSPECTION OF MATERIALS/ INSPECTION OF INSTALLATION.

In addition to what is indicated in General Conditions of Contract, following shall also be adhered to by Tenderer: 1: Electrical items shall be inspected by the RDSO as per existing policy of Railway.

2: Mechanicals items shall be inspected by the RITES as per existing policy of Railway. A) PROTOTYPE TESTING: i) The equipment with valid type approval shall be supplied by the contractor (after the

prototype is approved by the inspecting agency). Prototype testing is not required for those equipment for which the type approval have already been issued by the Research, Design & Standards Organization, Lucknow.

ii) In respect of equipment ordered to TEC specifications, valid type approval already issued by

TEC will be acceptable.

iii) In case prototype testing becomes necessary, the contractor shall offer two nos. of prototype units of each equipment fully meeting the technical specifications and providing all facilities for prototype approval by Railways within the time schedule specified in the tender. The approval will be given by the Railways after joint tests by the contractor and railways. At least one qualified Engineer of the contractor who is fully conversant with the equipment shall be associated throughout the prototype testing and he will be co-coordinating the prototype testing and shall be responsible for preparing test reports. These tests will include factory testing including environmental testing and at least two months of field evaluation trials.

iv) All cost of all tests for prototype approval shall be borne by the contractor. Railways shall

provide facilities of building and power supply free of cost for field trial only.

v) In case adequate test facilities and test instruments required for prototype testing cannot be made available within the country, such tests shall be carried out at the manufacturing plant of the collaborators or any other test center abroad agreed mutually. Railways shall nominate two engineers for supervising the test, which will be in addition to the engineers nominated by the contractor for this purpose. All costs for such test abroad and Railway personnel shall be borne by the contractor including the Traveling and staying charges of Railway personnel.

Signature of the tenderer AESTE/C/TKJ 97/206

Page 98: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

vi) Tenderer shall submit a complete plan for prototype testing and approval, giving the detailed

test procedure, the type and specification of measuring instruments used. The test procedure may be modified by the railway in consultation with contractor to ensure that the prototype is tested as per technical specifications. All measuring instruments and other accessories required for the prototype testing and approval shall be provided by the contractor free of cost.

vii) The plan for field testing of prototype equipment shall be so prepared that all major sub

system could be tested in an integrated link to confirm that the equipment of various design and manufacture shall interface properly and perform as per required specifications.

B) INSPECTION

26.1 Inspection of all materials to be supplied under this contract will be carried out by the Railway. The insp. Charges of inspection will be to the Railway’s account subject to other provisions here in contained. The contractor shall give at least 4 week notice to the purchaser or his nominee to enable him to arrange necessary inspection.

26.2 Materials appearing in RDSO approved list as per IRS/RDSO design or specification shall be inspected by RDSO before they are finally used in works. Materials other than this will be inspected by purchaser/Engineer or his representative/RITES. Telecom items of DOT/TEC specification which are inspected by RDSO usually shall also be got inspected by RDSO.

26.3 In case RDSO do not inspect an item on account of item being of small value or shows inability to inspect the material for any reasons, the same may be inspected by consignee or any other Railway representative.

26.4 The cost of all test and/or analysis effected at the manufacture of contractor’s works shall be borne by the contractor.

26.5 The expenses of travel, boarding and lodging for Railway’s Engineer/agent deputed for inspection shall be borne by the Railway.

26.6 Materials put up for inspection shall be exactly for the type and quantity laid down in the schedule of works. Any variation shall require the prior approval of the Railway before the material is manufactured or tendered for inspection.

26.7 Railway’s Engineer will, inspect and test the work at all stages and shall have full powers to reject all or any work that may be considered defective or inferior in quality of material of poor workmanship or design. The contractor shall carry out such tests at his cost as are necessary in the opinion of the Railways to ensure necessary compliance of the specifications of the contract.

26.8 All material brought to site can be erected only after inspection and acceptance by the Engineer in charge or his authorized representative.

26.9 During the execution of the contract, samples may be taken for the purpose of test and/or analysis under the conditions laid down in specifications, such samples to be prepared for testing and forwarded to the testing agency and shall be free of all cost of the Railway.

26.10 The contractor will be called upon to pay all the expenses incurred by the Railway in respect of any work or materials found to be defective or of inferior quality, adulterated or otherwise unacceptable.

26.11 The completed installation at all stages shall be subjected to checks and test as decided by Railways and the contractor shall be liable to remedy such defects as discovered during these checks and test and make good all deficiencies brought out. However, complete installation

Signature of the tenderer AESTE/C/TKJ 98/206

Page 99: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

will be taken over finally on completion of the full system, it will be the responsibility of the contractor to rectify any discrepancy noticed within a period of one month from the date the complete system is taken over. For the purpose of taking over, joint inspection will be carried out by ESTE/AESTE and SSE (Sig)/ SSE (Tele). The contractor should make himself or his representative available at the time of joint inspection. The decision of the Engineer shall be final in the matter.

26.12 The contractor shall advise the Railway 15 days in advance the time when his portion of the work will be completed by him and be ready for inspection. The Railway will make inspection after the advice of completion of work is received from the Contractor.

26.13 Although the contractor’s portion of the work shall be inspected by the Railway as indicated above, it is possible that certain defects may appear at the time of installation. The contractor shall be responsible to rectify these defects to the satisfaction of the Railway.

26.14 During inspection of installation by Railway Engineer the contractor shall make such tests as would be necessary to demonstrate to the satisfaction of the Railway that the work as completed by him is in accordance with the specifications of the contract. The contractor shall provide such instruments and apparatus as may be necessary for making these tests.

26.15 In case of cable laying before the cables are actually laid contractor’s representative and the Engineer’s representative shall jointly inspect the quality and depth of trenches, chases, quality of bricks and arrangements for tamped filling. The measurements of length for all these items will be suitably recorded by the Engineer’s representative who will permit the laying of cables after issuing the certificates in Form No. 13 enclosed that the above work have been done as required by the Specifications.

26.15.1 QUALITY ASSURANCE

a) The tenderer shall submit along with the tender the quality control plan including full details of in-house quality assurance organization, procedures and documentation. During the manufacturing process, proper record shall be maintained for the inspection and test carried out according to this plan.

b) In the event of Railways waiving off the inspection, all tests provided in the test schedules approved by Railways shall be carried out by the quality assurance organization and proper record of all such tests and results thereof shall be maintained and supplied to Railways on demand.

27. The contractor shall give the Railway or inspecting authority nominated by Railway clear 10 days notice/or more if required for inspection of material so as to ensure that the progress of works is not delayed on this account in any manner. All the letters submitted to the inspecting authority shall be given to the Engineer in charge after due acknowledgment from the inspecting authority.

28. INSPECTING OFFICER - POWER OF REJECTION

Inspecting Officer will have powers to reject the store, if

28.1 They are not in accordance with the contract or owing to the adoption of any unsatisfactory method of manufacture.

28.2 To reject any stores submitted as not being in accordance with the particulars.

Signature of the tenderer AESTE/C/TKJ 99/206

Page 100: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

28.3 To reject the whole of the installment tendered for inspection if after inspection of such portion thereof, as he may in his discretion think fit, he is satisfied that the same is unsatisfactory.

28.4 To mark the rejected stores with a rejection mark, so that they may be easily identified if resubmitted.

28.5 The Inspecting officer’s decision as regards the rejection shall be final and binding on the contractor.

29. CONSIGNEE’S RIGHT OF REJECTION

Notwithstanding any approval which the inspecting officer may have given in respect of the stores or any materials or the work or workmanship involved in the performance of the contract (whether with or without any test carried out by the contractor or the inspecting Officer or under the direction of the inspecting officer) and notwithstanding delivery of the stores where so provided to the interim consignee it shall be lawful for the consignee, on behalf of the purchaser, to reject the stores or any part, portion of consignment thereof within a reasonable time after actual delivery thereof to him at the place or destination fixed in the contract if such stores or part, portion of consignment thereof is not in all respects in conformity with the terms and conditions of the contract whether on account of any loss, deterioration or damage before dispatch or delivery or during transit or otherwise howsoever.

30. REJECTED STORES 30.1 When any stores delivered at the consignee’s depots are rejected, this shall be removed by

the contractor within 21 days from the date of rejection. Such rejected stores shall lie at the contractor’s risk from the date of rejection. If the stores are not removed by the contractor within this period, the purchaser or his nominee shall have the right to dispose of such stores, as deemed fit, at the contractor’s risk and account.

30.2 The purchaser shall also be entitled to recover from the contractor, handling and ground

rent/demurrage and any other charges for the period the rejected stores are not removed after the aforementioned period.

30.3 Stores that have been dispatched by rail and rejected after arrival at destination may be taken

back by the contractor either at the station where they were rejected or at the station from which they were dispatched. If the contract is placed for delivery F.O.R. station of dispatch, the contractor shall pay the carriage charges on the rejected consignment at public Tariff Rates from the station of dispatch to the station where they were rejected. If the contractor prefers to take back the goods at the station from which they were dispatched, the goods shall, in addition, be booked back to him, freight to pay at Public Traffic Rates and at owner’s risk.

31. CONSEQUENCES OF REJECTION

31.1 If on the stores being rejected by the Inspecting Officer or consignee at the destination, the contractor fails to make satisfactory supplies within the stipulated period of delivery, the purchaser shall be liberty to :-

Signature of the tenderer AESTE/C/TKJ 100/206

Page 101: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

i) Request the contractor to replace the rejected store forthwith but in any event not later than period of 21 days from the date of rejection and the contractor shall bear all the cost of such replacement, including freight, if any on such replacing and replaced stores but without being entitled to any extra payment on that or any other account.

ii) Purchase or authorize the purchase of quantity of the stores, rejected or others of a similar description (when stores exactly complying with the particulars are not readily available, in the opinion of the purchaser, which shall be final), without notice to the contractor, at his risk and cost and without affecting the contractor’s liability as regards to the supply of any further installment due under the contract, or,

iii) Cancel the contract and purchase or authorize the purchase of the stores or other of a similar description (when stores exactly complying with the particulars are not readily available, in the opinion of the purchaser, which shall be final) at the risk and cost of the contractor. In the event of action being taken under sub-clause above or this sub clause, the provisions relevant clause of the General Conditions of Contract, shall apply as far as applicable.

31.2 Where under a contract, the price payable is fixed on F.O.B. part of export or F.O.R.

dispatching station, the contractor shall, if the stores are rejected at the destination by the consignee, be liable in addition to his other liabilities including refund of price recoverable in respect of the stores so rejected, to reimburse to the purchaser, the freight and all other expenses incurred by the purchaser in this respect.

32. SPECIFICATION, DRAWING, REQUISITES AND REQUIREMENT 32.1 Specifications, drawings, requisites and requirements referred to in the body of this

specification form an essential part thereof, The sources from which the drawings & specifications referred to in this Tender can be obtained are indicated in para 32.2.

32.2 The installation shall comply with the requirements of the Signal Engineering Manual and General and Subsidiary Rules as applicable, it shall also confirm to the Schedule of Dimensions and the Rules for Opening of Railways. These books are available with Hd. Qrs. Office, Baroda House, as well as the concerned field unit executing the work and can be given on loan if required for reference. Besides these, installation shall comply with requirements of Engineering Code, P-way Works and Way manual wherever applicable.

32.3 If, in the opinion of the tenderer, he is in a position to offer additional facilities and safeguards that have not been covered by these specifications, full and complete details of the facilities and the safeguards with their costs shown separately, must be furnished with the tender.

32.4 DRAWINGS

The plan for the stations, showing the following information, shall be made available at the time of execution of the work.

i) Grades and alignments. ii) Position of signals, their type and movements controlled by them. iii) Level crossing gates and whether they are interlocked. iv) Over bridges, under bridges, culverts, etc. The signaling plans, locking table,

Signature of the tenderer AESTE/C/TKJ 101/206

Page 102: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

standard cable, core chart for the stations & wiring diagram shall be made available at the time of execution of work.

32.5 After the Contract is awarded, the Railway shall furnish to the Contractor, free of charge, a

reasonable number of prints of the plans and such other drawings as the Railway may consider necessary for proper execution of the work.

32.6 No change shall be made in any approved drawing without written consent of the Railway. 33. MATERIALS AND WORKMANSHIP 33.1 Material and workmanship shall be first class in every respect. 33.2 Any damage to Railway structure caused during the execution of work for e.g. damage to

flooring, wall, painting etc.) be got rectified by the Contractor with his own materials and labour.

33.3 Material shall be in accordance with specifications and drawings specified or approved by the Railway.

34. EXCEPTED MATTERS

All measurement, method of measurement, meaning and inter specification and interpretation of special condition of contract, given and made by the Railway or by the Engineer shall be final & binding and shall be considered excepted matters in terms of condition No.63 of the Northern Railway Engineering department General condition of contract, regulations and instructions for TENDERERS and standard forms of contract (1999) as corrected up to date.

35. MEASUREMENT i) The measurement of quantities for the purpose of payment of the contractor shall be

undertaken jointly by the representative of the Engineer and the contractor in the course of and on completion of work item-wise as included in the schedules attached hereto.

ii) The measurement of quantities shall be made only after ensuring conformity with the specifications and various clauses of the supplement” Technical Specification”, and additional Technical Specification/Installation practices.

36. PAYMENTS 36.1 ON ACCOUNT PAYMENT FOR ITEMS OTHER THAN ITEM OF SUPPLY 36.1.1 DEDUCTION FROM ON ACCOUNT PAYMENT BILLS:

(i) All costs, damages or expenses, which Railways may have paid or incurred, which under the provisions of contract are Contractor’s obligations will be deducted by Railways from progress payment Bills/Invoice of contractor, as and when it is understood that such an expenses has been incurred or paid for.

(ii) All such claims of Railways shall, however, be duly supported by appropriate and certified vouchers, receipts or explanations as are available to enable the contractor to identify such claims.

36.1.2 “ON ACCOUNT” payment shall be made separately for each item/sub item of work given in

the Schedule of work. The bill shall be submitted by the contractor for each items of work as have been executed by him.

36.1.3. The “ON ACCOUNT” payment shall not exceed 90% of the total on account payment due to

the contractor on the rates indicated in the Schedule of work. For this purpose, the payment

Signature of the tenderer AESTE/C/TKJ 102/206

Page 103: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

to the contractor at each on account stage shall be restricted to 90% of the amount calculated on the basis of rates indicated in the Schedule of work.

36.2 PAYMENT FOR SUPPLY ITEMS Subject to any deduction which the Railway will be authorized to make under the terms of contract that may be applicable while accepting the tender, the Contractor shall be entitled for payment as follows:-

36.2.1 90% of the cost of material for supply items shall be paid along with receipt of material accompanied by inspection certificate from the authorities mentioned in para 26.1, 26.2 & 26.3

36.2.2 Balance 5% payment of supply items shall be made on complete installation and commissioning of that particular equipment.

36.2.3 100% will be paid for spares and for items which are not required to be erected by the contractor on receipt of the equipment duly inspected by the nominated inspection authority and no loss certificate by the consignee.

36.2.4 Balance 5% of the supply items will be paid on commissioning of the station. Note: For mixed items, where supply & erection cost is taken together, 80% of the accepted cost shall be paid on the supply , 10% of the accepted cost shall be paid on installation and testing of the item, 5% shall be paid on commissioning of that station and balance 5% shall be paid at the time of final payment.

36.3 FINAL PAYMENT

On the basis of final acceptance certificate issued by the Engineer for all the works covered in this contract, the final bill for the balance payment including 5% of supply items if any and other than supply items shall be submitted by the contractor along with “NO CLAIM CERTIFICATE”. The final acceptance certificate shall be issued by Engineer when.

i) He has accepted the work wholly. ii) The maintenance period is over. iii) All the released materials are handed over by the contractor correctly and stocked as

indicated. iv) Material reconciliation done and all the unused Railway materials returned to Railway

Stores in good condition. 36.3.1. FINAL SETTLEMENT:

On expiry of the warranty period and issue of the certificate of final acceptance of the entire installations the security deposit will be refunded or Bank Guarantee released to the Contractor after adjustment of any dues payable by the contractor.

36.4 SUBMISSION OF BILLS

The supplier/contractor should insert the following clause in the bill while claiming payments for supplies: “We certify that no additional duty set offs, on the goods supplied by us have accrued under the MODVAT Scheme in force on the date of supply after we submitted out quotations submitted the present bill”.

36.5 “All payments in respect of the contract during the currency of the contract shall be made through NATIONAL ELECTRONIC FUND TRANSFER (NEFT)/or REAL TIME GROSS

Signature of the tenderer AESTE/C/TKJ 103/206

Page 104: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

SAVINGS (RTGS). The successful tenderer on award of contract must submit RTGS/NEFT Mandate Form complete in all respects as per FORM 15 of the tenderer document. However if the facility of RTGS/NEFT is not available at a particular location, the payments shall be made by cheque”. In such cases the successful tenderer on award of contract will have to furnish contractor’s Bank Account Number and Name of Bank against all payment in respect of the contract during the currency of the contract shall be made.

37. LIEN IN RESPECT OF OTHER CONTRACTS

Any sum or sums of money due and payable to the Contractor (including the security deposit returnable to him) under the contract may be withheld or retained by way of lien by the purchaser against any claim of this or any other Railways or any other department of the Central Government in respect of payment of a sum of money arising out of or under any this or any other Railway or any other department of the Central Government.

38. LONG TERM AVAILABILITY OF SPARES AND SYSTEM SUPPORT 38.1 The tenderer shall undertake to supply on payment all maintenance spares and tools required

for the equipment during its lifetime. He shall also undertake to supply additional equipment required for replacement for expansion of the network that may become necessary due to additional traffic requirements. The price variation formula adopted in pricing such maintenance spare and additional supply that may be ordered in future shall be decided by mutual discussions.

38.2 The manufacturer shall guarantee that spares part for the system shall be available for a minimum of eight years after acceptance of the system and thereafter at least 2 years notice shall be given to the Railways before any equipment or components are discontinued or phased out from the manufacturing plans. This will enable the Railways to assess the lifetime requirement of spares needed and order in sufficient quality prior to stoppage of the manufacture.

38.3 That the successful tenderer shall further guarantee that if he goes out of production of spare parts he shall supply the specifications of materials at no cost to the purchaser, if and when required in connection with the equipment to enable the purchaser to fabricate or procure from other sources.

38.4 The supplier shall recommend and provide, prior to the system acceptance, calibration procedures. The recommendation shall include a list of the various calibration instruments, recalibration periods and extent of preventive maintenance for each test instrument.

39. OBSERVATION OF INSTALLED GEARS 39.1.1 a) OBSERVATION OF WORKS:

The contractor shall at all times during the progress and continuance of the works and also for the period of OBSERVATION specified in the tender form and after the date of passing of the certificate of completion by the Railway’s representative or any other earlier date subsequent to the completion of the works that may be fixed by Railway’s representative be responsible for and effectively maintain and uphold in good, substantial, sound and perfect condition all and every part of the works and shall make good from time to time and at all

Signature of the tenderer AESTE/C/TKJ 104/206

Page 105: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

times, as often as the Railway’s representative shall require, any damage or defect that may during the above period arise in or be discovered or be in any way connected with the works, provided that such damage or defect is not directly caused by errors in the contract documents, act of providence or instruction or civil riot, and the contractor shall be liable for and shall pay and make good to the Railways or other persons legally entitled thereto whenever required by the Railway’s representative so to do, all losses, damages, costs and expenses they or any of them may incur or be put or be liable to, by reason or in consequence of the operations of the contractor or his failure in any respect.

39.1.1 b) PLACING IN SERVICE & OBSERVATION PERIOD:

a) After the equipment has been commissioned & placed in service and Provisional Acceptance certificate issued by Purchaser’s Engineer, the contractor shall be responsible for proper functioning of the equipment for a period of 12 months from the date of commissioning. In case of any lacuna in functioning of equipments supplied by contractor, he shall be responsible to attend and make good the defects.

ii) During this period of 12 months, if any lacuna is noticed in the functioning as a result of any

defect in design or manufacture of equipments supplied by the contractor, the same will be rectified by the contractor free of cost. During such rectification if any faulty equipment/modules need replacement or repair, they shall be provided by the contractor from the set of equipment or modules that the contractor should bring to the site of installation in addition to all the materials to be supplied against this contract. Use of spare modules covered under the Schedule of material of this tender shall not be permitted to be used during installation, commissioning and the 12 month observation period without personal approval of purchaser representative. Spares, so issued under unusual circumstances, should be replaced by the firm within seven days of the issue of spares.

39.1.2 PROVISIONAL ACCEPTANCE:

i) Immediately after the completion of the work at each station or after completion of work

in a block section herein after referred as sub-section, the contractor shall certify and advise the purchaser in writing that the installation is (i) complete, (ii) ready for satisfactory service and (iii) ready to be handed over. He will also place at the disposal of the purchaser the required staff for inspection, testing and putting it into operation.

ii) The test or tests specified in Section-III Technical specification will be conducted jointly by

the purchaser and contractor as soon as possible after receipt of advice of completion of one sub-section by the purchaser from the contractor. The test schedule shall be furnished by the tenderer, which will be modified by mutual discussion between the contractor and Railway before finalization. Any component, modules, sub-assemblies or equipment failing during the commissioning test shall be replaced/repaired free of cost by the tenderer.

iii) Purchaser’s Engineer shall issue a Provisional Acceptance certificate for successful

commissioning of whole system covering all materials and services included in the Schedule of works, after the final acceptance test as per the approved test procedure have been

Signature of the tenderer AESTE/C/TKJ 105/206

Page 106: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

completed and the performance has been found to meet the specifications. Railways decision in this respect shall be final. The Provisional acceptance certificate shall be signed by both the parties. The period of maintenance of works shall commence from the date of such certificate.

iv) The Purchaser’s Engineer may issue such a certificate with respect to any part of the works

before the completion of the whole of the works or with respect to any substantial part of the works which has been both completed to the satisfaction of the Purchaser’s Engineer and occupied or used by the Railway and when any such certificate is given in respect of a part of the works, such part shall be considered as completed and the period of maintenance of such part shall commence from the date of such certificate. For outdoor cable laying works the provisional acceptance certificate may be issued after the jointing/termination is completed and block circuits are transferred on quad cable.

v) Should the result/s of inspection and test be not satisfactory, an extension of one month will

be granted to the contractor to make good the defects and deficiencies pointed out by the purchaser. Fresh inspection and test will then be carried out after the contractor has attended to the defects and deficiencies. If these tests are also not satisfactory the purchaser may proceed at the contractor’s expense by all means deemed expedient, to have the installation made satisfactory until they comply with the specifications, and approved drawings and designs.

vi) In such a case or in the case of delay in completing the work under this contract within the

time limit the purchaser reserves the right, if he deems it possible to use in a reasonable manner any part of the installation even if some installations are not completely erected. The purchaser will give to the contractor for this purpose 7 days previous notice. The contractor shall then take at his own expense all necessary steps to complete the work in accordance with the provisions of the contract. In case it becomes impossible to proceed with the above mentioned taking over tests or reasons other than for which the contractor is responsible, the Provisional Acceptance Certificate shall be issued at or within a mutually agreed reasonable period not exceeding six months after completion of installation.

vii) The issue of provisional acceptance will not be withheld for rectification or minor defects as

distinct from rejected equipment, which may not be essential for commissioning and operation of the installation. In such cases, only the value of the materials and cost of the rectification of the minor defects shall be withheld from the payments on provisional acceptance until rectification is completed.

39.1.3 FINAL ACCEPTANCE:

i) The final acceptance of the entire equipment installed in the section shall take effect from the date of expiry of the period of maintenance supervision as defined in para- 39.1.1(b) or the expiry of the last of the respective period of Maintenance Supervision of various sections for which Provisional Acceptance Certificates are issued or brought into full fledged operation, provided that the contractor has complied fully with his obligations under clause 39.1.1(b) in respect of each section under the contract.

Signature of the tenderer AESTE/C/TKJ 106/206

Page 107: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ii) If on the other hand the contractor has not so complied with his obligation under para 39.1.1(b) in respect of any section, the purchaser may either extend the period of maintenance supervision in respect of that section until the necessary works are carried out by the contractor or carry out those works suomotto on behalf of the contractor at the contractor’s expenses. After expiry of the period of maintenance supervision for each section, a certificate of Final Acceptance for the section shall be issued by the purchaser and the last of such certificate will be called the Last and Final Acceptance Certificate. The contract shall not be considered as completed until the issue of Final Acceptance Certificate by the purchaser.

iii) The purchaser shall not be liable to the contractor for any dispute arising out of or in

connection with the contract or execution of the work unless the contractor have made a claim in writing in respect thereof before the issue of Final Acceptance Certificate under this clause. The contractor shall be debarred from disputing the correctness of the items caused by the no claim certificate or demanding a reference to Arbitration in respect thereof.

iv) Notwithstanding the issue of Final Acceptance Certificate, the contractor and the purchaser

(subject to Sub Clause as above) shall remain liable for fulfillment of any obligation incurred under the provision of the contract prior to the issue of Final Acceptance Certificate which remains unperformed at the time such certificate is issued and for determining the nature and extent of such obligation, the contract shall be deemed to remain in force between the parties hereto.

39.2 GUARANTEE

In addition to the provisions in this regard listed in General Conditions of Contract, following shall apply:-

i) All equipments and system supplied by the Contractor shall be guaranteed against the defects for a period of twenty four months from the date of commissioning of work and placing in service. The warranty for the work of trenching, laying, jointing and commissioning of optical fibre & copper cables, installation & commissioning of control office and way station equipment etc. shall be twelve months.

ii) During the period of warranty, the contractor shall remain responsible to arrange replacement

and for setting right at his own cost any equipment installed by him, which is of defective manufacture or design or becomes unworkable due to any cause whatsoever. The decision of the Railway’s representative in this regard to direct the contractor to attend to any damage or defect in work shall be final and binding on the Contractor.

iii) During the period of warranty, the contractor shall be responsible to the extent expressed in

this clause for any defects that may develop under the conditions provided for by the contract and under proper use, arising from faulty materials, design of workmanship in the plant, or from faulty execution of the plant by the contractor but not otherwise and shall remedy such defects at his own cost when called upon to do so by the Purchaser who shall state in writing in what respect the portion is faulty.

Signature of the tenderer AESTE/C/TKJ 107/206

Page 108: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

iv) If it becomes necessary for the contractor to replace or renew any defective portions of the system under this clause the provisions of this clause shall apply to the portions of the plant to be replaced or renewed until the expiration of six months from the date of such replacement or renewal or until the end of the warranty period whichever may be later. If any defect is not remedied within reasonable time, the purchaser may proceed to do the work at contractor’s risk and expense, but without prejudice to any other rights which the purchaser may have against the contractor in respect of such defects.

v) If the replacement or renewal are of such a character as may affect the efficiency of the

system the purchaser shall have the right to give to the contractor within one month from such replacement or renewal notice in writing for the tests to be carried out. The cost of all such tests shall be borne by the contractor.

vi) All inspections, adjustments, replacements or renewals carried out by the contractor during

the supervised maintenance period shall be governed by the special conditions of this contract.

vii) Until the final certificate shall have been issued, the contractor shall have the right of entry,

at his own risk and expense, by himself or his duly authorized representatives, whose names shall have previously been communicated in writing to the purchaser at all reasonable working hours upon all necessary parts of the works for the purpose of inspecting the working and the records of the system and taking notes there from and, if he desires at his own risk and expense, making any tests subject to the approval of the purchaser which shall not be unreasonably withheld.

39.2.1 INDEMNIFYING RAILWAY AGAINST LOSSES INCURRED

In subject of this guarantee the contractor shall make his security deposit, as required under para 2 of these Conditions of Contract, valid to cover the period of guarantee also.

39.2.2 All inspections, adjustments, replacements or renewals carried out by the contractor during the maintenance period shall be subject to the same conditions of the contract.

39.3 TRAINING

i) The tenderer shall undertake to train Railway engineers and other staff nominated by the Railways in different aspects of equipment designs, functioning, field installation, testing, commissioning, operation, maintenance and repair, covering both hardware and software. The training should be comprehensive for transfer of complete know-how so as to impart full knowledge and competence to independently and successfully execute the installation, operation, maintenance and repair of all equipment. The training courses should, apart from formal class room training, include hand on practical experience and visits to working installation.

ii) The contractor shall at every stage of installation; testing and commissioning shall provide all

facilities for adequate training of Railway personnel who may be deputed to work on the project.

Signature of the tenderer AESTE/C/TKJ 108/206

Page 109: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

iii) The requirement of training in man-weeks has been indicated in the schedule of works. The tenderer shall quote for the man week rates and Railways shall have the right to vary the training period indicated in the schedule of works.

iv) In the event of any equipment/sub-system being manufactured in India in technical

collaboration with foreign firm by the tenderer or any of its sub-contractor, approximately half of the training provided in the schedule shall be arranged at the collaborator’s premises/training center and the remaining portion at the working installations. Details of training proposal shall be submitted by the tenderer.

v) Set of documents related to training in adequate quantity shall be provided.

vi) All expenses for travel to and from the place of training, boarding and lodging of the trainees shall be borne by the Railways.

40.1 ARBITRATION

(i) In the event of any dispute or difference between the parties hereto as to the construction or operation of this contract, or the respective rights and liabilities of the parties on any matter in question, dispute or difference on any account or as to the withholding by the Railway of any certificate to which the contractor may claim to be entitled to, shall be referred by the contractor to the GM and the GM shall be within 120 days after receipt of the contractor’s representation make and notify decisions on all matters referred to by the contactor in writing or if the GM fails to make a decision within 120 days, then and in any such case, but except in any of the ‘excepted matters’ (matters not arbitrable and decision of the Rly authority, thereon shall be final and binding on the contractor, provided further that ‘excepted matters’ shall stand specifically excluded from the preview of the arbitration clause), the contractor, after 120 days but within 180 days of his presenting his final claim on disputed matters shall demand in writing that the dispute or difference be referred to Arbitration.

(ii) The demand for arbitration shall specify the matters which are in question or subject of the

dispute or difference as also the amounts of claim item-wise. Only such dispute(s) or difference(s) in respect of which the demand has been made, together with counter claims or set off, given by the Railway, shall be referred to arbitration and other matters shall not be included in the reference.

(a) The Arbitration proceedings shall be assumed to have commenced from the day, a written

and valid demand for arbitration is received by the Railway.

(b) The claimant shall submit his claim stating the facts supporting the claims along with all relevant documents and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitral Tribunal.

(c) The Railway shall submit its defence statement and counter claims, if any within a

period of 60 days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted by Tribunal.

Signature of the tenderer AESTE/C/TKJ 109/206

Page 110: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(iii) No new claim shall be added during proceedings by either party. However party may amend or supplement the original claim or defence thereof during the course of arbitration proceedings subject to acceptance by Tribunal having due regard to the any objection in making it.

(iv) If the contractor(s) does/do not prefer his/their specific and final claims in writing, within a

period of 90 days of receiving the intimation from the Railways that the final bill is ready for payment, he/they will be deemed to have waived his/their claim(s) and the Railway shall be discharged and released of all liabilities under the contract in respect of these claims.

40.2 OBLIGATIONS DURING PENDENCY OF ARBITRATION:

Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration proceedings, and no payment due or payable by the Railway shall be withheld on account of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should continue during arbitration proceedings.

40.3 (a) (i) In cases where the total value of all claims in question added together does not exceed

Rs. 10,00,000/- (` Ten Lakhs only), the Arbitral Tribunal shall consist of a sole arbitrator who shall be a gazetted officer of Railways not below the grade of JA Grade nominated by the General Manager in that behalf. The sole arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration is received by GM.

40.3 (a) (ii) In cases not covered by clause 40.3(a)(i), the Arbitral Tribunal shall consist of a panel

of three Gazetted Railway Officers not below JA Grade or two Rly. Gazetted officers not below JA grade and a retired Rly Officer, retired from not below the rank of SAG officer, as the arbitrators for this purpose, the Railway will send a panel of more than 3 names of Gazetted Railway Officers of one or more departments of the Railway which may also include the names of retired Rly officers empanelled to work as Rly arbitrator, to the contractor within 60 days from the day when a written and valid demand for arbitration is received by the GM. Contractor will be asked to suggest to General Manager up to 2 names out of the panel for appointments as contractor’s nominee within 30 days from the date of dispatch of request by Railways. The General Manager shall appoint at least one out of them as the contractor’s nominee and will, also simultaneously appoint the balance number of arbitrators either from the panel or from outside the panel, duly indicating the ‘Presiding arbitrator from amongst the 3 arbitrators so appointed. GM shall complete this exercise of appointing the Arbitral Tribunal within 30 days from the receipt of the names of contractor’s nominees. While nominating the arbitrators it will be necessary to ensure that one of them is from the Accounts department. An officer of Selection Grade of the Accounts department shall be considered of equal status to the officers in SA grade of other departments of the Railways for the purpose of appointment of arbitrators.

40.3 (a) (iii) If one or more of the arbitrators appointed as above refuses to act as arbitrator,

withdraws from his office as arbitrator, or vacates his/their office/offices or is/are unable or unwilling to perform his functions as arbitrator for any reason whatsoever or dies or in the opinion of the General Manager fails to act without undue delay, General Manager shall

Signature of the tenderer AESTE/C/TKJ 110/206

Page 111: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

appoint new arbitrator/arbitrators to act in his/their place in the same manner in which the earlier arbitrator/arbitrators had been appointed. Such re-constituted Tribunal may at its discretion, proceed with the reference from the stage at which it was left by the previous arbitrator(s).

40.3 (a) (iv) The arbitral Tribunal shall have power to call for such evidence by way of affidavits or

otherwise as the arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay.

40.3 (a) (v) While appointing arbitrator(s) under Sub-clause (i), (ii) and (iii) above, due care shall be

taken that he/they is/are not the one/those who had an opportunity to deal with the matters to which the contract relates or who in the course of his/their duties as Railway servant(s) expressed views on all or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his service, opportunity to deal with the matters to which the contract relates or who in the course of his/their duties expressed views on all or any of the matters under dispute.

40.3 (b) (i) The arbitral award shall state in item-wise, the sum and reasons upon which it is based. 40.3 (b) (ii) A party may apply for corrections of any computational errors, any typographical or

clerical errors or any other error of similar nature occurring in the award and interpretation of a specific point of award to tribunal within 30 days of receipt of the award.

40.3 (b) (iii) A party may apply to tribunal within 30 days of receipt of award to make on additional

award as to claims presented in the arbitral proceedings but omitted from the arbitral award. 40.4 In case of the Tribunal, comprising of three Members, any ruling or award shall be made by a

majority of Members of Tribunal. In the absence of such a majority the views of the Presiding Arbitrator shall prevail.

40.5 Where the arbitral award is for the payment of money, no interest shall be payable on whole

or any part of the money for any period till the date on which the award in made. 40.6 The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia

include fees of the arbitrator(s) as per the rates fixed by the Railway Administration from time to time.

40.7 Subject to the provisions of the aforesaid Arbitration and conciliation Act 1996 and the rules

there under and any statutory modification thereof shall apply to the arbitration proceedings under this clause.

41. SETTLEMENT OF DISPUTES

Signature of the tenderer AESTE/C/TKJ 111/206

Page 112: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

41.1 The provision of Clauses-63 and 64 to the General Conditions of Contract will be applicable only for settlement of claims or disputes between the parties for values less than or equal to 20% of the value of the contract, provision of Clauses-63 and 64 and other relevant clauses of the General Conditions of Contract will not be application and arbitration will not be remedy for settlement of such disputes.

41.2 The Contractor shall not be entitled to ask for arbitration before the completion of the work assigned to him under this contract. The Contractor shall seek reference to arbitration to settle disputes only once within the ambit of condition 41.1 above.

41.3 Special condition vide Paras 41.1 and 41.2 shall prevail over existing clauses 63 and 64 of the General Conditions of Contract, other than provisions relating to “Excepted Matters”.

42. TERMINATION OF CONTRACT

In case the contractor fails to maintain the required schedule of progress the contract may be terminated dispensing with 7 days notice and the balance work or part thereof may be got executed by Railway departmentally or through any agency by way of single tender or Limited tender.

43. ERRORS, OMISSIONS & DISCREPANCIES The Contractor shall not take any advantage of any misinterpretation of the condition due to typing or any other error and if in doubt shall bring it to the notice of the Engineer without delay. In case of any contradiction only the Printed rules and books should be followed and claim for the misinterpretation shall be entertained.

44. EXTENSION OF TIME

If such a failure as aforesaid shall have arisen from any cause which the purchaser may admit as being a reasonable ground for extension of time, the General Manager/Chief Signal & Telecom. Engineer/C or his successor(s) shall allow such additional time as he may in his absolute discretion consider to be reasonably justified by the circumstances of the case such extension shall be granted by the purchaser. The Contractor will apply for extension at least one month before the expiry of the period of completion.

45. PRICE VARIATION 45.1 Price Variation Clause (PVC) shall be applicable only for contracts of value (Contract

Agreement value) Rs.50 lakh and more, irrespective of the contract completion period. Applicability: Price Variation Clause (PVC) shall be applicable only for contracts of value (Contract

Agreement value) Rs.50 lakh and more, irrespective of the contract completion period. Variation in quantities shall not be taken into 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 Railways free or at fixed rate, such

Signature of the tenderer AESTE/C/TKJ 112/206

Page 113: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

payments shall be excluded from the gross value of the work for the purpose of payment/recovery of price variation.

45.2 The 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 overage Price Index of the quarter under consideration.

45.3 Validity: Rates 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 levies/tolls etc. except that payment/recovery for overall market situation shall be made as per Price Variation Clause given hereunder.

45.4 Adjustment for variation in prices of material, labour, fuel, explosives, detonators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner prescribed.

45.5 Components of various items in a contract on which variation in prices be admissible, shall be material, Labour, Fuel, Explosives, Detonators, Steel, Cement, Concreting, Ferrous, Nonferrous, Insulator, Zinc, Erection etc. However, for fixed components, no price variation shall be admissible.

45.6 The percentage of labour component, material component, Fuel component etc. in various types of Engineering Works shall be as under:

Component Percentage Component Percentage

(A) Earthwork Contract 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%

Component Percentage Component Percentage

(C) Tunneling contracts Labour component 45% Detonators components 5% Fuel component 15% Other material components 5% Explosive component 15% Fixed component* 15% (D) Other works contracts: Labour component 30% Fuel components 15% Material component 40% Fixed component* 15%

* It shall not be considered for any price variation.

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

Signature of the tenderer AESTE/C/TKJ 113/206

Page 114: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(i) L = W x(LQ – LB) x LC ---------------- ----------- LB 100 (ii) M = W x (MQ- MB) x MC --------------- ---------- MB 100 (iii) F = W x (FQ- FB) x FC -------------- --------- FB 100 (iv) E = W x (EQ- EB) x EC -------------- --------- EB 100

(v) D = W x (DQ- DB) x DC

-------------- --------- DB 100

(vi) S = SW x (SQ- SB)

(vii) C = CV x (CQ- CB) / CB NOTE: Formuilae 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 inclding 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 followiwng 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 qantity of steel supplied ie. SW and for balance portion/component (labour, material, fule), price variation shall be worked out using gernal PVC formulae for net shall be worked out using general PVC formulae for net gross value of conbined/mix item obtained after deducting cost of steel supplied as SW x Se.

(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 valaue of combined/mix item and for balance portion/component (labour, material, fuel), price variation shall be worked out using genral PVC formulae for remaining 60% of gross value of combined/mix item executed.

For Railway Electrification work

1. T = [(CS – Co)/ Co x 0.4136] x TC

Signature of the tenderer AESTE/C/TKJ 114/206

Page 115: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

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

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

4. Z = [(ZT- ZO)/ ZO] x ZC

5. 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 Explosive

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 Items

N. Amount of price variation in Non-Ferrous items

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 work done by contractor as per on-account bill(s), excluding cost of

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

Signature of the tenderer AESTE/C/TKJ 115/206

Page 116: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

LB Consumer Price Index for Industrial Workers-All India: Published in RBI Bulletin for the base period.

LQ Consumer Price Index for Industrial Workers-All India: Published in RBI 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 RBI Bulletin for the base period.

MQ Index Number of Wholesale Prices – By Groups and Sub-Groups: All commodities –as published in RBI 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 and Power as published in RBI Bulletin for the base period.

FQ Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel and Power as published in RBI 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 Wieght of steel in tonne, 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 steel was purchased by the contratcor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor, whicever 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 Rs per tonne) for the relevant category of steel supplied by the contractor 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 cossideration, the price of steel, as notified in the last available month shall be taken.

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

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

CQ Index No. 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.

Signature of the tenderer AESTE/C/TKJ 116/206

Page 117: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

CS RBI wholesale price index for cement & lime for the month which is six months prior to date of casting & 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 RBI wholesale price index for Structural Clay Products for the month which is two months prior to date of inspeciton of material.

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

(Authority: Railway Board’s letter no. 85/W-1/CT/ 7Pt-I, dated 18.07.2012 and no. 2007/CE-1/CT/18/Pt-13, dated 02.05.2014)

45.8 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.

45.9 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 thereof, shall be as under:

S. No. Category of steel supplied in the Railway work.

Category of steel produced by SAIL whose ex-works price plus Excise Duty would be adopted to determine price variation.

1. Reinforcement bars and other rounds.

TMT 8 mm IS 1786 Fe 415/Fe 500

2. All types and sizes of angles. Angle 65x65x6mm 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 joints. Channels 200 x 75mm 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. No.1, 2, 3 above.

45.10 Price Variation During Extended Period of Contract

Signature of the tenderer AESTE/C/TKJ 117/206

Page 118: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

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 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.

46. ADVANCES 46.1 Grant of advances for a capital intensive and specialized nature of work may be considered in

case the estimated tender value of the work exceeds Rs.1 crore as per Railway Board’s letter No. 90/CE-1/CT/1 dated 21.5.97.

46.2 MOBILISATION ADVANCE 46.2.1 MOBILISATION advance up to a maximum of 10% of the total value of contract against

Bank guarantee will be paid in 2 stages as under. a) Stage-I 50% of the advance will be paid against an irrevocable bank guarantee from a

nationalized bank in India or the State Bank of India after signing contract documents. b) Stage-II 50% of the advance will be paid against an irrevocable bank guarantee from a

nationalized bank in India or the State Bank of India when the MOBILISATION at site in regard to establishment, setting up of the offices and bringing up the equipment have been done to the satisfaction of the Engineer-in-charge and the work has actually commenced at site.

46.2.2 Bank guarantee will be on the proforma to be supplied by the Railway. Bank guarantee will also cover the liability of contractor in regard to interest on MOBILISATION advance during the currency of the contract period.

46.2.3 (a) The rate of interest on ‘Mobilization Advance’ is revised from existing 12% per annum to

4.5% per annum above the Base Rate of State Bank of India, as effective on the date of approval of payment of Mobilisation Advance by the Competent Authority.

(b) The Mobilisation advance clause shall be restricted only for high value tenders of 25 crore and above.

Signature of the tenderer AESTE/C/TKJ 118/206

Page 119: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(c) The advance will be granted in two instllments viz 5% of the contract value of signing of the contract agreement and the balance 5% on mobilization of site establishment, seting up of offices, bringing in equipment and actual commissioning of work. Each installment will be released on submission of an irrevocable guarantee (Bank Guarantee, FDRs, 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 India in a form acceptable to the railway. These Two GHuarantees (Bank Guarantee FDRs, KVPS/ NSCs) shall be retuned as and when the value of the advance plus interest is recovered from the running bill. However, second/subsequent installments of mobilization advance shall be granted only after obtaining a certificate from contractor along with documentary proof of successful/satisfactory utilization of previous installment of mobilization advance.

(d) The interest rate on Mobilisation Advance as per item-1 above shall be applicable to other

advances extended by Railways to contractors as per extant rules and in terms of instructions in reference (iii) above.

46.3 ADVANCE AGAINST MACHINERY AND PLANT 46.3.1 Advance on security of machinery and equipment brought to the site shall be limited to new

machinery and equipment, which are essentially required for the work and involve a substantial outlay. This also includes launching girder if they are fabricated new specifically for this work. The advance will not exceed 75% of the purchase price of such equipment and will be limited at a maximum of 10% of the contract value. This is subject to the plant and machinery having been brought to the site and hypothecated to the President of India by a suitable bond acceptable to the Railway. The plant and equipment should also be insured by the tenderer/s for the full value and for the entire period for which they are required for the work or till the advance granted together with interest thereon is fully recovered whichever is later. The advance will carry an interest rate of 18% per annum.

46.3.2 The advance so given together with the interest accrued thereon shall be recovered in

installments through on account bills. The recovery shall commence when the value of the contract executed reaches 15% of the contract value and will be completed when the value of the work executed reaches 85% of the contract value. The installment recovery on each on account bill will be on pro-rata basis.

46.3.3 Also the advance shall be granted subject to the following conditions in addition to the

above: (a) The Engineer-in-charge shall decide as to what type of equipment, machinery advance may

be given as above. (b) In the event of dis-agreement regarding the type of equipment necessary, the decision of the

Chief Signal and Telecom Engineer (C)/Dy. Chief Signal & Telecom Engineer (C)/Senior Signal and Telecom Engineer (C) (refer Vol. I) will be final and binding on contractor and no claim shall be entertained on this account.

(c) The cost towards insurance shall be borne by the contractor.

Signature of the tenderer AESTE/C/TKJ 119/206

Page 120: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(d) The documents of hypothecation will have to be registered with the appropriate authority. The cost of registration will be borne by the contractor.

(e) No advance is admissible for consumable stores and spare parts. (f) No new advance shall be granted against the same machinery in the same contract. (g) Where, it is customary for the RTO to issue registration certificate for machinery, the same

shall be produced by the contractor for custody/endorsement of department when advance of such machinery is to be granted.

(h) Machinery hypothecated shall not be moved out of the project area even for heavy repairs without prior written approval of the Engineer-in-charge.

46.3.4 In case the contractor abandons the work, the advance will be recovered by disposal of the machinery so hypothecated. It will not be binding on the Railway to take possession to utilize the machinery for the Railway work and the Railway shall be free to dispose off the machinery by auction or any other mode. The difference between the amount of advance outstanding and receipt as above will be recovered or adjusted from other assets of the contractor.

46.4 SECURED ADVANCES

The secured advance is not admissible.

46.5 MOBILISATION advance as per para 46.2 and advance against machinery and plant as per para 46.3 are applicable/not applicable for this tender (refer Vol. I).

47. Incentive Bonus payment clause.

47.1.1 The incentive bonus payment clause will apply to contracts for throughout enhancement relating to “doubling” & “Traffic facility” works only. The contracts which are for works covering plan heads other than doubling and traffic facility the incentive bonus clause shall not apply.

The incentive bonus payment will be regulated as follows 1) This incentive bonus payable shall not be, more than 1% of the initial contract value or

revised contract value whichever is less for every one month of early completion ahead of the original completion period or revised completion period whichever is less.

2) However, the maximum incentive bonus shall not be more than 6% of the original contract value or revised contract value whichever is less.

3) Period less than one month shall not be reckoned for the incentive bonus calculation. 4) This incentive scheme shall not apply if extension to the original completion period is

given irrespective of on whose account (Railways Account or contractor account).

48. Levy of Token penalty Attention is invited to clause 17(b) of the GCC according to which time is the essence of the

contract. The competent authority while granting extension to the currency of contract under 17(b) of GCC may also levy token penalty as deemed fit.

Signature of the tenderer AESTE/C/TKJ 120/206

Page 121: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ENCLOSURE-1 TENDER CONDITIONS FOR SUPPLY OF CEMENT BY CONTRACTOR 1.0 Supply for cement by contractor at the rate for relevant NS item will be governed by

the following conditions. 1.1 Cement for use in the works shall be procured by the contractor from the main producers

or their authorized dealers only. 1.2 Cement older than 3 months from the date of manufacture as marked on the bags shall

not be accepted. Cement bags preferably in paper bag packing should bear the following markings: i) Manufacturer’s name. ii) Regd. Trade mark of manufacturer if any. iii) Type of cement. iv) Weight of each bag in kgs. Or no. of bags/. v) Date of manufacture generally marked as week of the year/year of manufacturers.

1.3 Quality test certificate for cement as per IS: 4031 shall be furnished by the contractor at his own cost from the manufacturer before use of cement supplied.

1.4 Railway may also take samples during the course of execution of works and get the cement tested to ascertain its conformity to the relevant IS specifications at contractor’s cost before a particulars lot is put to use. Frequency of testing shall be as prescribed by the relevant IS code. Following test inter alia shall be carried out: i) Fineness. ii) Compressive strength iii) Initial and final setting time iv) Consistency v) Soundness

1.5 In case samples tested do not pass the quality tests conducted, the entire batch of cement supplied shall be rejected and returned to the contractor.

1.6 For storage of cement, the contractor shall have to construct a temporary godown of adequate capacity at his own cost. The contractor shall bring the cement to the site of work only on written instructions from Gazetted officer in charge of work. It will be obligatory on the part of the contractor to get every consignment/truck of cement weighed in the presence of inspector in charge or his representative and supply an original copy of weight slip along with consignment. The inspector in charge will verify the quantity of cement brought to the site of work and return one verified weight slip to the contractor after the same is stacked inside the cement godown under the supervision.

1.6.1 The record of cement brought to the site of work daily consumption, daily opening balance and closing balance shall be maintained at site jointly by the inspector; in charge of work and contractor or his authorized representative. For this purpose 2 sets of registers duly reconciled and signed by the contractor and the inspector in charge of work certifying the opening balance, consumption, closing balance should be maintained. One register each shall be kept in the custody of inspector incharge of work and contractor or his representative.

1.6.2 The contractor shall be the custodian of cement go down and shall keep the go down under his lock and key to ensure safe custody of cement. The contractor shall ensure that

Signature of the tenderer AESTE/C/TKJ 121/206

Page 122: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

the cement once brought to the site and accounted for shall be used at the site only and shall not be taken away from site for any other purpose.

1.6.3 The contractor shall make the cement godown available for inspection along with connected record to the site Engineer or his representative as and when required.

1.6.4 Land for constructing the temporary godown shall be handed over by the Railway on the written request of the contractor free of any rent.

1.6.5 The contractor shall ensure that after completion of the work and/or determination of the contract for any reason whatsoever, the temporary cement godown shall be dismantled and all dismantled material/debries shall be removed and the clear site shall be handed over back to Railway. All the released material shall be the property of the contractor and no payment shall be made by the Railway for dismantling etc. The final bill and earnest money/Security deposit shall not be released unless the godown is dismantled and the site is cleared in all respects.

1.7 Tolerance requirements for the mass of cement: i) Cement supplied at one time will be taken as forming one batch. The number of

bags taken for sample from each batch shall be as under:- Batch Size Sample size 100 to 150 20 151 to 280 32 281 to 500 50 501 to 1200 80 1201 to 3200 125 3201 and above. 200

The bags in sample shall be selected at random. ii) The number of bags in sample showing a minus error greater than 2 per cent of

the specified net mass (50 kgs.) shall not be more than 5% of the bags in the sample. Also the minus error in none of such bags in the sample shall exceed 4 percent of the specified net mass of cement in the bag. In case the minor error exceeds the percentage herein specified, the entire batch of cement samples shall be rejected.

iii) In case of a wagon/truck load of 10 to 25 tonnes, the overall tolerance on net mass of cement shall be 0 to 40.5 percent. Any batch of cement not conforming to above tolerance will be rejected.

1.8 The consumption of cement on works shall be assessed on the basis of CEMENT CONSTANTS per unit quantity for various items of works as per N.R1 SOR-87 of cement contents per unit quantity; as per Design in case of Designed Mix of cement concrete of specified strength. In case of designed mix of concrete of specified distrength where the cement is to be used by weight where specially ordered in the N.S. item rate or tender conditions a variation of 11% (Max.) will be allowed in the consumption of cement on works.

1.9 Stacking of cement in the godown shall be done on a layer of wooden sleepers so as to avoid contract of cement bags with the floor or alternatively scrap GI sheet may also be used in place of sleepers but these must be placed at least 20cm above the floor. The bags shall be stacked at least 30cm clear of the walls to prevent deterioration. The wooden sleepers/scrap GI sheets shall be arranged by the contractor at his own cost. Cement shall be stored in such a manner as to permit easy access for proper inspection.

Signature of the tenderer AESTE/C/TKJ 122/206

Page 123: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Cement should be stacked not more than ten layers high to prevent bursting of bags in the bottom layer and formation of clods the stacks of cement bags shall be covered with tarpaulins during monsoons so as to obviate the possibility of deteriorating of cement by moisture in the atmosphere. Cement which is set or partially set is on no account to be used.

1.10 The cement brought to the site Godown in excess of the requirement calculated based on the cement factors shall be taken back by the contractor on completion of the work after written approval from AEN/SEN on proper documents.

1.11 Payment as per relevant NS items will be made on the basis of quantity of cement actually consumed and the quantity calculated as per cement factors for various items, whichever is less subject to recovery as per clause 1.12 below:

1.11.1 Cement actually consumed on works shall normally match the quantity calculated as per cement factors for various items. If it is discovered that the cement actually consumed at site is less than the quantity as ascertained taking into consideration the cement factors for various items by more than 1% the cost the cement not so used (i.e. difference between the quantity of cement calculated as per cement factors and cement actually consumed) shall be recovered at double the quoted rate from the contractor. Empty cement bags will be the property of contractor.

Signature of the tenderer AESTE/C/TKJ 123/206

Page 124: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

FORM – 1 AGREEMENT FOR WORKS

CONTRACT AGREEMENT NO.----------------------------------------------------------------DATED-

-----------------------------2014 ARTICLES OF AGREEMENT made this------------------------------

day of ------------- 2014 between the President of India acting through the Railway

Administration hereinafter called “Railway” of the one part and ---------------------------------------

---------------- hereinafter called the Contractor of the other part.

WHEREAS THE Contractor has agreed with the Railway for the performance of the work”

-------------------------------------” set forth in the schedule hereto annexed upon the General

conditions of contract and the specifications of the Northern Railway and the special conditions

here into and special specifications if any, and in conformity with the drawings annexed and

WHEREAS the performance of the said works is an act in which the public are interested.

NOW THIS PRESENTS WITNESSETH that in considerations of the payments to be made by

the Railway the Contractor will duly perform the said works in the said schedule set forth and

shall execute the same with great promptness care and accuracy in a work manlike manner to the

satisfaction of the Railway and will complete the same in accordance with the said specifications

and said drawings and said conditions of contract on or before the -------------------- day of --------

--------2014 and will maintain the said works for a period of ----------------Calendar months from

the certified date of their completion and will observe, fulfill and keep all the conditions therein

mentioned (which shall be deemed and taken to be part of this contract as if the same had been

fully set forth herein) AND the Railway do hereby agree that if the contractor shall duly perform

the said works in the manner aforesaid and observe and keep the said terms and conditions the

Signature of the tenderer AESTE/C/TKJ 124/206

Page 125: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Railway will pay or cause to be plaid the Contractor for the said works on the final completion

thereof the amount due in respect thereof at the rates specific in the schedule hereto annexed.

Date---------------------------

Signature of Contractor with seal Signature for and on behalf

of President of India

Contractor name & Address-------------------

(Designation---------------------------)

-----------------------------------------------------

Date -----------------

Signature

of witness

with

address

1)--------------------------------

2)-------------------------------

Signature of the tenderer AESTE/C/TKJ 125/206

Page 126: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

FORM-2 Name of the Bank ________________________ President of India Bank Guarantee Bond No.______ Acting through ________________ Dated_________________________ (Designation and address of the contract signing authority )

PERFORMANCE GUARANTEE BOND In consideration of the President of India acting through__________( Designation and address of the contract signing authority ), Northern Railway , Kashmere Gate, Delhi (herein after called “The Government”) having agreed under the terms and conditions of the agreement/contract acceptance letter no. _________________________ dt. ________made between________ (Designation and address of the contract signing Authority) and________(herein after called ‘the said contractor’(s) for the work______________(herein after called “the said agreement”) having agreed for submission of an irrevocable Bank Guarantee Bond for `_______(`_______only) as a performance security bond from the contractor for compliance of his obligations in accordance with the terms and conditions in the said agreement. 1. We______________________ (indicate the name of the Bank) herein after referred to as the Bank, undertake to pay to the Government an amount not exceeding `______ (`_____only) on demand by the Government. 2. 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 or _____________________( designation and address of the contract signing authority) Northern Railway, stating that the amount claimed is due by way of loss of damage caused to or would be caused or suffered by the Government by reason of breach by the said contractor of any of the terms or 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 `________ (`____________only)

3.(a) We, ____________(indicate the name of the bank) further undertake to pay to the Government any money so demanded not withstanding any dispute or dispute raised by the contractor (s) in any suit 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 valid discharge of our liability for payment there under and the contractor (s) shall have no claim against us for making such payment.

Signature of the tenderer AESTE/C/TKJ 126/206

Page 127: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

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 and Address of the contract 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.

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 or 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 validity 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 or to extend the period of the guarantee from 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 not 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 the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without effecting in any manner our 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 of 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 for thing whatsoever which under the law relating to sureties for the said reservation would relieve 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 up to ______(Date of Completion plus Maintenance Period)

unless extended on demand by the Government. Notwithstanding anything to the contrary contained herein before, our liability under this guarantee is restricted to `_______ (`_____________only) unless a demand under this guarantee is made on us in writing on or

Signature of the tenderer AESTE/C/TKJ 127/206

Page 128: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

before________________, we shall be discharged from our liabilities under this guarantee thereafter. Dated the ___________________________day of _________________for _____________________ (indicate the name of the Bank).

Signature of the Bank Authorized Official Name Designation Full Address

Witness 1________________ 2_________________

Signature of the tenderer AESTE/C/TKJ 128/206

Page 129: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

F O R M. NO. 4

STANDARD INDEMNITY BOND FOR ON ACCOUNT PAYMENT

We M/s. ______________________________________________hereby Undertake that we held in our custody for and on behalf of the President of India Acting in the Premises through the General Manager, N. Rly. New Delhi (hereinafter referred to as the “Purchase” and as has property in trust for him all imported and indigenous materials which have been handed over to us against the contract for the works in the section.

___________To ___________Stations on Northern Railway vide letter for acceptance of Tender

No. _______________________________date__________ and materials such as ____________________________ handed over to us by the purchase for the purpose of execution of the said contract, until such time the materials are duly erected or otherwise handed over to him. We shall be entirely responsible for the same custody and protection of the said materials against all risk till they are duly delivered as erected equipment to the purchaser, or as he may direct otherwise and shall indemnify the purchaser against any loss or damaged deterioration whatsoever in receipt of the said materials while in our possession and against disposal or surplus materials. The said materials shall at all times be open to inspection by any officer authorized by the General Manager, Northern Railway, S&T/C, New Delhi or his successor.

Should any loss, damage or deterioration of materials, occur or surplus materials disposed off

and refund becomes due to the purchaser shall be entitled to recover from us the full cost and compensation determined in terms of the contract for such loss or damage if any, along with the amount to be refunded without prejudice to any other remedies available to him by deduction from any sum due or any sum

Date ______________________ day of ___________________________2014 Signature of witness Name of witness in Block letters. Address For and on behalf of

Messers____________________ (Contractor)

Signature of the tenderer AESTE/C/TKJ 129/206

Page 130: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

F O R M NO.5

ACKNOWLEDGMENT FOR RECEIVING MATERIALS FROM RAILWAYS To, Station: The Dy. CSTE/C/---- Date: Northern Railway, New Delhi. Sir, SUB: Receipt of materials/Cables from Railways It is hereby acknowledge that the following materials/cables as detailed have been received in full and in good condition by me at ________________No. ________________________and the work coming under the agreement No.________________________ Dated _____________________________________. S. No. Description of materials/ Qty./Nos. Remarks if any Cables. Mtrs. Witnessed By: Signature of Engineers Signature of Contractor.

Signature of the tenderer AESTE/C/TKJ 130/206

Page 131: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

F O R M NO.6

C E R T I F I C A T E F O R J O I N T I N S P E C T I ON OF WORKS To, THE WORK OF ______________________________________________________________________________ have been jointly inspected by us at the following stations and the same at this station/these station have been done according to the specifications & drawings. S.NO. STATION FROM TO REMARKS Signature of the Contractor(s) Signature of Engineer’s or his representative Representative with designation.

Signature of the tenderer AESTE/C/TKJ 131/206

Page 132: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

F O R M NO -7

FORMAT FOR BANK GUARANTEE (FOR ADVANCE TO THE CONTRACTOR)

1. In consideration of the President of the Republic of India (hereinafter called “the Government”) having agreed under the terms and conditions of letter/Agreement No.-------------- dated ----------------made thereafter called the “said agreement”) to accept from --------------------- (hereinafter called the said contractor (s)” a guarantee Bond for Rs.--------only) against interest bearing repayable MOBILISATION advance amounting `-----------------(`------------------------) agreed to be given to the said contractor (s) as per accepted conditions of the contracts we -----------------Bank (hereinafter called “The Bank”)do hereby undertake to pay the Govt. an amount of `----------------------------(Principal amount) plus interest at the rate of ------------% per annum (at prescribed rate prevailing at the time of grant of MOBILISATION advance) accrued during Guarantee period against any loss or damage caused to or suffered or would be caused to or suffered by the Govt. By reason of any breach by the said contractor (s) of any of the terms and conditions for repayment of the advance as mutually agreed to and set forth in the agreed to and set forth in the agreement..

2. We--------------------------Bank do hereby undertake to pay the amount/s (i.e. Principal amount of MOBILISATION advance and interest accrued thereon) due and payable under this guarantee without any demur, merely on demand from “the Govt.” acting through FA & CAO/Const. Northern Railway, Kashmere Gate, Delhi-110006 stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Govt. by reason of any breach by the said contractor(s) 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 of `--------------------- (Principal amount) along with interest at the rate of -------------% per annum (at prescribed rate prevailing at the time of grant of MOBILISATION advance accruing Guarantee period)

3. We ------------------------ Bank further agree that the Guarantee herein contained will remain in full force and effect till the advance granted with interest is fully repaid and that it shall continue to be enforceable till the FA&CAO.C, Northern Railway, Kashmere Gate, Delhi-6 certificate that the terms and conditions for repayment of advance contained in the said agreement have been fully and properly carried out by the said contractor (s) and accordingly discharges the guarantee.

4. We ------------------------- Bank further agree with the Govt. Shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or for any forbearance, act or omission on the part of the govt. Or any indulgence by the Govt. To the said contractor (s) or by any such relating to sureties would, but for the said reservation would relieve as from the liability.

Signature of the tenderer AESTE/C/TKJ 132/206

Page 133: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

5. “Notwithstanding 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 wring by the Government or until the Advance with interest is earlier and no claim shall be valid under this guarantee unless notice in writing thereof is given by the Government.

6. The advance will carry an interest of `----------------- per annum and the Railway reserve the right to recover MOBILISATION advance with interest from the guarantee Bank merely on demand and Bank shall make the payment without any delay merely on the demand from the Railway.

7. We---------------------------- Bank also agree that the Govt.’s right to recover from us under the terms of the guarantee shall not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said contractor(s) with regard to his liability before any Arbitrator or Tribunal or Court with regard thereto or in connection therewith. We further undertake not to withhold payment at the instance or request or as a consequence of any action by the Contractor.

8. We --------------------------- Bank unconditionally undertakes to renew this guarantee or to extend the period of guarantee from year to year within two months 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, due to one reason or the other we ---------------------Bank shall pay the Government the full amount of the guarantee with interest thereon.

9. This guarantee shall not be revoked by any change in the constitution of the Bank and/or the surely.

10. Executed on date ------------------------day of----------------------2014 for---------------------Bank at ------------------------. Executing Witness 1. 2.

Signature of the tenderer AESTE/C/TKJ 133/206

Page 134: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

F O R M NO.8

Q U A L I F I C A T I O N E X P E R I E N C E S. No

System and Name of Project

Party’s address for whom the work was done

Total value of Contract

Schedule period of execution (in months)

Year of Completion & Actual period of execution (in months)

Remarks

Signature of the tenderer AESTE/C/TKJ 134/206

Page 135: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

FORM NO.9

SYSTEM PERFORMANCE GUARANTEE

(PERFORMA FOR THE SYSTEM PERFORMANCE GUARANTEE) To The President of India, I/we____________________________________________________________hereby guarantee

that the design on the basis of which we have submitted out tender

No.___________________________________________________________has been carefully

made to confirm to the end objectives in the tender documents and to technical specification

therein. We further guarantee that in the event of the performance of the system, when installed,

not complying with the end objectives or with the specifications contained in the tender

documents, we shall provide further inputs to enable the Railways to realize the end objectives

contained in these documents without any additional payment for any additional payment for any

additional equipment which may be required in this regard. We further guarantee that all the

expenses including the expenses incurred in India for providing the additional inputs under the

System Guarantee will be borne by us. We further guarantee that these additional inputs will be

provided by us to make the system workable within 8 months from the date on which this

guarantee is invoked by the Purchaser.

(Signature of Firm’s authorized Officer)

Seal Signature of witness: 1.- - - - - - - - - - - - - - - - - - - - - 2.- - - - - - - - - - - - - - - - - - - - -

Signature of the tenderer AESTE/C/TKJ 135/206

Page 136: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

FORM – 10

STATEMENT OF DEVIATIONS PERFORMA FOR STATEMENT OF DEVIATIONS

1. The following are the particulars of deviation from requirement of the

instructions to TENDERERS, General Conditions of Contract.

1.1 Instructions to TENDERERS.

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)

1.2 GENERAL CONDITIONS OF CONTRACT.

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)

1.3 Special Conditions of Contract

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION) 2. The following are the particulars of deviations from requirement of the technical

specifications:

(Separate Statement for each specification) CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)

NOTE:

Where there is no deviation, the statement should be returned duly signed with an endorsement

indicating no deviations.

Signature of the tenderer AESTE/C/TKJ 136/206

Page 137: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

FORM – 11 RECEIPT CERTIFICATE (FOR SUPPLY ONLY)

From: Sr. Section Engineer/C/ (Signal/Telecom)/Northern Railway: No. Date: 1. Contract No. 2. Name of work 3. Item No. As in Rate Schedule 4. Description of item. 5. Material inspected by: 6. Dispatch particular & date 7. Qty. As per dispatch particular 8. Qty. Received. 9. Qty. Short received 10. Conditions of stores Received 11. Name of firm & Address 12. Place of receipt 13. Date of receipt 14. Ledger No. 15. Name & designation of stores In-charge. ---------------------------------- Signature of Stores-in-charge

Signature of the tenderer AESTE/C/TKJ 137/206

Page 138: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

FORM – 12

WORKS IN HAND S. No.

System and Name of Project

Party’s address for whom the work is being done

Total value of contract

Schedule period of execution (in months)

%age progress in terms of works done

Likely date of completion

Payments received till date

Remarks

F O R M N O.13

C E R T I F I C A T E

Signature of the tenderer AESTE/C/TKJ 138/206

Page 139: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Joint Inspection of Cable trench & protective works 1. The cable trench/chase including ducts, pipes etc. Arrangements en-route has been jointly inspected by us on the following sections and the work has been done according to the specifications. The laying of cable can be taken on these sections after the deficiencies noted below are rectified and offered for further check.

2. -------------------------------------------------------------------------------------------------------

S. No. From KM To KM Remarks/deficiency if any 3. The following joints have been supervised and provided as per manufacturer’s instructions and it is confirmed that all the materials or kit have been used up. S. No. Type of joint Locations (KM No) Remarks/Deficiency if any Signature of Contractor’s Signature of Purchaser’s Representative with Representative with Designation Designation

Signature of the tenderer AESTE/C/TKJ 139/206

Page 140: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

FORM No. 14

Details of contractual payment received in last three financial years and current financial year. S. No.

Name of work

Name of Employer

Date of payment

For the financial year

Total contract Amt. Received.

1 2 3 4 5 6

Signature of the tenderer AESTE/C/TKJ 140/206

Page 141: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

FORM No. 15 Real Time Gross Saving (RTGS)/National Electronic Fund Transfer (NEFT)

Model Mandate Form (Investor/customer’s option to receive payments through RTGS/NEFT 1) Investor/customer’s Name : 2) Particulars of Bank account. A Name of the Bank : B Name of the branch : Address : Telephone No : C RTGS/NEFT IFS Code : 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 a photocopy of a cheque or front page of your savings bank passbook 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 Signature of tenderer Signature of bank authority with seal

Signature of the tenderer AESTE/C/TKJ 141/206

Page 142: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Ann.-K-1

FORMAT FOR JOINT VENTURE MEMORANDUM OF UNDETSTANDING / AGREEMENT

THIS JOINT VENTURE MEMORANDUM OF UNDETRSTANDING (MOU)/ AGREEMENT EXECUTED AT___________ON THIS_____ DAY OF________ 2008 BETWEEN M/s ______________ Registered office at ________________ as the first party and M/s __________________ Registered office at ______________ as the Second party _________________ as 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 WITNESSTH 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:-

Signature of the tenderer AESTE/C/TKJ 142/206

Page 143: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

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.

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. 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. 7. That all the Bank guarantees 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.

10. Notary certified copy of the Partnership Deed. The partnership firm should be registered by Registrar of firms on or before date of opening of tender. Tender shall be submit notory certified copy of above partnership deed. NOW THIE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTURE ON THIS ______________ DAY OF __________TWO THOUSAND WITH REFERENCE TO AND IN CONFIRMATION OF THEIR DISCUSSIONS AND UNDERSTANDING BROUGHT ON RECORD ON ____________. IN WITNESS THEREOF ALL/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 PRESENCE OF THE FOLLOWING WITNESS. WITNESSES: 1. FIRST PARTY 2. SECOND PARTY

Signature of the tenderer AESTE/C/TKJ 143/206

Page 144: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

NORTHERN RAILWAY

SIGNAL & TELECOMMUNICATION (CONSTRUCTION)

VOLUME-III

Signature of the tenderer AESTE/C/TKJ 144/206

Page 145: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Technical Specifications & General Installation practices

===

Signature of the tenderer AESTE/C/TKJ 145/206

Page 146: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Vol-III ENCLOSURE-I

TECHNICAL SPECIFICATIONS & INSTALLATION PRACTICES 1. The works shall be carried out according to the drawings approved by the Railway and

shall conform to the provisions of the ‘Signal Engineering Manual’, “Schedule of Dimensions” and Manual of Instructions for Installation of S&T equipment on 25 KV, 50 HZs, A. C. Electrified sections as modified from time to time unless deviations, if any, are specifically approved by the Engineer. The contractor shall be solely responsible for the proper execution of the work as per the said deviation and specifications.

2. Foundation: 2.1 Conforming to the signalling plan and cable plan the positions of foundations for signal

posts, apparatus cases, junction boxes, cable termination boxes, diesel generator, shunting /block section limit board, Sighting boards, power panel as required, will be indicated by the Engineer’s representative at site before the commencement of the work at the station.

2.2 The excavation of pits for various types of foundations shall be done as per drawings or the instructions given by Engineer’s representative and during the excavation, the earth of the pit shall be thrown on plain ground away from track and left out earth if any, shall be thrown outside the Railway premises.

2.3 Before casting of foundation, the Contractor’s representative and the Engineer’s representative shall jointly inspect the quality and depth of pits, quality of bricks, concrete etc. and ensure compliance with the drawings and specifications.

2.4 Signal posts and sighting boards shall be vertical and plumb and the gap between the base and the signal post shall be filled with Chatterton compound or any other approved substance.

3. Apparatus case and signal erection. 3.1 The signal unit shall be properly mounted, secured, and focussed.

3.2 Cable for signal units shall be taken inside the signal post. Exposed cable should be protected by suitable means.

3.3 The apparatus cases, junction boxes, and cable termination boxes shall be vertical and plumb.

4. Cable laying and termination. 4.1 Cable openings in Apparatus cases, junction boxes and in relay rooms should be covered

by sand and top should be plastered by cement for apparatus cases and junction boxes. 4.2 The cables in sufficient spare lengths shall be kept coiled in a circle of suitable diameter

at 1-meter depth before being taken into the relay rooms/apparatus cases and field operation for termination. Such coils of cables in pits shall be adequately covered by sand and bricks to provide protection against damage.

4.3 For each station, the cable route plan will be supplied by Railways before the commencement of the cable laying work at the stations. However, under the exigencies

Signature of the tenderer AESTE/C/TKJ 146/206

Page 147: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

of local conditions or for any other consideration, the Engineer In charge may alter the cable route plan. The Engineer’s representative in charge of the work will mark the route of the cable with chalk or lime, as per cable route plans/ cable plans as per the Engineers instructions to him. He shall lay the cables only along this route. The contractor shall be represented at the time of marking the route of the cable and he shall furnish to the Engineer’s representative, required quantities of lime, rope, labour etc. for carrying out this work at the cost of the contractor.

4.4 Cable laying should commence only after the depths and quality of trenches have been checked, quantity of bricks and arrangement for tempted filling etc. are inspected jointly by the Engineer’s representative and Contractor’s representative and approved by the Engineer’s representative.

4.5 Trenching for track crossing and laying of cable across the track should be done only in the presence of the Engineer’s representative.

4.6 Cable shall not be normally taken over the track at the time of cable laying by the contractor, as this is likely to cause accident to trains and damage to cable. If, at any time, the cable has to be taken across the track, it shall be done only in the presence of the Engineer’s representative and after the safety precautions have been taken.

4.7 The handling, laying and pulling of wires and cable shall be in accordance with instructions and under supervision of the contractor. For laying the cables, the drum shall be mounted on axle at one end of the trench and the cable laid out and carried by Contractor’s labourers guiding the cable into the trench.

4.8 Cable should be properly terminated in the terminal boards / racks.

4.9 Bends in cables shall have a radius of not less than 20 times the diameter of the cables 4.10 Eyelet terminals shall be used on flexible wires, if necessary.

4.11 Not more than two wires shall be connected to one terminals/ tag. 4.12 Cables terminated inside apparatus cases, junction boxes and in relay room should be

fixed by clamp or any other method as indicated by Engineer’s representative. 4.13 Terminals shall be mounted so that they cannot be turned in base of frame to be applied.

They shall be properly insulated from each other and other metallic parts. 4.14 Terminal shall be installed in an accessible position and neatly arranged on terminal

boards in housings. 4.15 The terminal block provided at the locations, and other places shall be provided with

suitable links to facilitate isolation of the two sides of the circuits, which are connected to the terminal links.

4.16 With the help of mega ohmmeter, insulation resistance test shall be conducted on all cores of each cable jointly by the representative of the Engineer and the contractor before the cable is connected or wired to the signalling equipment. The insulation resistance shall be measured between a core and all other cores connected together to the sheath and earth. The results of the insulations resistance test shall be tabulated in the form given as Annexure-I and the form signed by the representative of the contractor and the Engineer.

Signature of the tenderer AESTE/C/TKJ 147/206

Page 148: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

4.17 With the help of wheat stone bridge, loop resistance test shall be conducted on all cores of each cable jointly by the representatives of the Engineer and the contractor before the cable is connected or wired to the signalling equipment. The result of the loop resistance test shall be tabulated in the form given as Annexure –II and the form signed by the representatives of the Contractor and the Engineer.

5. Relay Racks: 5.1 Relay racks should be of metal, which can be assembled with plug-in-base plates and

factory pre- wired base plates for ready installations. The rack includes all the necessary rack fittings, supports in the relay room arrangement for fixing fuses and relay bases, as per approved Northern Railway drawings. The outside colour should be light yellow coloured. It should be powder coated for long life. It should be corrosion resistant.

5.2 Relay rack shall be provided with anti-vibration protection.

5.3 Relay rack shall be mounted in the relay room as per the position indicated by the Railway representative.

5.4 MDF Rack will be similar to relay rack and will include all materials required for termination of outdoor/ indoor cables, fixing of terminals, fuses, fuse bases, transformers and other accessories as per instructions of Engineer at site.

6. Relays:

6.1 General: In case of A.C. electrified areas, the relays shall be in conformity with RE manual.

6.2 Design: Relays shall be of a design approved by the Railways. Relay shall be provided with means to ensure that it cannot be plugged into a wrong base.

6.3 Mounting : Relay base plate shall be fixed on the relay racks for vertical mounting. Relay base plate shall be phenolic moulded or of other approved insulated materials and shall have adequate mechanical and dielectric strength and insulation qualities. The fastening of relay-to-relay base plate shall be so arranged as to securely hold the relay in place and yet be easily removable. Contact pressure between relay and base plate shall be adequate to keep constant uninterrupted contact.

7. Sealing and calibration: 7.1 The enclosure containing the moving parts of the relay shall be sealed with

manufacturer’s seal or sealing arrangement should be provided. Each coil shall have attached to it, secured by outside binding, a tag which, shall be clearly and indelibly marked with the following particulars.

7.1.1 Manufacturer’s reference No.

7.1.2 Size of wire and kind of insulation. 7.1.3 Resistance of the coil( for DC relays only)

7.1.4 No. of turns ( for DC relays only)

Signature of the tenderer AESTE/C/TKJ 148/206

Page 149: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

8. Interconnections/wiring: 8.1 Installation of control panel, cable termination and relay racks at the respective places

shall have to be done. Wiring of relay racks and control panel shall be carried out as per circuit diagram approved by the Railways providing interconnection arrangements between the racks and control panels.

8.2 Interconnection between terminal racks / boards and relay racks shall be carried out by providing ladder arrangements or by any other arrangements as instructed by Engineer’s representative.

8.3 Interconnection between control panel and other racks shall be with ladder arrangement. The ladder arrangement of suitable capacity is to be fixed neatly and firmly with proper support.

8.4 The equipments are to be wired in relay room, control panel, power supply arrangement, apparatus case, cable termination box, and battery box and in other locations.

8.5 Cable termination racks should be erected in the relay room, Suitable cable ducts as required, shall be provided to bring all outside cable to the termination rack. RCC slabs shall be manufactured at site and covered. All the cables are to be neatly fixed and terminated in order.

8.6 Terminals supporting the fixed part of front and back contacts and relay shall be fastened on their supports so as to preclude adjustments of any kind without first breaking the seal of the relay.

8.7 10% spare wires shall be installed between terminals, control panel, illuminated diagrams and relay racks.

8.8 It shall be possible to identify wires to all terminals by means of non- metallic tag or level on which is stamped the designation corresponding to that is on the circuit and wiring plan. Contractor may adopt any other means subject to approval of the Railways. Tag shall be applied in such a manner that if a wire is removed from the terminal, the tag will remain on the wire.

8.9 Where practicable the tags or labels shall be securely fastened adjacent to the terminals or suitably painted so that the number can be easily read.

8.10 All wiring in the cabin and location shall be terminated on suitable terminal block/tag blocks having minimum insulation resistance of 500 Mega. Ohms at 500 VDC. The terminal blocks/tag blocks shall be covered with plastic cover.

8.11 The colour of the wires for wiring should be as per standard colour scheme used on the Railway which is as follows:-

• Black 110 V Bx. & Nx. 24 V Nx.

• Green 24V steady Panel Indication

• Red 24 V flashing - do -

• Blue 60 V DC positive

• Grey 60 V DC negative

Signature of the tenderer AESTE/C/TKJ 149/206

Page 150: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

The above colour scheme shall be followed as required. 8.12 Contact numbering for the relays shall be made by the contractor as per the approved

circuit diagram issued by the railway and type of relay proposed to be used on the installation.

8.13 No joints are permitted in the connection wires. 8.14 Wiring in relays housing shall be uniform for like apparatus throughout the installation.

8.14.1 The internal wiring of Relay Rack in locations and cabin shall be generally carried out with plain annealed copper conductors; PVC insulated unarmoured flame retarding type of 1100V grade unless otherwise specially permitted. The size of the conductor can be as follows:-

i) Single core size - 1mm ii) Multi core each core of size - 1mm

iii) Multi core each core of size - 0.6mm iv) Flexible insulated wire size - 16/0.2mm

v) Flexible multi-strand wire size - 3/0.737mm 8.14.2 Rack to rack wiring shall be generally carried out with multi core cable having plain

annealed copper single core conductor of size 1/0.6 mm or multi-strand 16/0.2 mm as per approved specification of indoor cables.

8.14.3 Following practice shall be adopted for internal wiring unless asked otherwise by the Engineer-In-Charge. The connecting wires shall be terminated on eyelets/lugs/receptacles unless otherwise specially permitted. a) All connections to plug-in-non-proved type relays, flexible wire of 16/0.20 mm shall

be used. b) All connections to proved type relays shall be done with 0.6/1 mm single strand multi

core cable. c) For all connections from cable terminations to tag blocks and indicators etc. shall be

done with the help of 1mm single strand wires. d) For all connections to circuit breakers, lever locks etc. single strand wire of 1.5/1.6

sq. Mm size shall be used. Relay to relay wiring on the same rack should be as far as possible direct without

intermediaries like tag block/ terminals. 8.14.4 Soldering at the tag block terminals shall be made using good quality solder and flux.

Care must be taken to prevent dropping of excessive solder from terminal thereby causing failure/unwanted connection or short by fusing of PVC insulation in the row below it. It is advisable to raise the wires by mechanical means and temporarily interposing a wooden or plastic sheet between the adjacent rows while soldering, to collect the excessive solder that may be dropping out.

8.14.5 After testing, the loose wires on the cable ladder shall be neatly bunched and laced with twine black. The contractor shall adopt suitable colour code for wiring as required by the

Signature of the tenderer AESTE/C/TKJ 150/206

Page 151: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Engineer in-charge. Spare conductors to an extent of 10% are to be provided on the interconnecting wire runs for future developments, in case multi-core cable is used.

8.14.6 Various supplies associated with signalling viz., 110V AC, 110V DC, 60V DC, 24V DC 12/24V AC and l2/24V AC flashing are to be brought out to the relay/equipment room as per instructions. Necessary measuring instruments are to be mounted on the Hylum sheet 10 mm thick fitted to the power panel with suitable switches and HRC fuses.

8.14.7 After the complete testing by the Engineer in-charge and before commissioning the installation, the contractor shall arrange necessary lead seals & sealing wires for sealing the relays.

8.14.8 The nomenclature of each relay shall be painted both in front and rear side of each relay with contact configuration. The relay index sheet duly painted with details of relay and their position in the relay rack shall be manufactured out of Decolum / Nova pan sheet and fixed in the relay room. All the relays to be plugged shall be checked visually and defect if any, noticed shall be replaced, duly reporting the same to the Railways. Relay rack wiring and contact chart of all relays shall be prepared in linen/polyester sheets, duly signed and handed over to Railways for preparation of handing –over documents to maintenance organisation.

8.14.9 Suitable arrangements shall be made in the relay rack for fixing condenser and resistance unit, required for slow to release feature. Letter painting shall be made against each unit to identify circuit for which it is used.

9.0 FUSES, TERMINAL AND TERMINAL LINKS: 9.1 It shall not be possible to insert a cartridge of a higher rating into a holder of lower rating.

9.2 Fuses shall be of non-deteriorating type conforming to RDSO specification. 9.3 Fuse clips shall be mounted on an insulating base of fireproof material.

9.4 Fuses or circuit breakers shall be installed according to standard practice with prior approval of the Railway.

10 INSULATION: Provision of insulation wherever required to follow standard approved Railway practice for the purpose. Material used for insulation shall be such that it will not be injuriously affected by atmospheric conditions.

11 TRACK CIRCUIT: 11.1 Track circuit connections to the rails and jumpers should be fixed by channel pins to the

rails. Any alternative method to be adopted should be approved in advance by the Engineer.

12 EARTHING: 12.1 Earth resistance of the Earth Electrode shall not exceed 10 Ohms for conventional earths.

12.2 Earth Electrode shall be tested as per instruction of Earthing given as Annexure-III and the result shall be recorded in the Form given with the instructions as per Annexure-III. The form should be signed by the representative of the Contractor and the Engineer.

Signature of the tenderer AESTE/C/TKJ 151/206

Page 152: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

12.3 Earthing of equipment shall be done as per the instruction on Earthing of signalling and telecom equipment in 25 KV 50 Hz AC electrified section as per Annexure-III.

13 STATION EQUIPMENT 13.1 The control panel shall be erected in the place as shown by the Engineer-in charge of the

work on proper foundation bolts and cement concrete. Before erecting the panel, a suitable duct shall be made for bringing the jumper cables into the control panel.

13.2 The control panel if it is Domino type shall be wired with indoor cable 40C/60C. If it is PTJ type, shall be wired with 16/0.2 wire coils.

13.3 The contractor shall protect the control panel, while doing the wiring. The terminal particulars, power supply points, tag block particulars shall be neatly painted on the inner side of the panel. Before commencing wiring all knobs, buttons & indicators shall be tested for proper contact and defective ones shall be replaced in the initial stage itself.

13.4 The cable termination and internal wiring terminal particulars of control panel shall be made out signed by the contractor and handed over to Railways. The control panel shall be earthed properly.

13.5 Any modification to the panel wiring shall be done by the contractor at site, as required by the Railways free of cost before final commissioning.

13.6 The inter-connections arrangements includes laying of multi-core hook up wire cables, inter connection between Generator room, battery room, power rack and cable termination rack by using sufficiently thick wires not less than 7/l.4mm PVC copper or 10 sq. Mm. Multi-strand copper conductor to avoid the voltage drop.

13.7 The ladder arrangements provided shall be of suitable size and manufactured by the contractor, fixed neatly and firmly with proper supports. Cable details, functions allotted to each core and terminal numbers shall be prepared and handed over to the Railways.

14 TESTING AND COMMISSIONING Testing and commissioning consist of final testing of selection circuits, for proper functioning of track circuits and points, gears as per SEM, energising and testing of power cables, stabilisers, secondary cells for all circuits, energising and testing of colour light signals and final commissioning of the entire signalling arrangements for traffic use. All the alterations for improving safety shall be carried out before commissioning as required by the Railways. The contractor shall first test the equipment and then jointly with Railways, testing charges being borne by the contractor. The contractor shall provide test panel for testing at his own cost. The different stages and procedures for testing of indoor and outdoor equipment are given below as guidance-

STAGE. I - TESTING OF THE RELAY INTERLOCKING STAGE. II - TESTING OF THE OUTDOOR GEARS, i.e. POINTS, SIGNALS, TRACK CIRCUITS, LC GATES, ETC. STAGE. III - COMMISSIONING OF PANEL BY CONNECTING THE OUTDOOR GEARS TO THE PANEL.

14.1TESTING OF RELAY INTERLOCKING

Signature of the tenderer AESTE/C/TKJ 152/206

Page 153: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Testing of Relay Interlocking consists of Energisation of relays by connecting the simulation panel, & Clearing of signals on the simulation panel and carrying out the following tests (As per table of control)-

• Negative tests • Dead/Approach locking tests & Route/Back locking tests • Testing of conflicting signals & routes. • All other circuits’ viz., SM’s key, CHLR in the respective signalling circuits &

LXPR, KLCPR are proved correctly. Above activities are explained below in detail –

14.1.1 Energisation of relays: For major yards, it is preferable to energise relays, circuit wise and sheet wise since it

involves number of routes and parallel movements. For way station, it is preferable to energise the circuit, route wise. Before taking up the above energisation, the following works shall be completed-

• Wire to wire bell-test of all sheets before soldering and after soldering. • Plugging of all relays as per contact configuration. • Power supply arrangement with batteries.

14.1.2 Connecting The Simulation Panel:

• It shall be possible to control all TPRs, NWKRs/RWKRs, CHLRs, KLCRs, LXCPRs etc., from the simulation panel by energising all the relays.

• It is desirable to have the simulation panel adjacent to control panel so that the panel indication can be observed simultaneously while testing.

14.1.3 Connecting simulation panel : Simulation panel consists of two Boards -

Board No.1: It depicts the yard (painted) with points, track circuits, LC gates and slots. Switches are fixed on the board to simulate the conditions of the points, track circuits, interlocked LC gates, slots etc. Track circuit switches are fixed on the track. Point control switches are fixed nearer to the points, for small yards. For major yards the switches are grouped as point switches and track circuit switches. Functions requiring ON and OFF switch (with make and break facility ie, two wires only.) with facility to pick up a relay in one position and drop the same in other position.

Example:

• Switch OFF - Track Down - TPR dropped. • Switch ON - Track pick up - TPR picked up. For controlling the following functions the above type switches shall be used -Track circuits, Siding points, Crank handles, Slots, LC gates Points require ON and OFF switches with facility to pickup conflicting relays (i.e., NWKR and RWKR) in two positions. (These switches require three wires.)

Signature of the tenderer AESTE/C/TKJ 153/206

Page 154: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Board No.2: To simulate the signals the following bulbs are used as dummy loads for the ECRs to pick up and also to observe the aspect of the signals during testing.

• ON aspect - 110v 40W • OFF aspect - 110v 25W • Route aspect - 110v 75W (Junction type Route indicator)

14.1.4 Wiring simulation panel to the relay room side wiring at MDF:

• Disconnect all the links on cable termination rack. Wires from the switches are connected to the relay room side termination. Similarly the wires from simulation panel board. No. 2 consisting of lamps are connected to the relay room side termination.

• 0.6 mm multi-core cable is used for wiring the simulation boards. To reduce the voltage drop, more conductors are used for supply taken to the test panel and also to the negative since common return is used.

14.2TESTING OF OUTDOOR GEARS

Testing of outdoor gears consists of:-

• Signals • Motor operated points • Track circuits • LC gates (Interlocked) • Sidings

14.3COMMISSIONING OF PANEL Commissioning of panel consists of:-

• Testing all signals from panel and correspondence of their aspects. Checking the correspondence between the points and panel for their panel indications.

• Checking the correspondence between the track circuits and their panel indications. • Testing of sidings, its electrical transmission of EKT, panel indications. • Testing of LC gates, its electrical transmission of EKT, panel indications.

14.4 TESTING AND COMMISSIONING OF OUTDOOR EQUIPMENT 14.4.1 Cable meggering and pairing up of conductors shall be done.

14.4.2 All the power cables shall be made through and power supply shall be extended to all locations.

14.4.3 After the power cables are energised, check up each limb of the power cable whether any earth fault exists using multi-meter. This will indicate whether any cable conductor is faulty (i.e. earthed).

Signature of the tenderer AESTE/C/TKJ 154/206

Page 155: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

14.4.4 Signals shall be initially tested from the location box to attend to minor troubles of bulb holders, wiring etc.,

14.4.5 All the aspects shall be checked by giving ll0V AC feed from location box and then the test shall be repeated by giving feed from Relay room CT rack. This test shall be done for each aspect, route and pilot lamp of shunt signals.

14.4.6 Care shall be taken to ensure that no train is approaching during this test to avoid misleading information to drivers.

14.4.7 Ensure that signal number plate is provided and unit back door is fastened and locked properly. Door locking is very important to prevent sunrays falling on to lenses to give phantom indications.

14.4.8 Focus the signal aspects, record the aspect voltages and ensure that it is within the permissible limit. (90% of rated voltage of the bulb)

14.4.9 Points shall be tested first locally from the location box when the point contactor unit is kept in location. Before commencing this test, ensure ll0V DC, 24 VDC are available in location box. If it is cross over point, it is preferable to test one by one and then test both at a time.

14.4.10 Testing of SIEMENS Point contactor unit: Connect N 24V to W4, connect B 24V to WI, then remove so that N/R picks up and holds, then touch B24V to W3 to operate points from normal to reverse. All the relays in point contactor unit operate as required and point operated from N to R. Check up whether NWKR supply to relay room is available. For Reverse to Normal operation, keeping N24V in W4, touch B24V on W1 and then on W2; Point operates from Reverse to Normal. Check up that RWKR supply to relay room is available.

14.4.11 Testing of Point Contactor unit with QBCA1 Relays:

• Connect B 24V to W3 and N 24V to W4. WCR picks up. Connect B 24V to W2 and N 24V to W1 to pick up RWCR to operate the point from normal to reverse. After the point operation is completed, drop RWCR, WCR by disconnecting the supply.

• Check up whether outgoing RWKR supply is available in location box. • For reverse to normal operation, change the polarity on W1 & W2 and check. • Care shall be taken to check whether correct wiring is done with regard to polarity • Check up whether the cross protection wiring is done on the electrical detector. • Check up whether snubbing is effective in case of GRS 5E point machine.

14.4.12Following tests shall be carried out on Point Machines:

• Obstruction test. • Detection contact break test • Out of correspondence test (in case of cross over point) • Track locking test (to be done when operated from panel). • This test is to be done for both N to R and R to N operations. • Whether point can be hand cranked with interlocked crank handle.

Signature of the tenderer AESTE/C/TKJ 155/206

Page 156: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

• Check the correspondence between point position at site, both the ends in case of crossover and NWKR/RWKR in relay room (to be done when tested from panel)

14.4.13Following tests shall be carried out on Track Circuits:

• All the track circuits shall be energized and outgoing TPR voltages checked. • Check whether cross protection wiring is done for TPR circuit. • Shunt the track circuit at various places on the track and check whether the track relay

drops every time it is shunted. (Especially near fouling marks). • Check the correspondence between TR and TPR in relay room. • Track circuit shall be adjusted properly and readings recorded. TSR value shall be

recorded. • Check whether the track circuit is protecting the fouling point. • Ensure that at least one polarity rail is in series connection. • Check up input AC voltage to the track feed charger is sufficient and battery is

getting charged. 14.4.14 Check up the interlocking of L.C. Gates, siding points.

14.4.15 Check up for the proper functioning of electrical transmission of key transmitters. 14.4.16 Check up the panel indications.

14.4.17 Connect magneto telephone communication between SM and LC gate/siding. 14.4.18 Ensure that respective signals cannot be taken off if LC/siding controls are not

available with SM (i.e. on panel) 14.4.19 Ensure that when the signals are taken off, respective LC gate/siding key cannot be

extracted from the EKT

14.5 COMMISSIONING OF PANEL 14.5.1 Check up all signals aspects by directly feeding from cable termination rack (ll0 V-

AC). 14.5.2 Check up operation of points from CT rack and check whether NWKR/RWKR

incoming feed is available (by connecting 24V DC to WI, W2, W3 & W4 as explained earlier).

14.5.3 Check up the incoming feed of TPRs in the C.T. Rack. The above checking will confirm the pairing of cable conductors.

14.5.4 Remove the wiring connection of simulation board on cable termination rack and make through the links of all TPRs, WKRs and signal circuits.

14.5.5 First test the points from panel individually and conduct all tests discussed earlier including track locking test, correspondence between point position and NWKR/RWKR in relay roam.

14.5.6 Check whether all TPRs have picked up and check up the panel indication by individually dropping each track circuit to correspond correctly.

14.5.7 Check whether all other required relays viz., CHLR, LXPR, KLCR have picked up.

Signature of the tenderer AESTE/C/TKJ 156/206

Page 157: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

14.5.8 Test all the signals from panel. 14.5.9 Check the correspondence between relay room and signal aspects which, is most

important: 14.5.10 For checking the aspects of home signals, distant signals, staff (not below the rank of

ESM) shall be deputed to site with walkie-talkie or Magneto telephone and check the correspondence.

14.5.11 Remove the signal bulb at site of every aspect and check whether indication disappears on the panel and ECR drops in the relay room.

14.5.12 Open all the registers and make entries of counter numbers before handing over to operating staff.

14.5.13 The following Registers shall be handed over to operating staff.

• Relay room key register • Route cancellation register • Crank handle register • Axle counter reset register • Diesel oil consumption registers (Generator working register)

14.5.14 The following registers shall be opened for signal maintenance staff

• Track circuit history register • Track circuit maintenance register • Signal lamp replacement register • Battery maintenance register • Block / Glued joint maintenance register • Axle Counter maintenance register. • However contractor will make supply of above registers, if included in the Schedule

of Works.

14.5.15 Sealing of equipment where required shall be done. 14.5.16 Entries shall be made in the signal history register regarding new S&T assets

commissioned.

14.6 MISCELLANEOUS:

WOOD WORK: 14.6.1 Wherever woodwork is involved, the wooden planks are to be supplied by the contractor

and he shall ensure the wood of good quality, which shall be varnished/ painted as specified. All teak wood boards shall be varnished and hard wood shelves should be black painted.

14.6.2 Wooden cross of approved type should be provided for the newly erected colour light signals, till they are commissioned.

14.6.3 Wooden Board and shelves are to be properly polished before fixing the terminals and equipments on it, as advised by the Engineer.

Signature of the tenderer AESTE/C/TKJ 157/206

Page 158: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

14.6.4 All the equipments, relays and terminals are to be marked by lettering on it as advised by the Engineer.

Signature of the tenderer AESTE/C/TKJ 158/206

Page 159: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ENCLOSURE – 1 Vol – III

SUPPLEMENT STANDARD PRACTICES & GENERAL INSTRUCTIONS WHILE CARRYING OUT S&T WORKS:

For improving the reliability in Suburban section, certain steps were taken in the past. The same should be followed for ongoing or future works being executed. These are summarised below:

1. Keeping view of RE (changeover of traction supply) work, Audio Frequency Track Circuits with complete centralised equipment shall be planned.

2. Provision of glued joints should be made in all future works.

3. Separate cables for functions of different lines such as up local, down local, up through and down through and the yard shall be laid, so that minimum interruption to the train working caused in case of failure or cable disconnected.

4. Fibre glass boot- legs shall be used for track circuits.

5. Centralisation of equipment, especially for auto signals shall be done and the relay equipment shall be housed in adjoining relay rooms.

6. For track circuits, wiring of feed end & relay end shall be done with flexible wires in the location box.

7. Tail cables for points shall be 5-core cable. In between cables from one machine to another of the crossover shall also be two nos. Of 5 core or one 5 core & one 2 core.

8. Point junction box shall be ME box with M-6 terminals fixed on the hylum sheets. The box shall be fixed on the rail post near the point machines.

9. The wiring tree of the point machines shall be used as per the existing practice followed in the suburban section.

10. For signals supply, ferro-resonant type voltage regulators alone to be used. Fuses shall be provided for line wise functions so that only one line will be affected in case of fuse blowing.

11. Auto or semi-auto signals shall be wired in such a way that they repeat the ‘off’ aspect even in case of red lamp fusing when they work on auto mode.

12. Separate earth leakage detectors shall be provided for all power supplies in the installation independently for continuous monitoring.

13. For any new works, full/half apparatus cases to be provided for cable termination & housing equipments. The apparatus cases shall be manufactured to the approved drawing .They shall be fitted with ‘E’ type lock of standard ward number. In addition, there shall be provision of arrangement for pad locking.

14. Yard communication such as paging/ talk back shall be provided in all major RRIs.

15. Communication cables shall be laid for communication points in location / Apparatus cases and on point junction boxes.

Signature of the tenderer AESTE/C/TKJ 159/206

Page 160: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

16. Separate fuses shall be provided for all control panel circuits such that total failure can be avoided due to fuse blowing.

17. MDS or SIEMENS make MCBS of required capacity only be provided for different supplies in the installations.

18. Automatic changeover of supply between ‘A’ and ‘D’ feeder and SEB/NTPC supplies shall be provided for reliability.

Signature of the tenderer AESTE/C/TKJ 160/206

Page 161: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ANNEXURE-I TO ENCL-1(Vol. – III)

PERFORMA FOR INSULATION RESISTANCE TEST. The following are the Insulation resistance test results conducted by us on___________ Core capacity cable laid between___________ and ___________ on date ____________ at ______________ station.

Core 1 2 3 4 5 6 7 8 ………………………E

1

2

3

4

5

6

7

8 Signature of the representative of the contractor

Signature of the representative of the Railways Engineer

Signature of the tenderer AESTE/C/TKJ 161/206

Page 162: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ANNEXURE-II TO ENCL-1(Vol. - III)

PERFORMA FOR LOOP RESISTANCE TEST

The following are the loop resistance test results conducted by us on _________ Core capacity cable laid between___________ and ___________ on date __________ at _______________ station.

Core 1 2 3 4 5 6 7 8 ………………. E

1

2

3

4

5

6

7

8 Signature of the representative of the contractor

Signature of the representative of the Railways Engineer

Signature of the tenderer AESTE/C/TKJ 162/206

Page 163: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ANNEXURE-III TO ENCL-1(Vol – III)

METHOD OF FINDING OUT THE RESISTANCE OF AN EARTH AND PERFORMA 1. Earths should be tested by means of a Wheatstone Bridge or a G.P.O. Detector or a

Megger Earth tester. Two iron bars with terminals fixed on them and suitable length of wire should be used as temporary Earths.

2. To test an Earth, iron bars should be driven about 6 mtr. From the earth to be tested and 6 mtr. From each other.

3. The bars should be used as temporary Earth and driven in the ground for 1 mtr., 0.25 mtr. At a time then work backwards & forwards so as to leave a space for watering. Salt water should be used to ensure that the bars make a good connection with the Earth. Should salt be not available a weak solution of Sal ammoniac in water may be used.

4. The resistance in ohms between the respective earths should be tested with Wheatstone Bridge or G.P.O. detector or megger earth tester and Performa to be filled.

S. No.

Date No. of Location/Signal earthed

Resistance Measured (in Ohms)

Remarks

Signature of the representative of the contractor

Signature of the representative of the Railways Engineer

Signature of the tenderer AESTE/C/TKJ 163/206

Page 164: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ENCLOSURE – II (Volume- III) LIST OF SIGNALLING MATERIALS WITH THEIR SPECIFICATION / DRAWINGS NOS.:

(ONLY THOSE ITEMS WILL, APPLY TO CONTRACTOR WHICH ARE TO BE SUPPLIED BY THEM)

1. SM’s block panel as per Drg. NO. S-32001 (DL) & S-32010 (SL) or latest. 2. Multiplexer for Axle counter complete with Transmitter/Receiver combiner converter as

per Drg. No. S-32001 (DL) & S-32010 (SL) or latest. 3. Block instrument double line as per IRS: S-22/91 or latest similar to SGE token-less block

instrument. 4. Single line token-less block instrument to suit RE similar to Daido as per Drg No. S-

98/2001 (Amd-3) or latest. 5. Block instrument single line Neal’s Ball Token type ‘A’ as per Drg. No. SA-20701 (for

Ball token) with latest amendments. 6. Block Bell equipment as per IRS: TC-44/88. 7. Block Instrument filter unit as per IRS: S-68/89 or latest. 8. Un-screened PVC insulated Armoured signalling cable Copper conductor solid/ stranded,

as per specification No.IRS: S-63/2007 (Amd-2) with latest amendments. The core of the cable shall be identified as per Para 3.2.5/3.2.6 of the spec.

9. PIJF cables as per spec IRS: TC-41/97 (Amd-2) with latest amendment. 10. PVC insulated steel tape armoured and PVC sheathed Copper/ Aluminium conductor

power cable conforming to IRS: S 63/2007 (Amd-2) & IS: 1554 (Part-1) or latest. 11. Underground Railway jelly filled quad cables IRS: TC-30/ 2005 (Ver-1) Amd-4 or latest. 12. Indoor cables, Single Core copper conductor, PVC insulated and sheathed as per IRS: S-

76/89 (Amd 3) with latest amendments. 13. Multi core Indoor cables, copper conductor, PVC insulated and sheathed as per IRS: S-

76/89 (Amd 3) with latest amendments. 14. Signal colour light Multi Unit type 4 aspects without side light, signal transformers, lamps

and lenses as per Drg. No.SA-23001 A/M (Adv.) latest IRS: S-26/64 or latest. 15. Signal Colour light multi unit type 3 aspects without side light lenses, lamps and signal

transformers as per Drg. No.SA-23002 A/M (Adv.) latest IRS: S-26/64 or latest. 16. Signal colour light multi unit type 2 Aspect without side light lenses, lamps and signal

transformer as per Drg. No.SA-23003 A/M (Adv.) or latest. The mounting socket should be provided for 140 mm dia. As per Drg. No.S-23005 M (Adv.) or latest IRS: S-26/64 or latest.

17. Signal shunt position light 2 position as per Drg. No. SA-23840 (Adv.) with latest amendments.

18. Calling on signal as per Drg. No. 24351 (adv) with alt-1. 19. Colour Light signalling tubular post as per IRS-S-6-81 or latest, 3.6 metres long. 20. Colour Light signalling tubular post as per IRS/S-6-81 or latest, 4.6 metres long. 21. Colour Light signalling tubular post as per IRS/S-6-81 or latest, 5.6 metres long. 22. Route Indicator directional type 5 units Arm 1 way as per Drg. No.SA-23401 (Adv) or

latest & spec. IRS: S-66/84 (Amd-1)or (latest) complete with fittings but without lamps, lenses and signal transformer along with mounting sockets 140mm dia. As per Drg. No.S-23005/M(Adv.) or latest.

Signature of the tenderer AESTE/C/TKJ 164/206

Page 165: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

23. Route Indicator Directional type 5 Unit Arm 2 way as per Drg. No.SA-23402 (Adv.) latest & spec. IRS:S-66/84 (Amd-1) or (latest) complete with fittings but without lamps, lenses and signal transformer along with mounting sockets 140mm dia. As per Drg. No.S-23005/M(Adv.) or latest. (Suitable arrangement should be provided to fix the Arm as per Unit combination ‘a’ and ‘b’ indicated on the Drg.)

24. Route Indicator Directional type 5 Unit Arm 3 way as per Drg. No.SA-23403 (Adv) or latest & spec. IRS:S-66/84 (Amd-1) or (latest) complete with fittings but without lamps, lenses and signal transformer along with mounting sockets 140mm dia. As per Drg. No.S-23005/M(Adv.) or latest. (Suitable arrangement should be provided to fix the Arm as per Unit combination ‘a’ and ‘b’ indicated on the Drg.)

25. Route Indicator Directional type 5 Unit Arm 4 way as per Drg. No.SA-23404 (Adv) or latest & spec. IRS:S-66/84 (Amd-1) or (latest) complete with fittings but without lamps, lenses and signal transformer along with mounting sockets 140mm dia. As per Drg. No.S-23005/M(Adv.) or latest. (Suitable arrangement should be provided to fix the Arm as per Unit combination ‘a’ and ‘b’ indicated on the Drg.)

26. Route Indicator Directional type 5 Unit Arm 5 way as per Drg. No.SA-23405 (Adv) or latest & spec. IRS:S-66/84 (Amd-1) or (latest) complete with fittings but without lamps, lenses and signal transformer along with mounting sockets 140mm dia. As per Drg. No.S-23005/M(Adv.)or latest. (Suitable arrangement should be provided to fix the Arm as per Unit combination ‘a’ and ‘b’ indicated on the Drg.)

27. Ladder for colour light signal multi unit type 5.5 metres as per Drg. No.SA-23156 (Adv.) with latest alteration.

28. Ladder for colour light signal multi unit type 4.5 metres as per Drg. No.SA-23153 (Adv.) with latest amendments.

29. Ladder for colour light signal multi unit type 3.5 metres as per Drg. No.SA-23150 (Adv.) with latest amendments.

30. Signal Base for 140 mm dia. Post as per Drg. No.S-2011/M with latest amendments. 31. Signal Bracket colour / position light for 140 mm outside dia. Post as per Drg. No.SA-

23080 (Adv.) or latest. 32. OFF set Bracket Suitable for colour light signal, 140 mm outside dia. Post. 33. Repeater Luminous Signal green as per Drg. No. SA-23271 C/M with latest amendments. 34. Repeater Luminous Signal Red as per Drg. No SA-23271 A/M with latest amendments. 35. Repeater Luminous Signal Yellow as per Drg. No SA-23271 B/M with latest amendments. 36. Indicator Luminous Stencil type ‘F’ as per Drg. No. SA-23296/M with latest amendments. 37. Indicator Luminous Stencil type ‘L’ as per Drg. No. SA-23295/M with latest amendments. 38. Indicator Luminous Stencil type ‘N’ as per Drg. No. SA-23291/M with latest amendments. 39. Indicator Luminous Stencil type ‘OFF’ as per Drg. No. SA-23293/M with latest

amendments. 40. Indicator Luminous Stencil type ‘ON’ as per Drg. No. SA-23294/M with latest

amendments. 41. Indicator Luminous Stencil type ‘R’ as per Drg. No. SA-23292/M with latest amendments. 42. Indicator Luminous Stencil type case complete as per Drg. No. SA-23297/M with latest

amendments. 43. Lamp Electric for Rly. Signalling ‘Clear’ 12 volts, 33 watts, 3 pin double filament, double

pole SL-21 of IRS: S-57/2005 (Rev-4) with latest amendments.

Signature of the tenderer AESTE/C/TKJ 165/206

Page 166: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

44. Lamp Electric for Rly. Signalling ‘Clear’ 12 volts, 25 watts, 3 pin double filament, double pole SL-17 of IRS: S-57/2005 (Rev-4) with latest amendments.

45. Lamp Electric or Rly. Signalling ‘Clear’ 110 volts, 25 watts, 3 pin single filament, double pole SL-33 of IRS: S-57/2005 (Rev-4) with latest amendments.

46. Lamp Electric triple pole for Rly. Signalling ‘Clear’ 12 V, 24 watts, 3 pin double filament, SL-35 or 35-A of IRS: S-57/2005 (Rev-4) with latest amendments.

47. Lamp Electric for Rly. Signalling ‘Clear’ 12 V/4 watt single filament SL-5 of IRS: S-57/2005 (Rev-4) & IS. 1901 with latest amendments.

48. Lamp Electric for Rly. Signalling ‘Clear’ 12 V/4 watt single filament SL-15 of IRS: S-57/2005 (Rev-4) & IS. 1901 with latest amendments.

49. Lamp Electric 110 V 25 watt as per IRS: S-57/2005 (Rev-4) with latest amendments. 50. Lamp Electric 12 V/1.2 watt as per IRS: S-57/2005 (Rev-4) with latest amendments. 51. Lamp Electric 12 V/2.4 watt as per IRS: S-57/2005 (Rev-4) with latest amendments. 52. Signal lamps – Holder unit as per Drg. No. S-23030/M & SA-24831 & IRS: S-75/2006

(Rev-2) or latest. 53. Lens Optical, inside step without hot strip for long-range colour light signal, 213 mm dia.,

and 102 mm focal length ‘Clear’ as per IRS: S-7/92 (Amd-4) with latest amendment and IRS: S-10 and as per Drg. NO. S-23061/M or latest.

54. Lenses clear inside stepped spread light 213 mm dia. X 102 mm focal length as per IRS: S-7/92 (Amd-4) & IRS: S-10(latest) and Drg. NO. S-23062 M (Adv.) or latest.

55. Lens Optical, outside step for long-range colour light signal, 140 mm dia., and 13 mm focal length ‘Red’ as per IRS: S-7/92 (Amd-4) with latest amendment and IRS: S-10 and Drg. NO. S-23063/M (Adv.) or latest.

56. Lens Optical, outside step for long-range colour light signal, 140 mm dia., 13 mm focal length ‘Yellow’ as per IRS: S-7/92 (Amd-4) or (latest), IRS: S-10 and Drg. NO. S-23064/M (Adv.) or latest.

57. Lens Optical, outside step for long – range, colour light signal, 140 mm dia. And 13 mm focal length ‘green’ as per IRS: S-7/92 (Amd-4) or (latest) and IRS: S-10 and Drg. NO. S-23065/M (Adv.) or latest.

58. Lens Optical, outside step 92 mm dia., 16 mm focal length ‘Lunar White’ as per IRS: S-7/92 (Amd-4) or (latest) and IRS: S-10 and Drg. NO. S-23422 (Adv.) or latest.

59. Lens Optical inside step with moulded prism for close-up indication 127 mm dia. And 70 mm focal length ‘clear’ as per IRS: S-7/92 (Amd-4) or (Latest) & IRS: S-10 and Drg. NO. S-23421 (Adv.) or latest.

60. Lens Optical inside stepped ‘clear’ 101 mm dia. As per IRS-S-7/92 (Amd-4) or (latest) & IRS: S-10 and as per Drg. NO. S-2743 /M.

61. Universal AC/DC main LED signal aspects, shunt LED signal aspect, route LED signal aspect & calling on LED signal aspect with current regulator and halt monitoring alarm unit with selection for use with conventional ECR, LED ECR as per RDSO/SPN/153/2004 (Rev 3.0). Draft or RDSO/SPN/153/2011 (Rev-4) (Draft).

62. Circuit Controller 2 Way (modified design) lever as per Drg. No. SA-20245 Advance with latest amendments.

63. Circuit Controller 4 Way (modified design) lever as per Drg. No. SA-20266 Advance with latest amendments.

Signature of the tenderer AESTE/C/TKJ 166/206

Page 167: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

64. Circuit Controller 6 Way (modified design) lever as per Drg. No. SA-20276 Advance with latest amendments.

65. Circuit Controller 8 Way (modified design) lever as per Drg. No. SA-20286 Advance with latest amendments.

66. Double wire circuit controller (Rotary type) 2-way as per Drg. No. SA-22401 Advance with latest amendments.

67. Double wire circuit controller (Rotary type) 4-way as per Drg. No. SA-22420 Advance with latest amendments.

68. Double wire circuit controller (Rotary type) 6-way as per Drg. No. SA-22430 Advance with latest amendments.

69. Double wire circuit controller (Rotary type) 8-way as per Drg. No. SA-22440 Advance with latest amendments.

70. Electric Point and Lock Detector with cross protection contacts as per Drg. No. SA-23331 (Adv.) with latest detectors slide plug as per Drg. No. SA- 23386 (Adv.) or latest IRS S: 49/74 (Amd-1) with latest amendments.

71. Electric Key transmitter (Rotary type) as per IRS: S-21 / 2001 (latest) and Drg No SA-22601 (Alt-4).

72. Electric lever lock and circuit controller combined 200 mm stroke as per Drg. No. SA-22701 (Advance with latest amendments.

73. Electric point machine (rotary locking type) as per IRS: S-24/2002 (Amd-1)or latest.

74. Electric signal reverser Post type (Style `B’) as per IRS: S-19/2000 (Amd-1) or latest Drg No SA-22201 to 22204 (Alt-3) as applicable.

75. SM’s control- frame (Modified) as per IRS: S-48/74 or latest and Drg No SA-24861, SA-24862.

76. Surge discharger type ‘A’ non-restoring type as per IRS: S-52-76 with latest amendments but without hard ware materials i.e. Bolts, Nuts, Washers etc. and connection cables and Aluminium terminal lugs.

77. Fuse Link cartridge cylindrical head (2A, 4A, 16A and so on) non-deteriorating type of low voltage electric fuses for Railway Signalling as per IRS: S-78-92 or latest.

78. Indication type of low voltage (0.4A, 0.6A and 1.6 Amp.) Non-deteriorating fuse links for signalling circuit as per latest specification.

79. Terminal Block (M6- Terminals) as per IRS: S-75/2006 (Rev-2) and Drg. No. SA-23741/A/ (Alt-4) with latest alteration.

80. Fuse Block made of PBT/Poly carbonate as per IRS: S-75/2006 (Rev-2) and Drg. NO. SA-23748 (Alt-4) with latest alterations.

81. Terminal strip 8 Way/10 Way made of PBT as per IRS: S-79/92 (Amd-2) & Drg. No. SA 24811 (Alt-2) & SA 24812 (Alt-2) with latest amendments.

82. Tag block- 120 way as per IRS: S-77/2006 (Rev-1) & Drg. No. SA 24753. 83. Tag block- 160 way as per IRS: S-77/2006 (Rev-1) & Drg. No. SA 24752. 84. Tag block- 200 way as per IRS: S-77/2006 (rev-1) & Drg. No. SA 24751. 85. Battery chargers self regulating as per IRS: S-86/2000 (Amd-4) with latest amendments. 86. Track feed battery charger working on 110 Volts. AC to charge 1 or 2 or 3 or 4 lead acid

cells as per IRS: S- 89/93 (Amd-2) or latest. 87. Battery charger- Dual Bank IRS: S-85/92 (Amd-3) with latest amendments.

Signature of the tenderer AESTE/C/TKJ 167/206

Page 168: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

88. Battery charger for maintenance free valve regulated batteries as per IRS: 93/96(B) (Amd-1) with latest amendments.

89. Converter DC-DC as per IRS: S-96/2000. 90. Inverter for Railway signalling installations for ‘On Line’ applications (with Sine Wave

Output) as per IRS: S-82/92 (Amd-2) or latest. 91. Secondary cell-low maintenance IRS: S-88/2004 or (latest). 92. Secondary cells maintenance free as per IRS: S-93/96/A (Amd-1) with latest amendments. 93. Solar photovoltaic module as per IRS: S-84/92 (Amd-2) or latest. 94. Signal colour light transformer as per IRS: S-59/77 (Amd-2) & S-23/77 and Drg. No. SA-

23014A/M or latest. 95. Transformer-230 V AC/110 V AC as per IRS: S-72/88 (Amd-2) or latest. 96. Current transformer for lamp proving (H,I,L Type) as per IRS: S-62/92 or latest. 97. Transformer Indication Supply as per IRS: S-83/92 or latest. 98. Voltage Regulator Ferro Resonant type as per IRS: S-74/89 (Amd-6) with latest

amendments. 99. SMPS based IPS as per RDSO/SPN/165/2004 (Amd-5) or latest. 100. QN1 relay as per BRS: 930 & IRS: S-34 & IRS-S 23 (as applicable). 101. QNA1 relay as per BRS: 931A & IRS: S-60, IRS: S-34 & IRS: S-23 (as

applicable). 102. QTA2 relay as per BRS-939A, BRS- 966 (appendix F2) IRS: S-34 and IRS: S-23

(as applicable). 103. QS3, DC neutral line , 12V , 1000 ohms, 4F/4B contacts, front and back contact

metal to carbon with plug board, Retaining clip & connectors, conforming to BRS:930 & IRS: S-34 & IRS: S-23 and firm’s specification ( as applicable ).

104. QNA1K, DC neutral line, 24V, 1000 ohms, 6F/6B contacts, front and back contact metal to carbon with plug board, Retaining clip & connectors, conforming to BRS: 931A & IRS: S-60, IRS: S-34 & IRS: S-23 & RDSO specn. STS/E/Relays/UEA (PI) dt. 30.05.97 (Annexure-II) (as applicable).

105. Universal plug-in-type AC Lamp Proving Relay (Metal to Carbon) for 110 V AC LED Signal Lamp for all Aspect ECR for AC LED Signal as per RDSO specn. No. STS/E/ Relays /AC Lit LED Signal /09-2002, BRS 941A, IRS: S-34 & IRS: S- 23 (as applicable).

106. Key Lock Relay (KLCR) on 24 V DC (Siemens or similar) as per latest RDSO specifications.

107. Point Contactor Unit, Plug in type, 24VDC and capable of controlling Electric Point Machine Operating on 110VDC confirming to IRS: S-46, IRS: S-34, IRS: S-23 (as applicable). The unit shall consist of N/R relay (Double wound DC Neutral line relay), XR relay (DC Neutral relay), W(N)R /W(R)R-Mechanical interlocked relay and WCR (Heavy duty contactor relay with 16Amps. Breaking capacity). All the above relay shall be mounted on prewired base plate.

108. Relays – 3 position DC polarised as per IRS: S-31/80 (Amd-1) or latest. 109. Relay Group 3 Aspect Main Signal Plug in type with 100 terminal base plate (complete

with terminal connections and fixing screws) consisting of 13 Nos. Of DC neutral miniaturised Relays conforming to IRS: S-46 or (latest) and complete with suitable visual indication of similar to Siemens relay group No. RS-SK-3525/46.

Signature of the tenderer AESTE/C/TKJ 168/206

Page 169: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

110. Relay Group 2 Aspect Main Signal Plug in type with 100 terminal base plate (complete with terminal connections and fixing screws) and consisting of 10 Nos. Of DC neutral miniaturised Relays conforming to IRS: S-46 or (latest) and complete with a suitable visual indications or similar to Siemens relay group No. RS/SK/3525/67.

111. Relay Group shunt Signal Plug in type with 100 terminal base plate (complete with terminal connections and fixing screws) and consisting of 13 Nos. Of DC neutral miniaturised Relays conforming to IRS: S-46 or (latest) and complete with a suitable visual indications or similar to Siemens relay group No. RE/SK/3525/67.

112. Relay Route Group Plug in type with 100 terminal base plate (complete with terminal connections and fixing screws) and consisting of 5 Nos. Of DC neutral miniaturised Relays 3 Nos. Of miniaturised interlocked relay conforming to IRS: S-46 or (latest) and complete with a suitable visual indications or similar to Siemens relay group No. RS/SK/31/0002.

113. Relay Group Point Operation (AC- immunised) Plug in type with 100 terminal base plate (complete with terminal connections and fixing screws) and consisting of 6 Nos. Of DC neutral miniaturised Relays 2 Nos. Miniaturised interlocked relays, 1 No. DC neutral miniaturised slow to release relay within built 10 Sec. Slow to release with heavy duty contacts to carry 110 Volts DC conforming to IRS-Specn-S-46 or (latest) & one No. contactor units of 15Amps. Normal working current & complete with suitable visual indications to suit Point Operation with 110 volts DC point machine and 60V detection super imposed circuit or similar to Siemens DRS 11 Point Group RS/SK/31/0001.

114. Axle counter – Universal type as per IRS: 42/85 & Drg. No. S- 15602-04 or latest. 115. Single section Digital Axle counter as per RDSO/SPN/177/2005 Ver-2(with Amd-1) or

latest. 116. Choke type ‘B’ having annealed enamelled copper wire, as per IRS: 65/83 (Amd-1) or

latest. 117. Insulated Rail Joint Nylon (Four Channel Type) 60 Kg. As per Drg. No. SA-22171 (Alt-2)

(Adv.) or latest as per IRS: S-40 or latest. 118. Insulated Rail Joint Nylon (Four Channel Type) 52 Kg. Complete as per Drg. No. SA-

22101 (alt-6) (Adv.) latest as per IRS: S-40 or latest. 119. Insulated Rail Joint Nylon (Four Channel Type) 90 R complete as per Drg. No. SA-22111

(Alt-2) (Adv.) latest without iron and steel parts as per as per IRS: S-40 or latest.. 120. Insulated Rail Joint Nylon (Four Channel Type) 75 R complete as per Drg. No. SA-22121

(Adv) or latest without iron & steel parts as per IRS: S-40 or latest. 121. Insulated Rail Joint Nylon (Four Channel Type) 60 R complete as per Drg. No.SA-22131.

(Adv.) latest without iron and steel parts as per IRS: S-40 or latest.. 122. Insulated Rail Joint Nylon Fish-Plate (52Kg) as per Drg. No.S-22102. (Adv.) with latest

amendments. 123. Rail Joint Insulated backing plate (52Kg) as per Drg. No.S-28107. (Adv.) with latest

amendments. 124. Rail Joint Insulated backing plate ‘90R’ as per Drg. No.S-22117. (Adv.) with latest

amendments. 125. Insulated rod joint 32mm Butt end as per Drg. No. SA-3637/M/ (Adv.) with latest

amendments. 126. Insulation for Gauge Tie Plate (BG) complete with insulating bush and washer each set

comprising of 126.1 Insulating Plate for Gauge Tie Plate BG as per Drg. No.T-10372 or latest - 1 Nos.

Signature of the tenderer AESTE/C/TKJ 169/206

Page 170: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

126.2 Insulating bushing for insulated stretcher-bar BG as per Drg.No.T-10368 or latest-3 Nos. 126.3 Insulating washer for insulated stretcher-bar BG as per Drg.No.T-10371 or latest-6 Nos. 127. Insulation for altering stretcher bars (BG) each set comprising of : 127.1 Insulating plate for altering insulated stretcher bars BG as per Drg. No. T- 10384 or latest 2

Nos. 127.2 Insulating bushing for altering insulated stretcher bar BG as per Drg. No. T-10535 or latest

– 4 Nos. 128. Insulating for stretcher bars BG, each set comprising of: - 128.1 Insulating Side Plate for insulated stretcher bars BG as per Drg. No. T-10367 or latest–

2No. 128.2 Insulating bushing for insulated stretcher bar BG as per Drg. No. T-10368 or latest – 4Nos. 128.3 Insulating washer for insulated stretcher bar BG as per Drg. NO. T-10371 or latest – 8Nos. 129. Channel pin single Groove 7mm dia. (for 4 mm dia. Bond wire) as per Drg. No.S-69/A.

(Adv.) & IRS: S-17/75 with latest amendments. 130. Bond wire clip (52 Kg + 90 R Rails) as per Drg. No.S-22167 (Adv.) with latest

amendments. 131. Wire GI Soft 4 mm (8 SWG) As per IS-280 with latest amendments. 132. Track Feed (`F’ type) Resistance adjustable 0 to 30 ohms as per Specification No.

RE/S&T/ALD/Store/Specn./12-B and sketch No. RE/S&T/ALD/SK/180/81 with Alt. ‘B’. 133. Earth Leakage detector multi channel suitable to work on 110 voltage 50 Hz single phase

AC as per RDSO SPN 256-2002. 134. Data logger system for Rly S&T Installation as per IRS: S 99/ 2006. 135. Relay, fail safe electronic time delay device mounted on Q series relay base and

covered with fixed timing of 120 seconds conforming to IRS:S-61/2000 (Amd-1). 136. Thermo-Flasher Relay mercury type for operation on 12V DC similar to SIEMENS type

No RSSK 30/0096. 137. Electrical Lifting Barrier Conforming to IRS: S-41/70 (Amd-2) &

RDSO/SPN/I80/2005 (Amd-1) or latest. 138. Wire Insulator as per IRS: S-47/74 or (latest). 139. Domino Panel as per RDSO/SPN/186/2004. 140. D. G. Set-KVA/KW Single phase/3 phase with wall mounting type control panel, battery

charging dynamo arrangement as per IRS: S-69/86 with latest amendments. Diesel Engine should be KIRLOSKAR/RUSTON MAKE or similar and AC generator should be KIRLOSKAR/ Crompton Greaves make or similar.

141. Apparatus case steel single as per sketch No.RE/S&T/ALD/SK/219/82 with alteration ‘A’ and 221/82 with alteration ‘B’. The key and handle should be @ one each per 2 apparatus cases.

142. Apparatus case steel half as per sketch No.RE/S&T/ALD/SK/220/82 with Alteration ‘A’ and 221/82 with alteration ‘B’. The key and handle should be @ one each per 2 apparatus cases.

143. Junction box steel as per sketch No.RE/S&T/ALD/SK/227/82 corrected up to 30.6.86 and 228/82 corrected up to 18.1.93. The key and handle should be @ one each per 2 junction boxes.

144. Track lead Jn. Box as per Drg. No.SA-20101/M made of FRP material (FRP material conforming to RDSO SPN 151/97 or latest) complete with 450 mm long 25 mm dia. Pipe.

145. Lock key ‘E’ type as per Drg. No. SA-3376/M with latest amendments.

Signature of the tenderer AESTE/C/TKJ 170/206

Page 171: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

146. Interlocking Frame Ground type single lever as per Drg. No. SA-922 (Advance) with latest amendments.

147. Interlocked ground lever frame 3 levers as per Drg. No. SA 924/M (IRS). 148. Lifting Barrier as per Drg. No. SA 8836A. 149. Winch for Lifting Barrier as per Drg. No. SA 8132A. 150. Horizontal rope wheel, 2 way, as per Drg. No. SA 3001/M (IRS). 151. Vertical rope wheel as per Drg. No. SA 3008/M (IRS). 152. Point Roding connections for Siemens Electric Point Machine as per Drg. No. SA-8800-01

(Adv.) with latest amendments. 153. Point connection for IRS rotary point machine complete as per Drg. No. RDSO/S/3361-62

with latest amendments. 154. Foundation type ‘A’ as per Drg. No. S-3529/M (Adv.) with latest amendments. 155. Foundation type ‘B’ as per Drg. No. S-3533/M (Adv.) with latest amendments. 156. Indicator point on trestle with short lamp base as per Drg. No. SA-5777/2 / M (Adv.) with

latest amendments. 157. Screw joint adjusting (Butt end) as per Drg. No. S-3628 / M (Adv.) with latest

amendments. 158. Lock facing point as per Drg. No. SA-5984 (Adv.) with latest amendments. 159. Lock facing point split stretcher bar (BG) as per Drg. No. SA-5988 (Adv.) with latest

amendments. 160. Lock facing point Lock Single (H. P. Type) as per Drg. No. S-3148/M (IRS) with latest

amendments. 161. Lock facing point (H. P. Type) split stretcher bar (BG) 52 Kg. Rail as per Drg. No. S-3162

B/M (Adv.) with latest amendments. 162. Lock facing point (H. P. Type) split stretcher bar 90R Rail as per Drg. No. S-3163 / M

(Adv.) with latest amendments. 163. Radial guide standard as per Drg. No. SA-3831 /M (Adv.) with latest amendments. 164. Radial guide extended bracket as per Drg. No. SA-3832 /M (Adv.) with latest amendments. 165. Radial guide lock driving rod 33 mm as per Drg. No. SA-3833 /M (Adv.) with latest

amendments. 166. Radial guide connection rod 33 mm as per Drg. No. SA-3834 /M (Adv.) with latest

amendments. 167. 3 Section lock bar inclined as per as per Drg. No. SA-3275 /M (Adv.) with latest

amendments. 168. Lock bar driving attachment as per Drg. No. SA-3243 /M (Adv.) with latest amendments. 169. Clip Lock Bar inside 60 Kg. UIC Rail Clamp Type as per Drg. No. SA-8675 (Adv.) with

latest amendments. 170. Clip Lock Bar inside 52 Kg. Rail Clamp Type as per Drg. No. SA-3560/1 (Adv.) with

latest amendments. 171. Clip Lock Bar inside 90R Rail Clamp Type as per Drg. No. SA-3561 (Adv.) with latest

amendments. 172. Lock bar stop 60 Kg. UIC Rail Clamp type as per Drg. No. SA-8678 (Adv.) with latest

amendments. 173. Lock bar stop 52 Kg. Rail Clamp type as per Drg. No. SA-3591 (Adv.) with latest

amendments.

Signature of the tenderer AESTE/C/TKJ 171/206

Page 172: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

174. Lock bar stop 90 R Rail Clamp type as per Drg. No. SA-3592 (Adv.) with latest amendments.

175. Roller Path 52 Kg. Rail Clamp type as per Drg. No. SA-3578 (Adv.) with latest amendments.

176. Roller Path 90R Rail Clamp type as per Drg. No. SA-3579 (Adv.) with latest amendments. 177. Horizontal Crank 300 mm X 300 mm as per Drg. No. SA-3414/M (Adv.) with latest

amendments. 178. Horizontal Crank 300 mm X 400 mm as per Drg. No. SA-3415/M (Adv.) with latest

amendments. 179. Vertical Crank as per Drg. No. SA-3412/M (Adv.) with latest amendments. 180. Adjustable Crank as per Drg. No. SA-3416/M (Adv.) with latest amendments. 181. Adjustable straight Crank as per Drg. No. SA-3417/M (Adv.) with latest amendments. 182. Compensator 253 mm X 406 mm as per Drg. No. SA-3504/M (Adv.) with latest

amendments. 183. Accommodating Crank ‘Low’ 103 mm centre as per Drg. No. SA-5852/M (Adv.) with

latest amendments. 184. Accommodating Crank ‘Medium’ 103 mm centre as per Drg. No. SA-5853/M (Adv.) with

latest amendments. 185. Accommodating Crank ‘High’ 103 mm centre as per Drg. No. SA-5854/M (Adv.) with

latest amendments. 186. Accommodating Crank ‘Low’ 125 mm centre as per Drg. No. SA-5856/M (Adv.) with

latest amendments. 187. Accommodating Crank ‘Medium’ 125 mm centre as per Drg. No. SA-5857/M (Adv.) with

latest amendments. 188. Accommodating Crank ‘High’ 125 mm centre as per Drg. No. SA-5858/M (Adv.) with

latest amendments. 189. Point Roding (Solid) as per Drg. No. S-3635 A with latest amendments. 190. Roller Trestle 2 way as per Drg. No. S- 3534/M (Adv.) with latest amendments. 191. Roller Trestle 4 way as per Drg. No. S- 3535/M (Adv.) with latest amendments. 192. Roller stand as per Drg. No. S- 3538/M (Adv.) with latest amendments. 193. Bottom roller as per Drg. No. S-3332 and RDSO S-97/2000 with latest amendments. 194. Top roller as per Drg. No. S-3331 and RDSO S-97/2000 with latest amendments. 195. Top roller pin as per Drg. No. S-3540/M (Adv.) with latest amendments. 196. RCC pipe 150 mm dia. 2 metre long with collars as per 458/1971 or latest. 197. Cable Trough (GI) for girder Bridges as per Drg. No. NR/S&T/CON/1-4/97. 198. Signal Cable Marker as per Drg. No. NR/S&T/CON/1.5/97A. 199. Bakelite sheet as per IS spec.no.IS-1998-1962 B22. 200. ‘P’ Marker (Non-illuminated) as per Drg. No. NR/S&T/CON/6-2/97. 201. A/G/C Marker (Non-illuminated) as per Drg.no.SA-23451(Adv.)/SA-23476(Adv.) 202. Earth electrode as per Drg. No. NR/S&T/CON/6.3/97. 203. Block Section/Shunting Limit Board as per Drg.No.SA-2373 (Adv.) latest. 204. Typical Installation of Maintenance free earth for S&T Installation as per Drg No.

SDO/RDSO/E&B/001/ dt 19.09.08 and Drg No SDO/RDSO/E&B/002/ dt 19.09.08. 205. Magneto Telephone Desk Type to IRS: TC-36/97 (Amd-1) or latest. 206. Magneto Telephone Electronic Desk Type to IRS: TC-79/2000 (Amd-2) or latest. 207. 4 wire/2 wire DTMF, Control room equipment as per IRS: TC-60/2007.

Signature of the tenderer AESTE/C/TKJ 172/206

Page 173: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

208. 4 wire way station control telephone as per IRS: TC-38/97 (Amd-1) or latest. 209. Power supply unit for telecom installations at way side stations in 25 KV

electrified areas as per IRS: TC-72/97 (Amd-1) or latest. 210. Thermo Shrink jointing kit for jointing underground Quad cables as per IRS: TC-

77/2006 (Rev-2) or latest. 211. Thermo Shrink jointing kit for jointing underground PIJF cables as per

RDSO/SPN/TC/57/2006 (Rev.0) Amd-1 or latest. 212. VF Tapping Transformer: 1120:1120, 1120:600, 470:1120 as per IRS: TC-22/76. 213. Six Pin emergency plug and socket as per IRS: TC-42/87 (Amd-1) or latest. 214. Emergency Socket Box of FRP material as per RDSO/SPN/TC/44/2002 (Ver-2)

(Amd-2) or latest. The copy of specifications can be purchased from following sources:

1. IRS specification Manager of Publications, Government of India Civil Lines, New Delhi-110054.

Government of India Book Depot 8-K.S.Roy Road, Calcutta-700001. 2 RDSO Specifications & RDSO Drawings:

RDSO, Manak Nagar, Lucknow. 3 DOT/TEC/ITD Specification:

Khurshid Lal Bhawan, Janpath New Delhi-110001. 4 B.I.S. Specification:

(i) Directorate General, Indian Standards Institution, 9-Bahadur Shah Zafar Marg, New Delhi.

(ii) F-Block, Unity Building Narsimharaja Square, Bangalore 560002. (iii) 534- Sardar Vallabh Bhai Patel Road, Bombay.

(iv) 5- Chowringhee Approach, PO Principal Street, Calcutta-700072. (v) Ahimsa Building (1st Floor) CSCO, 82-83 Sector 27-C Chandigarh 160017.

(vi) 5-8-56/57, L. N. Gupta Marg, Hyderabad-500001. (vii) 117/418-B, Sarvodaya Nagar, Kanpur-208005.

(viii) C.I.T. Campus Adayar Madras – 600020. The specifications and drawings referred but not enclosed in the tender documents may be seen in the office of concerned field unit on any working day.

NOTE: ALL the specifications shall be as per their latest version/ amendment/ specification.

Signature of the tenderer AESTE/C/TKJ 173/206

Page 174: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

TECHNICAL SPECIFICATION (FOR DRAWING)

TECHNICAL SPECIFICATION FOR DESIGN OF RAILWAY SIGNALLING DRAWINGS INCLUDING CIRCUITS/WIRING DIGRARMS ETC

1. All the plans should be compliable with requirement of RE area and as per site requirement. 2. The designing of circuit diagrams shall be done as per extant Northern Railway practice, SEM,

General and subsidiary rules, the guide lines provided by RDSO and as per the latest rules prescribed by the Northern Railway. Wiring diagram for provision of DATA LOGGER shall be prepared on separate sheets.

3. All drawings shall be prepared with suitable CAD system. All original drawings shall be supplied in tracing film as per Northern Railway practice. All drawings shall be prepared on A 3 size or as required. Each drawing sheet shall have Border Line, Margin, Name Plate/Approval Column, Alteration column and drawing space as per latest approved practice of Northern Railway.

4. At least 20% of available drawing space shall be kept blank at the bottom of each original sheet, above name plate/approval column, to accommodate future expansion.

5. In addition to the above specifications the contractor shall follow any other standards as followed by the S&T deptt. Of Northern Railway during preparation of drawings.

6. All original drawings and prints shall have relay contact no/terminal no/fuse no. already incorporated.

7. During preparation of the drawings the following shall be kept in view:

a) Optimization in using of relays. b) Economization in using relay contacts. c) Optimization in using of cables.

8. All original drawings shall be printed through Ink jet Plotter.

a) No hand correction shall be allowed on the original tracing. If any connection is required on a sheet the original tracing of that particular sheet shall be replaced with a new one and the same shall be submitted for fresh approval of Railway.

b) Railway reserves the right to add/delete/modify the requirement of drawings at any point of time. c) No. of check prints, as required Railway shall be submitted till final approval d) After the initial checking is over, subsequent drawings shall be submitted in original tracing only. e) In case of repeated mistakes the drawings shall be rejected and fresh drawing shall be submitted

by the contractor for which no extra payment shall be made by Railway. f) In case of any modification in Engineering plan or interlocking plan the subsequent modifications

in all drawings shall be carried out by the contractor at his own cost. g) The contractor shall be responsible for collection of all field data from the site of work for

preparation of ‘As made’ drawings.

h) Original tracings of approved drawings shall be submitted by the contractor to the Railways after completion of work, incorporating all the corrections.

9. Inspection & Approval: Inspection as per schedule and approval by CSTE/Const/N. Rly. 10. For all technical discussions with Railways regarding the work, the authorized qualified Design

Engineer(s), who is well versed in Railway signaling system shall attend concerned Railway offices and represent the tenderer.

ANNEXURE-I TO ENCLOSURE 2 (VOLUME-III) Specification for water/air cooled Diesel Engine Driven alternating current generating sets.

Signature of the tenderer AESTE/C/TKJ 174/206

Page 175: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

1. SCOPE

This specification covers design, manufactures and supply of Diesel engine driven A.C. Generating set. The generating set shall be complete with accessories, auxiliariating and control panel etc. The specification covers DG set with control panel of AMF type and non AMF type. Unless otherwise specifically mentioned DG 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 DG sets offered by the tenderer shall be with approved equipment to ensure reliable and satisfactory performance. The DG sets shall be equipped with diesel engine and alternator of approved makes only as given in appendix ‘D’.

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 = As per sch. Of requirement Maximum ambient temperature = -do- Relative humidity = 60%

3. Rated Power Out Put. 3.1 The Diesel Generating set shall be capable of 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 conform to IS:10000/B.S.:5514.

3.2 The output available from Diesel engine under site condition should be specified. 3.3 The diesel engine shall be capable of working on 10% over load for one hour in any 12 hours

running. 4.0 OIL ENGINE:

The diesel engine shall be cold starting, vertical direct injection 2/4 stroke cycle, 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 DG 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 a governor to maintain the engine speed at

varying loads within + 3% of the rated speed.

Signature of the tenderer AESTE/C/TKJ 175/206

Page 176: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

4.5 The engine shall 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.

vi) Fuel injection equipment with governor to control the engine speed up to + 3% under varying load.

vii) Engine speed control unit, (Manually operated). viii) Sump. ix) Thermostat. x) Safety control against low lub. Oil pressure, high cooling water temperature and

engine over speed. xi) Fly wheel to suit flexible coupling. xii) Exhaust silencer. xiii) Lub.oil cooler and water pump. xiv) Fuel tank (12 hours full load working capacity with 10 meters long fuel

piping). xv) Corrosion Resister. xvi) Self starter for electric start system with charged battery of adequate capacity (12V

for non AMF and 24V for AMF set, Battery leads, Battery stand etc. xvii) Engine control panel comprising of:-

a) Oil pressure gauge. b) Water temperature gauge. c) Ammeter. d) Hour meter with RPM indicator. e) Push buttons for starter/key switch starter. f) Pilot lamp.

xviii) Battery charging dynamo (in case of non AMF panel). xix) Tool kit complete (as supplied by engine and alternator manufacturers). xx) One set of foundation bolts with nuts.

5. ALTERNATOR.

The alternator shall be self exciting brush less, copper wound self regulating with screen protected enclosure suitable for feeding 415V 3 PH 50Hz A.C. system with neutral point brought out. The alternator shall confirm to S-5000/IS: 4722 and winding shall conform to class ‘B’. Voltage regulation shall be + 5% of the rated voltage under varying load.

6A. CONTROL PANEL (For non AMF types set)

The control cubicle shall be floor mounted type of fabricated construction made of sheet steel, provided with removable side panels and hinged front panel for easy accessibility.

Following instrumentation and protective device shall be incorporated on the panel:-

1. Controlling ckt. Breaker shall be as under:

Signature of the tenderer AESTE/C/TKJ 176/206

Page 177: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

i) Up to 30 KVA switch fuse unit with HRC fuses. ii) Above 30 KVA & up to 70KVA MCCB of suitable rating with O/C and S/C protection. iii) Above 70 KVA manually operated ACB of suitable rating with O/C & S/C protection.

2. AC volt meter range 0-300 with selector switch-One. 3. AC Ammeter with set of current transformers with suitable ratio with selector switch-One no. 4. Frequency meter-One no. 5. Indication lamp ‘Set Running” 6. Indication lamp ‘Set on load’. 7. 3 phase 4 wire unbalanced KW hr. meter of suitable capacity one no. 8. Kilowatt meter-One no. 9. Instrument fuses. 10. Speed adjuster for governor (Electrically operated). 11. Earth fault relay. It shall out off the field supply of the alternator in case of internal Earth

Fault (The cost of control panel shall be quoted separately). 6B. AUTOMATIC ON MAIN FAILURE CONTROL PANEL (AMF PANEL) 1. 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 below the specified value and change over the load from the main supply to DG set.

1.2 The DG set shall start automatically within 10 seconds of the main supply failure and on restoration of main supply shall stop within 3 minutes after making the change over from DG set supply to main supply.

2. CONSTRUCTIONAL FEATURES:

2.1 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 one coat of Red oxide primer and two coats of spray finish super enamel paint. 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 no emetauer operation. The wiring connection in the control panel shall be ferruled.

3. PROTECTION AND CONTROL EQUIPMENTS:

3.1 The following control devices and equipments shall be suitably housed in the cubicle

a) Suitably sealed flush mounted type AC Voltmeter-One No. b) Selector switch for voltmeter for OFF/RB/BY/YR reading and with provision for selection

of DG Set voltage measurement as the case may be-One No. c) Suitably sealed flush mounted AC ammeter scaled with current transformer of suitable ratio-

One No. d) Selector switches for ammeter for OFF/R/B/Y reading-One No. e) Frequency meter grid type-One No.

Signature of the tenderer AESTE/C/TKJ 177/206

Page 178: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

f) Mode selector switch for OFF/Auto/Manual/Test-One Set. g) Push button for start/stop/acknowledge/Reset-One Set. h) A set of indication lamps for the following purpose-One Set.

1. Load on mains. 2. Load on DG set. 3. DG set fails to start. 4. Low lube-oil pressure. 5. High coolant temperature.

i) Battery charger consisting of: 1. Transformer 2. Rectifier 3. DC Voltmeter 4. DC ammeter 5. Charging rate selector switch for trickle/Boost charging 6. Pilot lamp to indicate that charger is working. 7. On/Off switch.

j) Main Supply/air brake contactor, 3 pole of suitable rating and provided with separate HRC fused for short circuit protection-One No.

k) Alternator (DG Set) air-break contactor 3 Pole suitable rating and provided with separate over load relay for over load protection and HRC fuses for short circuit protection-One No.

l) Main supply voltage monitor-One No. m) DC Control relays & timer for start/stop/three attempt starting facilities and failure to start

and lock. n) Audio-Alarm Hooter in case of low lube-oil pressure high coolant temperatures, DG Set fails

to start-One Set. o) Earth fault relays to cut off the field supply of the alternator-One NO p) Bus bar of suitable rating.

4. SPECIAL INSTRUCTIONS: i) Cost of AMF panel shall be quoted separately.

ii) The tenderer will be required to submit the detailed drawing/circuit diagram of AMF panel indicating therein the size of the cubical for approval of consignee of N. Rly.

iii) The tenderer is required to indicate make/rating of the following items used for the construction of the AMF panel

S no. Item Make 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. vi) a) Size of the Bus bar.

b) Material of the bus bar.

5. ARRANGEMENT: i) 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.

Signature of the tenderer AESTE/C/TKJ 178/206

Page 179: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ii) The silencer with the required accessories will be provided and installed along with iii) Elongated exhaust pipe of suitable dia (A-class MS pipe of thickness 18 SWG) capable of

dis-charging exhaust fumes outside D.G. room will be provided. This will include covering of pipe with asbestos rope of 15mm dia duly covered with high class heat resistant material to give a smooth finish.

6. The plant/Equipments shall conform to the following:

a) Indian Electricity Act 1910 & Indian Electricity Rules made therein. b) BS: 5514/IS: 10000 I.C. Engine. c) BS: 2613/IS: 4722 Electrical performance of rotating Electrical. d) IS: 1271-classification of insulating materials. e) IS: 722-K.Hr. meter/K.H meter(accuracy class-1.0) f) IS: 2516-Circuit breaker. g) IS:1248-Ammeter, voltmeter,(accuracy class-1.5)

7. TESTS.

The generating sets shall be tested at the makers works by RITES or agency specified for:- a) Guaranteed fuel consumption. b) Over load capacity. c) Proper operating of protective devices provided for safety of the generating set.

8. INSTRUCTIONS MANUALS AND CATALOGUES.

Triplicate copies of operator’s guide, manuals, maintenance schedules, repair /overhaul instructions for the complete equipment shall be supplied by the supplier.

9. FOUNDATIONS.

The triplicate copies of foundation drawings, instructions shall be supplied by the suppliers. 10. GUARANTEE.

The equipment shall be guaranteed for a period of 12 months from the date of commencement in service.

11. SCHEDULE OF TECHNICAL PARTICULARS.

Schedule of technical particulars (Appendix ‘A, ‘B’&‘C’) shall be filled in by the tenderers and submitted along with tender. No tender shall be considered complete unless the appendices referred to are filled and submitted along with tender.

12. 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 as having met with the approval of the tenderers, therefore, binding on him.

13. TESTING & COMMISSIONING

Signature of the tenderer AESTE/C/TKJ 179/206

Page 180: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

The D.G. sets will AMF panels shall be commissioned on specific load at continuous rating as per NR spec. 87-Elect.11/94 and to the satisfaction of Engineer at site. Diesel and Mobile oil shall be supplied by the contractor for successful commissioning of the D.G. Set.

Signature of the tenderer AESTE/C/TKJ 180/206

Page 181: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

APPENDIX ‘A’ TO ANN.-I (ENCL-2, VOL-III)

OIL ENGINE (To be filled in by tenderers, as far as applicable to the supply offered and submitted with tender separately for both 40/10 KVA DG). Item Description Particulars(to be filled

in by the tender) Remark

1. Maker’s name: 2. Type 3. Guaranteed rated output at site (continuous

running for 24 hrs. condition B.H.P.

4. Guaranteed consumption of fuel oil. A. a) At full rated output Ltr. / BHPH at

normal temperature and pressure.

b) At ¾ rated output at normal temperature and pressure. Ltr. / BHPH.

c) At ½ rated output at normal temperature and pressure. Ltr. / BHPH

B. a) At full load of alternator at site – Ltr / KWH

b) At ¾ load of alternator at site. – Ltr / KWH

c) At ½ load of alternator at site- Ltr / KWH.

Signature of the tenderer AESTE/C/TKJ 181/206

Page 182: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

APPENDIX ‘B’ TO ANN.I (ENCL-2, VOL-III)

ALTERNATOR To be filled separately for 10/40 KVA DG Item no. Description Particulars. Remarks. 1. Type and make. 2. Normal continuous output

(100% in KVA)

3. Normal continuous output (100% in KVA) at 0.8 PF at – Volts.

4. Normal speed. 5. Number of phases. 6. Normal voltage. 7. Efficiency of the alternators

at 0.8 PF

a) At full load - % b) At 25% over load- % c) At half load.- %

Signature of the tenderer AESTE/C/TKJ 182/206

Page 183: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

APPENDIX ‘C’ TO.ANN.I (ENCL-2, VOL-III)

ALTERNATOR AND EXCITER PANEL To be filled separately for 10/40 KVA DG 1. Type of circuit breaker. 2. Voltage. 3. Normal current rating. 4. Three phase breaking capacity in MVA at ______volts. 5. Current transformer ratios(if any) 6. Burden of current transformer in volt amperes. 7. Accuracy class of current transformers. 8. Particulars of ammeter in alternator panel. 9. Particulars of voltmeter in alternator panel. 10. Particulars of ‘overload release’ and No volt release. 11. Particulars of Earth fault relay. 12. Overall distance required for removal of ACB. 13. Operating mechanism. 14. Particulars of K.W. Hour meter in alternator panel. 15. Details of terminals provided in alternator panel.

Signature of the tenderer AESTE/C/TKJ 183/206

Page 184: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

APPENDIX-D TO ANN.I (ENCL-2, VOL-III) MAKES OF VARIOUS COMPONENTS To be filled separately for 10/ 40 KVA DG S. No. Description Make 1 Makes of Diesel Engine. Kirloskar 2 Makes of Alternators. Kirloskar. 3 Protective Relays / Contractors CEC/Alsthom, L&T, BCH, JSL, minilec, ABB,

Siemens 4 Measuring Instruments AE, Havel, Meco, Motwani, L&T, National 6 Indication Lamp Cutler Hammer 7 KWH Meter Jaipur Metals, Andhra Pradesh Elect. Equip.

Corpn. India Meter Ltd. Madras, Das Hitachi, BHEL Bangalore

8 Current Transformer AE, GEC 9 MCB L&T, EE, MDS 10 ACB L&T, EE 11 Timer GIC, MDS Legend, Havels 12 Back up fuses L&T, EE 13 Batteries EXIDE, STANDARD, AMCO 14 Ammeter/Voltmeter AE, RUTTONSHAH

Signature of the tenderer AESTE/C/TKJ 184/206

Page 185: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ENCLOSURE – 3 (VOL-III) DATA LOGGER SPECIFICATIONS

A Specification: Data Logger System shall be supplied after RDSO inspection from RDSO approved firm, System installation, testing, commissioning of data logger system shall be carried out by RDSO approved firm. Data Logger The Data logger should be as per RDSO specification No. S-99/2006 with latest amendments with built in internal modem for net working and power supply. The equipment should be inspected by RDSO authorities before effecting supply of the data loggers. The equipment should have at least six communication ports for connecting various equipments. Front end processor. The front end processor should be a PC based system (PC not included in the schedule) as per RDSO specification No. S- 99/2006 with latest amendments. The front end processor shall retrieve the data from all the data loggers in the section on 4 wire OMNI BUS channel. The front end processor will be connected to the data logger analyzer/failure analysis system. Power supply with maintenance battery of 40 AH 12 V and charger of 10A capacity to be supplied along with FEP. Failure analysis system/Data logger analyzer. Make –HP /IBM/Dell or similar standard reputed make

Processor i 7, 3.4 Ghz, 8 MB cache or better Chipset Intel 267 Express or higher Memory 4 GB, DDR3 RAM with 8 GB expandability or better HDD 500 GB or higher Optical Drive 8x or better Modem High Speed 64 K Modem Net work Integrated 10/100 LAN Ethernet, 802. 11g integrated wireless

LAN, integrated Blue tooth & wifi Pre-installed licensed Software

Windows 7 Professional with media and documentation and certificate of authenticity. Norton or McAfee or Trend Micro or PC Tool or Quick Heal Antivirus (latest version) one year license.

Display 20” Widescreen TFT Display with True Life LED screen. Compatibility/compliance Plug –and-play, Ethernet network compatibility, Advanced

configuration and power interface (ACPI), Hibernation/Sleep modes.

PC and Slots PC 6 USB ports (with at least 2 in front), and ports for microphone & headphone, serial port.

Key Board 104 keys with mouse Printer HP or similar standard Canon Make Laser Printer Resolution (in

dpi): Mono 600x600, Paper Size: A4, Print speed in PPM (A4 size): 14 or better, Port: 1USB.

Warranty 1 year limited warranty (1 year Parts/1 Year Labour)

Signature of the tenderer AESTE/C/TKJ 185/206

Page 186: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Computer cum Printer Table

Size in (LXBXH)mm: 1200 x 750 x 750 mm, Keyboard pullout tray, Drawer, Shelf, Top made of: MDF

Chair Size in (WXDXH) mm: 575 x 650 x 825, Seat Height: 450 +/- 10, Seat Size: Split seat 525x475D Type: Split seat & Back, With Arm set.

UPS

1. General a. UPS shall be free from workmanship defects, sharp edges, nicks, scratches, burs, etc. All

fasteners shall be fixed properly. The equipment shall be complete with all parts and all parts shall be functional.

b. UPS enclosure’s Degree of Protection IP2L1 as per appendix C of IS13947 (part 1) /1993 (reaffirmed 2004).

c. By-pass facility shall be provided for maintenance of UPS. d. UPS shall supply output power and charging current at the same time. e. Switching device shall be MOSFET or IGBT and the same shall be confirm in the offer. f. Switching frequency shall be above 10 KHz. g. KW rating of the UPS shall be 0.70 times the KVA rating. 2. Input

160V-260V, 50+/-3% Hz single phase AC 3. Output.

230V +/-1% (with alternative setting for 220V +/-1%) 50 +/-0.5 Hz, single phase. Voltage regulation from no load to full load shall be within +/-1% in both the cases. UPS shall also have facility for operation in synchronous mode in which output frequency shall be same as that of mains frequency.

4. Total harmonics distortion at output: 2% maximum on resistive load. If total input harmonics are less than or equal to 10%.

5. Efficiency (at rated output KVA Rating, rated Pf, rated voltage and frequency). a. Overall efficiency (minimum): 90%. 6. UPS power factor at rated load: batter than 0.9 lagging at input side. 7. Overload: UPS shall withstand 20% overload for 10 minutes and 50% overload for one

minute. 8. Protections :

Following protection shall be provided in UPS. a. Over voltage, short circuit, and overload a UPS output terminal. b. Under voltage at battery terminal. c. Over shoot and under shoot shall not be greater than 4% of rated voltage for duration of

40m sec. (maximum). 9. Indicators and meters a. Following indicators shall be provided :-

(i) Mains presence.

Signature of the tenderer AESTE/C/TKJ 186/206

Page 187: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

(ii) Battery charging and discharging. (iii) Output overloaded. (iv) Low battery voltage.

b. Digital meter shall be provided for monitoring the following parameters in UPS: (i) Input AC Voltage. (ii) Output AC Voltage. (iii) Battery voltage and current.

10. Battery bank : a. UPS shall be supplied with SMF VRLA battery only. b. Batteries for UPS shall be of the following makes :-

ADDITIONAL 1 No. of computer cum printer table with lower storage, stabilizer storage shelf, key board pull out shelf. 1 No computer chair revolving type with cushion back and seat without arms low back. 1 No of uninterrupted power supply 750 VA SOFTWARE FOR DATA LOGGERS AND NET WORKING The individual Data loggers at various locations shall be provided with their own FAS as well as will be interconnected through net working technology. The software should enable viewing of data as per RDSO specification. The data from the various data loggers as to be brought to a central location through modems and Quad cable/optic fibre. The data which will be available in front end processor (FEP) should be dumped to the data logger analyzer. All data will normally be stored in the data logger analyzer and it should be possible to dump one month old data to a storage device. It should be possible to access the data in the Data logger analyzer through rail net by loading necessary application software in client PC. The software applications should be developed and should cater to all inputs and output reports according to latest guidelines of RDSO and instructions of engineer in charge. The following application should be developed to run on the available data base. The data base will be available RDMBS of ORACLE or as approved by RDSO. 1. One line simulation: By depicting the yard layouts it should be possible to see a real time

movement of the trains, along with the real time depiction of position of signals, points, track circuits and any other slots.

2. Off time simulations: Simulation of the earlier train movement by retaining the data from the data base. It should be possible to slow down or speed up the simulations.

3. Analysis of data by building logics for (a) Failure/incidence reports category wise. (b) Assets management consisting of listing of failures and for predictive maintenance etc. 4. The format of the RDBMS, source code and the software of data logger should be supplied in

a compact disc.

Signature of the tenderer AESTE/C/TKJ 187/206

Page 188: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

The format of the various, software should be clearly explained to the engineer in charge and at least 2 staff should be trained for undertaking any modification required in future.

B. INSTALLATION 1. 230 V+-10% single phase AC power point 15 Amp shall be provided by the Railway. The

location of all equipments shall be jointly decided by the Officer in Charge of the work. 2. Potential free contacts for data logger shall be provided on terminal strip/tag block by the

Railways. Necessary wiring from the terminal strip/tag block to the data logger equipment shall be done by the contractor through approved cables.

3. Data logger shall be installed in the relay room/ data logger room on a suitable platform/rack. The design details of installation shall be submitted to Dy. CSTE/C for approval before installation. The Failure Analysis System shall be installed in the relay room/ data logger room along with printer. Necessary computer table with chair for this shall be supplied by the contractor.

4. The battery shall be kept on a wooden stand 1” height in the power equipment room/battery room. Necessary wiring from power equipment/Battery to Data logger shall be done by the contractor through approved cables.

5 FEP shall be installed at Control room or as directed by engineer in charge. C. INSPECTION All the material shall be inspected by RDSO D DOCUMENTATION a. Copies each for following documents shall be supplied by the firm. Operational manual detailing hardware and software manual for. b. Data logger. c. FAS d. FEP e. Technical manual, detailing the installation maintenance & reconfiguration details,

debugging. f. Software details flowcharts and procedure for reconfiguration. The contractor shall submit complete wiring diagram component details and PCB layout

along with the equipments except for the PC. Scope of work: Up gradation & modification of existing systems to suit the modified layout after execution of Signaling & Engg. work the up gradation & modification as per detailed specification of data logger (enclosed-III) and wiring diagram. All material for up gradation and modification and its final commissioning shall be supplied by the contractor.

Signature of the tenderer AESTE/C/TKJ 188/206

Page 189: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

ENCLOSURE – 4 (VOLUME-III) List of Tools & Plants to be supplied by the tenderer

S. No.

Description

1 Digital Multi Meter suitable for axle counter ranges 20 Amp AC/DC make protek 506 /Philips/motwani make- 1 no.

2 Digital clamp Multi Meter range up to 100 Amps for AC/DC current make SEW or similar – 1 no.

3 Leather Tool Bag for keeping tool kit -1 no. 4 Plier Sealing with sealing code bit -1 no. 5 Plier Wire Cutting 8” make Taparia or similar -1 no. 6 Nose Plier 4” make Taparia or similar -1 no. 7 Wire Stripper – 1 no. 8 Screw Driver set mutli port type -1 set 9 Track shunt Resistance .5 ohm -1 no. 10 Soldering Iron 230V AC/65 watt -1 no. 11 Soldering Iron 230V AC/35 watt with different type replacement soldering head – 1 no. 12 Soldering Iron 110V AC/35 watt -1 no. 13 Measuring Tape steel 30 meters – 1 no. 14 Measuring Tape steel 3 meters – 1 no. 15 Rechargeable Torch Superior quality -1 no. 16 File Flat 8” long – 2 nos. 17 File Round smooth 8” long – 2 nos. 18 File Flat Bsterred 8” long – 2 nos. 19 Electric Drill Machine Portable 6mm make wolf or similar -1 no. Note: All tools shall be of the best manufacturer. The Railways reserve the right to reject the entire/part tools found to be of inferior quality.

Signature of the tenderer AESTE/C/TKJ 189/206

Page 190: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Drawings Applicable in the Tender

Encl. 5 of Vol. III

Note : Any other required drawings shall be collected from Dy. CSTE/C/TKJ office.

Signature of the tenderer AESTE/C/TKJ 190/206

Page 191: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 191/206

Page 192: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 192/206

Page 193: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 193/206

Page 194: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 194/206

Page 195: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 195/206

Page 196: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 196/206

Page 197: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 197/206

Page 198: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 198/206

Page 199: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 199/206

Page 200: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 200/206

Page 201: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 201/206

Page 202: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 202/206

Page 203: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 203/206

Page 204: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 204/206

Page 205: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 205/206

Page 206: I, II III - nr.indianrailways.gov.innr.indianrailways.gov.in/nr/notice/1446286403054_Tender document... · tender document no. 287-sig/c/tkj/tender/06/15 . tender documents index

Tender Document No. 287-SIG/C/TKJ/Tender/06/15

Signature of the tenderer AESTE/C/TKJ 206/206