Tender No: NKJ/TRS/T/12AA/13 For -...

45
1 Tender No: NKJ/TRS/T/12AA/13 For Repairing /Overhauling of Co-Co bogies of WAG-5&WAG-7,AC Locos, as per latest RDSO SMI, Modification inclusive of all taxes/duties, transportation and labour charges etc of Electric Loco Shed New Katni Jn. (Katni) of WCR . ESTIMATED COST OF WORK – Rs.1,47,76,000/- (Approximate). EARNEST MONEY – Rs. 223880/- ( Rs.Two Lakh Twenty Three thousand Eight Hundered Eighty only) infavour of Sr.DFM/WCR/JBP. COST OF TENDER BOOK: Rs.5000/-(In Person) & Rs.5500/-(By Post) ( Note: If tender book down loaded from web site i.e.from www.tenders.gov.in or www.wcr.indianrailways.gov.in please enclosed, DD of Rs.5000 of any nationalized bank of India in favour of Sr.DFM/WCR, Jabalpur with tender book/ offer) TENDER DUE DATE – 26.04.2016 CLOSING TIME-15.00 HRS. TENDER OPENING DATE – 26.04.2016 AT 15.30 HRS. Qty. As per schedule (Part V of Tender document) (This tender Booklet contains 45 Pages including this page) The end of this document is indicated by an “End of the Tender Document” Tender issued by: - Sr.DEE/TRS/NKJ Tender issued to:- Book No.:- M/s, ______________________________________ ______________________________________ MR No. & DATE -----------------------------------------

Transcript of Tender No: NKJ/TRS/T/12AA/13 For -...

Page 1: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

1

Tender No: NKJ/TRS/T/12AA/13

For

Repairing /Overhauling of Co-Co bogies of WAG-5&WAG-7,AC Locos, as per latest RDSO SMI, Modification inclusive of all taxes/duties, transportation and labour charges etc of Electric Loco Shed New Katni Jn. (Katni) of WCR . ESTIMATED COST OF WORK – Rs.1,47,76,000/- (Approximate). EARNEST MONEY – Rs. 223880/- ( Rs.Two Lakh Twenty Three thousand Eight Hundered Eighty only) infavour of Sr.DFM/WCR/JBP. COST OF TENDER BOOK: Rs.5000/-(In Person) & Rs.5500/-(By Post) ( Note: If tender book down loaded from web site i.e.from www.tenders.gov.in or www.wcr.indianrailways.gov.in please enclosed, DD of Rs.5000 of any nationalized bank of India in favour of Sr.DFM/WCR, Jabalpur with tender book/ offer) TENDER DUE DATE – 26.04.2016 CLOSING TIME-15.00 HRS. TENDER OPENING DATE – 26.04.2016 AT 15.30 HRS. Qty. As per schedule (Part V of Tender document) (This tender Booklet contains 45 Pages including this page) The end of this document is indicated by an “End of the Tender Document”

Tender issued by: - Sr.DEE/TRS/NKJ

Tender issued to:- Book No.:- M/s, ______________________________________ ______________________________________ MR No. & DATE -----------------------------------------

Page 2: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

2 WEST CENTRAL RAILWAY ELECTRIC LOCO SHED Date : 03.03.2016 NEW KATNI Jn.

TENDER NOTICE Sr. Divisional Electrical Engineer, Traction Rolling stock, West Central Railway, New Katni Jn. for and on behalf of President of India invites sealed tender from firms who have experience in executing similar nature work. Similar nature work defined by competent authority for this work is “Manufacture and supply of Bogies for Electric Locos/Diesel locos/EMUs or Repair/rehabilitation/overhauling of bogies for Electric locos/Diesel locos/EMUs' (1) Tender Notice No. :- NKJ/TRS/T/12AA/13 Date :- 03.03.2016. (2) Name of work: -Repairing/Overhauling of Co-Co bogies frames of WAG-5&WAG-7, AC Locos , as per latest

RDSO SMI, Modification inclusive of all taxes/duties Transportation and labour charges etc of Electric Loco Shed New Katni Jn. (Katni) of WCR

(3) Estimated cost of work: - Rs.14776000/- (4) Earnest money : Rs.223880/- “ The earnest money should only be in the form of demand drafts executed

by State bank of India or any of the nationalized banks or by a scheduled bank” in favour of Sr.DFM, WCR, Jabalpur payable at Jabalpur or cash paid in any Divisional cash office of West central railway and money receipt attached with the offer.

(5) Completion period: - 24 Months & validity of offer: 120 Days. (6) Cost of tender booklet: - Rs. 5000 (Rs. Five Thousand only) & Rs.5500 by Post. (7) Date/Time & place of submission of tender: - The sealed tender booklet should be deposited in the tender box up to 15.00 Hrs. of 26.04.2016 at the office of Sr.DEE/TRS/ New Katni Jn. of WCR. (8) Date/Time & place of opening of tender :- The tender will be opened at 15.30 Hrs. on 26.04.2016 at the office of Sr.DEE/TRS New Katni Jn. W.C.Rly. in presence of tenderers authorised representatives who desires to be present on due date may attend at their own cost. (9) Date, Time & Place of issue of Tender Booklet :- Tender booklet can be purchased from the office of the Sr.D.E.E.(TRS), New Katni Jn. on any working day & up to 12 Hrs. of 25.04.2016 by paying cash. By post tender paper cost will be Rs.5500/-. However Rly’s will not be responsible for any loss/damage/late receipt of tender paper if called by post by tenderer or send his offer through post/courier duly filled to this office. NOTE Contractor / Firm must submit credentials of carrying out similar nature of work at the time of submission

of tender booklet. Similar nature work defined by competent authority for this work is “Manufacture and supply of Bogies for Electric Locos/Diesel locos/EMUs or Repair/rehabilitation/overhauling of bogies for Electric locos/Diesel locos/EMUs'. The tender must be accompanied with earnest money in desired form only as mentioned above failing which the tender will summarily be rejected.

(10)The tender paper can be down loaded from Railway website at http://www.wcr.indianrailways.gov.in or from Govt web site http://www.tenders.gov.in. (11) If the tender document is downloaded from internet site then at the time of Submission of tender the cost of tender booklet Rs.5000/- (Rs. Five thousand only) shall be submitted through demand draft payable to Sr.DFM /WCR/Jabalpur payable at Jabalpur, failing this the tender shall be rejected summarily. (12)Minimum Eligibility Criteria: (i) Tenderer/contractor should have completed at least one similar single work for a minimum value of 35% of advertised tender value in last 03 financial year i.e. Current year and 03 previous financial year. (ii)Tenderer/contractor should have received total contract amount in last 03 years shall be a minimum of 150% of advertised tender value of work. (13) In case of item 12(i) above, supportive documents/certificates from the Organization with whom they have worked / are working should be enclosed also for 12 (ii) Certificate from Govt. Deptt., Audited balance sheet / I. Tax returns duly verified by CA may be submitted. Certificate from private individuals for whom such are executed/ being executed shall not be accepted. (13)If at any stage any document submitted by the tenderer in connection with the MINIMIUM ELIGIBILITY CRITERIA (MEC) or any other purpose is found false or faked, Railway administration will not be responsible in any way for the loss suffered by tenderer/contractor due to action taken against him as a consequence of the same. Any legal action, administrative / financial decision or all taken in this regard will be final and binding upon the contractor/tenderer. (13)For clarification for tender:-Tenderer may inquire at O/oSr. DEE/TRS/NKJ. Or Ph. No.+919752418306. Sr.Div. Elect. Engineer(TRS)

W.C.Rly, New Katni Jn. For & On Behalf of President of India

Page 3: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

3

CONTENTS PART I

REGULATIONS FOR TENDERS AND CONTRACTS

Para MEANING OF TERMS Page No. 1.1 DEFINITIONS 4 1.2 INTERPRETATION 4

CREDENTIALS OF CONTRACTORS

2. TENDER FORMS 7 3. OMISSIONS AND DISCREPANCIES 5 4. EARNEST MONEY 5 5. CARE IN SUBMISSION OF TENDERS 6

CONSIDERATION OF TENDERS 6. RIGHT OF RAILWAY TO DEAL WITH TENDERS 6

CONTRACT DOCUMENTS 7. EXECUTION OF CONTRACT DOCUMENTS 7 8. FORM OF CONTRACT DOCUMENTS 7 ANNEXURE I TENDER FORMS 7-11 ANNEXURE IV Contract Agreement Form 12

PART II GENERAL CONDITIONS OF CONTRACT. 13-25

PART III SPECIAL CONDITION OF CONTRACT 26-35

PART IV

TECHNICAL SPECIFICATION OF TENDER 36-44

PART V SCHEDULE OF RATES 45

Page 4: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

4

PART I REGULATION FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS FOR ENGINEERING WORKS MEANING OF TERMS 1.1 These Regulations for Tenders and Contracts shall be read in conjunction with the General conditions of Contract which are referred to herein and shall be subject to modifications, additions or super session by special conditions of contract and/or special specifications, if any annexed to the Tender Forms. 1.2 Definition:- In these Regulations for Tenders and Contracts the following terms shall have the meanings assigned hereunder except where the context otherwise requires : - (a) "Railway" shall mean the President of the Republic of India or the Administrative Officers of the West Central Railway or of the Successor Railway authorized to deal with any matters which these presents are concerned on his behalf. (b) General Manager shall mean the officer in charge for the general superintendence and control of the Railway and shall also include the General Manager (construction) and shall mean and include their successors, of the successor Railway. (c) Chief Engineer " shall mean the Officer in charge of the Engineering Department of West Central Railway and shall also include the Chief Engineer (Construction), Chief Signal and Telecommunication Engineer, Chief Signal and Telecommunication Engineer (Construction), Chief Electrical and Chief Electrical Engineer(Construction) and shall mean & include their successors, of the successor Railway. (d) "Divisional Railway Manager" shall mean the Officer in charge of a Division of the West Central Railway and shall mean and include the Divisional Railway Manager of the successor Railway (e) "Engineer" shall mean the Divisional Engineer or the Executive Engineer, Divisional Signal and Telecommunication Engineer, Divisional Signal & Telecommunication Engineer (Construction), in executive charge of the works and shall include the superior officers of the Engineering, Signal &Telecommunication, and Electrical Department of Railway: i.e the Senior Divisional Engineer/Deputy Chief Engineer/Chief Engineer/ Chief Engineer (Construction), Senior Divisional Signal and Telecommunication Engineer/ Chief Signal & Telecommunication Engineer (Construction), Senior Divisional Electrical Engineer/Deputy Chief Electrical Engineer. Chief Electrical Engineer (Construction)/ and shall mean and include the Engineers of the Successor Railway. (f) "Tenderer" shall mean the Person/the form/co-operative or company whether incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, successors and permitted assigns. (g) "Limited Tenders" shall mean tenders invited from all or some Contractors on the approved or select list of contractors with the Railway. (h) "Open Tenders" shall mean the tenders invited in open and public manner and with adequate notice. (i) "Works" shall mean the works contemplated in the drawings and schedules set forth in the tender forms and required to be execute according to specifications. ( j ) "Specifications" shall mean the specifications for Materials and works of the West Central Railway specified in Part IV of the Works Hand Book issued under the authority of the Chief Engineer or as amplified added to or superseded by special specifications if any, appended to the Tender Forms. (k) "Schedule of Rates of the West Central Railway" shall mean the schedule of Rates issue under the authority of the Chief Engineer from time to time. ( l ) "Drawings" shall mean the maps, drawing, plans and tracings or prints thereof annexed to the Tender Forms. 1.3 Words importing the singular number shall also include the plural and vice versa where the context requires. Contractor /Sr.DEE/TRS/NKJ

Page 5: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

5

TENDERS FOR WORKS 1.4. Tender Form: - Tender Forms shall embody the contents of the contract documents either directly or by reference and shall be as per specimen form, Annexure I. Tender Forms shall be issued on payment of the prescribed fees to the appropriate contractors on the list of approved contractors. Contractors not on the list of approved contractors, will, on payment of the prescribed fees, be furnished with tender forms and they shall be required to submit evidence regarding their financial status, previous experience and ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate without which their tenders will not be considered. 1.5. Omissions and Discrepancies: - Should a tenderer find discrepancies in, or omissions from the drawings or any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof. 1.6. Earnest Money:- (a) The tenderer shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be as follows. Value of the work (Tender value) EMD

For works estimated to cost upto Rs. 1 crore. 2% of the estimated cost of the work

For works estimated to cost more than Rs. 1 crore

Rs. 2 Lakhs plus ½% (half percent) of the excess of estimated cost of the work beyond Rs.1 crore subject to a maximum of Rs. 1 crore.

The Earnest Money shall be rounded to the nearest Rs. 10/-. The Earnest Money shall be applicable for all modes of tendering. (b) It shall be understood that the tender documents have been sold/issued to the tender and the tenderer is permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway. (c) If his tender is accepted this earnest money mentioned in sub clause (a) above will be retained as part security for the due and faith full fulfilment of the contract in terms of Clause 16 of the General Conditions of Contract. The earnest money of other tenderers shall, save as herein before provided, be returned to them, but the Railway shall not beresponsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon. (d) The practice of allowing standing EMD is dispensed forthwith for all tenders. (2) Earnest money will be accepted in the following forms only:- (i) A deposit in cash at any divisional cash office of west central railway and money receipt attached with the offer. (ii) Demand drafts of any Nationalized Banks in favour of SrDFM/WCR/JBP. Contractor /Sr.DEE/TRS/NKJ

Page 6: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

6 1.7. Care in Submission of Tenders. (a) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in Clause-37 of the General conditions of Contract for the completion of works to the entire satisfaction of the Engineer. (b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. (c) The Railway will not be bound by any power of attorney granted by the tenderer or by changes on the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. 1.8. Right of Railway to deal with Tenders :- The Railway reserves the right of not to invite tenders for any of Railway work or works or to invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action. 1.9. Execution of Contract Document: - The Tenderer whose tender is accepted shall be required to appear in person at the office of the General Manager/General Manager (Construction) Chief administrative Officer (Construction), Divisional Railway Manager or concerned Engineer, as the case may be, or if a firm or corporation, a duly authorized representative shall so appear and execute the contract documents within 15 days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies. In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as here in before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and to recover the damages for such default. 1.10. Form of Contract Document :- Every contract shall be complete in respect of the document it shall so constitute. Not less than 2 copies of the contract documents shall be signed by the competent authority and the contractor and one copy given to the contractor. (a) For zone contracts awarded on the basis of the percentage above or below the Schedule of Rate West Central Railway for the whole or part of financial year, the contract agreement required to be executed by the tenderer whose tender is accepted shall be as per specimen form. Annexure II During the currency of the Zone contract, work orders as per specimen form Annexure III or IV for works not exceed Rs. 10,000/- each shall be issued by the Divisional Railway Manager/Executive Engineer under the agreement for Zone Contract. (b) For contracts for specific works, values at more than Rs. 10,000/- the contract documents required to be executed by the tenderer whose tender is accepted shall be either an Agreement as per specimen form Annexure IV, or a work order as per specimen form annexure V as may be prescribed by the Railway. Contractor /Sr.DEE/TRS/NKJ

Page 7: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

7

ANNEXURE- I

WEST CENTRAL RAILWAY

TENDER FORMS (FIRST SHEET) Tender No. NKJ/TRS/T/12AA/13 Name of Work :- :- Repairing/Overhauling of Co-Co bogies frames of WAG-5&WAG-7, AC Locos , as per latest RDSO SMI, Modification inclusive of all taxes/duties Transportation and labour charges etc of Electric Loco Shed New Katni Jn. (Katni) of WCR To, The President of India, Acting through the Sr.DEE/TRS/NKJ

NEW KATNI JUNCTION, WEST CENTRALRAILWAY. I. I/We..................................................................................................................................... have read

the various conditions to tender attached here to and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 120 days from the date fixed for opening the same and in default thereof, I/We will be liable for feature of my/our "Earnest Money" I/We offer to do the work for West Central Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 24 months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the General Conditions of Contract corrected up to printed advance correction slip No. ...........................dated ................... and to carry out the work according to the Special Conditions of Contract and Specifications of materials and works as laid down by Railway in the annexed Special Conditions/Specifications and the ............................................ Railway works Hand Book Part III corrected up to printed/advance correction slip No. .............................dated ...................Sanitary Works Hand Book corrected up to printed/advance correction slip No. ................... dated ................ for Schedule of Rates corrected up to printed/advance correction slip No. ...................... dated ...................... for the present contract.

3. A sum of Rs. 223880/- ( Rs.Two Lakh Twenty Three thousand Eight Hundered Eighty only)herewith forwarded as Earnest money. The full value the earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our Tender is accepted and if :-

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

(b) I/We do not commence the work within 15 (fifteen) days after receipt of orders to that effect. 4. Until a formal agreement is prepaid 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 Witnesses : (1) .............................................. Signature Tenderer(s) (2) .............................................. Date Address of the Tenderer(s)

Page 8: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

8

ANNEXURE- I

TENDER FORMS (SECOND SHEET)

1. Instructions to tenderers and conditions of tender. - The following documents form part of Tender/Contract:-

(a) Tender forms - First Sheet and Second Sheet. (b) Special Conditions/Specifications (enclosed) at part III & IV (c) Schedule of approximate quantities (enclosed) at part V

(d) General Conditions of Contract and Standard Specifications for materials and works as laid down in Works Hand Book and Sanitary Works Hand Book of Central Railway, as amended/ corrected up to correction slips mentioned in First Sheet Form, copies of which can be seen in the office of Sr.DEE/TRS/NKJ or obtained from the office of the Chief Engineer, West Central Railway .......................... on .......................... payment of Rs. .......................... Rs. .................. & Rs................................. respectively.

(e) Schedule of Rates, Part I and II as amended/corrected up to correction slip as mentioned in First Sheet of Tender sheet of tender form, copies of which be seen in the office of Sr.DEE/TRS/NKJ or obtained from the Chief Engineer, .................West central Railway on payment of Rs............................. & Rs. .............................. respectively.

(f) All general and detailed drawings pertaining to this work which will be issued by the Engineer or his representatives (from time to time) with all changes and modifications.

2. Drawings for the work. - The Drawings for the work can be seen in the office of the Sr.DEE/TRS/NKJ at any time during the office hours. The drawings are only for the guidance of Tenderer(s). Detailed working drawings, (if required) based generally on the drawing mentioned above, will be given by the Engineer or his representatives from time to time.

3. The Tenderer(s) shall quote his/their rates as a percentage above or below the schedule of Rates of the West Central Railway .................... as .................. applicable to ....................... Division except where he/they are required to quote item rates and must tender for all the items shown in the schedule of approximate only and are subject to variation according to the needs of the Railway. The Railway does not guarantee work under each item of the schedule.

4. Tenders containing erasures and/ or alterations of the tender documents are liable to be rejected. Any correction made by Tenderer(s) in his/their enteries must be attested by him/them.

5. The works are required to be completed within a period of 24 months from the date of issue of acceptance letter.

6. Earnest Money.- (a) The tender must be accompanied by a sum of Rs. 223880/- ( Rs.Two Lakh Twenty

Three thousand Eight Hundered Eighty only) as earnest money deposited in cash or in any of the forms as mentioned in Regulations for tenders and Contracts for the guidance of the Engineers and Contractors, failing which the tender will not be considered.

(b) The Tenderer(s) shall keep the offer open for a minimum period of 120 days from the date of opening of the Tender it is understood that the tender documents has been sold/issued to the Tenderer(s) and the Tenderer(s) is/are permitted to tender in consideration of the stipulation on his/their part that after submitting his/their tender subject to the period being extended further if required by mutual agreement from time to time, he will not resale from his offer or modify the terms and conditions thereof in a manner not acceptable to the Sr.DEE/TRS/NKJ of West Central Railway. Should the Tenderer for the due performance of the above the foregoing stipulation, the amount deposited as Earnest Money for the due performance of the above stipulation shall be forfeited to the Railway

Contractor /Sr.DEE/TRS/NKJ

Page 9: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

9 (c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as Security

Deposit for the due and faithful fulfillment of the contract. This amount of Security Deposit shall be forfeited if the tenderer(s) contractor(s) fail to execute the Agreement Bond within 7 (Seven) days after receipt of notice issued by railway that such documents are ready or to commence the work within 15 (Fifteen) days after receipt of the orders to that effect.

(d) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be returned to the unsuccessful tenderer(s) within a reasonable time but the Railway shall not be responsible for any loss or depreciation that may happen to the Security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon. 7. Rights of the Railway to deal with tender.- The authority for the acceptance of the tender will

rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their tender nor the Railway undertake to assign reasons for declining to consider or rejection of his/their any particular tender or tenders.

8. If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

9. If the tenderer(s) expires after the submission of his/their tender or after the acceptance of his/their tender, the railway shall deem such tender cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless the firm retains its character.

10. Income Tax clearance certificate:- This condition have been withdrawn. 11. Tenderer's Credentials: - Documents testifying tenderer's previous experience and financial

status should be produced along with the tender or when desired by competent authority of the West Central Railway. Tenderer(s) who has/have not carried out any work so far on this Railway and who is/are not borne on the approved list of the Contractors of WCR/ Central Railway should submit along with his/their tender credentials to establish.

(i) His capacity to carry out the works satisfactory. (ii) His financial status supported by Bank reference and other documents. (iii) Certificates duly attested and testimonials regarding contracting experience for the type of job

for which tender is invited with list of works carried out in the past. 12. Tender must be enclosed in a sealed cover, superscripted "Tender No.NKJ/TRS/T/12AA/13and

must be sent by registered post to the address of Sr.DEE/TRS/NKJ(WCR) so as to reach his office not later than 15.00 hours on the 26.04.2016 or deposited in the special box allotted for the purpose in the office of Sr.DEE/TRS/NKJ, WCR. This Special box will be sealed at 15.00 hours on 26.04.2016. The tender will be opened at 15.30 hours on the same day. The tender papers will not be sold after 12.00 hours on 25.04.2016.

13. Non-compliance with any of the conditions set forth there in above is liable to result in the tender being rejected. 14. Execution of Contract Documents. - The successful tenderer(s) shall be required to execute an

agreement with the President of India acting through the West Central Railway for carrying out the work according to General conditions of Contract of Railway of July 2014 or latest, Special conditions/specifications annexed to the tender .

Contractor /Sr.DEE/TRS/NKJ

Page 10: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

10 15. Partnership deeds, Power of Attorney etc. - The tenderer shall clearly specify whether the

tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the

tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognize such power of attorney an changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

16. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate is favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorising him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign "No Claim Certificate" and refer all or any disputes to arbitration.

17. Employment/Partnership, etc., of Retired Employees,- (a) Should a tenderer be a retired engineer of the Gazette rank or any other Gazetted officer

Working before his retirement, whether in the executive or administrative capacity, or whether Holding a pensionable post or not, in the ........................................ department of any of the railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or retired engineer or retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any such retired officer as one of its Directors, or should a tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or Gazetted Officer from the said service and in case where such Engineer or Officer had not retired from Government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take employment under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President of India or any officer, duly authorised by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected.

(b) Should a tenderer or contractor being an individual on the list of approved Contractors, have a relative(s) or in case of partnership firm or company of contractors one or more of his shareholders(s) or a relative(s) of the shareholder(s) employed is gazetted capacity in the ELECTRICAL (TRS) Department of the West Central Railway, the authority tenderers shall be informed of the fact at the time of submission of the tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Conditions of Contract.

Contractor /Sr.DEE/TRS/NKJ

Page 11: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

11

ANNEXURE- I (Contd.) TENDER FORM (THIRD SHEET)

Tender No. NKJ/TRS/T/12AA/13 Name of work: Repairing/Overhauling of Co-Co bogies frames of WAG-5&WAG-7, AC Locos, as per latest RDSO SMI, Modification inclusive of all taxes/duties Transportation and labour charges etc of Electric Loco Shed New Katni Jn. (Katni) of WCR

SCHEDULE OF RATES AND QUATITIES

S.No. Item No Description

of item of work

Approximate Quantity

Unit Rates in figures and in words In Rs.

Amount In Rs.

1 2 3 4 5 6 7

ATTACHED AT PART –V

( Please quote rate/offer on Part - V only )

The quantities shown in above schedule are approximately and are as a guide to give the tenderer(s) an idea of quantum of work involved. The Railway reserves the right to increase/decease and and/or delete or include any of the quantities given above and no extra rate will be allowed on this account. I/We undertake to do the work at XXXXXX.. % above/below the schedule of Rates of the West Central Railway as applicable to .................................................. Division or at the rates quoted above for each item. Dated .......................

............................................

Signature of the Tenderer(s)

Note : - Column 1 to 5 shall be filled by the office of the Authority inviting tender. Columns 6 & 7

shall be filled by the Tendere(s) only when percentage tenders are not invalid. Contractor /Sr.DEE/TRS/NKJ

Page 12: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

12

ANNEXURE- IV

WEST CENTRAL RAILWAY

CONTRACT AGREEMENT No. NKJ/TRS/T/12AA/13 Date .................... ARTICLES OF AGREEMENT made this ......................................... day of .............. 20 ........ between the President of India acting through the Railway Administration here in after called the "Railway" of the one part and .......................................................................... herein after called the "Contractor" of the other part. WHERE AS the Contractor has agreed with the Railway for the performance of the works................................... set forth in the schedule hereto annexed upon the General Conditions of contract corrected up to Printed/Advance Correction Slip No. .............................................. dated ................and the specifications of the West Central Railway contained in the Works Hand Book, Part-III, corrected up to Printed/Advance/Correction Slip No. .................................. dated ..............and Sanitary Works Hand Book corrected up to Printed/Advance Correction Slip No .......................... dated ................. and the schedule of Rates of the West Central Railway, corrected up to Printed/Advance Correction Slip No. ........................ dated ............... and the special conditions and special specifications, if any, and in conformity with the drawings here-into annexed AND WHEREAS the performance of the said works is an act in which the public are interested. NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railways, the Contractors will duly perform the said works in the schedule set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same accordance with the said specifications and said drawings and said conditions of contract on or before the ............................. day of .................. 20 .........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 has been fully set forth herein). AND the Railway, both 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 Railway will pay or cause to be paid to the Contractor for the said works on the final completion there of the amount due in respect thereof at the rates specified in the Schedule hereto annexed. Contractor ................................. Designation ............................. Rly ( For President of India) Address .................................... Date ............................................... Date ........................................ Signature of witnesses with address to Signature of Contractor Witnesses .....................................

Page 13: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

13

PART II

STANDARD GENERAL CONDITIONS OF CONTRACT FOR USE IN CONNECTION WITH ENGINEERING WORKS

DEFINITIONS AND INTERPRETATION 2.1. Definition:- In these General Conditions of Contract, the following terms shall have the meaning assigned here under except where the context otherwise requires: (a) “Railway” shall mean the President of the Republic of India or the Administrative Officers of the Railway or of the Successor Railway authorized to deal with any mater which these presents are concerned on his behalf. (b) “General Manager” shall mean the Officer in-charge of the General Superintendence and Control of the Railway and shall also include the General Manager(Construction) and shall mean and include their successors, of the successor Railway. (c) “Chief Engineer’ shall mean the Officer-in charge of the Engineering Department of railway and shall also include Chief Engineer (Construction), Chief Signal and Telecommunication Engineer, Chief Signal and Telecommunication Engineer(Construction),Chief Electrical Engineer, Chief Electrical Engineer (Construction) and shall mean & include their successors of the Successor Railway. (d) “Divisional Railway Manager” shall mean the Officer-in charge of a Division of the Railway and shall mean and include the Divisional Railway Manager of the Successor Railway. (e) “Engineer” shall mean the Divisional Engineer or the Executive Engineer, Divisional Signal & Telecommunication Engineer, Divisional Signal & Telecommunication Engineer (Construction), Divisional Electrical Engineer, Divisional Electrical Engineer (Construction), in executive charge of the works and shall include the superior officers of the Engineering, Signal & Telecommunication and Electrical Department of Railway i.e. the Senior Divisional Engineer/Deputy Chief Engineer/Chief Engineer/Chief Engineer (Construction), Senior Divisional Signal & Telecommunication Engineer/Deputy Chief Signal & Telecommunication Engineer/Chief Signal & Telecommunication Engineer(Construction)/Senior Divisional Electrical Engineer/Deputy Chief Electrical Engineer/Chief Electrical Engineer (Construction) and Chief Administrative Officer (Construction) and shall mean and include the Engineer of the Successor Railway. (f) “Engineer’s Representative” shall mean the Assistant Engineer, Assistant Signal and Telecommunication Engineer and Assistant Electrical Engineer in direct charge of the works and shall include any Sr Sec/Sec/Jr Eng of Civil Engineering/Signal and Telecommunication Engineering/Electrical Engineering Department appointed by the ………………..Railway and shall mean and include the Engineer’s Representative of the Successor Railway. (g) “Contractor” shall mean the Person/Firm/Co-operative Society or Company whether incorporated or not who enters into the contract with the Railway and shall include their executors, administrators, successors and permitted assigns. (h) “Contractor” shall mean and include the Agreement of Work Order, the accepted schedule of rates of the Schedule or Rates of ……………Railway modified by the tender percentage for items of works quantified, or not quantified, the General Conditions of Contract, the special conditions of contracts if any, the drawing, the specifications, the special specifications, if any and tender forms, if any. (i) “Works” shall mean the works to be executed in accordance with the contract. (j) “Specifications” shall mean the Standard specifications for materials and works of Railway as specified in part III of the Works Hand Book issued under the authority of the Chief Engineer or as amplified, added to or superseded by special specifications, if any.

CONTRACTOR Sr.DEE/TRS/NKJ

Page 14: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

14 (k) “Schedule of Rates at Part V of Railway” shall mean the schedule of rates issued under the authority of the Chief Engineer from time to time. (l) “Drawing” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the contract and shall include any modifications of such drawings and further drawings as may be issued by the Engineer from time to time (m) “Constructional Plant” shall mean all appliances or things of whatsoever nature required for the execution, completion or maintenance of the works or temporary works (as hereinafter defined) but does not include materials or other things intended to form or forming part of the permanent work. (n) “Temporary Works” shall mean all temporary works of every kind required to for the execution completion and/or maintenance of the works. (o) “Site” shall mean the land sand other places on, under, in or through which the works are to be carried out and any other lands or places provided by the Railway for the purpose of the contract. (p) “Period of Maintenance” shall mean the specified period of maintenance from the date of completion of the works as certified by the Engineer. 2.2. Singular and Plural Words importing the singular number shall also include the plural and vice versa where the context requires. 2.3. Headings & Marginal Headings The headings and marginal headings in these general conditions are solely for the purpose of facilitating reference and shall not be deemed to be part thereof or be taken into consideration in the interpretation or construction thereof or the contract.

GENERAL OBLIGATION 2.(1) Execution Co-relation and Intent of Contract Documents: The contract documents be signed in triplicate by the Railway and the Contractor. The contract documents are complementary, and what is called for by any one shall be as binding as if called for by all, the intention of the documents is to include all labour and materials, equipments and transportation necessary for the proper execution of work. Materials or work not covered by or properly inferable from any heading or class of the specifications shall not be supplied by the Railway to the contractors unless distinctly specified in the contract documents. Materials or works described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards. (2) If a work is transferred from the jurisdiction of one Railway to another Railway or to a Project authority or vice versa while contract is in subsistence, the contract shall be binding on the Contractor and the Successor Railway/Project in the same manner & take effect in all respects as if the Contractor and the Successor Railway/Project were parties thereto from the inception and the corresponding officer or the competent authority in the Successor Railway/Project will exercise the same powers and enjoy the same authority in the Successor Railway/Project will exercise the same powers and enjoy the same authority as conferred to the Predecessor Railway/Project under the original contract/agreement entered into. (3) If for administrative or other reasons the contract is transferred to the Successor Railway the contract shall not withstanding any things contained herein contrary thereto, be binding on the Contractor and the Successor Railway in the same manner and take effect in all respects as if the Contractor and the Successor Railway had been parties thereto from the date of this contract.

CONTRACTOR Sr.DEE/TRS/NKJ

Page 15: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

15 2.4. Law governing the contract: -(1)The contract shall be governed by the law for the time being in force in the Republic of India. (2) Compliance to regulations and bye-laws: The contractor shall conform to the provision of any statute relating to the works and regulations and bye-laws of any location authority and of any water and lighting companies or undertakings, with whose system the work is proposed to be connected and shall before making any variation from the drawings or the specifications that may be necessitated by so confirming give to the Engineer notice specifying the variation proposed to be made and the reason for making the variation and shall not carry out such variation until he has received instructions from the Engineer in respect thereof. The contractor shall be bound to give all notices required by statute, regulations or bye-laws as aforesaid and to pay all fees and taxes payable to any authority in respect thereof. 2.5. Communications to be in writing: -All notices, communications, references and complaints made by the Railway or the Engineer or the Engineer’s Representative or the Contractor interse concerning the works shall be in writing and in notice, communication, reference or complaint not in writing shall be recognized. 2.6 Service of Notices on Contractors: -The Contractor shall furnish to the Engineer the name, designation and address of his authorized agent and all complaints, notices, communications, and references shall be deemed to have been duly given to the Contractor if delivered to the Contractor or his authorized agent or left at or posted to the address so given and shall be deemed to have been so given in the case of posting on day on which they would have reached such address in the ordinary course of post or on the day on which they were so delivered or left. In the case of contract by partners, any change in the constitutions of the firm shall be forthwith notified by the Contractor to the Engineer. 2.7. Occupation and use of land: -No land belonging to or in the possession of the Railway shall be occupied by the Contractor without the permission of the Railway. The Contractor shall not use, or allow to be used, the site for any purposes other than that of executing the works. 2.8. Assignment or subletting of contract: -The Contractor shall not assign or sublet the contract or any part thereof or allow any person to become interested therein any manner whatsoever without the special permission in writing of the Railway. Any breach of this condition shall entitle the Railway to rescind the contract under clause 62 of these conditions and also render the contractor liable for payment to the Railway in respect of any loss or damage arising or ensuring from such cancellation. Provided always that execution of the details of the work by petty contractor under the direct and personal supervision of the Contractor or his agent shall not be deemed to be subletting under this clause. The permitted subletting of work by the Contractor shall not establish any contractual relationship between the subcontractor and the Railway and shall not relieve the Contractor of any responsibility under the Contract. 2.9. Assistance by the Railway for the Stores to be obtained by the Contractor: -Owing to difficulty in obtaining certain materials (including Tools & Plant) in the market, the railway may have agreed without any liability therefore to endeavour to obtain or assist the Contractor in obtaining the required quantities of such materials as may be specified in the Tender. In the event of delay or failure in obtaining the required quantities of the aforesaid material the contractor shall not be deemed absolved of his own responsibility and shall keep in touch with the day to day position regarding their availability and accordingly adjust progress of works including employment of labour and the Railway shall not in any way be liable for the supply of materials or for the non-supply thereof for any reasons whatsoever nor for any loss or damage arising in consequence of such delay or non-supply.

CONTRACTOR Sr.DEE/TRS/NKJ

Page 16: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

16 2.10. Railway Passes: - No free railway passes shall be issued by the railway to the contractor or any of his employee/worker. 2.11. Carriage of materials: - No forwarding orders shall be issued by the railway for the conveyance of contractor’s materials, tools and plant by rail which may be required for use in the works and the contractor shall pay full freight charges at public tariff rates therefore. 2.12. Use of ballast trains: - The railway may agree to allow the contractor, the use of the ballast or material trains under such conditions as shall be specially prescribed, provided that the contractor shall pay for the use thereof charges calculated at public tariff rates on the marked carrying capacity of each vehicle subject to specified minimum charge per day or part of day and arising out of the sue of misuse thereof and against any liabilities under the Workmen’s Compensation Act, 1923 or any statutory amendments thereto. 2.13. Representation on Works: -The contractor shall, when he is not personally present on the site of the works place and keep a responsible agent at the works during working hours who shall on receiving reasonable notice, present himself to the Engineer and orders given by the Engineer or the Engineer’s representative to the agent shall be deemed to have the same force as if they had been given to the contractor. Before absenting himself, the contractor shall furnish the name and address of his agent for the purpose of this clause and failure on the part of the contractor to comply with this provision at any time will entitle the railway to rescind the contract under clause 62 of these conditions. 2.14. Relics and Treasures: -All gold, silver, oil and other minerals of any description and all precious stones, coins, treasures relics antiquities and other similar things which shall be found in or upon the site shall be the property of the railway and the contractor shall duly preserve the same to the satisfaction of the railway and shall from time to time deliver the same to such person or persons as the railway may appoint to receive the same. 2.15. Excavated material: -The contractor shall not sell or otherwise dispose of or remove except for the purpose of this contract, the sand, stone, clay ballast, earth, rock or other substances or materials which may be obtained from any excavation made for the purpose of the works or any building or produced upon the site at the time of delivery of the possession thereof but all the substances, materials, buildings and produce shall be the property of the railway provided that the contractor may, with the permission of the engineer, use the same for the purpose of the works either free of cost or pay the cost of the same at such rates as may be determined by the engineer. 2.16. Indemnity by Contractors:- The contractor shall indemnify and save harmless the railway from and against all actions, suit proceedings losses, costs, damages, charges, clauses and demands of every nature and description brought or recovered against the railway by reason of any act or comission of the contractor, his agents or employees, in the execution of the works of in his guarding of the same. All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the actual loss or damage sustained and whether or not any damage shall have been sustained. 2.16(1) Earnest Money and Security Deposit:- The Earnest Money deposited by the contractor with his tender will be retained by the railways as part of security for the due and faithful fulfilment of the contract by the contractor. The balance to make up the security deposit, the rates for which are given below, may be deposited by the contractor in cash or may be recovered by percentage deduction from the contractor’s “on account” bills. Provided also that in case of defaulting contractor the railway may retain any amount due for payment to the contractor on the pending “on account bills” so that the amounts so retained may not exceed 10% of the total value of the contract.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 17: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

17 (2) Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under:- Security Deposit for each work should be 5% of the contract value. The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered. Security deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG,FD etc. shall be accepted towards Security Deposit. After the work is physically completed , security deposit recovered form 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 to be submitted by him. In case of contracts of value Rs. 50 crore and above, irrevocable bank guarantee can also be accepted as a mode of obtaining Security Deposit. ( Ref: R.Bd’s.letter No. 2007/CE.1/CT/18 dated 07.03.2008) (3) Security Deposit shall be returned to the contractor after the expiry of the maintenance period and passing of the final bill based on No claim certificate.( Ref-R.Bd’s.letter No. 2007/CE.1/CT/18 dated 28.09.2007.) with the approval of competent authority.The Competent Authority shall normally be the authority who is competent to sign the contract, If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should Mention that the work has been completed in all resects and that all 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 (4) No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the Contractor under the Contract, but Government Securities deposited in terms of Sub-Clause (1) of this clause will be payable with interest accrued thereon. INTRODUCTION OF PERFORMANCE BANK GUARANTEE (P.G). (Ref: Rly. Bd’s letter No. 2003/CE.I/CT/4.PT.I Dtd 12.05.06, 2003/CE.I/CT/4.PT.I Dtd 23.05.07 & 2007/CE/I/CT/18, dtd.28.9.2007): The Procedure for obtaining Performance Guarantee is outlined below:- (a) The successful bidder should give a Performance Guarantee in the form of an irrevocable bank guarantee amounting to 5% of the contract value in the following forms after the letter of acceptance has been issued but before signing the agreement. :

i. A deposit in cash. ii. Irrevocable bank guarantee. iii. Govt. securities including state loan bonds at 5% below the market value. iv. Deposit receipts, Pay orders, demand drafts and Guarantee Bonds. These forms of

PG could be either of State Bank Of India or of any of Nationalized Banks. v. Guarantee bonds executed or deposits receipts tendered by all scheduled banks. vi. Deposit in the Post Office Saving Bank. vii. Deposit in the National Savings Certificates. viii. 12 Years National Defence Certificates ix. 10 Years defence certificate x. National Defense Bonds and xi. National savings certificates xii. Unit Trust certificate at 5 percent below market value or at the face value ,

whichever is less. xiii. FDR in favour of Sr. DFM/Jabalpur

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 18: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

18 The agreement should normally be signed within 15 days after the issue of LOA and the Performance guarantee shall also be submitted within this time limit. This guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days. Performance Guarantee shall be released after 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 procedure for releasing should be same as for Security Deposit.Wherever the contracts are rescinded, the security deposit should be forfeited and the Performance Guarantee shall be encased and the balance work should be got done separately. The balance work shall be got done independently without risk and cost of the original contractor. The original contractor shall be debarred form participating in the tender for executing the balance work.If the failed contractor is a JV or a partnership firm, would be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.The Railway shall not make a claim under the Performance guarantee except for amount to which the President of India is entitled 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 Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of 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 clause/conditions of the agreement, within 30 days of notice to this effect by the Engineer. (iii)The contract being determined or rescinded under provision 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. All legal documents like Indemnity Bond, Guarantee Bonds, Power of Attorney etc. should be executed on non-judicial stamp paper for the value of Rs. 250/- or 0.1% of the contract value whichever is higher. Every document will be got legal vetted from Law Officer/HQ office/Jabalpur on an additional legal vetting charge of Rs. 250/- for each document. These charges are to be deposited by the contractor along with the legal document in form of money receipt or demand draft payable as for tender cost. 2.17. Force Majeure Clause: -If at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss of damage by fire, explosions, epidemics, strikes, lockouts or acts of God (hereinafter, referred to events) provided, notice of the happening of any such event is given by either party to the other within 15 days from the date of occurrence thereof, neither party shall be reason of such event, be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non-performance of delay in performance, and works under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and the decision of the Engineer as to whether the works have been so resumed or not shall be final and conclusive,

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 19: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

19 PROVIDED FURTHER that if the performance in whole or in part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 15 days, either party may at its option terminate the contract by giving notice to the other party. 2.17-A Subject to any requirement in the contract as to completion of any portions or portions of the works before completion of the whole, the contractor shall fully and finally complete the whole of the works comprised in the contract (with such modifications as may be directed under conditions of this contract) by the date entered in the contract or extended date in terms of the following clauses: (i) If any modifications have been ordered which in the opinion of the Engineer have materially increased the magnitude of the work, then such extension of the contracted date of completion may be granted as shall appear to the Engineer to be reasonable in the circumstances, provided moreover that the Contractor shall be responsible for requesting such extension of the date as may be considered necessary as soon as the cause thereof shall arise and in any case not less that one month before the expiry of the date fixed for completion of the works. (ii) If in the opinion of the Engineer the progress of work has any time been delayed by any act or neglect of Railway’s employees or by other contractor employed by the Railway under sub-clause(4) of clause 20 of these conditions or in executing the work not forming part of the contract but on which contractor’s performance necessarily depends or by reason of proceeding taken or threatened by or dispute with adjoining or to neighboring owners or public authority arising otherwise through the Contractor’s own default etc. Or by the delay authorized by the Engineering pending arbitration or in consequences of the contractor not having received in due necessary instructions from the Railway for which he shall have specially applied in writing to the Engineer or his authorized representative then upon happening of any such event causing delay the contractor all immediately give notice thereof in writing to the Engineer within 15 down or make good the delay and shall do all that may be reasonably required of him to the satisfaction of the Engineer to proceed with the works. The contractor may also indicate the period for which the work is likely to be delayed and shall be bound to ask for necessary extension of time. The Engineer on receipt of such request from the contractor shall consider the same and shall grant such extension of time as in his opinion is reasonable having regard to the nature and period of delay and the type and quantum of work affected thereby. No other compensation shall be payable for works so carried forward to the extended period of time, the same rates, terms and conditions of contract being applicable as if such extended period of time was originally provided in the original contract itself. (iii) In the event of any failure or delay by the Railway to hand over the Contractor possession of the lands necessary for the execution of the works or to give the necessary notice to commence the works or to provide the necessary drawings or instructions or any other delay caused by the Railway due to any other cause whatsoever then such failure or delay shall in no way affect or vitiate the contract or after the character thereof or entitle the contractor to damages or compensation therefor but in any such case, the railway may grant such extension of extensions of the completion date as may be considered reasonable. EXTENSION OF TIME FOR DELAY TO CONTRACTOR 2.17-B The time for the execution of the work or part of the works specified in the contract documents shall be deemed to be the essence of the contract and the works must be completed not later than the date(s) as specified in the contract. If the contractor fails to complete the works within the time as specified in the contract for the reasons other than the reasons specified in clause 17 and 17A, the railway may, if satisfied that the works can be completed by the contractor within reasonable short time thereafter, allow the contractor for further extension of time (proforma Annex I) as the Engineer may decide. On such extension the Railway will be entitled without prejudice to any other right and remedy available on that behalf, to recover from the contractor as agreed damages and not by way of penalty a sum equivalent to ½ of 1% of the contract value of the works for each week of part of the week.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 20: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

20 For the purpose of this clause, the contract value of the works shall be taken as value of work as per contract agreement including any supplementary work order/contract agreement issued. Provided also, that the total amount of liquidated damages under this condition, shall not exceed the undernoted percentage value or of the total value of the item or groups of items of work for which a separate distinct completion period is specified in the contract. (i) For contract value up-to Rs.2 lakhs10% of the total value of the contract (ii) For contracts valued above Rs. 2 lakhs 10% of the first Rs. 2 lakhs and the 5% of the balance. Provided further, that if the Railway is not satisfied that the works can be completed by the Contractor and in the event of failure on the part of the contractor to complete the work within further extension of time allowed as aforesaid, the Railway shall be entitled without prejudice to any other right to remedy available in that behalf, to appropriate the contractor’s security deposit and rescind the contract under clause 62 of these conditions, whether or not actual damage is caused by such default. 2.18.(1) Illegal Gratification: -Any bribe, commission, gift or advantage given promised or offered by or behalf to the Contractor or his partner, agent or servant or anyone on his behalf to any officer or employee of the Railway, or to any person on his behalf in relation to obtaining or execution of this or any other contract with the Railway, shall in addition to any criminal liability which he may incur, subject the contractor to the rescission of the contract and all other contracts with the Railway and to the payment of any loss of damage resulting from such decision and the Railway shall be entitled to deduct the amounts so payable from any moneys due to the Contractor (s) under this contract or any other contracts with the Railway. (2) The Contractor shall not lend or borrow from or have or enter into any monetary dealings or transactions either directly or indirectly with any employee of the Railway and if he shall do so, the Railway shall be entitled forthwith to rescind the contract and all other contracts with the Railway. Any question or dispute as to the commission or any such offence or compensation payable to the Railway under this clause shall be settled by the General Manager of the Railway, in such a manner as he shall consider fit and sufficient and his decision shall be final and conclusive. In the event of rescission of the contract under this clause, the Contractor will not be paid any compensation whatsoever except payments for the work done upto the date of rescission. EXECUTION OF WORKS 2.19.(1) Contractors understanding: - It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the progress of the works, the general and local conditions, the labour conditions prevailing therein and all other matters which can in any way affect the works under the contract. (2) Commencement of works: -The Contractor shall commence the works within 15 days after the receipt by him of an order in writing to this effect from the Engineer and shall proceed with the same with due expedition and without delay. (3) Accepted programme of work: - The Contractor who has been awarded the work shall as soon as possible but not later than 30 days after the date of receipt of the acceptance letter in respect of contracts with initial completion period of two years or less or not later than 90 days for other contracts have to submit the detailed programme of work indicating the time schedule of various items of works in the form of Bar Chart/PERT/CPM. He shall also submit the details of organization (in terms of labour and supervisors) plant and machinery that he intends to utilize (from time to time) for execution of the work within stipulated date of completion.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 21: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

21 The programme of work amended as necessary by discussions with the Engineer, shall be treated as the agreed programme of the work for the purpose of this contract and the contractor shall endeavor to fulfill this programme of work. The progress of work will be watched accordingly the liquidated damages will be with reference to the overall completion date. Nothing stated herein shall preclude the contractor in achieving earlier completion of item or whole of the works than indicated in the programme. (4) Setting out of works:- The contractor shall be responsible for the correct setting out of all works in relation to original points, lines and levels of reference at his cost. The contractor shall execute the work true to alignment, grade, levels and dimensions as shown in the drawing and as directed by the Engineer’s representative and shall check these at frequent intervals. The contractor shall provide all facilities like labour and instruments and shall co-operate with the Engineer’s representative to check all alignment, grades, levels and dimensions. If, at any time, during the progress of the works any error shall appear or arise in any part of the work, the contractor, on being required so to do by the Engineer’s representative shall, at his own cost rectify such errors, to the satisfaction of the Engineer’s representative. Such checking shall not absolve the contractor of his own responsibility of maintaining accuracy in the work. The contractor shall carefully protect and preserve all bench marks, sight rails, pegs and other things used in setting out the work. 2.20. (1) Compliance to Engineer’s Instructions: -The Engineer shall direct the order in which the several parts of the works shall be executed and the Contractor shall execute without delay all orders given by the Engineer from time to time but the contractor shall not be relieved thereby from responsibility for the due performance of the works in all respects. (2) Alterations to be authorized: -No alterations in or additions to or omissions or abandonment of any part of the works shall be deemed authorized, except under instructions from the Engineer, and the contractor shall be responsible to obtain such instructions in each and every case in writing from the Engineer. (3) Extra Works:- Should works over and above those included in the contract require to be executed at the site, the contractor shall have no right to be entrusted with the execution of such works which may be carried out by another contractor or contractors or by other means at the option of the Railway. (4) Separate contracts in connection with works: -The Railway shall have the right to let other contracts in connection with the works. The contractor shall afford other contractors reasonable opportunity for the storage of their materials and the execution of their works and shall properly connect and coordinate his work with theirs. If any part of the contractors work depends for proper execution or result upon the work of another contractor(s), the contractor shall inspect the promptly report to the Engineer any defects in such works that render it unsuitable for such proper execution and results. The contractor’s failure so-to inspect and report shall constitute an acceptance of the other contractor’s work as fit and proper for the reception of his work, except as to defects which may develop in the other contractor’s work after the execution of his work. 2.21. Instruction of Engineer’s Representative: - Any instructions or approval given by the Engineer’s representative to contractor in connection with the works shall bind the contractor as (a) Failure of the Engineer’s representative to disapprove any work or materials shall not prejudice the power of the Engineer thereafter to Disapprove such work or material and to order the removal of breaking up thereof. (b) If the contractor shall be dissatisfied by reason of any decision of the Engineer’s representative, he shall be entitled to refer the matter to the Engineer who shall there upon confirm or very such decision.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 22: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

22 2.22. (1) Adherence to specifications and drawings: -The whole of the works shall be executed in perfect conformity with the specifications and drawings of the contract. If Contractor performs any works in a manger contrary to the specifications or drawings or ensuring there form and shall be responsible for all loss to the Railway. (2) Drawings and specifications of the works: -The contractor shall keep one copy of Drawings and Specifications at the site, in good order, and such contract documents as may be necessary, available to the Engineer or the Engineer’s Representative. (3) Ownership of drawings and specifications: All Drawings & specifications and copies thereof furnished by the Railway to the contractor are deemed to be the property of the Railway. They shall not be used on other works and with the exception of the signed contract set, shall be returned by the contractor to the Railway on completion of the work or termination of the contract. (4) Compliance with Contractor’s request for details: -The Engineer shall furnish with reasonable promptness after receipt by him of the contractor’s request for the same, additional instructions by means of drawings or otherwise, necessary for the proper execution of the works or any part thereof. All such drawings and instructions shall be consistent with the contract documents and reasonably inferable there form. (5) Meaning and intent of specifications and drawings: -If any ambiguity arises as to the meaning and intent of any portion of the Specifications and Drawings or as to execution or quality of any work or material, or as to the measurements of the works the decision of the Engineer thereon shall be final subject to the appeal (within 7 days of such decision being intimated to the contractor) to the Chief Engineer who shall have the power to correct any errors, omissions, or discrepancies in aforementioned items and whose decision in the matter in dispute or doubt shall be final and conclusive. 2.23. Working during night: -The Contractor shall have to carry out round the clock i.e. 24 hours. 2.24. Damage to Railway property or private life and property: -The contractor shall be responsible for all risk to the work and for trespass and shall make good at his on expense all loss or damage whether to the works themselves or to any other property of the Railway or the lives, persons or property of others from whatsoever cause in connection with the works until they are taken over by the Railway and this although all reasonable and proper precautions may have been taken by the contractor, and in case the Railway shall be called upon to make good any costs, loss or damages, or to pay any compensation, including that payable under the provisions of the Workmen’s Compensation Act or any statutory amendments thereof to any person or persons sustaining damages as aforesaid by reasons of any act, or any negligence or omissions on the part of the contractor the amount of any costs or charges including costs and charges in connection with legal proceedings, which the Railway may incur in reference thereto, shall be charged to the Contractor. The Railway shall have the power and right to pay or to defend or compromise any claim of threatened legal proceedings or in anticipation of legal proceedings being instituted Consequent on the action or default of the contractor, to take such steps as may be considered necessary or desirable toward off or mitigate the effect of such proceedings, charging to contractor, as aforesaid, any sum or sums of money which may be paid any expenses whether for reinstatement or otherwise which may be incurred and the propriety of any such payment, defence or compromise, and the incurring of any such expenses shall not be called in question by the contractor.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 23: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

23 VARIATIONS IN EXTENT OF CONTRACT 2.25. Modification to contract to be in writing: -In the event of any of the provisions of the contract requiring to be modified after the contract documents have been signed, the modifications shall be made in writing and signed by the Railway and the Contractor and no work shall proceed under such modifications until this has been done. Any verbal or written arrangement abandoning, modifying, extending, reducing or supplementing the contract or any of the terms thereof shall be deemed conditional and shall not be binding on the Railway and the Contractor, and till then the Railway shall have the right to repudiate such arrangements. 2.26.(1) Powers of modification to contract: -The Engineer on behalf of the Railway shall be entitled by order in writing to enlarge or extend, diminish or reduce the works or make any alternations in their design, character position, site, quantities, dimensions or in the method of their execution or in the combination and use of materials for the contractor will not be entitled to any compensation for any increase/reduction in the quantities of work but will be paid only for the actual amount of work done and for approved materials supplied against a specific order. (2) ) (i) Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as-per the agreement rate. For this, no finance concurrence would be required. (ii) In case of increase in quantity of an individual item by more than 25% of the agreement quantity is considered as un-avoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender is considered not practicable, negotiations may be held with the existing contractor for arriving at reasonable rates for additional quantities in excess of 125% of agreement quantity. (iii) The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. (iv) No such quantity variation limit shall apply for foundation items. (v) As far SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR item. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate). (vi) For tenders accepted at the Zonal Railways level, the variation in the quantities will be approved by the authority in whose powers the revised value of the agreement lies. (vii) For tenders accepted by General Manager. Variation up-to 125% of the original agreement value (even if the revised agreement value is beyond GM’s competence to accept tenders) may be accepted by General Manager. (viii) For tenders accepted by Board Members and Railway Ministers, variations up-to 110% of the original agreement value may be accepted by General Manager. (ix) The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. (3) Valuation of variations: -The enlargements, extensions, diminution, reduction, alterations or additions referred to in sub-clause(2) of this clause shall in no degree affect the validity of the contract but shall be performed by the Contractor as provided therein and be subject to the same conditions, stipulations and obligations as if they had been originally and expressively included and provided for in the specifications and drawings and the amounts to be paid therefore shall be calculated in accordance with the accepted schedule of rates. Any extra items/quantities of work falling outside the purview of the provisions of sub-clause(2) above shall be paid for at the rats determined under clause 39 of these conditions.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 24: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

24 4). Provisions of Payments of Wages Act:- The Contractor shall comply with the provisions of the Payment of Wages Act, 1936 and the rules made there under in respect of all employees directly or through petty contractors or sub-contractor employed by him in the works. If in compliance with the terms of the contract, the Contractor directly or through petty contractors or sub-contractors shall supply and labour to be used wholly or partly under the direct orders and control of the Engineer whether in connection with the works to be executed hereunder or otherwise for the purpose of the Engineer such labour shall never the less be deemed to comprise persons employed by the contractor and any moneys which may be ordered to be paid by the Engineer shall be deemed to be moneys payable by the Engineer on ordered to be paid by the Engineer shall be deemed to be moneys payable by the Engineer on behalf of the Contractor and the Engineer may on failure of the Contractor to repay such money to the railways deduct the same from any money due to the Contractor in terms of the contract. The Railway shall be entitled to deduct from any moneys due to the contractor whether under this contract or any other contract) all moneys paid or payable by the Railway by way of compensation of aforesaid or for costs of expenses in connection with any claim thereto and the decision of the Engineer upon any question arising out f the effect or force of the clause shall be final and binding upon the Contractor. (4.1)- Provisions of Contract labour (Regulation and Abolition) Act, 1970 (1) The Contractor shall comply with the provision of the contract labour (Regulation and Abolition) Act, 1970 and the Contract Labour (Regulation and Abolition) Central Rules 1971 as modified from time to time, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules. (2) The Contractor shall obtain a valid license under the aforesaid Act as modified from time to time before the commencement of the work and continue to have a valid license until the completion of the work. Any failure to fulfill the requirement shall attract the penal provision of the Contract arising out of the resultant non-execution of the work. (3) The Contractor shall pay to the labour employed by him directly or through sub-contractors the wages as per provision of the aforesaid Act and the Rules wherever applicable. The Contractor shall not with standing the provisions of the contract to the contrary, cause to be paid the wages to labour indirectly engaged on the works including any engaged by sub-contractors in connection with the said work, as if the labour had been immediately employed by him. (4) In respect of all labour directly or indirectly employed in the work for performance of the contractor’s part of the contract, the Contractor shall comply with or cause to be complied with the provisions of the aforesaid Act and Rules wherever applicable.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 25: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

25 (5) In every case in which, by virtue of the provisions of the aforesaid Act or the Rules, the Railway is obliged to pay any amount of wages to a workman employed by the Contractor or his sub-contractor in execution of the work or to incur any expenditure on account of the Contingent, liability of the Railway due to the contractor’s failure to fulfill his statutory obligations under the aforesaid Act or the rules the Railway will recover from the Contractor, the amount of wages so paid or the amount of expenditure so incurred and without prejudice to the rights of the Railway under the section 20, sub-section (2) and section 2, sub-section (4) of the aforesaid Act, the Railway shall be at liberty to recover such amount or part thereof by deducting it from the security deposit and/or from any sum due by the Railway to the contractor whether under the contract or otherwise. The Railway shall not be bound to contest any claim made against the contract or otherwise. The Railway shall not be bound to contest any claim made against it under sub-section (1) of section 20 and sub-section(4) of section 21 of the aforesaid Act except on the written request of the Contractor and upon his giving to the Railway full security for all costs for which the Railway might become liable in contesting such claim. The decision of the Railway regarding the amount actually recoverable from the contactor as stated above, shall be final and binding on the Contractor. The Railway’s general conditions of contract will be applicable on tenderer. Therefore the tenderer should refer general condition of contract of Railway’s (July 2014 or latest) in addition to tender document bid given on websites.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 26: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

26

PART-III TENDER No. NKJ/TRS/T/12AA/13

NOTE:-

1. Part-I and II (Work hand book General condition of contract of Railway) The Railway’s general conditions of contract of July 2014 or latest (work hand book Part-I & II) will be applicable on tenderer. Therefore the tenderer should refer general condition of contract of Railway’s in addition to tender document bid given on website.

2. The following special conditions shall supplement and be read together with the General Conditions of Contract July 2014 (GCC) of Railway and the extent orders along with the amendments, if any, issued by the Govt. of India, Ministry of Railways (Railway Board) from time to time. The GCC is priced publication and it may be purchased by the tenderers on payment of the prescribed price.

SPECIAL CONDITIONS OF CONTRACT The following special conditions shall supplement and be read together with the General conditions of Contract (GCC) of West Central Railway/Central Railway and the extant orders along with the amendments, if any, issued by the Govt. of India, Ministry of Railways (Railway Board) from time to time. The GCC is priced publication and it may be purchased by the tenderers on payment of the prescribed price.

3.1. CARE WHILE SUBMISSION OF TENDERS:-Each page of the tender form including the covers shall be duly initialed under hand and seal of the tendered in token of having gone through and agreed upon the terms and conditions stipulated therein, failing which the tender shall be treated as invalid and liable for summarily rejection. All the pages shall be returned intact, else the tender may be treated as incomplete.

3.1.2 The tenders are to be addressed to Sr. DEE/TRS/NKJ, West Central Railway, New Katni Jn. (M.P.) .Pin 483501. While signing the tender papers, the tenderer should specify, whether he is a sole proprietor or he is a partner or he is signing on behalf of the firm as an attorney ( in this case power of attorney in prescribed form should be submitted). In case of partnership, a copy of partnership deed should also be furnished. The original should be kept ready as an when required for verification.

3.2. SCOPE OF WORK:- The scope of work & tender specification is covered under Part

IV of this Tender document. 3.3. CONSIGNEE:- Sr. DEE(TRS)/ELS/New Katni Jn., will be the consignee for the work. The

Sr.Divisional Finance Manager, West Central Railway, Jabalpur , shall be bill paying authority.

3.4. FAILURE TO ATTEND THE WORK IN TIME: -The contractor should take all care to avoid delay in overhauling of bogies. In case of delay Penalty shall be imposed as per GCC.

3.5. DURATION OF CONTRACT: - This contract is for two year. Hence entire completion period will be 24 months for complete work.

3.6. RAW MATERIAL AND LABOUR: - Railway shall not provide any material/labour required for overhauling of the WAG-5 and WAG-7 bogies.

3.7. WARRANTY: - The overhauled bogies will cover the warranty of 18 months from date of delivery and/or 12 months from date of commissioning on locomotive, whichever is earlier, against any failure out of faulty workmanship on the part of contractor or out of defective material used by the firm.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 27: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

27

3.8. OFFER VALIDITY: The tenderers shall keep their offers open for Railway’s acceptance

for a period of not less than 04 (Four) months, i.e 120 days. (One hundred twenty days) days from the date of tender opening.

3.9 DELIVERY SCHEDULE /COMPLETION PERIOD:- The contract period for entire work is 24 (Twenty four) Months from the date of issue of the 'LETTER OF ACCEPTANCE' from this office. In each lot 2-8 number of bogie frame may be given to firm at a time. However, the qty may be increased/ decreased with the approval of competent authority. The delivery period of each lot will be 60 days including tro and fro transportation inspection etc. 3.10 INDEMNITY BOND: The defective bogies will be issued to the firm against submission of an Indemnity Bond of Rs.128 Lakhs @ Rs.16 Lakh per bogie, as security of Rly. material which will be under your charge during the currency of contract. This Indemnity Bond will be released only after successful completion of Warranty Period. The indemnity bond shall be furnished on Rs.64000/- non judicial stamp paper or the prevailing rate of M.P.Government at the time of submission of Indemnity bond, duly Notarized in favour of Sr. Divisional Electrical Engineer (TRS) Electric Loco Shed, W.C. Railway,. New Ktni Jn. 3.11 SUBMISSION OF TENDERS : The tenders shall be submitted in sealed covers and dropped in the tender box kept for this purpose in the office of the Sr. Divisional Electrical Engineer, Electric Loco Shed, New Katni Jn. West Central Railway or sent by registered post A.D so as to reach. this office not later than 15.00 hours (IST) of 26.04.2016. After closing of the tenders at 15.00 hours, the tenders shall be opened at 15.30 hours (IST) on the same date. In case the date of tender closing and opening happens to be a holiday, the tenders shall be closed and opened on the next working day in the same manner. The tenderers desirous of attending the tender opening may do so at their own expense. NOTE:-

Each page of the tender shall be signed under the hand and the seal of the tenderer or his authorized representative holding the power of attorney failing which the tender shall be treated as invalid and liable for summarily rejection.

3.12 EARNEST MONEY DEPOSIT: - The tenders shall be accompanied with by an EMD of Rs. 223880/- ( Rs.Two Lakh Twenty Three thousand Eight Hundered Eighty only) in form of “The Earnest Money should be in the form of demand drafts executed by State bank of India or any of the Nationalized Banks or by a scheduled Bank” in favour of Sr. Divisional Finance Manager, W.C.Rly., Jabalpur valid for 06 months or cash paid in any Divisional Cash office of West Central Railway and money receipt attached with the offer. The instrument of EMD should be in original and single. EMD in form of Bank Guarantee shall not be acceptable. Tenders not accompanied with by EMD in valid form shall be summarily rejected. 3.13 PRICES AND PAYMENT : - 3.13.1 CURRENCY: - All the rates shall be quoted in Indian Rupees. 3.13.2 RATES: -All the rates shall be firm and consolidated and inclusive of all the taxes duties and levies such as Central/State Sales tax, Central/State excise duty, Sales tax on works contract, commercial tax, Octroi (If any) and benefits on account of MODVAT. The prices shall cover the entire cost of transport if any . All the rates quoted shall be “Inclusive of all taxes and duties”. 3.14 PRICE VARIATION CLAUSE: - The price variation is NOT ACCEPTABLE. The rates quoted shall be Firm & final.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 28: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

28 3.15 PAYMENT TERMS: All the claims for payment, i.e. contractor’s invoices, shall be accompanied with by the following documents.

1. 100% payment for successful completed qty as per Schedule of accepted Rates will be made. subject to satisfactory inspection report & statutory deductions.

2. The works contract tax / Income tax / Commercial tax of MP Govt. / Trade tax wherever applicable will be deducted from contractor bills/payments Tenderers may consider this aspect while quoting this tender for said work.

3. Necessary SD, 2 % Income tax & Education Cess charges as applicable, will be deducted from the contractor's bills.

Note:-It is also mandatory to provide the following information by the contractor along with bill:- a. Certificate from Railways Engineer in regard to replacement of spare parts. b. Payment for overhauled bogies shall be made against bill along with the proof of service

carried out during the period for which the payment is claimed duly certified by the concerned section in charge of Electric Loco Shed, NKJ and after necessary entry in measurement book.

c. Tenderer should also furnish the details of their bank e.g. Name and address of the bank, IFSC code & their PAN No. for expeditious payment

3.16 SECURITY DEPOSIT AGAINST CONTRACT VALUE: 3.16.1 Security Deposit against Accepted Tender Value: (A) The Security Deposit/rate of recovery/mode of recovery shall be as under:- (1)The Earnest Money deposited by the Contractor with his tender will be retained by the Railways as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the rates for which are given below, may be deposited by the Contractor in cash or may be recovered by percentage deduction from the Contractor's "on account" bills. Provided also that in case of defaulting contractor the Railway may retain any amount due for payment to the Contractor on the pending "on account bills" so that the amounts so retained may not exceed 10% of the total value of the contract. (2) Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under:

(a) Security Deposit for each work should be 5% of the contract value, (b) The rate of recovery should be at the rate of 10% of the bill amount till the full security

deposit is recovered, (c) Security Deposits will be recovered only from the running bills of the contract and no

other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

Security Deposit 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 the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor 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) No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the Contractor under the Contract. (B) Performance Guarantee (P.G) The procedure for obtaining Performance Guarantee is out lined below: (a) The successful bidder shall submit a performance guarntee (PG) in the form of an irrevocable

bank guarantee amounting to 5% of the contract value.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 29: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

29 (b) The Performance Guarantee shall be furnished by the successful contractor after

the letter of acceptance has been issued, but before signing of the agreement. The agreement should normally be signed within 15 (fifteen) days after the issue of LOA and Performance Guarantee should also be submitted within this time limit. This guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case the time for work completion gets extended, the contractor shall get the validity of performance guarantee extended to cover such extended time for completion of work plus days.

(c) Performance Guarantee shall be released after the physical completion of work based on completion certificate issued by the competent authority stating that contractor has completed the work in all respects satisfactorily. The security deposit, however shall be released only after the expiry of the maintenance period and after passing the final bill based on ‚No objection certificate’.

(d) Wherever the contracts are rescinded, the security deposit should be forfeited and the Performance Guarantee shall be encashed and the balance work should be got done independently and without risk and cost of the failed contractor, the failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm would be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

(e) 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 ( withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

i) Failure by the contractor to extend the validity of the performance guarantee as described herein above, in which event the engineer may claim the full amount of the performance guarantee. ii) Failure by the contractor to pay President of India any amount due , either as agreed by the contractor or determined under any of the clauses/conditions of the agreement, within 30 days of the service of notice to this effect by engineer. iii) the contract being determined or rescinded under provision of the GCC the performance guarantee shall be forfeited in full and shall be absolutely at the disposal of the president of India.

3.16.2 After signing of the agreement and submission of Performance guarantee, the work has commenced and the contractor abandons the work with out completing it, then performance guarantee shall be en-cashed and security deposit recovered so far shall be forfeited .Balance Security deposit recovered from his unpaid dues of the existing contract .If there is still some balance left, it should be recovered from his other ongoing contracts with this Railway/other Railway /other Govt. department. 3.16.3 The agreement is signed and the Performance guarantee submitted, there after, the contractor does not commence the work. In such case ,the performance guarantee shall be en-cashed and the amount equal to security deposit shall be recovered from the on going contracts of the contractor. Further, if the contractor is not the working contractor of the railway, then action would be taken for recovery of these dues from other railway/ Govt. department. 3.16.4 After issue of letter of acceptance the contractor does not come forward to sign the agreement and does not submit the P.G. within the stipulated time. In such a case, the amount equivalent to PG shall be recovered from the on going contracts. If the contractor is not working contractor of this Railway or required amount is not available with WCR, then action will be taken for recover of these dues from his on going contracts with other Railway /Govt. department.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 30: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

30 3.16.5 The tenderer withdraws his offer before expiry of the validity period of his offer or issue of acceptance letter ,whichever is earlier ,then in such a case, his EMD shall be forfeited. In case L-1 with draw s his offer ,then ,tender should be discharged as per extant instructions. NOTE – In all the above cases, the failed contractor /tenderer who has withdrawn the offer shall be debarred from [participating in the tender for executing the work/ balance work. If the failed contractor /tenderer who has withdrawn the offer ,JV ior a Partnership firm then every member partner of such firm shall be debarred from participating in the tender for the balance work either in his individual capacity or as a partner of a JV /Partner firm. REFUND OF SECURITY DEPOSIT:- The SD shall be released upon completion of contract in all respects including rectification of all the defects and deficiencies and replacement of the defective material at the contractor’s expense and successful completion of the warranty period to be certified by the Railway’s Engineer. The contractor shall submit an unqualified No claims certificate before seeking release of the Security Deposit. 3.17 LIQUIDATED DAMAGE:-If the contractor fails to complete the works with in the time as specified in the contract for the reasons other then the reasons specified in force major clause, the contractor shall accept a reduction in the total amount payable to him by the Railway against LD @ of 0.5% of the contract value of the work for each week or part of the week subject to the maximum limit as mentioned as below will be recovered from the contractors and same will be deducted form contractors bill,

(a) For contract value up to Rs. 2 Lakhs - 10% of the total contract value. (b) For contract value above Rs.2 Lakhs – 10 % of first 2 Lakhs and 5% of the balance. Whenever there is doubt or discrepancy anywhere in this booklet then ,the decision of the Sr.DEE/TRS/NKJ shall be final at all stages of contract. Thus please clarify doubt if any, before quoting rate/ submission offer from Office of the Sr. DEE/TRS/NKJ on working Hours.

3.18 DEVIATION:- In their offer, the tenderer shall clearly indicate all deviations from the specifications or conditions stipulated in the entire booklet. In the absence of any such indication the offer shall be taken as confirming to the provisions stipulated in this specifications and booklet. 3.19 QUANTITY OPTION: - Shall be as per General conditions of contract July 2014 or latest as amended time to time. 3.20 Credentials: Only firm’s/ contractor those have experience in work of “Manufacture and supply of Bogies for Electric Locos/ Diesel locos / EMUs or Repair /rehabilitation /overhauling of bogies for Electric locos/Diesel locos/EMUs' can participate in this tender & also fulfill following Conditions of MEC. 3.20.1 . Minimum Eligibility Criteria for Tenderer : (i) Tenderer/contractor should have completed in last 3 financial years (i.e. Current year and 3 previous financial years) at least one similar single work for a minimum value of 35% of advertised tender value. (ii) Total contract amount received during the last three years & in the current financial year in support of this shall be a minimum of 150% of advertised tender value of work. Note: In support of MEC the contractor / Firm should submit either (a) Certificate from the government employer or Audited balance sheet of the company duly Certified by a chartered accountant, or A copy of the return filed with I.T Department duly certified by a CA in support of his claim. (b) Following documents should be submitted along with the tender. (i) List of Works completed in the last 0 3 financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given. (ii) List of works on hand indicating description of work contract value, approximate Value of balance work yet to be done and date of award.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 31: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

31 (iii) Certificate from private individuals for whom such works are executed/ being executed should not be accepted. 3.20.2 Credentials for having successfully carried out similar nature of work, of subject tender , in public sector or state /Central Govt. organization must be submitted along with offer by the tenderer. Non-fulfillment of this requirement may result in the offer getting rejected. 3.20.3 Preference will be given to those tenderer who have got at least three or more licensed/ registered and operational road truck (either own or attached) and have submitted credential in this regard at the time of submission of the tender. 3.20.4 Tenderer should submit the documentary papers regarding their performance with other Govt. departments with the tender form. 3.20.5 Similar works as defined by CEE/WCR for this work is “Manufacture and supply of Bogies for Electric locos / Diesel locos/EMUs or repair/rehabilitation/overhauling of bogies for Electric locos/Diesel locos/EMUs”. 3.22. DETAILS OF TENDERER: The tenderer may furnish the desired details on the Enclosed Annexure-A or attach separate sheets for relevant details. 3.23 Facility will be provided by Railway:- Railway will assist only during loading and unloading of bogie frames. At ELS/NKJ premises. No assistance in the form of man , material will be provided by railway.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 32: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

32

Annexure-A DETAILS OF TENDERER (To be filled up by the contractor)

01. Name of the firm : 02. Address both of works and office:

With phone numbers 03. Sales office : 04. Brief description of the factory :

i) Area : ii) Covered accommodation : iii) Departments : iv) Laboratory :

05. Firm's registration with particulars: 06. Annual turn out : 07. Details of tools & plants : 08. i) Partners/directors :

ii) Nos. of supervisors : iii) No. of staff :

09. Quality control method : 10. Test facilities : 11. Manufacturing facilities : 12. Name/Address of Bank :

& Account No. with IFSC code of bank :

13. Total contract amount received during :

last 3 years and current financial year. 14. Similar Single Work in last 3 years : 15. PAN No. : 16. Any other information :

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 33: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

33 3.24 LEGAL CHARGES: A fee of Rs. 250/- per legal document, like Indemnity Bond, partnership deed or power of attorney executed before or after the execution of the contract, will be recovered from the contractor for obtaining legal Advice from Law Officer. 3.25 ARBITRATION:- In the event of any question, dispute or differences arising under these conditions or any special conditions of contract, or in connection with this contract (except as to any matters the decision of which is specially provided for by these or the special conditions) the same shall be referred to the sole arbitration of person appointed to the arbitrator by the General Manager, if however, the arbitrator is a Railway servant he will not be one of those who had opportunity to deal with the matters to which the contract relates or who in the course of their duties as railway servant have expressed views on all matters under disputes or difference. The award of the arbitrator shall be final and binding on the parties to this contract. In the event of the arbitrator dieing neglecting or refusing to act, or signing or being unable to act for any reason, or his award being set aside by the court for any reason, it shall be lawful for the authority appointing arbitrator to appoint another arbitrator in place of the outgoing arbitrator in the manner aforesaid. It is further a term of this contract that no person other than the person appointed by the authority as aforesaid should act as arbitrator and that if for any reason that is not possible, the matter is not to be referred to arbitrator at all. The arbitrator may from time to time with the consent of all the parties to the contract enlarge the time for making the award. Upon every and any such reference the assessment of the cost incidental to the reference and award respectively shall be in the discretion of the arbitrator. Subject as aforesaid, the Arbitration and reconciliation Act 1996 and the rules there under and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this clause.Work under the contract shall, if reasonably possible continue during the arbitration proceedings and no payment due to or payable to the contractor shall be withheld on account of such proceedings. The venue of arbitration shall be the place from which the acceptance note is issued or such other places as the arbitrator at his discretion may determine. In this clause the authority to appoint the arbitrator includes, if there be no such authority the officer who is for the time being discharging the functions of the authority, whether in addition to other functions or otherwise. 3.26 INSPECTION OF SITE BEFORE TENDERING :

Before submitting this tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works. Doubts if any , must be got clarified before quoting in this tender. Later after opening no query, objection or issue of interpretation shall be entertained by Railways. Interpretation of Railways shall be binding in respect of all provisions and conditions i.e. whole of this tender document.

3.27 CREDENTIALS : The tenderer has to submit all the required credentials for eligibility criteria with original tender document before opening of the tender and no documents shall be allowed after opening of tender.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 34: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

34 3.28 INSTRUCTION 3.28.1 If the tender Document is downloaded from Railway’s internet site then at the time of submission of tender the cost of tender booklet Rs 5000/-(Rs Five Thousand only) shall be

submitted through demand draft payable to Sr.DFM/Jabalpur. Failing this the tender shall be rejected summarily.

3.28.2 The tenderer should note that , no alteration must be done in downloaded tender documents. The tender documents along with corrigendum if any available at Sr.DEE/TRS, New Katni Junction , (W.C.Rly) only will be considered authorized version in case of any dispute/variation . It must be noted that the tenderer / firms who are found to be indulging in altering / adding or deleting the contents of tender documents will be liable to face suitable action which could be removal from approval list/banning/suspension of business dealing etc. In addition to forfeiture of Earnest Money .

3.28.3 The advertised tenders are governed by advertised tender document. Latest version of the

same can be downloaded from the link available on the tender notice page on our website at www.tenders.gov.in or www.wcr.indianrailways.gov.in. In addition ,General condition contract of July 2014 or latest, the basic governing conditions document can also be down loaded from the same location.

3.28.4 You are requested to kindly carefully go through the relevant instruction Condition /

requirement content in tender documents/general conditions of contract ,as the case may be, before submitting the offer .Various conditions /Instructions will be taken as read and agreed if not specifically indicated to be discharged/ deviated.

3.28.5 Railway reserve the right to accept / reject any or all tenders with out assigning reasons to any or all tenderers.

3.28.6 Though all efforts have been made to ensure the correctness of all information in web version of tender documents. However administration dis-owns any responsibility regarding incorrectness / data corruption etc. In case of any dispute ,the hard office copy of tender document shall be considered as final.

3.28.7 With the existing system ,it is not possible to keep record of the tenderer down loading the tender document. If there be any corrigendum /addendum to the NIT/tender document the same will be posted on the website and requirement of separate communication by post to the tenderer who have already downloaded the tender document will not be applicable to the tenderers using the tender document down loaded from the website .It will be the responsibility of the tenderers down loading the tender documents to check from time to time for corrigendum to the tender if any and submit their offer accordingly.

Signature of contractor With full address and seal / Sr. DEE(TRS)/ELS/NKJ

Page 35: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

35 Note :- Please sign and submit this page with the following declaration along with your offer . In absence of this the offer will be rejected without any reference.

DECLARATION a) I/We have read and understood the above instruction and hear by agree to abide by them. b) I/We am/are encloseing tender document cost Rs.............................vide Demand Draft

No.........................dated ............................issued by .............................. c) Iwe am /are enclosing requisite Earnest money of Rs............................... vide Demand Draft/

Cash receipt No...........................................dtd.....................issued by.............................. d) I/We have filled and signed the tender documents and the same are enclosed herewith. e) I/We declare that the the information /tender form down loaded is original and in the event of this

being different from original tender document ,my tender form may be rejected by Railway administrations including forfeiture of Earnest Money.

f) Declaration by tenderer for the tender document down loaded. Signature of Contactor Sr.DEE/TRS/NKJ

I/We hereby declare that I/We have down loaded the tendered document from web site www.tenders.gov.in or www.wcr.indianrailways.gov.in and printed the same .I/We have verified the content of the printed document from the website and there is no edition no deletion and or no alteration to the content of the tender document.

Signature of Contactor/ tenderer With seal and Name

Capacity /Authority to sign

Full Adress

NOTE “: If the tenderer(s) deliberately gives/give wrong information in his /their Tender or creates/ create circumstances for the acceptance of his / their Tender, the Railways reserve the right to reject such tender at any stage.

Page 36: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

36

PART-IV

OFFICE OF THE SR. DIVISIONAL ELECTRICAL ENGINEER (TRS)

ELECTRIC LOCO SHED, NEW KATNI JN.

WEST CENTRAL RAILWAY ELECTRIC LOCO SHED, NEW KATNI JN

ELECTRICAL DEPARTMENT Tender No. NKJ/TRS/T/12AA/13 Due on: 26.04.2016 up to 15.00 Hrs.

“SPECIFICATION FOR THE WORK OF "OVERHAULING OF CO-CO BOGIE FRAMES"

IMPORTANT THE TENDERER SHALL CONFIRM HIS OFFER MEET THEREQUIREMENTS OF THIS SPECIFICATION FULLY DEVIATIONS IF ANY SHALL BE BROUGHT OUT CLEARLY WITH THE COMMENTS FOR SUCH DEVIATIONS WHERE MORE THAN ONE ALTERNATIVE IS PROVIDED THE TECHNICAL PARTICULARS AND PRICES IN RESPECT OF EACH SHALL BE FURNISHED. 4.0 SCOPE OF WORK:— A. SCOPE OF WORK for WAG-5 TYPE CO-CO BOGIE (Qty. 46 Nos.). The scope of work for overhauling of cast Iron co-co bogies frames, Qty: 46 Nos. The scope of work is as under: - 4.1 The Bogie frames along with the Brake rigging shall be handed over to firm the after initial joint check and checking of trammeling dimensions as per MP MISC-164 (Rev.`0') March 2005 in shed by the representative of Railway and contractor for overhauling and assembly of Brake rigging on overhauled bogies. The bogie once collected from shed premises will be deemed repairable. 4.2. Proper arrangement for safe transportation of bogies and its components from shed to firm premises and also safe transportation of overhauled bogies from firm's premises to shed shall be arranged by the firm. The firm should develop the required Jigs and Fixtures for the safe transportation of bogies. 4.3 STRIPPING: Stripping of all brake rigging components, removal of all pins and bushes, liners of the bogie and fasteners are to be done by the contractor and same to be packed in the pack by him. All the liners should be removed by gauging only. The pneumatic pipeline and brake cylinder to be removed from the bogie for overhauling. Released material will be returned to Railways at the time of delivery of overhauled bogie. 4.4 CLEANING: After receiving and stripping the bogie, the contractor shall clean the bogie frame along with other components to remove dust, dirt, grease and oil as per MP MISC-164 (Rev.`0') March 2005 or Dry ice/sand blasting technique. Cleaning of pipeline also to be ensured. 4.5 TESTING: After cleaning, the bogie frames of A.C.Electric locomotives shall be checked by the Contractor as per RDSO procedure No. MISC-164 (Rev.`0') March 2005 by RDPT and magnifying glass (10 X) for

cracks, shrinkages, minor pits and other surface defects & trammeling (squaring) dimension & others. Bogie should be subjected to 100% Dry penetrate test as per Drg. No. SKDL-3814. All old bogie crack points shall be also checked. The crack which will be detected during this process will be recorded in the sketch of the bogie clearly marking it with the red colour pen it will be jointly signed by the Railway presentative & contractor. This procedure is to be followed for each bogie to be overhauled.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 37: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

37 4.6 REPAIR- (i) Bogie Welding: The welding of bogie crack at identified locations of bogie shall be done as per RDSO Procedure No. MP MISC-164 (Rev.`0') March 2005. The rectification process for repairing of cracks, preparation for welding, preheating, selection of Electrodes, setting up welding parameters like welding current, polarity, welding techniques and precaution should be done as per guidelines for repair of cracked bogie frame by welding issued by M&C directorate/RDSO vide procedure No. RDSO/2006/MC/44(First edition or latest). (ii) Liner Welding: For welding the manganese steel liner on bogie frame should be as per RDSO code of procedure No. RDSO/2006/MC/29 or latest. (iii)The electrode of L&T, ador Advani make only shall be used. The firm should show documentary proof for procurement of such electrode, during inspection or as and when called for the list of the electrode to be used for the welding of the liners at bogie frame is attached with documents. (iv Procedure for the bogie overhauling to be done as per MP/MI-71/78, July-92. (v) Unwanted weld deposits are to be removed and the surface grinding to be done.

4.7: FITMENT AND ASSEMBLY: (A) Assemble all the overhauled hangers with proper size of bush and pins which are to be replaced by new. All the Pins & Bushes of manganese steel should be RDSO approved as per specification IRS: R-65/78, RDSO T/C No. -11 dtd. 20.01.98 or latest, to be fitted as Annexure- 1.Apply grease over pins and bushes. (B) All the liners to be replaced by new. Clean & check the pivot bowl & load bearer bowls. New manganese liners to be provided in bogie frame as per Annexure -2. (C) Lock the pin heads with proper lock plates, M10X120 bolts with castle nuts, spring washers, plain washers and split pins. All tie bar hangers to be secured with modified safety sling as advised by Railways. All new fasteners and bolts and other components are to be provided in bogie frame as per Annexuer-3. (D) New gaskets for pneumatic pipe line joints, new buckets and gaskets for brake cylinders with RDSO/CLW approved quality, wherever available, should be provided during overhauling. Provision of proper clamping of pipeline at appropriate locations. Tighten the foundation with proper size bolts, nuts with new washers (spring & flat) & split pins at piston end. Testing of brake cylinder with external air pressure of 3.5 Kg/sq.cm and leakage to be checked. Pneumatic components to be provided in bogie frame as per Annexure-4. (E) Earth shunt clamps are to be provided. (F) Bogie squaring to be checked and done, if required, as per RDSO guidelines and drawings 4.8 INSPECTION: - Inspection will be carried out by the authorized representative of Railway in three different stages. All facilities required for inspection/testing shall be provided by the contractor. a. Initial Joint Inspection in shed premise by the Railway & contractor during handing over the bogie frame for overhauling. b. Stage Inspection: - During overhauling of the bogie frame to ensure the quality of materials being placed in bogie. c. Final Inspection - After complete overhauling & before dispatch from the firm premises.Final Inspection and testing at firm's premises by external compressed air testing for ensuring free movement of brake rigging. d. The inspection certificate will be issued after delivery and inspection at ELS/NKJ premises

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 38: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

38 4.9 SPECIAL CONDITIONS: All the pins & bushes to be provided in the overhauled bogie should be of manganese steel of IRS-R-65/78 as per annexure-1, the manganese steel pin & bushes are to be procured from the CLW or RDSO approved sources. All magnese liners should be procured from CLW/RDSO approved sources only. The warranty of the pin & bushes for the 18 month would be provided by the contractor who will take the work of the overhauling of the AC Electric locomotives bogie. 4.10 TESTING: - The following tests shall be carried out. Sample testing of the materials used for brake rigging items and liners should be done from a RDSO/RITES/CLW/Govt. approved Labs. All the test certificate should be submitted by the firm during inspection. The testing of the brake rigging for free movement is done at firm's premises after fitment of pneumatic accessories on overhauled bogie and by giving external air supply to brake system.All the measurement of overhauled bogie are to be recorded in the performa provided by the railway and jointly signed. 4.11 PAINTING: After overhauling, the bogie frame shall be given one coat of Red Oxide Zinc Chromate to IS: 2074(Primer). The bogie frame shall be given two finish coats of 25- micron DFT black synthetic enamel to IS: 2932. The paint shall be of RDSO approved firms. Rust preventive coating shall be applied on all machined surfaces before painting. All pneumatic pipelines of the bogie shall be painted with two coats of enamel white. 4.12 The procedure for removal & welding of liners, crack detection, repairs, checking/ testing etc. shall be followed during overhauling of the bogie frame as given in RDSO's guidelines (RDSO/2008/EL/spec/0057 of Feb. 08 or latest). 4.13 Assistance provided by Railway

The crane facility for loading and unloading at ELS/NKJ premises will be provided by the shed.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 39: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

39

Annexure 1

S.N. Item Drawing No, / Specification Qty in each

Bogie 1 Equiliser pin CLW-01/4/19/40 8 2 Lever Fulcrum pin CLW-01/4/19/41 4 3 Hanger Lever pin CLW-01/4/19/42 4 4 Equiliser pin CLW-01/3/19/43 4 5 Equiliser pin Keeper CLW-01/4/19/44 4 6 Clevis pin CLW-01/4/19/45 8 7 Friction arm pin CLW-01/4/19/46 4 8 Lever pin CLW-01/4/19/47 or BSL Sketch no.

ELW/BSL/4/F-67.011 , Alt-1 4

9 Frictional Arm pin CLW-01/4/19/48 4 10 Hanger pin CLW-01/4/19/49 4 11 Roll pin1-5/8” CLW-01/4/19/5 4 12 Bush CLW-01/3/12/12 Ref.5 4 13 Bush CLW-01/3/12/12 Ref.4 8 14 Bush CLW-01/3/12/12 Ref.1 8 15 Bush CLW-01/3/12/12 Ref 3 8 16 Bush CLW-01/3/12/12 Ref.2 8 17 Bush for brake equiliser

top(centre) CLW-01/4/19/20 Ref.4 4

18 Bush for brake equiliser top(end)

CLW-01/4/19/20 Ref.3 8

19 Bush for brake equiliser bottom(centre)

CLW-01/4/19/21 Ref.3 4

20 Bush for brake equiliser top(end)

CLW-01/4/19/21 Ref.2 8

21 Bush for hanger lever end CLW-01/3/19/31 Ref.3 4 22 Bush for hanger lever end CLW-01/3/19/31 Ref.4 4 23 Bush for hanger inside CLW-01/4/19/33 Ref.2 or BSL sketch

no. ELW/BSL/SK No. 7019, Alt-5 4

24 Bush for hanger inside CLW-01/4/19/33 Ref.3 or BSL sketch no. ELW/BSL/SK No. 7019, Alt-5

4

25 Bush for hanger outside CLW-01/4/19/38 Ref.2 or BSL sketch no. ELW/BSL/SK No. 7019, Alt-5

4

26 Bush for hanger outside CLW-01/4/19/38 Ref.4 or BSL sketch no. ELW/BSL/SK No. 7019, Alt-5

4

27 Bush for hanger lever(centre)LH&RH

CLW-01/4/19/25 Ref.2 or BSL sketch no. ELW/BSL/SK No. 7019, Alt-5

4

28 Trunion CLW-01/4/19/23 4 29 Modified eq. linkage Sr.DEE/RS/GZB/417/MECH/PTS-87 4

Note:- Not with standing the above annexure-I, latest Rly specification, qty&drgs, specified for WAG-5 shall be used

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 40: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

40

Annexure 2

S.N. Item Drawing No, / Specification Qty in each Bogie

1 Wear plate for nose CLW-01/4/12/13(Alt-3)or ELW/BSL/4/F/064/017 Ref-1

12

2 Horn face Liner CLW-01/4/12/13 or CLW-05/3/12/190 12 3 Horn Leg side Liner CLW-01/4/12/15 Alt-6 or CLW-05/3/12/190 12 4 Wear Plate CLW-01/4/12/04 or ELW/BSL/SK No. 7018 8 5 Pivot Plate CLW-01/4/12/12 01 6 Pipe with wear plate for hanger

liver certre LH&RH CLW-01/2/19/25 Ref-5&6 Alt-3 or BSL/ELW/SK No. 7018

04

7 Wear Plate for hanger outside CLW-01/4/19/38 Ref-3 or BSL/ELW/SK No. 7018

04

Annexure 3

S.N. Item Drawing No, / Specification Qty in

each Bogie 1 Brake head bolt with castle nut

& washer &split pin CLW_01/1/19/107 Ref.62,66,77,78 12

2 J.Bracket Sr.DEE/RS/GZB-38/Mech/Pts-79 Alt-4 or BSL Sketch No. BSL/ELW/SK No. 7011 Alt-3

8

3 Safety bracket bar CLW-01/3/19/70 Ref-4 8 4 Bolt with nut for J. bracket

10X50mm IS:1364(8.8) 16

5 Safety sling or rope steel wire 6 mm dia , 6X19 construction performed wire, Tensile strength designation 1770 galvanised ‘B’ type to IS 1835/76 Breaking load: 19.6 KN.

Sr.DEE/RS/GZB-60?Mech/Pts-80 or as per WCR PL. 74058162

4

6 Fulcrum pin keeper CLW-01/4/12/10 24 7 H.T. bolt 10X115/30 with

slotted nut & washer split pin IS:1364(8.8) 12

8 Plain washer 1-1/8” Steel BS:916 40 9 Plain washer 34 mm Steel BS:916 16 10 Flat split pin 5-1/2X10X50 mm A4/2000/CNB/1558/5017/PN Alt-A or

BSL/ELW/SK No. 7006,IS 2638/1974 16

11 Plug/Union Equal Tee CLW-AC/140 2 12 Oil Cup CLW/01/3/12/25 4 13 Pivot Pipe & Oil Cup As per existing 01 set 14 Strip on fulcrum pin keeper size

90X30X5 mm IS:2062 12

15 Spring seat assy./ repair CLW/01/3/12/3 Alt-2 Ref-2 16 16 Side bearing oil pan cup with

pipe CLW/01/3/12/5 2

Note:- Not with standing the above annexure-3, latest Rly specification, qty&drgs, specified for WAG-5 shall be used.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 41: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

41

Annexure-4

S.N. Item Drawing No, / Specification Qty in each Bogie

1 Cotter split pin 3/8”X2” Lg BS:1574, BSL Sketch No. ELW/BSL/SK No. 7006

4

2 Pin for push rod or braPin for push rod or brake cylinder pin

CLW/1/4/19/53 4

3 Nut, Hex1/2”(Nyloc nut type)

Standard hardware 16

4 Bolt Tee Hd. ½” ------------- 16 5 Cotter split pin 5X25 Lg IS:549, BSL Sketch No. ELW/BSL/SK

No. 7006 4

6 Pin Holder ---------------------- 4 7 Screw set Dog Pt Locking

5/16” ---------------------- 8

8 Palm pull rod ------------------------- 4 9 Gasket of head BSL Sketch No. ELW/BSL/SK No. 7012 ,

Alt-1 4

10 Cup piston packing A2/96/CNB/1262/5025/VB or BSL Sketch No. ELW/BSL/SK No. 7012, Alt-1

4

11 ¾” MCI tee union with ‘B” type

WR/CCG/EL/3-PC-024 3

12 ¾” MCI straight union with socket & chuck nut( Union female)

CLW/0/3/65/9/Alt-1 or WR/CCG/EL/3-PC-010, Alt-1, IS:108/1979

1

13 ¾” Pipe clamps WR/CCG/EL/4-ML-011, Alt-1 9 14 Flange gasket WR/CCG/EL/4-GK-78,Alt-1 4 15 Flange bolt, 12X45 mm Standard hardware 8

Note:- Not with standing the above annexure-4, latest Rly specification, qty&drgs, specified for WAG-5 shall be used.

B. SCOPE OF WORK FOR WAG-7 TYPE CO-CO BOGIE (Total- 34 nos) 4.14 The scope of work for overhauling of fabricated co-co bogies frame , 34 nos WAG-7 type bogies with brake rigging will be handed over to the firm for overhauling & assembly of brake rigging on overhauling bogie. 1. Proper arrangement for safe transportation of overhauled bogies from firm’s premises to ELS/NKJ should be arranged by the firm. The firm should develop the required jig and fixture for the safe transportation of bogies on truck. I. STRIPPING-a. Stripping of all brake rigging component, removal of all pins and

bushes,liners. b. All the liner to be removed from the bogies for overhauling. II. CLEANING- After stripping the bogie parts, the contractor shall scrap and clean the

bogie frame along with other component with caustic soda and water jet to remove the dust, dirt, grease and oil or by Dry ice/sand blasting technique. Cleaning of pipeline also to be done for removal of dirt, dust , & corrosion.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 42: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

42

III. CRACK DETECTION-After cleaning the bogie frame are to be checked with magnifying galss for cracks, shrinkage & minor pits and the other surface defect.Bogie should be subjected to 100% dye Penetrate test as per latest RDSO instruction. All area showing defects shall be marked appropriately.

IV. For welding the manganese steel liner on bogie frame latest RDSO’s code of procedure should be followed as per maintenance instruction MP.MI-97(Rev-01) July2000.

The electrode of L&T ,ador or Advani make only shall be used and documentary proof for procurement of such electrode should be submitted by firm during inspection as when called for. Unwanted weld deposits are to be removed and the surface grinding to be done.

4.15 MUST CHANGE ITEMS

1. All hanger pins & liners to be changed as per below mention table

S.N. Item Drawing No, / Specification Qty in each Bogie

1 Lever fulcrum pin CLW-01/4/19/41 4 2 Equiliser Pin CLW-01/4/19/40 8 3 Hanger Lever pin CLW-01/4/19/42 4 4 Equiliser pin CLW-01/3/19/43 4 5 Equiliser pin keeper CLW-01/4/19/44 4 6 Clevis Pin CLW-01/4/19/45 8 7 Friction arm pin CLW-01/4/19/48 4 8 Lever pin CLW-06/4/19/22 or BSL Sketch No.

4.ELW.BSL.SK No. 9107, Alt-1

9 Hanger pin CLW-03/4/19/22 or BSL Sketch No. 8.ELW.BSL.SK No. 9107, Alt-1

10 Hanger Lever pin CLW-06/4/19/22 or BSL Sketch No. 4.ELW.BSL.SK No. 9107, Alt-1

11 Stopper for pin CLW-06/4/19/21 or BSL Sketch No. 4.ELW.BSL.SK No. 9107, Alt-1

12 H.H. Bolt CLW-01/3/19/66 Ref.3 8 13 Locking plate CLW-06/4/19/24 8 14 Brake Head bolt, Nut ,

washer,split pin CLW-01/1/107 Ref.62,66,77,78 12

15

Bracket GZB-38/Mech/Pts-79Alt-4 or BSL Sketch No. BSL/ELW/SK No. 7011 Alt-3

8

16 Wear Plate for Nose CLW-01/4/12/13(Alt-3) or ELW/BSL/4/F/064/017 Ref-1

12

17 Horn Face Liner CLW-01/4/121/14 or CLW-05/3/12/190 12 18 Horn Leg side Liner CLW-01/4/12/15 Alt-6 16 19 Wear Plate CLW-01/4/12/4 8

Note:- Not with standing the above table, latest Rly specification, qty&drgs, specified for WAG-7 shall be used

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 43: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

43 2. All bogie & brake rigging bushes to be changed as per CLW-06/4/15/17 ALT -

4 or latest. 3. As per RDSO modification sheet No. 281 dtd. 30.03.2000-provision of side stopper arrangement in lieu of Tie bar. 4. All pipe lines new gasket and clamps should be changed while overhauling 5. All brake cylinder bucket and gasket should be changes during overhauling, 6. Foundation bolt of brake cylinder to be tightened with proper size bolts, nylon nuts with new washer & spilt pin. 7. Testing of brake cylinder pipelines with external air pressure of 3.5kg/m2 and if any leakage to be arrested. 8. All hanger stopper plates to be changed with new one provided with liner. Brake hanger beds

to be checked for cracks and to be welded. 9. All hanger pins, bolts and nut to be replaced with new one, brake shoe holder to be changed if

necessary with new one and all holder to be kept in original position. 10. All hangers spilt cotter & washer to be compulsory changed & slack adjuster supporting plate

to be settled properly if bend. 11. All J. clamp with nut & bolt to be changed. 12. All new sander brackets to be provided along with sand injector and sand pipe. They are to be

provided on 4 locations per bogie frame. Sand boxes to be replaced by new one. Spares of sanding pipe arrangement shall confirm to BSL Sketch No.BSL/ELW/SK No.9152, Part Drgs CLW/06/1/21/2 and Sand injector to CLW specn No. 02/65/114.

13 The equilising beam cottor pin to be changed and new flat bonded cotter pin for WAG-7 as per Drg. No. SKVL 703 Alt-I to be provided. 4.16 Condition Basis change work

1. All bogie frame horn to be checked if widened to be reset and welded. 2. All stay plate bolts (Pedestal bolts) threaded holes to be checked, broken bolts removed and re- taping to be done. 3. Coil spring seat guard top & bottom to be re-welded and if necessary to be changed.

4.17 Assistance provided by Railway 1. Brake cylinder piston and brake rod if found bent and required changing new brake cylinder will be provided by the Railway. 2. The crane facility for loading and unloading at ELS/NKJ will be provided by the shed.

4. .18 Process for Assembling the Overhauled Bogie:-

1. Assemble all the overhauled hanger with RDSO approved new hanger pin and bushes. 2. Apply grease over the pin and bushes. 3. As per RDSO modification sheet No. 281 dtd. 30.03.2000-provision of side stock arrangement in lieu of Tie bar. 4. Replace all Mn liners from approved vendor only. 5. Bogie squaring to be checked and done, if required, as per RDSO guidelines and drawings. 6. "C" clamp to be provided for hanger pin locking. 7. The foundation of side rubber pad (stopper) for any abnormality will be checked and attended, side rubber pad are to be changed.

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 44: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

44 4.19 Inspection :-

1. The authorized representative of Sr. DEE/TRS/NKJ will carry out Inspection in three different stages. 2. Initial Joint Inspection :-Initial joint inspection shall be carried out at ELS/NKJ, to assess the quantum of work of the bogie frame before delivering to the firm, by firm representative and representative of Sr. DEE/TRS/NKJ for their condition and work to be carried out. A joint note signed by both representatives should be made. 3. Stage Inspection :- During overhauling of bogie frame, to ensure the quality of material being provided in the bogie during overhauling at firm premises. 4. Final inspection at firm premises after assembling of brake rigging on bogie. In addition to this stage inspection shall be carried out by the authorized representative of railway during the course of overhauling at the contractor's premises. This will be done as when required. The contractor shall provide all facilities required for the inspection/testing. 5. The inspection certificate will be issued after delivery and inspection of overhauled bogie frames at the ELS/NKJ.

4.20 Testing:-

The following tests shall be carried out:- a. Material testing of all brake rigging items and liners should be done from a RDSO/RITES/CLW approved Labs. The firm should submit the entire test certificate during i nspection. b. Checking of brake rigging items will be done at firm's premises before fitment of brake rigging on bogie after cleaning of the bogie. c. The testing of the brake rigging for the free movement will be done at firm's premises after fitment of the pneumatic accessories on the overhauled bogie by giving external air supply to brake system. d. All the measurements of overhauled bogie are to be recorded in the Performa provided by the railway and jointly signed.

4.21 Painting:-

i. Overhauling bogie frame and brake rigging should paint with i) One coat of red oxide & ii) Two coat of enamel of colour black.

ii. Clean BC pipelines and Equalizer with two coats of enamel black.

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

CONTRACTOR /Sr.DEE/TRS/NKJ

Page 45: Tender No: NKJ/TRS/T/12AA/13 For - wcr.indianrailways.gov.inwcr.indianrailways.gov.in/wcr/notice/1457002978955... · Sr. Divisional Electrical Engineer, Traction Rolling stock, West

45

PART-V WEST CENTRAL RAILWAY

ELECTRIC LOCO SHED,NEW KATNI JN. ELECTRICAL DEPARTMENT

NAME OF WORK: - Repairing/Overhauling of Co-Co bogies frames of WAG-5&WAG-7, AC Locos , as per latest RDSO SMI, Modification inclusive of all taxes/duties Transportation and labour charges etc of Electric Loco Shed New Katni Jn. (Katni) of WCR Tender No. NKJ/TRS/T/12AA/13 Due on: 26.04.2016 up to 15.00 Hrs.

SCHEDULE OF RATE/PRICE AND QUANTITY.

S.N.

Description of item Qty. Unit Unit Rate In Rs.

Total Amount. In Rs.

1. Repairing/Overhauling of CO-CO bogie frames of WAG-5 type AC loco of ELS/NKJ inclusive of all taxes/duties, all required material charges, transport & labour charges etc.

46

No.

2. Repairing/Overhauling of CO-CO bogie frames of WAG-7 type AC loco of ELS/NKJ inclusive of all taxes/duties, all required material charges, transport & labour charges etc.

34 No.

Total in figure Total in words NOTE- 1. All the rates quoted shall be firm and inclusive of all taxes, duties and charges applicable. No claim on

account of variation of taxes/duties or cost of materials shall be entertained later-on. 2. The rates should be filled in both the figures and words. 3. The work will be subject to the General condition of contract July 2014 of Engineering Department in

force of the West Central Railway, unless stipulated specifically. 4. The entire work shall be carried out as-per scope of work and technical specification (Part-IV) enclosed. 5. The Railway reserves the right to increase or decrease the quantity by 25% or delete the complete items from

the list of work given above and the total cost will be adjusted accordingly. 6. We agree to carry out the work at the rate quoted by me/us against the same strictly in accordance

with the special conditions of contract in force on the West Central Railway stipulated. 7. Released material shall be returned by contractor to Railway. 8. Receipt of Earnest Money of in form of _____________________ dtd. __________ for `

_________ is enclosed.

Signature of Contractor /.Sr.DEE/TRS/NKJ Address & Seal END OF TENDER DOCUMENT