95
Tender Schedule Civil works JRC-SCPD Doub. Signature of tenderer/s Page 1 of 95 www.nr.indianrailways.gov.in . (START OF TENDER DOCUMENT) TENDER DOCUMENT No________ Tender Notice No : Tender Notice No. 10-W/2011-12 /Dy.CE/ C/ JUC. Dated: 09.12.2011. Name of work : Earthwork in filling and cutting , Supplying and laying of blanketing, Const. of RCC Box bridges,  jacketing & strengthening of existing minor bridges, Construction of Quarters, Extension of station buildings, boundary wall, Ballast wall, side drain, sewer pipe line, Precast CC blocks & fencing walls on L-Xings, height gauge, road work etc. & allied works in connection with Jalandhar Cantt. – Suchipind doubling . Approx. Cost : Rs.350.31 lacs. Completion Period : 12 (Twelve) months. Earnest Money : Rs. 325160 ( Rs. Three lacs twenty five thousand one hundred sixty only). Last Date/Time of receipt of Tenders : Upto 15.00 Hrs. on 17.01.2012 Date of Opening of Tender : Soon after 15.00 Hrs. on 17.01.2012 When was the partnership constituted and deed executed : Whether attested copies of Partnership deed and Power of Attorney furnished with the tender : The working contractors should submit a list of works executed/now being executed by them with their value and Agreement No. with the tender : Name and address of Party to whom the Tender sold : N.B: The above information may please be furnished invariably otherwise the tender is likely to be rejected. Signature of the Supdt./Const . Signature of the Tenderer/s

Doubling Scpd

Embed Size (px)

Citation preview

Page 1: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 1/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 1 of 95 www.nr.indianrailways.gov.in. 

(START OF TENDER DOCUMENT)

TENDER DOCUMENT No________ 

Tender Notice No : Tender Notice No. 10-W/2011-12 /Dy.CE/ C/ JUC.

Dated: 09.12.2011.

Name of work : Earthwork in filling and cutting, Supplying andlaying of blanketing, Const. of RCC Box bridges,

  jacketing & strengthening of existing minorbridges, Construction of Quarters, Extension ofstation buildings, boundary wall, Ballast wall, sidedrain, sewer pipe line, Precast CC blocks &fencing walls on L-Xings, height gauge, road worketc. & allied works in connection with Jalandhar

Cantt. – Suchipind doubling. Approx. Cost

:

Rs.350.31 lacs.

Completion Period : 12 (Twelve) months.

Earnest Money : Rs. 325160 ( Rs. Three lacs twenty five thousandone hundred sixty only).

Last Date/Time of receiptof Tenders

: Upto 15.00 Hrs. on 17.01.2012

Date of Opening of Tender : Soon after 15.00 Hrs. on 17.01.2012When was the partnershipconstituted and deed executed

:

Whether attested copies ofPartnership deed and Power ofAttorney furnished with the tender

:

The working contractors shouldsubmit a list of worksexecuted/now being executed bythem with their value andAgreement No. with the tender

:

Name and address of Party towhom the Tender sold

:

N.B: The above information may please be furnished invariably otherwise the tenderis likely to be rejected.

Signature of the Supdt./Const. Signature of the Tenderer/s

Page 2: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 2/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 2 of 95 www.nr.indianrailways.gov.in. 

NORTHERN RAILWAYTENDER FORM (FIRST SHEET)

The President of India,

Acting through the

Dy.CE/Const., N.Rly.,Jalandhar City1. I/We----------------------------------------------------------------------------------------------------------------------have read the various conditions to tender attached here to andhereby agree to abide by the said conditions. I/We also agree to keep this tenderopen for acceptance for a period of 90(Ninety) days from the date fixed for openingthe same and in default thereof I/We will be liable for forfeiture of my/our earnestmoney. I/We offer to do this work “Earthwork in filling and cutting, Supplying andlaying of blanketing, Const. of RCC Box bridges, jacketing & strengthening ofexisting minor bridges, Construction of Quarters, Extension of station buildings,boundary wall, Ballast wall, side drain, sewer pipe line, Precast CC blocks & fencingwalls on L-Xings, height gauge, road work etc. & allied works in connection with

Jalandhar Cantt. – Suchipind doubling” for Northern Railway at the rates quoted inthe attached schedule and hereby bind myself/ourselves to complete the work in allrespects with in 12 (Twelve) months from the date of issue of letter of acceptance oftender. 

2. I/We also hereby agree to abide by the General Condition of Contract-1999 correctedup to printed/advance correction slip and to carry out the work according to the SpecialConditions of Contract and specifications for material and works as laid down by theRailway in the annexed Special Conditions/specifications and the Northern RailwayWorks Hand Book corrected up to printed/advance correction slip, for Schedule ofRates corrected up to printed/advance correction for the present contract.

3.1 A sum of Rs. 325160 ( Rs. Three lacs twenty five thousand one hundred sixty only) i.e.(a) 2% for works estimated to cost up to Rs.1 Crore) and (b) for works estimated tocost more than Rs. 1 Crore -Rs. 2 lakhs plus 1/2 % (half percent) of the excess of theestimated cost beyond Rs.1 Crore, subject to a maximum of Rs.1 Crore, rounded off tonearest Rs. Ten as indicated in tender notice is herewith forwarded as earnest money.The full value of the earnest money deposit (EMD) and other dues shall stand forfeitedwithout prejudice to any other rights or remedies in case my / our tender is acceptedand if: -

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

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

that effect and

(c) I/We resile from my/our offer or modify the terms and conditions thereof in amanner not acceptable to the Northern Railway during a period of 90 (Ninety)days from the date of opening of the tender.

(d) I/We do not submit a performance Guarantee in any of the form as prescribedin clause 5.2 of “Special tender conditions and instructions to tenderers “amounting to 5% of contract value as per the performa as prescribed by the

Page 3: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 3/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 3 of 95 www.nr.indianrailways.gov.in. 

Railways, within 30 (thirty) days from the date of issue of letter ofacceptance(LOA) or 60 (sixty) days, if the extension of time for submission ofPG beyond 30 days and upto 60 days is given by the competent authorityalongwith interest @ 15% per annum for the delay beyond 30 days and upto60 days from the date of issue of LOA. I/We shall also be debarred fromparticipating in re-tender of the above work, in case, I/we failed to submit the

PG as stipulated above.

The performance guarantee shall be initially valid upto to the stipulateddate of completion plus 60 days beyond that, in case, the time for completion ofwork gets extended, the contractor shall get validity of performance guaranteeextended to cover such extended time for completion of work plus 60 days.Further, in case during the course of execution of work, value of contract increasedby more than 25% of the contract value, an additional performance guaranteeamounting to 5% (five percent) for the excess over the original contract value shallbe deposited by the contractor.

4. The amount of earnest money in the form of cash lodged with Chief Cashier,

Northern Railway, New Delhi vide Cash Receipt No:_____________ dated__________ or deposited in the form of pay order, deposit receipts, demanddrafts is attached. I/we have clearly noted that the earnest money will be acceptablein the above forms only.

5. Until a formal agreement is prepared and executed acceptance of the tender shallconstitute a binding contract between us subject to modification, as may be mutuallyagreed to between us and indicated in the letter of acceptance of my/our offer for thiswork.

Signature of the Tenderer/sAddress (complete postal address to be given)Dated:

Signature of Witnesses:-1.-------------------------------------

2.________________________________ 

Page 4: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 4/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 4 of 95 www.nr.indianrailways.gov.in. 

CONSTRUCTION DEPARTMENT

NORTHERN RAILWAY 

SPECIAL TENDER CONDITIONS AND INSTRUCTION TO TENDERER

1.0 DETAILS OF WORKS

TENDERS ARE INVITED FOR THE WORK AS PER DETAIL ON TOP SHEET 

2.1 TENDER DOCUMENTS2.2 SUBMISSION OF TENDERS

2.2.1 The tender documents consist of (a) tender form first sheet (b) Special tenderconditions and instructions to tenderer/s (c) Special conditions relating to sitedata and specifications (d) Schedule of Rates, Schedule of Quantities. Thesemust be submitted together as one set, failing which the tender is liable to berejected.

2.1.2 Tender documents can be had from the office of the Deputy ChiefEngineer/Const., Northern Railway, Jalandhar City or from the office of theCAO/Const., N.Rly., K.Gate, Delhi on any working day i.e. 10.30 hours to 15.00hours from 02.01.2012 to 16.01.2012 on cash payment of Rs.10000/- (Rs Tenthousand only) for each set and Rs.10500/- (Rs. Ten thousand five hundredonly) if required by post. The cost of this tender form is not transferable orrefundable. Request for tender by post must accompany draft of Rs.10500/- (Rs.Ten thousand five hundred only) in favour of FA&CAO/C, Northern Railway,Kashmere Gate, Delhi.

2.1.2(a) Cost of Tender Documents: Tender documents are available on Northern Railway website i.e.www.nr.indianrail.gov.in and the same can be downloaded and used as tenderdocument for submitting the offer.This facility is available free of cost. Howeverthe cost of tender document as indicated above in para 2.1.2 will have to bedeposited by the tenderer in the form of bank draft payable in favour ofFA&CAO/C, Northern Railway, Kashmere Gate, Delhi alongwith the tenderdocument. This should be paid separately and not included in the earnestmoney. In case, tender is not accompanied with the cost of the tenderdocument as detailed above, tender will be summarily rejected .

2.1.3 These tender documents must be submitted duly completed in all respects in asealed cover super scribed as tender form for the work ‘AS ON TOP SHEET’ andshould be deposited in the tender box in the office of the Deputy ChiefEngineer/Const., Northern Railway, Jalandhar City or from the office of theCAO/Const., N.Rly., K.Gate, Delhi on or before up to 15.00 hours on

17.01.2012. The tender will be opened immediately thereafter in both the officessimultaneously and rates read out in the presence of such tenderer/s as is/arepresent. Tenders which are received after the time and date specified abovemay not be considered. In case the intended dates for opening of tenders isdeclared a holiday, the tenders will be opened on the next working day at thesame time.

2.1.4 Tenders sealed and superscribed as aforesaid can also be sent by registeredpost addressed to the Deputy Chief Engineer/Const., Northern Railway,Jalandhar City or to the CAO/Const., N.Rly., K.Gate, Delhi on or before up to

Page 5: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 5/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 5 of 95 www.nr.indianrailways.gov.in. 

15.00hrs on 17.01.2012, but a tender which is received after the time and date ofspecified in para 2.1.3 above may not be considered. Any tender delivered orsent otherwise will be at the risk of the tenderer/s. 

2.2 COMPLETION OF TENDER DOCUMENTS :

2.2.1 The tenderer/s shall quote rate/s, in figures as well as in words, for all labour andmaterials for A” in the attached Schedule of Item, Rates and Quantities & Non-schedule items in Group “B” “Every possible fluctuation, in the rate of labourmaterial and general commodities and other possibilities of each and every kindwhich may affect the rates, should be considered and kept in view before quotingthe rates and no claim on this account shall be entertained by the Railway underany circumstances except the price escalation payable as per price escalationclause, if any, provided separately in the tender documents.

2.2.2. The rate/s should be quoted in figures as well as in words. If there is anyvariation between the rates quoted in figures and in words, the rates quoted in‘Words’ shall be taken as correct. If more than one rates or improper rates are

tendered for the same items, the tender is liable to be rejected.

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

2.2.3. Each page of the tender papers is to be signed and dated by the tenderer/s orsuch person/s on his/their behalf who is/are legally authorized to sign forhim/them.

2.2.4. Tenders containing erasures and alterations of the tender documents are liableto be rejected. Any corrections made by the tenderer/s in his/their entries shouldbe in Ink and must be attested by him/them under full signature and date.

2.2.5. Additional conditions or stipulations if any must be made by the tenderer/s in acovering letter with the tender. The Railway reserves the right not to considerconditional tenders and reject the same without assigning any reason. Onlythose additional conditions which are explicitly accepted by the Railway shallform part of the contract.

2.3 CREDENTIALS TO BE SUBMITTED ALONGWITH TENDER DOCUMENTS(APPLICABLE ONLY FOR WORKS COSTING MORE THAN Rs.50.00 LACS)

2.3.1 Tenderer/s should enclose documents and certificates to show that he/theyhas/have satisfactorily carried out works of the type involved in the constructionof the work being tendered for. He/they should also produce proof to thesatisfaction of the Railway of his/their technical ability and financial stability to

undertake the work of the magnitude tendered for.

2.3.2 The tenderer/s shall submit with his/their tender a list of serviceable machinery,tools and plants, equipment’s and vehicles he/they has/have in hand forexecuting the work and those he/they intends/intend to purchase.

2.3.2.(A) The tenderer/s must submit, along with his/their tender:-i. Statement showing similar works executed by him/them.ii. Certificates of successful completion of his/their work

Page 6: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 6/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 6 of 95 www.nr.indianrailways.gov.in. 

iii. A statement of all payments received against all successfully completedwork/works in progress of all types (not necessarily similar in type of workin this tender) indicating the organization/ units from which the paymentshave been received. Necessary certificates in this regard, from theauthorities who made the payments for three preceding years should beenclosed, duly attested.

iv. list of their Engineering organization and equipment’s, construction toolsand plants available with them.

v) Technical eligibility criteria 

(a) As a proof of technical experience/competence, the tenderer should havephysically completed successfully at least one similar single work for aminimum value of 35% of advertised tender value, inclusive of the cost ofcement and steel, in last Three Financial Years (i.e. Current year andThree Previous financial Years) up to the date of opening of the tender.”

The similar nature of work is defined as under:-

“Civil Engineering works including earthwork and/or blanketing inembankment and CC/RCC work in bridges/retaining walls/buildings.” 

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

i) Similar nature of work physically completed within the qualifying period, i.e. lastthree financial years and current financial year (even though the work mighthave commenced before the qualifying period) should only be considered inevaluating the eligibility criteria.

ii) The total value of similar nature of work completed during the qualifying periodand not the payment received within qualifying alone, should be considered. Incase, the final bill of similar nature of work has not been passed and finalmeasurements have not been recorded, the total the total paid amount

including statutory deductions is to be considered. If final measurements havebeen recorded and work has been completed with negative, then also the paidamount including statutory deductions is to be considered.

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

iii) In case of composite works involving combination of different works, evenseparate completed works of required value should be considered whileevaluating the eligibility criteria.

For example, in a tender for bridge work where similar nature of work hasbeen defined as bridge work with pile foundation and PSC superstructure, atenderer, who had completed one bridge work with pile foundation of value atleast equal to 35% of tender value and also had completed one bridge workwith PSC superstructure of value at least equal to 35% of tender value shouldbe considered as having fulfilled the eligibility criterion of having completedsingle similar nature of work.

Page 7: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 7/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 7 of 95 www.nr.indianrailways.gov.in. 

2.3.2 (A) (vi) Financial Eligibility Criteria. As a proof of sufficient financial capacity and organizational resources,contractor should have received the total payments against satisfactoryexecution of all completed/ongoing works of all types (not confined to onlysimilar works) during the last three financial years and in the current financial

year (upto the date of opening of the tender) of a value not less than 150% ofthe advertised cost of work including the cost of cement and steel.

vii) “For judging the technical eligibility and financial capability only those workswhich had been executed for the Govt. or Semi Govt. organizations shallbe considered and the tenderer will submit the certificate to this effect fromthe officer concerned duly signed under the official seal. It should be notedthat credentials for the works executed for Private Organizations shall not beconsidered.

viii) The tenderer/s/contractor shall submit a statement of contractual paymentreceived during the last three financial years and current year on the

prescribed proforma as detailed at Annexure-I. The details shall be basedon the form 16-A issued by employer i.e. the certificate of deduction of tax ata source under Section 203 of the Income Tax Act, 1961. The photocopiesof the form 16A shall be enclosed duly attested by Notary public with sealand Notarial stamps thereon.

ix) If a tenderer has completed a work of similar nature where cement and steelwas issued by department free of cost, tenderer must submit the completioncertificate indicating cost of these materials and total cost of work (includingcost of cement/steel) shall be considered to decide eligibility or otherwise.

x) The overall financial soundness of the tenderers will be evaluated basedupon the volume of the work handled, turn over, balance sheet etc.tenderers will accordingly furnish these particulars for the last three years(i.e. current year and three previous financial years) duly supported by latestaudited results/balance sheets.

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

a. If the tenderer is a JV/Consortium, each partner of JV/Consortium shouldhave good credentials and the JV/Consortium should meet the technicaland financial criteria as per the guidelines given in Annexure- ‘K’

b. If the tenderer is a Partnership firm, the conditions and the technical &financial eligibility criteria will be applicable as per guidelines given inAnnexure K-2.

2.4 CONSTITUTION OF THE FIRM:2.4.1 The tenderer/s who are constituents of firm, company association or society must

forward attested copies of the constitution of their concern, partnership deed andpower of attorney with their tender. Tender documents in such cases are to besigned by such persons as may be legally competent to sign them on behalf ofthe firm, company association or society as the case may be Co-operativesocieties must likewise submit a attested copy of their certificate of registrationalongwith the documents as above mentioned.

The railway will not be bound by any power of attorney granted by the tenderer/sor by changes in the composition of the firm made subsequent to the execution

Page 8: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 8/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 8 of 95 www.nr.indianrailways.gov.in. 

of the contract. The Railway may however recognize such power of attorney andchange after obtaining proper legal advise, cost of which will be chargeable tothe contractor.

“JVs/ Consortiums/ MOUs shall not be considered.

2.4.2. (a) If the tenderer expires after the submission of his tender or after the

acceptance of his tender, the Railway shall deem such tender/contract ascancelled, if a partner of firm expires after the submission of their tender, theRailway shall deem such tender as cancelled unless the firm retain its character.

2.4.2(b) If the contractor’s firm is dissolved on account of death, retirement of anypartners or for any reason what-so-ever before fully completing the whole workor any part of it, undertaken by the principal agreement the surviving partnersshall remain jointly/severally and personally liable to complete the whole work tothe satisfaction of the Railway due to such dissolution. The amount of suchcompensation shall be decided by Chief Engineer/Const., Northern Railway,Kashmere Gate, Delhi and his decision in the matter shall be final and binding onthe contractor.

2.4.2.(c ) The cancellation of any documents such as power of attorney,partnership deed etc., shall forth be communicated to the Railway in writing,failing which the Railway shall have no responsibility or liability for any actiontaken on the strength of the said documents.

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

2.5  INCOME TAX DEDUCTION2.5.1 Under Section 194-C of the Income Tax Act 1961 deduction of 2% plus surcharge

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

3.0  EARNEST MONEY:3.1 The tender must be accompanied by a sum of Rs. 325160 ( Rs. Three lacs

twenty five thousand one hundred sixty only) - 2% for works estimated tocost up to Rs.1 Crore) and for works estimated to cost more than Rs. 1 Crore -Rs. 2 lakhs plus 1/2 % (half percent) of the excess of the estimated cost beyondRs.1 Crore, subject to a maximum of Rs.1 Crore, (as indicated in tender notice )as earnest money in the manner prescribed in para 3.2. failing which the tendershall be summarily rejected. The earnest money shall be rounded to the nearestRs. 10.

3.1.1 Labour Co-operative are required to deposit only 50% of the earnest money asreferred to clause 3.1 above.

3.1.2  The tenderer/s shall keep the offer open for a period of 90 days from the date ofopening of the tender in which period tenderer/s cannot withdraw his/their offer

Page 9: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 9/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 9 of 95 www.nr.indianrailways.gov.in. 

subject to period being extended further, if required, by mutual agreement fromtime to time. It is understood that the tender documents have been sold/issued tothe tenderer/s and tenderer/s is/are being permitted to in consideration ofstipulation on his/their part that after submitting his/their offer he/they will not resilefrom his/their offer or modify the terms and conditions thereof in a manner notacceptable to Northern Railway should the tenderer/s fail to observe to comply

with the foregoing stipulation or fail to undertake the contract after acceptance ofhis/their tender the entire amount deposited as earnest money for the dueperformance of the stipulation and to keep the offer open for the specifiedperiod, shall be forfeited to the Railway.

If the tender is accepted, the amount of all earnest money will be held as initialsecurity deposit for due and faithful fulfillment of the contract. The earnest moneyof unsuccessful tenderer/s will, save as herein before provided be returned tothe unsuccessful tenderer/s within a reasonable time, but Railway shall not beresponsible for any loss or depreciation that happen to the earnest money for thedue performance of the stipulation and to keep the offer open for the periodstipulated in the tender documents while in Railway possession nor will be liable

to pay interest thereon.

3.2 The Earnest Money of the requisite amount referred to in Clause 3.1 above isrequired to be deposited either in cash with the Chief Cashier, Northern Railway,Delhi on any working day before 12.00 Hrs. on 17.01.2012 or in any of thefollowing forms:-

(i) Deposit receipts, pay orders & demand drafts. These forms ofearnest money could be either of the State Bank of India or of anyof the Nationalized Banks or by a Scheduled Bank. Noconfirmatory advice from Reserve Bank of India will be necessary.

(ii) The above instruments should be pledged in favour ofDy.FA&CAO/Const./ FA&CAO/Const, Northern RailwayKashmere Gate, Delhi.

(iii) The official cash receipts having a mention of the firm/individualwho has deposited the cash or the Deposit Receipt, Pay Order orDemand Draft as mentioned above, as the case may be, is to beattached with the tender, failing which, tender will be summarilyrejected.

N O T E:-1. Tenders submitted with Earnest Money in any form other than those

specified above shall not be considered.2. Any request for recovery from outstanding bills for earnest money against

present tender will not, under any circumstances, be entertained.3. No interest will be payable upon the Earnest Money and Security Deposit or

amount payable to the contractor under the Contract.

3.3 The previous deposits of earnest money may be considered for adjustmentagainst the present tender if so desired by the tender/s only when the earliertender has been finalized and the earnest money deposited has actually become

Page 10: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 10/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 10 of 95 www.nr.indianrailways.gov.in. 

available without any attachment and there is no change in the constitution of theparties seeking adjustment.

4.0 ACCEPTANCE OF TENDER:4.1 “IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/ 

WHOSE CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS ANDTHEREBY CREATE (S) CIRCUMSTANCES FOR ACCEPTANCE OF

HIS/THEIR TENDER, RAILWAY RESERVES THE RIGHT TO REJECT SUCHTENDER AT ANY STAGE, BESIDES, SHALL SUSPEND THE BUSINESS FORONE YEAR”.

4.2 The authority for acceptance of tender rests with Chief Administrativeofficer/Const./ Chief Engineer/Const. /Dy. Chief Engineer/Const./ ExecutiveEngineer/C as the case may be who does not under take to assign reasons fordeclining to consider any particular tender or tenders. He also reserves the rightto accept the tender in whole or in part or to divide the tender amongst more thanone tender if deemed necessary.

4.3 The successful tenderer/s shall be required to execute an agreement with thePresident of India acting through the Chief Administrative Officer/Const./Chief

Engineer/Const./Dy. Chief Engineer/Const./Executive Engineer/Const. forcarrying out of the work as per agreed conditions. The cost of stamp for theagreement will be borne by the Northern Railway.

4.3.1 The contractors operation and proceedings in connection with the works shall atall times be conducted during the continuance of contract in accordance with thelaws, ordinance, rules and regulations for the time being in force and thecontractor shall further observe and comply with the bye-laws and regulations ofthe Govt. of India, State Govt. and of Municipal other authorities having

 jurisdiction in connection with the works or site over operations such as these arecarried out by the contractor/s and shall give all notice required by such bye-lawsand regulations. The Hospital and medical regulations in force for the time being

shall also be complied with by the contractor/s and his workmen.4.3.2 The contractor shall be responsible for the observance of the rules and

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

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

4.4 The tenderer/s shall not increase his/their rate in case the Railway Administrationnegotiates for reduction of rates. Such negotiations shall not amount tocancellation or withdrawals of the original offer and rates originally quoted will bebinding on the tenderer/s.

4.5 The tenderer/s shall submit an analysis of rates called upon to do so.

4.6 A corrigendum shall be issued in case the increase in quantity in one or moreitems result an extra expenditure in excess of 10% of the value of the contract orRs.50,000/- whichever is less. For the purpose of assessing the increase in thequantity and the increase in the value of contract only such of the items in whichthere is any increase shall be taken into account and the saving in other itemsignored.

Page 11: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 11/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 11 of 95 www.nr.indianrailways.gov.in. 

4.7 Non-compliance with any of the conditions set forth here in is liable to result inthe tender being rejected.

4.8 Variation in quantities:

4.8.1 “The tenderer/contractor will be bound to execute the additional quantities as

per the following terms and conditions.4.8.1.1. Variation in items whose agreement value is more than1% of the totaloriginal agreement value (Major Value items):

(a) Individual NS items in contract can be operated with variation of plus orminus 25% and payment would be made as per the agreement rate.

(b) “USOR schedule as a whole in contract can be operated with variationof plus or minus 25% and payment would be made as per agreementrate. However in case of NS item the limit of 25% would apply on theindividual items irrespective of the manner of quoting the rate (singlepercentage rate or individual item rate).

(c) Operation of an individual NS item/USOR schedule as a whole” in

excess of 125% but upto 140% of their respective agreemental quantityshall be paid at 98% of the agreemental rate.(d) Operation of an individual NS item/USOR schedule as a whole” in

excess of 140% but upto 150% of their respective agreemental quantityshall be paid at 96% of the agreemental rate

(e) Operation of an individual NS item/USOR schedule as a whole” inexcess of 150% of their respective agreemental quantity,if required byRailway in exceptional circumstances, shall be paid at 96% of theagreemental rate,unless otherwise defined in the agreement.

4.8.1.2. Variation in items whose agreemental value is less than1% of the totaloriginal agreement value (Minor value items):-Such items (i.e. NS items/USOR schedule as a whole” can be operatedwith variation of plus or minus 100% of their respective agreementalquantities and the payment would be made as per their respectiveagreemental rate. However, rates for variation of such items beyond100% shall be decided as per General conditions of the contract andprevailing codal provision.

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

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

5.0 Security deposit and performance Guarantee on Acceptance of Tender

5.1 The security deposit/rate of recovery/mode of recovery on acceptance of tendershall be as under:

a The security deposit for each work will be 5% of the contract value,

b The rate of recovery will be at the rate of 10% of the bill amount till the full securitydeposit is recovered,

Page 12: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 12/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 12 of 95 www.nr.indianrailways.gov.in. 

C Security deposit will be recovered only from the running bill of the contract and noother mode of collecting security deposit such as security deposit in the form ofinstruments like BG, FD etc. shall be accepted towards security deposit.

The total security deposit recoverable from a contractor including the amount ofearnest money deposited with the tender as given in Clause above will not

exceed the security amount recoverable at the rates mentioned above.

The security deposit shall be forfeited whenever the contract is rescinded. TheSecurity Deposit unless forfeited in whole or in part according to the terms andconditions shall be released to the contractor only after the expiry of themaintenance period and after passing the final bill based on ‘ no claim certificate’.Thus before releasing the SD, an unconditional and unequivocal no claim certificateform the contractor concerned should be obtained. The competent authority shouldissue the certificate regarding the expiry of the maintenance period and passing ofthe final bill based on ‘no claim certificate’. The competent authority shall be theauthority who is competent to sign this contract. If the competent authority is of therank lower than JA grade, then a JA Grade officer (concerned with the work) should

issue the certificate.

Note:-(i) After the work is physically completed , security deposit recovered from the

running bills of a contractor can be returned to him if he so desires, in lieuof FDR/irrevocable Bank Guarantee for equivalent amount to be submittedby him.

(ii) In case of contracts of value Rs.50 Crore and above, irrevocable BankGuarantee can also be accepted as a mode of obtaining security deposit.

5.2. Performance Guarantee (Revised)

(a) The successful bidder shall have to submit a Performance Guarantee (PG)within 30 (thirty) days from the date of issue of Acceptance (LOA). Extensionof time for submission of PG beyond 30 (thirty) days and upto 60days fromthe date of issue of LOA may be given by the Authority who is competent tosign the contract agreement. However, the penal interest of 15% perannum shall be charged for the delay beyond 30 (thirty) days i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit therequisite PG even after 60(sixty) days from the date of issue of LOA, thecontract shall be terminated by issuing notice under relevant provisions ofGeneral conditions of contract duly forfeiting EMD and other dues, if anypayable against that contract. The failed contractor shall be debarred from

participating in re-tender for this work.(b) The successful bidder shall submit the Performance Guarantee (PG) in any

of the following forms, amounting to 5% of the contract value :-(i) A deposit of cash,

(ii) Irrevocable Bank guarantee,(iii) Government securities including State Loan Bonds at 5 percent below the

market value,

Page 13: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 13/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 13 of 95 www.nr.indianrailways.gov.in. 

(iv) Deposit Receipts, Pay orders, Demand Drafts and Guarantee Bonds. Theseforms of performance guarantee could be either of the State Bank of India orany of the Nationalized Banks,

(v) Guarantee Bonds executed or deposits Receipts tendered by all ScheduledBanks,

(vi) A deposit in the Post office Saving Bank,

(vii) A deposit in the National Saving certificate,(viii) Twelve years National Defence Certificates,(ix) Ten years Defence deposits(x) National Defence Bonds,(xi) Unit Trust certificates at 5 percent below market value or at the face value

which ever is less.(xii) FDR (Free from any encumbrance)

Note : The instruments as listed above will also be acceptance for Guarantees incase of mobilization advance. All the instruments mentioned in (iii) to (xii)above should be in favour of FA&CAO/C/NR or Dy. FA&CAO/C/NR andpledged in favour of FA&CAO/C/NR or Dy. FA&CAO/C/NR.

(c) (i) A Performance Guarantee shall be submitted by the successful bidder after theletter of acceptance has been issued, but before signing of the contractagreement. The Performance Guarantee shall be initially valid up to thestipulated date of completion plus 60 days beyond that. In case the time forcompletion of work gets extended, the contractor shall get the validity ofperformance Guarantee extended to cover such extended time for completion ofwork plus 60 days.

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

(iii) Wherever the railway PSUs are awarded works contracts by Railways, onsingle tender basis, they are exempted from the requirement of submittingPerformance Guarantee.

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

(d) The value of PG to be submitted by the contractor will not change for variationupto 25% (either increase or decrease). In case during the course of execution,value of the contract increases by more than 25% of the original contract value,an additional Performance Guarantee amounting to 5% (five percent) for theexcess value over the original contract value shall be deposited by thecontractor.

(e) The Performance Guarantee (PG) shall be released after the physicalcompletion of the work based on the “completion certificate” issued by thecompetent authority stating that the contractor has completed the work in allrespects satisfactorily. The certificate, interalia, should mention that the workhas been completed in all respects and that all the contractual obligations havebeen fulfilled by the contractor and that there is no due from the contractor torailways against the contract concerned. The competent authority shall normallybe the authority who is competent to sign this contract. If the competent

Page 14: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 14/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 14 of 95 www.nr.indianrailways.gov.in. 

authority is of the rank lower than JA grade, then a JA Grade Officer (concernedwith the work) should issue the certificate. The security deposit shall,however,be released only after expiry of the maintenance period and after passing thefinal bill based on “No claim certificate” from the contractor.

(f) Whenever the contract is rescinded, the security deposit shall be forfeited and

the performance Guarantee shall be encashed. The balance work shall be gotdone independently without risk and cost of the failed contractor. The failedcontractor shall be debarred from participating the tender for executing thebalance work. If the failed contractor is a JV or a Partnership Firm then everymember / Partner of such a firm shall be debarred from participating in thetender for the balance work either in his / her individual capacity or as a partnerof any other JV / Partnership firm.

(g) The Engineer shall not make a claim under the performance Guarantee exceptfrom amount to which the President of India is entitled under the contract(notwithstanding and/or without prejudice to any other provisions in the contractagreement) in the event of:

(i) Failure by the contractor to extend the validity of the PerformanceGuarantee as described herein above in which event the Engineer mayclaim the full amount of the Performance Guarantee.

(ii) Failure by the contractor to pay President of India any amount due, eitheras agreed by the contractor or determined under any of theClauses/Conditions of the agreement, within 30 days of the service of noticeto this effect by Engineer.

(iii) The contract being determined or rescinded under provision of the GCC thePerformance Guarantee shall be forfeited in full and shall be absolutely atthe disposal of the President of India.

5.3  Exemption of Earnest Money & Security Deposit:Public Sector Undertakings wholly owned by Railways like RITES, IRCON,Konkan Railway Corporation Limited, CRIS, Rail-Tel Corporation etc. are exemptedfrom depositing Earnest Money & Security Deposit.

5.4  Whenever the Railways PSUs are awarded works contracts by Railways, onsingle tender basis, they are exempted from the requirements of submittingperformance guarantee.

However, in the event of failure of the Railway PSU to successfully execute thecontract as per terms and conditions laid down in the agreement, a penaltyequivalent to 5% of the original value of contract would be levied.

If Railway PSUs are awarded contract through competitive bidding (open tender,special limited tender etc.) the normal rules regarding submission performancebank guarantee as applicable to other tenderer/s shall be applicable to thesePSUs.

6.0 CONDITIONS OF CONTRACT AND SPECIFICATIONS; 

6.1 Except where specifically stated otherwise in the tender documents the workis to be carried in accordance with (i) Northern Railway General Conditions of

Page 15: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 15/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 15 of 95 www.nr.indianrailways.gov.in. 

contract regulations and instructions for tenderer/s and standard form ofcontract 1999 amended from time to time & upto date(ii) Northern RailwayUnified Standard Schedule of Rates (Works & Materials) 2010 amended fromtime to time & upto date and (iii) Northern Railway standard Specifications formaterial and works 1987 copies of all these publications can be obtainedfrom the CAO(C), Northern Railway, Kashmere Gate, Delhi on payment as

under:-

I) General Conditions of Contract and regulations andinstructions to tenderer/s standard form of contract1999

Rs.100/-

ii) Northern Railway Standard Specifications for Materialand Works 1987

Rs.70/-

iii) Northern Railway Unified Standard Schedule of Rates

(Works & Materials) 2010

Rs.1000/-

Demand for these publications from out station will be considered only if a sumof Rs.50/- towards postal charges is also sent with the cost of the books bymoney order.

6.2 The tender documents referred to in clause 2.1.1 above will govern the worksdone under this contract in addition to documents referred to in clause 6.1 above.Where there is any conflict between special tender conditions regardinginstructions to tenderer/s, Special conditions relating to site data and specifications

and the stipulations contained in the schedule of rates and quantities on the onehand and the Northern railway Standard specifications for Materials and works1987 the General Conditions of Contract 1999 etc. and the Standard Schedule ofRates of 1996 on the other hand the former shall prevail.

7.0  STUDY OF DRAWINGS AND LOCAL CONDITIONS ; 7.1 The drawings for the works can be seen in the office of the Dy. Chief

Engineer/Const. Northern Railway, Jalandhar City and in the office of ChiefAdministrative Officer/Construction, Northern Railway, Kashmere Gate,Delhi. It should be noted by tenderer/s that these drawings are meant for generalguidance only and the railway may suitably modify them during the execution ofthe work according to the circumstances without making the Railway liable for any

claims on account of such changes.

7.2 The tenderer/s is/are advised to visit the site of work and investigate actualconditions regarding nature and conditions of soil, difficulties involved due toinadequate stacking space, due to built up area around the site, availability ofmaterials water and labour probable sites for labour camps, stores, godowns,etc. They should also satisfy themselves as to the sources of supply andadequacy for their respective purpose of different materials referred in thespecifications and indicated in the drawings. The extent of lead and lift involved

Page 16: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 16/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 16 of 95 www.nr.indianrailways.gov.in. 

in the execution of works and any difficulties involved in the execution of workshould also be examined before formulating the rates for complete items ofworks described in the schedule. 

7.3.1. Fencing at work: Contractor(s) while executing the work of gaugeconversion/doubling, yard remodeling  etc .shall provide suitable

fencing/barricading to protect/segregate the existing Railway line from anydamage and un-toward incident, as per ;the directions or plan approved byEngineer-in-charge. The payment of barricading/fencing shall be paid under therelevant N.S. item as given in the Schedule. No work will be started till hefencing/barricading is provided and clearance in writing is issued by theEngineer-in-charge.

7.3.2 Suitable gates/barriers should be installed across the new embankment,preferably adjoining the manned/unmanned level crossings. The entry for thevehicles should be regulated by an authorized representative of the Engineer-in-charge during the working hours.

7.4 During execution of the work, contractors shall ensure that all safety

precautions are taken by their man to protect themselves and site to prevent anyuntoward incident. In this regard contractor will ensure that adequate number ofsafety helmets, safety belts, safety jackets with reflective arm band; ropeladders emergency light etc. are available at site before the work is actuallystarted. The above list is only indicating and is not exhaustive and safety itemwill be arranged as per the requirement. Railway reserve the right to stop thework in the absence of proper safety gear and no claim shall be entertained inthis regard. Decision of the Engineer-in-charge will be final and binding uponthe contractor. The cost of all the safety gear is deemed to have been includedin the rates quoted and nothing extra is payable under this contract.

8.0. PERIOD OF COMPLETION

8.1 The entire work is required to be completed in respects within 12 (Twelve)months from the date of issue of the acceptance letter/telegram. Time is theessence of contract. The contractor/s will be required to maintain speedy andrequired progress to the satisfactions of the Engineer to ensure that the work willbe completed in all respects within the stipulated period failing which action maybe taken by the Railway Administration in terms of Clause 17 and/or clause 62 ofthe General Conditions of Contract, 1999.

8.2 The contractor/s shall arrange to execute the different items of works in closeconsultation with and as per directions of the Engineer so that other works beingexecuted in the same area either departmentally or through another agency suchas steel erection, P-way earthwork in formation, etc. are also progressed

concurrently. It may be noted, however, that any delay in the execution ofdepartmental works, for whatsoever reason shall not be accepted as an excusefor non-performance of the contract.

8.3 The contractor/s will be required to give Dy. Chief Engineer monthly progressreport of the work done during the month on 4 th of the following month. He willalso give to the Dy. Chief Engineer the program of work to be done in comingmonth by 25th of the preceding month. The programmed will be subject toalteration or modification at the direction of the CAO/Const/Chief

Page 17: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 17/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 17 of 95 www.nr.indianrailways.gov.in. 

Engineer/Const., Dy. Chief Engineer/Const. who may discuss such modificationsor alterations with the contractor as considered necessary. Approval of anyprogram shall not in any way relieve the contractor from any of the obligations tocomplete the whole of work by the prescribed time or extended time, if any.

8.4 Incentive Bonus Payment clause: 

The incentive bonus payment clause will apply to contracts for throughputenhancement relating to “Doubling” & “Traffic facility” works only. The contractswhich are for works covering plan heads other than doubling and traffic facilitythe incentive bonus clause shall not apply.

The incentive bonus payment will be regulated as follows:-

1) This incentive Bonus payable shall not be more than 1% of the initialcontract value or revised contract value whichever is less for every onemonth of early completion ahead of the original completion period orrevised completion period whichever is less.

2) However, the maximum incentive bonus shall not be more than 6% of the

original contract value or revised contract value whichever is less.3) Period less than one month shall not be reckoned for the incentive bonuscalculation.

4) This incentive scheme shall not apply if extension to the originalcompletion period is given irrespective of on whose account (Railway’sAccount or Contractor’s Account)

9.0 RATES FOR PAYMENT

9.1 The rates given in the attached schedule of rates tendered by the contractor andas accepted by the Railways will form the basis of payment for such items underthis contract.

9.2 No material price variation or wages escalation on any account whatsoever thecompensation for Force majure etc. shall be payable under the contract exceptpayable as per price escalation clause if any, provided separately in the tenderdocuments.

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

9.3.1 The contractor shall work in close co-operation with the contractor/ departmentalstaff working in the adjacent sections of Railway local authorities.

9.4 It should be specifically noted by the tenderer/s that no separate loading,unloading and leading charges for materials (which are supplied by the Railway)shall be paid for by the Railways and the rates quoted by the tenderer/s shall beinclusive of all these charges.

Page 18: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 18/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 18 of 95 www.nr.indianrailways.gov.in. 

9.5 The items Nos. description, units and rates given in schedule of rates are as perNorthern Railway Standard Schedule of Rates, 1996 and any discrepancy duringthe execution of the work in the working rates quantity and units etc. should berectified by reference to the printed schedule of rates which shall be treated asauthority and will be binding on the contractor.

9.6 Should there arise any items which may be necessary for the completion of workbut which does not appear in the Schedule of items, rates and Quantitiesattached with tenders, items rate will be fixed by analysis of actual in puts of alltypes including labour and material or derived from the labour and material rtesgiven in the Northern Railway Standard Schedule of Rates, 1996. The rates forsuch non-scheduled items occurring during the course of construction shall bepayable subject to the approval of the competent authority. No items of workrequiring non-schedule rates will be carried out unless ordered to do so by theEngineer. The rates derived from the Northern Railway Standard Schedule ofRates, 1996 will be subject to percentage above or below tendered by thecontractor.

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

9.8 SUPPLEMENTARY AGREEMENTAfter the work is completed and taken over by the Railway as per terms andconditions of the contract agreement or otherwise concluded by the parties withmutual consent and full and final payment is made by the Railway to thecontractor for work done under the contract the parties shall execute thesupplementary agreement annexed here to as Annexure-‘B’.

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

9.9.1 All borrow pits dug for and in connection with the construction and repairs of

buildings, roads, embankments etc. shall be deep and connected with each otherin the formation of drain directed towards the lowest level and properly sloped fordischarge into a river, stream, channel or drain and no person shall create anyisolated borrow pit which is likely to cause accumulation of water which maybreed mosquitoes.

9.9.2 Non fulfillment of the provision in 9.9.1 above shall be a breach of the contractand contractor/s shall be liable to pay by way of agreed liquidated damages tothe Railway at the rates of Rs.100/- for each breach and in addition to thatcontractor further undertake to pay the amount incurred by the Railway in gettingthe said job/s done at the risk and cost of the contractor. Besides this, thecontractor will also be held responsible for any laws for contravening them.

10.0 SETTING OUT WORKS

10.1 The contractor is to set out the whole of the work in consultation with theengineer or an official to be deputed by the Engineer and during the progress ofworks to amend on the requisition of the Engineer any errors which may arisethere in and provide efficient and sufficient staff and labour thereon. Thecontractor shall also alter or amend any errors in the dimension lines on level to

Page 19: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 19/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 19 of 95 www.nr.indianrailways.gov.in. 

the satisfaction of the Engineer or his authorized representative without claimingany compensation for the same.

10.2 The contractor shall provide, fix and be responsible for maintenance of all stocks,templates, profiles, land marks, points, burjies, monuments, center line pillars,reference pillars, etc. and shall take all necessary precautions to prevent theirbeing removed altered or disturbed and will be responsible for the consequence

of such removal, alterations or disturbances and for their efficient reinstatement.10.3 The contractor shall protect and support, as may be required or as directed bythe Engineer, building, fences, walls, towers, drains, road paths, waterways,foreshores banks, bridges, Railway ground and overhead electric lighting, thetelegraphs/telephones and crossing water service main pipes and cables andwire and altogether matters and things of whatever kind not otherwise hereinspecified other than those specified or directed to be removed or altered whichmay be interfered with or which is likely to be affected disturbed or endanger bythe execution completion of maintenance of the works and shall support providedunder this clause to such cases as directed by the Engineer. No payment shallbe made by the Railway to the contractor for these works on account of delay forre-arrangement of road traffic or in the contractor having to carry out the short

lengths and in such places as per conditions and circumstances may warrant.These will not form the basis of any claim and or dispute for compensation of anykind.

11.0 DRAWING FOR WORKS:

11.1 The Railway Administration reserves the right to modify the plans and drawingsas referred to in the special data and specifications as also the estimate andspecifications without assigning any reasons as and when considerednecessary by the railway. The percentage rates for the schedule items anditems rates for the non-schedule items quoted by the contractor as may beaccepted by the railways will, however, hold good irrespective of any changes,modifications, alterations, additions, omissions in the location of structures anddetailed drawings, specifications and/or the manner of executing the work.

11.2. It should be specifically noted that some of the detailed drawings may not havebeen finalized by the Railway and will, therefore, be supplied to the contractoras and when they are finalized on demand. No compensation whatsoever onthis account shall be payable by the Railway Administration.

11.3 No claim whatsoever will be entertained by the Railway on account of any delayor hold up of the work/s arising out delay in approval of drawings, changes,modifications, alterations additions, omission and the site layout plans or detailsdrawings and design and or late supply of such material as are required to bearranged by the Railway or due to any other factor on Railway Accounts. 

12.0. SUPPLY OF MATERIAL BY THE RAILWAY

12.1 If at any time, material which the contractor/s should normally have to arrangehimself/themselves, are supplied by the Railway either at the contractor requestor in order to prevent any avoidable delay in the execution of work due to thecontractor’s inability to make adequate timely arrangements for supply thereof orfor any other reason, recovery will be made from the contractor’s bill either at the

Page 20: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 20/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 20 of 95 www.nr.indianrailways.gov.in. 

market rate prevailing at the time of supply or at the book rate which ever isgreater and fixed departmental charges viz. freight at 5% (8.33% for items or ironand GI pipe steel) incidental charges at 12% and added on total cost ofsupervision charges at 12-1/2%. No carriage or incidental which he/they isrequired to arrange himself/themselves in accordance with the terms andconditions of this contract.

12.1.1 In the case, cement and/or steel is issued to the contractor/s free of cost or onthe cost to be recovered for use on the work, the supply thereof shall be made instages limited to the quantity/quantities computed by the Railway according tothe prescribed specifications and approved drawings as per the agreement. Thecement and/or steel issued in excess of the requirements as above shall bereturned in perfectly good conditions by the contractor to the Railwayimmediately after completion or determination of the contract. If the contractor/sfail/s to return the said stores, then the cost of cement and/or steel issued inexcess of the requirement computed by the Railway according to thespecifications and approved drawing will be recovered from the contractor/s @twice the prevailing procurement cost at the time of last issue viz. (purchase price

+ 5% freight only). This will be without prejudice to the right of the Railway totake action against the contractor/s under the conditions of the contract for notdoing/completing the work according to the prescribed specifications andapproved drawings. If it is discovered that the quantity of cement and steel usedis less than the quantity ascertained as herein before provided the cost of thecement and/or steel not so used shall be recovered from the contractor/s on thebasis of the above-stipulated formula.

12.1.2 The contractor shall be responsible for the safe transport custody and storage ofall railway materials issued to him and he will be liable to make good the loss dueto any cause whatsoever, that may be suffered by the railway on this account.Special precautions should be taken in respect of cement while transportingcement, step should be taken to safeguard against cement becoming damp orwet due to moisture or rain. The contractor will also be responsible for storingcement in damp proof condition at site of work at his own cost in accordance withthe standard specifications. The engineer shall decide whether the cement storedin the godowns is fit for the work and his decision shall be final and binding to thecontractor/s.

12.2. The contractor should supply a schedule showing the requirement ofexplosives/materials required to be supplied to him by the railway based ondetailed plans. The materials will be arranged by the railway according to theschedule unless otherwise modified by the railway due to additions or alterationsin the approved plans. No claim whatsoever will be entertained by the railway onaccount of late supply of such material as are required to be arranged by theRailway.

12.3. SUPPLY OF CEMENT AND STEEL BY THE RAILWAYS

12.3.1. Cement, Mild Steel/H.Y.S.D./Bars/RSJ/MS plate, etc. to be supplied by therailway to the extent as would become a part of the work involved in the tenderschedule will be supplied by the Railway free of cost or on cost recovery basis asthe case maybe as per relevant clauses of special conditions relating to site dataand specifications at construction store godown at _______. The contractor will

Page 21: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 21/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 21 of 95 www.nr.indianrailways.gov.in. 

be required to lead the same to the site of work at his own cost subject topayment at the rate as quoted against relevant item of N.S. items in the Scheduleof items, Rates & quantities.(NA)

12.3.2. Cement and steel required for temporary works timbering, shuttering, centering,scaffolding, etc. will have to be arranged entirely by the contractor at his own

cost.

12.3.3. The empty cement bags for the supply of cement by the Railway shall beproperty of the contractor and the cost of the same shall be recovered at the rateof Rupees two per empty cement bag from the ‘on account bill’ of the contractorin case the cement is supplied in Jute bags. No recovery on account of emptycement bags shall be made from the contractor, in case the cement is supplied inH.D.P.E. bags. The Railway, however, reserves its right to take empty bags asare in good conditions and in that case no recovery will be made for bags sotaken back. These rates will apply for bags deteriorated while in use and notfound acceptable to the railway so taken back from the contractor.

13.0. SUPPLY OF MATERIALS BY THE CONTRACTOR/S13.1 Materials used in the work by the contractor shall conform to the Northern

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

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

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

13.4 Stage payment for supply of steel by the contractor (For works above Rs.15Crores): Stage payment limited to 75% of the rate of steel awarded in the contract (as aseparate NS item for the purpose) shall be made to the contractor for steelphysically brought by the contractor to the site (even before its actual use in thework) subject to following:-(a) The material shall be strictly in accordance with the contract specifications.

(b) The material shall be delivered at site and properly stored under coveredsheds at contractor’s cost and protected against damage, deterioration,theft, fire etc. to the satisfaction of the engineer in charge. The contractorshall store the bulk material in the measurable stacks.

(c) The quantities of materials shall be brought to the site only in suchinstallments that would facilitate smooth progress of work and consumed inreasonable time. The decision of Engineer-in-charge regarding quantity ofsteel to be brought to the site shall be final and binding to the contractor.

(d) Proper accountal in the material register to be maintained in the prescribedformat at the site for the receipt and use of the material on day to daybasis.

(e) Submission of indemnity bond with a validity up to the completion/extendedperiod in the prescribed format at the contractor’s cost, vesting theownership of such material with the railways.

Page 22: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 22/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 22 of 95 www.nr.indianrailways.gov.in. 

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

The balance payment shall be released only after material is actually

consumed in the work. The price variation claim for steel would continue tobe governed as per extant PV clause and with reference to delivery at site.

14.0. SERVICE ROADS

14.1 The contractor/s shall make his/their arrangements for service roads, paths etc.for carrying his/their tools and plants, labour and materials etc. and will also allowthe railway use of such paths and service roads etc. for plying its on vehicles freeof cost. The tenderer/s will be deemed to have included the cost of making anyservice roads, roads or paths, etc., that may be required by him/them for plyinghis/their vehicles for the carriage of his/their man and materials, tools, plants andmachinery for successful completion of the work. Similarly, any other feeder road

connecting any of the existing roads will be made by the contractor at his/theirown cost including any compensation that may be required to be paid for thetemporary occupation or usage of Govt. and or private land without in anywayinvolving the railway in any dispute for damage and /or compensation.

14.2 In case the railway has its own paths, service roads, the contractor/s will beallowed to use of such paths or service roads free of cost. He / they shall,however, in no way involve the railway in any claims or dispute of whatever kinddue to the inaccessibility of such paths or service roads or due to their poorconditions and ;or maintenance or their being to be blocked and /or closed.

14.3 The rates quoted by the contractor as per schedule or items, rates and quantitiesshall form the basis of ‘on account payment’ for the various items under thiscontract.

14.4 In the course of execution of various items of work under schedule of items,Rates and Quantities running bills payment for partly completed works will bemade to the contractor. The quantum of such works shall be decided by theengineer-in-charge whose decision shall be final and binding on the contractor.

14.5 No ‘on account payment’ by the railway shall protect the contractor/s against orprevent the railway from recovering from the contractor/s any over paymentmade to him/them.

14.6 Final payment of the balance amount due, exclusive of the security deposit interms of clause-5 of these special conditions, will be made after completion ofentire work and on the certification of the engineer that work has been completedin all resects and found satisfactory. The security deposit will be refunded 6(Six)months after the date of completion according to clause 5.1 of these conditions.

Page 23: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 23/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 23 of 95 www.nr.indianrailways.gov.in. 

15.0 EMERGENCY WORK

15.1 In the event of any accident or failure occurring in or about the work or arising outfor or in connection with the construction completion or maintenance of the workwhich in the opinion of the engineer required immediate attention, the railwaymay be with its own workmen or other agency execute or partly execute the

necessary work or carry out repairs if the engineer considers that the contractorsis not in a position to do so in time and charge the cost thereof, as to bedetermined by the Chief Engineer/Const. to the contractor.

15.2 In terms of Clause 32 of GCC of May’99” the materials & plants brought by thecontractor on the site or land occupied to be used for execution thereof shallimmediately, they are brought upon the sites of this said land bee deemed to bethe property of the Railway. Vehicles, equipments, plant and machinery of thecontractor can be drafted by the Railway Administration at their discretion in caseof accidents, natural calamities involving human lives, breaches, stoppage of thetrain operations or any contingencies which requires such requisitioning asessential. The decision in this regard of the Engineer In charge or his superiors

i.e. Sr. Engineer Executive Engineer/Dy.Chief Engineer etc. shall be final andbeyond the ambit of arbitration clauses i.e. exception of arbitration clauses.

15.3 In terms of the clause No.2.3.2 (A) (iv) tenderer is required to submit the list ofequipment, machinery, construction tools and plants available/ deployed at site.The successful tenderer on receipt of acceptance letter and conveying theirconsent, shall submit name, addresses, telephone nos. fax nos./E-mail addressof the persons to be contacted for requisition the above items as detailed inforegoing clause 15.2 and notify from time to time if any change in the list ofequipment/machinery or the addresses/individuals to the Engineer In-charge inwriting. The name and address, telephone nos and the contractor officials nameshall also be displayed at the site of work.

15.4 The man-power, consumable items and maintenance of the above tools & plantswhen requisitioned shall be the responsibility of the tenderer/contractor so thatthe equipments, machinery, tools & plants shall be available for effectiveutilization at the accident sites, natural calamities, breaches sites etc.

15.5 The hire charges per annum shall be calculated at the following rates on thepurchase cost of the plant as under:-

(i) Depreciation charges at the following rates:a) Light plant 16% per annum.b) Heavy plant 10% per annum.c) Special plant 6% per annum

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

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

Page 24: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 24/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 24 of 95 www.nr.indianrailways.gov.in. 

(v) The contractor manpower charges shall be payable @ minimum wagesas notified by the State Govt/Local bodies/Labour deptt. As the case maybe for highly skilled, semi-skilled personnel drafted for operating the plant& machinery.

(vi) The payment for the fuel cost shall be paid on the basis of the actualexpenditure incurred by the contractor for purchases + 10% contractor’s

profit thereof which will be the payments towards his miscellaneousexpenses too.

16.0 NIGHT WORK 

16.1 If the engineer is satisfied that the work is not likely to be completed in timeexcept by resorting to night work, he may order without confirming any right onthe contractor for claiming any extra payment for the same.

17.0 DISPOSAL OR SURPLUS EXCAVATED MATERIALS17.1 The contractor shall at all time keep the site free from all surplus earth, surplus

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

17.2 The contractor shall within 15 days of completion of entire works remove allunused and surplus materials tools and plants staging and refuge or othermaterials produced by his operations and shall leave the site in a clear and tidyconditions 

18.1 SITE INSPECTION REGISTER

18.2 A site inspection register will be maintained by the Engineer or his representativein which the contractor will be bound to sign day to day entries made by theEngineer or his representative. The contractor is required to take note of theinstructions given to him through the site inspection register and should complywith the same within a reasonable time. The contractor will also arrange to

receive all the letters etc. issued to him at the site of works.18.3 The contractor shall, from time to time (before the surface of any portion or

the site is interfered with or the work thereon begun) take such levels as theEngineer may direct in his presence or any person authorised by him in writing.Such levels approved and checked by him or such authorised persons shall berecorded in writing and signed by the contractor and shall form the basis of themeasurements. Immediately before any portion of the work, below water level isstarted the existing water levels are to be taken and recorded in a similar manner.

19.0  The contractor shall have to make and maintain at his own cost suitableapproach road and path etc. for proper inspection of the various works. He shallalso provide all facilities as required by the Engineer such as ladder and other

appliances for satisfactory inspection of the works and places where materials forthe work are stored or prepared.

20.0  OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST:Should the engineer or any representative consider it necessary for the purposeof enabling inspection of tests analysis to be made to verify or ascertain thequality of any part of the works or of any materials, the contractor shall as andwhen required by the Engineer or his representatives open up the work ormaterials for inspection or test or analysis, pull down or cut into any part of the

Page 25: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 25/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 25 of 95 www.nr.indianrailways.gov.in. 

work to make such openings, into under or through any part of the works as maybe directed and shall/provide all things facilities which in the opinion of theEngineer or his representative are necessary and essential for the purpose ofinspection or test or analysis of the works or of any part thereof or the materials,or of workmanship and the contractor shall close up, cover, rebuild and madegood the whole at his own cost, as and when directed by and to the satisfaction

of Engineer provided always that of the work in the opinion of the Engineer isfound to his satisfaction and in accordance with the contract. The excessexpenditure in such examination, inspection or test shall, upon the certificate ofthe engineer, be borne by the Railways.

21.0  GENERAL

21.1 PROVISION OF LIGHT SIGNALS ETC. The contractor/s shall make such provision for lighting the works, materials andplant and provide all such marks and lights, signals and other appliances as maybe necessary or as may be required by the Engineer or other responsibleauthorities during the execution completion and maintenance of the work andshall provide all labour, stores, etc., required for their efficient working and use at

any time of day or night. He/they shall also provide all arrangement of everydescription of watching and maintenance required in connection with foregoingand all other services for protection of any securing all dangerous places whetherto the contractor’s workmen or to other persons and or vehicular traffic until thework is certified by the engineer to have been completed and taken over inaccordance with the contract.

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

21.3 LABOUR CAMPLand for setting up a workshop by the contractor or for his labour camp or for any

other purpose, shall have to be arranged by the contractor at his own cost andunder his own arrangements. The contractor, however, will be permitted to makeuse of the railway land to the extent that can make use of the railway land to theextent that can be made available to him free of cost, by the railway in the vicinityof the site of works. The contractor/s shall at all times be responsible for anydamage or trespass committed by his agent and workmen for carrying out thework.

21.4 The railway administration may recommend to the concerned authorities theissue of necessary transport permits for the work. The contractor shall, however,furnish full justification for the above facilities, to enable the Railwayadministration to address the State Government or other authorities in thisconnection. The contractor shall also maintain regular log book of receipts and

issue of the materials to work, if so required by the Civil Authorities. No claimwould, however, be entertained by the non-issue of any priority permits or owingto any interruption in supply.

21.5 No claim for idle labour and or idle machinery etc. on any account will beentertained. Similarly no claim shall be entertain for business loss or any suchloss.

Page 26: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 26/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 26 of 95 www.nr.indianrailways.gov.in. 

22.0 Levy of Token Penalty 

22.1 Attention is invited to clause 17 (B) of the GCC and clause 8.1 of tender conditionaccording to which time is the essence of the contract. The competent authoritywhile granting extension to the currency of contract under 17 (B) of GCC may alsolevy token penalty as deemed fit.

23.0 SALES TAX/TURN OVER TAX/LOCAL TAX. The contractor shall be governed by the Taxes applicable at the place of actualexecution of work.

23.1 Sales Tax including turn over tax on works contract, octroi, royalty, toll tax, localtax on materials as well as services and any other tax levied by Central Govt

 /State Govt. or local bodies shall be borne by the tenderer. No part of such taxeson contractor’s labour/material or any other account will be paid by the Railways.Therefore, the contractor must ascertain the various taxes levied by theconcerned Govt or local bodies at the place of execution of work and take intoaccount for the same while quoting the rates. This should be kept in view beforetendering.

23.2 If there is any increase/decrease/imposition of new tax/removal of existing tax byCentral Govt/State Govt/Local bodies in respect to any of the tax mentionedabove, the same shall be borne by the contractor and neither any additionalpayment will be made, nor any recovery will be made on this account. This shouldalso be kept in view before tendering, as no subsequent changes will be made inthe rates payable to the contractor on this account.

23.3 Railways will deduct the sales tax or any other tax specified by the concernedCentral Govt/State Govt/Local bodies if required to be deducted at source underthe relevant laws as applicable on the date of making the payment. Railway willissue a certificate regarding tax so deducted. It will be responsibility of thecontractor to make further correspondence with concerned Govt or local bodies toensure full deposition of the tax or for claiming a refund, if due, as is done in caseof income tax.

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

23.5 Implementation of – The Building and Other Construction Workers (RECS)Act, 1996 and The Building and Other Construction Workers Welfare Cess

Act, 1996 in Railway Contracts:

“The tenderer for carrying out any construction work in  _______ (name of theState) must get themselves registered from the Registering Officer under Section-7 of the Building and other Construction Workers Act, 1996 and rules madethereto by the  ________  (name of the State) Govt and submit certificate ofRegistration issued from the Registering Officer of the  _______  (name of theState) Govt. (Labour Deptt.). For enactment of this Act, the tenderer shall berequired to pay cess @ 1% of the cost of construction work to be deducted from

Page 27: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 27/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 27 of 95 www.nr.indianrailways.gov.in. 

each bill. Cost of material shall be outside the purview of cess, when suppliedunder a separate schedule item.”

24.0 All payments in respect of the contract during the currency of the contract shall bemade through National electronic Fund transfer (NEFT) or Real Time GrossSaving (RTGS). The successful tenderer on award of contract must submit

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

25.0 Contractor(s) executing the works adjacent to the existing Railway track for e.g.doubling, gauge conversion, yard remodeling etc. will take all care for avoidingany damage to the underground/OH services such as S & T cables, electriccables/wires, pipelines/sewer lines etc. They must ensure that the work is startedafter obtaining clearance in writing from the Engineer-in-charge regarding the

route for signaling/electrical cables/water supply/sewer lines etc. However, if anydamage occurs during execution, he will immediately report the same to theEngineer-in-charge and stop the work further till clearance for restarting he workis given by the Engineer-in-charge. It may be further noted hat if it is proved thatdamage is occured due to the negligence on the part of the contractor, the cost ofthe damage will be recovered from him/them. The decision of Engineer-in-chargewill be final and binding upon the contractor(s).

26.0 Applicable for tender documents downloaded from internet.26.1. Tenderer/s are free to down load ender documents at their own risk and cost for

the purpose of perusal as well as for using the same as tender documents forsubmitting their offer. Master copy of the tender documents will be available inthe office of the Dy. Chief Engineer/Const., N.Rly., Jalandhar City. After awardof work, an agreement will be drawn up. The agreement shall be preparedbased on the master copy available in the office of Dy. Chief Engineer/Const.,N.Rly., Jalandhar City and not based on the tender documents submitted by thetenderer.In case of any discrepancy between the tender documents downloaded frominternet and the master copy, later shall prevail and will be binding on thetenderers. No claim on this account will be entertained.

27.0 DELETED

28.0 Maintenance Period: The contractor will have to maintain the work for a periodof 06 (Six) Months from the date of completion of work as certified by Engineer-in-charge of the work.

29.0. Price Variation Clause:

29.1 The rates quoted by tenderer and accepted by Railway Administration shall hold good tillthe completion of the work and no additional individual claim will be admissible onaccount of fluctuation in market rates, increase in taxes/ any other levies/- tolls etc. exceptthat payment/recovery for overall market situation shall be made as per price variationclause given in para below:

Page 28: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 28/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 28 of 95 www.nr.indianrailways.gov.in. 

29.2 No cognizance will be given for any sort of fluctuations in taxes and other marketconditions etc. for any individual item for the purpose of making adjustment inpayments. The contact shall, however, be governed by the general pricevariation clause as under :

29.3 Adjustment for variation in prices of material, labour, fuel, explosives, detonatorsshall be determined in the manner prescribed below :

29.4 The percentage component of various items in contract on which variation inprices shall be admissible as prescribed for the respective category of work asshown in the statement given below:

(a) Earthwork Contract

Labour component 50%Fuel component 20%Other material components 15%Fixed component 15% *

(b) Ballast and Quarry Products Contracts

Labour component 55%

Fuel component 15%Other material components 15%Fixed component 15%*

(c) Tunneling Contracts

Labour component 45%

Fuel component 15%

Explosive component 15%

Detonaters component 5%

Other material components 5%

Fixed component 15%*

(d) Track Renewal Works on Works with Contractor’s Portal Cranes

Labour component 50%

Fuel component 12.5%

Other material components 12.5%

Fixed component 25%*

(e) Other works Contracts

Labour component 30%

Material component 25%

Fuel component 15%

Fixed component 30%*

*Will not be considered for any price variation.

Page 29: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 29/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 29 of 95 www.nr.indianrailways.gov.in. 

The above weight age will be applied on the value arrived at after deducting thecost of steel and cement from the total contract value.

29.5 (A-1) The amount of variation in prices in the several components (labour materialetc.) shall be worked out by the following formulae (except cost of steel andcement supplied by contractor as a separate NS item) :-

(i) L = R x (I-IO) X PIO 100

(ii) M = R x (W-WO) X QWO 100

(iii) U = R x (F-FO ) X ZFO 100

(iv) X = R x (DE-DO ) X SEO 100

(v) N = R x (D-DO ) X TDO 100

L – Amount of Price Variation in LabourM – Amount of Price Variation in MaterialsU – Amount of Price Variation in FuelX – Amount of price variation in ExplosivesN – Amount of price variation in DetonatorsR – Gross value of the work done by the contractor as per on account bill(s)excluding(i) Cost of materials supplied by Railways at fixed price

(ii) Cement and steel provided by the contractor for which separate PVC

formulae is given in clause no. 29.5 A2(I) and clause no.29.5 A2(II).

(iii) Specific payment, if any, to be made to the consultants engaged by the

contractors (such payment will be indicated in the contractor’s offer).

IO = Consumer Price Index Number for Industrial Workers – All India –as Publishedin RBI Bulletin for the base period.

I = Consumer Price Index Number for industrial Workers – All India- as published inRBI Bulletin based on the average price index of the three months of the quarter.

WO = Index Number of wholesale Prices – By Groups and sub-groups – Allcommodities – as published in the RBI Bulletin for the base period.

W = Index Number of wholesale Prices – BY groups and sub groups – Allcommodities – as published in the RBI Bulletin based on the average price indexof the three months of the quarter.

FO = Index Number of wholesales Prices – By Groups and sub-Groups for Fuel,Power, Light and Lubricants as published in the RBI Bulletin for the base period.

Page 30: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 30/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 30 of 95 www.nr.indianrailways.gov.in. 

F = Index Number of wholesale Prices – By Group and sub-groups for Fuel, Power,Light and Lubricants as published in the RBI Bulletin based on the average priceindex of the three months of the quarter

EO = Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm

from whom purchases of explosives are made by the contractor for the baseperiod.

E = Cost of explosive as fixed by DGS & D in the relevant rate contract of the firmfrom whom purchases of explosives are made by the contractor for the firstmonth of the quarter under consideration.

DO = Cost of detonators as fixed by DGS&D in the relevant rate contract of the firmfrom whom purchases of detonators are made by the contractor for the baseperiod.

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

from whom purchases of detonators are made by the contractor for the firstmonth of the quarter under consideration.

P = % of labour component

Q = % of material component

Z = % of fuel component

S = % of explosive component

T = % of detonators component

NOTE :-

1. The Price Variation Clause shall be applicable for tenders of value more thanRs.fifty lacs irrespective of the contract completion period and PVC shall notbe applicable to the tender of value less than Rs.fifty lacs.

2. Price variation is payable/recoverable during the extended period of contract,provided the Price Variation Clause was part of the original contract and theextension has been granted on administrative ground i.e. under Clause 17-A(i), (ii) and (iii) of GCC.

3. No maximum value for the price variation is prescribed.

4. If, in any case, the accepted offer includes(i) Cost of materials supplied by Railways at fixed price

(ii) Cement and steel provided by the contractor for which separate PVC

formulae is given in clause no. 29.5 A 2(I) and clause no.29.5 A2(II).

(iii) Specific payment, if any, to be made to the consultants engaged by the

contractors (such payment will be indicated in the contractor’s offer).

Page 31: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 31/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 31 of 95 www.nr.indianrailways.gov.in. 

Such payments would be excluded from the gross value of the work forpurpose of payment/ recovery of variations.

5. The index number for the base period will be the index number as obtainedfor the month of opening of the tender and the quarters will commence fromthe month following the month of opening of tender. However, if the rates

quoted in negotiated tender are accepted, the base month for the pricevariation clause is the month in which negotiations are held.

6. The adjustment for variation in prices if required shall be made once everyquarter in the on-account payments, if more than one on-account payment ismade to the contractor in a quarter, the adjustment, if required shall be madein each bill.

7. The price variation should be based on RBI’s average price index of the 3months of the quarter.

8. The demands for escalation of the cost may be allowed on the basis of

provisional indices made available by the Reserve Bank of India. Anyadjustment needed to be done based on the finally published indices is to bemade as and when they become available.

9. The weightage would be applied on the value arrived at after deducting thecost of steel and cement from the total contract value.

10. The price variation implies both increase as well as decrease in input pricesand, therefore price variation during the currency of the contract may result inextra payment or recovery as the case may be.

29.5 A-2(I) Price Variation in case of Steel supplied by the contractorThis special Price Variation Clause will be applicable only on Iron and Steelsupply items of tender schedule without value addition.

The amount of variation for the component of supply of steel shall be adjusted(paid/recovered) by the following formulae :-

Ms = Q(Bs-Bso) where

Ms= Amount of price variation in steel payable/recoverable.

Q= Weight of steel in tones supplied by the contractor as per the on accountbill for the month under consideration.

Bs= SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Dutythereof (in rupees per tone) for the relevant category of steel supplied by thecontractor as prevailing on the first day of the month in which the steel waspurchased by the contractor (or) as prevailing on the first day of the month inwhich steel was brought to the site by the contractor whichever is lower.

Bso= SAIL’s ex-works price plus Excise Duty thereof (in rupees per tonne) forthe relevant category of steel supplied by the contractor as prevailing on the firstday of the month in which the tender was opened.

Page 32: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 32/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 32 of 95 www.nr.indianrailways.gov.in. 

NOTE:1. Relevant categories of steel for the purpose of operating the above price

variation formula based on SAIL’s ex-works price plus Excise Duty thereof are asunder:-

SN Category of steel supplied in the

Railway work

Category of steel produced by SAIL

whose ex-works price plus Excise Dutythereof would be adopted to determineprice variation.

1 Reinforcement bars and otherrounds.

TMT 8 mm IS 1786 Fe 415

2 All types and sizes of angles. Angle 65x65 x 6 mm IS 2062 E250A SK

3 All types and sizes of plates. PM Plates above 10-20 mm IS 2062 E 250ASK

4 All types and sizes of channels and joints.

Channels 200 x 75 mm IS 2062 E250A SK

5 Any other section of steel not

covered in the above categories andexcluding HTS.

Average of price for the 3 categories

covered under sl. No. 1,2,3 above.

2. The prevailing ex-works price of steel per tone as on 1st of every month for theabove categories of steel as advised by SAIL to Railway Board would becirculated to all the Zonal Railways.

3. Separate items for ‘supply of steel’ for RCC/PSC work should have beenincorporated in the tender schedule to know the cost of steel actually consumedat any given point of time.

4. The Price Variation Clause shall be applicable for tenders of value more thanRs. fifty lacs irrespective of the contract completion period and PVC shall not beapplicable to the tender of value less than Rs.fifty lacs.

5. Price variation is payable/recoverable during the extended period of contract,provided the Price Variation Clause was part of the original contract and theextension has been granted on administrative ground i.e. under Clause 17-A (i),(ii) and (iii) of GCC.

6. No maximum value for the price variation is prescribed.7. If, in any case, the accepted offer includes

(i) Cost of materials supplied by Railways at fixed price

(ii) Value of steel, for which PVC is being paid/ recovered under this clause

(iii) Specific payment, if any, to be made to the consultants engaged by the

contractors (such payment will be indicated in the contractor’s offer).

Such payments would be excluded from the gross value of the work for purposeof payment/ recovery of variations as per clause no. 29.5 A 1.

8. The SAIL’s Ex-work price plus Excise Duty there of (in Rupees per tone) for therelevant category of steel, as prevailing on first day of the month in which tender isopened, will be considered. However, if the rates quoted in negotiated tender areaccepted, the base month for PVC will be the month in which negotiations are held.

9. The adjustment for variation in prices, if required, shall be made every month in theon-account payments as per above formula.

Page 33: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 33/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 33 of 95 www.nr.indianrailways.gov.in. 

10. The Dy CE concerned will maintain a register showing receipt of steel fromcontractor on site (supported by documentary evidence of purchase) andconsumption thereof.

11. The price variation implies both increase as well as decrease in input prices and,

therefore price variation during the currency of the contract may result in extrapayment or recovery as the case may be.

12. Steel supplied free or at firm price by Railway, as per contract, if any, will not beconsidered for calculation of PVC.

A-2(II) Price Variation in case of Cement supplied by the contractorThis special Price Variation Clause will be applicable only on Cement supply

items of tender schedule without value addition.1. The amount of variation for the component of supply of cement shall be adjusted

(paid/recovered) by the following formulae :-Where

Mc= R x(Wc-Wco)/WcoWhereMc= Amount of price variation in material (-Cement).R= Value of Cement supplied by contractor as per on account bill in the

quarter under consideration.

Wco= Index No. of Wholesale price of sub-group (of cement) as published in RBIBulletin for the base period.

Wc= Index No. of wholesale price of sub group (of cement) as published in RBIBulletin for the first month of the quarter under consideration.

Note:1. Separate items for ‘supply of cement’ for RCC/PSC work should have been

incorporated in the tender schedule to know the cost of cement actually consumedat any given point of time.

2. The Price Variation Clause shall be applicable for tenders of value more thanRs.One Crore irrespective of the contract completion period and PVC shall not beapplicable to the tender of value less than Rs.One Crore.

3. Price variation is payable/recoverable during the extended period of contract,provided the Price Variation Clause was part of the original contract and theextension has been granted on administrative ground i.e. under Clause 17-A (i), (ii)and (iii) of GCC.

4. No maximum value for the price variation is prescribed.

5. If, in any case, the accepted offer includes(i) Cost of materials supplied by Railways at fixed price

(ii) Value of cement, for which PVC is being paid/ recovered under this

clause

Page 34: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 34/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 34 of 95 www.nr.indianrailways.gov.in. 

(iii) Specific payment, if any, to be made to the consultants engaged by the

contractors (such payment will be indicated in the contractor’s offer).

Such payments would be excluded from the gross value of the work for purpose ofpayment/ recovery of variations as per clause no.29.5 A 1.

6. The index number for the base period will be the index number as obtained for themonth of opening of the tender and the quarters will commence from the monthfollowing the month of opening of tender. However, if the rates quoted in negotiatedtender are accepted, the base month for the Price Variation Clause is the month inwhich negotiations are held.

7. The adjustment for variation in prices, if required, shall be made once every quarterin the on-account payments, if more than one on-account payment is made to thecontractor in a quarter, the adjustment, if required shall be made in each bill.

8. The price variation would be based on the price index of the first month of thequarter under consideration.

9. The demands for escalation of the cost may be allowed on the basis of provisionalindices made available by the Reserve Bank of India. Any adjustment needed to bedone based on the finally published indices is to be made as and when theybecome available.

10. The price variation implies both increase as well as decrease in input prices and,therefore price variation during the currency of the contract may result in extrapayment or recovery as the case may be.

11. Cement supplied free or at firm price by Railway, as per contract if any, will not beconsidered for calculation of PVC.

30.0 Mobilization Advance: [Applicable for advertised tender value exceedingRs.10 crores]

30.1 The tender / contractor may be granted a recoverable interest bearing mobilisationadvance up to 10% of the contract value provided he specifically apply for it whiletendering. If the contractor fails to apply specifically for mobilisation advance, whilegiving his offer at the tendering stage, in case where grant of mobilisation ispermissible, no subsequent requests from him for grant of this advance will beentertained. The rate of interest is 12% p.a.

30.2 The advance will be granted in two installments viz. 5% of the contract value onsigning of the contract agreement and the balance 5% on mobilisation of siteestablishment, setting up of offices, bringing in equipment and actual commissioningof work. Each installment will be released on submission of an irrecoverableguarantee bond from any nationalized bank, in a form acceptable to the railway, forthe amount of the installment together with interest charges calculated to the end ofthe contract period. These two guarantee bonds shall be returned as and when thevalue of the advance plus interest is recovered from the running bill.

30.3 The recovery of advance and interest thereon will be made through the on accountbills, pro rata, commencing when the value of the work executed under the contractreaches 15% of the contract value, and completed when the value of the work

Page 35: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 35/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 35 of 95 www.nr.indianrailways.gov.in. 

executed under the contract reaches 85% of the contract value, or the assessedvalue of the work which ever is less.

30.4 Interest will be recovered on the advance outstanding for the period commencingfrom the date of payment of advance till date of particular on account bill (throughwhich recovery of principle is effected) and adjusted fully against such on account

bills along with pro rata principle recovery. In the event of any shortfall the same willbe carried forward to the next on account bill and will attract interest at 12%

30.5 The Bank Guarantee for advance should clearly cover Principal plus Interest.

Note : The various Instruments as listed for Performance Guarantee (Clause 5.2)will also be acceptable for Mobilization Advance.

Dy. Chief Engineer/ConstNorthern Railway,Jalandhar City.

for and on behalf of the President of India .

Signature of the Tenderer/s

Address …………………………..

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

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

Page 36: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 36/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 36 of 95 www.nr.indianrailways.gov.in. 

SPECIAL CONDITIONS RELATING TO SITE DATA & SPECIFICATION

1.0 SCOPE OF WORK :The scope of work consists of 1.1 Earthwork in filling in Railway embankment and road with turfing of grass on

the slope of embankment.

1.2 Blanketing : Supplying, laying, compaction and profiling of blanketing material asper latest RDSO guidelines.

1.3 Construction of RCC Box bridges, Ballast walls, side drains, boundary walls andfencing walls etc.

1.4 Laying of Sewer Line along the boundary wall.

1.5 Providing and fixing lifting barriers and steel fencing on L-Xing gates.

1.6 Providing height gauge at Level crossing as per RDSO standard.

1.7 Manufacturing, supplying and laying precast PCC blocks/ pavers on allmanned / unmanned level crossings as per approved NRHQE plan no.

HQ/02/04/2009.1.8 Construction of metalled approach roads.

1.9 Construction of 04 units type-II (D/S) quarters on the basis of standard plan / NRHQE or any other approved Railway plans and construction of rooms like relayroom, battery room, axle counter room etc. for S&T department at JalandharCantt. & Suchipind railway stations.

1.10 Boring and commissioning of hand pumps for providing water supply to thequarters and level crossings.

1.11 The scope of works also includes the leading, loading, unloading, stacking ofdifferent types of beams and light P.way materials such as Rails, sleepers,fixtures and fastening from the source of availability to site of work as well as theleading, loading, unloading of released P.way materials from site to work toRailway store depot as directed by Engineer-in-charge.

1.12 Any other item not covered above but required to complete the job and other allied& misc works between Jalandhar Cantt – Suchipind Railway station in connectionwith doubling work.

2.0 GENERAL & BRIEF DESCRIPTION OF SITE

2.1 Brief details of the site are as under:- Earthwork in filling and cutting, Supplying

and laying of blanketing, Const. of RCC Box bridges, jacketing & strengthening of

existing minor bridges, Construction of Quarters, Extension of station buildings,

boundary wall, Ballast wall, side drain, sewer pipe line, Precast CC blocks & fencing

walls on L-Xings, height gauge, road work etc. & allied works in connection with

Jalandhar Cantt. – Suchipind doubling. 

Page 37: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 37/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 37 of 95 www.nr.indianrailways.gov.in. 

2.2 The above information is only for general guidance of the tenderer/s and they

are advised to visit the site and acquaint himself/themselves fully with the site

conditions especially in regard to the approaches for transporting the

materials/machinery etc., storage area, local conditions etc.

3.0 SPECIFICATIONS AND CODES

3.1 Indian Railways Unified Standard Specifications -2010 vol.I & II” shall govern thespecifications of all items of USOR 2010 appearing in the tender schedule. Incase, specifications of any item are not covered in above, the relevant IRS/BISCode shall be applicable.

3.2 All material to be used in the works shall be in conformity with the requirementlaid down in the “Indian Railways Unified Standard Specifications -2010” Vol. I &II or the relevant BIS Code/or any other relevant code applicable.

3.3 The decision of the Chief Engineer/Construction of the project shall be final andbinding regarding the interpretation of various provisions of the Codes andSpecifications as well as the provisions/clauses of the contract and no claim

whatsoever shall be entertained on this account.

4.0 EMPLOYMENT OF TECHNICAL STAFF:-

4.1 The contractor shall employ the following minimum technical staff during theexecution of work.

a) One graduate engineer and at least one diploma holder Engineer whenthe cost of work is more than Rs. 5.00 Crore.

b) One graduate Engineer when the cost of work to be executed isbetween Rs.1.00 Cr.and upto Rs.5.00 crore.

c) One qualified Diploma holder Engineer , when cost of the work to be

executed is more than Rs.30 lacs but less than Rs.100 lacs.

4.2 Technical staff should be available at site whenever required by the Engineer–in-charge or his authorized representative to take instructions. In case, thecontractor fails to employ the Technical staff as aforesaid, he shall be liable

to pay Rs. 30,000/- (Rs. Thirty thousand only) for each month of default or part

thereof in case of each Graduate Engineer and Rs.20,000/- (Rs. Twentythousand only) for each month of default or part thereof in case of eachqualified diploma holder.

4.3 The contractor shall submit the copy of bio-data and Degree/ Diploma

certificate of the above technical staff employed by him for the scrutiny byRailway and for the record. Railway reserve the right to scrutinise the recordsof the contractor to ascertain as to whether the qualified staff has been actuallyemployed by him and is paid for.

4.4. While passing each “on” account bill, the AEN/XEN incharge will certify theavailability of technical staff as above, otherwise the recovery as above shall bemade from every bill.

Page 38: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 38/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 38 of 95 www.nr.indianrailways.gov.in. 

4.5. The decision of the Engineer Incharge, whether the required Technical staffwas not employed by the contractor shall be final and binding upon thecontractor.

5.0 APPROVED RAILWAY DRAWINGS

5.1 The work shall be carried out as per approved railway drawings. The copies of

the approved plan and additional information as required by the tenderers maybe obtained (subject to availability) from the office of the concerned Dy. ChiefEngineer/C, during office hours on any working day by prior appointment.

5.2 In addition to the drawings, if any, enumerated above, copies of variousdrawings may be supplied on application by the contractor at the under notedrates as applicable, subject to availability:

a. Copies of standard Northern Railway type plans as prepared for the work – Rs.50.00 per copy.

b. Copies of plans prepared specially for project of major works like majorbuilding, L-sections, longitudinal plan etc. @ Rs.75.00 Per copy.

c. All plans which are prepared specially on account of contractor’s requestlike copies of cross section etc. Rs.150.00 per copy.

5.3 Additional information as required by tenderers may be obtained from the officeof Chief administrative Officer/construction or concerned Dy. Chief Engineer/ Construction, during office hours on any working day by prior appointment.

5.4 The Chief Engineer/Const., shall have full power to make any alteration in thedrawings and to give such further instructions and directions as may appear tohim necessary or proper for the guidance of contractor and for the efficientexecution, completion and maintenance of the work. The contractor should planthe execution of various works in close co-ordination with the engineer or his

authorized representative.

5.5 The design of foundations including depth of foundations below the bed level aswell other drawings may have to be varied during the progress of the workaccording to actual site conditions. The drawings already prepared and whichmay be prepared afterwards are not to be taken as final or binding on theRailway in any respect. The contractor shall have no claim on Railway, if anychange is made in the approved drawings. Also his inability to make timelyarrangement for necessary plant and machinery due to any such change whichthe Engineer may make, will not be taken as an excuse for slow performance ornon performance of the work.

6.0 SUPPLY OF CEMENT:

6.1 Ordinary Portland Cement of 43 grade/53 grade confirming to IS: 8112 & IS:12269 respectively will normally be used. However, whenever permissible &provided in the schedule of items, the PPC conforming to IS 1489 may alsobe used.

6.2 Cement shall be procured by the contractor from the main producers or theirauthorised dealer of approved make such as L & T, Ambuja, Grasim, A.C.C.,

Page 39: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 39/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 39 of 95 www.nr.indianrailways.gov.in. 

JK cement & Birla cement or any other reputed make as approved byEngineer in charge.

6.3 To improve the workability of concrete and cement grout, admixture conformingto IS-6925 and BIS-9103 (Admixture of make MBT, SIKA, FOSROC, CICO,PROTECT ) may be permitted as directed & approved by Engineer-in-charge

subject to satisfactory proven use, manufacturer’s certificate and laboratorytests as applicable. The decision of Engineer-in-charge shall be final in thisregard. Admixtures generating hydrogen, nitrogen etc. shall not be permitted

7.0 STRUCTURAL STEEL FOR SUPER STRUCTURE OF RAILWAYBRIDGES/ROBs/RUBs/FOBs:

7.1 The Structural steel for above works is to be procured from primary producershaving integrated steel plants namely SAIL, TISCO, RINL, JINDAL or as perlatest RDSO guidelines and shall conform to stipulated BIS /IRS Specificationsapplicable.

7.2 Steel from secondary producers (mini steel plants) or re-rollers who are havingvalid & approved license from BIS for manufacture of specific product (i.e.angles, I-sections, channels and plates etc.) on the date of steel supply shallalso be acceptable if they comply with para 7.3 below. Validity of licence to bechecked as per web site “www.bis.org.in or from BIS office.

7.3 Steel of only those BIS approved re-rollers who have system of traceability fromtransfer of cast mark (from ingots, billets and blooms to the finished produces)will be accepted /is also permitted subject to use of ingots/blooms/billets fromintegrated steel plants accompanied by identification marks/cast marks whichare required to be transferred to finished product even in case of small quantity.These provisions should be ensured by Contractor at the time of offering thesteel for passing”. In case of any dispute, the decision of ChiefEngineer/Const. will be final.

7.4 Before use, contractor/s will be required to get the test certificate from themanufacturer pertaining to the various quality tests on steel reinforcement asspecified in the relevant BIS Code.

7.5 In addition, Railway will also take sample during the course of work at requisitefrequency and get the steel tested to ascertain its conformity to the laid downSpecifications at contractor’s cost. Frequency of testing shall be as prescribedby the relevant Code.

7.6 For Railway Bridge Steel super structure, the Quality Assurance Plan (QAP)and Welding Procedure Specification Sheet (WPSS) shall have to be gotapproved from RDSO before starting the work. However, for ROB/RUB/FOBsteel superstructure, the QAP & WPSS will be got approved from Railway. Allwelds shall be done by SAW process (automatic/semi-automatic). MIG weldingor MMAW may be done only for welds of very short run or of minor importanceor where the access of the locations of welds does not permit automatic /semi-automatic welding.

Page 40: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 40/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 40 of 95 www.nr.indianrailways.gov.in. 

8.0 REINFORCEMENT STEEL:

8.1 For Bridge works (including ROB/RUB, major/minor bridges) and the multi-storeyed buildings (4 storeys or more), the reinforcement steel for use in thework shall be procured by the contractor only from the primary producers(namely SAIL/TISCO/RINL)/their authorized dealers/ authorized stockyard,

which should conform to latest relevant, BIS specifications. However, for otherworks (not covered in above categories), the reputed BIS approved brandsnamely Kamdhenu, Rathi, Jaibharat, Amba or as approved by Dy. CE/C willalso be permitted.

8.2 Reinforcement steel bars shall normally be the TMT Steel bars or cold twisteddeformed bars.

8.3 Before use, contractor/s will be required to get the test certificate from themanufacturer pertaining to the various quality tests on steel reinforcement asspecified in the relevant BIS Code (IS:1786).

8.4 In addition, Railway will also take sample during the course of work at requisitefrequency and get the steel tested to ascertain its conformity to the BISSpecification at contractor’s cost. Frequency of testing shall be as prescribed bythe relevant BIS Code.

9.0 USE OF RMC (Ready Mixed Concrete): 

9.1 For the items of RCC/CC/PSC/MCC, the use of RMC shall be mandatory inWorks of “Important Bridges” or in works of “Group of Major Bridges located inclose vicinity” as well as in works of “Major structures/buildings concentrated inone location” (such as work of mega-terminals/multi-storey buildings/washableaprons/platform surface/circulating area etc.), provided the total quantity ofRCC/PSC/CC/MCC involved in the contract is significant (say 15000 cum ormore). In such contracts, the contractor shall preferably set up his own RMCplant at site or shall make suitable exclusive arrangement close to the site toensure high quality RMC supply. The RMC plant shall be inspected andapproved by Dy. CE/Cs. The accepted rates of items of RCC/PSC/CC in suchcontracts shall be deemed to be for RMC. Nothing extra shall be payable forRMC in above category of works. However, if RMC is not feasible in certainisolated portions of work, then conventional concreting can be allowed byEngineer-in-charge in such isolated locations/portions.

9.2 Use of RMC shall also be mandatory in Works where substantial quantity (say500 cum or more) of RCC/PSC/MCC is involved and the work site is locatedin urban areas and RMC Plants are readily available nearby (where transittime is less than 120 minutes). Some such types of works include ROBs with

PSC/RCC girders, RUBs with RCC Box, multistoried buildings, washableaprons, platform surface/circulating area and vacuum dewatered concrete floorsof workshops etc. located in urban areas. The accepted rates of items ofRCC/PSC/MCC in such contracts shall be deemed to be for RMC. Nothingextra shall be payable for RMC for above category of works.

9.3 The specifications of RMC shall conform to IS:4926-2003. The RMC plant shallbe got inspected and approved by the Dy. CE/C concerned.

Page 41: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 41/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 41 of 95 www.nr.indianrailways.gov.in. 

10.0 CONTRACTOR’S RESPONSIBILITY FOR TEMPORARYWORKS/MATERIALS,SITE OFFICE AND FIELD LABORATORY.

10.1 The contractor shall from time to time provide at his own cost all dams,cofferdams and all other temporary works of whatever nature and temporarymaterials necessary for the construction, completion and maintenance of the

works which are the subject of the contract and shall from time to time submitfor the information of the Engineer, drawing showing in detail, the type andconstruction of temporary embankment and other works which he proposes toadopt and construct and the exact position in which he proposes to constructand employ them during the progress of the works as directed by the Engineer,furnish particulars and drawings of any other temporary works and details ofother temporary materials in use for the sufficient security and safety of allembankment, temporary railway connections and other temporary works ortemporary materials which he may construct and/or employ and for all claimsfor damage to property or injury to persons arising out of any failure or accidentto such materials from whatever cause such damage, injury, failure or accidentmay arise or happen and shall replace, construct, repair and maintain the whole

or such embankments or other temporary works or temporary works ortemporary materials until they are certified by the Engineer to be no longerrequired for the purpose of the contract.

10.2 Dewatering or any other suitable arrangements may be required for carryingout the foundations of works and part of the sub structures up to water level. Itshould be clearly noted that nothing extra shall be paid for all thesearrangements and rates are deemed to be inclusive of all labour and materialsand working under water etc. including timbering, shoring, strutting etc. ifrequired. However, extra rate, wherever applicable as per USOR, might bepaid for items of works executed below water level.

10.3 For the works costing more thanRs.

8 Crores, the Contractor should constructthe temporary site offices & toilets for the proper working of Railway staff atrequired location, of appropriate size commensurate with the magnitude ofwork but not less than 15 sqm. & not more than 50 sqm. & also provide allnecessary furniture, almirah, clock, display boards, phones, curtains, computer,printers, electricity, fans, AC etc. for the use of Railway staff, within 03 monthsof acceptance. However, this office will be the property of contractor and he cantake back the released material after completion of work. Failure to provide

site office shall attract a penalty of Rs.25000 per month, recoverable fromrunning bill.

10.4 The Engineer shall be at liberty to modify any or all of the drawings submitted

by the contractor in connection with any of the aforesaid temporary works andthe execution of such temporary works shall not be commenced until the saiddrawings or modified drawings have been approved. But examination by theEngineer of the contractor’s drawings or any approval expressed by him withregard to the rate, or to the materials, thereof or therefore either with or withoutmodification shall not absolve or relieve the contractor from any of his liabilitiesin connection there with under the contract.

10.5 The contractor shall before handing over the works or any part thereof toRailway, dismantle and remove all temporary works and temporary materials

Page 42: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 42/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 42 of 95 www.nr.indianrailways.gov.in. 

but such removal shall not be effected without the previous written approval ofthe Engineer and the contractor shall comply with the directions, if any, given byhim as to the method of removal and/or disposal.

10.6 SETTING UP OF FIELD LABORATORY 

For works costing above Rs.5 crores, the Contractor shall be required to set upa well equipped field laboratory of suitable size in proportion to the magnitude ofwork and to suit the nature of work, at his own cost at the work site whichshall be open for use and inspection by the Railway at any time. The laboratoryshall be equipped with necessary equipments as directed by Engineer, to carryout the various tests required based on nature of work involved & theirconforming to relevant codal provisions and specifications. All the pressuregauge, machines, equipments and other measuring equipments of thelaboratory shall be of BIS approved makes and will be got checked / calibratedregularly as directed by the Engineer and necessary certificate furnished to theEngineer by the contractor. The contractor shall render all reasonableassistance and help in carrying out the checks and tests. In contracts having

quantity of earthwork more than 2 lacs CUM, the contractor will be required toarrange the nuclear testing gauge of approved make to measure the in-situmoisture content and field density.

All the equipments, machinery etc. shall be kept in good working conditions.

The cost of setting up the laboratory, equipping and maintaining the same

including the cost of Electricity/lights & conducting of tests on materials and

cubes shall be borne by the contractor.

Failure to provide Field Laboratory within 2 months of commencement of work,

shall attract a penalty of Rs.25000 per month, recoverable from the runningbill.

11.0 APPROVED BRANDS (Except Cement & Steel)

The contractor shall use the following items of approved makes only,as given below:-(a) Sanitary Installation:- Hindware, Cera, Parryware(b) } (at least 3 or more BIS approved brands of important items should be

} listed)(c) }

12.0 ROUTINE TESTS AND ADDITIONAL TESTS

Routine tests on various materials shall be carried out as per the “ IR UnifiedStandards Specifications for works & materials” or the relevant BIS Codes. Inaddition to the tests required under clauses thereof, the Engineer or hisrepresentative may order tests to be carried out by an independent personappointed by him at such place or in such laboratory as he may determine inaccordance with the appropriate clauses of relevant Standard Specificationsand the cost of such tests shall be borne by the contractor.

13.0 INSPECTION OF MATERIALS

Page 43: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 43/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 43 of 95 www.nr.indianrailways.gov.in. 

13.1 Whenever the Engineer or his representative gives notice to the contractor thatmaterials are to be inspected at the site, the contractor shall having regard tothe inspection, test or examination required, give to the Engineer or hisrepresentative sufficient notice of such materials being ready for inspection.

13.2 Delay to works arising from the late submission of such notice will not beacceptable as reason for delay in the completion of the works.

14.0 REJECTION OF MATERIALS

14.1 Factory made material shall have to be tested before leaving themanufacturer’s premises. However, appropriate materials may also be testedon the site and they may be rejected if found not suitable or not in accordancewith the specifications, notwithstanding the result of tests at manufacturer’sworks or elsewhere or test certificate.

14.2 The Engineer or his representative shall have the right to order, at any time,that any construction materials which do not meet with his approval shall notbe used in the works. Such rejected materials shall be removed from the siteby the contractor at his own expenses, not withstanding any prior approvalwhich might have been given earlier. Once a particular material is rejected byEngineer, an entry to that effect should be made in material passing register.

14.3 The instructions to the contractor to remove the rejected material withinreasonable time as given by the Engineer should be complied by thecontractor/s at his own cost.

14.4 In case of default on the part of the contractor in removing rejected materialswithin the time specified in notice, the Engineer shall be at liberty to have themremoved by other means at the cost of the contractor. In addition, a penalty of

upto Rs. 50,000/- per case for above default may also be levied on contractor.

14.5 MISCELLANEOUSThe railway shall not be responsible for any loss or damage to the contractor/smen, materials, equipment, tools and plants etc. from any cause whatsoever.No claim for idle labour, idle machinery and plant etc.,on any account will beentertained. Similarly, no claim shall be entertained for business loss or anysuch loss.

15.0 TIMELY NOTICE FOR INSPECTION OF FOUNDATIONS ON WORKS TOBE COVERED UP:The contractor shall give notice to the Engineer when and as soon as theexcavation of any portion of site for obtaining foundation or bottom, whetherabove or below water, has reached the depth and width shown on thedrawings. The contractor shall also give further notice to the Engineer, whenever any foundation or bottom is ready for inspection and whenever it isnecessary to cover up a work in respect of which previous inspection is desiredby the Engineer, so that the engineer may inspect the same before it is coveredup. No foundation or bottom of work shall be covered up or filled or built uponwithout the previous consent in writing of the engineer. In default of such

Page 44: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 44/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 44 of 95 www.nr.indianrailways.gov.in. 

notice and consent in writing aforesaid, the foundation or bottom of work shallon the order in writing of the Engineer, be uncovered and any filling put in orwork built thereon be removed or pulled down by the contractor at his own cost. 

16.0 GENERAL

16.1 The Railway shall not be responsible for any loss or damage to contractor’smen, material, equipment, tools and plants etc. due to any cause what so ever.

16.2 If any work (whether temporary or permanent) or materials, the value of whichhas been included in an on account bill is destroyed or damaged or has/have,for any other reasons, to be replaced or restored by the contractor, the value ofthe work or other materials as destroyed may be recovered by the railwayadministration from any payment due to the contractor or may be recovered atany time from the contractor as debit due to the contractor and no paymentmade by the Railway to the contractor after the aforesaid amount becomes dueand recoverable shall in any way prejudice Railway’s right for lawful recovery.

16.3 The contractor will ensure that if minimum water way of the bridge is blockedduring the course of construction then such blockage is removed by him at hisown cost before the middle of June ever year or as directed by the Engineer.Any damage to the bridge on this account will be the contractor’s responsibility.

16.4 In any case, in which by virtue of section 20(a) and 21(4) of the Contract LabourRegulation and Abolition act, 1970, the Railway is obliged to provide amenitiesand/or pay wages to labour employed by the contractor directly or through pettycontractor/s or sub contractor/s under this contract, then the contractor shallindemnify the Railway fully and the Railway shall be entitled to recover from thecontractor, the expenditure incurred on providing the said amenities and/orwages so paid by deducting it from the security deposit or from any sum due to

the contractor provided that if any dispute arises as to the expenditure incurredby the Railway or provision of the said amenities, the decision of the Engineerthereof shall be final and binding.

16.5 The contractor shall arrange for effective technical supervision of the work andshall be represented by the authorized representative at the site of work duringthe currency of the contract. He will arrange to receive all the correspondencesat the site of work during execution of work.

16.6 No claim for extra payment shall be entertained on account of interruption towork due to rain, floods or due to delay in acquisition of land in some portion,delay in arranging closure of water channels etc.

16.7 The pathways for the piers in water and elsewhere will have to be made andmaintained by the contractor and nothing extra shall be payable on thisaccount.

16.8 There may be a water supply/sewerage/any other underground/overhead linepassing at the site of work and any delay in its shifting/adjusting will not entitlethe contractor to any claim whatsoever.

Page 45: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 45/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 45 of 95 www.nr.indianrailways.gov.in. 

16.9 Work will have to be done in close co-operation with the otherdepartments/agencies if any.

16.10 Contractor shall protect the site of work right from start at all times by means ofwooden bamboo/ballies and duly painted M.S. sheets. The height should notbe less than 1.8 metre and shall be strong enough to prevent un- authorised

entry etc.

16.11 NOTICE TO PUBLIC BODIESThe contractor/s shall give to the municipality, police and other authorities, all

notices that may be required by law and obtain all requisite licenses for

temporary obstructions, enclosures and pay all fees, taxes and charges, which

may be levied on account of his operations while executing the contract. He

should make good any damage to adjoining premises whether public or private

and supply and maintain any lights etc. required at night. Nothing extra shall be

payable on any such account and accepted rates of various items in the

schedule of items, rates and quantities shall be deemed to cover any such

aspect.

17.0 SAFETY MEASURES/PRECAUTIONS AND PENALTIES FOR VIOLATIONS 

17.1 Contractor shall take all precautionary measures in order to ensure theprotection of his own personnel, machinery and equipment moving about orworking on the railway yard/premises and shall have to conform to the rules andregulations of the Railway. If any unforeseen accident or injury happens at siteof work, the contractor shall be solely responsible for the same. If and when inthe course of the work, there is likely to be any danger to persons in the

employment of the contractor due to running traffic while working in the railwayyard/premises, the contractor shall apply in writing to the Railway to provideflagmen or lookout men for protection of such persons. The Railway willhowever decide as to whether it is necessary to post such flagmen for varioustypes of work and also the number of such men required to protect the gang organgs of the contractor/s working at site. The Railway shall remain indemnifiedby the contractor in the event of any accident occurring in the normal course ofwork, arising out of the failure of contractor or his men to exercise reasonableprecautions at all places of work whether or not the Railway decides to postflagmen at any particular site of work. Notwithstanding the above provision, itshould be clearly understood that the safety of men and material at the worksitewill be the sole responsibility of the contractor.

17.2 The contractor shall abide by the railway regulations in force for the time beingand ensure that the same are followed by his representatives, agents or subcontractors or workmen. He shall give due notices and training to hisemployees and workers about provision of the above para.

17.3 While working within station limits especially on passenger platforms, thecontractors shall ensure that at all time sufficient space is left for free movementof passenger traffic. He must cover and/or barricade the excavations carried outin such areas and continue to maintain these till the work is completed with a

Page 46: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 46/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 46 of 95 www.nr.indianrailways.gov.in. 

view to avoid any accident to public or to railway staff or his own workmen,machinery and equipment.

17.4 The work must be carried out most carefully without any infringement of theIndian Railway Act or the General and Subsidiary Rules in force on the Railwayin such a way that they do not hinder to railway operation or affect the proper

functioning or damage any railway equipment structure or rolling stock exceptas agreed to by the Railway provided that all damages and disfiguration causedby the contractor to any railway property must be made good by the contractorat his own cost failing which cost of such repairs shall be recovered from thecontractor. The work must be carried out in the yard without any infringement tothe Schedule of Dimension applicable for BG as issued by the Railway Board. Itwill be responsibility of the contractor to ensure that there is no infringement tothe track which will affect the smooth and efficient running of traffic.

17.5 Moreover, if at any time the works to be carried out directly concern the safetyto trains & locos, the contractor’s staff must comply fully with the railwayregulations given to him by authorised railway staff. The contractor’s employee

and workers may for no reasons operate an installation concerning train safetyor train movement. They shall notify the authorised representative of theRailway who will take all necessary steps in this regard. Special attention ofcontractor/s is drawn to relevant clause of General conditions of Contract, 1999and advised to take all precautions for the safety of public, railway staff,property and his own personnel.

17.6 If the work is to be executed in proximity of the running railway track, thecontractor will be required to follow all precautions and carry out all worksthat may be necessary to ensure the safety of the running track/trains,without imposition of any speed restriction thereon as may be directed bythe Engineer or his authorized representative. No claim whatsoever will beentertained for either any inconvenience or interruption caused to the contractoror for the rescheduling of the operations or for any other reasons on thisaccount.

17.7 The contractor shall be responsible for safe custody of tools and for the safetyof his labour. He should ensure that labour on work removes their tools clear ofthe track on the approach of any trains. After the day’s work, the contractorshould ensure that the tools are deposited in proper tool box before thelabourers proceed for their home. Tool issued should not be allowed to fall inunwanted hands who can tamper with the railway track. The contractor shallemploy suitable supervisor to supervise the work at site. Though all the work

relating to the safety of running trains shall be executed under railwaysupervisor, presence of qualified supervisor from the contractor’s side is a mustat the site of work.

17.8 In case of failure to adhere to above provisions or if unsafe practices/ safetyviolation by contractor/his staff are noticed at the site of work, the contractorshall be levied with a penalty of . 20,000/- for the Ist incident, 50,000 for the IInd incident and 1,00,000 for subsequent such incident. Repeated safety violations

Page 47: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 47/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 47 of 95 www.nr.indianrailways.gov.in. 

shall become a valid ground for initiating the contract termination proceedingsunder clause-62 of GCC-99.

17.9 In the event of occurrence of an accident at the work site, a departmentalenquiry shall be held and in case it is established that the accident has

occurred on account of contractor’s negligence or the negligence of his men,penalties up to an upper limit of 10% of the total cost of the work shall beimposed on the contractor. Further, the railway administration reserves the rightto terminate the contract with immediate effect if the contractor is foundresponsible for causing an accident after giving “show cause notice/notices” tothe contractor in addition to lodging of criminal case under Railway Act/IPC.

17.10 In the event of contractor not completing the work or leaving if unsafe at the endof day’s work, warranting speed restrictions to be imposed, track shall beattended by the Railway immediately at the contractor’s cost without any furthernotice. In addition to the labour cost recoverable from the contractor,supervision charges @ 12 ½% and train detention charges @ 5000/- every halfhour of delay or part thereof shall also be recovered.

17.11 In case of any damage to OFC/Cable occurred due to fault of contractor, a flatpenalty of Rupees One Lac will be imposed. (Ref:- CAO/C’s L/No.74-W/O/WA/Pt.X/CP dt. 2.8.2007).

17.12 Following annexures enclosed with these special conditions site data &specifications will form an integral part of the contract.

Annexure - 1 Attached.( Para 826 of IRPWM correction slip No. 69

dt. 23.5.2001).Annexure – 2 Attached (Training to Supervisors and operators of contractor).Annexure – 3 Attached. ( Safety compendium).Annexure–4 Safety precautions & measures to be observed during execution

of ROB/RUB works. (Rly. Board’s letter No. 97/CE-1/BRO/158(Policy)Pt.II dt. 16.7.2009).

18.0 GENERAL RESPONSIBILITY AND LIABILITY OF CONTRACTOR:

18.1 Contractor/s shall be responsible for any type of structural damage to propertyor injury caused by work or his workmen to persons, animals, or things and

shall indemnify the Railway in-respect thereof and shall be held entirelyresponsible for all works carried out by him until it is finally taken over by theRailway and he will be liable to be called upon to make good any damage orloss which may occur to the bridge work by inclemency of weather, flood etc ordue to any other cause during entire period until the work is taken over.

18.2 Examination or approval by the Railways of any drawings or other documentssubmitted by the contractor shall not relieve the contractor of his responsibilitiesand /or liabilities under this contract.

Page 48: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 48/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 48 of 95 www.nr.indianrailways.gov.in. 

18.3 Notwithstanding the specifications and conditions stated in the contract, thecontractor shall keep Northern Railway authorities fully indemnified and freefrom all liabilities and risks consequential to any lapse on his part in respect ofmaterial quality, standard of workmanship, accuracy of fabrication and the like.He shall provide all labour and material required for execution of the work as

per listed standards and in absence of any IRS & BIS specifications to therelevant British / American standards.

18.4 Latest edition of relevant Codes including upto date correction slips, on date ofsubmission of tender/negotiated rates shall govern. These Codes of Practiceare available from the Manager, Government of India publication Branch,Patiala House, New Delhi and Director, Indian Standards Institution, ManakBhawan, Bahadur Shah Zafer Marg, New Delhi.

18.5 Contractor must have one copy of each relevant code at site as applicable forready reference of site Engineer / other inspecting officials

19.0 SCHEDULE FOR TIMELY COMPLETION OF WORK AND PENALTY FORDELAYS

19.1 The whole work shall be completed within the stipulated completion period fromthe date of issue of acceptance letter.

19.2 The sequence in which the various works & activities are programmed &scheduled to be carried out shall be prepared by contractor in the form ofCPM/BAR charts and will be submitted to Railway within 30 days of theallotment of the work and the same shall be got approved from the ContractSigning Authority.

19.3 Mid-term progress review and token penalty for slow progress:The contractor shall be required to maintain proportional progress inaccordance with the Bar Chart/CPM chart approved by the Railway. During thecourse of work, the progress will be reviewed every 6 months, and if theprogress achieved by the contractor is found to be significantly lagging behindthe proportional progress shown in the approved schedule due to reasonsentirely attributable to the contractor, then a token penalty of upto 1,00,000per month of delay, can be imposed by the contract signing authority on thecontractor after issuing a 15 days “show cause notice”. However, the penaltyso imposed, shall be waived off, if the contractor achieves the scheduledprogress as per approved bar chart/CPM chart in the subsequent quarters.

20.0  RECORDS OF CONSTRUCTION WORK:

20.1 The contractor is required to take and supply to Engineer-in-charge, colouredphotographs and films on construction activities including the one prior to thework.

20.2 The coloured photographs shall be taken by the contractor of all theconstruction activities pertaining to the work at regular intervals as directed byEngineer-in-charge. Three sets of 5” x 7” prints of each snap shall be supplied.Out of the above, the contractor shall be required to supply, as directed by

Page 49: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 49/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 49 of 95 www.nr.indianrailways.gov.in. 

Engineer-in-charge, blow up size colour prints of upto 36” x 36” size upto 5photographs of each important site (minimum 03 copies of each). The negativesof all the photographs taken shall also be supplied to the Engineer-in-charge.The contractor shall show extreme promptness in taking, supplying of thephotographs on directions of Engineer-in-charge.

20.3 All the cost of reels, taking and recording, developing and printing etc., shall bedeemed to have been included in rates quoted against various items andnothing extra shall be paid for the items of work under this clause as above.

20.4 The Railways shall have full ownership and copy right of all these photographsand the contractor/ tenderer shall indemnify the Railways against any claim ofany sort. The contractor shall maintain accurate plans and charts showing thedates and progress of all main operations and the Engineer shall have accessto this information at all reasonable times. Records of tests shall be handedover to the Engineer’s representative after carrying out the tests.

21.0 SITE REGISTERS:

21.1 The following registers will be maintained at site by the contractor/s:

(i) Site Order register:The contractor shall promptly sign orders given therein by the Engineeror his representative or his superior officers and comply with them. Thecompliance shall be reported by the contractor to the Engineer inreasonable time so that it can be checked / verified.

(ii) Cement register:This register will be maintained to record daily receipt and issue ofcement, thus indicating the balance quantity. The quantum of work donefor the cement issued on particular date will also be mentioned.

iii Steel register:This register will be maintained to record the receipts of steel items anddetails of reinforcement and members wherever steel is used.

iv. Labour register:This register will be maintained to show daily strength of labour indifferent categories employed by the contractor.

v. Plant and machinery register:This register will record daily particulars of machinery with the contractorand will be signed jointly by the Engineer’s representative and thecontractor.

vi. Compaction register (for Earthwork in filling)

vii. Soil samples test register (for Earthwork in filling)

viii. Quality control register for various materials

ix. Cube testing register.

Page 50: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 50/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 50 of 95 www.nr.indianrailways.gov.in. 

x. Daily progress register.

xi. Hindrance register: This register will maintain the number of days

when work could not progress / remained suspended and reason

thereof.

The list given above is not exhaustive, contractor may be asked tomaintain additional registers, if required by Engineer-in-charge.

22.0 INTERRUPTION OF WORKS DURING MONSOONS:

The contract period may extend over a monsoon and the stipulatedcompletion period is inclusive of the monsoon/rainy season. The contractorshould, therefore, plan and prepare his work keeping this fact in mind.

23.0 CONSTRUCTION EQUIPMENTS:

23.1 The contractor shall arrange and operate at his own cost, all necessary tools,plants, machineries and equipments necessary for successful and timelycompletion of the work.

23.2 If in the opinion of the Engineer, equipment/plants brought by the contractor arenot suitable for the work concerned, the Engineer shall have the right to orderthe contractor to replace them by suitable plants/equipments. In the interest ofpublic convenience, the Engineer may insist on a specific way of execution ofthe work.

23.3 The contractor shall be required to give a trial run of the equipments forestablishing their capacity to achieve the laid down specifications and toleranceto the entire satisfactions of the Engineer before commencement of any work.

23.4 All equipments provided shall be of proven efficiency and shall be operated andmaintained in a manner acceptable to Engineer-in- charge.

23.5 No equipment shall be removed from the site without prior permission of theEngineer- In-charge.

24.0 MACHINERY AND PLANT:

24.1 The contractor will be entirely responsible to arrange all necessary machineryincluding concrete mixers, weigh batcher, vibrators, compressors, pumps,pneumatic equipments, dredges, derricks, cranes, service girders, staging,motor vehicles, trailer, tools and plants and their spare parts required forsufficient and methodical execution of work and transport them to the site ofwork. Delay in procurement of such items due to their non-availability onaccount of import difficulties or any other cause whatsoever, will not be taken asexcuse for slow or non-performance of the work. Safety of plants andmachinery will be the responsibility of the contractor and for any loss due to anycause or wash away in flood, or otherwise, no claim will be entertained on thisaccount whatsoever

Page 51: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 51/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 51 of 95 www.nr.indianrailways.gov.in. 

24.2 The Railways may give on hire to the contractor any plant or equipment, ifavailable. But it will not entertain any claim due to the railway failure to do sonor can the Railway’s inability to supply such plant taken as an excuse for slowprogress or non-performance of the work.

24.3 If, any plant is loaned by the Railway to the contractor on hire, charges will be

levied, as detailed below and separate agreement will have to be entered intobefore the plant is issued.

(A) The cost of the plant for the purpose of calculating the hire charges shall beits book value plus freight charges and all other incidental charges to whichsupervisions charges at the rate of 12-1/2% on total cost will be added.

(B) The charges per annum will be calculated at the following rates on the costof plant as per (A) above.

i) Ordinary repair and maintenance charges 5%.

ii) Interest on the capital cost at the ruling rate, dividend payable by theRailways to the General Revenue.

iii) Special repair and maintenance charges at 10%.iv) Depreciation charges at the following rates

Light plant - 16% per annum.Heavy plant - 10% per annum.Special plant - 6% per annum.The classification of the plants shall be as per para 1202 Indian RailwayBridge Manual 1998.

(C) An additional 10% on the total (i) to (iv) above to meet contingencies.The hire charges per day shall be arrived at by dividing the annual hirecharges vide (B) above by 250 which shall be assumed number of workingdays in a year for this purpose. These hire charges will be payable from theday, the plant is handed over till it is returned by the firm/contractor to theRailways. However, during this period if the plant remains out of order forreasons beyond the control of the hirers or is sent for periodical overhaul,such periods shall not be counted for levy of hire charges provided acertificate to that effect is given by the Engineer. In case of any differenceof opinion between the Engineer and the contractor, the decision of theDy.Chief Engineer/Const. will be final and binding.

24.4 Running expenses including fuel, lubricants and stores and labour if supplied bythe Railway will also be paid by the contractor at the cost to be determined bythe Railway. In general, the contractor should make his own arrangements forthe fuel, transporting to the site of work and storing for use as per prescribedrules.

.24.5 Staff and stores for running the plant may be supplied by the contractor with

approval of Engineer. The staff must be properly skilled to operate the plantconcerned.

Page 52: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 52/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 52 of 95 www.nr.indianrailways.gov.in. 

24.6 Items of plant leased to the contractor shall be handed over to him at therailway workshop or at any place convenient to the Railway. Carriage charges,hire charges and other incidental charges including leading, loading andunloading etc. to the place of work as also back to the place of delivery or therailway workshop at nominated place, as required by the Railway, when a plantis no longer required by the contractor, will be borne by the contractor

Page 53: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 53/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 53 of 95 www.nr.indianrailways.gov.in. 

NORTHERN RAILWAY

SCHEDULE OF ITEMS, RATES AND QUANTITIES

Name of work Earthwork in filling and cutting, Supplying and laying of blanketing,Const. of RCC Box bridges, jacketing & strengthening of existing

minor bridges, Construction of Quarters, Extension of stationbuildings, boundary wall, Ballast wall, side drain, sewer pipe line,Precast CC blocks & fencing walls on L-Xings, height gauge, roadwork etc. & allied works in connection with Jalandhar Cantt. – Suchipind doubling

Approximate cost Rs.350.31 lac

Earnest money Rs. 325160/-

Date of Opening 17.01.2012 soon after 15.00 hrs.

Completion period 12 Months (from the date of issue of acceptance letter/telegram)

SCHEDULE FOR QUOTING RATES

SN DESCRIPTION Basic cost as perthe basis rates ofUSOR-2010 (Detailenclosed inAnnexure).

Rates to be quoted by the tenderer in%age above / below / at par on thebasic rates of USOR-2010 against eachchapter.

SCHEDULE-A (SOR ITEMS)

1 For all items of Chapter 1

Earthwork.

Rs. 5022162.10

2 For all items of Chapter 2Carriage of Material.

Rs.154145.96

3 For all items of Chapter 3Plain concrete.

Rs.3826928.06

4 For all items of Chapter 4Reinforcement cementconerete.

Rs.2698982.45

5 For all items of Chapter 5Brick work.

Rs. 3279777.11

Page 54: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 54/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 54 of 95 www.nr.indianrailways.gov.in. 

6 For all items of Chapter 7Woodwork.

Rs. 462500.26

7 For all items of Chapter 8Steel and aluminium work.

Rs. 2610922.00

8 For all items of Chapter 9Flooring, paving and Dado.

Rs. 766760.62

9 For all items of Chapter 10Roof & ceiling.

Rs. 215228.48

10 For all items of Chapter 11Finishing Machinery.

Rs. 819354.80

11 For all items of Chapter 12Painting, Polishing &varnishing.

Rs. 46661.40

12 For all items of Chapter 13Water Supply.

Rs. 92152.34

13 For all items of Chapter 14

Drainage and sewerage.

Rs. 810150.88

14 For all items of Chapter 15Sanitary Installation.

Rs. 87583.41

15 For all items of Chapter 17Miscellaneous building works.

Rs. 387038.12

16. For all items of Chapter 18Dismantling and demolishing.

Rs. 6978.00

17 For all items of Chapter 19Bridge works (sub-structure).

Rs.577514.59

Page 55: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 55/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 55 of 95 www.nr.indianrailways.gov.in. 

18 For all items of Chapter 22Bridge works (Miscellaneous)

Rs.150640.50

19 For all items of Chapter 23Road and Platform works

Rs. 430355.42

Page 56: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 56/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 56 of 95 www.nr.indianrailways.gov.in. 

Group ‘B’ NON-SCHEDULE ITEMS:

NS

Item

Description Qty. Unit Rate quoted by

tenderer/s in fi

& words

NS-1 Supplying and laying of blanketing material as perlatest RDSO specifications (40mm and down gaugeup to 75 micron) on newly constructed embankment

and compacting the material for thickness varyingup to 1 metre over the top of sub grade including all

lead, lift, ascent, descent, octroi, royalty and othertaxes and compensation, crossing of nallahs/stream

and other obstructions including mechanicalcompaction in layers(not exceeding 30 cm thick)

with vibratory rollers, handling, re-handlingdressing of banks to the final profile complete in all

respect with all labour and material as a complete  job as per special data and specifications and as

directed by the Engineer-in-charge.

10145 Cum

NS-2 Rebate for dismantling of existing structures builtup with any type of mortar such as buildings etc.

having jack arch roofing/RCC roofing/ACC sheetroofing including dismantling of existing

structures of any height & upto 60cm belowground level and built up with any type of mortar,

leading the debris and other released materials

after dismantling to outside the railway landincluding levelling and dressing up of the surfaceas a complete job. All released material such as

channels, girders, debris etc. except electricalfittings will be the property of the contractor and

the measurement on plinth area basis will bedone and nothing extra will be paid for

dismantling.

160 Sqm

NS-3 Providing and filling with hand packed boulders not less than 150mm of size in any directions and

not less than 15 kg. In weight as per standardprofile behind abutments, wings return walls for all

heights above bed level as directed by the Engineer-in- charge including all leads, lifts, octroi, royalty

taxes, ascents, descents, crossing of tracks, nallahs,level crossings and any other obstructions

whatsoever including all labour and materials as acomplete job as per standard specifications and

60 CUM

Page 57: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 57/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 57 of 95 www.nr.indianrailways.gov.in. 

conditions of contract.

Note: Payment to be made on stack measurementbasis. The quantity of boulders will be reduced by

15% to allow for looseness in stacking.

NS-4 Supplying, fixing and erection in position lifting barrier

of 8 to 11m long M.S. boom as per RDSO drawing No.SA 7992A,SA 7992M, SA/7990 A, SA 7990/M,

SA,7984-A. SA 7984/M, 7982A/SA, 7982/M and

erection of all these assemblies complete in all respectas per RDSO drawing No. SA 7999/M with all

equipments required to complete the job including

casting of C. Concrete 1:2:4 foundations as per drawings

including all labour, materials, cost of cement to be usedand paint etc. complete.

a)For pedestal stand 4 Nos.

b)For room stand 2 Nos.c)For winch 1 No.

d)For cranks 2 Nos.e)Horizontal & vertical Wheels as per requirements etc.other items if required for one set.

2 Each

NS-5 Making foundation of cement concrete 1:2:4 for three

Nos. levers ground frames/lever including 2 Nos. of CIfoundation A/B type and fixing in position one lever and

F.F. lever. This work includes casting of foundations,

fixing of frames and other assembly as per requireddrawings and painting work on assembly and other parts

of lifting lever with illuminious paint retroflective tape

and enamelled paint of required colour etc. wherever

required including cost of all labour, materials,assembly, paint and cost of cement to be used for

foundation etc. completed in all respect. This also

includes the dismantling of old gate assembly andstacking of dismantled material as required.

Note: 70% payment of NS-4 and NS-5 shall be paid on

completion of respective item and balance 30% paymentshall be released on successful commissioning of lifting

barriers.

2 Each 

NS-6 Dismantling of existing track 52 kg/60 kg/90R/75RRails with CST-9/ Twin block PRC/ST/Wooden

sleepers etc. of any density including all fittings andfastening complete, Rails all lengths, welded

panel/single rail section including cutting of rails whererequired and stacking the released materials i.e. rail,

sleepers including other P.way fitting at JUC station

yard on JE/SE/C’s store or as per directions of Engineer-in-charge including all lead, lift, ascends, descends or

any other obstructions, crossing of lines etc. as a

complete job under running traffic. Each P.way fitting

1.20 Track Km

Page 58: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 58/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 58 of 95 www.nr.indianrailways.gov.in. 

should be separated out and properly stacked in

JE/SE/C/Store at JUC station or any other place as

directed by Engineer-in-charge.

NS-7 Providing and laying 25 mm dia M.S. Conduit pipe

for electrical wiring conforming to IS 1643/1972

thickness of conduit pipe should be 18 SWGincluding prov. of junction box of appropriate size,design with requisite number of ways (max. 4

ways) and also MS bends, cost of material bindingwire for positioning and holding the conduit in the

right location as per design in the roof slab & wallsincluding, cutting of chases in brick walls and

making good, the internal/external finish, provisionof G.I. fish wire 16 SWG inside all conduit

including all incidental work with labour andmaterial complete as per approved working

drawings including provision of M.S. Hooks forfixing conduit pipes.

268 Mtr.

NS-8 Providing & fixing Switch boxes manufactured

from 16 SWG MS sheet conforming to relevant ISspecifications in the walls including cutting and

making good the walls after fixing the box witharrangement for providing screws of 3mm dia for

covers to the following sizes as per design anddrawing including cost of priming and 2 coats of 

paint of approved quality, complete with all labour

and material of size.a)  300mm x 200mm x 100mm 24 Each

b) 180mm x 100mm x 60mm 48 Each

NS-9 Loading, leading, unloading and stacking of PSC

sleepers/wooden sleepers/ST sleepers/CST-9 plates tiebars & other Misc. P.way material as directed by

Engineer-in-charge.

Note: Above item will be used for short and long lead.There will be free lead of 200m.

(a) From point of lead beyond free lead of 200m and upto 1Km.

70 MTKM

(b) For additional lead for subsequent km or part thereof 

over 01 km and upto 20 km.1330 MT

KM

(c) For additional lead for subsequent km or part thereof over 20 km and upto 200 km.(Av. Lead 50 Km.)

2100 MTKM

NS-10 Supplying & fixing of Danger Plate as per RDSO 6 Each

Page 59: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 59/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 59 of 95 www.nr.indianrailways.gov.in. 

Drg. No. ETI/C/0069 Rev. “C” or latest and RDSO

Specification NO. ETI/OHE/33(8/85) or latest. Thedanger plates should be procured from

RDSO/CORE approved sources, Fixing on heightgauges should be done by suitable clamps made of 

M.S. flat size 40mm x 6mm coated with Red Oxide

primer and black enamelled paint as directed byEngineer-in-charge as a complete job.

NS-11 Manufacturing, supplying & fixing of W/L & C / FA (in Hindi ) & W & CT in Hindi marked whistle

board made out of 2mm thick aluminium alloysheet confirming to IS 737 in size of 

600mmx600mm and shape etc. as per annexure 8/4of Para 807 and 808 of IRPWM with back support

of 25mmx25mmx8mm angle iron fixing with anglepost of height 4m of size 65x65x8mm & painting

with 300mm high bands. The entire face of signshall be covered with yellow high intensity

encapsulated type retro reflective sheeting with heatlamp vacuum applicator machine process. The

figure (W/L C / FA & W ) shall be cut out of black scotched film and provided on the base sheet with

heat lamp vacuum applicator machine process. Theitem shall be complete in all respects with labour &

material including cement concrete 1:3:6 infoundation masc. and incidental works related to

the job. The work shall be carried out as per

directives of engineer in charge at site to his entiresatisfaction. (Cement used will be paid in relevantNS item)

i.  (W/L+ ÃÖß/±úÖ) = 6 Nos.

ii.  (W Board + ÃÖß™üß) = 6 Nos.

NOTE : 1. 70% payment shall be made after

supplying the boards, along with posts andcertificates.

2. Balance payment shall be made after erecting theboards in position.

3. In case railways decides to take only supply of boards, payment will be made @ 70% of the

accepted rates.4. This item has to be completed before CRS

inspection. Failing which payment shall be madeonly for @ 70% of the accepted rate.

12 Each

Page 60: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 60/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 60 of 95 www.nr.indianrailways.gov.in. 

NS-12 Manufacturing Providing & fixing caution indicator

board in size 1400x400mm made out of 2mm thick aluminium sheet confirming IS: 737 in size and

shape etc as per annexure 8/4 of Para 807 & 808 of IRPWM manual with fixing on 25x25x3 mm MS

angle iron covered with yellow high intensity

encapsulated type retro reflective sheeting with heatlamp vacuum applicator process the black portionshall be screen printed in process colour . height of 

angle post 4.00M ( with MS angle iron post of size65x65x8 mm with drilling hole and nut and bolt for

clamping and painting with 300 mm high bands of white and black including fixing by excavating

earth and filling cement concrete 1:3:6 includingcost of cement used .

NOTE : 1. 70% payment shall be made after

supplying the boards, along with posts andcertificates.

2. Balance payment shall be made after erecting theboards in position.

3. In case railways decides to take only supply of boards, payment will be made @ 70% of the

accepted rates.4. This item has to be completed before CRS

inspection. Failing which payment shall be madeonly for @ 70% of the accepted rate.

2 Each

Page 61: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 61/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 61 of 95 www.nr.indianrailways.gov.in. 

Notes:

1. The tenderer/s will quote chapterwise percentage rate/s in figures as well as inwords for all labour and material for Group ‘A’ (Schedule Items) and item wise ratesagainst Non-Schedule items in Group ‘B’ in the Schedule of Rates and Quantities,failing which his/their offer will be treated as incomplete and shall be summarily

rejected.2. The quantities shown against non-schedule items and USOR items above are toserve as a guide only. Railway reserves the right to alter quantities according to theneeds of the railway.

3. Steel will be supplied by the contractori. Nothing extra will be paid for un-authorised overlap and wastage of steel

involved in cutting the bars to their required sizes.

ii. Test certificate for steel will be furnished by the contractor at his own cost from alaboratory approved by the Engineer-in-charge.

2. Necessary Sales tax as announced by the State Government as per Govt. ordershall be levied on the contract bill (paid by the Railway for the work done) and asamended from time to time.63-64

3. Cement will be supplied by the contractor and rate against USOR item.

The rates against non-schedule items shall be for the complete job.Steel will be supplied by the contractor and will be paid under relevant USOR item.

I/We clearly understand that I/we are not entitled to any other paymenton any account whatsoever, except the tendered rates for fully complete job.

Page 62: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 62/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 62 of 95 www.nr.indianrailways.gov.in. 

Detail of USOR Items: (USOR 2010)

S.No.

USORNo.

DESCRIPTION Qty/ Rate  Unit  Amount

Chapter-1 Earth Work

1 011011 E/W in excavation in all kinds of soil 860 81.36 cum 69969.60

2 012010 Extra over item 011010 fordressings 860 8.70 cum 7482.00

3 012030 Extra for watering & ramming earthin foundation.

290 15.40 Cum 4466.00

4 012040 Filling, watering, ramming earth in15 cm layers.

570 18.30 Cum 10431.00

5 013111 E/W in cutting information -In allconditions & classifications

8000 140.57 cum 1124560.00

6 013120 E/W in filling in embankment. 10300 213.67 cum 2200801.00

7 013130 Extra for mechanical compaction. 18000 11.43 cum 205740.00

8 013140 Removal of excavated/slip

earth/debris/malba from site ofworks.

100 95.82 Cum 9582.00

9 014052 Turfing/planting etc - Turfing withplated doob grass.

3000 4216.15 100sqm

126484.50

10 014110 Providing & removing barricadingwith portable fencing

3300 382.62 Mtr. 1262646.00

Total 5022162.10

Chapter-2 Carriage of Materials

11 021131 Loading/Unloading beams, slabs.-individual length upto 3.5m

88 95.46 MT 8400.48

12 021132 Loading/Unlaoding beams, slabs.-individual length more than 3.5m

100 104.29 MT 10429.00

13 021140 Leading miscellaneous materialssuch as beams slabs etc. not morethan 3.5m long. lead upto 50m

88 91.76 MT 8074.88

14 021141 Addl. Lead for every 50m upto 500Mtr. over item 021140 - 9 leads

792 25.44 MT 20148.48

15 021150 Leading miscellaneous materialssuch as beams slabs etc. not morethan 3.5m long. over 500m & upto10 Km.

88 177.74 MT 15641.12

16 021160 Leading miscellaneous materialssuch as rails etc. more than 3.5m

long lead upto 50m.

100 93.41 MT 9341.00

17 021161 Addl. lead for every 50m upto 500Mtr. over item 021160 -9 leads

900 28.65 MT 25785.00

18 021170 Leading miscellaneous materialssuch as iron work, rails, pipes,wooden logs, lead over 500m upto10 Km

100 190.06 MT 19006.00

Page 63: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 63/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 63 of 95 www.nr.indianrailways.gov.in. 

19 021171 Addl.lead for every subsequent kmover 10 km & upto 100 km overitem 021170.- 40 leads

4000 9.33 MT 37320.00

Total 154145.96

Chapter-3 Plain Concrete

20 031011 Providing & lay CC - All works upto

plinth level -1:3:6.

60 1972.51 cum 118350.60

21 031013 Providing & lay CC - All works uptoplinth level -1:4:8.

162 1751.75 cum 283783.50

22 031023 Providing & lay CC - Upto plinth incoping, bed blocks etc.1:2:4

2 2137.59 cum 4275.18

23 031051 Providing and laying M20 gradeconcrete upto plinth

232 2082.64 cum 483172.48

24 031061 Centering & shuttering etc. &removal of form work forfoundations, footing & bases ofcolumns

100 121.03 sqm 12103.00

25 031062 Centering, shuttering etc.inretaining walls, return walls.

980 191.19 Sqm 187366.20

26 032070 Applying a coat of residualpetroleum bitumen

70 127.53 Sqm 8927.10

27 033063 Supplying & using cement atworksite - PPC .

525 5198 Tonne 2728950.00

Total 3826928.06

Chapter-4 Reinforced CementConcrete

28 041011 Providing and laying in position M20 grade RCC for all work uptoplinth level

135 2422.38 cum 327021.30

29 041012 Providing and laying in position M20 grade RCC for all work aboveplinth level upto floor two level.

205 2645.23 cum 542272.15

30 042011 Centering & shuttering & removal ofform work for foundations, footings,of FOB etc.

200 120.6 sqm 24120.00

31 042012 Centering & shuttering & removal ofform work for walls, plinth etc.

50 191.20 Sqm 9560.00

32 042013 Form work for suspended floors etc 600 185.57 sqm 111342.00

33 042014 Form work for lintels beams etc. 50 163.20 sqm 8160.00

34 042016 Form work for stairs excluding

landings etc.

30 225.10 sqm 6753.00

35 042040 Supplying & applying shuttering oil. 680 6.55 sqm 4454.00

36 045014 Supplying reinforcement for RCCwork -High yield strength deformedbars.

6000 47.58 kg 285480.00

37 045016 Supplying reinforcement for RCCwork -Thermo-Mechanically treatedbars.

29000 47.58 kg 1379820.00

Page 64: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 64/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 64 of 95 www.nr.indianrailways.gov.in. 

Total 2698982.45

Chapter-5 Brick Work

38 051014 Brick Work with non modular (FPS)bricks in 1:4 in F & P

975 2218.05 cum 2162598.75

39 051015 Brick Work with non modular (FPS)bricks in 1:6 in F & P

454 2143.06 cum 972949.24

40 051040 Extra over items 051010 & 051020for brick work in S/S beyond plinthlevel upto floor two level.

946 133.42 cum 126215.32

41 051182 Half brick masonry in cementmortar 1:4.

60 263.83 sqm 15829.80

42 051190 Extra for half brick masonry in S/Sabove plinth level upto floor twolevel.

60 36.4 sqm 2184.00

Total 3279777.11

Chapter-7 Wood Work

43 072013 Providing and fixing panalled doorshutters 35 mm thick Hollockwood.

50 959.94 sqm 47997.00

44 072014 Providing and fixing panalled doorshutters 30 mm thick Hollockwood.

30 867.34 sqm 26020.20

45 072093 Providing and fixing wire gaugeshutter using 35 mm thick hollockwood.

44 1167 sqm 51348.00

46 072141 Providing and fixing IS 2202 flushdoor shutters 35 mm thick

90 1591.73 sqm 143255.70

47 072143 Providing and fixing IS 2202 flushshutters 25 mm thick for cupboards.

12 1372.13 sqm 16465.56

48 074231 P&F M.S. grills of required patternin frames of windows etc. -fixed forsteel windows by welding.

900 64.31 Kg 57879.00

49 074263 P&F fly proof galvanized MS wiregauze to widows with deodarbeading.

60 419.38 sqm 25162.80

50 074312 P&F float glass panes - frostedglass 4mm thick.

60 464.6 sqm 27876.00

51 075051 Providing and fixing MS slidingdoor bolts 300mmx16 mm

24 114.12 Each 2738.88

52 075052 Providing and fixing MS slidingdoor bolts 250mmx16 mm

16 109.12 Each 1745.92

53 075061 Providing and fixing MS tower bolts250mmx10mm

60 42.28 Each 2536.80

54 075063 Providing and fixing MS tower bolts150x10mm

90 27.30 Each 2457.00

Page 65: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 65/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 65 of 95 www.nr.indianrailways.gov.in. 

55 075071 Providing and fixing MS doorhandles 125mm

60 14.39 Each 863.40

56 075072 Providing and fixing MS doorhandles 100mm

60 12.07 Each 724.20

57 075084 Providing and fixing MS hooks andeyes -150mm

60 8.88 Each 532.80

58 078130 P & F factory made PVC doorframe

45 391.41 mtr 17613.45

59 078140 P & F to existing door frames 30mm thick PVC door shutter

15 2485.57 sqm 37283.55

Total 462500.26

Chapter-8 Steel and Aluminumwork

60 081011 Structural steel work in singlesections in RSJ, tees, angles

100 50.84 kg 5084.00

61 081012 Structural steel work in singlesections in flats plates

100 50.63 kg 5063.00

62 081031 Structural steel work welded in builtup sections n tees etc

27700 75.92 kg 2102984.00

63 081032 Structural steel work welded in builtup sections in flats plates

4100 73.26 kg 300366.00

64 081201 P & F 1 mm thick MS sheet doorshutter with frame of 40x40 X 6 mmM.S. angles.

10 1803.72 sqm 18037.20

65 081211 P & F rolling shutters of approvedmake 80 X 1.25 mm laths

10 2282.07 sqm 22820.70

66 081270 P&F T-iron frame for doors &windows

1820 84..41 kg 153626.20

67 081350 P&F ciricular/hexagonal MS sheetceiling fan box.

30 98.03 Each 2940.90

Total 2610922.00

Chapter-9 Flooring, Paving andDado

68 091031 Providing Brick on edge flooring 60 259.1 sqm 15546.00

69 092011 CC 1:2:4, 25mm thick 12.5mmnominal size stone aggregate

260 92.58 cum 24070.80

70 092012 CC 1:2:4, 40mm thick 20mmnominal size stone aggregate

40 120.99 sqm 4839.60

71 094013 P&L precast terrazzo tiles 22mmthick with white cement.

400 621.71 sqm 248684.00

Page 66: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 66/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 66 of 95 www.nr.indianrailways.gov.in. 

72 094033 Precast factory made terrazzo tiles22mm thick with white cement withpigment.

40 598.04 sqm 23921.60

73 094071 P&F 10mm thick heavy duty acidproof tiles in f looring.

70 1252.14 Sqm 87649.80

74 094072 P&F 10mm thick heavy duty acid

proof tiles in dado.

40 598.04 Sqm 53530.80

75 095012 Providing & fixing ceramic tiles200x300 mm.

50 498.12 sqm 24906.00

76 095026 P&F ceramic tiles - of group B-I-aVitrified tiles.

30 932.87 Sqm 27986.10

77 098023 S&L interlocking precast CC blockpaver

264 968.28 sqm 255625.92

Total 766760.62

Chapter-10 Roofs and Ceilings

78 104011 10cm thick (average) mud phuskaof damped brick with F.P.S. flatbrick tiles of class designation 10

490 237.92 sqm 116580.80

79 104130 Providing gola 75 mm X 75 mm 200 54.98 Mtr. 10996.00

80 104140 Making khuras 45cmx45cm. 11 96.00 Each 1056.00

81 105030 Painting top of roofs with residualtype petroleum bitumen.

490 135.01 Sqm 66154.90

82 108162 P&F in position of wall face un-

plasticised Rigid PVC 110mm dia .

56 182.18 Mtr. 10202.08

83 108182 PVC Bend 110mm Dia 10 236.39 Each 2363.90

84 108184 Shoe (Plain), 110mm dia, shoe 10 294.46 Each 2944.60

85 108192 PVC clips 110mm dia 30 164.34 Each 4930.20

Total 215228.48

Chapter-11 Finishing Masonry

86 111011 Cement plaster 1:4 mix in fine sand 220 57.39 sqm 12625.80

87 111012 Cement plaster 1:6 mix in fine sand 9540 57.38 sqm 547405.20

88 111120 18mm cement plaster in two coatsunder layer 12mm thick 1:5.

100 92.68 sqm 9268.00

89 111180 Neat cement punning. 70 10.66 sqm 746.20

Page 67: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 67/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 67 of 95 www.nr.indianrailways.gov.in. 

90 115011 White washing with lime to give aneven shade new work (three ormore coats)

1320 8.36 sqm 11035.20

91 115012 Extra for using zinc oxide 75 gm/kgof lime for final coat of whitewashing.

1320 4.67 sqm 6164.40

92 115020 Lime wash on walls one coat withquick lime of approved quality. 1000 3.25 sqm 3250.00

93 115031 Colour washing New work (two ormore coats) with a base coat ofwhite washing with lime.

1000 9.98 sqm 9980.00

94 115110 Finishing walls with water proofingcement paint.

5700 38.4 sqm 218880.00

Total 819354.80

Chapter-12 Painting, Polishingand varnishing

95 121011 Ready mixed pink primer 360 19.08 sqm 6868.80

96 121013 Applying priming coat with readymixed red oxide zinc chromateprimer.

450 14.97 sqm 6736.50

97 121051 Synthetic enamel paint two or morecoats on new work

810 40.81 sqm 33056.10

Total 46661.40

Chapter-13 Water Supply

98 131131 GI Pipes internal work 15 mm dia

nominal bore

100 131.57 mtr 13157.00

99 131132 GI Pipes internal 20 mm dianominal bore

60 163.22 mtr 9793.20

100 131133 GI Pipes internal 25mm dia nominalbore.

60 221.72 mtr 13303.20

101 131151 GI Pipes 15 mm dia nominal boreexternal

10 128.42 mtr 1284.20

102 131152 GI Pipes 20 mm dia nominal boreexternal

60 157.14 mtr 9428.40

103 131153 GI Pipes 25 mm dia nominal bore

external

60 214.91 mtr 12894.60

104 131162 Making connection 50 to 80 mmnominal bore

4 610.28 Each 2441.12

105 132011 Brass bib cock 15mm nominalbore.

20 154.55 Each 3091.00

106 132021 Brass stop cock 15 mm dia 12 151.88 Each 1822.56

Page 68: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 68/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 68 of 95 www.nr.indianrailways.gov.in. 

107 132022 Brass stop cock 20 mm dia 10 241.93 Each 2419.30

108 132031 P&F gun metal gate valve with Ciwheel 25mm nominal bore.

6 419.88 Each 2519.28

109 132131 PVC connection 30 cm long 15 mmdia

16 44.28 Each 708.48

110 136150 Prov. & placing water storage tankon terrace/staging support .

3000 6.43 Ltr. 19290.00

Total 92152.34

Chapter-14 Drainage andsewerage

111 141011 P, L & J glazed stoneware pipesgrade A 100 mm dia

30 145.52 mtr 4365.60

112 141012 P, L & J glazed stoneware pipesgrade A 150 mm dia

50 245.52 mtr 12276.00

113 141031 P&L cement concrete 1:4:8,100mm diameter S.W. pipe.

30 259.26 mtr 7777.80

114 141032 P&L cement concrete 1:4:8,150mm diameter S.W. pipe.

50 317.07 mtr 15853.50

115 142017 P&L Non pressure NP2 class RCCpipes 600mm dia RCC pipe.

700 1099.39 mtr 769573.00

116 143171 Making connection of drain orsewer line for pipes 100mm to230mm dia.

2 152.49 Each 304.98

Total 810150.88

Chapte15 Sanitary Installations

117 151011 P & F WC Orissa pattern pancomplete

4 3057.59 Each 12230.36

118 151073 P & F wash hand basin 550mm X400mm complete

6 1710.25 Each 10261.50

119 152010 P&F glazed fire clay kitchen sinksize 600mmx450mmx250mm

5 2387.27 Each 11936.35

120 152032 P&F stainless steel kitchen sink610mmx460mm bowl depth

200mm.

1 3389.20 Each 3389.20

121 152110 Bevelled edge mirror600mmx450mm

6 706.70 Each 4240.20

122 153011 P&F soil, waste and vent pipes100mm dia sand cast iron S&Spipe as per IS:1729

28 582.46 Mtr. 16308.88

123 153013 P&F soil, waste and vent pipes75mm dia sand cast iron S&S pipeas per IS:1729

20 525.76 Mtr. 10515.20

Page 69: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 69/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 69 of 95 www.nr.indianrailways.gov.in. 

124 153021 Providing and filling the joints withspun yarn 75mm dia pipe.

20 27.03 Each 540.60

125 153022 Providing and filling the joints withspun yarn 100mm dia pipe.

40 31.83 Each 1273.20

126 153031 P&F MS holder-bat clams ofapproved design to sand castiron/cast iron pipe 100mm dia pipe.

12 123.24 Each 1478.88

127 153032 P&F MS holder-bat clams ofapproved design to sand castiron/cast iron pipe 75mm dia pipe.

10 111.63 Each 1116.30

128 153053 P&F bend of required degree75mm dia sand cast iron S&S asper IS:1729

6 221.15 Each 1326.90

129 153061 P&F heel rest sanitary bend100mm dia sand cast iron S&S asper IS:1729

6 331.49 Each 1988.94

130 153063 P&F heel rest sanitary bend 75mmdia sand cast iron S&S as perIS:1729

4 261.8 Each 1047.20

131 153091 P&F single equal plain junction100mmx100mmx100mm sand castiron S&S as per IS:1729.

4 623.38 Each 2493.52

132 153221 Providing and fixing terminal guard100mm sand cast iron S&S as perIS-1729

4 182.01 Each 728.04

133 153241 Providing and fixing collar 100mmsand cast iron S&S as per IS-1729

8 152.97 Each 1223.76

134 153243 Providing and fixing terminal guard75mm sand cast iron S&S as per

IS-1729

4 122.42 Each 489.68

135 153271 P&F trap of self cleansing design100mm inlet/100mm outlet sandcast iron S&S as per IS: 3989.

6 832.45 Each 4994.70

Total 87583.41

CHAPTER-17: MISCELLANEOUSBUILDING WORKS

136 171450 Supplying, boring, sinking &installation of 40mm dia hand tubewell pump.

4 49709.88 Each 198839.52

137 171460 Extra/less for sinking includingdrilling, supplying fitting fixing &installation of GI 80mm casing pipeover 18m.

128 669.33 Mtr. 85674.24

138 171470 Extra/Less for sinking includingdrilling, supplying fitting fixing &installation of GI 40mmcasing pipeover 17m.

132 508.48 Mtr. 67119.36

Page 70: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 70/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 70 of 95 www.nr.indianrailways.gov.in. 

139 171690 Providing & applying pre-Construction anti-termite treatment

500 70.81 sqm 35405.00

Total 387038.12

CHAPTER-18: DISMANTLING

AND DEMOLISHING140 182013 Demolishing brick in cement

mortar.20 348.90 cum 6978.00

CHAPTER-19 BRIDGE WORKS(SUBSTRUCTURE)

141 192011 E/W in excavation for foundationsand floors -All kinds of soils.

100 359.8 cum 35980.00

142 192030 Providing &Laying plain CC 1:3:6with graded stone aggregate of40mm size in foundation and floors.

28 1723.15 cum 48248.20

143 192062 Providing and laying in positionmachine mixed Mix CC M-35 gradeCast in situ. Wing wall and Returnwall.

55 2199.22 cum 120957.10

144 194010 Providing and laying in positionmachine mixed machine vibratedand batched design Mix CC M-35grade Cast in situ in RCC Box.

66 1999.29 cum 131953.14

145 195032 Centering & shuttering includingstrutting, propping etc. for abutmentand pier etc.

300 191.2 sqm 57360

146 195038 Centering & shuttering including

strutting, propping etc. and removalof form in bottom/top slab, sidewalls, toe walls etc.

600 191.2 sqm 114720

147 195040 Providing and laying in positionmachine mixed, Mix cementconcrete M-25 grade (cast in situ)in jacketing.

80 772.86 sqm 61828.8

148 195041 Drilling 32mm dia holes for jacketing

95 66.13 Mtr. 6282.35

149 195042 Inserting of dowel bars of specifieddia (cost of rods to be paid extra).

50 3.70 Mtr. 185.00

Total 577514.59

Chapter-22: Bridge Works(Miscellaneous)

150 222073 Sealing of cracks/porous - EpoxyGrout.

140 756.09 Kg 105852.60

Page 71: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 71/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 71 of 95 www.nr.indianrailways.gov.in. 

151 222180 Providing and filling of filter mediaconsists of granular materials ofG.W., G.P., S.W., groups as per IS1498-1970 in required profilebehind boulder filling of abutments,wings, return walls etc. for all

heights above bed level.

30 1492.93 cum 44787.90

Total 150640.50

CHAPTER-23:ROAD ANDPLATFORM WORKS:

152 231010 Preparation of sub grade byexcavating earth upto 22.5cmdepth, dressing to camber andconsolidating with power roadroller.

330 36.75 sqm 12127.50

153 231042 Providing and laying water bound

macadam with specified stoneaggregate base course with 63mmto 45mm size.

50 1297.96 cum 64898.00

154 231061 For 50mm compacted thicknessusing 6 cum coarse aggregate ofsize 50mm-20mm graded.

330 348.18 sqm 114899.40

155 233011 Providing and applying tack coatusing bitumen emulsion (RapidSetting) on W.B.M.@ 0.4kg/sqm

330 20.72 sqm 6837.60

156 234021 4cm thick bitumastic sheet withpaving bitumen 80/100.

330 386.69 sqm 127607.70

157 235010 Providing and laying seal coat of

premixed fine aggregate.

330 86.58 sqm 28571.40

158 237080 Providing and laying Dry brickedging laid length wise

200 18.38 Mtr. 3676.00

159 238041 Manufacturing supplying and fixingretro reflective sign board -Cautionary/warning sign boards ofequilateral triangular shape.

22 3260.81 Each 71737.82

Total 430355.42

Page 72: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 72/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 72 of 95 www.nr.indianrailways.gov.in. 

ANNEXURE – ‘A’

To,

The CAO/Const./CE(C),

Northern Railway,

Kashmere Gate,

Delhi – 110 006.

Sub: Earnest Money.

Sir,

I/We, registered contractors of Class ‘A’ in Construction Organization of NorthernRailway, have already deposited Rs. 1,00,000/- (Rupees One Lac only) as Lumpsum Earnest Money vide Receipt No. _____________ Dated ___________ tocover for tendering a number of works on __________________________ Northern Railway vide Railway Board’s Letter No. 88/CE-1/CT/1/Vol.II Dated06.08.1996.

I/We agree that the aforesaid amount deposited as Lump sum Earnest Money byme/us shall also be available for forfeiture to the extent of Earnest Moneyspecified in the tender for work/works tendered for of I/We fail to keep the offeropen for the period specified therein.

The amount so forfeited will be made good to make up the Lump sum Earnestmoney deposit of Rs.1,00,000/- (Rupees One Lac only) and so long it is notmade good I/we shall not be eligible to tender on the basis of this Lump sumEarnest Money.

Page 73: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 73/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 73 of 95 www.nr.indianrailways.gov.in. 

Annexure-BSUPPLEMENTARY AGREEMENT

Articles of Agreement made this day _______________in the year Two thousandand_________ between the President of India, acting throughthe_________________________ Northern Railway Administration having his office at

  _____________________________hereinafter called the Railway of the one part and __________________________________________of the second part.

Whereas the party hereto of the other part executed an agreement with the party heretoof the first part being agreement No ________________________ dated __________ for the performance of ___________________________________ _____________ 

  ___________________________ ___________________ here-in-after called principalAgreement.

And whereas it was agreed by and between the parties hereto that the works would becompleted by the party hereto of the second part on ______________date last extendedand whereas the party hereto of the second part has executed the work to the entire

satisfaction of the party hereto of the first part. And whereas the party hereto of the firstpart already made payment of the party hereto of the second part diverse sums fromtime to time aggregating to Rs.______________ including  the final bill bearing Vr. No. _ 

 __   _______________________dated_______________(the receipt of which is herebyacknowledged by the party hereto of the second part in full and final settlement of all his,its claims under the principal Agreement.

And whereas the party hereto of the second part have received further sum ofRs.________________ through the final bill bearing Vr. No._ ________________dated

  _________(the receipt of which is hereby acknowledged by the party thereto of thesecond part) from the party hereto the first part in full and final settlement of all his/itsdisputed claims under Principal Agreement.

Now it is hereby agreed by and between the parties in the consideration of sums alreadypaid by the party hereto of the first part to the party hereto of the second part against alloutstanding dues and claims for, all works done under the aforesaid Principal Agreementincluding/excluding the security deposit, the party hereto of the second part have nofurther dues of claims against the party hereto the first part under the said principalagreement. It is further agreed by and between the parties that the party hereto of thesecond part has accepted the said sums mentioned above in full and final satisfaction ofall its dues and claims under the said Principal Agreement.

It is further agreed and understood by and between the parties that in consideration ofthe payment already made, under the agreement, the said Principal .Agreement shallstand finally discharged and rescinded all the terms and conditions including thearbitration clause.It is further agreed and understood by and between the parties that the arbitration clausecontained in the said principal Agreement shall cease to have any effect and /or shall bedeemed to be non-existent for all purposes.

Signature of contractor/s For and on behalf of thePresident of India

Witness of the Signature. Witness of the Signature

Page 74: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 74/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 74 of 95 www.nr.indianrailways.gov.in. 

1._______________________ 

2.______________________ 

1.____________________ 

2.____________________ 

Address: ________________________ 

Page 75: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 75/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 75 of 95 www.nr.indianrailways.gov.in. 

Annexure-CP R O F O R M A

D E C L A R A T I O N 

I/We hereby solemnly declare that I/We visited the site of the work (as on topsheet) personally and have made myself/ourselves fully conversant of the conditions

therein and in particular the following :-

1. Topography of area

2. Soil strata at site of work.

3. Source and availability of construction material.

4. Rates for construction of material, water electricityincluding all local taxes, royalties, octrois etc.

5. Availability of local labour (both skilled and

unskilled) and relevant labour rates and labourlaws.

6. The existing roads and approaches to the site ofwork and requirements for further servicesroads/approaches to be constructed by me/us.

7. The availability and rates of private land etc. thatshall be required by me/us for various purposes.

8. Climatic conditions and availability of workingdays.

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

Signature of the Tenderer/s

Page 76: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 76/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 76 of 95 www.nr.indianrailways.gov.in. 

Annexure-D

Constitution of Firm 

1. Full name of contractor/sconstruction firm and year

of establishment.

2. Registered Head OfficeAddress.

3. Branch Office in India.

4 Address on which correspondenceregarding this tender should be done.

5. Constitution of firm,give full details including

name of partners/executives/powerof attorney/holders etc.

6. Particulars of registrationswith Government/Semi Govt.Organization, Public SectorsUndertakings and local bodiesetc.

Signature of the Tenderer/s.

Page 77: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 77/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 77 of 95 www.nr.indianrailways.gov.in. 

ANNEXURE- E

Details of Plant and Machinery, already available with the firm.

SN Particulars of equipment No. of unit Kind and makefirm from which

to be hired

Capacity

1 2 3 4 5

Date by which the plantwould be available for use

on this work.

Age & Condition Work on which it is beingused

6 7. 8.

Signature of the Tenderer/s.

Page 78: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 78/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 78 of 95 www.nr.indianrailways.gov.in. 

ANNEXURE-F 

LIST OF ENGINEERS/PERSONNEL ALREADY AVAILABLE/PROPOSED TOBEEMPLOYED FOR DEPLOYMENT ON THIS WORK:

S.No. Name &Designation Qualification ProfessionalExperience OrganizationWith whomworking 

Date bywhichpersonnelwill be

availablefor thiswork.

1 2 3 4 5 6

Signature of the Tenderer/s.

Page 79: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 79/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 79 of 95 www.nr.indianrailways.gov.in. 

Annexure-GSTATEMENT OF WORKS EXECUTED BY THE CONTRACTORS DURING LASTTHREE (03) YEARS .

SN Name and place of work Authority/agency for whomthe work is being carried out.

Date of award andAgreement No. and

date.1 2 3 4

Date ofcompletion(original/ Actual)

Agreemental cost ofwork/completion cost.

Principal/technical features ofwork in brief.

S. No. at whichrelevant document areenclosed.

5 6 7 8

Signature of the Tenderer/s.

Page 80: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 80/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 80 of 95 www.nr.indianrailways.gov.in. 

Annexure-HSTATEMENT OF WORKS BEING EXECUTED/IN HAND BY THE CONTRACTOR/SSN Name and place of work Authority/agency for

whom the work isbeing carried out.

Date of award andAgreement No. anddate.

1 2 3 4

Date ofcompletion(Original / actual)

Agreemental costof work/likely cost.

Principal/technicalfeatures ofwork in brief.

S. No. at whichrelevant documentare enclosed.

Payment taken till.

5 6 7 8 9

Signature of the Tenderer/s.

Page 81: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 81/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 81 of 95 www.nr.indianrailways.gov.in. 

Annexure-I

Detail of Contractual payment received in the last three financial year and currentfinancial year.

SN Name of

work

Name of

employer

Detail of

payment

For the

financialyear

Total

Contractamountreceived

Signature of the Tenderer/s.

Page 82: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 82/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 82 of 95 www.nr.indianrailways.gov.in. 

ANNEXURE-J

FORM NO.E-5 Appendex-VIII

Real Time Gross Saving (RTGS)/ National Electronic Fund Transfer (NEFT)

Model Mandate Form(Investor/customer’s option to receive payments through RTGS/NEFT)

1. Investor/customer’s name

2. Particular’s of Bank Account:

A) Name of the Bank:

B) Name of the Branch.AddressTelephone No.

C) RTGS/NEFT IFS Code.D) Type of the account (S.B. Current or Cash Credit)With code (10/11/13).

E) Ledger and Ledger folio number.

F) Account number (as appearing on the Cheque book) (in lieu of the bankcertificate to be obtained as under, please attach a blank cancelledcheque or a photocopy of a cheque or front page of your savings bankpass book issued by your bank for verification of the above particulars)

3. Date of effect.

I hereby declare that the particulars given above are correct and complete. If thetransaction is delayed or not effected at all for reasons of incomplete or incorrectinformation, I would not hold the user institution responsible. I have read theoption invitation letter and agree to discharge the responsibility expected of meas a participant under the scheme.

(……………………………………..)Signature of the Investor/ Customer

Date

Certified that he particulars furnished above are correct as per our records.Bank’sStamp.

Signature of Bank Authority(With seal)

Page 83: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 83/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 83 of 95 www.nr.indianrailways.gov.in. 

Annexure-K

GUIDELINES FOR PARTICIPATION OF JOINT VENTURE (JV) FIRMS

(The JV firms are allowed to participate only in the tenders ofvalue more than Rs. 25 crores).

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

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

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

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

5. Normally EMD shall be submitted only in the name of the JV Firm and not in thename of constituent member. However, in exceptional cases, EMD in the nameof Lead Member can be accepted subject to submission of specific request letterfrom Lead Member stating the reasons for not submitting the EMD in the name ofJV Firm and giving written confirmation from JV Members to the effect that theEMD submitted by the Lead Member may be deemed as EMD submitted by JVFirm.

6. One of the members of the JV Firm shall be its Lead Member who shall have amajority (at least 51%) share of interest in the JV Firm and also, must havesatisfactorily completed in the last three previous financial years and the current

financial year upto the date of opening of the tender, one similar single work for aminimum value of 35% of advertised tender value. The other members shall havea share of not less than 20% each in case of JV Firms with upto three membersand not less than 10% each in case of JV Firms with more than three members.In case of JV Firm with foreign members)s), the Lead Member has to be anIndian Firm with a minimum share of 51%.

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

Annexure K1.

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

9. Approval for change of constitution of JV Firm shall be at the sole discretion ofthe Employer (Railways). The constitution of the JV Firm shall not be allowed to

Page 84: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 84/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 84 of 95 www.nr.indianrailways.gov.in. 

be modified after submission of the tender bid by the JV Firm, except whenmodification becomes inevitable due to succession laws etc. and in any case theminimum eligibility criteria should not get vitiated. However, the Lead Membershall continue to be the Lead Member of the JV Firm. Failure to observe thisrequirement would render the offer invalid.

10. Similarly, after the contract is awarded, the constitution of JV Firm shall not beallowed to be altered during the currency of contract except when modificationbecome inevitable due to succession laws etc. and in any case the minimumeligibility criteria should not get vitiated. Failure to observe this stipulation shall bedeemed to be breach of contract with all consequential penal action as percontract conditions.

11. On award of contract to a JV Firm, a single Performance Guarantee shall besubmitted the JV Firm as per tender conditions. All the Guarantee likePerformance Guarantee, Bank Guarantee for Mobilization Advance, MachineryAdvance etc. shall be accepted only in the name of the JV Firm and no splittingof guarantees amongst the members of the JV Firm shall be permitted.

12. On issue of LOA (Letter of Acceptance), an agreement among the members ofthe JV Firm (to whom the work has been awarded) shall be executed and gotregistered before the Registrar of the Companies under Companies Act or beforethe Registrar/ Sub- Registrar under the Registration Act, 1908. This JVAgreement shall be submitted by the JV Firm to the Railways before signing thecontract agreement for the work. In case the tenderer fails to observe/complywith this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited andother penal actions due shall be taken against partners of the JV. This JointVenture Agreement shall have, inter-alia, following Clauses:

12.1 Joint And Several Liability: Members of the JV Firm to which the contract isawarded, shall be jointly and severally liable to the Employer (Railways) forexecution of the project in accordance with General and Special Conditions ofthe Contract. The JV members shall also be liable jointly and severally for theloss, damages caused to the Railways during the course of execution of thecontract or due to non-execution of the contract or part thereof.

12.2 Duration of the Joint Venture Agreement: It shall be valid during the entirecurrency of the contract including the period of extension, if any, and themaintenance period after the work is completed.

12.3 Governing Laws: The joint venture agreement shall in all respect be governed byand interpreted in accordance with Indian Laws.

13. Authorized Member: Joint Venture Members shall authorize one of the memberson behalf of the Joint Venture Firm to deal with the tender, sign the agreement orenter into contract in respect of the said tender, to receive payment, to witness

  joint measurement of work done, to sign measurement books and similar suchacton in respect of the said tender/contract. All notices/correspondences withrespect to the contract would be sent only to this authorized member of the JVFirm.

Page 85: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 85/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 85 of 95 www.nr.indianrailways.gov.in. 

14. No member of the Joint Venture Firm shall have the right to assign or transfer theinterest right or liability in the contract without the written consent of the othermembers and that of the employer (Railways) in respect of the saidtender/contract.

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

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

a. Notary certified copy of the Partnership dead.

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

c. Power of Attorney (duly registered as per prevailing Law) in favour of one of thepartners of the partnership firm to sign the JV agreement on behalf of thepartnership firm and create liability against the firm.

15.2 In case one or more members/is are Proprietary Firm or HUF, the followingdocuments shall be enclosed:

Affidavit on Stamp Paper of appropriate value declaring that his/her Concern is aProprietary Concern and he/she is sole proprietor of the Concern Or he/she is inposition of “KARTA” of Hindu Undivided Family (HUF) and he/she has theauthority, power and consent given by other partners to act on behalf of HUF.

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

a. Notary certified copy of resolutions of the Directors of the Company, permittingthe company to enter into a JV agreement, authorizing MD or one of theDirectors or Mangers of the Company to sign JV Agreement, such otherdocuments required to be signed on behalf of the Company and enter into liabilityagainst the company and/or do any other act on behalf of the company.

b. Copy of Memorandum and Articles of Association of the Company.

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

15.4 All the members of the JV shall certify that they are not black listed or debarredby Railways or any other Ministry/ Department of Govt. of India/State Govt. fromparticipation in tenders/ contract on the date of opening of bids either in theirindividual capacity as members of the JV or the JV Firm in which they were/aremembers.

16. Credentials & Qualifying criteria: Technical and financial eligibility of the JV Firmshall be adjudged based on satisfactory fulfillment of the following criteria:

16.1 Technical Eligibility Criteria: (‘a’ or ‘b’ mentioned hereunder)

Page 86: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 86/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 86 of 95 www.nr.indianrailways.gov.in. 

(a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorilycompleted in the last three previous financial years and the current financialyear upto the date of opening of the tender, one similar single work for aminimum value of 35% of advertised value of the tender.

OR(b) (i) In case of composite works (e.g. works involving more than one distinct

component, such as Civil Engineering works, S&T works, Electrical works,OHE works etc. and in the case of major bridges – substructure,superstructure etc.), for each component, at least 35% of the value of any ofsuch components individually for single similar nature of work should havebeen satisfactorily completed by the JV Firm or by any member of the JVFirm in the previous three financial years and the current financial year uptothe date of opening of tender. The member satisfying technical eligibilitycriteria for the largest component of the work shall be the Lead Member andthat Member shall have a Majority (at least 51%) share of interest in the JVFirm.

(ii) In such cases, what constitutes a component in a composite work shall beclearly pre-defined with estimated tender cost of it, as part of the tender

documents without any ambiguity. Any work or set of works shall beconsidered to be a separate component, only when cost of the component ismore than Rs. 2 crore each.

NOTE: Value of a completed work done by a Member in an earlier JV Firm shall bereckoned only to the extent of the concerned member’s share in that JV Firm forthe purpose of satisfying his/her compliance to the above mentioned technicaleligibility criteria in the tender under consideration.

16.2 Financial eligibility Criteria: The contractual payments received by the JV Firm orthe arithmetic sum of contractual payments received by all the members of JVFirm in the previous three financial years and the current financial year upto theadapt of opening of tender shall be at least 150% of the estimated value of thework as mentioned in the tender.

NOTE  : Contractual payment received by a Member in an earlier JV Firm shall bereckoned only to the extent of the concerned member’s share in that JV Firm forthe purpose of satisfying compliance of the above mentioned financial eligibilitycriteria in tender under consideration. 

Page 87: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 87/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 87 of 95 www.nr.indianrailways.gov.in. 

Annexure-K1

FORMAT FOR JOINT VENTURUE MEMORANDUM OFUNDERSTANDING/AGREEMENT

THIS JOINT VENTURE MEMORANDUM OF UNDERSTANDING (MoU) /AGREEMENTEXECUTED AT ……………… ON THIS……….DAY OF ……………….. 2011 betweenM/s _________________ _ Registered office at

  _________________________________ as the first party and M/s  ___________________________ Registered office at ___________________ as theSecond party _____________________as third party. (The expression and words ofthe first and second and third party shall mean and include their heirs, successors,assigns, nominees execution, administrators and legal representatives respectively.)

WHEREAS all the parties are engaged mainly in the business of execution of Civil,Engineering and General Contracts for various Government Departments andorganisations.

WHEREAS the parties herein above mentioned are desirous of entering into a JointVenture for carrying on Engineering and/or contract works, in connection with

 __________________________________ and other works mentioned in Tender NoticeNo. ____________________dated ___________ of Northern Railway or any other workor works, as mutually decided between the parties to this Joint Venture.

WHEREAS all the parties are desirous of recording the terms and conditions of this JointVenture to avoid future disputes.

NOW THIS MoU/AGREEMENT WITNESSTH AS UNDER:

1. That in and under this Joint Venture agreement the work will be done jointly by theFirst Party and Second Party in the name and style of M/s

  _______________________(Joint Venture of M/s ______ __________ 

  _____________ ________ ______________M/s ___________  ______________and M/s. ___________________________).

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

3. That the role of each constituent of the said Joint Venture in details shall be asunder:-

The first party shall be responsible for __________________________ 

The second party shall be responsible for ________________________ 

The third party shall be responsible for _________________________.4. The share of profit and loss of each constituent of the said Joint venture shall be as

under:-

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

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

Page 88: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 88/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 88 of 95 www.nr.indianrailways.gov.in. 

7. That all the Bank guarantee shall be furnished jointly by the parties in the name ofJoint Venture.

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

9. That all the above noted parties i.e._________________________________ not tomake any change in the agreement without prior written consent of the Railway.

NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTURE ONTHIS _____________ DAY OF ______________ TWO THOUSAND WITHREFERENCE TO AND IN CONFIRMATION OF THEIR DISCUSSIONS ANDUNDERSTANDING BROUGHT ON RECORD ON ________________.

IN WITNESS THEREOF ALL/BOTH THE ABOVE NAMED PARTIES HAVE SETTHEIR RESPECTIVE HANDS ON THIS JOINT VENTUE AGREEMENT ON THEDAY, MONTH AND YEAR FIRST ABOVE MENTIONED IN THE PRESENCE OFTHE FOLLOWING WITNESS :

WITNESSES;

1. FIRST PARTY

2. SECOND PARTY

Page 89: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 89/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 89 of 95 www.nr.indianrailways.gov.in. 

Annexure K-2Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria

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

under the provisions of Indian Partnership Act.

2. Partnership Firms are eligible to quote tenders of any value .

3. The partnership firm should have been in existence or should have been

formed prior to submission of tender. Partnership firm should have either

been registered with the competent registrar or the partnership deed

should have been notarized prior to date of tender opening, as per Indian

partnership Act.

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

partnership firm should have PAN/ TAN number in its own name and

PAN/TAN number in the name of the any of the constituent partners shall

not be considered. The valid constituents of the firm shall be calledpartners.

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

allowed to be modified/altered/terminated during the validity of the tender

as well as the currency of the contract except when modification becomes

inevitable due to succession laws etc, in which case prior permission

should be taken from Railway and in any case the minimum eligibility

criteria should not get vitiated. The reconstitution of firm in such cases

should be followed by a notary certified Supplementary Deed. The

approval for change of constitution of the firm, in any case, shall be at the

sole discretion of the Railways and the tenderer shall have no claimswhat so ever. Any change in the constitution of Partnership Firm after

opening of tender shall be with the consent of all partners and with the

signatures of all partners as that in the Partnership deed. Failure to

observe this requirement shall render the offer invalid and full EMD shall

be forfeited. If any partner/s withdraw from the firm after opening of the

tender and before the award of the tender, the offer shall be rejected. If

any new partner joins the firm after opening of tender but prior to award of

contract, his/her credentials shall not qualify for consideration towards

eligibility criteria either individually or in proportion to this share in the

previous firm. Incase the tenderer fails to inform Railway beforehand

about any such changes/modification in the constitution which is

inevitable due to succession laws etc. and the contract is awarded to

such firm, then it will be considered a breach of contract conditions , liable

for determination of contract under Clause 62 of General Condition of

Contract.

6. A partner of the firm shall not be permitted to participate either in his

individual capacity or as a partner of any other firm in the same tender.

Page 90: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 90/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 90 of 95 www.nr.indianrailways.gov.in. 

7. The tender form shall be purchased and submitted only in the name of

partnership firm and not in the name of any constituent partner. The EMD

shall be submitted only in the name of partnership firm. The EMD

submitted in the name of any individual partner or in the name of

authorised partner(s) shall not be considered.

8. One or more of the partners of the firm or any other person(s) shall bedesignated as the authorized person(s) on behalf of the firm, who will be

authorized by all the partners to act on behalf of the firm through a

“Power of Attorney”, specifically authorizing him/them to submit & sign the

tender, sign the agreement, receive payment, witness measurements,

sign measurement books, make correspondences, compromise, settle,

relinquish any claim(s) preferred by the firm, sign “No Claim Certificate” ,

refer all or any dispute to arbitration and to take similar such action in

respect of the said tender/contract. Such “Power of Attorney” should be

notarized/ registered and submitted alongwith tender.

9. A notary certified copy of registered or notarized partnership deed shall

be submitted along with the tender.

10. On award of the contract to the partnership firm, a single performance

guarantee shall be submitted by the firm as per tender conditions. All the

guarantee like Performance guarantee, guarantee for Mobilization

advance, Plant and Machineries advance shall be submitted only in the

name of the partnership firm and no splitting of guarantees among the

partners shall be acceptable.

11. On issue of LOA, contract agreement with partnership firm shall be

executed in the name of the firm only and not in the name of anyindividual partner.

12. In case, the contract is awarded to a partnership firm, the following

undertakings shall be furnished by all the partners through a notarized

affidavit, before signing of contract agreement:-

a) Joint and several liabilities – The partners of the firm to which the

contract is awarded, shall be jointly and severally liable to the Railway for

execution of the contract in accordance with general and special

conditions of the contract. The partners shall also be liable jointly and

severally for the loss, damages caused to the Railway during the courseof execution of the contract or due to non-execution of the contract or part

thereof.

b) Duration of the partnership deed and partnership firm agreement – The

partnership deed/partnership firm agreement shall normally not be

modified, altered, terminated during the currency of contract and the

maintenance period after the work is completed as contemplated in the

Page 91: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 91/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 91 of 95 www.nr.indianrailways.gov.in. 

conditions of the contract. Any change carried out by partners in the

constitution of the firm without permission of Railway, shall constitute a

breach of contract liable for determination of contract under clause 62 of

General Conditions of Contract.

c) Governing Laws – The partnership firm agreement shall in all respect be

governed by and interpreted in accordance with the Indian laws.

d) No partner of the firm shall have the right to assign or transfer the interest

right or liability in the contract without the written consent of the of the

other partner and that of the Railway in respect of the tender/contract.

13. The tenderer shall clearly specify that the tender is submitted on behalf of

a partnership concern. The following documents shall be submitted by the

partnership firm, with the tender-

a) A copy of registered/notarized partnership deed duly authenticated by

notary.

b) Power of Attorney duly stamped and authenticated by a Notary Public or

by a Magistrate from all partners of the firm in favour of one or more of

the partner(s) or any other person(s) as detailed in para (8) above.

c) An undertaking by all the partners of the partnership firm shall be given

that they have not been black listed or debarred by Railways or any other

Ministry/Department of the Govt of India/any State Govt from participation

in tenders/contract on the date of opening of bids either in their individual

capacity or in any firm in which they were/are partners.

Concealment/wrong information in regard to above shall make the

contract liable for determination under clause 62 of General Conditions of

Contract-1999.

14. Evaluation of eligibility of a partnership firm.

Technical and financial eligibility of the firm shall be adjudged

based on satisfactory fulfillment of the following conditions:

i) Technical eligibility criteria – The tenderer should satisfy either of the

following criteria:- 

b) The partnership firm shall satisfy the full requirement of technicaleligibility criteria (defined in “para 2.3.2 (A) (V) of special tender

conditions and instructions for tenderers” ) in its own name and style;

OR 

c) In case the partnership firm does not fulfill the technical eligibility

criteria in its own name and style, but one of its partners has

executed a work in the past either as a sole proprietor of a firm or as

Page 92: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 92/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 92 of 95 www.nr.indianrailways.gov.in. 

a partner in a different partnership firm, then such partner of the firm

shall satisfy the technical eligibility criteria (defined in “para 2.3.2 (A)

(V) of special tender conditions and instructions for tenderers” ) on

the basis of his/her proportionate share in that proprietorship/ 

partnership firm reduced further by his/her percentage share in the

tendering firm.

ii) Financial eligibility criteria– The tenderer shall satisfy either of thefollowing criteria:- 

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

eligibility criteria (as defined in “para 2.3.2 (A) (VI) of special tender

conditions and instructions for tenderers”) in its own name and style.

OR

b) In case the partnership firm does not fulfill the financial eligibility

criteria in its own name and style, but one or more of its partners have

executed a work/contract in the past either as sole proprietor or aspartner in different firms, then the arithmetic sum of the contractual

payments received by all the partners of the tendering firm, derived

on the basis of their respective proportionate share in the such firms

reduced further by their respective percentage share in the

tendering firm, shall satisfy the full requirements of the financial

eligibility criteria (as defined in “para 2.3.2 (A) (VI) of special tender

conditions and instructions for tenderers”).

Example on Evaluation of Technical & Financial Eligibility ofPartnership Firm 

A tendering partnership firm “ABCD” has four constituent partnersnamely “A” , “B” , “C” & “D” with their respective shares as 40%, 30%,

20% & 10% , but this firm has not executed any work in its own name

and style. However, the constituent partners have executed the work in

earlier partnership firm(s) or as sole proprietor as under:-

(i) Partnership firm “ABZ” having three partners namely “A” , “B” & “Z” with

respective shares of 10%, 20% & 70%, has executed a work of value

Rs.10.00 crores earlier.

(ii) Partnership firm “CYX” having three partners namely “C”, “Y” & “X” with

respective shares of 50%, 30%, & 20%, has executed a work of value

Rs.5.00 crores earlier.

(iii) Sole proprietorship firm “P” having “D” as sole proprietor has executed a

work of value Rs.2.0 Crores earlier.

The evaluation of technical and financial eligibility of tendering firm “ABCD” shall bedone by taking proportionate share of credentials of partners A, B, C and D derived fromtheir earlier partnership firms to be reduced further by their percentage share in thetendering firm as calculated in table below :-

Page 93: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 93/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 93 of 95 www.nr.indianrailways.gov.in. 

1 2 3 4 5Credentials of“A” & “B”derived fromfirm “ABZ”which has

executed workof Rs.10.0 cr.

Credentials of“C” derivedfrom firm“CYX” firmwhich has

executed workof Rs.5.0 cr.

Credentials of “D”derived fromProprietorshipfirm “P” which hasexecuted work of

Rs.2.0 cr.

Contribution of “A”,“B” ,”C” & “D” tocredentials oftendering firm“ABCD”

Partners

sharein firm“ABZ”

Proporti-onateCredenti-als

%shareinfirm“CYX”

Proport-ionateCreden-tials

%sharein firm“P”

Proportio-nateCredentials

%sharein“ABCD”

ProportionateContribution to“ABCD”

A 10% 10% of10Cr. =1.0 Cr.

- - - - 40% 40% of 1 Cr=0.4Cr 

B 20% 20% of

10Cr. =2.0 Cr.

- - - - 30% 30% of 2

Cr. = 0.6 Cr

C - - 50% 50% of5 Cr=2.5Cr 

- - 20% 20% of2.5Cr.=0.5Cr.

D - - - - 100% 100% of2Cr=2.0Cr 

10% 10% of 2Cr.= 0.20Cr 

Evaluation of Technical Eligibility :-

Any one of the partners of “ABCD” tendering firm viz A, B, C or D shouldsatisfy the technical eligibility criterion on the basis of his/her proportionate

share of credential in the earlier partnership firm reduced further by hispercentage share in the tendering firm. As calculated in above table, thecontribution of partners A, B, C & D towards the credentials of tendering firm“ABCD” will be taken as Rs. 0.40 cr., Rs. 0.60 cr., Rs. 0.50 cr., 0.20 crrespectively. Thus, in this example the firm “ABCD” is deemed to have executedone single work of maximum value of Rs 0.60 Cr. for the purpose of technicaleligibility criteria.

Evaluation of Financial Eligibility :-The arithmetic sum of the contribution of all the partners of tendering firm“ABCD” derived on the basis of their respective proportionate share in theearlier partnership firms reduced further by their respective percentage share

in the tendering firm, in this example will be taken as Rs. 1.70 Cr. (i.e. A + B +C+ D = 0.40 + 0.60 + 0.50 + 0.20 = 1.70 cr.). Thus, in this example, the firm“ABCD” is deemed to have received contractual payments of Rs 1.70 Cr. for thepurpose of financial eligibility criteria.

Page 94: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 94/95

Tender Schedule Civil works JRC-SCPD Doub.

Signature of tenderer/s Page 94 of 95 www.nr.indianrailways.gov.in. 

Annexure-LName of Bank ________________ 

President of India Bank Guarantee Bond No.__________ Acting through_____________(Designation) Dated : _____________ and address of contract signing authority

PERFORMANCE GUARANTEE BONDIn consideration of the President of India acting through ______(Designation & address ofContract Signing Authority), Northern Railway, Kashmere Gate, Delhi (hereinafter called“The Government”) having agreed under the terms and conditions of agreement/ContractAcceptance letter No.______________ dt. _______ made between __________ (Designation & address of contract signing Authority) and _____________ (hereinafter called“the said contractor(s)” for the work

 ___________________________________________________________________ (hereinafter called “the said agreement”) having agreed for submission of a irrevocableBank Guarantee Bond for Rs._____________(Rs.___________only) as a performancesecurity Guarantee Bond from the contractor(s) for compliance of his obligations inaccordance with the terms & conditions in the said agreement.

1. We______________(indicate the name of the Bank) hereinafter referred to as theBank, undertake to pay to the Government an amount not exceedingRs._______(Rs._________ only) on demand by the Government.

2. We_________ (indicate the name of the Bank further agree that (and promise) topay the amounts due and payable under this guarantee without any demur merelyon a demand from the Government through the FA&CAO(Const.), Northern Railway,Kashmere Gate, Delhi-110006 or _____________________(Designation & addressof contract signing authority) Northern Railway, stating that the amount claimed isdue by way of loss or damage caused to or would be caused or suffered by theGovernment by reason of any breach by the said contractor of any of the terms orconditions contained in the said agreement or by reason of the contractor failure toperform the said agreement. Any such demand made on the Bank shall beconclusive as regards the amount due and payable by the Bank under thisguarantee. However, our liability under this guarantee shall be restricted to anamount not exceeding Rs._____________ (Rs.________________only).

3.(a) We,___________(indicate the name of Bank) further undertake to pay to theGovernment any money so demanded notwithstanding any dispute or dispute raisedby the contractor (s) in any suit or proceeding pending before any court or Tribunalrelating to liability under this present being absolute and unequivocal.

(b) The payment so made by us under this bond shall be a valid discharge of our liabilityfor payment there under and the contractor(s) shall have no claim against us formaking such payment.

4. We,______ (indicate the name of bank) to further agree that the guarantee hereincontained shall remain in full force and effect during the period that would be taken forthe performance of the said agreement and that it shall continue to be enforceable tillall the dues of the Government under or by virtue of the said agreement have beenfully paid and its claims satisfied or discharged______ (Designation & Address ofcontract signing authority) on behalf of the Government, certify that the terms andconditions of the said agreement have been fully and properly carried out by the saidcontractor(s) and accordingly discharges this guarantee.

Page 95: Doubling Scpd

8/3/2019 Doubling Scpd

http://slidepdf.com/reader/full/doubling-scpd 95/95

Tender Schedule Civil works JRC-SCPD Doub.

(Continue_______________BG No. ____________Dt.____________)5. (a) Not withstanding anything to the contrary contained herein the liability of the bank

under this guarantee will remain in force and effect until such time as this guarantee isdischarged in writing by the Government or until (date of validity/extended validity)which ever is earlier and no claim shall be valid under this guarantee unless notice inwriting thereof is given by the Government within validity/extended period of validity of

guarantee from the date aforesaid.(b) Provided always that we__________(Indicate the name of the Bank)unconditionally undertakes to renew this guarantee or to extend the period ofguarantee form year to year before the expiry of the period or the extended period ofthe guarantee, as the case may be on being called upon to do so by the Government.If the guarantee is not renewed or the period extended on demand,We__________(indicate the name of the Bank) shall pay the Government the fullamount of guarantee on demand and without demur.

6. We, ___________ (indicate the name of Bank) further agree with the Government thatthe Government shall have the fullest liberty without our consent and without effectingin any manner out of obligations hereunder to vary any of the terms and conditions ofthe paid contract from time to time or to postpone for any time or from time to time any

to the powers exercisable by the Government against the said contractor(s) and toforbear or enforce any of the terms and conditions of the said agreement and we shallnot be relieved from our liability by reason of any such variation, or extension beinggranted to the said contractor(s) or for any bearance act or omission on the part of theGovernment or any indulgence by the Government to the said contractor(s) or by anysuch matter or thing whatsoever which under the law relating to sureties for the saidreservation would relive us from the liability.

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

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

9. This guarantee shall be valid upto ____________ (Date of completion plusmaintenance Period). Unless extended on demand by Government. Notwithstandinganything to the contrary contained hereinbefore, our liability under this guarantee isrestricted to Rs.________________ (Rs.___________ 

 __________________________ (only unless a demand under this guarantee is madeon us in writing on or before___________________, we shall be discharged from ourliabilities under this guarantee thereafter.

(Dated: the day of_____________for________________ (indicate the name of bank)