Replacement of OH Lines With Underground Cabling and Associated

Embed Size (px)

Citation preview

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    1/31

    GOVERNMENT OF INDIA

    EASTCOASTRAILWAY

    OPEN TENDER NO.

    Item No1 of Tender Notice No. SDEE/KUR/Elect/2008-09/19 Date: 17.03.09

    NAME OF WORK:

    Replacement of O/H lines with Underground cabling and associatedelectrical works at PRDP

    DATE OF OPENING

    30.04.2009(AT 16.00 HRS.)

    LAST DATE OF SUBMISSION

    29.04.2009

    (UPTO 13:30 HRS.)

    Cost of Tender Document: Rs.3000/- (Rupees Three Thousand only)

    ISSUED BY

    SR. DIVISIONAL ELECTRICAL ENGINEER (G)

    EAST COAST RAILWAY

    KHURDA ROAD.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    2/31

    East Coast Railway

    ANNEXURE-I

    TENDER FORMS (FIRST SHEET)

    Tender No.

    Name of Work: Segregation of loads at various locations in KUR division.

    To

    The President of India,

    Acting through the DRM(Elect)/KUR

    East Coast Railway.

    I/We.

    have read the various conditions to tender attached here to and agree to abide by the said

    conditions. I /We also agree to keep this tender open for acceptance for a period of

    .days from the date fixed for opening the same and in

    default thereof, I / We will be liable for forfeiture of my / our Earnest Money. I / We

    offer to do the work for E.Co.Railway, at the rates quoted in the attached schedule and

    here by bind myself / ourselves to complete the work in all respects within

    months from the date of issue of letter of acceptance of the

    tender.I/We also here by agree to abide by the General Conditions of Contract corrected up to

    printed / advance correction slip No. .. dated. and to carry

    out the work according to the Special Conditions of Contract and Specifications of

    materials and works as laid down by Railway in the annexed Special Conditions /

    Specifications and the E.Co. Railway General Conditions of Contract and Standard

    Specifications part IV corrected up to printed / advance correction slip

    No. dated .. General Conditions of Contract and

    Standard Specifications corrected up to printed / advance correction slip

    No. dated.. for the present contract.,

    3.A sum of Rs.. is herewith forwarded as

    Earnest Money. The full value of the Earnest Money shall stand forfeited withoutprejudice to any other right or remedies in case my / our Tender is accepted and if :-

    (a) I/We do not execute the contract documents within seven days after rece4ipt of 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.

    4.Until a formal agreement is prepared and executed, acceptance of this tender shall

    constitute a binding contract between us subject to modifications, as may be mutually

    agreed to between us and indicated in the letter of acceptance of my / our offer for this

    work.

    Signature of Witnesses: Signature of Tenderer(s)

    1) Date:

    2)

    Address of the Tenderer(s)

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    3/31

    EAST COAST RAILWAY

    Tender Notice

    Tender Notice No. SDEE/KUR/Elect/2008-09/19 Date:17.03.09

    For and on behalf of President of India, Sr. Divisional Electrical Engineer (G), East Coast

    Railway, Khurda Road invites sealed Tender in prescribed tender form for the following work.

    Item

    No

    Name of the work Approximate

    Cash value

    (Rs)

    E.M.D (Rs) Cost of

    Tender

    Documents(Rs)

    1 2 3 4 5

    1 Replacement of O/H lines with

    Underground cabling and associated

    electrical works at PRDP

    27,66,485/- Rs.55,330/- Rs.3000 /-

    2 Rehabilitation of street lighting

    arrangement with provision of GRP

    poles and energy efficient T-5 FTL

    fitting at PUI

    27,92,299/- Rs.55,850/- Rs.3000 /-

    The prescribed non-transferable Tender forms are obtainable on any working day from

    the office of the Senior Divisional Electrical Engineer (G),East Coast Railway,Khurda Roadon remittance of cost of Tender forms (non-refundable) either by Crossed DD drawn in favour

    of Sr.DFM/East Coast Railway,Khurda Road on any Nationalized/Scheduled Bank payable at

    Khurda Road or in the form of money receipt issued by Chief Cashier/East Coast Railway/

    Bhubaneswar or Divl cashier/E.Co.Rly. Khurda Road or any station master of this Railway

    under head of allocation Z-652 in support of deposition of requisite money with him. An

    amount of Rs.500/- extra has to be paid if required by post.

    The period of issue of Tender Form: From 30.03.2009 Up to12:00 Hrs of29.04.2009.

    The last date and time of receipt of Tenders: Up to 13:30 hrs of 29.04.2009.

    (No further time extension will be granted to submit the Tenders even if the last date

    of receipt of Tender happens to be a BANDH or Holiday)

    Date and time of opening of Tender: At 16:00 hrs of 30.04.2009 at Sr. DEE(G)/KURs

    Office.If the date of opening happens to be a BANDH or Holiday, the tender will be opened at

    the same time on the following working day.

    The tender documents will also be available in the website at www.eastcoastrailway.gov.in"

    during the period from 30.03.2009 to 29.04.2009 and can be down loaded and used as tender

    documents for submitting the offer. Separate Demand Draft towards the cost of tender

    documents as mentioned at Col-5, shall have to be enclosed in addition to earnest money while

    submitting the tender, other wise, the tender will be summarily rejected. Railway

    Administration shall not be responsible for any delay/difficulties/ inaccessibility of the down

    loading facility for any reason whatsoever.

    Tenders will also be accepted by post. However, Railway shall not be responsible for

    any postal delay. In case of any discrepancy between the tender documents down loaded from

    internet and the master copy available in the office, the later shall prevail and will be bindingon the Tenderer(s). No claim on this account will be entertained.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    4/31

    For the work mentioned above the tenderer should satisfy the following eligibility

    criteria.

    1.Tenderers should have valid Electrical Contractors License(HT for Item No-1 & LT for ItemNo-2) copy of which should be submitted along with the tender offer.

    2. Tenderer should have physically completed in the last three financial years (i.e. Current

    financial year and three previous financial years) at least one similar single work for a

    minimum value of35% of the advertised tender value in Rlys or any other Govt./Semi Govt.

    Organisation in one single contract agreement.

    3.Total contract amount received by the Tenderer during the last three financial years and in

    the current financial year should be minimum of 150% of Advertised Tender value. In

    support of this tenderer(s) should submit attested certificates from the employer/client/audited

    balance sheet duly certified by chartered accountant etc. along with the Tender offer.

    4. For item No.1 Similar nature of work: The tenderer should have executed one singlework of 35 % of advertised tender value which contains atleast one or more items asmentioned below in Railways / Airport/ CPWD/ Defence buildings/State Govt

    secretariat/Public sector undertakings etc.Execution of HT (11KV/33 KV) cablings/ HT(11KV/33 KV) overhead lines/ HT (11 KV/33

    KV) panels/(11/0.4KV) or (33/0.4KV) substation equipments/ earthing / other associated

    works etc. including commissioning of the HT system .

    For item No.2 Similar nature of work: The tenderer should have executed one single workof 35 % of advertised tender value which contains atleast one or more items as mentionedbelow in Railways / Airport/ CPWD/ Defence buildings/State Govt secretariat/Public sectorundertakings etc.

    Execution of Internal/external electrification (wiring/ supply and commissioning of LT

    electrical fittings/ LT cabling/ LT panels/street lighting/ earthing and associated works etc) in

    respect of staff quarter / service buildings / street lights/ passenger

    platform/concourse/circulating area.

    Tenderer has to produce supporting documents/ certificates from the organization with

    whom they have worked along with the tender offer. Certificates from private

    individuals/Organisations for whom such works are executed/ being executed shall not be

    accepted.(a)Similar nature of work physically completed within the qualifying period i.e. the last three

    financial years and current financial year (even though the work might have commenced

    before the qualifying period) should be considered in evaluating the eligibility criteria.

    (b)The total value of similar nature of work completed during the qualifying period and not the

    payment received within the qualifying period should alone be considered. In case the final bill

    of similar nature of work has not been passed and final measurement have not been recorded,

    the paid amount including the statutory deduction is to be considered .If final measurement

    have not been recorded and work has been completed with negative variation ,then also the

    paid amount including statutory deduction is to be considered. However, if final measurement

    have been recorded and work has been completed with positive variation but variation has not

    been sanctioned, original agreement value or last sanctioned agreement value which ever is

    lower should be considered for judging eligibility.(c)In case of composite works involving combination of different works, even separate

    completed similar nature of works of required value should be considered while evaluating the

    eligibility criteria.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    5/31

    The tender should be accompanied by a deposit towards Earnest Money to be deposited in cash

    or in any of the following forms obtained in favour of Sr.Divisional Finance Manager

    E.Co.Railway, Khurda Road

    i) Deposit Receipt(ii)Pay order(iii)Demand Draft

    These forms of earnest money could be either of the State Bank of India or of any of the

    Nationalized Bank. (Guarantee Bonds will not be accepted for the amount as specified for

    EMD). The tender shall hold the offer open for a period of 90 days from the date fixed for

    opening the same, it being understood that the tender documents have been sold / issued to the

    tenderer and the tenderer is being permitted to tender in consideration of the stipulation on his

    part that after submitting his tender, he will not resile from his offer or modify terms and

    conditions thereof, in a manner not acceptable to the Chief Engineer / Divisional Railway

    Manager / Sr.Divisional Engineer /Divisional Engineer of the East Coast Railway.

    Should the tenderer fail to observe or comply with the foregoing stipulation the aforesaid

    amount shall be liable to be forfeited to the Railways. Government securities, stock

    certificates, bearer bonds promissory notes/cash certificates etc. will not be accepted.

    Sealed Tender documents along with EMD may be dropped in the box specifically available in

    the following addresses.

    (i)Sr.Divl. Electrical Engineer (G),East Coast Railway,KhurdaRoad,At/PO-Jatni,Dist-Khurda,

    Orissa, PIN-752050

    (ii)Chief Electrical Engineer,East Coast Railway, 3

    rd

    Floor, ECoR HQ . Building,Chandrasekhar pur Bhubaneswar, PIN-751017.

    (iii)Asst.Divl Electrical Engineer (G),East Coast Railway, PURI , At/PO- PURI, PIN-752002

    Sr.Divisional Electrical Engineer (G)

    E. Co. Railway, Khurda Road.

    For & On Behalf of President of India.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    6/31

    EAST COAST RAILWAY

    RATE SHEET

    Name of the work: Replacement of O/H lines with Underground cabling and associated

    electrical works at PRDP.

    DESCRIPTIONBASIC RATE OF

    TENDER

    QUOTED TENDER RATE

    (in % above/below)

    ________________________

    % above / below (In figure)

    Replacement of O/H lines

    with Underground cabling

    and associated electrical

    works at PRDP

    Rs. 27,66,485/-

    __________________________

    % above / below (In words)

    (BASIC RATES ARE GIVEN IN SCHEDULE OF PRICES)

    NOTE:

    (i) Tenderer should invariably strike out [ABOVE/BELOW] whichever is notapplicable and percentage value both in figures and words failing which the offer

    will be summarily rejected.

    (ii) Conditional Tenders will summarily be rejected without any conditionwhatsoever. Tenderer should not quote any percentage above/below in schedule

    of prices or anywhere except in above. Tenderer should and only quote in above

    blank form.

    (iii) Taxes and levies will be deducted at source as applicable.(iv) The rates quoted in % above or below should be inclusive of all taxes, as

    leviable by Union of India/ State Government including Excise duty, Sales tax,

    Entry tax or any other taxes/ charges.

    (v) No correction is allowed in the percentage quoted and such tenders receivedhaving any corrections/over writing/duality between the percentage quoted in

    figures and words, will be summarily rejected.

    (vi) The basic cost, item & quantities are approximate and for guidance to thetenderer(s).This may vary as per the site condition and no claim what-so-ever will

    be entertained.

    (vii) The entire work should be completed in all respect within 06 months from thedate of acceptance letter issued.

    SIGNATURE OF THE

    TENDERER (S)WITH SEAL

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    7/31

    EAST COAST RAILWAY

    Item No.1 of Tender Notice No. SDEE/KUR/Elect/2008-09/19 Date: 17.03.09

    Name of Work: - Replacement of O/H lines with Underground cabling and associated

    electrical works at PRDP

    SCHEDULE OF PRICE

    Sl

    No

    Description of work Qty Unit Rate Total

    1 XLPE insulated, PVC sheathed

    armoured cable, 1100 volts grade , 3

    core 120 Sq.mm

    2000 Mtr 253 506000

    2 XLPE insulated, PVC sheathed

    armoured cable, 1100 volts grade , 3

    core 50 Sq.mm

    2500 Mtr 127 317500

    3 XLPE insulated, PVC sheathed

    armoured cable, 1100 volts grade , 3

    core 25 Sq.mm

    1000 Mtr 82 82000

    4 Cable laying charges along theroad/track.

    5000 Mts 95 475000

    5 Cable laying charges across the

    road/track through 150 mm dia spun

    concrete pipe.

    500 Mts 499 249500

    6 Excavation of wall and fixing of cable

    with cement plastering

    100 Mtr 63 6300

    7 SETC of Feeder pillar 14 No 28883 404362

    8 Earthing arrangement 20 No 1200 24000

    9 Dismantling of LT OH line includinginsulator & bracket etc

    6 KM 507 3042

    10 Dismantling of Rail pole/RS Joist/SST

    pole

    20 No 406 8120

    11 Supply of 11 KV A/B switch 200A,

    complete with all accessories.

    5 Set 6532 32660

    12 Erection of A/B switch 5 Set 800 4000

    13 Supply of lightening arrestor,10 KA

    complete with all accessories.

    3 Set 2171 6513

    14 Erection of lightening arrestor 3 Set 309 927

    15 Supply of 11 KV explusion type DO

    fuse 50/60 A capacity , complete withall accessories.

    3 Set 1860 5580

    16 Erection of DO fuse 3 Set 309 927

    17 Supply and fabrication of RS joist of

    200 X 100 mm of 11mtr length

    8 No 9350 74800

    18 Transportation of RS joist to the site

    and erection of RS joist

    8 No 393 3144

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    8/31

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    9/31

    EAST COAST RAILWAY

    EXPLANATORY NOTES OF SCHEDULE

    ITEM NO 1

    The rate includes supply of ISI marked XLPE insulated ,PVC sheathed cable with

    aluminium conductor suitable for rated voltage of 1100 Volts grade and conforming to

    IS:7098(Pt.1)/1988 with amendment No:1 and of size 3.5Core X 120 Sq.mm ,circular &

    armoured make NICCO/Havells/SOMEX or similar.

    ITEM NO 2

    The rate includes supply of ISI marked XLPE insulated ,PVC sheathed cable with

    aluminium conductor suitable for rated voltage of 1100 Volts grade and conforming to

    IS:7098(Pt.1)/1988 with amendment No:1 and of size 3.5Core X 50 Sq.mm ,circular &

    armoured make NICCO/Havells/SOMEX or similar.

    ITEM NO 3

    The rate includes supply of ISI marked XLPE insulated ,PVC sheathed cable with

    aluminium conductor suitable for rated voltage of 1100 Volts grade and conforming to

    IS:7098(Pt.1)/1988 with amendment No:1 and of size 3.5Core X 25 Sq.mm ,circular &armoured make NICCO/Havells/SOMEX or similar.

    ITEM NO 4

    The rate include excavation of cable trench and laying of cable along the road/track as

    per CEE/ECORs drawing No CEE/GS/CABLE TRENCH/01 (mod01) dt 02.05.05.

    Rate also includes covering of cable trench with bricks, sand and earth after laying of

    cable. The price shall include all other materials and labour required for doing the work.

    Railway will only supply the cable and the contractor shall collect it from the store of the

    concerned Sr. Section Engineer(Elect)/ Section Engineer(Elect) with contractors labour.

    The contractor will have to make the surface as good as before after laying of cables.

    ITEM NO 5The rate include excavation of cable trench and laying of cable across the road/track as

    per CEE/ECORs drawing No CEE/GS/CABLE TRENCH/01 (mod01) dt 02.05.05.

    Rate also includes covering of cable trench with bricks, sand and earth after laying of

    cable. Whenever laying of cable across the road already constructed, is involved ,digging

    of road surfaces is to be avoided by using mechanized trenchless technology for laying

    of pipes.Trenchless technology should also be used for laying cables for crossing

    Railway tracks.The price shall include all other materials and labour required for doing

    the above work. The cable will be supplied by the concerned Sr. Section Engineer

    (Elect)/ Section Engineer (Elect) and the contractor shall collect it from the store of the

    concerned Sr. Section Engineer (Elect)/ Section Engineer (Elect) with contractors

    labour.The price shall include all other materials and labour required for doing the

    work.The contractor will have to make the surface as good as before after laying ofcables.

    ITEM NO 6

    The rate include excavation of wall and fixing of cable with cement plastering and to

    make the surface as good as before after laying of cable.Only the cable will be supplied

    by the Rly and remaining all other materials required for the above work are to be

    supplied and executed by the contractor.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    10/31

    ITEM NO 7

    Rate includes supply of LT outdoor feeder pillar consists of copper bus bar 200A bus bar

    (20 x 5mm for phase, 20 x 3mm for neutral) with LED type indication lamp for RYB in

    incoming side. The feeder pillar shall consist of I/C: 1 x 100A MCCB 4P, 35KA, O/G: 2

    x 50A MCCB 4P, 35KA, 2 x 32A MCB DP, 10KA as outgoing (MCCB make

    Seimens/ABB/L&T/IndoAsian/GE/LEGRAND and MCB make ABB/L&T/IndoAsian/

    GE/LEGRAND/C&S). There should be a separate 5Amp plug point available with

    power supply from incoming side of panel with switch control and 11 W CFL lamp.

    Panel size : (750 mm x 600 mm x 400 mm approx) with +10% in overall size : (Sheet:

    1.6mm thick, Angle: 40 x 40 x 6mm, Channel: 75 x 40 x 4.4 mm). The panel will made

    on two parts with doors on both front and rear side for incoming and outgoing

    connections in terminal blocks. Jointless earthing, clamp, earth strip will be provided in

    both side with internal wiring & fixing of switch gears. Rate also includes erection,

    testing & commissioning of the outdoor feeder pillar on the brick pedestal of approx 500

    mm height, with plastering & finishing etc, to be done by the contractor with his labour

    and tools as directed by the Engineer in charge of work at site. Jointless Earthing

    connection to the panel to be made at two distinct places from two distinct earth

    electrode by 8 SWG G.I wire including cable entry into the panel as directed by the

    Engineer in charge of work at site. The work also includes connection of incoming,

    outgoing cables with socket or directly as required in the site. Double compression

    glands are to be provided in all cables.

    ITEM NO-8

    The rate includes earthing in any type of soil as per CEE/ECoRs drawing

    No.CEE/GS/EARTHING/02/(mod-1) dt..28.11.07 with sump including supply of all

    materials, earth cone pipe conforming to latest IS specification. The rate also includes

    excavation of pit, filling with charcoal and salt, refilling with earth, etc. as per drawing.

    Earth continuity wire No-6 SWG shall be taken from the earth cone to the desired place

    as shown by site Incharge and properly connected with nut & bolt with suitable socket.

    Value of the earth resistance shall be less than 6 ohms.

    ITEM NO-9

    Rate includes dismantaling of LT OH lines including Insulator & bracket, etc. &submitting to Railway authority, by the contractor with his labour and tools.

    ITEM NO-10

    Rate includes dismantaling of Rail Pole/R.S. Joist/SST pole, etc. & submitting to

    Railway authority, by the contractor with his labour and tools.

    ITEM NO-11

    Rate includes supply of 11 KV AB switch 200 Amps, (Vertical type) with base frame

    insulators, operating rods with locking arrangement conforming to CEEs specification

    No.CEE/Dev/DO 150/6.66 including 3 sets of horizontal/vertical bracing.

    ITEM NO-12Rate includes erection, testing & commissioning of the AB switch on 4 pole/DP

    structure, with bolts & nuts, clamp etc. to be done by the contractor with his labour and

    tools as directed by the Engineer in charge of work at site.

    ITEM NO-13

    Rate includes supply of 11 KV lightening arrester, 10 KA as per Specification

    No.CEE/D/LA/2.66 (3 Nos. 1 set)

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    11/31

    ITEM NO-14

    The rate includes erection, testing & commissioning of 11 KV lighting arrester,

    including jumpering and earthing to electrode provided, 4 pole/DP structure with bolts &

    nuts, clamp etc. & complete in all respect as directed by the Engineer in charge of work

    at site.

    ITEM NO-15

    The rate includes supply of 11 KV, 50/60A capacity explusion Type drop out fuse (1 set

    3 Nos.), as per CEEs Specification No.CEE/4/10-64.

    ITEM NO-16

    Rate includes erection, testing & commissioning of the DO fuse on 4 pole/DP structure

    with bolts & nuts, clamp etc. to be done by the contractor with his labur tools as directed

    by the Engineer in charge of work at site.

    ITEM NO-17

    Rate includes supply and fabrication of R.S. Joist of 200 x 100 mm of 11M long.

    ITEM NO-18

    Rate includes transportation of the R.S Joist to the site and erection of the same with

    contractors labour, vehicle and tools.

    ITEM NO-19

    Rate includes excavation of earth pit any kind of soil/rock for erection of RS joint 200 x

    100 mm/Rail pole of 11 M long with cement concrete in the ratio: 1:3:6 casting of

    foundation including re-filling and dressing of earth with contractors labour, tools

    including supply of cement and all materials. Digging of pit, casting of foundation 1M x

    1 M x 2M with stone ballast of size 40mm. and down for erection of R.S. Joist with

    contractors cement and mortar with ratio: 1:3:6 and 12mm. Thick cement plastering and

    neat cement finishing are also to be done for muffing by the contractor. The size of

    muffing shall be 500mm x 500mm x 500mm with proper slope towards top and complete

    in all respect by the contractor with his labour and tools. All the foundations are to be

    cured for 21 days.

    ITEM NO-20

    The rate includes supply & erection of horizontal bracing of size 100 x 50 x 5mm G.I

    Channel

    ITEM NO-21

    The rate includes supply & erection of G.I. Angle 50 x 50 x 6 mm

    ITEM NO-22

    The rate includes Supply & erection of G.I. Nuts & Bolts 5/8 x 6 and 5/18 x 3.1

    ITEM NO-23The rate includes supply & erection of G.I. Clamps of suitable size as directed by site

    incharge.

    ITEM NO-24

    The rate includes supply & erection of G.I. anticlimbing wire.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    12/31

    ITEM NO-25

    Rate includes Painting of 4 pole structure including all members, name board, earth pit

    etc with two Alu, paint over a coat of anticorrosive Red oxide primer A class (ASIAN

    PAINT/SHALIMAR/BERGER) & complete in all respect as directed by the Engineer in

    charge of work at site.

    ITEM NO-26

    Rate includes Painting of R.S. Joist/SST poll/Rail pole with two coats of Alu. Paint over

    a coat of anti-corrosive Red oxide primer A class (ASIAN

    PAINT/SHALIMAR/BERGER) shall be done by the contractor.

    ITEM NO-27

    Rate includes supply and spreading of 25mm size ballast in the Sub Station.

    ITEM NO-28

    The rate includes associated wiring, fixing, testing and commissioning of street light

    luminaries on the SST/Rail pole. Connection to the fitting to be provided from the

    junction box provided in the pole by means of a 2.5 sq mm PVC insulated multi strand

    copper wire of make- Finolex/L&T/Poly-cab/BCH/IndoAsian. Only the fitting with lamp

    will be supplied by the Rly. The contractor will have to collect it from the store ofconcerned SSEE/SEE.Remaining all other materials required for erection of the fitting

    will be supplied and executed by the contractor.

    ITEM NO-29

    The rate includes supply of loop in loop out box made of MS sheet of 2mm thickness of

    size- 200mm x 150mm x 100mm with 10A kitkat fuse 2 Nos., connectors and locking

    arrangemnet.

    ITEM NO-30

    The rate includes erection of loop in loop out box in the muffing to be done by the

    contractor with his labour and tools as directed by the Engineer in charge of work at

    site.Only the loop in loop out box will be supplied by the Rly. Remaining all othermaterials required for the above work will be borne by the contractor.

    ITEM NO-31

    The rate includes supply, erection, testing & commissioning of 4 way Distribution board

    of make L&T/LEGRAND/ABB/GE/C&S/IndoAsian with 4 x 16A kit kat fuse of make

    Anchor/IndoAsian/SSK/HPL including fixing on the wall and connection with service

    main and different points, complete the work in all respect as directed by the Engineer in

    charge of work at site.

    ITEM NO-32

    The rate includes supply & fixing of Sand bucket with sand (1 set) consisting of 4 Nos.

    bucket with stand)

    ITEM NO-33

    The rate includes supply & fixing Fire fighting equipments of dry chemical powder type

    fire extinguisher, capacity 5 KG of any ISI approved make.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    13/31

    ITEM NO-34

    The rate includes supply of Rubber Insulation pad of size 1 meter X 1 Meter with

    minimum thickness of 1 cm. The material shall be of ISI standard and any ISI approved

    make.

    ITEM NO-35

    The rate includes supply and erection of 11 KV danger board with the inscription

    Danger 11000V in Oriya, Hindi & English including, Skull & Bones as per IS: 2551

    means for pole symbol.

    ITEM NO-36

    The rate includes supply of Energy efficient T5 Road luminaire complete with all

    accessories and 4 X 14 W T5 lamp,model No:BTSLF414 MS of Bajaj make or similar

    type of Philips/CGL make .

    Sr. Divisional Electrical Engineer (G)East Coast Railway/ Khurda Road

    For and on behalf of President of India

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    14/31

    Certificate of Familiarization

    I/We hereby solemnly declare that I/We have visited the site of above work and have

    familiarized myself/ourselves of the working conditions there in all respects and in

    particular the following:-

    Topography of the area and existing road network (highways & village - Pucca &

    Katcha) and availability of service roads.

    Soil conditions at the site of the work.

    Sources and availability of construction materials.

    Rates for construction materials.

    Availability of construction materials.

    Availability of local Labour both skilled and unskilled and the prevailing labour rates.

    Availability of water & electricity.

    Availability of space for putting up.

    Labour camps, offices, store godown.

    Engineering yard etc.

    Signature Of Tenderer(S)/Contractor(S)

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    15/31

    INSTRUCTIONS TO TENDERER (S)

    2.1. Documents Part of This TenderSl

    No

    Document Name Published By Referred In This

    Document As

    1 General Condition Of Contract And

    Standard Specification (Vol.2) 2001

    with Correction Slip issued up to date

    of opening of tender.

    South Eastern

    Railway

    GCC 2001

    Note: The terms Correction slip as referred to in this tender document includes the

    following terms also.

    Addendum slip, Correction slip, Addendum slip and corrigendum slip which are

    issued in consecutive serials.

    2.2 Submission :

    2.2.1 Tender must be enclosed in sealed cover superscribing thereon the name of the

    work, as mentioned in the tender notice, Scheme No and must be deposited in the

    Tender box in the office as mentioned in the tender notice on or before the specified

    time. Tenderer(s) are requested to be present at the time of opening of tender.

    2.2.2 Tenders that are received after the date and time specified will not be

    considered.

    2.2.3 Tenders containing over writing, additions, alterations, erasures, obliterationand other discrepancies may not be considered. The Tenderer(s) should properly

    attest all corrections made by them.

    2.2.4 The Tenderer(s) shall sign every page of the tender documents and submit all of

    them.

    2.2.5 The Tenderer(s) should quote rates both in figures and in words. Wherever there

    is a difference between the rates quoted in figures and in words, the rate quoted in

    words will be taken as correct.

    2.2.6 (i) Tender to give consent in a mandate form (Annexure-A) for receipt of

    payment through ECS/EFT.

    (ii) Tenderer to provide the details of Bank A/C in line with RBI guide lines for thesame. These details will include Bank Name, Branch Name and address. Account

    type Bank A/C No. and Bank & Branch Code as appearing on MICR cheque issuedby bank.

    (iii) Tenderer to attach certificate from their bank certifying the correctness of allabove mentioned information ( as mentioned in para (ii) above.

    (iv) In case of non-payment through ECS/EFT or where ECS/EFT facility is notavailable, payment will be released through cheque.

    2.3 Eligibility criteria:

    With the intention of bringing good & experienced contractor in the tenders

    the eligibility criteria in all tenders shall be as under.

    2.3.1 As given in the table below for open tenders costing above Rs.20 lakhs.(i) Should have completed in the

    last three financial years (i.e

    current year and three previousfinancial years):

    At least one similar single work, for a minimum of

    35% of Advertised Tender value of work.

    (ii) Total contract amount received

    during the last three financialyears and in the current

    financial year.

    Should be a minimum of 150% of Advertised

    Tender value. The tenderer (S) are required toproduce along with the tender the attested copies of

    certificates from the employer/client/ audited

    balance sheet duly certified by chartered accountant

    etc. in support of the financial turnover.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    16/31

    2.3.2 Document submission:-The following documents should be submitted along

    with tender.

    (a) List of personnel, organisation available on hand and proposed to be engaged

    for the subject work.

    (b) List of plant & Machinery available on hand (own) and proposed to be

    inducted (own and hired to be given separately) for the subject work.

    (c) List of works completed in the last three financial years giving description of

    work, organisation for whom executed, approximate value of contract at the time

    of award, date of award and date of scheduled completion of work. Date of actual

    start, actual completion and final value of contract should also be given.

    (d) List of works on hand indicating description of work, contract value,

    approximate value of balance work yet to be done and date of award.

    Note:

    1 In case of items (c) and (d) above, supportive documents/certificates from the

    organisations with whom they worked/are working should be enclosed.

    2 Certificate from Private Individuals/Organisations for whom such works are

    executed/ being executed shall not be accepted.

    2.4 Company Profile

    2.4.1 Tenderer(s) should specifically and fully disclose in his/their respective tender,

    their respective constitutions and submit attested Photostat copies of documents like partnership deed, Articles and Memorandum of Association, Certificate of

    Incorporation etc., if any in support of such disclosures. If Tenderer(s) is/are a firm i.e.

    partnership business, it should be stated whether the same is Registered under the

    Indian Partnership Act, and the name and address of all the partners of the firm should

    be fully disclosed. He/they shall submit the partner ship deed/any other appropriate

    document, if any, to prove about the joint venture with any other party having such

    machineries, base of quarries etc. along with the tender offer and the details of

    document regarding the joint venture shall of the dates back before the date of opening

    of tender. The Railway Administration shall always have the liberty to demand

    production of the original of the said documents and also to make such further and

    other enquiries regarding the constitution of the Tenderer(s) as may be considered

    necessary.2.5 Programme for completion of work

    2.5.1The contractor will have to complete the quantity of work allotted to him in form

    of lots as and when required at the desired location. The allotted lot given at any point

    of time during the validity period has to be completed within 20 days from the date of

    issue of work order failing which L.D. will be imposed @5% per week or part there of

    the allotted value of work subject to maximum recovery of 10% of the allotted value of

    work.

    2.5.2 Tenderer(s) should work out resource requirement (men, material & machinery)

    on monthly basis for his/their programme and submit it to Railways. Tenderer should

    also submit a month wise statement of resources (men, material & machinery) proposed

    to be deployed at site.

    2.6 Earnest Money: The tenderer(s) shall be required to deposit earnest money withthe tender for the due performance with the stipulation to keep the offer open till such

    date as specified in the tender, under the conditions of tender.

    The earnest money shall be as per following table.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    17/31

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    18/31

    should mention that the work has been completed in all respects and that all the

    contractual obligations have been fulfilled by the contractors and that there is no due

    from the contractor to Railways against the contract concerned. Before releasing the

    SD, contractor concerned should submit an unconditional and unequivocal no claim

    certificate.

    2.7.1 Performance Guarantee (P.G.)

    The procedure for submitting Performance Guarantee is outlined below:-

    a)The successful bidder may give Performance Guarantee amounting to 5% of thecontract value in any of the following forms:-

    i)A deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government securities

    including State Loan Bonds at 5% below the market value, (iv) Deposit Receipts,

    Pay Orders, Demand Drafts and Guarantee Bonds. These forms of performance

    Guarantee could be either of the State Bank of India or of any of the Nationalized

    Banks, (v) Guarantee Bonds executed or Deposits Receipts tendered by all

    Scheduled Banks, (vi) A Deposit in the Post Office Saving Bank, (vii) A Deposit in

    the National Savings Certificates, (viii) Twelve years National Defence Certificates,

    (ix) Ten years Defence Deposits, (x) National Defence Bonds and (xi) Unit Trust

    Certificates at 5% below market value or at the face value whichever is less.

    Also FDR in favour of FA&CAO (free from any encumbrance) may be

    accepted.

    b)

    A Performance Guarantee shall be submitted by the successfully bidderafter the letter of acceptance has been issued, but before signing of the agreement.

    The agreement should be signed within 15 days after the receipt of LOA and the

    Performance Guarantees shall also be submitted within this time limit. This

    guarantee shall be initially valid up to the stipulated date of completion plus 60 days

    beyond that. In case, the time for completion of work gets extended, the contractor

    shall get the validity of Performance Guarantee extended to cover such extended

    time for completion of work plus 60 days.

    c)The Performance Guarantee (PG) shall be released after the physical completionof the work based on the Completion Certificate issued by the competent authority

    stating that the contractor has completed the work in all respects satisfactorily. The

    security deposit, however, shall be released only after the expiry of the maintenance

    period and after passing the final bill based on No Claim Certificate.d) Wherever the contract is rescinded, the security deposit shall be forfeitedand the Performance Guarantee shall be encased and the balance work shall be got

    done independently without risk and cost of the failed contractor. The failed

    contractor(s) can participate in the risk & cost tender as per the stipulations made

    vide clause (f) of item No.2.7.1 below.

    e)The Engineer shall not make a claim under the Performance Guarantee except foramounts to which the President of India is entitled under the contract (not

    withstanding and/or without prejudice to any other provisions in the contract

    agreement) in the event of:

    i Failure by the contractor to extend the validity of the Performance

    Guarantee as described herein above, in which event the Engineer may claim

    the full amount of the Performance Guarantee.ii Failure by the contractor to pay President of India any amount due, either

    as agreed by the contractor or determined under any of the Clauses/Conditions

    of the notice to this effect by Engineer.

    iii The contract being determined or rescinded under provision of the GCC

    the Performance Guarantee shall be forfeited in full and shall be absolutely at

    the disposal of the President of India.

    f) i. The provision of Clause 62(y) of GCC should be the guiding principlefor Risk and Cost Tenders.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    19/31

    ii. The failed contractor should be notified about the Risk and Cost Tender and

    in case he applies for the Risk and Cost Tender, the tender forms shall be issued

    to him.

    In case the offer of the failed contractor is accepted:

    a) He should furnish a Performance Guarantee at 10% of the contract value

    before the agreement is executed.

    b) The Security Deposit shall be recovered only from the running bills and no

    Bank Guarantee in lieu of Security Deposit can be accepted.

    c) In case, he fails to execute the work for the second time, the Performance

    Guarantee would be encashed and he would be debarred from participating in the

    subsequent tender for completing the balance work.

    2.8 General :

    2.8.1 Non-compliance with any of the conditions set forth in this tender document

    and GCC 2001 is liable to result in the tender being rejected.

    2.8.2 The instructions to the Tenderer(s) shall be deemed to form a part of the

    tender document.

    2.8.3 GCC 2001 can be had on payment of an amount specified for copy of each

    Volume on any working day during office hours, subject to availability, in the

    office of DRM(Elect), E.Co. Railway, Khurda Road, Jatni 752050.

    2.8.4 The Submission of a Tender by a Tenderer(s) shall be deemed to imply that hehas read, understood and abided by the conditions stated in tender document &

    GCC 2001.

    2.8.5 A Certificate should be attached along with the Tender papers that the

    Tenderer(s) has/have purchased GCC 2001 and gone through all the conditions of

    contract and specifications etc. embodied therein.

    2.8.6 If the Tenderer(s) deliberately give/gives wrong information in his/their

    Tender or create/creates circumstances for the acceptance of his/their Tender,

    Railways reserve the right to reject such tender at any stage.

    2.8.7 The authority for the acceptance of the Tender will rest with the President of

    India acting through DRM, E.Co. Railway, who does not bind himself to accept the

    lowest or any other Tender nor does he undertake to assign reason for declining to

    consider the Tender. No correspondence will be entertained with the Tenderer(s) inrespect of the rejection of any or all of the Tenders. The Railways reserve the right

    to accept the Tender either for the full quantity of work or part thereof or divide the

    works amongst more than one Tenderer without assigning any reasons for any such

    actions.

    2.8.8 Should a Tenderer(s) find discrepancies in or omission from the drawings or

    any of the Tender Forms, or should be in doubt as to their meanings, he/they should

    at once, notify the authority inviting Tender who may send a written instructions to

    all Tenderer(s). It should be understood that every endeavour has been made to

    avoid any error which can naturally affect the basis of the Tender and the successful

    Tenderer(s) shall take upon himself/themselves and provide for the risk of any error

    which may subsequently be discovered and shall make no subsequent claim on

    account thereof.2.8.9 Tender documents in which Tenderer(s) submits Tender shall become the

    property of the Railway and the Railway shall have no obligation to return the same

    to the Tenderer(s).

    2.8.10 Before submitting a Tender, the Tenderer(s) will be deemed to have

    satisfied himself/themselves by actual inspection of the site and locality of the work

    all conditions likely to be encountered during the execution of the works. It is

    understood that Tenderers have taken into account all factors and rates he/they

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    20/31

    enters/enter in the Tender Forms are adequate and all inclusive, to accord with the

    provisions in Clause - 37 of the GCC 2001.

    2.8.11 The successful Tenderer(s) shall execute an Agreement with the President of

    India acting through the DRM(Elect), E.Co. Railway, Khurda Road for carrying out

    the works according to specification laid down in the document.

    2.8.12 The Agreement to be executed shall on the Agreement Form for the works of

    the E.Co. Railway except as specifically varied by these Tender Papers, as well as

    provisions contained in the Tender Documents shall form part of the contract. All

    certificates submitted by Tenderer including programme & completion of work

    shall for the part of agreement.

    2.8.13 The Tenderer(s) whose tender is accepted shall appear at the office of the

    DRM(Elect), E.Co. Railway,Khurda Road, in person; in case of a Firm or

    Corporation, a duly authorised representative there of, to execute the Contract

    documents within Fifteen days after notice that the contract has been awarded to

    him/them. Failure to do so shall constitute breach of the Agreement effected by the

    acceptance of the Tender in which case the earnest money accompanying the

    Tender shall be forfeited by the Railway as liquidated damages for such fault.

    2.8.14 In case of non acceptance of a Tender by the Railway Administration for any

    reason whatsoever, the Tenderer(s) cannot claim for the expenses incurred by him

    in submitting the Tender for the work or for any other account.

    2.8.15 Non-compliance with any of the conditions set forth herein above is liable toresult in the Tender being rejected.

    2.9 Death of Tenderer

    2.9.1 If a Tenderer(s) expires after the submission of his Tender or after the

    acceptance of his Tender, the Railway shall deem such Tender as cancelled. If a

    Partner of a Firm expires after submission of their Tender or after the acceptance of

    their Tender the Railway shall deem such Tender as cancelled unless the Firm

    retains its character legally acceptable.

    2.10 Price preference2.10.1 No price preference will be allowed for public sector undertaking

    Signature of Tendere(s)/Contractor(s)

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    21/31

    Annexure A

    Form No. E-5

    Appendix-VIII

    NATIONAL ELECTRONIC FUND TRANSFER/

    ELECTRONIC CLEARANCE SERVICE (CREDIT CLEARING)

    MODEL MANDATE FORM

    ( Investor / Customers Opinion to receive payment through Credit Clearing Mechanism)

    NAME OF THE SCHEME AND THE PERIODICITY OF PAYMENT

    No:-

    1) Investor / Customers Name :

    2) Particulars of Bank Account :

    a) Name of the Bank :

    b) Name of the Branch :

    Address :

    Telephone No.

    c) 9 Digit Code Number of the bank andbranch appearing on the MICR chequeissued by the bank :

    d) IFSC Code of the branch :

    e) Type of the Account (Current/Savings/Cash Credit with code 10/11/13) :

    f) Ledger and Ledger Folio Number :g) Account Number (appearing on the Cheque book) :

    (In lieu of the bank certificate to be obtained as under, please attach a bank cancelled

    cheque or photocopy of a cheque or front page of your savings bank passbook issued by

    your bank for verification of the particulars).

    3. Date of effect:I hereby decide that the particulars given above are correct and complete. If the

    transaction is delayed or not effected at all for reasons of incomplete or incorrect

    information, I would not hold the user instruction responsible. I have read the option

    invitation letter and agree to discharge the responsibility expected of me as a participant

    under scheme.

    Date: Signature of the Investor/Customer

    Certified that the particulars furnished above are correct as per our records.

    Bank Stamp

    Date._______________

    Signature of the Authorised

    Official of the Bank.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    22/31

    SPECIAL CONDITIONS OF CONTRACT (PART-I)

    3.1 General :

    3.1.1 The Special Conditions of Contract, Part-I, II & III Instructions to Tenderer(s)

    and the stipulations made in the Schedules of quantities shall govern the works under this

    contract, in addition to and /or in part suppression of the SOR 1992 & GCC 2001.

    3.2 Precedence Order :

    3.2.1 When there is a conflict between the Instructions to Tenderers, Special Conditions

    of Contract Parts I, II & III and the stipulations contained in the Schedules of quantitiesand Rate on the one hand and the SOR 1992 & GCC 2001 on the other, the former shall

    prevail.

    3.2.2 Provision contained on Instruction to Tenders, Special Condition of Contract Pt. I,

    II & III Schedule of quantities and rate get precedence over provisions contained in IRS

    Code/IRC code/IS codes/codes owned by other institution.

    3.2.3 In case of conflict between provision of IRS/IRC/IS specification the precedence

    will be in same order. In case of ambiguity the decision of Divisional Railway Manager

    shall be final & binding.

    3.2.4 Any notes appearing in the Schedule Of Quantities and Rates will take

    precedence over Special Conditions Of Contract Part I, II & III and also SOR 1992 &

    GCC 2001.

    3.2.5 Any specifications/conditions stated by the Tenderer(s) in the covering lettersubmitted by him along with the tender shall be deemed to be a part of the contract only

    to such an extent as has been expressly accepted by the Railway.

    3.2.6 All measurements, methods of measurements, meaning and item of specifications

    and interpretation of Special Conditions of Contract part I, II & III made by the Engineer

    on behalf of the Railway shall be final and binding and shall be considered as Excepted

    matters in terms of condition No.63 of GCC 2001.

    3.3 Agreement:

    3.3.1 All expenses in drawing up the agreement and the cost of stamp duty, if any shall

    be borne by the Contractor.

    3.3.2 The tenderer(s) if he/they so desire(s) may quote his /their Bank Account number

    and other details of their Bank for arranging payment through electronic payment

    mechanism as soon as the system is made effective.3.4 Passes:

    3.4.1 No Railway pass of any kind for self/ agent/ labourers, for any purpose in

    connection with this tender/contract will be issued to the Contractor.

    3.5 Change of address

    3.5.1 Any change in the address of the Contractor shall be forthwith intimated in

    writing to the Railways. The Railway will not be responsible for any loss or

    inconvenience suffered by the Contractor on account of his failure to comply with this.

    3.6 Dissolution of Contractors Firm:

    3.6.1 If the Contractors firm is dissolved due to death or retirement of any partner or forany reasons whatsoever before fully completing the whole work or any part of it

    undertaken by the Principal agreement, the partners shall remain jointly, severally and

    personally liable to complete the whole work to the satisfaction of the Railway and to pay

    compensation for loss sustained if any, by the Railway due to such dissolution. The

    General Manager of the Railway shall decide the amount of such compensation and his

    decision in the matter shall be final and binding on the Contractor(s).

    3.7 Deployment of plant and machinery:

    3.7.1 The deployment of plant and machinery including moving machines shall be such

    as not to infringe or cause damage to Railway track or any other Government or private

    properties. Operation of such equipment involving infringement to moving dimensions

    prescribed in the Handbook of the Schedule of Dimensions of the Railway shall not be

    undertaken without the prior approval of the Engineer-in-charge. Contractor/s shall be

    wholly responsible for any loss or damage resulting from violation of this clause.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    23/31

    3.8 Emergency work:

    3.8.1 In the event of any accident or failure occurring in or about the work or arising

    out of or in connection with the construction, completion or maintenance of the works in

    which Administration will not be liable to pay the Contractor any charges for

    rectification or repairs to any damage which may have occurred from any cause

    whatsoever, to any part in the opinion of the Engineer requires immediate attention, the

    Railway may bring its own workmen or other agency to execute or partly execute the

    necessary work or carry out repairs if the Engineer considers that the Contractor/s is/are

    not in a position to do so in time and charge the cost thereof, as shall be determined bythe Engineer-in-charge of SE Railway to the Contractor.

    3.9 Night work:

    3.9.1 Contractor/s attention is drawn to clause 23 of the GCC 2001 that stipulates that

    no work shall be carried out between sunset and sunrise without previous permission by

    the Engineer.

    3.9.2 If the Engineer is satisfied that the work is not likely to be completed in time

    except by resorting to night work, he may order the Contractor/s to carry out the works

    even at night without conferring any right on the Contractor for claiming any extra

    payment for the same. The Contractor at his own risk and cost shall make all

    arrangements in this connection.

    3.10 Service Roads :

    3.10.1 The Contractor(s) will be permitted to make use of the service roads alreadyexisting in the possession of the Railway. All service roads required by the contractor in

    or outside Railway boundary shall be constructed by the Contractor at his own risk and

    cost and all these roads shall be maintained by the Contractor at his own cost. The

    Railway reserves the right to make use of the service roads as and when necessary -

    without any additional payment to the Contractor.

    3.11 Water supply :

    3.11.1 The Contractor/s shall be responsible for the arrangements to obtain potable water

    supply necessary for the works. No arrangements will be made by the Railway

    administration for supplying water to the Contractor either for drinking purpose or

    execution of work. Rates quoted shall include the cost of arranging potable water supply.

    Only potable water shall be permitted to use in all types of concrete as well as for curing.

    3.12 Electricity:3.12.1 Any electric supply required at site for whatsoever purpose shall be arranged by

    the Contractor/s. The Contractor/s shall be responsible for the arrangements for

    obtaining electric supply at his own cost and rates quoted shall include the cost of

    providing electric supply arrangements required for the work.

    3.12.2 If required by Contractor/s, thpe Railway Administration may give required

    assistance in recommending to State Electricity Board for giving necessary electric

    connection to the Contractor for execution of works.

    3.13 Loss Of Work Orders:

    3.13.1 If the original work order issued to the contractor is lost by him for any reasonwhatsoever and the Contractor demands for supply of a duplicate of the same, a penal

    levy of Rs.100/- (Hundred only) for each work order shall be imposed on him for the

    issue of a duplicate copy.

    3.14 Income Tax Deduction :

    3.14.1 In respect of works, the contract value of, which is more than Rs.10, 000/- each, adeduction of 2% on the gross payment from each of the Contractors bills shall be made

    in terms of section 194(e) of the Income Tax Act of 1961 & 1991. From time to time

    surcharge will also be deducted along with I.T.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    24/31

    3.15 Employment of Graduate Engineers/Diploma Holders by Contractor:

    3.15.1 Tenderer(s)/Contractors after award of the contract shall be required to employ

    unemployed Electrical engineering graduates/diploma holders on monthly salary and for

    the duration as indicated below.

    Contract

    Value.

    No. Of Eng./

    Diploma

    Holders and

    Degree

    holders.

    Monthly Salary. Duration.

    EngineersLess than Rs. 15

    Lakhs. Diploma holder

    - 1

    Engg. Diploma holder. Not

    Less Than Rs. 2000/-.

    During Currency of

    Contract

    EngineersAbove Rs. 15

    Lakhs. Degree holder

    1

    Engg. Degree holder not

    Less Than Rs. 4000/-

    During Currency of

    Contract

    3.15.2 In case Contractor fails to employ the Technical staff as aforesaid, he shall be

    liable to pay a sum of Rs.4000/- (Rupees Four thousand only) for each month of default

    in case of Graduate Engineer and Rs.2000/- (Rupees Two thousand only) for each month

    of default in case of Diploma Holder to be deducted from his ongoing on A/C bills.

    3.15.3 The decision of the Engineer-in-Charge as to the period for which the requiredTechnical staff was not employed by the contractor and as to the reasonableness of the

    amount to be deducted on this account shall be final and binding on the contractor.

    3.16 Procurement of Machinery by Contractor:

    3.16.1 It should be clearly understood that it is entirely Contractors responsibility and

    liability to find and procure all the machinery, tools and plant and their spare parts that

    are required for the efficient and methodical execution of the work. Delay in

    procurement of such items due to their non-availability or import difficulties or any other

    causes, whatsoever, shall not be taken as an excuse for slow progress or non-performance

    of the work.

    3.17 Hire of Railways Plant & Machinery:

    3.17.1 The Railway may at their discretion give on hire to the Contractor such plant as

    compressors, Pneumatic equipment, concrete mixers and light equipment, as considered

    necessary by the engineer. However it does not guarantee hiring any such machinery and

    it shall not entertain any claim or compensation due to Railways inability to supply such

    plant/machinery or the condition of the railways plant/machinery supplied on hire be

    taken as an excuse for slow progress or for non- performance of the work.

    3.18 Hire charges on Plant & Machinery :

    3.18.1The railway administration shall charge the contractor for the hire of machinery

    and plant supplied to him. The rate of hire charge for the plant and machinery given by

    the railway will be calculated on the basis of the S.E Railway General Conditions of

    Contract and Standard Specifications - 1994 Volume - 2 together with correction slips

    issued upto date of tender notice.

    3.19 Statutory Certificate Etc. :3.19.1 While the machine(s) is/are in the possession of the contractor(s), he/they shall be

    responsible for seeing that any inspection certificate or license required under any

    Government Act is obtained in due time. The contractor shall also be responsible for

    seeing that all required precautions are observed in using the plant as well, and he shall

    be responsible for any accident that may occur from the use of the plant.

    3.20 Access to Plant at Hirers Premises:

    3.20.1 The Railway shall be given reasonable access to the plant and such facilities as

    may be necessary to satisfy itself that the plant is being so used as to avoid any

    unnecessary wear or loss or risk.

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    25/31

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    26/31

    3.31.2 The contractor shall not be entitled to any extra payment on any account forcompliance with the various provisions of IS specifications/IRS specifications and

    Special Conditions of contract. The rates indicated in the schedule shall be deemed to

    include all works required to be done in compliance with the specifications.

    3.32 Sales Tax or any other taxes :

    3.32.1 The Contractor shall bear in full all taxes and royalties or levied by the State

    Government and/or Central Government from time to time. This would be entirely a

    matter between the contractor and State

    3.31.2 Government/or Central Government. Railway will recover the taxes androyalties through running account bills if the contractor fails to pay the taxes androyalties to the government.

    3.33 Tree Cutting :

    3.33.1 If the section passes through forest land, the contractor or his labour is prohibited

    to cut the trees for the purpose of fire wood or for any other purpose. Cutting of trees as

    required under the items of works indicated in the tender schedules may be carried out

    strictly as directed by the Engineer-in-Charge of the work. Unauthorized felling of trees

    will result in prosecution and imprisonment. It is the contractors responsibility to cause

    no damage to the forest growth and the Contractor at his own cost shall arrange any fuel

    required by the Contractor for his own use or for the use by his labourers, or for the work.

    The Contractor shall take this aspect into consideration while quoting the rates against

    the tender.3.34 Approval of Samples of Material :

    3.34.1 All materials to be used in the work by the Contractor shall be subject to theprior approval of the Engineer-in-charge of the work. Contractor shall submit samples of

    materials to be used to work and arrange for the supplies, only after if Engineer has

    approved the samples.

    3.35 Price variation.

    i) Price Variation Clause (PVC) shall be applicable for tenders of value more thanRs. 50 lakh irrespective of the contract completion period and PVC shall not be

    applicable to tenders of value less than Rs. 50 lakh.

    ii) Price Variation Clause will not apply if the price variation is upto 5% and thatreimbursement/recovery due to variation in prices will continue to be made only for the

    amount in excess of 5% of the amount payable to the contractor.3.36 Disaster/train accident/Natural calamities.

    3.36.1 In the event of any disaster/ train accident/ Natural calamities, the contractor(s)

    shall be asked to mobilize his/ their manpower/ vehicle/ tools and machineries to the

    affected locations to meet the situation. In such a case, the contractor(s) shall shift the

    required material as per the direction of Engineer-in-charge and separate payment for this

    will be made as per the prevailing SOR and for the activities if any executed beyond the

    scope of the agreement will be paid separately at the rates finalised by the Railway

    Administration as per the existing procedure for NS items.

    3.36.2 The contractor shall train his/ their staff/ supervisor adequately on First-Aid

    (shall submit a certificate in support of it) and see that they are capable of encountering

    any adverse situation at the disastrous spot during execution of the work. In the event of

    the Engineer being satisfied that the contractor is not employing properly trained staff,

    the contractor shall at once remove them and engage additional trained staff within seven

    days and failure on the part of the contractor will entitle the Railway take necessary

    action, in terms of agreemental condition and which may cause termination of contract in

    the event of failure of the contractor to engage competent men.

    3.37 VARIATION IN CONTRACT QUANTITIESIn suppression of paras 5.3.6,5.3.7 and 5.3.9 of Annexure-I of Boards letter No.

    94/CE-I/CT/4 dated 17.10.2002, the procedure as detailed below shall be adopted for

    dealing with variation in quantities during execution of works contracts:-

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    27/31

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

    concurrence would be required.

    ii) In case of increase in quantity of an individual item by more than 25% of theagreement quantity is considered as unavoidable, the same shall be got executed by

    floating afresh tender. If floating a fresh tender is considered not practicable, negotiations

    may be held with the existing contractor for arriving at reasonable rates for additional

    quantities in excess of 125% of agreement quantity.

    iii) The limit for varying quantities for minor value items shall be 100% (as against25% prescribed for other items). A minor value item for this purpose is defined as anitem whose original agreement value is less than 1% of the total original agreement

    value.

    iv) No such quantity variation limit shall apply for foundation items.v) As far as SOR items are concerned, the limit of 25% would apply to the valueof SOR schedule as a whole and not on individual SOR items. However, in case on NS

    items, the limit of 25% would apply on the individual items irrespective of the manner of

    quoting the rate (single percentage rate or individual item rate).

    vi) For the tenders accepted at the Zonal Railways level, the variation in quantitieswill be approved by the authority in whose powers the revised value of the agreement

    lies.

    vii) For tenders accepted by General Manager, variations upto 125% of the originalagreement value (even if the revised agreement value is beyond GMs competence toaccept tenders) may be accepted by General Manager.

    viii) For tenders accepted by Board Members and Railway Ministers, variations upto110% of the original agreement value may be accepted by General Manager.

    ix) The aspect of vitiation of tender with respect to variation in quantities should bechecked and avoided.

    3.38 First-Aid facilities There shall be provided and maintained by the contractor soas to be readily accessible during all working hours first-aid box equipped with the

    prescribed contents at every place where contract labour is employed by him

    Signature of Tendere(s)/Contractor(s)

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    28/31

    SPECIAL CONDITIONS OF CONTRACT (PART-II)

    2. Conditions of Contract:

    2.1This chapter deals with the conditions of contract under which the work coming under

    the purview of this contract is to be executed by the contractor.

    2.2Conditions of Contract:

    If the tender submitted by tenderer is accepted and the contract awarded to the tenderer,

    the work coming within the purview of the contract shall be governed by the terms and

    conditions included in the tender papers as modified or amended by the letter ofacceptance of tender and IR's Standard Condition of Contract, 2001 (Vol-II) regulations

    and instructions for tenderers and standard form of contract (latest) as corrected up to

    date.

    2.3 Termination of contract:

    Not-withstanding other provisions under other papers the Railway may at any time, by

    notice in writing, summarily terminate the contract without liability to pay any

    compensation to the contractor in respect thereof in any of the following events.

    (i) Insolvency:

    If the contractor being an individual or if a firm or any partner in the contractors firm

    shall at any time be adjudged insolvent or shall have a receiving order or order for

    administration of his estate made against him or shall take any proceedings for

    liquidation or compensation or under any law relating to insolvency being in force for thetime being or make any conveyance or assignment of his assets or enter into any

    arrangement or composition with his creditors or suspend payment or if the firm be

    dissolved under the partnership act.

    (ii) Liquidation:

    If the contractor, being a company passes a resolution or the court(s) make an order for

    the liquidation of its affairs or a receiver or manager on behalf of the debenture holders

    be appointed or circumstances have arisen which entitle the court or debenture holders to

    appoint a receiver or manager.

    (iii) Breach of contract:

    If the contractor commits any breach of this contract not herein specifically provided for,

    provided always that such determination shall not prejudice any right of action or remedy

    which shall have occurred or shall occur thereafter to the Railway and provided also, thatthe contractor shall be liable to pay the Railway any extra expenditure which the Railway

    is thereby put to, but shall not be entitled to any gain or repurchases. In the event of such

    determination, without prejudice to the other rights of or remedies to the Railway

    including right of forfeiting the Security Deposit, the Railway shall be entitled to have

    the work or remainder thereof performed executed and/or carried out by another agency

    at cost and risk of the contractor and hold the contractor liable for reimbursement in the

    event of any loss on this account.

    2.3.1 EXCEPTIONS:

    Termination of contract will not arise in case of voluntary liquidation meant for

    alternation or re-organization provided with the newly formed company takes over the

    full responsibilities and liabilities of the liquidated firm and it is acceptable to the

    Railway Administration.

    Termination of contract under this para will not arise in case of breaches or defects of a

    minor nature. The CEE/ East Coast Railway or any other appropriate authority of the

    Railway shall be the sole authority to decide whether breaches and defects are of minor

    nature or otherwise.

    2.4 Agreement:

    The successful tenderer shall be bound to execute an agreement within 15 days after

    receipt of letter of acceptance, based on accepted terms and conditions in such form as

    the Railway may prescribe and lodge the same with the Railways, together with

    conditions of contract, specifications and schedules of prices referred to therein duly

    complete. The successful tenderer(s) will furnish `Power of Attorney duly authenticated

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    29/31

    by the Notary public in favour of the person who will execute the agreement, other legal

    and financial documents.

    2.5 Terms of payment:

    Payment of running bills up to 90% will be made as per the progress of work..100 %

    payment will be made after completion of all work duly tested and accepted by the

    consignee. Bills in quadruplicate complete in all respects together with test certificate

    and other relevant documents shall be submitted to the Sr.Divisional Electrical Engineer

    (G)/ East Coast Railway/ Khurda Road. Bills, after being passed by Sr. DEE(G)/ East

    Coast Railway/ Khurda Road will be forwarded to Sr.DFM/East Coast Railway/ KhurdaRoad for payment to the contractor

    2.6 Inspection and testing:

    Contractor shall offer all reasonable facilities to the authorized representatives of the

    Railway for various inspection and testing and submit test report jointly signed by the

    firm and Electrical Supervisor of Railway..2.7 Consignee:

    The consignee will be the concerned Sr.Section Engineer (Elect)/ Section Engineer

    (Elect)

    2.8 Disposal of released parts:

    The released materials if any shall be deposited to the Railway.

    2.9 Warrantee clause:

    1.The electrical installations to be provided by the contractor should be guaranteed for aperiod of one year from the date of handing over for trouble free working.

    2.The decision of the East Coast Railway in regard to the cause of failure and nature of

    rectification to be carried out by the contractor shall be final and binding on the part of

    the contractor. During warrantee, cost of all repair materials required and to and fro

    transport charges will be borne by the contractor.

    3. On being informed of a failure of a defect during the warranty period,the contractor

    shall, within 07 days from the date of report rectify / replace the defective components

    and re install the installations. The warranty clause is equally applicable on the repaired/-

    replaced components as well.

    2.10 Liquidated damages clause:If the contractor fails in due performance of his contract, within the time fixed by the

    contract or any authorized extension thereof, the Railway Administration shall be entitled

    to recover from the contractor as liquidated damages a sum of % cost of the contracted

    amount of the work in default per week or part thereof (part of a week being reckoned as

    a week), total recovery not exceeding 10% of the contract value. Alternatively, the work

    shall be got done by another agency including the Railway Administration at contractors

    cost and risk and the amount of loss/damage that may be sustained by the Railways by

    reason of such failure on the part of contractor shall be recovered from the contractor

    bills or any other dues that may be payable to the contractor. This provisions are also

    applied to completion of warrantee obligation with time specified under warranty clause .

    The decision of Railways Administration in this respect shall be final and binding.

    2.11 Extension Clause:

    If such failures as aforesaid arises from any cause which Railway Administration may

    admit as being a reasonable ground for extension of time, competent authority, may

    allow such additional time as he may consider to be reasonable for completion of work.

    The contractor will not be entitled for any compensation, however decision of Chief

    Electrical Engineer/ East Coast Railway in this respect shall be final and binding.

    2.12 Arbitration:

    The clause no. 63 and 64 of General Conditions of Contracts (GCC) have been

    revised for the purpose of arbitration in view of promulgation of the Arbitration and

    Conciliation Ordinance, 1996 and shall be applicable as approved by Ministry of

    Railways under No.96/CE-I/CT/29 dated 6.8.97. the details are furnished in Annexure-A

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    30/31

    2.13 Force Majeure:

    The contractor shall be relieved of liability, arising under this contract wherever and to the

    extent to which the fulfillment of any obligation under this contract is prevented, restricted

    or impended by reasons of any statute, statutory rules, regulations, order or requisitions

    issued by any Govt. Department or other competent authority, natural calamities, war, riots

    and such other unforeseen circumstances beyond the reasonable control of the contractor.

    The Chief Electrical Engineer/ EAST COAST RAILWAY shall consider the claims of the

    contractor arising from the foregoing circumstances and may either reject or admit such

    claims as deemed reasonable and are supported by voucher and or documentary evidence

    to the entire satisfaction of the Chief Electrical Engineer/ EAST COAST.RAILWAY.2.14.Eligibility Criteria:

    1.Tenderers should have valid Electrical Contractors License(HT) copy of which should be

    submitted along with the tender offer.

    2. Tenderer should have physically completed in the last three financial years (i.e.

    Current financial year and three previous financial years) at least one similar single work

    for a minimum value of 35% of the advertised tender value in Rlys or any other

    Govt./Semi Govt. Organisation in one single contract agreement.

    3.Total contract amount received by the Tenderer during the last three financial years

    and in the current financial year should be minimum of 150% of Advertised Tender

    value. In support of this tenderer(s) should submit attested certificates from the

    employer/client/audited balance sheet duly certified by chartered accountant etc. along

    with the Tender offer.4. Similar nature of work: The tenderer should have executed one single work of 35 %

    of advertised tender value which contains atleast one or more items as mentioned below

    in Railways / Airport/ CPWD/ Defence buildings/State Govt secretariat/Public sector

    undertakings etc.

    Execution of HT (11KV/33 KV) cablings/ HT(11KV/33 KV) overhead lines/ HT (11 KV/33 KV) panels/(11/0.4KV) or (33/0.4KV) substation equipments/ earthing / otherassociated works etc. including commissioning of the HT system .2.15 Calendar of Events:

    Sl. No. Events Time limit Penalty for delay

    1. Deposit of Security Within 15 days after

    receipt of letter of

    acceptance.

    Forfeiture of earnest money

    and withdrawal of advance

    acceptance unless Railwaysagree to extend the period.

    2. Commencing of

    work

    Within 10 days from the

    date of issue of letter of

    acceptance.

    Withdrawal of advance

    acceptance of the contract,

    and forfeiture of security

    unless Railways agree to

    extend the period.

    3. If contractor fails to

    carry out the work

    within specified

    time.

    Within 06 months from

    the date of issue of letter

    of acceptance of the

    tender.

    Liquidated damages will be

    imposed as per clause

  • 8/4/2019 Replacement of OH Lines With Underground Cabling and Associated ...

    31/31