61
Page 1 of 61 CONTRACTOR FOR DRM (S&T) BPL WEST CENTRAL RAILWAY BHOPAL DIVISION SIGNAL & TELECOM DEPARTMENT TENDER FORM TENDER NOTICE NO. BPL/N/WKS/2015-16/Tele/14 Dated 30/01/2016 Name of Work :-Replacement of old Datacom equipment & Reliability Improvement of UTS Cum PRS network on Bhopal Division. (i) Approx. Value of Tender : Rs. 40,74,195.00 (ii) Earnest Money : Rs. 81,490.00 (to be accepted only in “Cash or Banker’s Cheque/Demand Draft in favour of FA & CAO/W. C. Rly. Executed by SBI or any of the nationalized bank of India or by a scheduled bank”) (iii) Cost of Tender Document : Non-refundable Rs. 3,000/- in person (Cash or BC /DD in favour of Sr.DFM/WCR/Bhopal) or Rs. 3,500/- for postal delivery. (iv) Completion Period : 04 months from date of issue of LOA (v) Validity of offer : 04 (Four) Calendar months from the date of opening (vi) TENDER CLOSING DATE & TIME: 08/03/2016 AT 15:00 Hrs. (vii) TENDER OPENING DATE & TIME: 08/03/2016 AT 15:30 Hrs. (viii) TENDER DOCUMENTS are not tranferable. NAME & ADDRESS OF THE CONTRACTOR Earnest Money Deposited vides FDR/TDR No ............……. Dtd ……………….for Amounting Rs. …………… Issued by…………………………………………. Bank…………………………………………………. Br.

WEST CENTRAL RAILWAY BHOPAL DIVISION SIGNAL & … Tele-14... · west central railway bhopal division signal & telecom department tender form tender notice no. bpl/n/wks/2015-16/tele/14

  • Upload
    lekien

  • View
    218

  • Download
    0

Embed Size (px)

Citation preview

Page 1 of 61

CONTRACTOR FOR DRM (S&T) BPL

WEST CENTRAL RAILWAY BHOPAL DIVISION

SIGNAL & TELECOM DEPARTMENT TENDER FORM

TENDER NOTICE NO. BPL/N/WKS/2015-16/Tele/14 Dated 30/01/2016 Name of Work:-Replacement of old Datacom equipment & Reliability Improvement of UTS Cum PRS network on Bhopal Division.

(i) Approx. Value of Tender : Rs. 40,74,195.00 (ii) Earnest Money : Rs. 81,490.00 (to be accepted only in “Cash or Banker’s

Cheque/Demand Draft in favour of FA & CAO/W. C. Rly. Executed by SBI or any of the nationalized bank of India or by a scheduled bank”)

(iii) Cost of Tender Document : Non-refundable Rs. 3,000/- in person (Cash or BC /DD in favour of Sr.DFM/WCR/Bhopal) or Rs. 3,500/- for postal delivery.

(iv) Completion Period : 04 months from date of issue of LOA (v) Validity of offer : 04 (Four) Calendar months from the date of opening

(vi) TENDER CLOSING DATE & TIME: 08/03/2016 AT 15:00 Hrs. (vii) TENDER OPENING DATE & TIME: 08/03/2016 AT 15:30 Hrs. (viii) TENDER DOCUMENTS are not tranferable.

NAME & ADDRESS OF THE CONTRACTOR

Earnest Money Deposited vides FDR/TDR No ............……. Dtd ……………….for Amounting Rs. …………… Issued by…………………………………………. Bank…………………………………………………. Br.

Page 2 of 61

CONTRACTOR FOR DRM (S&T) BPL

TENDER NOTICE

For and on behalf of President of India, Divisional Railway Manager (Signal & Telecommunication), West Central Railway, Bhopal invites sealed Tenders from experienced and qualified firms for the works as detailed below in the Sr. DSTE’s Office, Bhopal.

Tender Notice No. & Date

Name of work Approx. value in Rs.

Earnest Money in Rs.

Cost of Tender Form (non refundable)

Completion period (from the dt. of issue of Acceptence letter (LOA)

Minimum Eligibility Criteria (MEC)

BPL/N/WKS/2015-16/Tele/14 Dated 30/01/2015

Replacement of old Data com equipment & Reliability Improvement of UTS cum PRS network on Bhopal Division.

40,74,195.00 81,490.00 Rs. 3,000/- (by person) Rs. 3,500/- (by post-MO only)

04 months MEC (a) & (b) not required

(1). Tender document download start date 05/02/2016 on working days only between 10:00 Hrs. to 18:00 Hrs. (2) Tender documents will be made available on railway Website & the same can be down loaded from our Website (http://www.wcr.indianrailways.gov.in) & if do so, the cost of the tender form as mentioned above may be submitted by Bank Draft in favour of Senior Divisional Finance Manager/ West Central Railway/Bhopal. The relevant drawings etc., if any, can be obtained from Sr. DSTE’s Office on any working day. (3). Tender form will be sold up to (in person) 08/03/2016 (document download end date) up to 12:00 Hrs., (by post) upto 02/03/2016. 4). Tender submission start date 08/03/2016 from 10.00 hrs. 5) Tender submission end date 08/03/2016 up to 15:00 Hrs. (6).Tender Bid open date 08/03/2016 at 15:30 Hrs. Tender forms not accompanied by requisite earnest money in suitable form will be summarily rejected. The tenderers who fail to submit documentary proof along with their offer will normally not to be considered. Tenderer may carefully note that their contract agreement for this work is liable to be terminated at any time later, in case any of the information furnished by them is found to be untrue or any adverse point comes to light subsequently. The decision of Railway in this regard shall be final and binding. Note : (1). Earnest Money in the form of Bank Guarantee Bond will not be accepted. (2). This Administration reserves the right to amend or reject any or all Tenders without assigning any reason. (3). If the date of opening of the tenders happened to be a Holiday this tender will be opened on the next working day at the same time & place. (4). Railway is not responsible for no receipt of tender form/delay in receipt of tender form send by post. Tenderers are advised to visit website regularly before the date of opening to note any corrigendum for the tender. Tenderers are advised to visit website regularly before the date of opening to note any corrigendum for the tender. DRM (S&T) West Central Railway, Bhopal 462 024. For and on behalf of President of India

Page 3 of 61

CONTRACTOR FOR DRM (S&T) BPL

fufonk lwpuk

Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy;s dk;Z djrs gq;s eaMy jsy izca/kd ¼flxuy ,oa nwjlapkj½ if'pe e/; jsy] Hkksiky

vuqHkoh ,oa ;ksX; fufonkdkjksa ls fuEu dk;ksZ gsrq lhy can fufonk vkeaf=r djrs gSa A

fufonk lwpuk

dzekad@ fnukad

dk;Z dk uke vuqekfur

ykxr ¼#-½

c;kuk

jk'kh ¼#-½

fufonk izi= dk

ewY; (non refundable)

dk;Z lekiu

vof/k Lohd̀fr

i= tkjh djus

ds fnukad ls

Minimum Eligibility Criteria (MEC)

BPL/N/WKS/2015-16/Tele/14 fnukad 30/01/2016

�र�लेसम�ट ऑफ ओ�ड डाटाकॉम ईि�वपम�ट एडं रे�लया�ब�लट� इम� ोवम�ट ऑफ यूट�एस कम पीआरएस नेटवक� ऑन भोपाल �ड�वजन |

40,74,195.00 81,490.00 Rs. 3,000/- (O;fDrxr) Rs. 3,500/- (Mkd }kjk - dsoy euh vkMZj)

04 months MEC (a) & (b) not required

¼1½ fnukad 05/02/2016 ls lHkh dk;Z fnol esa dsoy 10.00 ls 18.00 cts rd fufonk izi= Mkmu yksM dj ldrs gSaA

¼2½fufonk nLrkost jsyos osclkbZV ij miyC/k jgsaxs ,oa mDr fufonk nLrkost gekjs osclkbZV

(http://www.wcr.indianrailways.gov.in) ls MkmuyksM dj ldrs gS A ,oa fufonk izi= dk ewY; cSad Mk¶V

}kjk tek fd;k tk ldrk gS tks fd ofj"B eaMy foRr izca/kd@i-e-js] Hkksiky dks ns; gksxkA A lacf/kr M~zkbZax] bR;kfn dksbZ gks

rks] ofj"B eaMy flxuy ,oa nwj lapkj bathfu;j] if'pe e/; jsy] Hkksiky ds dk;kZy; ls ¼dk;Z fnol esa dsoy½ izkIr dj ldrs

gS A ¼3½- fufonk fcdzh dh vafre rkjh[k O;fDrxr% 08/03/2016 12%00 cts rd ¼fufonk izi= Mkmu yksM djus dk

vfUre fnu½] Mkd }kjk 02/03/2016 ¼4½ fufonk izi= tek djus dk frfFk 08/03/2016 ,oa le; 10-00 cts ls

gksxk A ¼5½- fufonk izi= tek djus dk vfUre frfFk 08/03/2016 dks le; 15-00 cts rd jgsxk A ¼6½- fufonk [kqyus

dh frfFk 08/03/2016 le; 15-30 cts gksxkA

fufonkdkj dks vius izLrko ds lkFk bu ekin.Mksa dh ik=rk dks iw.kZ djus ds laca/kh nLrkosth izek.k izLrqr djuk gksxk A mDr

¼a & b½ esa mYysf[kr ekin.Mksa dks iwjk u djus okys fufonkdrkZvksa ds izLrko ij fopkj ugha fd;k tk,xk A

fu/kkZfjr c;kuk jkf'k ds fcuk tek fd;k x;k fufonk QkeZ vLohd̀zr dj fn;k tk;sxk- tks fufonkdrkZ vko';d nLrkost ,oa

izek.k Ik= fufonk ds lkFk ugha izLrqr djrk gS rks mldh fufonk ij fopkj ugha fd;k tk;sxk A fufonkdrkZ d`i;k uksV djs fd

;fn muds }kjk nh x;h tkudkjh vlR; ikbZ x;h ;k ckn esa foijhr fcanw lkeus vk;k rks mudk dkaUVªsDV ,xhzesaV ckn esa fdlh

Hkh le; jnn~ fd;k tk ldrk gS A bl laca/k esa jsYos dk fu.kZ; vafre ,oa ck?; gksxk A

uksV 1-c;kuk jkf'k cSd X;kjaVh ds :i esa Lohdkj ugh dh tk;saxh A 2-iz'kklu fufonk dks fcuk fdlh dkj.k ds la’kkas/ku vksj

fujLr djus dk vf/kdkj lqjf{kr j[krk gS 3-;fn fdlh dkj.ko”k fufonk [kqyus ds fnu vodk'k jgrk gks rks fufonk vxys dk;Z

fnol esa Lohdkj dh tk;sxh ,o [kksyh tk;sxh A 4-Mkd }kjk Hksts x;s fufonk izi= nsj ls feyus] uk feyus] [kks tkus vkfn dh

ftEesnkjh jsy izk'kklu dh ugha gksxh A fufonkdkj dks lykg fn;k tkrk gS fd fufonk [kqyus ls igys fu;fer:i ls jsyos

csclkbZV dks ns[ksa afd fufonk lacU/kh dksbZ la’kks/ku izdkf’kr fd;k gS ;k ugha A Tenderers are advised to visit website regularly before the date of opening to note any corrigendum for the tender.

e.My jsy izca/kd ¼flxuy ,oa nwjlapkj½ -Hkksiky

Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy;s dk;Z djrs gq;s

Page 4 of 61

CONTRACTOR FOR DRM (S&T) BPL

CHECK LIST OF ITEMS TO BE COMPLIED BY TENDERERS

S. No.

Item

1 Submission of tender in single packet in Railway’s Format duly signed by the tenderer at every page

2 All documents to be furnished in English or Hindi 3 Full and clear postal address with phone and fax nos 4 Partnership deed, if any, constitution of the firm and copies of connected legal documents. 5 Earnest money of desired value in prescribed form as quoted above 6 Validity of offer as specified 7 Credential in support (applicable, if advertised tender value is more than 50 lakhs) a) Experience and expertise in S&T field to fulfill qualifying criterion of tender notice b) Financial capability c) Resourcefulness in respect of assured supply of materials. d) Details of technical personal with qualification and experience employed by the firm. e) Details of Supervisors and skilled & unskilled staff with qualifications and experience for field

supervision & execution. f) Details of equipments, tools and plant machinery, vehicle etc. available with the firm for

execution of contract work. 8 Time schedule for supply of materials and execution of works. 9 If working through contract labour, the contractor must register with Labour Commissioner –

necessary license to be submitted with the tender or to be produced before signing of Contract Agreement.

10 Corrections, if any, to be attested by the Tenderer. 11 Acknowledgement of Letter of Acceptance- within 7 days from the date of issue. 12 For successful tenderer, the earnest money to be retained by the Railways as a part of security

deposit and the balance towards security deposit to be deducted @10% from ‘on account’ bill unless the whole security deposit is made by the tender.

13 Contract Agreement to be executed by the successful tenderer within a period of 30 days from the date of issue of Acceptance letter.

Note: The above check list is not exhaustive. The Tenderer must go through carefully the entire booklet and submit the tender complying with all the conditions/ provisions/ instructions mentioned therein irrespective of the fact that they have been highlighted in the checklist or not.

Page 5 of 61

CONTRACTOR FOR DRM (S&T) BPL

Additional Special Conditions for Tender Document downloaded from Internet/Website

1. These additional special conditions are applicable to tender document and considered as part of it, which is downloaded from internet/website.

2. Tenderers may note that permitting of downloading of tender document is an added facility for convenience of Tender/s. Railway, however, reserves right to extend this facility for selected works or continue only with direct sale of tender forms in case, tender document is not uploaded on website or download failure or delay or incomplete document downloaded, whatsoever, Railway shall not be responsible in anyway. Railway shall not be responsible for any direct/indirect loss of business/profit resulting from inability to use this facility.

3. The tenderer/s shall download & print the Tender document solely for the purpose of bidding for above work and downloaded document shall not be used, copied or reproduced for any other purpose.

4. The end of tender document is indicated by “End of Tender Document” marker. Tenderer/s should carefully see that above marker appears on the last page of downloaded tender document to ensure that downloaded document is complete. Tenderer is suggested to check the integrity and completeness of document before submission.

5. The tender document downloaded from website through does not bear signature of Railway authority shall have same authority as having direct purchased from Railway Office. Tenderers while submitting his offer must sign all pages of tender document.

6. The downloaded and printed tender document along with the various other documents should be submitted as per details mentioned in tender document. The Tender should clearly write on main tender cover and also on the top of sealed cover “tender documents downloaded from website”.

7. The Tenderer/s are required to pay non-refundable cost of tender document in the form prescribed in tender notice while submitting their offer. In case they fail to furnish the requisite cost of tender document in prescribed form, their offer shall be rejected. The cost of EMD shall not be merged with cost of tender form and shall be separately furnished.

8. The Tenderer/s shall maintain the integrity of downloaded tender document and shall not make any change/addition/deletion/tampering, whatsoever, in the downloaded documents. The Tenderer/s offer shall be rejected and full earnest money shall be forfeited, in case it is detected after submission of offer, that they have made any modification in downloaded documents. In case such modification is noticed even after award of contract, Railway is liable to terminate the contract on contractor’s default. In addition Railway reserves the right to take action against the firm as deemed fit, which may include Banning of Business Dealings with the firm and the firm

Page 6 of 61

CONTRACTOR FOR DRM (S&T) BPL

is also liable to be prosecuted as per the law. After award of work agreement will be prepared based on the master copy of tender document available in the Railway’s office.

In case, any discrepancy is noted in tender document submitted by Tenderer, the Master document kept with Railway shall prevail and decision of Railway thereon shall be final and binding on Tenderer/Contractor.

9. Tenderer/s shall print the tender document on good quality A4 size papers of thickness 75 GSM or above and printed document shall be clearly legible. The document shall be properly bound and page numbers shall be in serial order as mentioned in downloaded documents. The Tenderer/s shall not be reimbursed with the cost of stationery, printing and binding etc. Offer of Tenderer/s is liable to be rejected by Railway, if tender document is not printed or bound ad per above instructions. Further Tenderer shall bear expenses of Internet connection and telephone charges, if any, for downloading of tender document.

10. The Tenderer/s shall keep them updated about any modification in tender notice and tender document, issued by Railway through newspapers, website or E-mail or any other means and shall act accordingly. It is the responsibility of the Tenderer to check any correction or any modifications published subsequently in Web site and the same shall be taken into account while submitting the tender. Tenderers’ offer is liable to be rejected, if they have not enclosed all the corrections/corrigendum along with downloaded tender documents.

11. The “Additional Conditions for Tender Document downloaded from Website” must be signed by the Tenderer and enclosed along with the Tender document failing which the tender is liable to be rejected.

12. The following declaration should be given by the Tenederer while submitting the tender:

DECLARATION

I/We have downloaded the tender document from the website (http://wcr.indianrailways.gov.in) and I/We have not tampered/modified the tender forms in any manner. In case the document is found to be tampered/ modified, I/We understand that my/our tender is liable to be rejected and full earnest money deposit will be forfeited and I/We am/are liable to be banned from doing business with Railways and/or prosecuted. Signature of Tenderer

Page 7 of 61

CONTRACTOR FOR DRM (S&T) BPL

PART – I REGULATIONS FOR TENDERS AND CONTRACTS

CONTENTS

Para MEANING OF TERMS

Page No.

1. 1.1 DEFINATIONS 1.2 SINGULAR AND PLURAL 1.3 INTERPRETATION

CREDENTIALS OF CONTRACTORS

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

CONSIDERATION OF TENDERS

7. RIGHT OF RAILWAY TO DEAL WITH TENDERS

CONTRACT DOCUMENTS

8. EXECUTION OF CONTRACT DOCUMENTS 9.

FORM OF CONTRACT DOCUMENTS

ANNEXURE I TENDER FORMS (FIRST SHEET) (SECOND SHEET)

(THIRD SHEET)

10. TENDER SCHEDULE 11. SPECIAL CONDITION

Page 8 of 61

CONTRACTOR FOR DRM (S&T) BPL

REGULATIONS FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS

FOR S&T WORKS MEANING OF TERMS

1.1 These Regulations for Tenders and Contracts shall be read in conjunction with the General conditions of

Contract which are referred to herein and shall be subject to modifications, additions or super session by special conditions of contract and/or special specifications, if any annexed to the Tender forms.

1.2 Definition:- In these Regulations for Tenders and Contracts the following terms shall have the meanings

assigned hereunder except where the context otherwise requires:-

(a) “Railway” shall mean the President of the Republic of India or the Administrative Officers of the West Central Railway or the successor Railway authorized to deal with any matters, which these presents are concerned on his behalf.

(b) “General Manager” shall mean the Officer in charge for the general Superintendence and control of the

Railway and shall also include the General Manager (Construction) and shall mean and include their successors, of the Successor Railway.

(c) “Chief Engineer” shall mean the Officer in charge of the Signal & Telecom Department of West Central

Railway and shall also include the Chief Engineer (Construction), Chief Signal and Telecommunication Engineer, Chief Signal and Telecommunication Engineer (Construction), Chief Electrical Engineer and Chief Electrical Engineer (Construction) and shall mean & include their successors of the Successor Railway.

(d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of the West Central

Railway and shall mean and include the Divisional Railway Manager of the Successor Railway.

(e) “Engineer” shall mean the Divisional Signal & Telecom Engineer or the Executive Engineer, Divisional Signal and Telecommunication Engineer, Divisional Signal and Telecommunication Engineer (Construction), Divisional Electrical Engineer and Divisional Electrical Engineer (Construction), in executive charge of the works and shall include the superior officers of the Engineering, Signal and Telecommunication and electrical Department of Railway, i.e. Senior Divisional Engineer/Deputy Chief Engineer/ Chief Engineer (Construction), Senior Divisional Signal and Telecommunication Engineer/Deputy Chief Signal and Telecommunication Engineer/Chief Signal & Telecommunication Engineer/Chief Signal & Telecommunication Engineer (Construction), Senior Divisional Electrical Engineer/Deputy Chief Electrical Engineer/Chief Electrical Engineer(Construction)/ and shall mean and include the Engineers of the Successor Railway.

(f) “Tenderer” shall mean the Person/the firm/co-operative or company whether in- corporate or not who

tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, successors and permitted assigns.

(g) “Limited Tenders” shall mean tenders invited from all or some contractors on the approved or select list

of contractors with the Railway.

(h) “Open Tenders” shall mean the tenders invited in open and public manner and with adequate notice.

(i) “Works” shall mean the works contemplated in the drawings and schedules set forth in the tender forms and required to be executed according to specifications.

Page 9 of 61

CONTRACTOR FOR DRM (S&T) BPL

(j) “Specifications” shall mean the specifications for Materials and works of the West Central Railway as specified in Part III of the Works Hand Book issued under the authority of the Chief Engineer or as amplified added to or superseded by special specifications if any, appended to the Tender Forms.

(k) “Schedule of Rates of the West Central Railway” shall mean the schedule of Rates issued under the

authority of the Chief Engineer from time to time.

(l) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the Tender Forms.

1.3 Words importing the singular number shall also include the plural and vice versa where the context requires. 2.1 Application for Registration:- Works of construction and of supply of material shall be entrusted for execution to contractors whose capabilities and financial status have been investigated and approved to the satisfaction of the Railway. For this purpose, list of approved contractors shall be maintained in the Railway. The said list shall be revised periodically once in a year or so by giving wide publicity through advertisements, etc. A Contractor including a contractor who is already on the approved list shall apply to the nearest General

Manager (Construction), Chief Administrative Officer (Construction), Divisional Railway Manager, Chief Engineer/Chief Engineer (Construction), Chief Signal and Telecommunication Engineer/Chief Signal & Telecommunication Engineer (Construction) and Chief Electrical Engineer/ Chief Electrical Engineer (Construction), furnishing particulars regarding:-

(a) His position as an independent contractor specifying Engineering Organization available with details of

Partners/Staff/Engineers employed with qualifications and experience. (b) His capability to undertake and carryout works satisfactorily as vouched for by a responsible official or

firm, with details about the transport equipments, construction tools and plants etc. required for the work, maintained by him.

(c) His previous experience of works similar to that to be contracted for, in proof of which original

certificates or testimonials may be called for and their genuineness verified if needs, be, by reference to the signatories thereof.

(d) His knowledge from actual personal investigation of the resources of the are/zone or zones in which he

offers to work.

(e) His ability to supervise the work personally or by competent and fully authorized agents.

(f) His financial position.

(g) Authorized copy of the current Income-Tax Clearance Certificate. 2.2 An applicant shall clearly state the categories of works for which and the area/zone/division(s)/ district(s) in which he desires registration in the list of approved contractors.

2.3 The selection of contractors for enlistment in the approved list would be done by a committee for different value slabs as notified by Railway. 2.4 An annual fee as prescribed by the Railway from time would be changed from such approved contractors to cover the cost of sending notices to them and clerk age for tenders, etc. 2.5 The list of approved contractors would be treated as confidential office record.

Page 10 of 61

CONTRACTOR FOR DRM (S&T) BPL

TENDERS FOR WORKS

(3) Tender Form:- Tender Forms shall embody the contents of the contract documents either directly or by

reference and shall be as per specimen form, Annexure I. Tender Forms shall be issued on payment of the prescribed fees to the appropriate contractors on the list of approved contractors. Contractors not on the list of approved contractor, will, on payment of the prescribed fees, be furnished with tender forms and they shall be required to submit evidence regarding their financial status, previous experience and ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate without which their tenders will not be considered.

(4) Omissions and Discrepancies:- Should a tenderer find discrepancies in, or omissions from the drawings

or any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all the tenderer. It shall be understood they every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

(5) Earnest Money:- (a). The tenderer shall be required to deposit earnest money with the tender for the due

performance of the stipulation to keep the offer open till such date as specified in the Tender, under the conditions of Tender. The earnest money will be as under

Earnest Money Deposit (EMD)

Value of the work (Tender Value) For works estimated

EMD (Rounded off to nearest Rs. 10)

Cost up to Rs.1 crore 2% of the estimated cost of the work Cost more than Rs.1 crore Rs. 2 lakhs plus ½% (half percent) of the excess of

estimated cost of work beyond Rs. 1 crore subject to a maximum of Rs. 1 crore.

(b) It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is

permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.

(c) If his tender is accepted this earnest money mentioned in sub clause (a) above will be retained as part

security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General conditions of contract. The earnest money of other tenderer shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

Page 11 of 61

CONTRACTOR FOR DRM (S&T) BPL

The Earnest Money should be in cash or in any of the following forms :-

Cash or Banker’s Cheque/Demand Draft in favour of FA & CAO/W. C. Rly. Executed by SBI or any of the nationalized bank of India or by a scheduled bank.

(6) Care in Submission of Tenders. (a) Before submitting a tender, the tenderer will be deemed to have

satisfied himself by actual inspection of the site and locality of the works that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in Clause –37 of the General Conditions of contract for the completion of works to the entire satisfaction of the Engineer.

When work is tendered for by a firm or company of contractors, the tender shall be signed by the

individual legally authorized to enter into commitments on their behalf.

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

(7) Right of Railway to deal with tender:- The Railway reserves the right of not to invite tenders for any of

Railway work or works or to invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

Page 12 of 61

CONTRACTOR FOR DRM (S&T) BPL

CONTRACT DOCUMENTS (8) Execution of Contract Document:- The tenderer whose tender is accepted shall be required to appear in

person at the office of General manager/General Manager (Construction), Chief Administrative Officer(Construction), Divisional Railway Manager or concerned Engineer, as the case may be, or if a firm or corporation, a duly authorized representative shall so appear and execute the contract documents within 7 days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.

In the event of any tender whose tender is accepted shall refuse to execute the contract documents as herein before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and to recover the damages for such default.

(9) Form of Contract Document:- Every contract shall be complete in respect of the document it shall so

constitute. Not less than 2 copies of the contract documents shall be signed by the competent authority and the contractor and one copy given to the contractor.

(a) For zone contracts awarded on the basis of the percentage above or below the Schedule of Rate Central Railway for the whole or part of financial year, the contract agreement required to be executed by the tenderer whose tender is accepted shall be as per specimen form, Annexure II During the currency of the zone contract, work orders as per specimen form Annexure III or IV for works not exceed Rs.10,000/- each shall be issued by the Divisional Railway Manager/Executive Engineer under the agreement for Zone contract.

(b)For contracts for specific works, valued at more than Rs.10,000/- the contract documents required to be executed by the tenderer whose tender is accepted shall be either an Agreement as per specimen form Annexure IV, or a work order as per specimen form Annexure V as may be prescribed by the Railway.

Page 13 of 61

CONTRACTOR FOR DRM (S&T) BPL

ANNEXURE - I WEST CENTRAL RAILWAY

TENDER FORMS (FIRST SHEET) Tender No: BPL/N/WKS/ 2015-16/Tele/14 Name of work: Replacement of old datacom equipment & Reliability Improvement of UTS Cum PRS network on BPL division . To The President of India, Acting through the DRM (S&T), Bhopal. West Central Railway, I/We ..............................................................................................................have read the various conditions to tender attached hereto and agree to abide by the said conditions. I/We also agree to kept this tender open for acceptance for a period of 04 months 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 West Central Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 04 (Four ) months from the date of issue of letter of acceptance of the tender.

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

A sum of Rs. 81,490/- is herewith forwarded as Earnest Money. The full value the Earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our Tender is accepted and if:-

(a) I/We do not execute the contract documents within seven days after receipt of notice issued by the

Railway that such documents are ready; and (b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

(2) Until a formal agreement 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.

(3) ............................................... Signature of Witnesses: Signature of Tenderer(s)

(1) ............................................... date........................ (2) ................................................

Address of the Tenderer(s)

Page 14 of 61

CONTRACTOR FOR DRM (S&T) BPL

ANNEXURE I TENDER FORM (SECOND SHEET)

(1). Instructions to tenderer and conditions of tender:- The following documents form Part of Tender/Contract:-

(a). Tender forms –First Sheet and Second Sheet. (b). Special conditions/Specifications (enclosed) (c). Schedule of approximate quantities (enclosed) (d). General conditions of contract and standard specifications for materials and works as laid down in Works Hand Book and Sanitary Works Hand Book of West Central Railway, as amended/corrected up to correction slips mentioned in First sheet of Tender Form, copies of which can be seen in the office of DRM(S&T) Bhopal or obtained from the office of the Chief Engineer, West Central Railway ............ on ...................... payment of Rs........./- Rs.................../- & Rs.............../- respectively. (e). Schedule of rates, Part I & II as amended / corrected up to correction slip as mentioned in first sheet of Tender Sheet of Tender Form, copy of which be seen in the office of ......................or obtained from the DRM (S&T) BPL, West Central Railway on payment of Rs. ............... & Rs. ................ respectively. (f). All general and detailed drawings pertaining to this work which will be issued by the Engineer or his representatives (from time to time) with all changes and modifications.

(2). Drawings for the work.- The Drawings for the work can be seen in the office of the DRM (S&T) BPL and/or

Chief ----------------- at any time during the office hours. The drawings are only for the guidance of Tenderer(s). Detailed working drawings, (if required) based generally on the drawing mentioned above, will be given by the Engineer or his representative from time to time.

(3) The Tenderer (s) shall quote his/their rates as a percentage above or below the schedule of rates of the west

central Railway -------------as--------------applicable to Bhopal Division except where he /they are required to quote item rates and must tender for all the items shown in the schedule of approximate quantities attached. The quantities shown in the attached schedule are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway does not guarantee work under each item of the schedule.

(4) Tenders containing erasures and/or alterations of the tender documents are liable to be rejected. Any

correction made by Tenderer(s) in his/their entries must be attested by him/them. (5) The works are required to be completed within a period of 04 (Four) months from the date of issue of

acceptance letter. (6) Earnest Money:- (a) The tender must be accompanied by a sum of Rs. 81,490/- as earnest money deposited

in cash or in any of the forms as mentioned in Regulations for tenders and contracts for the guidance of the Engineers and contractors, failing which the tender will not be considered. (b). The Tenderer(s) shall keep the offer open for a minimum period 04 months from the date of opening of the Tender it is understood that the tender documents has been sold/issued to the Tenderer (s) and the Tenderer(s) is/are permitted to tender in consideration of the stipulation on his/their part that after submitting his/their tender subject to the period being extended further if required by mutual agreement from time to time, he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer of West Central Railway. Should the Tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as Earnest Money for the due performance of the above stipulation shall be forfeited to the Railway.

Page 15 of 61

CONTRACTOR FOR DRM (S&T) BPL

(c). If the tender is accepted, the amount of Earnest Money will be retained and adjusted as Security Deposit for the due and faithful fulfillment of the contract. This amount of Security Deposit shall be forfeited if the tenderer)/Contractor(s) fail to execute the Agreement Bond within 7 days after receipt of notice issued by Railway that such documents are ready or to commence the work within 15 days after receipt of the orders to that effect.

(d). The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be returned to the

unsuccessful tenderer(s) within a reasonable time but the Railway shall not be responsible for any loss or depreciation that may happen to the Security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents of to the Earnest Money while in their possession nor be liable to pay interest thereon.

(7) Right of the Railway to deal with tender.- The authority for the acceptance of the tender will rest with the

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

(8) If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances

for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage. (9) If the tenderer(s) expires after the submission of his/their tender or after the acceptance of his/their tender, the

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

10) Income Tax Clearance Certificate.- The tenderer(s) is/are required to produce along with his/their tender an

authorized copy of the Income-Tax Clearance Certificate or a sworn affidavit duly countersigned by the Income-Tax Officer to the effect that he has/they have no taxable income.

11) Tenderer’s Credentials:- Documents testifying Tenderer’s previous experience and financial status should

be produced along with the tender or when desired by competent authority of the West Central Railway. Tenderer(s) who has/have not carried out any work so far on this Railway and who is/are not borne on the

approved list of the contractors of West Central Railway should submit along with his/their tender credentials to establish.

(i). His Capacity to carry out the works satisfactorily.

(ii). His financial status supported by Bank reference and other documents. (iii). Certificate duly attested and testimonials regarding contracting experience for the type of job for

which tender is invited with list of works carry out in the past.

12. Tender must be enclosed in a sealed cover; super scribed “Tender No. BPL/N/WKS/ 2015-16/ Tele/14 and must be sent by registered post to the address of Sr.DSTE, S&T Deptt., DRM Office West Central Railway, Bhopal so as to reach his office not later than 15.00 hours on 08/03/2016 or deposited in the special box allotted for the purpose in the office of Sr.DSTE, DRM Office West Central Railway, Bhopal. This Special box will be sealed at _15.00 hours on 08/03/2016 . The tender will be opened at 15.30 hours on the same day. The tender papers will not be sold after 12.00 hours on 08/03/2016.

13. Non-compliance with any of the conditions set forth there in above is liable to result in the tender being rejected.

Page 16 of 61

CONTRACTOR FOR DRM (S&T) BPL

(14). Execution of Contract Documents.-The successful tenderer(s) shall be required to execute an agreement with the President of India acting through the West Central Railway for carrying out the work according to General Conditions of contract, special conditions/specifications annexed to the tender and specifications for work and materials laid down in Works Hand Book Part III and Sanitary works Hand Book of West Central Railway as amended/corrected up to correction slip mentioned in tender form (First Sheet). (15). Partnership Deeds, Power of Attorney etc.- The Tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of Partnership Deed along with the tender and authorization to sign the tender documents on behalf of partnership firm if these documents are not enclosed alongwith tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. (16). The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, signing the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration. (17). Employment/Partnership, etc. of Retired Railway Employees.- (a). Should a tenderer be a retired Engineer of the Gazetted rank or any other Gazetted officer working before his retirement, whether in the executive or administrative capacity or whether Holding a pension able post or not, in the any department of any of the Railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any such retired engineer or retired officer as one of its Directors, or should a tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full in formations as to the date of retirement of such Engineer or Gazetted officer from the said service and in case where such Engineer or officer had not retired from Government Service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take employment under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President of India or any officer, duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted officer is so associated with the tenderer, as the case may be, shall be rejected. (b) Should a tenderer or contractor being an individual on the list of approved contractors, have a relative(s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in Gazetted capacity in the any department of the West Central Railway, the authority inviting tenderers shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Conditions of Contract.

................................ -------------------------- Signature of Tenderer(s) Signature

--------------------------------- date ............... Designation

Page 17 of 61

CONTRACTOR FOR DRM (S&T) BPL

ANNEXURE I (Contd...)

TENDER FROM (THIRD SHEET) Name of work: Replacement of old datacom equipment & Reliability Improvement of UTS Cum PRS network on BPL division\.

SCHEDULE OF RATES AND QUANTITIES Sr No

Item No

Description of item of work

Approximate Quantity

Unit Rates in figures and in words

Rs. P.

Amount

Rs. P.

AS SCHEDULE, TERMS & CONDITIONS ARE ENCLOSED.

The quantities shown in above schedule are approximate and are as a guide to give the tenderer(s) an idea of quantum of work involved. The Railway reserves the right to increase/decrease and/or delete or includes any of the quantities given above and no extra rate will be allowed on this account. I/We undertake to do the work at ...............% above/below the schedule of Rates of the West Central Railway as applicable to Bhopal Division or at the rates quoted above for each item. Dated........... ......................................... Signature of the Tenderer(s) Note: Column 1 to 5 shall be filled by the office of the Authority inviting tender. Column 6 & 7 shall be filled by the Tenderer(s) only when percentage tenders are not invited.

Page 18 of 61

CONTRACTOR FOR DRM (S&T) BPL

Tender Schedule for the work: Replacement of old Data com equipment & Reliability Improvement of UTS cum PRS network on

WEST CENTRAL RAILWAY SN Description Uni

t STATION Qty. Rate Amount

SVPI Rajgarh Post Office

Vidhan Sabha

GPO Bhopal

Military Station Bhopal

Raisen Post Office

MANIT College

CPO TT Nagar

HBJ

1 Supply, installation , testing & commissioning of High power router board ,CPU Atheros MIPS 2RKC 400 MHz,32 MBSD RAM,8MB FLASH &Dish Antenna 5GHz 24dbi/1LAN/24V POE & Adaptor (2Nos) STPE CAT-6 Outdoor cable (305 Mtr), Mast (Made by Galvanised pipe) (15 m) and installation ,testing ,Maintenance &Commissioning of 5.8 GHz Ethernet Point to point radio set (one year ) for Wireless Link . ( Specification as per Annexure A). Inspection Authority: Consignee,

Set 0 0 1 1 1 0 1 1 0 5 118000 590000

2 Supply, installation , testing & commissioning of High power router board ,CPU Atheros MIPS 2RKC 400 MHz,32 MBSD RAM,8MB FLASH &Dish Antenna 5GHz 24dbi/1LAN/24V POE & Adaptor (2Nos) STPE CAT-6 Outdoor cable (305 Mtr), Mast (Made by Galvanised pipe) (15 m x2) and installation ,testing ,Maintenance &Commissioning of 5.8 GHz Ethernet Point to point radio set (one year ) for Communication Room BRRG Railway Station to Rajgarh post office Wireless Link . ( Specification as per Annexure B). Inspection Authority: Consignee,

Set 0 1 0 0 0 0 0 0 0 1 204500 204500

Page 19 of 61

CONTRACTOR FOR DRM (S&T) BPL

3 Supply, installation , testing & commissioning of High power router board ,CPU Atheros MIPS 2RKC 400 MHz,32 MBSD RAM,8MB FLASH &Dish Antenna 5GHz 24dbi/1LAN/24V POE & Adaptor (2Nos) STPE CAT-6 Outdoor cable (305 Mtr), Mast (Made by Galvanised pipe) (15 m x2 ) and installation ,testing ,Maintenance &Commissioning of 5.8 GHz Ethernet Point to point radio set (one year ) for old Shivpuri railway station to New shivpuri railway station Wireless Link . ( Specification as per Annexure C ). Inspection Authority: Consignee,

Set 1 0 0 0 0 0 0 0 0 1 185500 185500

4 Supply, installation , testing & commissioning of 2 LAN/4 x2 Mbps WAN Port Router -48 V DC Operated along with required connecting cables and connectors to connect the Ethernet devices. ( Specification as per annexure D-1) . Inspection Authority: Consignee,

Nos.

1 1 1 1 1 1 1 1 0 8 70560.00 564480

5 Supply, installation , testing & commissioning of 2 LAN/8 WAN port 2 mbps router ( Specification as per Annexure D-2) (AT HBJ ). Inspection Authority: Consignee,

Nos 0 0 0 0 0 0 0 0 2 2 124000.00 248000

6 Supply, installation , testing & commissioning of 8 port LAN unmanaged Switch As per RDSO specification NO- RDSO/SPN/83/2008 Rev.00 or latest. Make- CISCO/NETGEAR,D-Link or Similar. Inspection Authority: Consignee,

Nos 1 1 1 1 1 1 1 1 1 9 830.00 7470

7 Supply of RJ45 connector Make- D-Link /Amps/Comescop.

Nos 20 20 20 20 20 20 20 20 100 260 4.70 1222

Page 20 of 61

CONTRACTOR FOR DRM (S&T) BPL

Inspection Authority: Consignee,

8 Supply of patch card cat 6 UTP cable Make, D-Link. /Tyco/Molex. Inspection Authority: Consignee,

Nos

5 5 5 5 5 5 5 5 100 140 104.00 14560

9 Supply, installation, testing, Wiring & commissioning of Uninterrupted power supply system - 5 KVA having N+ 1 configuration with a battery back up of 2 hours at full load, as per RDSO specn. RDSO/SPN/ TC/65/2009 Rev.1 Amendment 1, APC or Libert make with latest amendment. ( Specification as per annexure E) . Inspection Authority: Consignee,

Nos.

1 1 1 1 1 1 1 1 1 9 205616.03 1850544.27

10 Supply of single port information outlet with SMB as per specifications.

No. 10 10 10 10 10 10 10 10 50 130 145.00 18850

11 Supply of CAT-6 UTP cable 4 pair in boxes 1000 feet as per specification. Make- D-Link/Tyco/Systimax. ( Specification as per Annexure F). Inspection Authority: Consignee,

Box 1 1 1 1 1 1 1 1 4 12 5173.00 62076

12 Supply, installation & commissioning of 9U rack with hinge glass door cooling fan. 5 socket power extension board, cable manager, partition tray and accessories with locking arrangement on both door and wall mount arrangement. Make- D-Link/Rittal/APW. (Specification as per annexure G). Inspection Authority: Consignee,

Nos 1 1 1 1 1 1 1 1 2 10 8500.00 85000

13 Provision of maintenance free earth for the entire system as per RDSO Specification no. RDSO/SPN/197/2008 details attached in annex.applicable on the date of opening of

Nos 1 1 1 1 1 1 1 1 2 10 19691.30 196913

Page 21 of 61

CONTRACTOR FOR DRM (S&T) BPL

tender. ( Specification & Drawings per Annexure H). Inspection Authority: Consignee,

14

Laying of power cable/coaxial cable/data cable in PVC conduit pipe 1" dia. Laid over platform uprights/ secured on the wall of station building/ Separate conduit pipes for power cable/ data cable/twin core cable. The conduit pipe and all necessary accessories, binding wire, saddles, bends for fitting etc. shall be supplied by the contractor.

Mtr.

50 50 50 50 50 50 50 50 1000 1400 32.20 45080

Total 4074195.00

NOTE: 1. Tenderer must not quote for individual item. 2. Tenderer must quote on percentage basis above or below or at par on Railway’s total estimated cost stated above & must write percentage both in figures & words. 3. Although year of specification is given in the schedule, last amendment, if any, shall apply. Tenderer must fill-up & append signature with seal under the following

certificate:

Page 22 of 61

CONTRACTOR FOR DRM (S&T) BPL

Offer Sheet

I/We have submitted this tender after studying all the conditions contained herein and after

having satisfied myself / ourselves of the site conditions means of access to the work and all other

factors governing to the work and having seen and studied the plans which were made available to me /

us for scrutiny.

I/we offer my rates as under:- Schedule

i. In figure _______________________ % above/below/at par base rate. [strike-off whichever is not applicable]

ii. In words ____________________________________ percent above/below/at par base rate. [strike-

off whichever is not applicable]

Note: 1. The tenderer are requested to quote single percentage % above/AT PAR/% below on schedule rates on the attached offer sheet only. If single percentage above/below on schedule is not quoted or various rates against various item is quoted, then the tender shall be summarily rejected.

2. If firms have quoted different percentages in words & figure or incase of any Ambiguity the amount which is advantageous to railways shall be considered and offer will be evaluated accordingly. 3. Annexure and Drawings as referred in the above schedule that not available on the website, if desired by the tenderer may be collected from the office of the DRM (S&T) Bhopal.

Signature of Tenderer Date:

Address:

Page 23 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure `A’

High Power Router Board: (For Wireless Bridge between Bhopal Railway Station to Dronachal Military Station Lalghati Airport Road, Bhopal) (For Wireless Bridge between Bhopal Railway Station to CPO T.T. Nagar, Bhopal) (For Wireless Bridge between Bhopal Railway Station to GPO Royal Market, Bhopal) (For Wireless Bridge between Habibganj Railway Station to Molana Azad Institute of Technologies, Bhopal) (For Wireless Bridge between Habibganj Railway Station to Vidhan Sabha Bhawan Bhopal)

• This Outdoor Wireless Bridge package gives a complete secured hardware and software solution for Wireless Point to Point Link. It should be 802.11 package with powerful wireless module and high gain antennas (as per site requirement), which must be optimized for long-range high-speed connections. With weather proof outdoor case and PoE for mounting radio outdoors on high masts, towers etc near to antenna and simply provide power up by Ethernet cable. Package includes : 1. 100/200 mw Radio Board package with OS preloaded 2. 48 V DC Power over Ethernet Unit with 230 V AC Adapter 3. 24 dBi High Gain Grid Antenna with Pigtail of suitable length 4. Outdoor weather proof and water tight Enclosure with mounting cla Frequencies:802.11b/g: 2.312 – 2.497 (5 MHz step); 2.314 – 2.499 (5 MHz step) Chipset: Atheros . Security: Hardware 64 and 128 bit WEP; Hardware TKIP and AES-CCM encryption; 802.1x WPA authentication Modulation:802.11b+g: DSSS, OFDM for data rate >20Mbps Host Interface: Mini-PCI form factor; Mini-PCI Version 1.0 type 3B Operation Temp.: 0°C ~ 70°C Storage Temp.: -20°C ~ 80°C Humidity range: 10% ~ 90% Wi-Fi: WECA Compliant. Media Access Protocol: CSMA/CA with ACK architecture 32-bit MAC Connectors: One External Antenna connector.

• Router Board : CPU Atheros MIPS 24KC, 400Mz., • SD RAM: 32 Mb , 8Mb FLASH memory • Antenna: Dish Type, 5GHz, 23dbi/1 LAN/24v poe & Adaptor. • SFTP cat6 outer cable=305 meter. • Mast: Made by GALVANISED PIPE • Mast: Made by GALVANISED PIPE= 15 (meter) • It includes installation , testing & commissioning of Radios , Antennas , Lightening arrestor,

G 703 to Ethernet convertors etc. • Necessary wiring cabling work with conduit pipe . • This item will be treated completed in totality when the link gets up/ commissioned .

Page 24 of 61

CONTRACTOR FOR DRM (S&T) BPL

Specification for installation of Mast .

1. Requirement of height of the Mast shall be based on realistic GPS survey to be done by the contractor.

2. Contractor will install the mast with suitable means ( With all required necessary material & as per instruction of Railway Engineer).

3. Mast should have proper support system to withstand wind velocity , storm etc. Specification for concrete foundation for Mast.

1. Total numbers of foundations will depend on numbers of Mast to be erected for erection mast & guise .

2. The cement concrete foundation of size approx. 1 mtr .x 1 mtr. x 1 mtr. ( The exact size shall be decided on the soil conditions).

3. The ratio of casting for concrete foundation shall be 1:3:6 this item includes plastering of the foundation also. Note : all the materials required for making foundations such as proper grads of cement ISS make , ballast, sand, water, labour etc. will be provided by the contractor ).

Page 25 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure `B’ High Power Router Board: (For Wireless Link between Communication room Biora Rajgarh Station to Rajgarh post office)

• Router Board : CPU Atheros MIPS 24KC, 400Mz., • SD RAM: 32 Mb , 8Mb FLASH memory • Antenna: Dish Type, 5GHz, 30dbi/1 LAN/24v poe & Adaptor. • SFTP cat6 outer cable=305 meter. • Mast: Made by GALVANISED PIPE= 15 x 2 (meter)

• This Outdoor Wireless Bridge package gives a complete secured hardware and software solution for Wireless Point to Point Link. It should be 802.11 package with powerful wireless module and high gain antennas (as per site requirement), which must be optimized for long-range high-speed connections. With weather proof outdoor case and PoE for mounting radio outdoors on high masts, towers etc near to antenna and simply provide power up by Ethernet cable. Package includes : 1. 100/200 mw Radio Board package with OS preloaded 2. 48 V DC Power over Ethernet Unit with 230 V AC Adapter 3. 24 dBi High Gain Grid Antenna with Pigtail of suitable length 4. Outdoor weather proof and water tight Enclosure with mounting cla Frequencies:802.11b/g: 2.312 – 2.497 (5 MHz step); 2.314 – 2.499 (5 MHz step) Chipset: Atheros . Security: Hardware 64 and 128 bit WEP; Hardware TKIP and AES-CCM encryption; 802.1x WPA authentication Modulation:802.11b+g: DSSS, OFDM for data rate >20Mbps Host Interface: Mini-PCI form factor; Mini-PCI Version 1.0 type 3B Operation Temp.: 0°C ~ 70°C Storage Temp.: -20°C ~ 80°C Humidity range: 10% ~ 90% Wi-Fi: WECA Compliant. Media Access Protocol: CSMA/CA with ACK architecture 32-bit MAC Connectors: One External Antenna connector.

• Router Board : CPU Atheros MIPS 24KC, 400Mz., • SD RAM: 32 Mb , 8Mb FLASH memory • Antenna: Dish Type, 5GHz, 23dbi/1 LAN/24v poe & Adaptor. • SFTP cat6 outer cable=305 meter. • Mast: Made by GALVANISED PIPE • It includes installation , testing & commissioning of Radios , Antennas , Lightening arrestor,

G 703 to Ethernet convertors etc. • Necessary wiring cabling work with conduit pipe . • This item will be treated completed in totality when the link gets up/ commissioned .

Page 26 of 61

CONTRACTOR FOR DRM (S&T) BPL

Specification for installation of Mast .

4. Requirement of height of the Mast shall be based on realistic GPS survey to be done by the contractor.

5. Contractor will install the mast with suitable means ( With all required necessary material & as per instruction of Railway Engineer).

6. Mast should have proper support system to withstand wind velocity , storm etc. Specification for concrete foundation for Mast.

4. Total numbers of foundations will depend on numbers of Mast to be erected for erection mast & guise .

5. The cement concrete foundation of size approx. 1 mtr .x 1 mtr. x 1 mtr. ( The exact size shall be decided on the soil conditions).

6. The ratio of casting for concrete foundation shall be 1:3:6 this item includes plastering of the foundation also. Note : all the materials required for making foundations such as proper grads of cement ISS make , ballast, sand, water, labour etc. will be provided by the contractor ).

Page 27 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure `C’

High Power Router Board: (For Wireless Link between Old Shivpuri Railway Station Shivpuri to Shivpuri Railway Station)

• Router Board : CPU Atheros MIPS 24KC, 400Mz., • SD RAM: 32 Mb , 8Mb FLASH memory • Antenna: Dish Type, 5GHz, 23dbi/1 LAN/24v poe & Adaptor. • SFTP cat6 outer cable=305 meter.

• Mast: Made by GALVANISED PIPE= 15 x 2 (meter) • This Outdoor Wireless Bridge package gives a complete secured hardware and software solution for

Wireless Point to Point Link. It should be 802.11 package with powerful wireless module and high gain antennas (as per site requirement), which must be optimized for long-range high-speed connections. With weather proof outdoor case and PoE for mounting radio outdoors on high masts, towers etc near to antenna and simply provide power up by Ethernet cable. Package includes : 1. 100/200 mw Radio Board package with OS preloaded 2. 48 V DC Power over Ethernet Unit with 230 V AC Adapter 3. 24 dBi High Gain Grid Antenna with Pigtail of suitable length 4. Outdoor weather proof and water tight Enclosure with mounting cla Frequencies:802.11b/g: 2.312 – 2.497 (5 MHz step); 2.314 – 2.499 (5 MHz step) Chipset: Atheros. Security: Hardware 64 and 128 bit WEP; Hardware TKIP and AES-CCM encryption; 802.1x WPA authentication Modulation:802.11b+g: DSSS, OFDM for data rate >20Mbps Host Interface: Mini-PCI form factor; Mini-PCI Version 1.0 type 3B Operation Temp.: 0°C ~ 70°C Storage Temp.: -20°C ~ 80°C Humidity range: 10% ~ 90% Wi-Fi: WECA Compliant. Media Access Protocol: CSMA/CA with ACK architecture 32-bit MAC Connectors: One External Antenna connector.

• Router Board : CPU Atheros MIPS 24KC, 400Mz., • SD RAM: 32 Mb , 8Mb FLASH memory • Antenna: Dish Type, 5GHz, 23dbi/1 LAN/24v poe & Adaptor. • SFTP cat6 outer cable=305 meter. • Mast: Made by GALVANISED PIPE • It includes installation , testing & commissioning of Radios , Antennas , Lightening arrestor,

G 703 to Ethernet convertors etc. • Necessary wiring cabling work with conduit pipe . • This item will be treated completed in totality when the link gets up/ commissioned .

Page 28 of 61

CONTRACTOR FOR DRM (S&T) BPL

Specification for installation of Mast .

7. Requirement of height of the Mast shall be based on realistic GPS survey to be done by the contractor.

8. Contractor will install the mast with suitable means ( With all required necessary material & as per instruction of Railway Engineer).

9. Mast should have proper support system to withstand wind velocity , storm etc. Specification for concrete foundation for Mast.

7. Total numbers of foundations will depend on numbers of Mast to be erected for erection mast & guise .

8. The cement concrete foundation of size approx. 1 mtr .x 1 mtr. x 1 mtr. ( The exact size shall be decided on the soil conditions).

9. The ratio of casting for concrete foundation shall be 1:3:6 this item includes plastering of the foundation also. Note : all the materials required for making foundations such as proper grads of cement ISS make , ballast, sand, water, labour etc. will be provided by the contractor ).

Page 29 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure `D-1’ Specification of 2- LAN/4X2 Mbps WAN Port Router

General requirements Router should be modular and should be a single box configuration for ease of

management should have integrated USB port/flash to provide console and storage for configuration/image.

Should have integrated USB port/flash to provide console and storage for configuration/image.

Hardware and interface requirements. Routers should have at least 2 open slots for LAN, WAN module Router should have 4 numbers WAN ports supporting G.703 interface at 2Mbps. Router should support large selective of modular LAN and WAN connectivity options

including Gigabit Ethernet and fast Ethernet, Channelized T1/E1, V.35/G.703 Serial, 3G Wireless(Both HSPA AND CDMA) interface modules.

Router should have minimum 2nos of 10/100/1000 Gigabit Ethernet ports and Scalable up to 8GE ports for future use

Performance requirements The router should have a minimum performance of 200kbps, for both IPv4 & IPv6 Should Support Other IP services like GRE tunneling, ACLs, IPSEC, VPNs, Firewalling ,

NAT services Quality of services (QoS) requirements. Router should support class-based queuing Router should support marking, polishing, and shaping Routing protocol support Router should have IPV4 & IPV6, VRRP, Static routers, RIPv1, RIPv2, OSPFv2,

OSPFv3, IS-IS, BGP4, MBGP, BFD, Policy based routing, IPv4 and IPv6 tunneling enabled from day one.

IPv4 & IPv6 multicast features IGMP V1/V2/V3, PIM, Dm, PIM-SM, source specific multicast (SSM), MLD V1,V2 System management and administration Router should support Configuration rollback Router should support Extensive support for SLA monitoring for matrix like delay,

latency, jitter, packet loss, RTP-based VoIP traffic, CRTP Security Features Router should support AAA using RADIUS or TACACS+ Router should support packet filters like: Standard ACL, Extended ACL, ACL that can

match arbitrary bits of packet bits of a packet at an arbitrary depth in the packet header and pay load.

Router should support network address translation (NAT) Router should be minimum common criteria EAL4 certified Built-in trouble shooting Preplanned scheduled reboot facility Real time performance monitor-service-level agreement verification probes/alerts Power supply Router should support DC power supply(48volts DC) with 230V AC adopter.

Page 30 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure `D-2’ Specification of 2- LAN/8X2 Mbps WAN Port Router

General requirements Router should be modular and should be a single box configuration for ease of

management should have integrated USB port/flash to provide console and storage for configuration/image.

Should have integrated USB port/flash to provide console and storage for configuration/image.

Hardware and interface requirements. Routers should have at least 2 open slots for LAN, WAN module Router should have 8 numbers WAN ports supporting G.703 interface at 2Mbps. Router should support large selective of modular LAN and WAN connectivity options

including Gigabit Ethernet and fast Ethernet, Channelized T1/E1, V.35/G.703 Serial, 3G Wireless(Both HSPA AND CDMA) interface modules.

Router should have minimum 2nos of 10/100/1000 Gigabit Ethernet ports and Scalable up to 8GE ports for future use

Performance requirements The router should have a minimum performance of 200kbps, for both IPv4 & IPv6 Should Support Other IP services like GRE tunneling, ACLs, IPSEC, VPNs, Firewalling ,

NAT services Quality of services (QoS) requirements. Router should support class-based queuing Router should support marking, polishing, and shaping Routing protocol support Router should have IPV4 & IPV6, VRRP, Static routers, RIPv1, RIPv2, OSPFv2,

OSPFv3, IS-IS, BGP4, MBGP, BFD, Policy based routing, IPv4 and IPv6 tunneling enabled from day one.

IPv4 & IPv6 multicast features IGMP V1/V2/V3, PIM, Dm, PIM-SM, source specific multicast (SSM), MLD V1,V2 System management and administration Router should support Configuration rollback Router should support Extensive support for SLA monitoring for matrix like delay,

latency, jitter, packet loss, RTP-based VoIP traffic, CRTP Security Features Router should support AAA using RADIUS or TACACS+ Router should support packet filters like: Standard ACL, Extended ACL, ACL that can

match arbitrary bits of packet bits of a packet at an arbitrary depth in the packet header and pay load.

Router should support network address translation (NAT) Router should be minimum common criteria EAL4 certified Built-in trouble shooting Preplanned scheduled reboot facility Real time performance monitor-service-level agreement verification probes/alerts Power supply Router should support DC power supply(48volts DC) with 230V AC adopter..

Page 31 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure `E’ Specification of Uninterrupted power supply system - 5 KVA having N+ 1 configuration with a battery backup of 2 hours at full load, as per RDSO specs RDSO/SPN/TC/65/2009 Rev.1 Amendment 1 Make:-APC or Libert with latest amendment. Output Output Power Capacity ---3750 Watts / 5000 VA Max Configurable Power ----3750 Watts / 5000 VA Nominal Output Voltage ---120V, 208V Efficiency at Full Load 93.0% Output Voltage Distortion Less than 5% at full load Output Frequency (sync to mains) 57 - 63 Hz for 60 Hz nominal Other Output Voltages --240 Crest Factor --up to 5 : 1 Topology ---Line Interactive Waveform Type ---Sine wave Bypass --Internal Bypass (Automatic and Manual) Input--Nominal Input Voltage -208V Input Frequency ---60 Hz +/- 5 Hz Input Connections Cord Length -1.83 meters Input voltage range for main operations -156 - 252 (208) / 176 - 282 (240V) V Other Input Voltages -240 Batteries & Runtime-Battery Type Maintenance-free sealed Lead-Acid battery with suspended electrolyte: leak proof Typical recharge time -3.50 hour(s) Communications & Management Interface Port(s) -DB-9 RS-232, Smart Slot Available Smart Slot™ Interface Quantity -1 Control panel -Multi-function LCD status and control console Audible Alarm -Alarm when on battery: distinctive low battery alarm: configurable delays Emergency Power off (EPO) -Yes Physical Environmental Operating Environment -0 - 40 °C Operating Relative Humidity -0 - 95% Operating Elevation -0-3000 meters Storage Temperature --15 - 45 °C Storage Relative Humidity -0 - 95% Storage Elevation -0-15000 meters Audible noise at 1 meter from surface of unit -60.00 dBA Online Thermal Dissipation -900.00 BTU/hr Standard Warranty 2 years repair or replace optional on-site warranties available

Page 32 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure `F’ Specification of UTP CAT-6 Cable:-

UTP CAT-6 cable should be of following minimum specification

SN minimum specification Compliance Statement 1 UTP CAT -6 cable should consist of 4

twist pairs of 23 AWG solid copper conductors individually insulated by PVC material with an overall PVC jacket meeting industry standard parameters.

2 Cable should be structured suitable for Ethernet applications.

3 It should be comply latest TIA/EIA-568 B.2 standards.

4 Conductor resistance should be maximum 9.38 ohm/100 meters.

5 Mutual capacitance should be maximum 5.6nF/100 meters.

6 Characteristics Impedance should be 100 ohm (normal) .

7 Propagation delay at 250 MHz should be maximum 536ns/100 meters.

Page 33 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure `G’ Specifications of 9U Rack • Depth - 23 Inches (Maximum Mounting Depth 20.5 Inches) • Width - 23.75 inches • Rail Width - 19 inch EIA Compliant • Height - 20.50 Inches Recommended options • Fan assembly kit • Racks Screws • Cage nuts

Page 34 of 61

CONTRACTOR FOR DRM (S&T) BPL

The earth electrode shall be made of high tensile low carbon steel circular rods, molecularly bonded with copper on outer surface to meet the requirements of Underwriters Laboratories (UL) 467-2007 or latest or IEC 62561. Such copper bonded steel cored rod is preferred due to its overall combination of strength, corrosion resistance, low resistance path to earth and cost effectiveness.

The earth electrode shall be UL listed and of minimum 17.0mm diameter and minimum 3.0mtrs. long.

The minimum copper bonding thickness shall be of 250 microns. • Marking: UL marking Manufacturer‟s name or trade name, length, diameter, catalogue number must be punched on every earth electrode. • Earth electrode can be visually inspected, checked for dimensions and thickness of copper coating using micron gauge. The supplier shall arrange for such inspection at the time of supply, if so desired. 8.2 Earth Enhancement material Earth enhancement material is a superior conductive material that improves earthing effectiveness, especially in areas of poor conductivity (rocky ground, areas of moisture variation, sandy soils etc.). It improves conductivity of the earth electrode and ground contact area. It shall be tested and confirm to the requirements of IEC 62561-7 having following characteristics:-

• Shall mainly consist of graphite. Bentonite content shall be negligible.

• shall have high conductivity, improves earth's absorbing power and humidity retention capability.

• shall be non-corrosive in nature having low water solubility but highly hygroscopic.

• shall have resistivity of less than 0.2 ohms-meter.

• shall be suitable for installation in dry form or in a slurry form.

• shall not depend on the continuous presence of water to maintain its conductivity.

• shall be permanent & maintenance free and in its “set form”, maintains constant earth resistance with time.

• shall be thermally stable between -100 C to +600 C ambient temperatures.

• shall not dissolve, decompose or leach out with time.

• shall not require periodic charging treatment nor replacement and maintenance.

• shall be suitable for soils of different resistivity.

• shall not pollute the soil or local water table and meets environmental friendly requirements for landfill. • shall not be explosive. • shall not cause burns, irritation to eye, skin etc.

.A Annexure H Maintenance Free Earth (As per RDSO spn RDSO/SPN/197/2008 or latest)

Page 35 of 61

CONTRACTOR FOR DRM (S&T) BPL

• Marking: The Earth enhancement material shall be supplied in sealed, moisture proof bags. These bags shall be marked with Manufacturer’s name or trade name, quantity etc. Construction of Earth Pit: A hole of 100mm to 125mm dia shall be augured /dug to a depth of about 2.8 meters.

• The earth electrode shall be placed into this hole.

• It will be penetrated into the soil by gently driving on the top of the rod. Here natural soil is assumed to be available at the bottom of the electrode so that min. 150 mm of the electrode shall be inserted in the natural soil.

• Earth enhancement material (minimum approx. 30-35 kg) shall be filled into the augured/dug hole in slurry form and allowed to set. After the material gets set, the diameter of the composite structure (earth electrode + earth enhancement material) shall be of minimum 100mm dia covering entire length of the hole

. • Remaining portion of the hole shall be covered by backfill soil, which is taken out during auguring /digging.

• A copper strip of 300mmX25mmX6mm shall be exothermically welded to main earth electrode for taking the connection to the main equi-potential earth busbar in the equipment room and to other earth pits, if any.

• Exothermic weld material shall be tested as per provisions of IEEE 837 by NABL/ILAC member labs. • The main earth pit shall be located as near to the main equi-potential earth busbar in the equipment room as possible.

Page 36 of 61

CONTRACTOR FOR DRM (S&T) BPL

Page 37 of 61

CONTRACTOR FOR DRM (S&T) BPL

SPECIAL CONDITIONS Tender No BPL/N/WKS/2015-16/Tele/14

Name of the work: Replacement of old data com equipment & Reliability Improvement of UTS Cum PRS network on BPL division. 1. This tender will be governed by the General Conditions of Contract as applicable to West Central Railway. In case of any contradiction between general conditions of contract and special condition of contract, the latter will prevail over general condition of contract. 1a. ELIGIBILITY CRITERIA FOR QUOTING IN THIS TENDER (MEC is not applicable) (i) The tenderer should have completed, in the last three financial year (i.e. current year and three

Previous financial year) at least one similar single work for a minimum value of 35% of the Advertised Tender Value of the work. [The similar single work means, “ XXXX.” Documentary evidence including the letter of intent, completion certificates shall be submitted. This shall be on the bidder’s name. (Or In case the tenderer has completed/combined work having element of tendered work, the submission of documentary proof of having successfully completed separable, respective similar nature of work valuing 35% of the advertised value in a composite/combined work shall also be considered sufficient).

(ii) The total contract amount received by the tenderer during the last three financial years and in the current financial year, should be a minimum of 150% of advertised tender value as per audited balance sheet duly certified by the Chartered accountant. For the last financial year ended and/or the current financial year if audited balance sheet is not available contractual amount received duly certified by the chartered Accountant should be submitted as a proof of turnover. Alternatively at least payment certificates from central Govt./State Govt./ Central P. S. Us/ State P. S. Us and other Government Agencies for minimum of 150% of advertised tender value may be submitted.

The following documents will be relied upon for working out the total contract amount received by the tenderer (a) Attested copy of annual income tax return filed with income tax department (b) Attested copy of Tax deducted at source certificate. (c) Audited balance sheet duly certified by chartered accountant. (d) Attested certificates from the employers/clients about the contractual payments received for the work done. (e) Attested copy of certificate of turn over duly certified by Chartered Account.

Tenderer should submit documentary proof in regard to fulfilling these eligibility criteria alongwith their offers. The offers of tenderers who either fail to submit the documentary proof or do not meet the eligibility criteria as mentioned above shall not be considered.

The Tenderer should submit along with their offer: (a) List of Personnel, Organization available on hand and proposed to be engaged for the subject Work.

Page 38 of 61

CONTRACTOR FOR DRM (S&T) BPL

(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, organization

for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

(d) List of works on hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award should also be given.

Note: In case of items (c) and (d) above, supportive documents/certificates from the organizations with whom they worked/ are working should be enclosed Certificates from private individuals for who such works are executed / being executed should not be accepted.

1b. The work covered by this tender is skilled and technical in nature and only the firms having

sufficiently skilled and experienced staff with them and who have carried out tight targeted signaling works in the past need quote against this tender.

2. Contractor should provide firm’s PAN, issued by income tax department with his quote or within

30 (thirty) days of award of contract. No payment will be released without submission of PAN. All taxes (including surcharge & cess) shall be recovered from his payments as per tax provision in vogue.

“ The tenderer for carrying out any construction work in Madhya Pradesh must get themselves registered from the registering office under section –7 of the building and other construction workers act 1996 and rule made thereto by the MP govt. and submit certificate of the registration issued from the registering officer of MP govt. (labour department) for enactment of this act, The tenderer shall be required to pay cess @1% of the cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of the cess, when supplied under a separate schedule item”

3. Tenderers may carefully note that their contract Agreement for this work is liable to be terminated

at any time later, in case any of the information furnished by them is found to be untrue or any adverse point comes to light subsequently. The decision of Railway in this regard shall be final and binding.

4. The Tenderers, if they so desire before quoting, should inspect the site of the work in detail and

acquaint themselves about the terrain, approach road and other site conditions affecting the execution of the work on their own cost.

5. The resultant Contract of this tender will be governed by the Tender Conditions, Instructions to

Tenderers and General Condition of Contract as applicable to West Central Railway and Special Conditions mentioned here. In case of contradiction between Tender conditions, instructions to the tenderer, the General conditions of the contract and the special conditions of the contract, the latter will prevail.

6. The Tenderer shall keep their offer valid for the period of 04 months from the date of opening

of tender.

Page 39 of 61

CONTRACTOR FOR DRM (S&T) BPL

NATURE OF TENDERING :

7. The tenderer is required to submit his offer in the office of Sr. DSTE/Co./Bhopal. 8. The envelope will bear tender number, it’s description, name of the tenderer, date of opening. 9. The envelope should be addressed to the President of India through Senior Divisional Signal and

Telecommunication Engineer(Co.), West Central Railway, I st Floor, opposite to control office, DRM office Building, Habibganj, Bhopal 462 024 (M. P.). The tender should be deposited in the Tender Box in the office of the Senior Divisional Signal and Telecommunication Engineer(Co.), West Central Railway, I st Floor, opposite to control office, DRM office Building, Habibganj, Bhopal 462 024 before closing of the tender box before 15.00 hrs sharp on the date of opening.

10. The tenderer shall accept all the Railways terms and conditions and will not offer any counter

clauses. 11. The offer will consist of copy of schedule of work with prices quoted in the required space. The

tenderer will sign this on each page. 12. Tender sealed and super scribed as mentioned above, can also be sent by Registered Post with

acknowledgement due, to the above mentioned office, but no tender which is received after the time and date specified above shall ordinarily be considered.

13. As far as possible the tenderer/s bid should not have any condition or specification or assumption

contrary to the provisions in these tender documents on which the tenderer/s bid is based. Tenderer/s Special conditions, not in conformity with the tender specifications/drawings are required to be listed separately with details of exact financial implications, if any. Railways will not take cognizance of conditions/variations from the tender documents or drawings etc. It needs to be emphasized that only such conditions/ stipulations which are at variance with the tender conditions codal provision stipulated in the tender documents need be mentioned, in case tenderer/s choose to stipulate such special conditions taking into account the restrictions mentioned elsewhere in the tender document. Only such special conditions/specifications stipulated by the tenderer’s which have been specifically approved by the Railways in writing shall be deemed to have been accepted by the Railways and shall form part of the Contract Agreement. The tenderer/s conditions / stipulations which are at variance with the tender conditions / codal provisions and not approved / accepted by Railways, shall be withdrawn by the tenderers.

METHOD OF QUOTING OF RATES. 14. Estimated rates for each item of schedule have already been indicated by Railways on the tender

schedule. 15. Tenderer will indicate their rates in the form of % above / at par / % below on overall estimated

cost of tender, in the space provided for this at the end of the schedule. Percentage (above / at the par / below) should be indicated in figures as well as in words. If rates are not quoted or there is ambiguity in rates quoted by the tenderer the offer will be rejected.

Page 40 of 61

CONTRACTOR FOR DRM (S&T) BPL

16. All corrections and over writing must be signed / attested. 17. Tenderer must sign along with seal on all pages of their offer. 18. Tender forms not accompanied by the requisite EMD will be summarily rejected. OPENING OF TENDERS: 19. The tenders shall be opened at time and date specified in tender notice in the office of the Senior

Divisional Signal and Telecommunication Engineer (Co.), West Central Railway, I st Floor, opposite to control office, DRM office Building, Habibganj, Bhopal 462 024 (M. P.)

Note: If the date of opening as mentioned above happens to be a holiday, then the tenders will be opened at the same time and place on next working day. Tender Forms not accompanied by requisite Earnest Money (Bank Guarantee is not an acceptable form) in prescribed form will be summarily rejected.

20. Railways’ decision in regard to acceptability of Technical Suitability of the offer shall be final. 21. If the tenderer fails to abide by the conditions or fails to submit documents as above, their offer

is liable to be rejected. Note: If the date of opening as mentioned above happens to be a holiday, then the tenders will be opened at the same time and place on next working day. Tender forms not accompanied by requisite Earnest money (Bank Guarantee is not an acceptable form0 in prescribed form will be summarily rejected. GENERAL: 22. Authorized agents are allowed to buy the tender documents on behalf of their Principals. The

tender documents is also available on website (http://www.wcr.indianrailways.gov.in) and the same can be downloaded and used as tender document for submitting the tender. However the cost of tender form ( non refundable) for tender documents downloaded from website as mentioned in tender notice is also to be paid in the form of Demand Draft issued in favour of Sr. DFM, West Central Railway, Bhopal, payable at Bhopal and to be enclosed with the tender form while submitting the tender. In case the tender for which tender document is down loaded from website is not accompanied with the valid demand draft for the cost of tender document, the tender will be summarily rejected.

23. Telex and incomplete offers will be summarily rejected. 24. The tenderer should read the conditions carefully and also see the Schedules of supply and works

before submitting the offer and also ascertain site conditions and the magnitude of works involved. The tender must furnish information regarding similar works executed by them, work in hand and other documents along with their offer itself.

25. The documents submitted along with the offer shall be page numbered, signed by the tenderer

with their seal. The copy of the solvency certificate, credential certificate etc., if applicable in tender, should be attested. If the work covered by is urgent safety work required to be completed within the completion period as specified from the date of issue of acceptance letter and hence all measures to curtail the time required for awarding the contract is taken which are considered necessary.

Page 41 of 61

CONTRACTOR FOR DRM (S&T) BPL

26. Non-adherence to these as well as stipulations of special conditions at variance to those specified

herein and having financial implications are likely to make their tenders non acceptable.

RATES: 27. The rates quoted in the offer by the tenderer will be inclusive of basic cost, excise & customs

duty, sales tax, VAT, interstate tax, works contract tax, Service Tax, transport, loading, unloading charge, octroi etc., wherever leviable. The Railways will not issue ‘D’ form for concessional sales tax.

28. The price quoted should be firm and no price variation clause will be acceptable. Variation in

statutory levies and duties shall be permissible on production of documentary evidence. Towards this extent, the tenderer should indicate the percentage of components of those items in the all – inclusive quoted prices, in the absence of which no increase in duties will be permissible if offers are received from tenderers with different VAT/TAX/Duties as applicable to the state of selling dealer, the increase in such statutory levies and duties will be payable only till such limit, crossing of which will result in vitiation of the tender. Rate quoted by tenderer is considered inclusive of all applicable taxes, statutory duties or levies imposed by government, it shall be refunded on production of documentary evidence. All the offers shall be evaluated as per Tax regime as applicable on the date of tender opening.

Note: “For tender/contract exceeding ` 10 lakhs in value & having item/items of services covered under “Taxable Services” as per “Service Tax Registration”, tenderer(s) should possess a valid “Service Tax Registration number” failing which his/her/their offer shall not be considered. A copy of valid “Service Tax Registration” must be enclosed along with the tender.” (CPDE/WCR’s letter no W-HQ/WG/Service Tax/53 dtd. 15/09/2011). EARNEST MONEY 29. The tenderer shall be required to deposit earnest money Rs. 81,490/- with the tender for the due

performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be as specified in tender notice.

30. The Earnest money deposit in the form of Bank guarantee will not be acceptable. EMD as specified in tender notice should be submitted by the tenderer in favour of FA & CAO/W. C. Rly. in any of the form as under:

31. The Earnest money to be accepted only in “Cash or Banker’s Cheque/Demand Draft in favour of FA & CAO/W. C. Rly. Executed by SBI or any of the nationalized bank of India or by a scheduled bank” (As per Railway Board’s letter no. 2013/CE –I/CT/O/45/JV dtd. 22/09/14 forwarded by FA & CAO vide their office letter no. HQ/AC/FX/Earnest Money dtd. 22/06/2015). EMD should be prepared by the name of firm or by proprietor’s name in whose name tender form is issued.

32. The earnest money deposited by the successful tenderer/tenderers will be retained towards the Security deposit for the due and faithful fulfillment of the contract, but shall be forfeited if the Contractor fails/contractors fail to execute the agreement bond or start the work within a reasonable time (to be determined by the Engineer-in-charge) after notification of the acceptance of his/their tender.

Page 42 of 61

CONTRACTOR FOR DRM (S&T) BPL

SECURITY DEPOSIT: 33. Security Deposit/ rate of recovery/ mode of recovery shall be as under:- (a) Security Deposit for the work will be 5% of the contract value, (b) The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is

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

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

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

34. Security Deposit shall be returned to the contractor after the physical completion of the work and

the Guarantee/ warranty/ maintenance period is over and after passing the final bill based on no claim certificate as certified by the competent authority. The competent authority shall normally be the authority who is competent to sign the contract. If this competent authority is of the rank lower than JA grade, then a JA grade officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

35. No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to

the contractor under the contract. PERFORMANCE GUARANTEE (P.G.):

36. As per Revised Clause 16 (4) to Indian Railways General Conditions of Contract (Ref : Item-I to

Railway Board’s letter No. 2007/CE.I/CT/18 Pt. XII dated 31/12/2010) The procedure for obtaining Performance Guarantee is outlined below : (a). The successful bidder shall have to submit a Performance Guarantee (PG) within 30

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

(b). The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the Contract Value : (i). A deposit of Cash; (ii). Irrevocable Bank Guarantee;

Page 43 of 61

CONTRACTOR FOR DRM (S&T) BPL

(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 Schedules 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 Sr. DFM/W.C.Rly./Bhopal (free from any encumbrance) may be accepted. Note : The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.

(c). The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This PG shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of PG extended to cover such extended time for completion of work plus 60 days.

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

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

based on ‘Completion Certificate’ issued by the competent authority starting that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor

(f). Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/Partnership firm.

(g). The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and / or without prejudice to any other provisions in the contract agreement) in the event of : (i). Failure by the contractor to extend the validity of the Performance Guarantee as

described herein above, in which event in the Engineer may claim the full amount of the Performance Guarantee.

Page 44 of 61

CONTRACTOR FOR DRM (S&T) BPL

(ii). Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.

(iii). The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

Maintenance of Registers at work site:

37. At the work site, following registers should be maintained by Railway representative for better management.

i) Site Order Register : The instructions given to the contractor will be recorded in this register. Contractor should acknowledge the same and comply it promptly.

ii) Material Register : This register will be maintained to record daily receipt and cosumption of material.

iii) Labour Register : This register will be maintained to show daily strength of labour in different categories employed by contractor.

iv) Log book of events/Program Register: All events are required to be chronologically logged in this register date wise.

COMPLETION PERIOD.

38. The entire work as per the contract will have to be completed within 04 (Four ) months from the

date of issue of acceptance letter on a progressive basis. The tenderer will be responsible for progress of work on progressive basis from the date of issue of acceptance letter. Since the progress of the work is critically related to the supply of material by the contractor, he will have to supply materials on a progressive basis, so that the work can be completed within completion period specified. It would be clearly borne in mind that the works which are not dependent upon the receipt of material duly inspected by RDSO/RITES or on Railway’s own share of works, are to be progressed and completed by the contractor well before the final date of completion to avoid accumulation of works towards the fag end. If for any unforeseen reason, the work is delayed on railways account, then suitable extension to the completion period shall be granted without liquidated damages.

i. The Tenderer shall employ sufficient technical, non-technical manpower and labour to complete

the work within specified time to the entire satisfaction of engineer in-charge.

ii. Cable laying work will be generally done according to the details of Cable Plan and instructions issued by Engineer in charge of work. Whenever the dimensions of cable Trenches as mentioned in the Tender Schedule are not easily achievable due to terrain conditions, then payments will be made on a pro-rata basis, for the dimensions achieved. The specific approval of the Engineer in charge of work, will be required for such dispensation.

As per Director/Signal of Railway Board’s latest letter no. 2013/Sig/SEM Pt.-II/Misc. dtd. 12/06/2014 communicated by CSTE/WCR vide letter no. WCR/N-HQ/150/Wks/19 dtd. 30/07/2014

a) There shall be no proportionate payment for cable laying at depth lesser than that specified in the tender schedule. Clear quality stipulations should be laid down in tender documents., falling which no payment should be made to the contractor. The dispensation, if any, to the laid down schedule should be at least at JAG officer level.

Page 45 of 61

CONTRACTOR FOR DRM (S&T) BPL

b) Provision of cable route marker should be strictly ensured, which is essential for maintenance and safety of cable for entire life of cable. Proper drawing may also be adopted for cable route marker so that it cannot be removed by miscreant activities. Electronic Route markers may also be used as per extant guidelines on the subject. As per Hq’s letter communicated vide letter no. WCR/N-HQ/150/Wks/Policy/14/Pt IV dtd. 24/04/2014 competent authority’s following guidelines have been issued regarding cable laying.

1. Where the depth of 1.0m (Hard soil)/1.2m (normal soil) is achievable the practice of laying cable in RCC Trunkings has to be discontinued with immediate effect.

2. Provide “ Half round RCC pipe, class NP2 as per IS-458:2003 with latest amendments” of suitable diameter depending upon number of cables. Inspection of the item will be done by the consignee under direction of an officer, at the manufacturers premises.

PAYMENT :

Note: “All measurements for small or scattered works are to be neatly taken down in ink in measurement book and in no others. The description of the situation of the work must be lucid, so as to admit easy identification and check. The measurement should show the quantities of work done as per last measurement, and the total to date. A reference to the pages of the measurement book where the previous measurement are to be found should also be given”. It may also be noted that the printed instructions for recording measurements on the MB do indicate that, “ the description of the situation of the work, must be lucid so as to admit easy identification and check”. Hence it is advised to all concerned officials to necessarily indicate the complete details of the measurement checked by them (11 th issue of vigilant Bulletin circulated vide CSTE/Project’s letter no WCR/N-HQ/150/Wks/Policy-15 dtd. 02/11/2011).

39. Vide HQ’s letter no. WCR/N-HQ/150/Wks/SOR dtd. 19/03/2013, Payment condition of tenders

will be as under.

(i) For Schedule ‘A’ items which will be supply items, 90% payment to be done on receipt of material at the nominated stores duly inspected by the inspecting authority subject to furnishing of the inspection certificate.

(ii) Balance 10% payment of items of Schedule ‘A’ will be paid after successful commissioning of the work.

(iii) For the items other than supply i.e. designing/installation/execution/erection/commissioning which will be part of schedule ‘B’ items, 100% on account payment will be made on the basis of measurement recorded.

(iv) Schedule ‘C’ items should mainly consist of supply of items for which LAR may not be established and spare items, tool kit, etc. or the items of Schedule ‘C’ like spare items and tool kit etc for which installation is not required 100% payment to be done on receipt of material at the nominated stores duly inspected by the inspecting authority subject to furnishing of the inspection certificate. However for items of schedule ‘C’ which is also to be installed, 90% payment to be done on receipt of material at the nominated stores duly inspected by the inspecting authority subject to furnishing of the inspection certificate and balance 10% payment will be paid after successful commissioning of the work.

(v) However balance 10% payment of schedule ‘A’ items and schedule ‘C’ items which are also to be installed can be released against Bank Guarantee of equal amount on the discretion of the competent authority, if commissioning is held up on railway’s account for a period of more than

Page 46 of 61

CONTRACTOR FOR DRM (S&T) BPL

three months after the installation is tested and kept ready for commissioning by the contractor to the full satisfaction of railway.

40. Wherever the Central/State makes it obligatory for the Railway to deduct any amount towards sales tax, works contract tax, the same will be deducted in addition to the income tax and remitted to the concerned authority. D forms shall not be given by the Railways. 41. Variation in contract quantities The procedure as detailed below shall be adopted for dealing with variation in quantities during

execution of works contracts (Rly. Board’s Ltr. No.2007/CE.1/CT/18 dtd.28/09/07):

1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required.

2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered as unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions (Para 9(ii) of Rly. Board’s Ltr. No.2007/CE.1/CT/18 dtd.28/09/07 modified as under vide Rly Bd.’s letter no 2007/CE.I/CT/18 Pt XII dtd. 31/12/2010).

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S. A. grade.

(i). Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.

(ii). Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item, shall be paid at 96% of the rate awarded for that item in that particular tender.

(iii). Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

(b). The variation in quantities as per the above formula will apply only to the Individual items of the

contract and not on the overall contract value. (c). Execution of quantities beyond 150% of the overall agreemental value should not be permitted

and, if found necessary should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO/ FA&CAO (C) and approval of General Manager.

3. In cases where decrease is involved during execution of contract : (a). The contract signing authority can decrease the items up to 25% of individual item without

finance concurrence. (b). For decrease beyond 25% for individual items or 25% of contract agreement value, the approval

of an officer not less than rank of SA grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

(c). It should be certified that the work proposed to be reduced will not be required in the same work. 4. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed

for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

5. No such quantity variation limit shall apply for foundation items.

Page 47 of 61

CONTRACTOR FOR DRM (S&T) BPL

6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

7. For the tenders accepted at the Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

8. For tenders accepted by General Manager, variations up to 125% of the original agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value may be accepted by General Manager.

10. The aspect of vitiation of tender with respect to variation quantities should be checked and avoided. In case of vitiation of the tender (both for increase as will as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained”.

42. The Railway reserves the right to split / delete certain items of the tender without assigning

any reason. 43. If there is change in interse position due to any variation, vitiated amount will be deducted

from the dues payable. 44. No price variation clause shall be applicable to this tender. GENERAL: - 45. Indemnity Bond/Bank Guarantee against security of the Railway material will be released after

commissioning of work and when all balance material is returned by contractor. 46. Standard RDSO Drawings referred in this schedule may be collected on payment from RDSO

Lucknow by the contractor if required. 47. All the Consumables and sundry installation materials required for execution of this work like Nut

& Bolts, Welding Rods, Sleeves, Lugs etc., and not listed as per the detailed schedule will have to be brought by the Tenderer at his own cost. The tenderer shall include in his offer anything and everything required for with all accessories as required for commissioning of the work including minor items like Bolts, Nuts, Solder, Washers, Threads, Cotton waste, Emery paper etc. Notwithstanding what has been offered in the quotation, Tenderer is bound to arrange for additional items of stores required at his own cost. If it is found that the offered materials are inadequate due to erroneous estimates made and for this purpose the tenderer is deemed to have studies the tender schedule, Railways requirement and the offer made only thereafter.

48. Cement & Steel for use in the works should be procured by the Tenderer at their own cost from the main producers /their authorized dealers /authorized stock-yards which should confirm to IS specification. Individual rates quoted by the Tenderer should be inclusive of cost of Cement / Steel wherever applicable.

49. The tenderer shall make his own arrangement for accommodation, for his staff during testing and commissioning period. Water for drinking purpose if available at the station location will be given. Railways take no guarantee for this facility. Free power will be given for installation, soldering and testing work including battery charging, wherever available. Non-availability of power will not be a reason for the slow progress of work. If power is not available, the contractor shall make his own arrangement for portable Genset/electrical power for installation, testing and commissioning of the system at different location and station.

50. The tenderer shall do no work that may interfere with train traffic until adequate protection has been arranged as per the instruction of the Site in charge. 51. All the tools & Measuring Instruments, required for installation & Testing will have to be brought by the tenderer at his own cost.

Page 48 of 61

CONTRACTOR FOR DRM (S&T) BPL

52. The Railway Officers / staff will be associated with the Testing & commissioning of the work. 53. Installation practices of all signaling gears should be as per the signal Engineering manual (new)

and to suit the latest correction slips and W. C. Rly. Practices in vogue. 54. The Tenderers having more than 20 labour, is required to obtain the labour license from the

licensing Officer under Provision of Contract Labour (Regulation and abolition) Act 1970 read with Contract Labour (Regulation and abolition) Central Rules 1970. They should obtain a proper and valid labour license for the concerned work from the concerned Asst. labour Commissioner or licensing officer of the area and the photo copy of the labour license must be submitted to Railway for records. Failure to do so, will attract legal action against the tenderer.

55. The schedule of rates, design and requirement of various quantities is based on metal to metal relays of requisite configuration and design as per standard of Siemen’s. Any variation to quantities on number of relay racks and its associated wiring material including tag block etc. on account of supply and installation of equivalent materials will have to be borne by the tenderer. In such cases the requirement of various items will be worked out on the basis of make specified in the schedule and the cost of additional quantity required due to supply of equivalent make will be on contractor’s account. Railway Engineer’s decision in this regard shall be final.

56. If at any time any discrepancy in schedule, drawing or any dispute in inspection clause shall arise, the Railways decision will be final and binding on the contractor.

57. All documentary evidence should be produced along with the offer. In case of vitiation of tenders, the amount by which the tender is getting vitiated shall be recovered from the contractor.

58. The site in exceptional case may vary within the Bhopal Division. The firm is liable to work at the altered site.

Maintenance Period: 59. The maintenance period will be 01 year after installation and commissioning of the complete

system and completion of work their taking over by the Railways. The contractor shall be responsible for supervising the maintenance of the same by Railways during the period of maintenance. Any lacuna noticed in the functioning of the System/Equipments as a result of any faulty execution, the faults of the work shall be rectified by the Contractor at his own cost. For this purpose, the Contractor will take prompt action on receipt of instructions from Engineer-in-charge.

60. MATERIAL AND WORKMANSHIP (vide HQ’s letter no WCR/S&T/N.HQ/150/Wks-18 dtd. 04/01/2010) 1. All the materials and workmanship used in this work shall be extremely good quality and high class in every respect and is expected to give trouble free service. 2. The equipments/materials as per RDSO specifications are to be procured from the RDSO approved sources and they should be taken from RDSO approved Part-I sources only. The equipments/materials as per RDSO specifications from RDSO Part-II approved sources should be taken only if there are no Part-I RDSO sources approved for the same. 3. Equipment/material in the schedule as per IS specification shall be procured from BIS licensed firms only. In case there are no BIS licensed firms for the scheduled item, the equipment/material are to be procured from manufactures of repute/their authorized dealers after approval of Engineer-in-Charge before supply. (New Clause). 4. Equipment/material in the schedule where RDSO/IS specification has not been stipulated, shall be procured from manufacturers of repute/their authorized dealers after approval of Engineer-in-Charge before supply. (New Clause).

Page 49 of 61

CONTRACTOR FOR DRM (S&T) BPL

5. Mechanical Signalling items are to be procured from valid recommended list of firms for manufacturer and supply of mechanical signalling items, issued by RDSO Lucknow. (New Clause). 6. All the materials should be strictly as per the Specifications indicated. All the materials to be supplied by the Tenderer are to be supplied at the nominated Sr. Sec. Er. (Sig.) Depot. The loading, unloading and transportation of these materials from the Depot to the site of work at a later stage will have to be done by the Tenderer at his own cost. Alternatively, if the site of work is ready and work is in progress, physically, the materials can be brought to the site directly and supplied. The security of the material brought to the site of work will remain with the Tenderer. The Tenderer will have to furnish a Bank Guarantee from a Nationalized/Scheduled Bank for an equivalent amount before the payment is claimed for such materials. (Modified clause). 7. Materials required to carry out this work, if supplied by the Railways, will be issued form the nominated Depots. The contractor will have to load, transport these materials to the site of work and unload the material at his own cost. Empty cable drums and balance materials after completion of work, if any should be returned back at the nominated Depot of the nominated Senior Section Engineer (Signal). 8., The tenderer will have to furnish a /Bank Guarantee issued from Nationalized/Scheduled Bank for the security of the Railway Material issued to him, the beneficiary of the Bank guarantee will be the Sr. Divisional/Divisional Signal and Telecom Engineer i.e. the Engineer-in-Charge of the work. The value of such BG will be Rs. ---------lakh, (value to be mentioned in the Tender / CA) which will be increased at the direction of Engineer-in-Charge of the work depending upon the quantity of material issued at a time. However, at any stage the value of the material issued to the tenderer and no utilized/installed/ fixed should not exceed the value of the Bank Guarnatee. (New Clause). Note: Vide HQ’s letter no. WCR/N-HQ/150/Works/1,2 & 3 dated 03/07/2014 following policy has been adopted against submission of Bank Guaranty towards issue of materials. FA & CAO concurred the policy and conveyed vide their office letter no. HQ/AC/FX/S&T/Misc/ dtd. 09/04/2015 and GM sanctioned communicated by HQ vide their office letter no. WCR/N-HQ/150/Works/1,2 & 3 dated 01/06/2015.

a) For works contract of value exceeding 50 lakhs, (in which MEC is applicable) Indemnity bond of contract value should be taken for issue of material to contractor and thus no requirement of Bank Guarantee for this purpose.

b) For works contract of value less than 50 lakhs B. G of value of 15% of CA value, should be taken as material bank guarantee.

9. The cost of transit insurance required as per rules will be borne by the tenderer. 10. Cable laying work will be generally done according to the details of Cable Plan and instructions issued by Sr. Division / Division Signal & Telecom Engineer (M/Wks), in charge of work. Before cable laying is permitted, joint inspection of trench and protection works has to be carried out jointly by Railway representative and contractors representative. A certificate in the format given in Annexure-D has to be jointly signed and kept in record. Whenever the dimensions of cable Trenches as mentioned in the Tender Schedule are not easily achievable due to terrain conditions or increased due to site condition, then payments will be made on a pro-rata basis, for the dimensions achieved. The specific approval of the Engineer in charge of the work

Page 50 of 61

CONTRACTOR FOR DRM (S&T) BPL

(not below the rank of Sr. Scale Officer) will be required for such dispensation. A certificate in the format given in Annex.-C has to be jointly signed and kept in record. Similarly a certificate has to be jointly signed for hard soil/murram and making of cable way in rocky area, as per Annexure-E and F and to be kept in record. (New Clause).

As per GM(S&T)/JBP’s office Lr. No. WCR/N-HQ/150/Wks/1,2,3 dated 23/02/15 Only for stations with work of EI/SSI and having more than 50 routes. “The tenderer shall either be RDSO approved OEM of EI/SSI or should submit MOU with any of the RDSO approved OEMs for supply as well as Technical support during installation, testing and commissioning of EI/SSI system and after sales support of same during the warrantee period”. For EI/SSI systems with less than 50 routes and other PI/RRI works, there is no need for having any such MOU. As per GM(S&T)/JBP’s office Lr. No. WCR/N-HQ/110/SSI/EI-Corres/Sig-70 Pt-II dated 30/04/2015 and Rly. Bd’s letter no. 2011/Sig/EI/Policy dated 15/04/2015 regarding conditions or MoU with OEMs (RDSO approved sources) in technical eligibility criteria in tenders for award of works contract for Electronic Interlocking (EI).

(i) Submission of ‘Úndertaking by the tenderer’ that the equipment for EI shall be procured from RDSO approved sources and installation, testing and commissioning of EI shall also be got done from the same source including after sales support required during the warranty period AND (ii) After the award of the contract, MoU with RDSO approved source covering supply of equipment for EI, installation, testing & commissioning of EI by the same RDSO approved source including after sales support required during the warranty period, before supply of equipments is undertaken.

Page 51 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure – C CERTIFICATE

Inspection of Cable Trench, for proportionate payment Contract Agreement No. ________________________________________ The cable trench has been inspected by us on the following sections and found that the proportionate payment at stretches detailed below are required to be made. The laying of cable can be taken on these sections. Sr. No.

Tender Schedule item No.

From (Km.) To (Km.) Extant of proportionate payment to be made

Signature of Contractor’s Signature of Engineer’s-in-Charge (Not below the rank of Sr. Scale officer) Representative with (Name & Designation) Designation

Page 52 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure – D CERTIFICATE

Joint Inspection of Cable Trench, Protective works & jointing / splicing Contract Agreement No. ________________________________________ The cable trench/chase including ducts, DWC pipes, GI pipe, MS trough, RCC pipe etc. arrangements enroute has been jointly inspected by us on the following sections and found that the work has been done according to the specifications. The laying of cable can be taken on these sections.\ Sr. No. From (Km.) To (Km.) Remarks

The following joints have been jointly supervised and found provided as per manufacturer’s instructions and it is confirmed that all the materials of kit have been used up. Sr. No. Type of Joint Location (Km No) Remarks

Note : 1). Sr. No. 2 to be filled up if applicable in the section. 2). Remarks column to indicate type of protection with quantity provided in the section. Signature of Contractor’s Signature of Engineer’s representative Representative with (Name & Designation) Designation Date : Test Checked from _________ Km. to _________ Km. by undersigned. (Signature of Officer) (Name & Designation)

Page 53 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure – E

CERTIFICATE

Inspection of Cable Trench, for hard soil / murram Contract Agreement No. ________________________________________ The cable trench has been inspected by us on the following sections and found that the trenches at following stretches are of hard soil / murram and the work has been done according to the specifications. The laying of cable can be taken on these sections. Sr. No.

Tender Schedule item No.

From (Km.) To (Km.) Extant of proportionate payment to be made

Signature of Contractor’s Signature of Engineer’s representative Representative with (Name & Designation) Designation Date : Test Checked from _________ Km. to _________ Km. by undersigned. (Signature of Officer) (Name & Designation)

Page 54 of 61

CONTRACTOR FOR DRM (S&T) BPL

Annexure – F CERTIFICATE

Inspection of Cable Trench, for making of cable way in rocky area Contract Agreement No. ________________________________________ The cable trench has been inspected by us on the following sections and found that in following stretches of trench making of cable way is required. The laying of cable can be taken on these sections. Sr. No.

Tender Schedule item No.

From (Km.) To (Km.) Extant of proportionate payment to be made

Signature of Contractor’s Signature of Engineer’s representative Representative with (Name & Designation) Designation Date : Test Checked from _________ Km. to _________ Km. by undersigned. (Signature of Officer) (Name & Designation)

Page 55 of 61

CONTRACTOR FOR DRM (S&T) BPL

63. INSPECTION (Vide HQ’s lt. no WCR/S&T/N.HQ/150/Wks-18 dtd. 04/01/2010) 1 (a). The Electrical Signalling materials, to be supplied by the Tenderer as per RDSO’s Specification/Drawing appearing in the critical list contained in Railway Board’s Lr. No. 74/RS (G)/379/2-pt. dt. 04.03.1991 & 18.06.1991 will have to be procured from RDSO approved firms only and will be supplied duly inspected by RDSO irrespective of value. This list of critical signalling items is given below : (Modified clause). i). All types of signalling relays. ii). Block instruments. iii). Axle Counter equipments. iv). Signal machine. v). Point machines. vi). Colour light signal transformers. vii). Electrical signal lamps. viii). Voltage stabilizers and other power supply equipment. ix). Electric signal reversers. x). Signal roundels and lenses. xi). Electric lever lock and circuit controller. xii). Circuit controller. xiii). Electric key transmitter. xiv). Fuses, Fuse block & Terminal blocks (PBT type). xv). Electric Point and lock detector. (b). The Electrical Signalling materials, other than those included in the critical list mentioned above, to be supplied by tenderer and are as per RDSO’s specifications/drawings will have to be procured from RDSO approved firms only and will be supplied duly inspected by (a) RDSO if the value of the item is more than Rs. 1 lakh and by (b) RITES if the value of the item is less than Rs. 1 lakh. (New Clause). (c). All mechanical signalling items are to be procured from valid recommended list of firms for manufacturer and supply of mechanical signalling items issued by RDSO. Inspection of such Mechanical Signalling items to be carried out by RITES. (New Clause). (d). For signalling items, where IS specifications are stipulated, the inspection shall be carried out by RITES, when value of the item as per schedule is more than 1 lakh and by consignee when value of the items as per schedule is less than 1 lakh. (New Clause). (e). All other signalling items and items of general nature for which RDSO/IS specification is not stipulated shall be inspected by RITES if value is more than Rs. 1 lakh, except those items covered under para (f) below and shall be inspected by consignee if value is less than Rs. 1 lakh. (New Clause). (f). Signalling items, like indication-cum-operating panels, which are layout and station-specific and which are manufactured and supplied only after the schematic Panel Diagram is approved by Headquarter Design Office and where functionality, specific to the yard layout, are to be checked by consignee and shall be inspected by consignee irrespective of value (New Clause). (g). In case of deviation from the above, in inspection clause for scheduled signalling items is considered necessary, approval of Head Quarters (Open line/Construction), shall be obtained, giving full justification by the field unit. (New Clause).

Page 56 of 61

CONTRACTOR FOR DRM (S&T) BPL

2. Inspecting agency RDSO/RITES/CONSIGEE for items to be supplied is given in schedule against each items. 3. (a). Whenever equipment/material as per IS specification in schedule are inspected by Authorized Representative of the Railways/Consignee, the Tenderer will be required to furnish manufacturer’s Guarantee Certificate along with test certificate along with test certificates in addition to his own warranty certificate. (Modified Clause). (b). For equipment/material as per IS specification, if the consignee, after verifying all the documentary evidence, visual inspection, measurement of dimensions/key electrical parameters as applicable and any other checks as per facility available with him, is not fully satisfied and if he considers necessary, he can direct the samples to be tested with approval of Engineer-in-Charge as per the specifications given in the schedule in a laboratory. The laboratory will be approved by Engineer-in-Charge and shall be a BIS approved laboratory. (New Clause). (c). All expenses towards test charges shall normally be borne by Railways. However, if the samples are found inferior when compared to stipulated specification/drawing, the test charges shall be borne by the Contractor. (New Clause). 4. All other equipment/material, where neither RDSO/IS specifications are stipulated, and which are to be supplied with consignee inspection shall be procured from manufacturers of repute/their authorized dealers approved by the Engineer-in-Charge before supply. In such cases, if the tenderer is not able to furnish manufacturer guarantee certificate and test certificate for e.g. for items being procured through open market, the tenderer shall furnish his guarantee & warranty for these items. (New Clause). 5. The Railway shall have full power to reject any material that it may consider to be defective or inferior in quality, workmanship or otherwise not in accordance with the Specification and the Railway’s decision shall be final, even though they might have been inspected by RDSO/RITES. The tenderer shall remove forthwith any such material rejected and replace them promptly at his own cost. 6. Inspection Charges of RDSO and RITES will be borne by the Railways. 7. The tenderer shall furnish guarantee of materials / equipments supplied by him for a period of minimum one year after commissioning or as prescribed else where in the tender for trouble-free performance. Any defects noted during this period will have to be rectified by him promptly at his own cost. (Modified Clause). 8. For telecom items, the following guidelines issued by Board vide their Lr. No. 2006/Tele/TC/1 dated 17/04/2006 shall be adhered to: (New Clause). a). All the materials with TEC/BSNL specification and procured from TEC/BSNL approved firms (approved for bulk supply and not as interface approval) shall also be inspected by RDSO provided the cost of the material is more than Rs. 1 lakh. b). All the materials with TEC/BSNL specification and procured from sources not approved TEC/BSNL (including firms having only interface approval) shall also be inspected by RDSO provided the cost of the material is over Rs. 5 lakhs. However, in such cases RDSO shall carry out prototype approval before taking up regular inspection.

Page 57 of 61

CONTRACTOR FOR DRM (S&T) BPL

c). Sophisticated telecom items as an exception can also be taken up for inspection by RDSO as per Railway’s specification. The approval acceptance test format shall have to be supplied by Railways duly approved by the concerned CSTE. d). RDSO shall not inspect “Test Measuring” equipments, Electronic exchanges/intercom auto telephones and spare parts of all telecom equipments. The same may inspect by Railway’s representative as nominated by Zonal Railways. 9) A separate contract wise register must be maintained, where record of consignee inspection carried out like visual check, measurement of dimensions / key electrical parameters wherever applicable and any other checks as per facilities available, should be entered by the consignee, for consignee inspected items. (New Clause). Note 1 (vide HQ’s policy letter no WCR/N-HQ/150/Wks/Policy-15 dtd. 01/11/2011, Sub: Inspection of

the supply items related to works contracts.): “In regard to items to be inspected by consignee being supplied through works contract in line with

policy circular given in para-I) above, consignee inspection of schedule item covering supply having schedule item value upto ` 1 lakh shall be carried out by S&T supervisors (JE/SE/SSE) and having schedule item value above ` 1 lakh shall be carried out at officers level (Junior scale/Senior scale). However the electrical signalling materials as per RDSO specification/drawing contained in Railway Board letter no L. No. 74/RS(G)/379/2-Pt. Dated 04.03.1991 & 18.06.1991, shall have to be inspected at officers level only irrespective of value of item, in case of consignee inspection, if inspection of such item is not undertaken by RDSO & RITES. The monetary limit for consignee inspection to be carried out at supervisors and officers level as mentioned above has been fixed with approval of CSTE”

Note 2 (vide HQ’s policy letter no WCR/N-HQ/150/Wks/Policy-15 dtd. 25/10/2011):

In connection with this office earlier policy circulars related to inspection of S&T items pertaining to works contracts, further following system improvement regarding inspection of the supply items related to works contracts are being reiterated/issued.

. i) Detailed procedures to be followed for inspection of S&T items have already been issued to

divisions and construction units of this railway vide Lr. No. WCR/S&T/N-HQ/150/Wks-18 dated 06/01/2010 as Annexure-B (copy enclosed). It has been clearly defined in Annexure-B for “Inspection” about the items to be inspected by RDSO, RITES, and Consignee.

ii) Inspection clause to be mentioned in tender schedule should be unambiguous and as per policy

circular mentioned in Para i) above. Only one inspection agency should be mentioned against respective schedule item i.e. either RDSO or RITES or Consignee. Inspection agency more than one like RDSO/RITES/Consignee shall not be mentioned anywhere.

iii) In regard to items to be inspected by consignee being supplied through works contract in line

with policy circular given in Para (i) above, consignee inspection of supply item costing up to `1 lakh shall be carried out by S&T Supervisors (JE/SE/SSE) and costing above `1 lakh shall be carried out at Officers level (Jr. Scale / Sr. Scale). However, the electrical signaling materials as per RDSO specification/drawing contained in Railway Board Letter No. 74/RS(G)/379/2-Pt. Dated 04/03/1991 & 18/06/1991, shall have to be inspected at officers level only irrespective of

Page 58 of 61

CONTRACTOR FOR DRM (S&T) BPL

value of item, in case of consignee inspection, if inspection of such item is not undertaken by RDSO & RITES. The monetary limit for consignee inspection to be carried out at supervisors and officers level as mentioned above has been fixed with approval of CSTE.

iv). Proper procedures are to be followed for rejection of materials related to works contracts by

consignee as per Railway Lr. No. 2000/RS/G/379/2 dated 13/03/2009 and Store code Para 762 on “Rejected Stores” as circulated vide this office letter No. WCR/N-HQ/150/Wks/1,2,3 dated 14/09/2011 (copy enclosed).

Note 3 (Railway Board’s letter no. 2000/RS(G)/379/2 dtd. 10/09/2013 and HQ’s letter no WCR/N-

HQ/150/Wks/1,2,3 dtd. 06/03/2014 regarding pre-inspection of material by RITES/RDSO – minimum value of stores):

Board has decided to enhance the minimum value limit of the purchase order to be pre-inspected by third party i.e. M/s RITES/RDSO from Rs. 1 lakh to Rs. 1.5 Lakhs. All other aspects of inspection will remain unchanged. This issues with the concurrence of Finance Directorate of Ministry of Railways.

Supply of manuals & documents (if any) 61. All the requisite drawings and manuals etc. shall be supplied to the railways such as follows:

(i). Cable route plan duly indicating the protective measures taken along with their locations.

(ii). Line diagram indicating cable Kms. vis a vis Engg. Kms. milestones number for all cables for identification of cable faults.

(iii). Jointing locations indicating Km. and type of joint with distances from track and offset.

(iv). Cable termination particular of each location. (v). Reports of testing and measurements of various parameters for cables and joints &

earthing arrangements etc. (vi). Wiring diagrams. (vii). Any other details which Railway thinks necessary during/after completion of work. (viii). Supply of instruments, material etc. should include printed documents from original

manufacturer. 62. Security and Safety of Materials:- (i). The contractor shall be responsible for security and safety of the materials supplied and utilized

by his against this tender till such time the acceptance tests are carried out and the complete system along with accessories is accepted and taken over by the Railways.

(ii). The material to be supplied by Railways, will be issued to the contractor against Indemnity Bond (of contract value for works contract of value exceeding 50 lakhs)/Bank Guarantee (of value of 15% of CA value for works contract of value less that 50 lakhs) issued from Nationalized/Scheduled Bank for the security of the Railway Material issued to him, the beneficiary of the Bank guarantee will be the Sr. Divisional/Divisional Signal and Telecom Engineer i.e. the Engineer-in-Charge of the work. Once the Railways material is taken over by the Contractor, he shall be responsible for its safe custody, and legitimate use till such time the installed system is tested, accepted and taken over by Railways.

(iii). Issue of Railway materials to the contractor will be restricted to such amount which are required for execution of work at site for which necessary arrangements have already been made in advance

Page 59 of 61

CONTRACTOR FOR DRM (S&T) BPL

by the Contractor to use the material at site and after having satisfied the factual position by Engineer-in-charge, necessary quantity of Railway materials will be issued to the contractor.

(iv). Any loss of the materials supplied by contractor or materials supplied by the Railways to the contractor against this contract, till the completed work is taken over by Railways, will be made good by the contractor at his own cost.

FORCE MAJURE CLAUSE: 63. If at any time, during the continuance of the Contract, the performance in whole or in part by either

party of its obligation under the Contract is prevented or delayed by reason of any war, or hostility, acts of the public enemy, civil commotion, sabotage, accidents, fires, floods, explosions, epidemic quarantines restrictions, strikes, lock - outs, act of Govt. or acts of God or such eventualities which are beyond the control of the party hereinafter referred as events and provided notice of happening of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event, be entitled to terminate this Contract, nor shall either party have any claim for damages against the other in respect of such performance or delay in performance and deliveries under the Contract shall be resumed as soon as practicable after such events as they come to an end or ceased to exist. The delivery period shall be extended by the Purchaser for this period without any penalty.

64. SUPPLY OF MATERIALS BY RAILWAYS

a. Railway’s materials, or any other items as are stipulated in the agreement to be issued to the contractor for the work either free of charge or on payment as the case may be, will be issued to him at the Railway depot/goods shed at concerned depot and will have to be transported by the contractor to the site of work at his cost. All such materials will be used by the contractor for the work in such quantities as are indicated in the schedule or in relevant specifications or drawing or as approved by the Engineers whose, decision thereon shall be final. Wastage of or damage to such materials in any manner shall be totally avoided. If surplus material issued, if any, is not returned in good conditions immediately after completion of the work or damaged or if any quantity of material supplied by the Railway is consumed in excess or wasted or damaged or lost or not satisfactorily accounted for in that case recovery will be made from the contractor at twice the market rate or twice book rate at the time of last issue, whichever is higher plus 5% freight and 2% incidental charges plus 12.5% supervision charges on the above cost arrived at for the quantity of material consumed in excess or wasted or damaged, lost or not satisfactorily accounted for. In case it is discovered that the quantity of steel or any other items issued by the Railway as actually used in the work is less than the quantity/quantities specified to be used, the cost of steel and for other such items not so used shall also be recovered from the Contractors on the basis stipulated in sub-para above. Action under this clause will be without prejudice to the right of the Railway to take action against the Contractors/under the conditions of the contract for not doing/completing the work according to the prescribed specifications and approved drawings. Railway’s materials will be issued on specific requisitions by the contractor and as per requirement consistent with the progress of works and or progress of supply of fabricated materials to the Railway. If the Railway materials required to be issued to the contractor for the works, are to be taken to the contractors workshop outside Railway premises a guarantee bond for the amount to cover cost of Railway material should be furnished by the Contractor before such materials are issued to him.

Page 60 of 61

CONTRACTOR FOR DRM (S&T) BPL

b. All material left over as ‘surplus’ or as ‘scraps’ out of materials supplied by the Railway should be returned to the Railway’s stores at concerned depot failing which the cost will be recovered, as per the provision of clause 76a of the special condition of contract.

65. Rate of recovery of Conservancy Cess Charges with effect from 01.07.2012 to be recovered from contractors as per Annexure to Board’s letter no. F(X)I-95/1/1 dated 16/07/2012.

Description of Category Average no. of Labours or workman employed per day.

Conservancy Cess Charges to be recovered – PER MONTH

1. Railway Contractors a. Engg. Works

Contractors (Engg., Elect., Mech., Signal etc)

1 to 5 Rs 106/- 5 to 10 Rs. 208/- 11 to 25 Rs. 523/-

66. As per Railway Board letter no. 2012/CE-I/CT/0/20 dtd. 10/05/2013 and HQ’s office letter no. WCR/N-HQ/150/Wks/Policy/14 Pt-IV dtd. 28/02/2014, incorporation of GCC clause 26 and 26 A as special condition of contract in tender documents:

Qualified engineer required to be deployed by the contractor for various activity in the works contract approved by the competent authority are as below Sr. No. Cost of Contract Deployment of qualified

diploma holder (Nos) Deployment of qualified Graduate Engineer (Nos)

1 Less than 25 lakhs NIL NIL 2 From 25 lakhs to 2 Crores 1 NIL 3 From 2 Crores to 4 Crores NIL 1 4 From 4 Crores to 6 Crores 1 1 5 From 6 Crore to 8 Crores 2 1 6 From 8 Crore to 10 Crores 2 2 7 For more than 10 Crores One additional diploma holder for every 2 Crores or

Part of it. Further, it is also to be noted that in case the contractor fail to employ the Qualified Engineer as per requirement of the work, he shall be liable to pay an amount of Rs. 40,000/- per engineer and Rs. 25,000/- per diploma holder for each month or part thereof for the default period as per para 4 of Railway Board letter as mentioned above, which is in terms of provisions of clause 26 A.2 of the GCC. 67. Provision of Electric & Water supply: Contractor will make his own arrangement for power supply /water supply required for work at his own cost for the work Replacement of old Datacom equipment & Reliability Improvement of UTS Cum PRS network on Bhopal Division. . 68. All items required to complete the job in totality which includes the testing of the system

supplied by the contractor & after installation will be done by the contractor , even if not specified in the schedule of work. The contractor will be responsible for the safety of the material at site from the date of issue to the date of commissioning of the system.

Page 61 of 61

CONTRACTOR FOR DRM (S&T) BPL

TENDER NOTICE NO. BPL/N/WKS 2015-16/Tele/14 Name of Work:- Replacement of old Datacom equipment & Reliability Improvement of UTS Cum PRS network on Bhopal Division. APPENDIX TO SPECIAL CONDITIONS OF TENDER.

1. Sr. DFM/ WCR/Bhopal will be the Associate Finance Officer. 2. DSTE/Tele/Bhopal shall be officer in charge for the work. 3. ADSTE/WKS-II/Bhopal shall be field officer for the work.

4. SSE/Tele/M/HBJ, BPL& GUN, will be the consignee for all the material of this contract and shall be the in charge for execution of the work for their respective section.

“End of Tender Document”