24.11.2014 Views

GOVT.OF INDIA {BHARAT SARKAR} - Northern Railway - Indian ...

GOVT.OF INDIA {BHARAT SARKAR} - Northern Railway - Indian ...

GOVT.OF INDIA {BHARAT SARKAR} - Northern Railway - Indian ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

570-Sig/PS/Tender/36<br />

<strong>GOVT</strong>.<strong>OF</strong> <strong>INDIA</strong><br />

{<strong>BHARAT</strong> <strong>SARKAR</strong>}<br />

NORTHERN RAILWAY<br />

SIGNAL & TELECOMMUNICATION<br />

(CONSTRUCTION)<br />

UVOLUME-I, II & III<br />

TENDER DOCUMENT<br />

FOR<br />

The work of<br />

“Provision of block proving with digital axle counter (using UFSBI) and universal axle counter<br />

for single line and fuses alarm system for relay room fuses in connection with provision of 4 th<br />

line between Jn.cabin TKD to PWL section and DLI area of Delhi division in <strong>Northern</strong><br />

<strong>Railway</strong>.”.<br />

No.570-Sig/PS/Tender/ -36 Dated 24.04.12<br />

Dy. CHIEF SIGNAL & TELECOMM. ENGINEER (CONST.)<br />

NORTHERN RAILWAY, DRM, s <strong>OF</strong>FICE,<br />

NEW DELHI.<br />

COPY NO._________ PRICE: Rs. 10000/-<br />

By post: Rs. 10500/-<br />

Signature of contractor 1 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

TENDER DOCUMENTS<br />

INDEX<br />

TUTENDER NOTICEUT 3-5<br />

TUTOP SHEETUT 7<br />

Check List 9<br />

TU<strong>OF</strong>FER LETTERUT 10-11<br />

TUSPECIAL CONDITIONS <strong>OF</strong> CONTRACTUT 13-17<br />

TUINFORMATION REGARDING PARAS <strong>OF</strong><br />

INSTRUCTIONS TO TENDERERS CHAPTER-I<br />

VOLUME-IIUT<br />

18<br />

TUMEANING <strong>OF</strong> SIMILAR WORKSUT 19<br />

TUINFORMATION REGARDING VARIOUS PARAS <strong>OF</strong><br />

CONDITONS <strong>OF</strong> CONTRACT CHAPTER-2 VOLUME-IIUT<br />

19<br />

TUVOL-I, Tender ScheduleUT& Annexure-1A 22-26<br />

TUVOL-I ANNEXURE –I- List of Materials to be supplied<br />

by the ContractorUT<br />

TUVOL-I / ANNEXURE - II- List of Materials to be<br />

supplied by the <strong>Railway</strong>sUT& List of Drawings.<br />

28<br />

29-30<br />

TUVOL-II INSTRUCTIONS TO TENDERER CHAPTER-IUT 32-59<br />

TUQUALIFICATION CRITERIA AND CREDENTIALS FOR<br />

SIGNALLING WORKSUT& other information.<br />

52-59<br />

TUVOL-II CHAPTER - II CONDITIONS <strong>OF</strong> CONTRACTUT 60-87<br />

TUVARIOUS R<strong>OF</strong>ORMA UT 88-105<br />

TUVOL-III TECHNICAL SPECIFICATIONS &<br />

INSTALLATION PRACTICESUT<br />

108-153<br />

TUDRAWINGS APPLICABLE IN THIS TENDERUT 154-173<br />

Signature of contractor 2 of pages173 SSTE/C/PS/NDLS


4P<br />

P<br />

floor,<br />

570-Sig/PS/Tender/36<br />

U<strong>Northern</strong> <strong>Railway</strong><br />

Office of DY.CSTE/C/PS/NDLS,<br />

DRM’s Office Exch.Building,<br />

4 th Floor, New Delhi.<br />

TENDER NOTICE<br />

Dy.C.S.T.E. /Const./PS N.Rly., DRM’ office, New Delhi invites sealed “OPEN TENDERS” for the<br />

under noted work.<br />

1 Name of work and location. Provision of block proving with digital axle<br />

counter (using UFSBI) and universal axle<br />

counter for single line and fuses alarm system<br />

for relay room fuses in connection with<br />

provision of 4 th line between Jn.cabin TKD to<br />

PWL section and DLI area of Delhi division<br />

in <strong>Northern</strong> <strong>Railway</strong>.<br />

2 Approximate cost of the work Rs.3.31 Crore<br />

3 Cost of tender form. Rs.10000/- per set by hand and Rs.10500/- per set by<br />

post.<br />

4 Address of the office from where the tender<br />

form can be purchased.<br />

The office of CSTE/Const, N.Rly., Baroda House,<br />

New Delhi or Dy.CSTE/C/PS/NDLS, DRM’s office,<br />

th<br />

New Delhi.<br />

5 Earnest money.<br />

Rs.315500/-<br />

6 Completion period of the work. 4 months.<br />

7 Date, time & place for submission and<br />

opening of tender.<br />

8 Detailed Tender Notice & Tender<br />

document.<br />

Tenders will be received in the office of<br />

CSTE/Const, N.Rly., Baroda House, New Delhi as<br />

well as in the of Dy. CSTE/C/PS, 4 th floor, DRM’s<br />

office, New Delhi upto 14.30 hrs.on 05.06.2012 and<br />

will be opened soon there-after simultaneously.<br />

Can be purchased from above offices or downloaded<br />

from TUwww.nr.indianrail.gov.in.UT<br />

TENDER NOTICE No.570-Sig/PS/Tender/36<br />

(M.P.Sailor)<br />

Dated: 24/4/12 S.S.T.E./C/PS/NDLS<br />

For Dy.C.S.T.E./Const./PS/NDLS<br />

For and on behalf of President of<br />

India<br />

Copy to: -<br />

• The CPRO/NR/SE Road, New Delhi along with 10(Ten) spare copies for publication in various<br />

leading newspapers. One copy may please be sent to the Editor, <strong>Indian</strong> <strong>Railway</strong>s, Post Box<br />

No.467, New Delhi for publication in the magazine. The cost may be debited to aforesaid work.<br />

Original advertisement published in the various newspapers may please be sent to this office for<br />

perusal as soon as these are available.<br />

Signature of contractor 3 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

<strong>Northern</strong> <strong>Railway</strong><br />

TENDER NOTICE.<br />

Office of DY.CSTE/C/PS/NDLS,<br />

DRM’s Office Exch.Building,<br />

4 th Floor, New Delhi.<br />

Dy.C.S.T.E. /Const./PS N.Rly., DRM’ office, New Delhi for & on behalf of the ‘President of India’<br />

invites sealed “OPEN TENDERS” on prescribed forms for the under noted work/s:-<br />

S Name of work.<br />

no<br />

.<br />

1. Provision of block proving<br />

with digital axle counter<br />

(using UFSBI) and universal<br />

axle counter for single line<br />

and fuses alarm system for<br />

relay room fuses in<br />

connection with provision of<br />

4 th line between Jn.cabin<br />

TKD to PWL section and<br />

DLI area of Delhi division in<br />

<strong>Northern</strong> <strong>Railway</strong>.<br />

Approx.cost/E<br />

arnest money<br />

3.31 crore<br />

Rs.315500/-<br />

Similar nature of<br />

work/Period of<br />

completion<br />

i) “Design, Supply,<br />

Installation &<br />

Commissioning of<br />

Panel Interlocking /<br />

Route Relay<br />

Interlocking /<br />

Automatic Signalling<br />

/ Electronic<br />

Interlocking/IBS<br />

including cable<br />

laying, trenching,<br />

casting of<br />

foundation, erection of<br />

Signal, erection of<br />

Lifting Barrier etc. or<br />

supply installation,<br />

commissioning of<br />

signaling work which<br />

includes supply<br />

installation and<br />

commissioning of block<br />

proving with digital axle<br />

counter using UFSBI”.<br />

ii) “OEMs or authorized<br />

representatives of block<br />

proving by axle counter<br />

should participate” to<br />

ensure adequate<br />

technical expertise about<br />

the equipment for<br />

correct and proper<br />

handling & trouble free<br />

installation of the<br />

system.<br />

Availability of<br />

documents/cost of<br />

tender document.<br />

05.05.12 to<br />

04.06.12<br />

10000/-per set by<br />

hand & 10500/-<br />

per set by post.<br />

4 months<br />

Signature of contractor 4 of pages173 SSTE/C/PS/NDLS


P<br />

570-Sig/PS/Tender/36<br />

TENDER WITHOUT EARNEST MONEY WILL BE SUMMARILY REJECTED<br />

As a proof of technical experience/competence, the tenderer should have Physically completed successfully at<br />

least one similar single work for a minimum value of 35% of advertised tender value, inclusive of the cost of<br />

cement and steel, in last three financial years (i.e. Current Year and three Previous Financial years) up to the<br />

date of opening of the tender.<br />

“As a proof of Sufficient financial capacity and organizational resources, contractor should have received the<br />

total payments against satisfactory execution of all completed/on works of all types (not confined to only<br />

similar works) during the last three financial years and in the current financial year (up to the date of opening<br />

of the tender) of a value not less than 150% of the advertised cost of work including the cost of cement & steel,<br />

under Government/Semi-Government organizations”.<br />

Validity of offer:- 90 days from the date of opening of tender.<br />

Submission on Tender Documents & opening: The tenders will be received in the office of CSTE/Const,<br />

N.Rly., Baroda House, New Delhi or in the office of Dy.CSTE/C/PS/NDLS, <strong>Northern</strong> <strong>Railway</strong>, DRM’s office,<br />

New Delhi upto 14.30 hrs.on 05.06.12 and will be opened soon there after simultaneously.<br />

Further particulars and tender forms can be had from the office of CSTE/Const, N.Rly., Baroda House, New<br />

Delhi or in the office of Dy.CSTE/C/PS/NDLS, <strong>Northern</strong> <strong>Railway</strong>, DRM’s office, New Delhi. The cost of the<br />

tender documents is non refundable and tender document is not transferable. Request for tender by post must<br />

accompany demand draft of required cost as mentioned above in favour of FA&CAO/Const, <strong>Northern</strong><br />

<strong>Railway</strong>, Kashmere Gate, Delhi.<br />

Tenders duly sealed in the prescribed manner can also be sent through registered post so as to reach in these<br />

offices not later than date and time specified above. Any tender received after the specified date/time is liable<br />

to be rejected.<br />

“JVs/Consortiums/MOUs/Partnership Firms shall not be considered in accordance with approved tender<br />

conditions”.<br />

Tender notice is also available on www.nr.indianrail.gov.in. Tender document will be available<br />

onwww.nr.indianrail.gov.in from the date of sale of tender papers.<br />

TENDER NOTICE No.570-Sig/PS/Tender/36<br />

Dated: 24/4/12<br />

(M.P.Sailor)<br />

S.S.T.E./C/PS/NDLS<br />

For Dy.C.S.T.E./Const./PS/NDLS<br />

For and on behalf of President of India<br />

Copy to: -<br />

1. The CPRO/<strong>Northern</strong> <strong>Railway</strong>, SE Road, New Delhi for uploading the same on <strong>Northern</strong> <strong>Railway</strong><br />

web site.<br />

2. FA&CAO/C, <strong>Northern</strong> <strong>Railway</strong>, K.gate, Delhi who is requested to depute accordingly two<br />

members from Accounts to witness the opening of the above tender, one member in the O/o<br />

CSTE/C, Baroda House, New Delhi & another member in the O/o Dy.CSTE/C/PS/NDLS, 4P<br />

Floor, DRM Office New Delhi.<br />

3. The Divisional Cashier, <strong>Northern</strong> <strong>Railway</strong>, Baroda House, New Delhi.<br />

4. Secy. to CAO/C, K.gate, Delhi for information to CAO/C<br />

5. The CCPM, N.Rly, New Delhi.<br />

6. Audit Officer/Const, N.Rly, K.Gate, Delhi.<br />

7. The DY.CSTE/C/N.Rly, Tilak Bridge (I&II), New Delhi, PS & CW<br />

8. The Chief Engineer/Const, N.Rly, Kashmere Gate, Delhi.<br />

9. The Chief Engineer, N.Rly, Baroda House, New Delhi.<br />

10. The DRMs. N.Rly. NDLS.<br />

11. Notice board.<br />

Signature of contractor 5 of pages173 SSTE/C/PS/NDLS<br />

th


570-Sig/PS/Tender/36<br />

VOLUME-I<br />

• Preamble along with Schedule of Work and Annexures<br />

etc.<br />

• Special Conditions of Contract.<br />

• Information regarding various paras of Vol-II<br />

Signature of contractor 6 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

(A) Details to be filled in by <strong>Railway</strong>:<br />

TOP SHEET<br />

1. Tender<br />

Notice No:<br />

2. Name of<br />

work:<br />

3. Approximate<br />

cost:<br />

4. Completion<br />

Period:<br />

5. Earnest<br />

Money:<br />

6. Date & Time<br />

of opening:<br />

7. Place of<br />

Opening:<br />

8. Cost of<br />

tender<br />

document:<br />

No.570-Sig/PS/Tender/36<br />

“Provision of block proving with digital axle counter<br />

(using UFSBI) and universal axle counter for single line<br />

and fuses alarm system for relay room fuses in<br />

connection with provision of 4 th line between Jn.cabin<br />

TKD to PWL section and DLI area of Delhi division in<br />

<strong>Northern</strong> <strong>Railway</strong>”.<br />

Rs.3.31 crore (Rs.Three Core & thirty one lacs)<br />

4 months w. e. f. date of issue of L.O.A.<br />

Rs.315500/- (Three Lacs fifteen thousand five<br />

hundred only)<br />

05.06.2012 Time of submission 1430 hrs. and will<br />

be opened soon there after simultaneously.<br />

Office of C.S.T.E/C, Baroda House, New Delhi and<br />

Dy.CSTE / const / PS DRM’s office, New Delhi.<br />

Rs. 10000/- per set by hand & Rs. 10500/-per set<br />

by post.<br />

9. Sold to: M/s<br />

10. Details of<br />

cost:<br />

M. R. No. --------- Dated. ---------- Rs. -----------<br />

issued by Chief / Divisional Cashier (R), <strong>Northern</strong><br />

<strong>Railway</strong>, Baroda. House, New Delhi.<br />

(Signatures of authorised <strong>Railway</strong> official)<br />

Signatures of Contractor<br />

Signature of contractor 7 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

(B) Mandatory details to be filled in by tenderer while submitting their offer.<br />

1. Constitution of the Firm/concern. (Tick as applicable) Sole<br />

Proprietorship/Partnership<br />

Firm/Company/JV/Society.<br />

2. Full name of sole Proprietorship/Partnership<br />

Firm/Company/JV/Society.<br />

3. Year of formation/incorporation<br />

4. Pan No.<br />

5. Registered office address<br />

6. Address on which correspondence regarding this tender<br />

should be done.<br />

7. Name of the proprietor/partner/JV member etc.<br />

8. Details of EMD submitted.<br />

Note:- I)<br />

ii)<br />

Special attention of tenderers is drawn to clause 2.4.1 of “Spl.tender condition &<br />

instruction to tenderers” as per which the tenderer must submit alongwith tender, the<br />

documents mentioned therein pertaining to constitution of firm/concern.<br />

Special attention of tenderers is drawn to clause 2.3 of “Spl.tender condition &<br />

instruction to tenderers” as per which they should submit the requisite documdents<br />

alongwith tender pertaining to their technical and financial eligibility.<br />

Signature of the Tenderer<br />

Name of signatory______<br />

Signature of contractor 8 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

CHECK LIST<br />

1 Have you purchased the Tender Document? Yes / No<br />

2. Have you submitted Earnest Money? Yes/ No<br />

3 Have you furnished documents testifying to previous<br />

experience and financial status?<br />

4. Have you furnished the constitution of the firm duly attested &<br />

the power of Attorney?<br />

5 Have you furnished the documents as required under Para – 2<br />

“Instructions to Tenderers”?<br />

6 Have you gone through, qualification criteria and given details<br />

for each of the items?<br />

7 Have you enclosed bar chart / pert chart along with your<br />

tender indicating the completion period of various activities<br />

and noted to complete the work as per the completion period<br />

defined?<br />

Yes/ No<br />

Yes/ No<br />

Yes/ No<br />

Yes/ No<br />

Yes/ No<br />

8 Have you<br />

submitted -<br />

a) Load calculations for each circuitry for<br />

arriving at the basis of power<br />

equipments ratings offered?<br />

b) Power supply scheme?<br />

Yes/ No<br />

Yes/ No<br />

SIGNATURE & SEAL <strong>OF</strong> THE<br />

MANUFACTURER / TENDERER.<br />

Signature of contractor 9 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

The President of India,<br />

Acting through<br />

<strong>OF</strong>FER LETTER<br />

NORTHERN RAILWAY<br />

TENDER FORM (FIRST SHEET)<br />

CHIEF SIG. & TELECOM. ENGR. (CONST.),<br />

NORTHERN RAILWAY,Baroda House, NEW DELHI.<br />

1. I/We ____________________________________________________ have read the<br />

various conditions to tender attached here to and hereby agree to abide by the said<br />

conditions. I/We also agree to keep this tender open for acceptance for a period of 90<br />

days from the date fixed for opening the same and in default thereof I/We will be<br />

liable for forfeiture of My/Our Earnest Money. I/We offer to do the work<br />

“______________________________<br />

__________________________________________________________________________<br />

__________________________________________________________________________<br />

_________________________________________________”for <strong>Northern</strong> <strong>Railway</strong> at the<br />

rates quoted in the attached schedule and hereby bind myself / ourselves to complete<br />

the work in all respects within (4 months) from the date of issue of letter of<br />

acceptance of tender.<br />

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

up to printed/advance correction slip and to carry out the work according to the<br />

Special Conditions of Contract and specifications for material and works as laid down<br />

by the <strong>Railway</strong> in the annexed Special Conditions/specifications and the <strong>Northern</strong><br />

<strong>Railway</strong> Works Hand Book corrected up to printed/advance correction slip, for<br />

Schedule of Rates corrected up to printed/advance correction for the present<br />

contract.<br />

3. A sum of Rs.315500/- (Three Lacs fifteen thousand five hundred only). i.e.<br />

a) 2% for works estimated to cost up to Rs.1 crore) and b) for works estimated to cost<br />

more than Rs.1 crore – Rs. 2 Lacs plus ½% (half percent) of the excess of the<br />

estimated cost beyond Rs.1 crore, subject to a maximum of Rs. 1 crore, rounded off<br />

to nearest Rs. Ten as indicated in Tender Notice is herewith forwarded as Earnest<br />

Money. The full value of the Earnest Money deposit (EMD) and other dues shall<br />

stand forfeited without prejudice to any other rights or remedies in case my/our<br />

tender is accepted and if:-<br />

a) I/We do not execute the contract documents within Fifteen days after receipt of<br />

the notice issued by the <strong>Railway</strong> that such documents are ready and;<br />

b) I/We do not commence the work within fifteen days after receipt of orders to that effect<br />

and;<br />

c) I/We resile from my/our offer or modify the terms and conditions there of in a manner<br />

not acceptable to <strong>Northern</strong> <strong>Railway</strong> during a period of 90 (Ninety) days from date of<br />

the opening of the tender and;<br />

Signature of contractor 10 of pages173 SSTE/C/PS/NDLS


U<br />

570-Sig/PS/Tender/36<br />

d) I/We do not submit a Performance Guarantee (PG) in any of the form as prescribed<br />

in clause 5.2 of “special tender conditions and instructions to tenderers” amounting to<br />

5% of Contract Value as per the proforma as prescribed by the <strong>Railway</strong>s, with in 30<br />

(Thirty) days from the date of issue of letter of acceptance (LOA) or 60 (Sixty) days, if<br />

the extension of time for submission of PG beyond 30 days and up to 60 days isgiven<br />

by competent authority alongwith interest @ 15% per annum for the delay beyond 30<br />

days and up to 60 days from the date of issue of LOA. I/We shall also be debarred<br />

form participating in re-tender of the above work, in case, I/We failed to submit the<br />

PG as stipulated above.<br />

The performance guarantee shall be initially valid up to the stipulated date of<br />

completion plus 60 days beyond that. In case, the time for completion of work gets<br />

extended, the contractor shall get the validity of performance guarantee extended to<br />

cover such extended time of work plus 60 days. Further, in case during the course of<br />

execution of work, value of contract increases by more than 25% of the contract<br />

value, an additional Performance Guarantee amounting to 5% (five percent) for the<br />

excess over the original contract value shall be deposited by the contractor.<br />

4. The amount of Earnest Money in the form of cash lodged with Chief Cashier,<br />

<strong>Northern</strong> <strong>Railway</strong>, New Delhi vide Cash Receipt No. _______ Dated _______ or<br />

deposited in the form of Pay Order, Deposit Receipts, Demand Drafts is<br />

attached. I/We have clearly noted that the Earnest Money will be acceptable in the<br />

above forms only.<br />

5. Until a formal agreement is prepared and executed, acceptance of this tender shall<br />

constitute a binding contract between us subject to modification, as may be<br />

mutually agreed to between us and indicated in the letter of acceptance of my/our<br />

offer for this work.<br />

Dated:<br />

Signatures of the Tenderer/s<br />

Address of the Tenderer/s<br />

Signature of witnesses:<br />

1. __________________________<br />

__________________________<br />

__________________________<br />

2. __________________________<br />

_________________________<br />

Signature of contractor 11 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

SPECIAL CONDITIONS <strong>OF</strong> CONTRACT<br />

Signature of contractor 12 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

1. NAME <strong>OF</strong> WORK:<br />

SPECIAL CONDITIONS <strong>OF</strong> CONTRACT<br />

“Provision of block proving with digital axle counter (using UFSBI) and<br />

universal axle counter for single line and fuses alarm system for relay room<br />

fuses in connection with provision of 4 th line between Jn.cabin TKD to PWL<br />

section and DLI area of Delhi division in <strong>Northern</strong> <strong>Railway</strong>.”.<br />

2. “SCOPE <strong>OF</strong> WORK FOR THE TENDERER”:<br />

The scope of work involves following activities under running road traffic and rail traffic conditions.<br />

2.1 Supply of the material as mentioned in the tender schedule.<br />

2.2 Installation and wiring of arrangements/systems supplied as above.<br />

2.3 Any other materials/works/arrangements required to be supplied/carried out/made by<br />

contractor for fixing of track devices, fuse alarm systems and other related activities required<br />

in connection with above sytems installation.<br />

2.4 Testing and Commissioning of all the systems supplied for the work of<br />

“Provision of block proving with digital axle counter (using UFSBI) and<br />

universal axle counter for single line and fuses alarm system for relay<br />

room fuses in connection with provision of 4th line between Jn.cabin<br />

TKD to PWL section and DLI area of Delhi division in <strong>Northern</strong><br />

<strong>Railway</strong>”.<br />

2.5 Dismantling and releasing of the old sytems if any as required and asked by site incharge.<br />

The scope is not exhaustive. For full details please refer to the schedule.<br />

Note: The contractor shall submit along with his tender documents a tentative scheme as to how the tendered work will be<br />

executed by him in the time frame.<br />

2.6 UAFTER COMMISSIONINGU<br />

i) Supply of 5 copies of completion wiring diagrams on superior quality paper, and one<br />

set of completion wiring/arrangement diagrams on tracing film properly laminated,<br />

bound in steel clip jaw file with cushioned cover.<br />

ii) Software back up of complete set in the form of CDS.<br />

iii) Above completions must be designed through CAD<br />

iv) Drawing in A3 & plans in bigger size.<br />

(The scope is not exhaustive. For full details please refer to the schedule & Ann.IV of Vol.III)<br />

Note:-The contractor shall submit along with his tender document a tentative scheme as to<br />

how the tendered work will be executed by him in the time frame.<br />

3. WORK TO BE DONE BY RAILWAYS<br />

3.1 Supply of materials as mentioned in UAnnexure-II of Volume-IU, of the tender document.<br />

3.2 SIP & Typical Wiring Diagram.<br />

3.3 The Equipment Rooms, Location box etc. shall be made available by <strong>Railway</strong>s.<br />

Signature of contractor 13 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

3.4 Any other item, which is not covered by the schedule and not required to be supplied by the<br />

Contractor.<br />

4. COMPLETION PERIOD<br />

4.1 Time is the essence of the contract. The entire work under the tender shall have to be<br />

completed within 4 months from the date of issue of acceptance letter. Item/location wise<br />

priority for the work to be executed by the contractor shall be given by the Engineer-incharge.<br />

The following milestones for achieving various targets shall be attempted by the<br />

contractor: -<br />

(Date of issue of acceptance letter by the <strong>Railway</strong>s is the D-day)<br />

i) Date of issue of Letter of Acceptance. D<br />

ii) Date of signing the contract agreement D+½ month<br />

iii) Submission of Four Sets each of installation/arrangement plans D+ ½ month<br />

iv) Approval of above D+1 months<br />

v) Supply of materials as per tender schedule D+1 ½ months<br />

vi) Completion of installation and wiring of systems D+2 ½ months<br />

vii) Testing of entire arrangements D+3 ½ months<br />

viii) Commissioning of work. D+4 months<br />

4.2 The contractor shall submit the detailed PERT chart & Bar chart week wise indicating the<br />

various outdoor and indoor activities separately to achieve the target for completion of the<br />

entire work within 4 months as per his own assessment.<br />

5. RAILWAY <strong>OF</strong>FICERS AND ADRESSES:<br />

The list of addresses to which correspondence and document relating to the contract should<br />

be sent are as under: -<br />

5.1 FOR ALL POLICY CONTRACTUAL AND COMMERCIAL MATTERS:<br />

• Prior to award of the contract: - DY. Chief Signal & Telecommunication<br />

Engineer/const/PS, New Delhi.<br />

• After the award of the contract: -DY. Chief Signal & Telecommunication<br />

Engineer/const/PS, New Delhi.<br />

5.2 For security deposit –. DY. Chief Signal & Telecommunication Engineer/const/PS, New<br />

Delhi.<br />

Same as ‘5.1’ above.<br />

5.3 For matters relating to approval of design of the system – Same as 5.1 ’ above.<br />

5.4 Matters relating to progress of field work – Same as ‘ 5.1 ’ above.<br />

5.5 Bill passing authority - Same as ‘5.1 ’ above.<br />

5.6 Bill paying authority –FA& CAO/C, <strong>Northern</strong> <strong>Railway</strong>, Kashmere Gate Delhi<br />

6. QUALIFICATION CRITERIA:<br />

6.1 Meaning of similar works would be “i) “Design, Supply,Installation &Commissioning of Panel<br />

Interlocking /Route Relay interlocking / Automatic Signalling/ Electronic Interlocking/IBS<br />

including cable laying, trenching, casting of foundation, erection of Signal, erection of Lift<br />

Barrier etc. or supply installation, commissioning of signaling work which includes supply<br />

installation and commissioning of block proving with digital axle counter using UFSBI”.<br />

Signature of contractor 14 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ii) “OEMs or authorized representatives of block proving by axle counter should participate”<br />

to ensure adequate technical expertise about the equipment for correct and proper handling &<br />

trouble free installation of the system.<br />

7. ACCEPTANCE <strong>OF</strong> TENDERS<br />

If the tenderer(s) deliberately gives wrong information/who’s Credentials/ documents in<br />

his/their tenders and thereby create(s) circumstances for acceptance of his/their tender,<br />

<strong>Railway</strong> reserves the right to reject such tender at any stage, besides, shall suspend the<br />

Business for One Year.<br />

8. SCHEDULE <strong>OF</strong> ITEMS & QUANTITIES:<br />

The schedule of items & quantities is given as Annexure –“1A” in Vol.- I.<br />

i. Total no of schedules - One in 05 pages as Annexure– “1A”<br />

ii. Schedules based on SOR - Nil<br />

iii. Schedules based on NON-SOR - All items<br />

9. MATERIAL TO BE SUPPLIED BY RAILWAYS:<br />

9.1 List of the materials to be supplied by the <strong>Railway</strong>s is as given in Annexure – II of Volume-I<br />

of Tender Document. The materials required by the Contractor from <strong>Railway</strong>s as per<br />

schedule shall be supplied from the store of Section Engineer/Sig./ C/Store/ Nangloi or<br />

from other stores/work shop in Delhi NCR. In exceptional case material may be supplied<br />

from other than depot mentioned above<br />

10. MATERIAL TO BE SUPPLIED BY THE CONTRACTOR:<br />

List of the materials to be supplied by the Contractor is as given in Annexure–I of Volume-I<br />

of Tender Document. The material by the contractor shall be supplied to SSE/<br />

Sig./Const/Store/NNO, New Delhi and will be further transported to site by the contractor<br />

as required OR at site as per instructions of site in charge.<br />

11. In terms of the Clause 32 of GCC of May 99 the materials & plants brought by the<br />

contractor on the site or land occupied by the contractor in c.w. the works and<br />

intended to be used for execution thereof shall immediately, they are brought upon the<br />

sites of this said land be deemed to be the property of the <strong>Railway</strong>. Vehicles,<br />

equipments, plant and machinery of the contractor can be drafted by the <strong>Railway</strong><br />

administration at their discretion in case of accident, natural calamities involving<br />

human lives, breaches, stoppage of train operations or any contingencies, which<br />

requires such requisitioning as essential. The decision in this regards of the Engineer<br />

Incharge or his superiors i.e. Sr. Engineer/Executive Engineer/Dy. Chief Engineer etc.<br />

Shall be final and beyond theambit of arbitration clauses i.e. exception clauses i.e.<br />

exception to arbitration clauses.<br />

Signature of contractor 15 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

a) In terms of the clause no. 2.5.6 tenderer is required to submit the list of<br />

equipment, machinery, construction tool and plant available/deployed at site.<br />

The successful tenderer on receipt of acceptance letter and conveying their<br />

consent, shall submit name, address, telephone number, fax number/E-Mail<br />

address of the persons to be contacted for requisitioning the above item as<br />

detailed in for-going clause 12 and notify from time to time if any change in the<br />

list of equipments/machinery or the addresses /individuals to the Engineer In<br />

charge in writing. The name and an address, telephone numbers and the<br />

contractor officials name shall also be displayed at the site of work.<br />

b) The manpower, consumable items and maintenance of the above tools & plants<br />

when requisitioned shall be the responsibility of the tenderer/contractor so that<br />

the equipments, machinery, tools & plants shall be available for effective<br />

utilization at the accident sites, natural calamities, breaches sites etc.<br />

c) The hire charges per annum shall be calculated at the following rates on the<br />

purchase cost of the plant as under:-<br />

(i) Depreciation charges at the following rates: -<br />

a) Light plant 16% per annum.<br />

b) Heavy plant 10% per annum.<br />

c) Special plant 6% per annum.<br />

(ii) An additional 10% on the total of (i) above to meet contingencies<br />

(iii)<br />

(iv)<br />

(v)<br />

(vi)<br />

10% contractor profit on total cost as detailed (i) to (ii).<br />

The hire charges per day shall be arrived at dividing the annual hire<br />

charges of total of (i) to (iii) above by 365, which shall be the assumed<br />

number of working days in year for this purpose. These hire charges will be<br />

payable from the day the plant is handed over to the <strong>Railway</strong> to date on<br />

which it is returned to the contractor by <strong>Railway</strong>.<br />

The contractor manpower charges shall be payable @ minimum wages as<br />

notified by the State Govt. /Local bodies/Labour deptt. as the case may be<br />

for highly skilled, semi skilled, personal drafted for operating the plant<br />

and machinery.<br />

The payments for the fuel cost shall be paid on the basis of the actual<br />

expenditure incurred by the contractor for purchases+10% contractor’s<br />

profit thereof, which will be the payments towards his miscellaneous<br />

expenses too.<br />

12. ANNEXURE TO THE SCHEDULES SPECIFICATION & DRAWING<br />

The specification & drawings are mentioned in the item of the schedule in brief and details<br />

of specifications of the items are mentioned in the Volume – III. Other drawings indicated in<br />

the schedule are enclosed with the tender as Annexure – III in Volume – I.<br />

13. RELEASED MATERIALS:<br />

13.1 The materials released if any on account of installation of new gears /equipments shall be<br />

returned to the store of S.S.E/Sig/Store/NNO or to the Store Depot of <strong>Northern</strong> <strong>Railway</strong>, as<br />

per instruction of site Engineer by the contractor at his own expenses.<br />

13.2 A joint survey is required to be done with <strong>Railway</strong>’s representative and report must be<br />

submitted to the controlling officer in duplicate before dismantling work is taken in hand.<br />

13.3 Unless or otherwise specified the rates covers the cost of tools and plants, ladders,<br />

scaffoldings and all other equipments required for dismantling.<br />

13.4 Unless otherwise specified, the rates includes leading of material up to the store of Sr. Sec<br />

Engineer/Sig/ store/ NNO and /or Dy.CMM/ Shakurbasti, the Store Depot of <strong>Northern</strong><br />

<strong>Railway</strong>, stacking dismantled material in the store as required specially item wise.<br />

Signature of contractor 16 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

14. JVs/Consortiums/MOUs/Partnership firm shall not be considered in accordance with<br />

approved tender conditions.<br />

15. SPECIAL SITE CONDITION:<br />

The work to be done at “Provision of block proving with digital axle counter (using<br />

UFSBI) and universal axle counter for single line and fuses alarm system for relay room<br />

fuses in connection with provision of 4 th line between Jn.cabin TKD to PWL section and<br />

DLI area of Delhi division in <strong>Northern</strong> <strong>Railway</strong>.”.<br />

16. All outdoor circuits shall be designed and work shall be executed to suit RE area. All the material to be<br />

supplied by the contractor should also conform to suit the RE area. Wherever any RDSO spec./drg. are<br />

mentioned it automatically includes “with latest amendment/revision” whether specifically mentioned or<br />

not in the schedule of works.<br />

17. “All payments in respect of the contract during the currency of the contract shall be made through<br />

National Electronic Fund Transfer (NEFT) or Real Time Gross Saving (RTGS). The successful tenderer<br />

on award of contract must submit RTGS/NEFT Mandate form complete in all respects as detailed an<br />

annexure-J of the tender document. However, if the facility of RTGS/ NEFT is not available at a<br />

particular location, the payments shall be made by cheque. In such cases the successful tenderer on<br />

award of contract will have to furnish contractor’s Bank Account Numder and Name of the Bank against<br />

which all payments in respect of the contract during the currency of the contract shall be made”.<br />

Signature of contractor 17 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

INFORMATION REGARDING PARAS <strong>OF</strong> INSTRUCTIONS TO TENDERERS<br />

CHAPTER-1 VOLUME–II<br />

1. Para 1.1 Sale of Tender forms (date)<br />

Tender documents can be obtained from the office of C.S.T.E./C/Baroda House, New Delhi<br />

or Dy.Chief Signal & Telecom Engineer/ Const /PS <strong>Northern</strong> <strong>Railway</strong>, DRM’s office, New<br />

Delhi from any working day between 10.30 hrs. to 15.00 hrs. from 05.05.12 to 04.06.12.<br />

Para 1.1(a): - Cost of Tender documents<br />

Tender documents are available on <strong>Northern</strong> <strong>Railway</strong> website i.e. www.nr.indianrail.gov.in<br />

and the same can be down loaded and used as tender document for submitting the offer.<br />

This facility is available free of cost. However the cost of Tender document will have to be<br />

deposited by the tenderer in the form of a bank draft payable in favour of FA&CAO/C,<br />

<strong>Northern</strong> <strong>Railway</strong>, Kashmere Gate, Delhi along with the tender document. This should be<br />

paid separately and not included in the earnest money. In case tender is not accompanied<br />

with the cost of the tender document as detailed above, tender will be summarily rejected.<br />

Para 1.1(b): -Applicable for tender documents down loaded from Internet.<br />

Tenderers are free to down load tender documents at their own risk and cost for the purpose<br />

of perusal as well as for using the same as tender document for submitting their offer.<br />

Master copy of the tender document will be available in the office of<br />

Dy.CSTE/Const./<strong>Northern</strong> <strong>Railway</strong>, New Delhi. After award of work an agreement will be<br />

drawn up. The agreement shall be prepared based on master copy available in the office of<br />

Dy.CSTE/Const./<strong>Northern</strong> <strong>Railway</strong>, New Delhi and not based on the tender documents<br />

submitted by the tenderer. In case any discrepancy between the tender documents down<br />

loaded from Internet and the master copy, later shall prevail and will be binding on<br />

tenderers. No claim on this account will be entertained.<br />

2. Para 1.3 Submission of tenders (date & Time):<br />

Complete offers, as single packet system shall be submitted so as to reach not later than<br />

14.30 hrs. on 05.06.12 in the office of CSTE/Const., <strong>Northern</strong> <strong>Railway</strong>, Baroda House, New<br />

Delhi or Dy.CSTE/Const./PS,DRM’s office, New Delhi.<br />

3. Para 1.4. Opening of tenders (date & Time):<br />

Tenders in case of single packet system shall be opened soon there after simultaneously<br />

on 05.06.12 in the office of CSTE/Const., <strong>Northern</strong> <strong>Railway</strong>, Baroda House, New Delhi and<br />

Dy.CSTE/Const./PS,DRM’s office, New Delhi.<br />

4. Para 1.5. Validity of offer:<br />

Offer shall be kept valid for 3 months from the date of opening of the tender and further<br />

extendable if required on advise of <strong>Railway</strong>.<br />

5. Para 2.2.1 Earnest Money:<br />

Tender must be accompanied by a sum of Rs. 315500/- as Earnest Money<br />

5.1 Para 2.2.2 Earnest Money:<br />

The Earnest Money of the requisite amount referred to in clause above is required to be<br />

deposited either in cash with the Chief Cashier, <strong>Northern</strong> <strong>Railway</strong>, Delhi on any working day<br />

before 1200 hrs. on________ or in any of the following forms.<br />

Signature of contractor 18 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

5.2 Para 2.2.2 (a), (b) & (c) Earnest Money:<br />

1. Deposit receipts, Pay Orders and Demand Drafts. These forms of Earnest Money could be either<br />

of State Bank of India or any of the nationalized banks or by a scheduled bank. No confirmatory<br />

advice from Reserve Bank of India will be necessary.<br />

2 The above instrument should be pledged in favour of Dy. FA&CAO /Const./ FA &CAO/Const,,<br />

<strong>Northern</strong> <strong>Railway</strong>, Kashmere Gate, Delhi.<br />

3 The official cash a receipt having a mention of the firm/individual who has deposited the cash or<br />

the Deposit Receipts, Pay Order or Demand Draft as mentioned above, as the case may be, is to<br />

be attached with the tender, failing which, tender will be summarily rejected.<br />

NOTE<br />

i) Tenders submitted with Earnest Money in any form other than those specified above shall<br />

not be considered.<br />

ii) Any request for recovery from outstanding bills for Earnest Money against present tender<br />

will not, under any circumstances be entertained.<br />

5.3 Para 2.6.5 - The similar work in this case would mean i)“Design, supply, installation and<br />

commissioning of panel interlocking/Route relay interlocking/Automatic signaling/Electronic<br />

interlocking/IBS including cable laying, trenching, casting of foundation, erection of signal,<br />

erection of lifting barrier etc. or supply installation, commissioning of signaling work with<br />

includes supply, installation & commissioning of block proving with digital axle counter using<br />

UFSBI”<br />

ii) “OEMs authorized representative of block proving by axle counter should participate<br />

to ensure adequate technical expertise about the equipment for correct and proper<br />

handling and trouble free installation of the system”.<br />

5.4 Para 2.4 (d) & (e)- JVs/Consortiums/MOU/Partnership firms shall not be considered in<br />

accordance with approved tender conditions.<br />

6.0 UINFORMATION REGARDING VARIOUS PARAS <strong>OF</strong> CONDITIONS <strong>OF</strong> CONTRACT<br />

CHAPTER-2 VOLUME-II<br />

Para 21.1 Supply of materials:<br />

All the required materials to be supplied by <strong>Railway</strong>s for execution of the work shall be made<br />

available to the Contractor at the store of Sr. Section Engineer/Sig./C/Store/NNO New<br />

Delhi. These materials are to be transported to the site of work by Contractor and balance<br />

material including released materials after completion of work, if any, shall also be<br />

transported back to the store of Sr. Section Engineer/Sig./C/Store/NNO New Delhi<br />

AND/OR Dy COS/SSB (Store Depot), <strong>Northern</strong> <strong>Railway</strong>, New Delhi, by Contractor at his own<br />

expenses.<br />

Para 21.2 Supply of Materials by Contractor:<br />

The materials by the Contractor shall be supplied in the store of SSE /Sig/ Store / N.Rly,<br />

NNO, New Delhi and will be further transported to site by the contractor as required or to<br />

SE/SSE/Const. at site as per instructions of the Engineer at site.<br />

a. Para 2.1 (performance guarantees bond)<br />

Performance guarantee bond 5%per as per para 2.1 shall be applicable for this tender.<br />

b. Security Deposit:<br />

1) Para 2.2.1 Chapter II<br />

The security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as<br />

under:<br />

Signature of contractor 19 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

a) Security deposit for each work will be 5% of the contract value.<br />

b) The rate of recovery will be at the rate of 10% of the bill amount till the full security<br />

deposit is recovered. The total security deposit recoverable from a contractor<br />

including the amount of earnest money deposited with the tender as given in clause<br />

above will not exceed the security amount recoverable at the rate mentioned above.<br />

c) For works less than 50 crore, Security deposit will be recovered from the running<br />

bills of the contract and the other mode of collecting SD such as SD in the form of<br />

instruments like BG, FD etc. shall not be accepted towards security deposit.<br />

The security deposit shall be forfeited when ever the contract is rescinded. The security<br />

deposit unless forfeited in whole or in part according to the terms and conditions shall be<br />

released to the contractor. Only after the expiry of the maintenance period and after passing<br />

the final bill based on no claim certificate. Thus before releasing the SD, an unconditional<br />

and unequivocal no claim certificate from the contractor concerned should be obtained. The<br />

competent authority should issue the certificate regarding the expiry of the maintenance<br />

period and passing of the final bill based on no claim certificate. The competent authority<br />

shall normally be the authority who is competent to sign this contract. If the competent<br />

authority is of the rank lower than JA grade than a JA grade officer(concerned with the<br />

work) should issue the certificate.<br />

After the work is physically completed, security deposit recovered in cash from the running<br />

bill of the contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable<br />

Bank Guarantee for equivalent amount valid for the maintenance period + 60 days to be<br />

submitted by him. The various instruments as listed for performance Guarantee will be<br />

acceptable for the purpose. This facility is subject to the issue of the physically completion<br />

certificate as envisaged in para 5.2©<br />

2 Para No. 24. Indemnity bond & standing bank guarantee against<br />

Materials supplied to Contractor:<br />

The standing bank guarantee is to be submitted for Rs. 1.0 Lac (Rupees One Lac) for<br />

materials supplied by the <strong>Railway</strong>s (on form no.4).<br />

3 Para 45.5 Price Variation Clause:<br />

Price Variation Clause is applicable in this tender.<br />

4 Para 45.3 Ceiling for Price variation:<br />

No maximum value for the price variation is prescribed.<br />

5 Para 46 Advances:<br />

Mobilization advance as per Para 46.2 and advances against machinery and plant as per<br />

Para 46.3 are not applicable in this tender.<br />

7.0 Para 12: Sales Tax/Turn over Tax/Local tax, etc.<br />

Sales tax including turn over tax on works contract, octroi, royalty, toll tax, local tax,<br />

Duties/ Levies as well as services and any other tax levied by central govt., state govt. or<br />

local bodies, as applicable on the date of quoting the rates and any change there -in at a<br />

later date, shall be considered to be included in the rates quoted by Tenderer/s in the<br />

Tender Schedule.<br />

<strong>Railway</strong>s shall deduct the sales tax/Turn Over Tax or any other tax from the Contract’s bill<br />

at the rate as applicable as per rules framed by concerned Govt./ Local bodies from time to<br />

time and remit it to concerned deptt. And shall issue a certificate regarding<br />

Tax/Duties/Levies so deducted on demand by the contractor.<br />

Signature of contractor 20 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

VOL –I, ANNEXURE-1A- Tender Schedule<br />

Signature of contractor 21 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

UAnnexure 1-A<br />

Name of Works :- Provision of Block Proving with Digital Axel counter (using UFSBI ) and Universal Axel<br />

counter for single line & Fuses alarm system for Relay Room fuses in connection with provision of 4th Line<br />

between Junction Cabin (TKD) to Palwal Section and DLI area of DLI division in <strong>Northern</strong> <strong>Railway</strong>.<br />

Item<br />

no.<br />

Description Unit Qty. Rate in<br />

fig.<br />

Rate in<br />

words.<br />

Amount<br />

A<br />

Digital Axel counter<br />

1.0 Supply, installation and<br />

commissioning of Digital axle counter<br />

for block proving as per RDSO<br />

specn.no. RDSO/SPN/188/ 2004<br />

with latest amendments for single line<br />

operation each set consisting of the<br />

following items:-<br />

a) Universal fail safe block intefrace<br />

(RDSO/SPN/147/2005 with latest<br />

amendments-2 nos.)<br />

b) SM's panel (RDSO/S/32019-<br />

Tentative) - 2 nos.<br />

c) Relay Rack with locking & sealing<br />

arrangements duly wired (as per<br />

RDSO/S/32020-Tentative) -2 nos.<br />

d) Relays (1) QNI-42 nos. (2) QNAI-12<br />

nos. (3) QT.1-4 nos. (4) Timer-2 nos.<br />

e) Block Telephone -2 nos.<br />

Set 16<br />

Note:Relay fixing and wiring materials<br />

(16 strand 0.02 mm flexible wire) i.e.<br />

Relay bases along with contacts to be<br />

supplied by the contractor.<br />

f Single section Digital axle counter<br />

system as per RDSO spec.no. RDSO/<br />

SPN/177/2005 (VER. 2) with Amndt 1<br />

or latest & Each set consists of<br />

i) High Frequency Txcoil and Rx coil = 2<br />

sets<br />

ii) Mounting accessories for Rail contact.<br />

iii) Track side digital axle counter unit -<br />

2nos.<br />

iv) clamp with deflector plates and<br />

hardware etc.= 4 sets<br />

v) 24 v, 1000 ohms, 6F/6B, q type relay=<br />

4 nos.<br />

vi) Reset box - 2nos. `<br />

vii)<br />

Screw less cage clamp connection<br />

type terminals - 2 input 2 output (32<br />

way configuration) 3 nos.<br />

Signature of contractor 22 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Item<br />

no.<br />

viii)<br />

B<br />

Description Unit Qty. Rate in<br />

fig.<br />

Screw less cage clamp connection<br />

type terminals - 1 input 1 output - 100<br />

nos.<br />

Note : It should also consist of any<br />

other item /card /connectors as per<br />

latest guidelines required for proper<br />

functioning of the equipment. The<br />

tenderer must produce Precommissioning<br />

check list certified by<br />

OEM for satisfactory performance of<br />

the system of provision of block<br />

proving by digital axle counter<br />

BPAC with Universal Axel Counter<br />

Rate in<br />

words.<br />

Amount<br />

2.0 Supply of Axle counter based block<br />

instrument for single line blcok<br />

working complete as per RDSO<br />

Drg.no.S-32010 with latest<br />

modifications consiting of the<br />

following.<br />

i) SM's panels for both ends along<br />

with suitable length of coupling cable<br />

with couplers from relay room to panel<br />

room.<br />

ii) Multiplexer for both ends complete<br />

with transmiter/receiver,combiner /<br />

converter etc.<br />

iii) Pre wired Relay and Multiplexer<br />

rack along with Relay bases etc. for<br />

both ends.<br />

(Note: The prewired multiplexer racks<br />

shall be inspected by RDSO.)<br />

iv) Two EJB 4W/2W suitable for axle<br />

counter block working.<br />

vi)Universal Axle counter system (2<br />

detection type) along with One EJB<br />

4W/4W<br />

2.1 Supply of Transmitter coil with 10<br />

mtr.cable for axle counter system.<br />

2.2 Supply of Receiver coil with 10<br />

mtr.cable for axle counter system.<br />

2.3 Supply of 4W/4W Electronic junction<br />

box complete for universal Axel<br />

counter with coupler for CEL make<br />

Axle counter block equipment<br />

Set 5<br />

No. 10<br />

No. 10<br />

No. 10<br />

Signature of contractor 23 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Item<br />

no.<br />

Description Unit Qty. Rate in<br />

fig.<br />

Rate in<br />

words.<br />

Amount<br />

2.4 Supply of 4W/2W Electronic<br />

junction box complete (JB-534) for<br />

universal Axel counter with coupler<br />

for CEL make Axle counter block<br />

equipment (Excluding hardware)<br />

suitable for Block Equipment Drg No.<br />

S-32001.<br />

No. 10<br />

2.5 Installation of axle counter<br />

evaluator, Multiplexer convertor on<br />

suitable bolts grouted on<br />

70x60x15cm (Approx) CC platform<br />

for each or on 4Nos. std. design<br />

tripods for each with std. insulation<br />

on same, SM's Block Panel on<br />

suitable angle Iron table with ply &<br />

sunmica top (to be supplied by the<br />

contractor). Supply & installation of<br />

standard CT rack, Supply & fixing of<br />

necessary fixures, MS flats, angles,<br />

6mm Hylum sheet, 8way PBT strips<br />

conforming to Drg. No.SA-24811,<br />

spec. no. IRS-S-79/92 or latest, bus<br />

bars, fuse blocks with fuse links.<br />

Block<br />

Section<br />

5<br />

Supply and fixing of Crone or similar<br />

type weatherproof DP provided with<br />

suitable locking arrangement.(50<br />

pair, 2Nos. per station) in SM's room<br />

suitably mounted on walls, Supply &<br />

fixing of MS ladder (150mm X 3mm)<br />

between CT rack/Mux./Evaulator/in<br />

existing relay room, supply & fixing of<br />

HDPE pipe with elbows and T joints<br />

between Mux. and evalutors,<br />

between SM's room Panel & DP on<br />

the wall, termination of CT rack side<br />

cables & SM's panel, coupler cables<br />

in the DP box with lugs, re-plastering<br />

of floor/walls to the original condition,<br />

drilling holes in the Hylum sheets to<br />

bring cable cores on 8 way strips/M6<br />

Signature of contractor 24 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Item<br />

no.<br />

Description Unit Qty. Rate in<br />

fig.<br />

terminals, supply & fixing of suitable<br />

width MS ladder adjacent toCT rack<br />

(as cable rising ladder), bringing the<br />

Cables UP/Dn. through the ladder to<br />

CT rack, termination of the cable<br />

through hylum sheet holes with<br />

suitable lugs, dressing / bunching of<br />

cables, supply and fixing of 200 way<br />

tag blocks or 2nos. 96 way tag blocks<br />

to drg. Nos SA-24751 or latest in the<br />

existing relay room, fixing of relay<br />

bases, complete wiring in the Axle<br />

counter room/SM's office/ App.<br />

Casses, up to 200/96-way<br />

tag blocks in the existing relay room<br />

as per the wiring diagram to complete<br />

the circuits to commission Axle<br />

counter block system as per Drg. No.-<br />

S 32010 with latest modification.<br />

0.6mm wire shall be used for wiring on<br />

tag blocks and relay bases of metal to<br />

metal relays and 1.0mm wire shall be<br />

used for metal to carbon relays and<br />

other wirings. Wiring modifications in<br />

the existing relays racks up to 200way<br />

tag blocks(existing relay room side) is<br />

covered separately. Indoor cables of<br />

required types/cores, twin twisted<br />

screened/ shielded cable, wires,<br />

connectors, lugs, nuts, bolts, soldering<br />

materials etc. shall be supplied by the<br />

contractor.Drawing the indoor cables<br />

from CT racks to SM's panel room<br />

through suitable MS ladder/PVC/<br />

HDPE pipes shall be done by the<br />

contractor with his own labour and<br />

materials such as indoor Cables, MS<br />

ladder, PVC pipe, HDPE pipe &<br />

sundry, fixing materials.<br />

However, where signalling / Telecom<br />

Cables (armoured) are required to be<br />

laid either due to being laid under<br />

ground (in the non building area ) or<br />

due to distance considerations (inside<br />

the building) the same will be supplied<br />

by the <strong>Railway</strong>s. Drawing / laying of the<br />

same shall be done by the Contractor with<br />

his own labour & materials such as MS<br />

ladder, PVC pipe, HDPE pipe & sundry<br />

fixing materials as required at site. The<br />

MS ladder/racks etc. shall be insulated<br />

suitably.<br />

Rate in<br />

words.<br />

Amount<br />

Signature of contractor 25 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Item<br />

no.<br />

Description Unit Qty. Rate in<br />

fig.<br />

Relays, Power equipments including<br />

batteries shall be supplied by railways.<br />

Axle counter evaluator with 4W/2W<br />

EJBs for outdoor location, track<br />

device, DC/DC convertor, deflectors<br />

etc. shall be supplied by the <strong>Railway</strong>s.<br />

(Supply of Power eqpt, 4W/2W EJB<br />

for MUX, converter covered<br />

seperately in the schedule)<br />

Rate in<br />

words.<br />

Amount<br />

2.6 Installation of track devices,<br />

Electronic Jn. Boxes in the<br />

apparatus case, termination of cable<br />

and wiring for the same.This also<br />

includes supply of PVC helical pipes,<br />

HDPE Pipes with elbows, T-joints and<br />

laying at 0.8m depth, etc. for taking<br />

Track device cable to apparatus case<br />

and terminating with suitable lugs and<br />

wiring. Provision and fixing of teak<br />

wook plank, hylum sheet, ARA<br />

terminals, fuses etc. will be done by<br />

the Rlys.<br />

2.7 Adjustment, testing and<br />

commissioning of axle counter<br />

block system.<br />

C<br />

Fuses alarm system<br />

3.0 Design, fabrication , supply and<br />

instalation,wiring,testing and<br />

commissioning of fuses alarm system<br />

of varios type fuses with automatic<br />

changeover system along with audio<br />

visual indication as per specification<br />

given in annexure VII. One module<br />

should be able to cater 16 no.of fuses<br />

as per satisfaction of site engineer.<br />

Note- only PVC cable ,wires and tag<br />

block if required,shall be supply by<br />

<strong>Railway</strong><br />

TOTAL<br />

Nos. 10<br />

Block<br />

Sec.<br />

5<br />

No. 90<br />

Signature of contractor 26 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

UAnnexure-1A<br />

1. In case tender document have been down loaded from Internet, para 1.1a<br />

gone through carefully before tendering.<br />

2. Tenderer may please note that the above schedule includes anything and<br />

every thing required for the efficient and safe functioning of the system. The<br />

offer shall include:<br />

a) Exothermic weld joints as per RDSO specifications for track circuit<br />

connections with rail shall be used to improve reliability of track circuit,<br />

wherever necessary.<br />

b) Cement shall be of ISI mark. Although year of specification is given in the<br />

schedule, latest amendment, if any shall apply, includes supply of minor<br />

material & accessories the cost of which is to be included in the layout<br />

charges of the concerned item.<br />

TECHNICAL CONDITIONS <strong>OF</strong> CONTRACT FOR “Provision of block proving with<br />

digital axle counter (using UFSBI) and universal axle counter for single line and fuses alarm<br />

system for relay room fuses in connection with provision of 4 th line between Jn.cabin TKD to<br />

PWL section and DLI area of Delhi division in <strong>Northern</strong> <strong>Railway</strong>.”.<br />

1.0 General:<br />

The work is to be done at Palwal,Asaoti, Piyala, Ballabhgarh,New Faridabad Town,Faridabad and<br />

Jn.cabin Tughlakabad station i.c.w.Provision of block proving with digital axle counter (using<br />

UFSBI) and universal axle counter for single line and fuses alarm system for relay room<br />

fuses in connection with provision of 4 th line between Jn.cabin TKD to PWL section and<br />

DLI area of Delhi division in <strong>Northern</strong> <strong>Railway</strong> ” to suit RE under train working conditions by<br />

providing panel, arrangements/circuit designing, laying of cable, provision of connections etc. in the<br />

block section/station yard. Palwal,Asaoti, Piyala,Ballabhgarh,New Faridabad Town,Faridabad and<br />

Jn.cabin Tughlakabad station is situated on DLI-MTJ section of <strong>Northern</strong> <strong>Railway</strong> of DLI division.<br />

1.1 Existing system of working and local conditions:<br />

1.1.1 Palwal,Asaoti, Piyala,Ballabhgarh,New Faridabad Town,Faridabad and Jn.cabin Tughlakabad<br />

station is situated on DLI-MTJ section of <strong>Northern</strong> <strong>Railway</strong> of DLI division is to be situated on<br />

double line Electrified route between NDLS-MTJ section. In stations yards,<br />

DC track circuits have been provided for determining the occupancy and<br />

clearance of the track.<br />

1.2 Technical conditions & Requirements:<br />

1.2.1 ENVIRONMENTAL CONDITIONS:<br />

The equipment should be fully tropicalised and it is required to perform the<br />

conditions as they exist on date, in addition to fulfilling the relevant clauses of<br />

environment vibration caused due to train operation.<br />

1.3 Work to be done by <strong>Railway</strong>s at Palwal,Asaoti, Piyala,Ballabhgarh,New Faridabad<br />

Town,Faridabad and Jn.cabin Tughlakabad station is situated on DLI-MTJ section of <strong>Northern</strong><br />

<strong>Railway</strong> of DLI division station Co-ordination with other departments for connecting field<br />

equipments with Rails.<br />

1.3.1 Supply of approved wiring diagrams.<br />

1.3.2 Provision of space in existing relay room/relay hut for housing racks & other<br />

equipments.<br />

1.3.3 Provision of space in existing ASM office for housing panel.<br />

Signature of contractor 27 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

VOL– I / ANNEXURE –I<br />

List of Materials to be supplied by the Contractor at “Provision of block proving with digital<br />

axle counter (using UFSBI) and universal axle counter for single line and fuses alarm system<br />

for relay room fuses in connection with provision of 4 th line between Jn.cabin TKD to PWL<br />

section and DLI area of Delhi division in <strong>Northern</strong> <strong>Railway</strong>.”.<br />

1 Digital axle counter set complete with Hardware fittings.<br />

2 Block Interface modem.<br />

3 SM’s panel with couplers and coupler cables.<br />

4 Racks, cables, connectors, wiring materials etc required for installation and not covered in<br />

schedule.<br />

5 Block telephone.<br />

6 16x0.02 wire & relay connectors including soldering material.<br />

7 Screened/Shilded wire for connections.<br />

8 Cement, ballast and sand required for foundation if any.<br />

9 HDPE pipes/ other protective arrangments for track divices etc.<br />

AND<br />

ANY OTHER MATERIAL NOT APPEARING IN THE ABOVE LIST BUT MENTIONED IN THE<br />

SCHEDULE <strong>OF</strong> WORK AND WHICH ARE NOT TO BE SUPPLIED BY RAILWAY.<br />

Signature of contractor 28 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

UVOL – I/ANNEXURE – II<br />

UList of materials to be supplied by <strong>Railway</strong>s to the Contractor.<br />

S.No.<br />

Name of material<br />

1 Signalling Cable if required<br />

2 Location Boxes for installation of field gears.<br />

3 Provision of Power supply arrangements.<br />

4 Provision of earthing.<br />

Any other material required for completion of the work, which is not covered in<br />

schedule and not required to be supplied by contractor.<br />

The materials required by the Contractor from <strong>Railway</strong>s as per schedule shall be<br />

supplied from the store of Sr. Sec. Engineer/Sig/Const/NNO/New Delhi or any<br />

SSE/Sig/C/Store of Delhi Area. In case of emergent needs the material may be<br />

supplied from store of Ambala/ Ludhiana/ Jullandhar/ Lucknow without any extra<br />

transportation cost.<br />

Signature of contractor 29 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

VOL I - ANNEXURE – III<br />

List of drawings applicable in the tender<br />

SN NAME <strong>OF</strong> DRAWING DRAWING NUMBER<br />

1 RCC pipe under track crossing, Trenching<br />

& laying of cables.<br />

NR/S&T/CON/1.2/97 &<br />

1.1/97-A<br />

2 Brick Masonry channel. NR/S&T/CON/1.1/97<br />

3 Cable marker. NR/S&T/CON/1.5/97-A<br />

4 Foundation for single App.case. NR/S&T/CON/2.7/97<br />

5 Foundation for half App.case. NR/S&T/CON/2.8/97<br />

6 G. I. pipes on Culverts. NR/S&T/CON/1.4 / 97<br />

7 Earth Electrode G. I. pipe. NR/S&T/CON/6.3/97<br />

8 CC Enclosure for Earth Electrode. NR/S&T/CON/6.4/97<br />

9 Relay Rack Assembly. NR/S&T/CON/4.3/97-A<br />

10 Cable Termination Board with bakelite<br />

sheet & M-6 Terminals.<br />

NR/S&T/CON/4.1/97/A<br />

Signature of contractor 30 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

NORTHERN RAILWAY<br />

SIGNAL & TELECOMMUNICATION (CONSTRUCTION)<br />

VOLUME-II<br />

INSTRUCTIONS TO TENDERER<br />

&<br />

CONDITIONS <strong>OF</strong> CONTRACT<br />

Signature of contractor 31 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

NAME <strong>OF</strong> WORK: As given in Volume-I<br />

1.0 TENDER NOTICE<br />

CHAPTER 1<br />

INSTRUCTIONS TO TENDERERS<br />

The CSTE/Const., N.Rly., Baroda House/ Dy.CSTE (Const) /SSTE(Const.) (refer Volume-I) invites for and on<br />

behalf of the President of India sealed tenders for the above work.<br />

1.0.1 The General Conditions of Contract, Special Conditions of the Contract, Instructions to Tenderers, Technical<br />

Specifications/Supplement, Preamble including Schedule of Work including all Annexures and Forms as given in<br />

Volume –I, II and III shall hereafter be referred to “TENDER DOCUMENTS”.<br />

1.0.2 TENDER DOCUMENTS<br />

The goods and services required bidding procedure and contract terms are prescribed in the tender documents.<br />

Volume-I<br />

i. Preamble along with schedule of work and annexures, drawings etc.<br />

ii. Special Conditions of Contract.<br />

Volume-II<br />

(i) Instructions to tenderers - Chapter-I<br />

(ii) Conditions of Contract - Chapter-2<br />

(iii) Tender Forms and Annexures etc.<br />

Volume-III:<br />

Technical Supplement along with technical Instructions, specifications and Drawings etc. for the scope of the work<br />

included in this tender.<br />

Miscellaneous:<br />

G.C.C. and IRS conditions of contract for the stores department with up to date modifications (CCSS) will be<br />

applicable.<br />

1.0.3 If the Tender submitted by a tenderer is accepted and the contract awarded to the Tenderer the various works coming<br />

under purview of the contract shall be governed by tender documents mentioned above.<br />

1.1 SALE <strong>OF</strong> TENDER FORMS<br />

Tender documents can be obtained from the office of CSTE/(Const.), N.Rly., Baroda<br />

House/Dy.CSTE(Const.)/SSTE(const.) (refer Vol-I) from dates as mentioned in Volume-I after depositing an amount<br />

as specified in volume-I with the Chief Cashier, <strong>Northern</strong> <strong>Railway</strong>, (place as mentioned in volume-I) on any working<br />

day from 10.30 hours to 15.00 hrs. Bidders desirous of obtaining tender documents by post can at their own risk of<br />

loss or delay in transit, obtain the tender document by post through a written request to the CSTE<br />

(Project)/CSTE(Const.)/Dy.CSTE(Const.) /SSTE(Const.).(refer Vol.I) along with non-refundable amount as specified<br />

in volume-I in the form of Banks Draft drawn in favour of FA&CAO/C, <strong>Northern</strong> <strong>Railway</strong>, Kashmere Gate, Delhi-6<br />

as indicated in volume-I. Any clarification required by the tenderer may be obtained from the office of Dy.Chief<br />

Signal & Telecom Engineer/Const., <strong>Northern</strong> <strong>Railway</strong>, New Delhi.<br />

Para 1.1(a): - Cost of Tender documents<br />

Tender documents are available on <strong>Northern</strong> <strong>Railway</strong> website i.e. www.nr.indianrail.gov.in. and the same can be<br />

down loaded and used as tender document for submitting the offer. This facility is available free of cost. However the<br />

cost of Tender document will have to be deposited by the tenderer in the form of a bank draft payable in favour of<br />

FA&CAO/C, <strong>Northern</strong> <strong>Railway</strong>, Kashmere Gate, Delhi along with the tender document. This should be paid<br />

Signature of contractor 32 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

separately and not included in the earnest money. In case tender is not accompanied with the cost of the tender<br />

document as detailed above, tender will be summarily rejected.<br />

Para 1.1(b): -Applicable for tender documents down loaded from Internet.<br />

Tenderers are free to down load tender documents at their own risk and cost for the purpose of perusal as well as for<br />

using the same as tender document for submitting their offer. Master copy of the tender document will be available in<br />

the office of Dy.CSTE/C/PS/NDLS. After award of work an agreement will be drawn up. The agreement shall be<br />

prepared based on master copy available in the office of Dy.CSTE/C/PS/NDLS and not based on the tender<br />

documents submitted by the tenderer. In case any discrepancy between the tender documents down loaded from<br />

Internet and the master copy, later shall prevail and will be binding on tenderers. No claim on this account will be<br />

entertained.<br />

Following documents will form part of contract: -<br />

a) Offer letter.<br />

b) Instructions to tenderers and conditions of contract contained in Volume-II chapter-I & II with latest modification<br />

incorporated herein.<br />

c) Special condition of contract contained in Volume-I with latest modification incorporated therein.<br />

d) Schedule of approximate quantities, information’s concerning to various paras including addition/alteration to paras<br />

of volume-II.<br />

e) General Conditions of Contract of <strong>Northern</strong> <strong>Railway</strong>s as amended by advance correction slips issued up to date. This<br />

may be procured by the contractor on payment from any Divisional <strong>Railway</strong> Manager office of <strong>Northern</strong> <strong>Railway</strong>s.<br />

f) Specifications/Drawings and other papers to be supplied with Tender paper as per “Annexure to the schedules” of<br />

Volume-I.<br />

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

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

i) Volume-I.<br />

1.1.1 INTERPRETATIONS: (DEFINITIONS)<br />

Refer to para 1.2 of Part-I and para 1 of Part-II of G.C.C.<br />

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

“EQUIPMENT” Means all or any equipment considered necessary by the Purchaser’s Engineers for the satisfactory<br />

operation, as a whole, of the installations.<br />

“MONTH” Means One English Calendar Month.<br />

“MATERIALS” Means all equipment, components, fittings and other materials including raw materials required to<br />

complete the work.<br />

“PURCHASER” Means the President of India acting through his accredited officers or any one of them. The Chief<br />

Signal & Telecom Engineer(Project), In-charge of Signal and Telecommunication Department of <strong>Northern</strong> <strong>Railway</strong><br />

shall be deemed to be one of such accredited officers.<br />

Subject to as otherwise provided in this contract, all notices to be given and all other action to be taken on behalf of<br />

President of India may be given or taken on his behalf by General Manager, <strong>Northern</strong> <strong>Railway</strong>/Chief Signal &<br />

Telecom Engineer (Const.), <strong>Northern</strong> <strong>Railway</strong> or any other representative of the <strong>Northern</strong> <strong>Railway</strong> Administration<br />

nominated by him.<br />

“PUCHASER’S ENGINEERS” Means the Chief Signal & Telecom Engineer(Project)/Chief Signal & Telecom<br />

Engineer/Construction <strong>Northern</strong> <strong>Railway</strong> or successor who will decide all matters relating to design, manufacture,<br />

installation and commissioning of the plant and equipment a site.<br />

“SUB-CONTRACTOR” Means an individual or a firm of Contractor or a Company registered under <strong>Indian</strong><br />

Company Act or an approved supplier of materials to whom the Contractor sublets portions of the contract after<br />

obtaining specific prior approval of the Purchaser in writing to sub-letting of contract.<br />

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

Signature of contractor 33 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

1.2 SITE <strong>OF</strong> WORK/LOCAL CONDITIONS<br />

The intending tenderer is advised to study the tender documents, concerned specification and other instructions<br />

carefully. The tenderers shall inspect the proposed site of work and acquaint himself/themselves with the site<br />

conditions, working hours and all relevant items connected with execution of the work. No claim shall be entertained<br />

for the contractors making his/their own arrangements for approaches/approach road from out side Rly. land and<br />

contractors will bear entire expenses such as road taxes payment for right of way, etc. to outsiders and for<br />

constructions of approaches/approach road etc. The submission of tender shall be deemed to have been done after<br />

careful study and examination of the tender papers with full understanding of the implications thereof.<br />

1.3 SUBMISSION <strong>OF</strong> TENDERS<br />

A) Single Packet System:<br />

The tender must be submitted on the prescribed tender form enclosed in sealed cover bearing the “Tender No. and its<br />

description” in duplicate marked original & duplicate and must be sent by registered post to the CSTE(Const.)<br />

/Dy.CSTE(Const.) /SSTE(Const.) (refer Volume-I) <strong>Northern</strong> <strong>Railway</strong>, Baroda House,New Delhi so as to reach this<br />

office not later than 14.30 hours on date as specified in volume-1 or deposited in the special box allotted for the<br />

purpose in the office of the CSTE(Project) /CSTE(Const.)/ Dy.CSTE(Const.)/ SSTE (const.) (refer Volume-1). The<br />

box will be sealed at 14.30 hours. No tender received after the time and date specified shall be considered. Any tender<br />

delivered or sent otherwise or lost in transit will be at the risk of the tenderers.<br />

B) Two packet system:<br />

The tender shall be submitted in duplicate marked “Original” & “Duplicate” in two parts, the Credential bid Part-I<br />

and the Price Bid, Part-II. Each copy of the tender shall be complete in all respects. Both bids shall be sealed in<br />

separate envelopes and both envelopes put in one large sealed envelope. All the three envelopes should bear the<br />

tender number, its description and date of opening. The offer complete with credential bid as well as price bid must<br />

be sent by registered post to the CSTE (Const.) / Dy.CSTE (Const.)/ SSTE (Const.)(refer Volume-I), so as to reach<br />

this office not later than 14.30 hours on date as specified in volume-1 or deposited in the special box allotted for the<br />

purpose in the office of the CSTE (Const.)/ Dy.CSTE (Const.)/ SSTE (const.) (refer Volume-1). The box will be<br />

sealed at 14.30 hours. No tender received after the time and date specified shall be considered. Any tender delivered<br />

or sent otherwise or lost in transit will be at the risk of the tenderers.<br />

(i) Part-I CREDENTIAL BID”: - The credential bid shall consist of the following:-<br />

a) Offer letter complete (as per Volume-I)<br />

b) Schedule of work with summary of prices blanked out (as pr Volume-I)<br />

c) Earnest money in prescribed form (Para 2.2 of I.T.T.)<br />

d) Solvency certificate and audited balance sheet (Para 2.5.3 & 2.6.3 of I.T.T.)<br />

e) A copy of partnership deed and affidavit for proprietorship. (Para 2.4 of I.T.T.)<br />

f) Statements of deviations (para 3.2 of I.T.T.)<br />

g) Tenderer’s credentials as per Qualifying Criteria (Para 2.5 & 2.6 of I.T.T.).<br />

h) Similar works executed/works in hand (Para 2.5.7 & 2.6.5 of I.T.T.)<br />

i) Engineering Organization and Construction Machinery. (Para 2.5.5. & 2.6.4 of I.T.T.)<br />

j) Details of special tools and installation materials.<br />

k) System performance Guarantee (Form No.9, Volume-II).<br />

l) Tenderers scheme of work and time schedule.(Para 19 of Conditions of contract Chapter-II Volume-II)<br />

m) Complete technical data and particulars of the equipment offered, as specified in the Tender papers together with<br />

descriptive literature, leaflets, etc.)<br />

n) Name of manufacturers, place of manufacture and inspection of supplies.<br />

o) Drawings, if any, complete with list.<br />

p) Alternative proposal of the tenderers.<br />

q) Any other information desired to be submitted by the tenderer.<br />

NOTE: The Credential Bid (part-I) under no circumstances should contain the rates offered otherwise the tender shall be<br />

summarily rejected. This envelope shall be clearly super scribed with “Credential Bid (Part-I)” along with tender<br />

number and its description.<br />

ii) Part-II “PRICE BID” shall contain the offer letter and the price of each item quoted exactly according to the Performa<br />

and schedule of works and shall be clearly super scribed with “PRICE BID” (Part-II)” along with tender number and<br />

its description and sealed.<br />

Signature of contractor 34 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

C) Offers to be submitted as per single packet system as per para 1.3a or two-packet system as per para 1.3b above as<br />

indicated in volume-I.<br />

D) All offers shall be either type written or written neatly in indelible Ink in English. Each page of the offer must be<br />

numbered consecutively. A reference to total number of pages comprising the offer must be made at the top right<br />

hand corner of the top page. All the supporting documents should be submitted either in original or duly attested by<br />

the tenderer or notary public unless stated otherwise in these documents. The original documents shall be produced<br />

for verification when called for.<br />

E) All copies of the tender paper shall be signed in ink by the tenderer, on each page including closing page, in token of<br />

his having studied the tender papers carefully.<br />

F) The original tender papers purchased from this office shall be returned duly signed on each page along with the<br />

original offer.<br />

1.4 OPENING <strong>OF</strong> TENDERS<br />

a) Single Packet System: -<br />

The tenders will be opened at 1500 hours on the day (refer volume-I) in the office of<br />

CSTE(Project)/CSTE(Const.)/Dy.CSTE(Const.) /SSTE(Const.) (refer volume-I) by a nominated officer in the<br />

presence of such TENDERERS who may choose to be present. In case the date of opening date happens to be a<br />

holiday the tender will be opened at the same time and place on the next working day.<br />

b) Two Packet System: -<br />

i) The TENDERERS credential bid (Part-I ) will be opened at 1500 hours on the day (refer Volume-I) in the office<br />

of CSTE(Const.) /Dy.CSTE(Const.) /SSTE(Const.) (refer Volume-I) by a nominated officer in presence of such<br />

TENDERERS/Representatives who choose to be present. In case the date of opening date happens to be a<br />

holiday the tender will be opened at the same time and place on the next working day.<br />

ii) After scrutinizing credential bid “Price Bid (Part-II)” will be opened on a subsequent date only for those<br />

Tenderers who qualify in “Credential Bid (Part-I)” as per qualifying criteria laid down in para 2.5 of this<br />

Chapter.<br />

iii) The date of opening of price bid (part-II) will advised in due course.<br />

iv) Price bid (Part-II) envelops of those Tenderers who are not found to meet conditions will not be opened and will<br />

be destroyed.<br />

c) Tenders to be opened as per single packet system as per para 1.4a or two packet system as per para 1.4b above as<br />

indicated in volume-I.<br />

1.5 VALIDITY <strong>OF</strong> <strong>OF</strong>FER<br />

The tenderer/s shall keep the offer open for a period of 90/120/180 days (refer vol.I) from the date of opening of the<br />

tender in which period tenderer/s cannot withdraw his/their offer subject to period being extended further, if required<br />

by mutual agreement from time to time. Any contravention of the above condition will make the tenderer liable for<br />

forfeiture of his Earnest Money Deposit.<br />

2. DOCUMENTS TO ACCOMPANY THE QUOTATION<br />

2.1.1 TECHNICAL;<br />

a) Detailed technical description of the system offered.<br />

b) Detailed technical description of each of the equipment offered.<br />

c) List of document plans, equipment and facilities, which the tender expects to be supplied by <strong>Railway</strong>s.<br />

d) Lay out plan for the indoor equipment and pre arrangement if any required to be done by <strong>Railway</strong>s for installation of<br />

indoor equipment.<br />

e) A certificate by the supplier that the system offered by him meets fully with the technical specification specified in<br />

the tender documents.<br />

Signature of contractor 35 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

2.1.2 Tenderer must also submit the following documents:-<br />

a) Audited balance sheet and income statement of just concluded year.<br />

b) Detailed particulars of consultants to assist the company in the works, if any.<br />

2.1.3 The tenderer must submit copies of certificates and testimonials with regards to: -<br />

a) Jobs executed in the line of work<br />

b) Time taken for completion of these works with reason for delay, if any, vis-à-vis a completion period specified in the<br />

contract.<br />

c) Whether LD was imposed with respect to above.<br />

d) Performance certificate from the clients in regard to works covered under item (a) above, signed by an officer not<br />

below the rank of J.A. Grade Officer for each completed work.<br />

e) Particulars regarding amount of supplies made in each of the work as brought out in item (a) and (d) above should be<br />

specifically brought out indicating items of supplies.<br />

f) Since the design of the system to achieve the end objective shall be checked and confirmed by the contractor and the<br />

supply of the materials will be according to this system design, the tenderer shall give unqualified and unconditional<br />

guarantee that<br />

when the equipment supplied by him is installed and commissioned at site, it shall achieve the desired objective and<br />

that in the event of performance of the system when installed not complying with the end objective or with the<br />

specifications, he shall provide further inputs to enable the <strong>Railway</strong>s to realise the end objectives with full<br />

compliance of the specifications contained in these documents. No additional payment will be made to the contractor<br />

for supply of any additional goods and service required in this regard.<br />

This certificate in the Performa given in Form No. 7, shall accompany the final offer. Absence of this certificate,<br />

which will form part of the agreement, shall disqualify the tenderer automatically.<br />

2.2 EARNEST MONEY<br />

2.2.1(a) The tenderer shall be required to be deposited earnest money with the tender for the due performance with<br />

the stipulation to keep the offer open till such date as specified in the tender, under the condition s of tender.<br />

The rules concerning Earnest Money deposit modified vide <strong>Railway</strong> Board. The same are amended as under:-<br />

Value of the work(Tender value)<br />

For works estimated to cost upto Rs.1 crore.<br />

For works estimated to cost more than one 1 crore.<br />

EMD<br />

2% of the Estimated cost of work.<br />

Rs.2 Lacs plus ½% (half percent) of the excess of<br />

estimated cost of work beyond Rs.1 core subject to a<br />

maximum of Rs.1 crore. (as indicated in tender<br />

notice) as earnest money in the manner prescribed in<br />

clause 3.2 failing which the tender shall be summarily<br />

rejected. The earnest money shall be rounded off to<br />

the nearest Rs.10.<br />

2.2.1(b) The tender must be accompanied by a sum of Rs.315500/- (Rupees Three lac fifteen thousand five hundred only)<br />

02% for works estimated to cost upto Rs.1 crore and for works estimated to cost more than Rs.1 crore - Rs.2 Lacs<br />

plus ½% (half percent) of the excess of estimated cost of work beyond Rs.1 crore subject to a maximum of Rs.1<br />

crore. (as indicated in tender notice) as earnest money in the manner prescribed in clause 3.2 failing which the tender<br />

shall be summarily rejected. The earnest money shall be rounded off to the nearest Rs.10.<br />

2.2.1( c) Labour co-operative are required to deposit only 50% of the earnest money as referred to in clause 3.1 above.<br />

2.2.1(d) The tender/s shall keep the offer open for a period of 90 days from the date of opening of the tender in which period<br />

tenderer/s cannot withdraw his/their offer subject to period being extended further, if required, by mutual agreement<br />

from time to time. It is understood that the tender documents have been sold/issued to the tenderer/s and tenderer/s<br />

is/are being permitted to in consideration of stipulation on his/their part that after submitting his/their offer he/they<br />

will not resile for his/their offer or modify the terms and conditions thereof in a manner not acceptable to <strong>Northern</strong><br />

<strong>Railway</strong> should the tenderer/s fail to observe to comply with the foregoing stipulation or fail to undertake the contract<br />

after acceptance of his/their tender the entire amount deposited as earnest money for the due performance of the<br />

stipulation and to keep the offer open for the specified period, shall be forfeited t the <strong>Railway</strong>.<br />

If the tender is accepted, the amount of all earnest money will be held as initial security deposit for due and faithful<br />

fulfillment of the contract. The earliest money of unsuccessful tenderer/s will, save as herein before provided be<br />

retuned to the unsuccessful tenderer/s within a reasonable time, but <strong>Railway</strong> shall not be responsible for any loss or<br />

depreciation that happen to the earnest money for the due performance of the stipulation and to keep the offer open<br />

Signature of contractor 36 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

for the period stipulated in the tender documents while in <strong>Railway</strong> possession nor will be liable to pay interest<br />

thereon.<br />

2.2.2 The Earnest Money of the requisite amount referred to in clause above is required to be deposited either in cash with<br />

the Chief Cashier, <strong>Northern</strong> <strong>Railway</strong>, Delhi on any working day before 12.00 hrs. on 05.06.12 or in any of the<br />

following forms.<br />

Para 2.2.2 (a), (b) & (c) Earnest Money:<br />

NOTE<br />

a) Deposit receipts, Pay Orders and Demand Drafts. These forms of Earnest Money could be either of<br />

State Bank of India or any of the nationalized banks or by a scheduled bank . No confirmatory advice<br />

from Reserve Bank of India will be necessary.<br />

b) The above instrument should be pledged in favour of Dy. FA&CAO /Const./ FA &CAO/Const,,<br />

<strong>Northern</strong> <strong>Railway</strong>, Kashmere Gate, Delhi.<br />

c) The official cash receipts having a mention of the firm/individual who has deposited the cash or the<br />

Deposit Receipts, Pay Order or Demand Draft as mentioned above, as the case may be, is to be attached<br />

with the tender, failing which, tender will be summarily rejected.<br />

i. Tenders submitted with Earnest Money in any form other than those specified above shall not be<br />

considered.<br />

ii. Any request for recovery from outstanding bills for Earnest Money against present tender will<br />

not, under any circumstances be entertained.<br />

iii. No interest will be payable upon the earnest money and security deposit or amounts payable to<br />

the contractor under the contract.<br />

2.2.3 Exemption of Earnest Money & Security Deposit:<br />

Public Sector Undertaking wholly owned by <strong>Railway</strong>s like RITES, IRCON, Konkan <strong>Railway</strong> Corporation<br />

Limited, CRIS, Rail-Tel Corporation etc. are exempted from depositing Earnest Money & Security Deposit.<br />

2.2.4 Performance Guarantee:<br />

a) The successful bidder shall have to submit a Performance Guarantee (PG) with in 30 (thirty<br />

days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission<br />

of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given<br />

by the Authority who is competent to sign the contract agreement. However, the penal<br />

interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days i.e. from<br />

31 st day after the date of issue of LOA. In case the contractor fails of submit the requisite PG<br />

even after 60 (sixty) days from the date of issue of LOA, the contract shall be terminate by<br />

issuing notice under relevant provisions of General Conditions of Contract duly forefeiting<br />

EMD and other dues, if any payable against that contract. The failed contractor shallbe<br />

debarred from participating in re-tender for this work.<br />

b) The successful bidder shall submit the Performance guarantee (PG) in any of the following<br />

forms, amounting to 5% of the contract value:<br />

i) A deposit of Cash,<br />

ii) Irrevocable Bank Guarantee,<br />

iii) Government Securities including State Loan Bonds at 5% below the market value.<br />

iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of<br />

performance Guarantee could be either of the State Bank of India or of any of the<br />

Nationalized Banks.<br />

v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;<br />

vi) A deposit in the Post Office Saving Bank;<br />

vii) A deposit in National Saving Certificates;<br />

viii) Twelve years National Defence Certificates;<br />

ix) Ten years Defence Deposits;<br />

x) National Defence Bonds;<br />

xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less<br />

and:<br />

xii) FDR (Free from any encumbrance).<br />

Signature of contractor 37 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

NOTE : The instruments as lested above will also be acceptable for Guarantees in case of<br />

mobilization advance. All the instrments mentioned in (iii) to (xii) above should be<br />

in favour of FA&CAO/C /NR or Dy. FAO/CAO/C/NR.<br />

c) (i) A performance guarantee shall be submitted by the successful bidder after the letter<br />

of acceptance has been issued, but before signing of the contract agreement. This<br />

P.G. shall be initially valid upto the stipulated date of completionplus 60 days<br />

beyond that. In case, the time foe for completion of work gets extended, the<br />

contractor shall get the validity of P.G. extended to cover such extended time for<br />

completion of work plus 60 days.<br />

(ii) If <strong>Railway</strong> PSUs are awarded contracts through competitive bidding (Open tender,<br />

Special Limited Tender etc.) the normal rule regarding submission of Performance<br />

Guarantee as applicable to other tenderer/s shall be applicable to these PSUs.<br />

(iii) Whenever the <strong>Railway</strong> PSUs are awarded works contracts by <strong>Railway</strong>s, on single<br />

tender basis, they are exempted from the requirement of submitting Performance<br />

Guarantee.<br />

(iv) However, in the event of failure of the <strong>Railway</strong> PSU to successfully execute the<br />

contract as per terms & conditions laid down in the agreement, a penalty<br />

equivalent to 5% of the original value of contract would be levied.<br />

d) The value of PG to be submitted by the contractor will not change for variation upto 25%<br />

(either increase or decrease). In case during the course of execution, value of the contract<br />

increases by more than 25% of the original contact value, an additional Performance<br />

Guarantee amounting to 5% (five percent) for the excess value over the original contract<br />

value shall be deposited by the contractor.<br />

e) The Performance guarantee shall be released after physical completion of the work based on<br />

the ‘completion certificate’ issued by the competent authority stating that the contractor<br />

has completed the work in all respects satisfactorily. The certificate, inter alia, should<br />

mention that the work has been completed in all respects and that all the contractual<br />

obligations have been fulfilled by the contractor and that there is no due from the contractor<br />

to <strong>Railway</strong>s against the contract concerned. The competent authority shall normally be the<br />

authority who is competent to sign this contract. If the competent authority is of the rank<br />

lower than JA grade, then a JA Grade Officer (concerned with the work) should issue the<br />

certificate. The Security Deposit shall, however, be released only after expiry of<br />

maintenance4 period and after passing the final bill based on ‘No Claim Certificate’ from the<br />

contractor.<br />

f) Whenever the contract is rescinded, the security deposit shall be forfeited and the<br />

performance guarantee shall be encashed. The balance work shall be got done<br />

independently without risk and cost of the failed contractor. The failed contractor shall be<br />

debarred from participating in the tender for executing the balance work. If the failed<br />

contractor is a JV or a partnership firm, the every member/partner of such a firm shall be<br />

debarred from participating in the tender for the balance work in his/her individual capacity<br />

or as a partner of any other JV/partnership firm.<br />

g) The Engineer shall not make a claim under the performance Guarantee except for amounts<br />

to which the President of India is entitled under the contract (not with standing and/or<br />

without prejudice to any other provisions in the contract agreement) in the event of:<br />

i) Failure by the contractor to extend the validity of the performance Guarantee as<br />

described herein above, in which event the Engineer may claim the full amount of the<br />

Performance Guarantee.<br />

ii) Failure by the contractor to pay President of India any amount due, either as agreed by<br />

the contractor or determined under any of the clauses/conditions of the agreement,<br />

within 30 days of the service of the notice to this effect by Engineer.<br />

iii) The contract being determined or rescinded under provision of the GCC the performance<br />

guarantee shall be forfeited in full and shall be absolutely at the disposal of the<br />

President of India.<br />

Signature of contractor 38 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

2.3 PURCHASE PREFERENCE FOR CENTRAL PUBLIC SECTOR ENTERPRISES (CPSEs)<br />

For tenders/NIT of value Rs.5 Crore & above, other things being equal, purchase preference will be given to Central<br />

Public Sector Enterprises (CPSE’s) at lowest valid price bid (L1) if the price quoted by a CPSE is within 10% of the<br />

L1 price as per the latest instructions. However, in case the quoted price by public enterprises is not within 10% of<br />

the lowest valid price bid, such a price bid may be rejected without any further consideration.<br />

2.4 CONSTITUTION <strong>OF</strong> FIRM AND POWER <strong>OF</strong> ATTORNEY<br />

a) Tenderer(s) should submit the constitution of his/their firm(s) and the Power of Attorney, if any. He/they are also<br />

required to disclose whether he/they is/are carrying own business as individual, sole Proprietor or in Partnership for<br />

or in any company incorporated under the company’s Act. A copy of the agreement entered into by Joint Ventures,<br />

Partners is to be submitted with the tender. Tender Documents in such cases, are to be signed by such person/s as<br />

may be legally competent to sign them on behalf of the firm company, association or society as the case may be.<br />

b) If, tenderer expires after the submission of his tender or after the acceptance of his tender, the <strong>Railway</strong> shall deem<br />

such tender/ contract as cancelled. If, a partner of a firm expires after the submission of their tender the <strong>Railway</strong> shall<br />

deem such tender as cancelled unless the firm retains its character.<br />

c) If, the contractor’s firm is dissolved on account of death or retirement of any partner or for any reasons whatsoever<br />

before fully completing the whole work or any part of it undertaken by the principal agreement, the partner shall<br />

remain jointly severely and personally liable to complete the whole work to the satisfaction of the <strong>Railway</strong> and pay<br />

compensation for loss sustained, if any, by the <strong>Railway</strong> due to such dissolution. The amount of such compensation<br />

shall be decided by the General Manager or his accredited officer and his decision in the matter shall be final and<br />

binding on the contractor.<br />

d) CONSORTIUM BIDS (Refer Vol.I)<br />

i) In view of nature of work covered in the Bid documents, it is anticipated that some of the intending bidders will<br />

pool their resources and experience to form consortia. In their own interest, the bidders who form such<br />

consortia are advised to investigate capabilities, availability of resources, experienced personnel, financial<br />

soundness, past experience and concurrent engagements of constituting partners.<br />

ii) Consortia of bidders, if any must clearly define role/scope of work of each partner/member. Further the legal<br />

agreement for a consortium must accompany the bid and should clearly define the leader of such a consortium<br />

who will be the prime contractor and will be responsible for timely completion of work as also during execution<br />

of work, if awarded, co-ordinate with Purchaser on behalf o the consortium, receive payments for the works<br />

executed and be liable for due performance of the contract in all respect.<br />

iii) Qualification documents, details etc., must however, be provided for each member firm complete in all respects<br />

strictly in requisite Performa.<br />

iv) A consortium formed will not be subject to alteration with regard to change in constituting firms and/or<br />

reorientation of roles. Any changes, if proposed by consortium to take advantage of certain developments during<br />

evaluation stage will render the bid liable to be rejected. As all details are required to be furnished along with the<br />

bid and should be critically examined during evaluation of bids, it is imperative that such details should have<br />

been thoroughly examined as a safeguard against a possible disqualification of bids on these grounds.<br />

v) All partners of the consortium shall be jointly and severally liable to the purchaser for the execution of the entire<br />

contract in accordance with its terms.<br />

Modified Clause 2.4.1(in replacement to the existing clause)<br />

2.4.1 The tenderer/s who are constituents of firm, company, association or society must necessarily enclose the<br />

attested copies of the constitution of their concern, partnership deed and power of attorney along with their<br />

tender. Tender documents in such cases are to be signed by such persons as may be legally competent to sign<br />

them on behalf of the firm company, association or society as the case may be. The Co-operative societies must<br />

likewise submit a attested copy of their certificate of registration alongwith the documents as above mentioned.<br />

The tenderer shall give full details sof the constitution of the firm/JV/Company/Society etc in the “Top Sheet” as<br />

well as in Annexure-“D” to “Special Tender conditions and instructions to tenderers of tender document and<br />

must submit the following documents alongwith tender without fail:-<br />

(A)<br />

Sole Proprietorship firm:<br />

(B)<br />

If the tender is ubmitted on behalf of a “Sole proprietorship” concern, the tenderer must submit alongwith the<br />

tender, the notarized copy of the affidavit for the same.<br />

Partnership firm:<br />

Signature of contractor 39 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

If the tender is submitted on behalf of a “Partnership firm/concern”, the tenderer must submit alongwith the<br />

tender, the attested copy of (1) registered/notarized partnership deed and; (2) the power of Attorney/authorization<br />

in favour of the individual signing the tender.<br />

(C)<br />

Joint Venture (JV):<br />

If the tender is submitted on behalf of a JV, the tenderer must submit alongwith the tender,<br />

(1) Original copy of MOU/JV agreement duly notarized in accordance with the annexure K-1 to “Special Tender<br />

Conditions and instructions to tenderers” of tender document, duly signed by the Power of Attorney (POA)<br />

holders/authorized signatories of all the constituents/members of the JV.<br />

(2) Valid power of attorney/authorization by all JV constituents, in favour of the individual signing the tender<br />

document on behalf of the JV ; and<br />

(3) In addition, following documents must be enclosed by the JV firms alongwith the tender:-<br />

(i)<br />

(a)<br />

(b)<br />

In case one or more of the members of the JV firm is/are partnership firm(s), following documents shall be<br />

submitted.<br />

Notary certified copy of the partnership deed.<br />

Consent of all the partners to enter into the joint venture Agreement on a stamp paper of appropriate value (in<br />

original).<br />

(c ) Power of Attorney (duly registered or notarized as per prevalling law) in favour of one of the partners of the<br />

partnership firm to sign the JV MOU/Agreement on behalf of the partnership firm and create liability against the<br />

firm.<br />

(ii)<br />

In case one or more members of JV is/are Proprietary Firm or HUF, the following documents shall be enclosed:<br />

Affidavit on Stamp paper of appropriate value declaring that his/her concern is a Proprietary concern and he/she<br />

is sole proprietor of the concern or he/she is in position of “Karta” of Hindu Undivided Family (HUF) and he/she<br />

has the authority, power and consent given by other partners to an on behalf of HUF.<br />

(iii)<br />

(a)<br />

(b)<br />

In case one or more members of JV is/are limited companies, the following documents shall be submitted:<br />

Notary certified copy of resolutions of the Directors of the company, permitting the company to enter into a JV<br />

agreement, authorizing MD or one of the Directors of Managers of the company to sign JV MOU/Agreement and<br />

such other documents required to be signed on behalf of the company and enter into liability against the company<br />

and /or do any other act on behalf of the company.<br />

Copy of memorandum and Articles of Association of the company.<br />

(c ) Power of Attorney (duly registered/notarized as per prevailing law) by the company authorizing the person to<br />

do/act on behalf of the company as mentioned in the para (a) above.<br />

(d)<br />

Company:<br />

If the tender is submitted on behalf of a company registered under companies Act-1956, the tenderer must submit<br />

alongwith the tender, (1) the copies of MOA (Memorandum of Association) & AOA (Article of Association) of<br />

the company; (2) POA (Power of Attorney) duly registered/notarized by the company (backed by the resolution<br />

of Board of Directors)in favour of the individual signing the tender on behalf of the company.<br />

2.4.1.1 If above mentioned documents (as applicable) are not enclosed along with tender documents, the tender shall be<br />

treated as having been submitted by the individual who has signed the tender documents. After opening of the<br />

tender, any document pertaining to the constitution of the firm/JV/Society (as applicable), shall neither be asked<br />

nor be entertained/considered under any circumstances and no claim or representation whatsoever from the<br />

tenderer in this regard shall be entertained.<br />

Signature of contractor 40 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

No change in the constitution of the firm/JV/company shall be permitted after opening of the tender except<br />

where necessitated due to the succession law. The :Power of Attorney” in favour of the individual signing the<br />

tender document may however be accepted subsequently, if acceptable reasons are furnished for the same.<br />

“JVs/Consortiums/MOUs” shall be considered only where permissible in the tender conditions”.<br />

e) GUIDE LINES FOR PARTICIPATION <strong>OF</strong> JOINT VENTURE (JV) FIRMS<br />

(The JV firms are allowed to participate only in the tenders of value more than Rs. 25 Crores)<br />

1. Separate identity/name shall be given to the Joint Venture firm.<br />

2. Number of members in a JV shall not be more than three, if the work involves only one department<br />

(say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the work involves<br />

more than one department.<br />

3. A member of JV firm shall not be permitted to participate either in individual capacity or as a<br />

member of another JV firm in the same tender.<br />

4. The tender form shall be purchased and submitted only in the name of the JV firm and not in the<br />

name of any constituent member.<br />

5. Normally EMD shall be submitted only in the name of the JV Firm and not in the name of<br />

Constituent member. However, in exceptional cases EMD in the name of lead Member can be<br />

accepted subject to submission of specific request letter from lead Member stating the reasons for<br />

not submitting the EMD in the name of JV Firm and giving written confirmation from the JV<br />

Member to the effect that the EMD submitted by the lead Member may be deemed as EMD<br />

submitted by JV firm.<br />

6. One of the members of the JV firm shall be its Lead Member who shall have a majority (at least<br />

51%) share of interest in the JV firm and also, must have satisfactorily completed in the last three<br />

previous financial years and the current financial year upto the date of opening of the tender, one<br />

similar single work for a minimum value of 35% of advertised tender value. The other members<br />

shall have a share of not less than 20% each in case of JV firms with up to three members and not<br />

less than 10% each in case of JV firms with more than three members. In case of JV firm with<br />

foreign member (s), the lead member has to be an <strong>Indian</strong> firm with a minimum share of 51%.<br />

7. A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted<br />

by the JV firm along with the tender. The complete details of the members of the JV firm, their<br />

share and responsibility in the JV firm etc. particularly with reference to financial technical and<br />

other obligations shall be furnished in the MOU. The MOU Format for this purpose is enclosed as<br />

Annexure 8/A.<br />

8. Once the tender is submitted, the MOU shall not be modified/altered/terminated during the validity<br />

of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest<br />

Money Deposit (EMD) shall be liable to be forfeited.<br />

9. Approval for change of constitution of JV firm shall be at the sole discretion of the Employer<br />

(<strong>Railway</strong>s). The constitution of the JV firm shall not be allowed to be modified after submission of<br />

the tender bid by the JV firm except when modification becomes inevitable due to succession laws<br />

etc. and in any case the minimum eligibility criteria should not get vitiated. However, the Lead<br />

Member shall continue to be the Lead Member of the JV firm. Failure to observe this requirement<br />

would render the offer invalid.<br />

10. Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be altered<br />

during the currency of contract except when modification become inevitable due to succession<br />

laws etc. and in any case the minimum eligibility criteria should not get vitiated. Failure to observe<br />

this stipulation shall be deemed to be breach of contract with all consequential penal action as per<br />

contract conditions.<br />

11. On award of contract to a JV firm, a single Performance Guarantee shall be submitted by the by<br />

the JV firm as per tender conditions. All the Guarantee like Performance Guarantee, Bank<br />

Guarantee for Mobilization advance, machinery Advance etc. shall be accepted only in the name<br />

of the JV firm and no splitting of guarantees amongst the members of the JV firm shall be<br />

permitted.<br />

12. On issue of LOA ( Letter of Acceptance), an agreement among the members of the JV firm (to<br />

whom the work has been awarded) shall be executed and got registered before the Registrar of<br />

the Companies under Companies Act or before the Registrar / Sub-Registrar under the<br />

Registration Act, 1908. This JV agreement shall be submitted by the JV firm to the <strong>Railway</strong>s<br />

before signing the contract agreement for the work. In case the tenderer fails to observe/comply<br />

with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal<br />

actions due shall be taken against partners of the JV and the JV. This joint venture agreement<br />

shall have, inter-alia, following clauses:<br />

Signature of contractor 41 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

12.1.1.1 12.1 Joint and several liability – The members of the JV firm to which the contract is<br />

awarded, shall be jointly and severally liable to the Employer (<strong>Railway</strong>s) for execution of the<br />

project in accordance with General and Special conditions of the contract. The JV members shall<br />

also be liable jointly and severally for the loss, damages caused to the <strong>Railway</strong>s during the course<br />

of execution of the contract or due to non-execution of the contract or part thereof.<br />

12.2 12.2 Duration of the Joint Venture Agreement - It shall be valid during the entire<br />

currency of the contract including the period of extension if any and the maintenance period after<br />

the work is completed.<br />

12.3 12.3 Governing Laws – The joint venture Agreement shall in all respect be governed by<br />

and interpreted in accordance with <strong>Indian</strong> Laws.<br />

13. Authorized Member – Joint Venture members shall authorize one of the members on behalf of<br />

the Joint Venture Firm to deal with the tender, sign the agreement or enter into contract in respect<br />

of the said tender, to receive payment, to witness joint measurement of work done, to sign<br />

measurement books and similar such action in respect of the said tender/contract. All<br />

notices/correspondence with respect to the contract would be sent only to this authorized member<br />

of the JV firm.<br />

14. No member of the Joint Venture Firm shall have the right to assign or transfer the interest right or<br />

liability in the contract without the written consent of the other members and that of the employer<br />

(<strong>Railway</strong>s) in respect of the said tender/contract.<br />

15. Documents to be enclosed by the JV firm along with the tender:<br />

15.1 In case one or more of the members of the JV firm is/are partnership firm(s), following documents<br />

shall be submitted.<br />

(a) Notary certified copy of the Partnership Deed.<br />

(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of<br />

appropriate value (in original)<br />

(c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners of<br />

the partnership firm to sign the JV agreement on behalf of the partnership firm and create<br />

liability against the firm.<br />

15.2 In case one or more members is/or Proprietary Firm or HUF, the following documents shall be<br />

enclosed:<br />

Affidavit on Stamp Paper of appropriate value declaring that his/her Concern is a Proprietary<br />

Concern and he/she is sole proprietor of the Concern Or he/she is in position of “KARTA”<br />

of Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by<br />

other partners to act on behalf of HUF.<br />

15.3 In case one or more members is/are limited companies, the following documents shall be<br />

submitted.<br />

(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to<br />

enter into a JV agreement, authorizing MD or one of the Directors or Managers of the<br />

Company to sign JV Agreement, such other documents required to be signed on behalf of<br />

the Company and enter into liability against the company and/or do any other act or on<br />

behalf of the company.<br />

(b) Copy of Memorandum and articles of Association of the Company.<br />

(c) Power of Attorney (duly registered as per prevailing law) by the Company authorizing the<br />

person to do/act mentioned in the para (a) above.<br />

15.4 All the members of the JV shall certify that they are not black listed or debarred by <strong>Railway</strong>s or any<br />

other Ministry/Department of the Govt. of India/State Govt. from participation in tenders/contract on<br />

the date of opening of bids either in their individual capacity as members of the JV or the JV Firm<br />

in which they were/are members.<br />

16. Credentials & Qualifying criteria<br />

Technical and financial eligibility of the JV firm shall be adjudged based on<br />

satisfactory fulfillment of the following criteria.<br />

16.1 Technical eligibility criteria: (‛a’ or ‛b’ mentioned hereunder)<br />

Signature of contractor 42 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

(a) Either the JV Firm or Lead Member of the JV firm must have satisfactorily completed in the last three<br />

previous financial years and the current financial year upto the date of opening of the tender, one<br />

similar single work for a minimum value of 35% of advertised value of the tender .<br />

OR<br />

(b)(i) In case of composite works (e.g. works involving more than one distinct component such as Civil<br />

Engineering works, S&T works, Electrical works, OHE works etc.and in the case of major bridges,<br />

substructure and superstructure etc.) for each component at least 35% of the value of any of such<br />

components individually for single similar nature of work should have been satisfactorily completed<br />

by the JV Firm in the previous three financial years and the current financial year upto the date of<br />

opening of tender. The member satisfying technical elgibility criteria for the largest component of the<br />

work shall be the Lead Member and that Member shall have a majority (at least 51%) share of<br />

interest in the JV Firm.<br />

(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined with<br />

estimated tender cost of it, as part of the tender documents without any ambiguity. Any work or set<br />

of works shall be considered to be a separate component, only when cost of the compoment is more<br />

than Rs. 2 Crore each.<br />

(i) However, as long as the JV Firm or any member of the JV Firm meets with the requirements, in one<br />

or more components of the work ,and has completed a minimum of 35% of the advertised value of<br />

the tender for the same value of the contract, and resultantly, all the members of the JV<br />

collectively,then meet the prescribed technical eligibility criteria, the JV shall stand technically<br />

qualified.<br />

NOTE:<br />

Value of a completed work done by a Member in an earlier JV Firmfirm or a JV firm shall be<br />

reckoned only to the extent of the concerned member’s share in that JV Firm for the<br />

purpose of satisfying his/her compliance of the above mentioned technical eligibility<br />

criteria in the tender under consideration.<br />

16.2 Financial eligibility criteria:<br />

The contractual payments received by the JV Firm or the arithmetic sum of contractual payments<br />

received by all the members of JV firm in the previous three financial years and the current<br />

financial year up to the date of opening of tender shall be at least 150% of the estimated value of<br />

the work as mentioned in the tender.<br />

NOTE:<br />

Contractual payment received by a Member in an earlier JV Firm shall be reckoned only to<br />

the extent of the concerned member’s share in that JV Firm for the purpose of satisfying<br />

compliance of the above mentioned financial eligibility criteria in tender under<br />

consideration.<br />

Signature of contractor 43 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Annexure-K-1<br />

FORMAT FOR JOINT VENTURE MEMORANDUM <strong>OF</strong> UNDETSTANDING/AGREEMENT.<br />

THIS JOINT VENTURE MEMORANDUM <strong>OF</strong> UNDETRSTANDING (MOU)/ AGREEMENT EXECUTED<br />

AT___________ON THIS_____ DAY <strong>OF</strong>________ 2008 BETWEEN M/s ______________ Registered<br />

office at ________________ as the first party and M/s __________________ Registered office at<br />

______________ as the Second party _________________ as Third party (The expression and words of<br />

the first and second and third party shall mean and include their heirs successors, assigns, nominees<br />

execution, administrators and legal representatives respectively)<br />

WHEREAS All the parties are engaged mainly in the business of execution of Civil Engineering and<br />

General Contracts for various Government Departments and organizations.<br />

WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture for carrying<br />

on Engineering and/or contract works, in connection with __________________ and other works<br />

mentioned in Tender Notice No._________________ of <strong>Northern</strong> <strong>Railway</strong> or any other work or works, as<br />

mutually decided between the parties to this Joint Venture.<br />

WHEREAS all the parties are desirous of recording the terms and conditions of this Joint Venture to avoid<br />

future disputes.<br />

NOW THIS MOU/AGREEMENT WITNESSTH AS UNDER;<br />

1. That in and under this Joint Venture agreement the work will be done jointly by the First Party and<br />

Second Party in the name and style of M/s ________________________ (Joint Venture of M/s<br />

________________________ M/s _______________________________ and M/s<br />

_______________________)<br />

2. That all the parties shall be legally liable, severally and or jointly responsible for the<br />

satisfactory/successful execution/completion of the work in all respects and in accordance with terms<br />

and conditions of the contract.<br />

That the role of each constituent of the said Joint Venture in details shall be as under:-<br />

The first party shall be responsible for ________________________<br />

The second party shall be responsible for ______________________<br />

The third party shall be responsible for ______________________<br />

The share of profit and loss of each constituent of the said Joint Venture shall be as under:-<br />

That all the parties of this Joint Venture shall depute their experienced staff as committed commensuration<br />

with their role and responsibility and as required for the successful completion of the works in close<br />

consultation with each other.<br />

That the investment required for the works under this Joint Venture shall be brought in by the parties as agreed<br />

to between them from time to time.<br />

That all the Bank guarantee shall be furnished jointly by the parties in the name of Joint Venture.<br />

That the party number __________________________________________________ to this Joint Venture<br />

shall be the prime (lead) contractor and will be responsible for timely completion of work and to<br />

coordinate with the <strong>Railway</strong>s to receive payments and also to make all correspondence on behalf of<br />

this Consortium/Joint Venture.<br />

That all the above noted parties i.e. ___________________________________ not to make any change in the<br />

agreement without prior written consent of the <strong>Railway</strong>.<br />

Signature of contractor 44 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

NOW THIE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTURE ON THIS<br />

______________ DAY <strong>OF</strong> __________TWO THOUSAND WITH REFERENCE TO AND IN<br />

CONFIRMATION <strong>OF</strong> THEIR DISCUSSIONS AND UNDERSTANDING BROUGHT ON<br />

RECORD ON ____________.<br />

IN WITNESS THERE<strong>OF</strong> ALL/BOTH THE ABOVE NAMED PARTIES HAVE SET THEIR<br />

RESPECTIVE HANDS ON THIS JOINT VENTURE AGREEMENT ON THE DAY, MONTH AND YEAR<br />

FIRST ABOVE MENTIONED IN THE PRESENCE <strong>OF</strong> THE FOLLOWING WITNESS.<br />

WITNESSES:<br />

1. FIRST PARTY<br />

2. SECOND PARTY<br />

Signature of contractor 45 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Annexure-K-2<br />

Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria<br />

1. The Partnership Firms participating in the tender should be legally valid under the provisions of<br />

<strong>Indian</strong> Partnership Act.<br />

2. Partnership firms are eligible to quote tenders of any value.<br />

3. The partnership firm should have been in existence or should have been formed prior to<br />

submission of tender. Partnership firm should have either been registered with the competent<br />

registrar or the partnership deed should have been notarized prior to date of tender opening, as<br />

per <strong>Indian</strong> partnership Act.<br />

4. Separate identity/name should be given to the partnership firm. The partnership firm should have<br />

PAN/TAN number in the name of the any of the constituent partners shall not be considered. The<br />

valid constituents of the firm shall be called partners.<br />

5. Once the tender has been submitted, the constitution of firm shall not be allowed to be<br />

modified/altered/terminated during the validity of the tender as well as the currency of the contract<br />

except when modification becomes inevitable due to succession laws etc, in which case prior<br />

permission should be taken from <strong>Railway</strong> and in any case the minimum eligibility criteria should<br />

not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified<br />

supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at<br />

the sole discretion of the <strong>Railway</strong>s and the tenderer shall have no claims what so ever. Any<br />

change in the constitution of Partnership Firm after opening of tender shall be with the consent. Of<br />

all partners and with the signatures of all partnership deed. Failure to observe this requirement<br />

shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraws from the<br />

firm after opening of the tender and before the award of the tender, the offer shall be rejected. If<br />

any new partner joins the firm after opening of tender but prior to award of contract, his/her<br />

credentials shall not qualify for consideration towards eligibility criteria either individually or in<br />

proportion to this share in the previous firm. In case the tenderer fails to inform <strong>Railway</strong><br />

beforehand about any such changes/modification in the constitution which is inevitable due to<br />

succession laws etc. and the contract is awarded to such firm, then it will be considered a breach<br />

of contract conditions, liable for determination of contract under Clause 62 of General Condition of<br />

Contract.<br />

6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a<br />

partner of any other firm in the same tender.<br />

7. The tender form shall be purchased and submitted only in the name of partnership firm and not in<br />

the name of any constituent partner. The EMD shall be submitted only in the name of partnership<br />

firm. The EMD submitted in the name of any individual partner or in the name authorized<br />

partner(s) shall not be considered.<br />

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

authorized person (s) on behalf of the firm, who will be authorized by all the partners to act on<br />

behalf of the firm through a “Power of Attorney” specifically authorizing him/them to submit & sign<br />

the tender, sign the agreement, receive payment, witness measurements, sign measurement<br />

books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm,<br />

sign “No Claim Certificate”, refer all or any dispute to arbitration and to take similar such action in<br />

respect of the said tender/contract. Such “Power of Attorney” should be notarized and submitted<br />

along with tender.<br />

9. A notary certified copy of registered or notarized partnership deed shall be submitted along with<br />

the tender.<br />

10. On award of the contract to the partnership firm, a single performance guarantee shall be<br />

submitted by the firm as per tender conditions. All the guarantee like performance guarantee,<br />

guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the<br />

name of the partnership firm and no spitting of guarantees among the partners shall be<br />

acceptable.<br />

11. On issue of LOA, contract agreement with partnership firm shall be executed in the name of the<br />

firm only and not in the name of any individual partner.<br />

12. In case, the contract is awarded to a partnership firm, the following undertakings shall be<br />

furnished by all the partners through a notarized affidavit, before signing of contract agreement:-<br />

a) Joint and several liabilities – The partners of the firm to which the contract is awarded, shall be<br />

jointly and severally liable to the <strong>Railway</strong> for execution of the contract in accordance with general<br />

and special conditions of the contract. The partners shall also be liable jointly and severally for the<br />

loss, damages caused to the <strong>Railway</strong> during the course of execution of the contract or due to nonexecution<br />

of the contract or part thereof.<br />

Signature of contractor 46 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

b) Duration of the partnership firm agreement – The partnership deed/partnership firm agreement<br />

shall normally not be modified, altered, terminated during the currency of contract and the<br />

maintenance period after the work is completed as contemplated in the conditions of the contract.<br />

Any change carried out by partners in the constitution of the firm without permission of <strong>Railway</strong>,<br />

shall constitute a breach of contract liable for determination of contract under clause 62 of<br />

General Conditions of Contract.<br />

c) Governing Laws – The partnership firm agreement shall in all respect be governed by and<br />

interpreted in accordance with the <strong>Indian</strong> laws.<br />

d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the<br />

contract without the written consent of the other partner and that of the <strong>Railway</strong> in respect of the<br />

tender/contract.<br />

13. The tenderer shall clearly specify that the tender is submitted on behalf of partnership concern.<br />

The following documents shall be submitted by the partnership firm, with the<br />

a) a) A copy of registered/notarized partnership deed duly authenticated by notary.<br />

b) Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from all<br />

partners of the firm in favour of one or more of the partner(s) or any other person(s) as detailed in<br />

Para (8) above.<br />

c) An undertaking by all the partners of the partnership firm shall be given that they have not been<br />

black listed or debarred by <strong>Railway</strong>s or any other Ministry/Department of the Govt of India/any<br />

State Govt from participation in tenders contract on the date of opening of bids either in their<br />

individual capacity or in any firm in which they were/are partners. Concealment/wrong information<br />

in regard to above shall make the contract liable for determination under clause 62 of General<br />

Conditions of Contract -1999.<br />

14. Evaluation of eligibility of a partnership firm.<br />

Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfilment of<br />

the following conditions:<br />

i) Technical eligibility criteria – The tenderer should satisfy either of the following criteria:-<br />

a) The partnership firm shall satisfy the full requirement of technical eligibility criteria ( defined in<br />

“Para 2.3.4 of special tender conditions and instructions for tenderers”) in its own name and style:<br />

B) In case the partnership firm does not fulfill the technical eligibility criteria in its own name and<br />

style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or<br />

as a partner in a different partnership firm, then such partner of the firm shall satisfy the technical<br />

eligibility criteria (defined in “Para 2.3.4 of special tender conditions and instructions for<br />

tenderers”) on the basis of his/her proportionate share in that proprietorship/partnership firm<br />

reduced further by his /her percentage share in the tendering firm.<br />

ii) Financial eligibility criteria – The tenderer shall satisfy either of the following criteria:<br />

a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as defined<br />

in “Para 2.3.5 of special tender conditions and instructions for tenderers”) in its own name and<br />

style.<br />

Signature of contractor 47 of pages173 SSTE/C/PS/NDLS<br />

OR<br />

OR<br />

In case the partnership firm does not fulfill the financial eligibility criteria in its own name and style,<br />

but one or more o its partners have executed a work/contract in the past either as sole proprietor<br />

or as partner in different firms, then the arithmetic sum of the contractual<br />

payments received by all the partners of the tendering firm, derived on the basis of their<br />

respective proportionate share in the such firms reduced further by their respective percentage<br />

share in the tendering firm, shall satisfy the full requirements of the financial eligibility criteria ( as<br />

defined in Para 2..3.5 of special tender conditions and instructions for tenderers”)<br />

Example on Evaluation of Technical & Financial Eligibility of Partnership Firm<br />

A tendering partnership firm ”ÄBCD” has four constituent partners namely ”Ä”, “B” , “C” & “D” with<br />

their respective shares as 40%, 30%, 20%, & 10% but this firm has not executed any work in its


570-Sig/PS/Tender/36<br />

own name and style. However, the constituent partners have executed the work in earlier<br />

partnership firm(s) or as sole proprietor as under:-<br />

(i)<br />

(ii)<br />

(iii)<br />

Partnership firm “ABZ” having three partners namely “A”, “B”, & “Z” with respective shares<br />

of 10%, 20% & 70%, has executed a work of value its. 5.00 crores earlier.<br />

Partnership firm “CYX” having three partners namely “C”, “Y”, & “X” with respective shares<br />

of 50%, 30% & 20%, has executed a work of value its. 5.00 crores earlier.<br />

Sole proprietorship firm “P” having “D”as sole proprietor has executed a work of value Rs.<br />

2.0 Crores earlier.<br />

The evaluation of technical and financial eligibility of tendering firm ”ÄBCD” shall be done by<br />

taking proportionate share of credentials or partners A, B, C and D derived from their earlier<br />

partnership firms to be reduced further by their percentage share in the tendering firm as<br />

calculated in table below:-<br />

1 2 3 4 5<br />

Partners Credentials of Ä”& Credentials of Ä”& Credentials of Ä”&<br />

“B”derived from firm “B”derived from firm “B”derived from firm<br />

“ÄBZ” which has “ÄBZ” which has “ÄBZ” which has<br />

executed work of Rs. executed work of Rs. executed work of Rs.<br />

10.0 cr.<br />

10.0 cr.<br />

10.0 cr.<br />

%<br />

share<br />

in firm<br />

“ABZ”<br />

Proportionate<br />

Credentials<br />

%<br />

share<br />

in firm<br />

“CYX”<br />

Proportionate<br />

Credentials<br />

%<br />

share<br />

in firm<br />

“P”<br />

Proportionate<br />

Credentials<br />

Contribution of “Ä”, “B”,<br />

“C” & ”D”, to<br />

credentials of tendering<br />

firm “ ABCD”<br />

%<br />

share<br />

in<br />

“ABCD”<br />

Proportionate<br />

Contribution<br />

to “ABCD”<br />

A 10% 10% of<br />

10 Cr.=<br />

1.0 Cr.<br />

B 20% 20% of<br />

10 Cr.=<br />

2.o Cr.<br />

C 50% 50% of 5<br />

Cr=<br />

2.5 Cr<br />

D 100% 100% of<br />

2 Cr= 2.0 Cr<br />

40% 40% of 1 Cr<br />

= 0.4 Cr<br />

30% 30% of 2 Cr<br />

= 0.6 Cr<br />

30% 20% of 2.5<br />

Cr = 0.5 Cr<br />

10% 10% of 2 Cr<br />

= 0.20 Cr<br />

Evaluation of Technical Eligibility:-<br />

Any one of the partners of ÄBCD” tendering firm viz A, B C or D should satisfy the technical eligibility<br />

criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced<br />

further by his percentage share in the tendering firm. As calculated in above table, the contribution of<br />

partners A, B, C & D towards the credentials of tendering firm ÄBCD” will be taken as Rs. 0.40 cr., Rs. 0.60<br />

cr., Rs. 0.50 cr., 0.20 cr respectively. Thus, in this example the firm ÄBCD” is deemed to have executed one<br />

single work of maximum value of Rs. 0.60 Cr. for the purpose of technical eligibility criteria.<br />

Evaluation of Financial Eligibility:-<br />

The arithmetic sum of the contribution of all the partners of tendering firm “ÄBCD” derived on the basis of<br />

their respective proportionate share in the earlier partnership firms reduced further by their respective<br />

percentage share in the tendering firm, in this example will be taken as Rs. 1.70 Cr. (i.e. A + b + c + d =<br />

0.40+0.60+0.50 +0.20= 1.70 CR.). Thus, in this example, the firm ÄBCD” is deemed to have received<br />

contractual payments of Rs. 1.70 Cr. for the purpose of financial eligibility criteria.<br />

Signature of contractor 48 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Annexure-D<br />

Constitution of firm:<br />

1. Constitution of the Firm/concern. (Tick as applicable) Sole<br />

Proprietorship/Partnership<br />

Firm/Company/JV/Society.<br />

2. Full name of sole Proprietorship/Partnership<br />

Firm/Company/JV/Society.<br />

3. Year of formation/incorporation<br />

4. Pan No.<br />

5. Registered office address<br />

6. Address on which correspondence regarding this tender<br />

should be done.<br />

7. Name of the proprietor/partner/JV member etc.<br />

We have enclosed alongwith the tender, all the requisite docufments pertaining to the constitution<br />

of the firm/concern/company etc. as specified in clause 2.4.1 of “Special Tender condition &<br />

Instructions to tenderers”. I /we understand that in the absence of these documents, our tender<br />

shall be treated as having been submitted by the individual who has signed the tender documents.<br />

Signature of the Tenderer<br />

Signature of contractor 49 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

2.5 QUALIFICATION CRITERIA AND CREDENTIALS<br />

(FOR <strong>OF</strong>C INDOOR WORK)<br />

2.5.1 General:<br />

2.5.1.1 Qualification criteria under this para lays down minimum acceptable qualifications in various areas to ensure that<br />

qualified bidder has necessary experience, expertise financial and human resources to successfully complete the<br />

project. In case of a consortium bid the qualification document details etc. must be provided for each member of<br />

consortium.<br />

2.5.1.2 If the tenderer proposes to buy any equipment from other suppliers/sources, documents indicating their willingness<br />

to supply the equipment and provide technical support to the tenderer that may be required during installation,<br />

commissioning and warranty period and later on directly to the railways, shall be included in the tender.<br />

Qualification documents and other details for such supplier shall be included in the tender.<br />

2.5.1.3 The tenderer should submit the details of experience in works and services in projects of similar nature bringing<br />

out clearly the expertise in the equipment manufacture, installation etc. of optical fiber telecommunication system.<br />

2.5.1.4 The tenderer shall complete the Performa at Form No.8 and affix a certificate from the original user for whom the<br />

project was undertaken certifying the date of award of contract, date of completion, date of commissioning and the<br />

present working state of the system so established. The tenderer shall provide these details for all the projects that<br />

he has executed which satisfy the minimum requirements in each case.<br />

2.5.2 Technical Eligibility Criteria:<br />

a) As a proof of technical experience/competence, the tenderer should have completed successfully at least one<br />

similar single work for a minimum value of 35% of advertised tender value including the cost of cement and steel<br />

in last three financial years (i.e. current year & three previous financial years) up to the date of opening of the<br />

tender.<br />

The similar nature of work is defined as under:-<br />

i) “Design, supply, installation and commissioning of panel interlocking/Route relay<br />

interlocking/Automatic signaling/Electronic interlocking/IBS including cable laying,<br />

trenching, casting of foundation, erection of signal, erection of lifting barrier etc. or<br />

supply installation, commissioning of signaling work with includes supply, installation &<br />

commissioning of block proving with digital axle counter using UFSBI”<br />

ii) “OEMs authorized representative of block proving by axle counter should<br />

participate to ensure adequate technical expertise about the equipment for<br />

correct and proper handling and trouble free installation of the system”.<br />

b) The following will be applicable for evaluating the eligibility.<br />

i) Similar nature of work physically completed within the qualifying period, i.e. last three financial years and<br />

current financial year (even though the work might have commenced before the qualifying period) should<br />

only be considered in evaluating the eligibility criteria.<br />

ii) The total value of similar nature of work completed during the qualifying period and not the payments<br />

received within qualifying period alone, should be considered. In case, the final bill of similar nature of work<br />

has not been passed and final measurements have not been recorded, the paid amount including statutory<br />

deductions is to be considered. If final measurements have been recorded and work has been completed with<br />

negative variation, then also the paid amount including statutory deductions is to be considered.<br />

However, if final measurements have been recorded and work has been completed with positive variation but<br />

variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is<br />

lower should be considered for judging eligibility.<br />

iii) In the case of composite works involving combination of different works, even separate completed works of<br />

required value should be considered while evaluating the eligibility criteria.<br />

Signature of contractor 50 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

For example, in a tender for bridge work where similar nature of work has been defined as bridge work with pile<br />

foundation and PSC superstructure, a tenderer, who had completed one bridge work with pile foundation of value at<br />

least equal to 35% of tender value and also has completed one bridge work with PSC superstructure of value at least<br />

equal to 35% of the tender value should be considered as having fulfilled the eligibility criterion of having completed<br />

single similar nature of work.<br />

Work Load<br />

The tenderer will submit the present workload of the telecomm. Contracts in hand as per format of Form 12. The<br />

performance of the tenderer with regard to satisfactory execution of more than one contract simultaneously in the past<br />

shall be taken into account.<br />

2.5.3 Financial Eligibility Criteria:<br />

a) As a proof of sufficient financial capacity and organizational resources contractor should have received the total<br />

payments against satisfactory execution of all completed /ongoing works of all types (not confined to only similar<br />

works) during the last three financial years and in the current financial year (up to the date of opening the tender) of<br />

a value not less than 150% of the advertised cost of work including the cost of cement and steel.<br />

b) “For judging the technical eligibility and financial capability only those works which had been executed for the<br />

Govt. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer<br />

concerned duly signed under the official seal. It should be noted that credentials for the works executed for private<br />

organizations shall not be considered.<br />

c] The tenderer/s/contractor shall submit a statement of contractual payments received during the last three financial<br />

years and current year on the prescribed proforma as detailed at Annexure-<br />

The details shall be based on the Form-16A issued by employer i.e. the certificate of deduction of Tax at source<br />

under section 203 of the Income -Tax Act, 1961. The photocopies of the Form-16A shall be enclosed duly attested<br />

by Notary Public with seal and Notarial Stamp thereon.<br />

d] If a tenderer has completed a work of similar nature where cement and still was issued by department free of cost,<br />

tenderer must submit the completion certificate indicating cost of these materials and total cost of the work<br />

(including cost of cement/steel) shall be considered to decide eligibility or otherwise.<br />

e] The overall financial soundness of the tenderers will be evaluated based upon the volume of the work handled, turn<br />

over, balance sheet etc. Tenderers will accordingly furnish these particulars for the last three years (i.e. current<br />

year and three previous financial years) duly supported by latest audited results/balance sheets.<br />

f] Tenderer has to satisfy the eligibility criterial for technical capability and competence as well as for financial<br />

capacity and organizational resources.<br />

g] If the tenderer is a JV/Consortium, each partner of JV/Consortium should have good credentials and the<br />

JV/Consortium should meet the technical and financial eligibility criteria as per the guidelines given in Annexure-<br />

‘K’.<br />

The tenderer shall furnish such documents as to establish the financial soundness of his company as well as that of other<br />

companies if more than one company is involved in the bidding for this tender. The latest balance sheet, audited or<br />

certified by a neutral agency shall be furnished.<br />

2.5.4 Equipment:<br />

2.5.4.1 The tenderer shall clearly identify the sources from which the equipment to be supplied under this tender will be<br />

obtained. The equipment to specifications indicated in the schedule shall be supplied by the contractor after its<br />

inspection by the inspecting agency – RDSO/LKO. Currently valid type approval accorded by RDSO/TEC for the<br />

type of equipment to be supplied under this contract would be acceptable.<br />

2.5.4.2 All equipment proposed to be used shall be of proven design and performance. The equipment shall have been<br />

successfully commissioned and remained in service at least for a period of one year on the date of tender submission.<br />

Certificate from the actual user of the equipment about satisfactory performance shall be enclosed with the tender.<br />

Any equipment proposed to be manufactured with foreign collaboration shall be covered by the performance<br />

guarantee of the foreign collaborator. Such equipment shall have been in field service at least for a period of two<br />

years certified by actual user.<br />

2.5.4.3 Equipment not available indigenously nor proposed to be manufactured with foreign collaboration within the time<br />

schedule of the contract, shall be covered by the performance guarantee of the original foreign manufacturer. Such<br />

equipment shall have been in field service at least for a period of two years on the date of submission of the tender.<br />

The tenderer shall submit a declaration from those original equipment manufacturers regarding their <strong>Indian</strong> agency<br />

and the service support available within the country.<br />

Signature of contractor 51 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

2.5.4.4 ailways may accept some equipment if these are approved by RDSO/TEC as applicable on the date of tender opening<br />

& the tenderer confirms with documentary evidence, that criterion laid down in Para 2.5.4.2 & 2.5.4.3 shall be<br />

fulfilled within 6 months from the date of opening of tender (Credential bid). The certificate from actual user<br />

regarding satisfactory performance over the period shall be submitted with the tender.<br />

2.5.5 Engineering Organisation:<br />

2.5.5.1 The tenderer shall make an assessment of the requirement of personnel for execution of this project and shall give<br />

details as to how he proposes to mobilise all technical manpower required for the project. Details of the qualification<br />

and experience of the personnel identified for project execution shall be included in the tender.<br />

2.5.5.2 The successful tenderer shall appoint a Project Manager who would have adequate experience in project management<br />

of similar nature, unless the railway so desire, the Project Manager should preferably be retained till all the<br />

obligations under the contract have been fulfilled.<br />

2.5.5.3 The tenderers shall have at least one graduate Engineer and two experienced supervisors (Diploma Holders) having<br />

5/6 years experience in the relevant field, supported by at least 5 Nos. of artisan staff like Telecom. mechanics, Wiremen,<br />

cable jointers etc.<br />

2.5.5.4 Tenderer shall advise the number of Engineers, Supervisors and Cable Jointers/Artisans employed by him or going to<br />

be employed by him with their names, qualifications bio-data and experience in this particular trade under<br />

consideration along with the Tender positively. Irrevocable letters of commitment of the said Supervisors and Key<br />

Technicians/Artisans for doing the work shall be furnished along with Tender Papers if they are not already in<br />

employment of the Tenderer.<br />

2.5.6 Construction Machinery:<br />

The firm should have essential construction machinery, Tools and plants, test & measuring instruments, Vehicles etc.<br />

details of which will be furnished by them along with the bid.<br />

2.5.7 Meaning of similar work:<br />

2.5.7.1 In reference to clause 2.5.2 above the meaning of similar work for the <strong>OF</strong>C Indoor Work shall be as under:<br />

"The tenderer should have successfully executed a project in which similar equipment (SDH equipment) has been<br />

installed and commissioned in Optical Fibre communication network."<br />

OR<br />

"System design, laying, jointing, testing and commissioning of <strong>OF</strong>C cable with installation of Optical and Digital<br />

Equipment and other associated equipments along with their testing and commissioning."<br />

OR<br />

The tenderer should be original manufacturer/sole supplier of STM-l or STM-4 system.<br />

2.6 QUALIFICATION CRITERIA AND CREDENTIALS FOR ALL SIGNALING & TELECOMM. WORKS<br />

OTHER THAN <strong>OF</strong>C INDOORS WORKS.<br />

2.6.1. General:<br />

2.6.1.1 Tenderer/s must submit, along with his/their tenders: -<br />

i) A statement showing similar works executed by him/them<br />

ii) Certificates of successful completion of his/their works.<br />

iii) A statement of all payments received against all successfully completed work/works in progress of all types (not<br />

necessarily similar in type to work in this tender) indicating the organizations/units from which the payments have<br />

been received. Necessary certificates in this regard, from the authorities who made the payments, for 3 (three)<br />

preceding years should be enclosed, duly attested.<br />

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

2.6.2 Technical eligibility Criteria<br />

Signature of contractor 52 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

a) As a proof of technical experience/competence, the tenderer should have completed successfully at least one<br />

similar single work for a minimum value of 35% of advertised tender value inclusive the cost of cement and steel<br />

in last three financial years (i.e. current year & three previous financial years) up to the date of opening of the<br />

tender.<br />

The similar nature of work is defined as under:-<br />

i) “Design, supply, installation and commissioning of panel interlocking/Route relay<br />

interlocking/Automatic signaling/Electronic interlocking/IBS including cable laying,<br />

trenching, casting of foundation, erection of signal, erection of lifting barrier etc. or<br />

supply installation, commissioning of signaling work with includes supply, installation &<br />

commissioning of block proving with digital axle counter using UFSBI”<br />

ii) “OEMs authorized representative of block proving by axle counter should<br />

participate to ensure adequate technical expertise about the equipment for<br />

correct and proper handling and trouble free installation of the system”.<br />

b) The following will be applicable for evaluating the eligibility.<br />

i) Similar nature of work physically completed within the qualifying period, i.e. last three financial years and current<br />

financial year (even though the work might have commenced before the qualifying period) should only be<br />

considered in evaluating the eligibility criteria.<br />

ii) The total value of similar nature of work completed during the qualifying period and not the payments received<br />

within qualifying period alone, should be considered. In case, the final bill of similar nature of work has not been<br />

passed and final measurements have not been recorded, the paid amount including statutory deductions is to be<br />

considered. If final measurements have been recorded and work has been completed with negative variation,<br />

then also the paid amount including statutory deductions is to be considered.<br />

However, if final measurements have been recorded and work has been completed with positive variation but<br />

variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is<br />

lower should be considered for judging eligibility.<br />

iii) In the case of composite works involving combination of different works, even separate completed works of<br />

required value should be considered while evaluating the eligibility criteria. For example, in a tender for bridge<br />

work where similar nature of work has been defined as bridge work with pile foundation and PSC superstructure,<br />

a tenderer, who had completed one bridge work with pile foundation of value at least equal to 35% of tender<br />

value and also has completed one bridge work with PSC superstructure of value at least equal to 35% of the<br />

tender value should be considered as having fulfilled the eligibility criterion of having completed single similar<br />

nature of work.<br />

Work Load<br />

The tenderer will submit the present workload of similar works in hand as per format of Form 12. The performance<br />

of the tenderer with regard to satisfactory execution of more than one contract simultaneously in the past shall be<br />

taken into account.<br />

2.6.3 Financial Eligibility Criteria<br />

a) As a proof of sufficient financial capacity and organizational resources contractor should have received the total<br />

payments against satisfactory execution of all completed /on works of all types (not confined to only similar works)<br />

during the last three financial years and in the current financial year (up to the date of opening the tender) of a value<br />

not less than 150% of the advertised cost of work including the cost of cement and steel under Govt/Semi Govt<br />

organsiation.<br />

b) “For judging the technical eligibility and financial capability only those works which had been executed for the Govt.<br />

organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned<br />

duly signed under the official seal. It should be noted that credentials for the works executed for private organizations<br />

shall not be considered.<br />

Signature of contractor 53 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

c] The tenderer/s/contractor shall submit a statement of contractual payments received during the last three financial<br />

years and current year on the prescribed proforma as detailed at Annexure-1<br />

The details shall be based on the Form-16A issued by employer i.e. the certificate of deduction of Tax at source<br />

under section 203 of the Income -Tax Act, 1961. The photocopies of the Form-16A shall be enclosed duly attested by<br />

Notary Public with seal and Notarial Stamp thereon.<br />

d] If a tenderer has completed a work of similar nature where cement and still was issued by department free of cost,<br />

tenderer must submit the completion certificate indicating cost of these materials and total cost of the work (including<br />

cost of cement/steel) shall be considered to decide eligibility or otherwise.<br />

e] The overall financial soundness of the tenderers will be evaluated based upon the volume of the work handled, turn<br />

over, balance sheet etc. Tenderers will accordingly furnish these particulars for the last three years (i.e. current year<br />

and three previous financial years) duly supported by latest audited results/balance sheets.<br />

f] Tenderer has to satisfy the eligibility criterial for technical capability and competence as well as for financial capacity<br />

and organizational resources.<br />

g] If the tenderer is a JV/Consortium, each partner of JV/Consortium should have good credentials and the<br />

JV/Consortium should meet the technical and financial eligibility criteria as per the guidelines given in para 2.4(e).<br />

The tenderer shall furnish such documents as to establish the financial soundness of his company as well as that<br />

of other companies if more than one company is involved in the bidding for this tender. The latest balance sheet,<br />

audited or certified by a neutral agency shall be furnished.<br />

2.6.4 Engineering Organisation<br />

a) The tenderer shall make an assessment of the requirement of personnel for execution of this project and shall give<br />

details as to how he proposes to mobilise all technical manpower required for the project. Details of the qualification<br />

and experience of the personnel identified for project execution shall be included in the tender.<br />

b) The successful tenderer shall appoint a Project Manager who would have adequate experience in project management<br />

of similar nature, unless the railway so desire, the Project Manager should preferably be retained till all the<br />

obligations under the contract have been fulfilled.<br />

c) The tenderers should have following minimum organization:-<br />

i) For works up to Rs.1Crores: At least one Qualified Engineer having 5 years experience and one experienced<br />

supervisor (Engg. Diploma Holder) having 5 years experience in the relevant field, supported by at least 10<br />

Nos. of artisan staff like Masons, Black Smiths, Carpenter, Fitters, Cable Jointers & Wire-men etc.<br />

ii) For works more than Rs.1Crores and up to Rs.3Crores: At least one Qualified Engineer having ten years<br />

experience and two experienced supervisor (Engg. Diploma Holder) having 5 years experience in the relevant<br />

field, supported by at least 15 Nos. of artisan staff like Masons, Black Smiths, Carpenter, Fitters, Cable<br />

Jointers & Wire-men etc.<br />

iii) For works more than Rs.3Crores: At least one Graduate Engineer having ten years experience and three<br />

experienced supervisors (Engg. Diploma Holder) having 5 years experience in the relevant field, supported by<br />

at least 20 Nos. of artisan staff like Masons, Black Smiths, Carpenter, Fitters, Cable Jointers & Wire-men etc.<br />

d) Tenderer shall advise the number of Engineers, Supervisors and Cable Jointers/Artisans employed by him or going to<br />

be employed by him with their names, qualifications bio-data and experience in this particular trade under<br />

consideration along with the Tender positively. Irrevocable letters of commitment of the said Supervisors and Key<br />

Technicians/Artisans for doing the work shall be furnished along with Tender Papers if they are not already in<br />

employment of the Tenderer.<br />

2.6.5 MEANING <strong>OF</strong> SIMILAR WORKS FOR SIGNALING WORKS (Refer Vol-I)<br />

1. For Electromechanical works:<br />

Work of supply installation & commissioning of mechanical signaling/electro mechanical signaling gears including<br />

cable laying, erection of mechanical signals, app cases, termination, erection of lever frames and other mechanical<br />

gears.<br />

Similar Works:<br />

Work of supply installation & commissioning of mechanical signalling/electro mechanical signaling gears including<br />

cable laying, erection of mechanical signals app cases termination, erection of lever frames and other mechanical<br />

gears including work of erection and locking of lever frame of outdoor works in connection with colour light<br />

signaling or PI or RRI including cable laying, App. cases erections, track circuit fitting & wiring, signal erection,<br />

point fitting etc.<br />

Signature of contractor 54 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

2. For MACLS works:<br />

Supply installation and commissioning of the work of colour light signaling, outdoor as well as indoor, including<br />

erection of lever frames and other mechanical gears, trenching and cable laying, erection of App. cases, colour light<br />

signals, relay room wiring etc.<br />

Similar Works:<br />

Supply installation and commissioning of the work of colour light signaling, outdoor as well as indoor including<br />

erection of lever frames and other mechanical gears, trenching and cable laying, erection of App. cases, colour light<br />

signals, relay room wiring, etc. OR outdoor works in connection with Panel, Interlocking or RRI including cable<br />

laying, signal erection, location box erection/wiring of point and track circuiting.<br />

3. For PI & RRI Indoor Works:<br />

Design, supply installation and commissioning of relay interlocking work (Panel/Route relay indoor works)<br />

Similar Work:<br />

Design, supply installation and commissioning of relay interlocking work (Panel/Route Relay) for minimum 100<br />

routes in case of RRI installation and Panel interlocking of any size in case of PI stations.<br />

4. For PI & RRI Outdoor Works:<br />

Design, supply, installation and commissioning of outdoor signaling gears in connection with Panel/RRI including<br />

cable laying, termination, location wiring, fitting of point machines and track circuits, axle counters, etc.<br />

Similar Work:<br />

Design, supply, installation and commissioning of outdoor signalling gears in connection with Panel/RRI including<br />

cable laying, termination, location wiring, fitting of point machines and track circuits, axle counters, etc. OR outdoor<br />

works in connection with the provision of colour light signalling including cabal laying, termination, location wiring,<br />

fitting of point machines and track circuits, axle counters, etc.<br />

5. For Block Proving Works:<br />

The work of design, supply, installation and commissioning of block proving by axle counter on single/double line<br />

section with or without use of multiplexes.<br />

Similar Work:<br />

The work of design, supply, installation and commissioning of block proving by axle counter on single/double line<br />

section with or without use of multiplexes.<br />

2.6.6 MEANING <strong>OF</strong> SIMILAR WORKS FOR TELECOM WORKS OTHER THAN <strong>OF</strong>C INDOOR WORK.<br />

Optical Fiber Cable outdoor work of trenching, laying, jointing, splicing, testing of Optical Fiber cable including<br />

Quad, PIJF cable and commissioning of way station equipment etc.<br />

The tenderer should have successfully executed at least one similar work as described below: -<br />

Execution and commissioning of work of laying main telecom cable to <strong>Railway</strong>s quad configuration, jointing and<br />

installation of repeater station/cable hut equipment with other allied works<br />

OR<br />

Trenching, laying, jointing, splicing, testing and commissioning of optical Fiber cable including installation of<br />

associated outdoor equipments along with their testing and commissioning.<br />

SUPPLY, INSTALLATION, COMMISSIONING <strong>OF</strong> MICROWAVE COMMUNICATION SYSTEM.<br />

The tenderer should have successfully executed at least one similar work as described below:-<br />

Supply, installation and commissioning of Microwave or UHF communication system consisting of Radio Mux and<br />

other allied equipment.<br />

If the work to be executed is not fall into any of the categories mentioned above in para 2.6.1.5 and 2.6.16, please<br />

refer “Annexure to the Schedule-Vol-I for meaning of similar works.<br />

2.7 PRICE QUOTATION.<br />

2.7.1 Schedule for the works is provided in Vol. I.<br />

2.7.2 QUOTATION FOR SCHEDULE <strong>OF</strong> RATES ITEMS.<br />

Signature of contractor 55 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

i) The tenderer/s is/are required to quote uniform percentage below/at par/above against the SOR cost. Chapter wise<br />

both in figures and words indicated on abstract sheet of the Schedule based on SOR. The total cost chapter wise<br />

should also be quoted.<br />

ii) The percentage rate quoted against SOR cost chapter wise on Abstract sheet shall be applicable to all items of that<br />

chapter of the schedule.<br />

iii) The SOR item Nos. description and rates given in Schedule of quantities are based on the R.E./<strong>Northern</strong> <strong>Railway</strong><br />

Schedule of Rates for signaling. Any discrepancy noticed during the execution of work, in working rates, quantity or<br />

materials etc. should be rectified by the reference to the R.E./N.Rly. Schedule of Rates for signaling which shall be<br />

treated as authoritative and binding on the contractor. The relevant notes applicable to the respective sub/chapter will<br />

apply to the items of the Tender schedule and should be considered as having been incorporated in the contract<br />

agreement and binding on contractor. The rates are mentioned against each item in the schedule based on SOR.<br />

If any contractor wants the copy of R.E./N.Rly. schedule of rates for signalling, he can purchase from the office of<br />

Chief Signal & Telecommunication Engineer (Construction), Baroda House, New Delhi at the prescribed cost.<br />

2.7.3 QUOTATION FOR NON SCHEDULE <strong>OF</strong> RATE ITEMS.<br />

The rates shall be quoted both in figures and in words for each item as mentioned in Schedule of work attached with<br />

the tender documents.<br />

2.7.4 If there is any variation between the rates/percentage quoted in figures and in words, the rates/percentage quoted in<br />

words shall be taken as correct. If more than one or improper rate/percentage is tendered for the same item/schedule,<br />

the tender is liable to be rejected.<br />

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

taxes etc. shall be entertained by the <strong>Railway</strong>s at any stage and on any grounds whatsoever. Sales Tax, Octroi,<br />

royalty, toll tax or any other tax(es) levied by the Central or State Govt. or local bodies shall be borne by the tenderer.<br />

No part of such taxes on contractor’s labour/materials or any other amount will be paid by the <strong>Railway</strong>. This should<br />

be kept in view before tendering. If any further increase to the existing rates of sales tax is made or levies is imposed<br />

by the state govt. after the date of receipt of the tender and the same is required to be borne by the contractors, then<br />

the recovery of said amount will be first made as required under law and subsequently the same will be reimbursed to<br />

the concerned sales tax authority to the effect that the sum as already deposited is not refundable to the contractor.<br />

2.7.6 The rates to be quoted should take into account the credit available on inputs under the MODVAT scheme introduced<br />

with effect from 1 st March 1986.<br />

CERTIFICATE FOR MODVAT BENEFITS ON BILLS<br />

a) The contractor should submit the following certificate along with the bills:<br />

“We certify that no additional duty set offers on the Goods supplied by us have accrued under the MODVAT Scheme<br />

in force on the date of supply after we submitted our quotations and submitted the present bill.”<br />

b) In the event of MODVAT credit being extended by the Government of India to more items that already covered, the<br />

firm should advise the purchaser about the additional benefits accrued through a letter containing the following<br />

certificate or any variation thereof as may be considered necessary by individual <strong>Railway</strong> administration:-<br />

“We hereby declare that we can avail additional duty set offers as per rates MODVAT scheme in force now and we<br />

hereby give a reduction of (---------------) per unit and agree to revise the prices indicated in the order. The current<br />

E.D. of (--------------) is payable on this reduced price. Therefore, we request you to amend the order accordingly.”<br />

2.7.6.1 Supply of spares have been indicated in the schedule of works. Tenderer shall quote for the spares in details by<br />

quoting item-wise rates, also indicating the total number of such items used in the entire system.<br />

2.7.7 The price quoted by the Tenderer shall include the prices of materials including all incidental charges for transport,<br />

loading/unloading and handling of materials, for arranging dispatch by rail direct from manufacturer’s factory and<br />

completing all necessary formalities in the respect, such as submission of forwarding notes, arranging placement of<br />

Wagon, collection of Banker’s charges for Bank guarantee, Indemnity bonds inclusive of cost of stamp etc. as also<br />

siding or shunting charges, if any, levied by the <strong>Railway</strong>s. It will also include: -<br />

a) Cost of transportation of materials supplied by the <strong>Railway</strong> from the place of delivery to the site of work.<br />

Signature of contractor 56 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

b) Cost of transportation of all materials to be supplied by the contractor, to the site of work.<br />

c) Collection of balance materials left over after the work, if any, and materials released and handing over to the<br />

<strong>Railway</strong> Engineer’s representative at specified location and stocking in an orderly way.<br />

2.7.8 The prices shall include all taxes, duties, Royalty and levies (including Octroi, Sales Tax, Works Contract Tax, Toll<br />

Tax, any other taxes levied by Central of State Govt. etc.) applicable on this works contract. Therefore, they should<br />

quote their prices taking into account the rates of Sales Tax as leviable in the event of Sale to the Central Government<br />

organization etc. It is clarified that required forms applicable for this purpose will be supplied to the Contractor, as<br />

applicable in the state where the Contract is being executed. While quoting the rate, they should also keep in view the<br />

provisions in Section 15 of C.S.T. Rules 1956 as amended from time to time. The price shall also include provision<br />

for losses and wastage in transit and installation and commissioning.<br />

2.7.9 The prices quoted by Tenderer shall include cost of execution and testing and all cost of Administration of Contract,<br />

insurance premium, Bankers charges for guarantees, cost of storage. The prices shall include cost of works and<br />

adjustments necessary to be done by the Contractor during or after tests carried out by the purchaser.<br />

2.7.10 Possible fluctuation of market rates must be taken into consideration before quoting the rates and no claim on this<br />

account shall be entertained afterwards.<br />

2.7.11 All taxes, duties and levies (including Octroi etc.) arising out of the transaction between the Contractor and his Sub-<br />

Contractors, suppliers for this work will be included in the rates quoted by the Contractor in the relevant Schedule.<br />

2.7.12 The tenderer/s shall not increase his/their rate in case <strong>Railway</strong> Administration negotiates for the reduction in rates,<br />

such negotiations shall not amount to conciliation or withdrawal of the original offer and rates originally quoted will<br />

be binding on the tenderer/s.<br />

2.7.13 Tenderer shall submit analysis of rates if called upon to do so.<br />

2.8 (a) Commercial terms and conditions if any.<br />

(b) Duly signed tender document and schedule as per single/Two packet system as applicable.<br />

2.9 PERIOD <strong>OF</strong> COMPLETION & TIME PROGRESS GRAPH<br />

Contractor will submit a pert chart/ bar chart indicating detailed program of completion of various activities and also<br />

indicating number of persons including skilled staff/ supervisory which he would be employing for each actives so as<br />

to complete the work in the defined period as per the pert/bar chart. Tenders not accompanied with this may be<br />

considered incomplete and may be rejected.<br />

The works/work are/is to be completed within a period as mentioned in preamble from the date of issue of the<br />

acceptance of tender.<br />

The successful tender should however submit their final program in consultation with engineer of the project in terms<br />

of para 19 of Conditions of Contract Chapter-II Volume-II.<br />

3. GENERAL<br />

3.1 If the tenderer fails to abide by the conditions or fails to submit documents as above, the tender is liable to be<br />

rejected.<br />

3.2 COMPLIANCE TO TENDER CONDITIONS, SPECIFICATIONS & DRAWINGS<br />

3.2.1 As far as possible the tenderers bid should not have any condition or specification or assumption contrary to the<br />

provision in these tender documents on which tenderer/s bid is based. Tenderers special conditions that are at<br />

variance with tender stipulations shall be listed separately with details of exact financial implications if any as<br />

detailed in pars 3.2.2 & 3.2.3.below <strong>Railway</strong>s will not take cognizance of any such conditions mentioned at any other<br />

place in the tender document. Only such special conditions stipulated by the tenderer/s which have been specifically<br />

approved by the <strong>Railway</strong>s in writing shall be deemed to have been accepted by the <strong>Railway</strong>s and shall form part of<br />

the Contract Agreement. Any other conditions not accepted by the <strong>Railway</strong>s shall be withdrawn by the tenderer/s.<br />

Signature of contractor 57 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

3.2.2 The tenderer shall indicate paragraph by paragraph for each section of the tender documents that either his tender<br />

compliance with every respect with the requirement of each clause and sub-clause or if not, precisely how they differ<br />

from the requirement of the tenderer. In later case the tenderer shall enclose a separate statement as per Performa<br />

given indicating only the deviations for any clause or sub-clause of General Conditions of Contract, Special<br />

Conditions of Contract, Instructions to Tenderer, Technical Specifications/Supplement, Preamble etc. which he<br />

proposes with detailed justifications for deviations proposed. The purchaser reserves the right to accept or reject<br />

these deviations and his decisions thereon shall be final (see Form No. 10).<br />

3.2.3 The equipment and material offered shall be in accordance with the drawings and specifications. Details of<br />

deviations from drawings and specifications should be clearly indicated and in such an event, a certificate from the<br />

users must be furnished to the effect that the product offered performs the requisite functions satisfactorily & is an<br />

alternative acceptable in one or more other countries. The name of user in those foreign countries should also be<br />

indicated.<br />

3.3 Tenders submitted by the tenderer/s who have not purchased the tender document shall be summarily rejected.<br />

3.4 These specifications documents describe the material to be furnished, work to be performed and the method of<br />

construction for complete installation in strict accordance with drawings and specifications mentioned herein and<br />

such instruction as any from time to time given by the <strong>Railway</strong>. It should be clearly understood that the contractor<br />

agree to furnish, with-out any extra cost, anything and everything necessary for the complete installation and its<br />

reliable, safe and satisfactory working except such items as are specifically stated as being supplied by the <strong>Railway</strong> in<br />

this specification and at the time of placing the contract by written agreement, the Contractor shall quote for the work,<br />

giving all information.<br />

3.5 All corrections and over writings in the tender document must be attested.<br />

3.6 The tendered should read the conditions carefully and also see the schedule of work before submitting the offer and<br />

also ascertaining site conditions and the magnitude of works involved.<br />

3.7 Telex and incomplete offer will be summarily rejected.<br />

3.8 Conditional tenders are liable to be rejected straight away. <strong>Railway</strong> reserves the right to reject such tenders<br />

summarily without assigning any reason whatsoever.<br />

3.9 Where there is any conflict between Instructions to tenderers, Conditions of Contract, Special Conditions of Contract,<br />

Tender forms, the schedule of works and quantities on the one hand and General Conditions of Contract and on the<br />

other, the former shall prevail.<br />

3.10 If any sub contract is placed against this contract, specific approval shall be taken from competent authority, i.e.<br />

Chief Signal & Telecom Engineer/(Project)/Chief Signal & Telecom Engineer/ Construction,/ Dy.Chief Signal &<br />

Telecom Engineer/Construction/Sr.Signal & Telecom Engineer/ Construction as indicated in volume-1 before placing<br />

the order.<br />

3.10.1 In the event of the Contractor's subletting or assigning this contract or any part thereof without such permission, the<br />

purchaser shall be entitled to cancel the contract and to purchase the stores elsewhere on the contractor's account and<br />

risk and the contractor shall be liable for any loss or damage which the purchaser may sustain in consequence or<br />

arising out of such purpose in terms of Clause No.7 of Part-II of General Conditions of Contract of N.Rly.<br />

3.11 Tender documents are not transferable. The cost of tender paper is not refundable.<br />

3.12 No Foreign Exchange and/or Import License will be released/provided to the contractor in connection with this<br />

contract.<br />

3.13 TENDERER’S ADDRESS<br />

Tenderer shall state in the tender his postal address fully and clearly. Any communication sent to the tenderer by post<br />

at his said address, shall be deemed to have reached the tenderer duly and timely, not withstanding the fact that the<br />

communication could not reach the tenderer at all or in time for whatever reason. Important documents shall be sent<br />

by Registered Post.<br />

3.14 AUTHORITY FOR ACCEPTANCE<br />

The authority for acceptance for the tender will rest with the purchaser. The purchaser shall not be bound to accept<br />

the lowest or any tender or to assign any reason for non-acceptance or rejection of any tender.<br />

3.15 WRONG INFORMATION BY TENDERER<br />

If the tenderer deliberately gives wrong information in his/their tender, creates/create circumstances for the<br />

acceptance of his/their tender, the railways reserve the right to reject such tender at any stage.<br />

3.16 LEVY <strong>OF</strong> TOKEN PENALTY<br />

3.16.1 Attention is invited to clause 17(B) of the GCC and clause 8.1 of tender condition according to which time is the<br />

essence of the contract. The competent authority while granting extension to the currency of contract under 17(B) of<br />

GCC may also levy token penalty as deemed fit.<br />

3.17 “All payments in respect of the contract during the currency of the contract shall be made through National<br />

Electronic Fund Transfer (NEFT) or Real Time Gross Saving (RTGS). The successful tenderer on award of contract<br />

Signature of contractor 58 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

must submit RTGS/NEFT Mandate form complete in all respects as detailed an annexure-J of the tender document.<br />

However, if the facility of RTGS/ NEFT is not available at a particular location, the payments shall be made by<br />

cheque. In such cases the successful tenderer on award of contract will have to furnish contractor’s Bank Account<br />

Numder and Name of the Bank against which all payments in respect of the contract during the currency of the<br />

contract shall be made”.<br />

Signature of contractor 59 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

CHAPTER – II<br />

CONDITIONS <strong>OF</strong> CONTRACT<br />

1. AGREEMENT<br />

The successful tenderer, shall within 21 days after having been called upon by notice to do so be bound to execute an<br />

agreement based on accepted rates and conditions, in such form as the <strong>Railway</strong> may prescribe, and lodges the same<br />

with the <strong>Railway</strong> together with the conditions of contract, specifications and schedule of prices referred to therein<br />

duly completed. The form (Form 1) of agreement is enclosed with this tender document.<br />

1.1 CONTRACTOR’S <strong>OF</strong>FICE AND STORES DEPOT<br />

The Contractor shall, within a month of issue of letter of acceptance of tender, establish an office and store depot at a<br />

convenient place for receiving and storing equipments and materials and progressing field work expeditiously in<br />

consultation and with the approval of the purchaser. He shall intimate the purchaser and address thereof, to which all<br />

correspondence should be sent. Any communication sent to the contractor by post at his said address shall be deemed<br />

to have reached the contractor duly and in time. Important documents shall be sent by Registered Post.<br />

2.1 PERFORMANCE GUARANTEE (REVISED).<br />

a) The successful bidder shall have to submit a Performance Guarantee (PG) with in 30 (thirty<br />

days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission<br />

of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given<br />

by the Authority who is competent to sign the contract agreement. However, the penal<br />

interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days i.e. from<br />

31 st day after the date of issue of LOA. In case the contractor fails of submit the requisite PG<br />

even after 60 (sixty) days from the date of issue of LOA, the contract shall be terminate by<br />

issuing notice under relevant provisions of General Conditions of Contract duly forefeiting<br />

EMD and other dues, if any payable against that contract. The failed contractor shallbe<br />

debarred from participating in re-tender for this work.<br />

b) The successful bidder shall submit the Performance guarantee (PG) in any of the following<br />

forms, amounting to 5% of the contract value:<br />

i) A deposit of Cash,<br />

ii) Irrevocable Bank Guarantee,<br />

iii) Government Securities including State Loan Bonds at 5% below the market value.<br />

iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of<br />

performance Guarantee could be either of the State Bank of India or of any of the<br />

Nationalized Banks.<br />

v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;<br />

vi) A deposit in the Post Office Saving Bank;<br />

vii) A deposit in National Saving Certificates;<br />

viii) Twelve years National Defence Certificates;<br />

ix) Ten years Defence Deposits;<br />

x) National Defence Bonds;<br />

xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less<br />

and:<br />

xii) FDR (Free from any encumbrance).<br />

NOTE : The instruments as lested above will also be acceptable for Guarantees in case of<br />

mobilization advance. All the instrments mentioned in (iii) to (xii) above should be<br />

in favour of FA&CAO/C /NR or Dy. FAO/CAO/C/NR.<br />

c) (i) A performance guarantee shall be submitted by the successful bidder after the letter of<br />

acceptance has been issued, but before signing of the contract agreement. This P.G.<br />

shall be initially valid upto the stipulated date of completionplus 60 days beyond that. In<br />

case, the time foe for completion of work gets extended, the contractor shall get the<br />

validity of P.G. extended to cover such extended time for completion of work plus 60<br />

days.<br />

Signature of contractor 60 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

(ii)<br />

(iii)<br />

(iv)<br />

If <strong>Railway</strong> PSUs are awarded contracts through competitive bidding (Open tender,<br />

Special Limited Tender etc.) the normal rule regarding submission of Performance<br />

Guarantee as applicable to other tenderer/s shall be applicable to these PSUs.<br />

Whenever the <strong>Railway</strong> PSUs are awarded works contracts by <strong>Railway</strong>s, on single tender<br />

basis, they are exempted from the requirement of submitting Performance Guarantee.<br />

However, in the event of failure of the <strong>Railway</strong> PSU to successfully execute the contract<br />

as per terms & conditions laid down in the agreement, a penalty equivalent to 5% of the<br />

original value of contract would be levied.<br />

d) The value of PG to be submitted by the contractor will not change for variation upto 25%<br />

(either increase or decrease). In case during the course of execution, value of the contract<br />

increases by more than 25% of the original contact value, an additional Performance<br />

Guarantee amounting to 5% (five percent) for the excess value over the original contract<br />

value shall be deposited by the contractor.<br />

e) The Performance guarantee shall be released after physical completion of the work based on<br />

the ‘completion certificate’ issued by the competent authority stating that the contractor<br />

has completed the work in all respects satisfactorily. The certificate, inter alia, should<br />

mention that the work has been completed in all respects and that all the contractual<br />

obligations have been fulfilled by the contractor and that there is no due from the contractor<br />

to <strong>Railway</strong>s against the contract concerned. The competent authority shall normally be the<br />

authority who is competent to sign this contract. If the competent authority is of the rank<br />

lower than JA grade, then a JA Grade Officer (concerned with the work) should issue the<br />

certificate. The Security Deposit shall, however, be released only after expiry of<br />

maintenance4 period and after passing the final bill based on ‘No Claim Certificate’ from the<br />

contractor.<br />

f) Whenever the contract is rescinded, the security deposit shall be forfeited and the<br />

performance guarantee shall be encashed. The balance work shall be got done<br />

independently without risk and cost of the failed contractor. The failed contractor shall be<br />

debarred from participating in the tender for executing the balance work. If the failed<br />

contractor is a JV or a partnership firm, the every member/partner of such a firm shall be<br />

debarred from participating in the tender for the balance work in his/her individual capacity<br />

or as a partner of any other JV/partnership firm.<br />

g) The Engineer shall not make a claim under the performance Guarantee except for amounts<br />

to which the President of India is entitled under the contract (not with standing and/or<br />

without prejudice to any other provisions in the contract agreement) in the event of:<br />

i) Failure by the contractor to extend the validity of the performance Guarantee as<br />

described herein above, in which event the Engineer may claim the full amount of the<br />

Performance Guarantee.<br />

ii) Failure by the contractor to pay President of India any amount due, either as agreed by<br />

the contractor or determined under any of the clauses/conditions of the agreement,<br />

within 30 days of the service of the notice to this effect by Engineer.<br />

iii) The contract being determined or rescinded under provision of the GCC the performance<br />

guarantee shall be forfeited in full and shall be absolutely at the disposal of the<br />

President of India.<br />

2.2.1 SECURITY DEPOSIT ON ACCEPTANCE <strong>OF</strong> TENDER<br />

The Security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as under:-<br />

a) Security deposit for each work will be 5% of the contract value .<br />

b) The rate of recovery will be at the rate of 10% of the bill amount till the full security<br />

deposit is recovered. The total security deposit recoverable from a contractor<br />

including the amount of earnest money deposited with the tender as given in clause<br />

above will not exceed the security amount recoverable at the rate mentioned above.<br />

c) For works less than 50 crore, Security deposit will be recovered from the running<br />

bills of the contract and the other mode of collecting SD such as SD in the form of<br />

instruments like BG,FD etc. shall not be accepted towards security deposit.<br />

Signature of contractor 61 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

2.2.2 The security deposit shall be forfeited whenever the contract is rescinded. The Security Deposit unless forfeited in<br />

whole or in part according to the terms and conditions shall be released to the contractor only after the expiry of the<br />

maintenance period and after passing the final bill based on ‘no claim certificate’. Thus before releasing the SD, an<br />

unconditional and unequivocal no claim certificate from the contractor concerned should be obtained. The<br />

competent authority should issue the certificate regarding the expiry of the maintenance period and passing of the<br />

final bill based on ‘no claim certificate’. The competent authority shall normally by the authority who is competent<br />

to sign this contract. If the competent authority is of the rank lower than JA grade, then a JA grade officer (concerned<br />

with the work) should issue the certificate.<br />

After the work is physically completed security deposit recovered in cash from the running bills of a contractor can<br />

be returned to him, if he so desires, in lieu of FDR/irrevocable Bank guarantee for equivalent amount valid for the<br />

maintenance period + 60 days to be submitted by him. The various instruments as listed for performance<br />

Guarantee(clause 5.2) will be acceptable for the purpose. This facility is subject to the issue of physical completion<br />

certificate as envisaged in para 5.2(c ).<br />

NOTES<br />

No Interest will be payable upon the Earnest money and security deposit or amounts payable to the contractor<br />

under the contract.<br />

2.2.3 The President shall be entitled to deduct from the said Security Deposit any loss or damages which the <strong>Railway</strong>s may<br />

be put to be reasons of any act of default on the part of contractor and may call upon the contractor to replenish and<br />

maintain the deposit at its original limit by making further deposit. In the event of the contractor failing to deposit<br />

within time and in the manner aforesaid the RLY. shall be entitled to cancel the contract and forfeit the security<br />

deposit.<br />

2.2.4 Exemption of Earnest Money & Security Deposit:<br />

Public Sector Undertaking wholly owned by <strong>Railway</strong>s like RITES, IRCON, Konkan <strong>Railway</strong> Corporation<br />

Limited, CRIS, Rail-Tel Corporation etc. are exempted from depositing Earnest Money & Security Deposit.<br />

2.3 FORFEITURE <strong>OF</strong> DEPOSIT.<br />

The Security Deposit/Performance Bank Guarantee referred to above shall be forfeited to the <strong>Railway</strong> in the event of<br />

any breach on the part of the contractor of the terms of this contract without prejudice to the <strong>Railway</strong>s right to rescind<br />

the contract and other rights & remedies warranted by law.<br />

2.4 REFUND <strong>OF</strong> SECURITIES.<br />

The security deposit unless forfeited in whole or in part according to the terms and conditions shall be returned to the<br />

contractor after the physical completion of the work as certified by the competent authority. The competent authority<br />

shall normally be the authority who is competent to sign this contract. If the competent authority is of the rank lower<br />

than JA grade, then a JA grade officer (concerned with the work) should issue the certificate. The certificate, inter<br />

alia, should mention that the work has been completed in all respects and that all the contractual obligations have<br />

been fulfilled by the contractors and that there is no due from the contractor to <strong>Railway</strong>s against the contract<br />

concerned. Before releasing the SD an unconditional and unequivocal no claim certificate from the contractor<br />

concerned should be obtained.<br />

3. ILLEGAL GRATIFICATION<br />

3.1 Any bribe, commission fits or advantage given, promised or offered by or on behalf of the contractor or his partner,<br />

agent or servant of anyone of his or on their behalf to any officer, or employee of the <strong>Railway</strong> or to any Person on his<br />

or their behalf in relation to the obtaining or the payment of any loss or damage resulting from such decision, and the<br />

<strong>Railway</strong> shall be entitled to deduct the amounts so payable from and moneys due to the contractor under the contract<br />

or any other contracts with the <strong>Railway</strong>s.<br />

Signature of contractor 62 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

3.2 The contractor shall not lend or borrow from or enter into any monetary dealings or transactions either directly or<br />

indirectly with any employees of the <strong>Railway</strong> and if he shall do so the <strong>Railway</strong> shall be entitled forth with to rescind<br />

the contract and all other contracts with the railway. Any question or dispute as to the committing or any offense or<br />

compensation payable to the <strong>Railway</strong> under this clause shall be settled by the General Manger of the <strong>Railway</strong> in such<br />

manner as he shall be consider fit and sufficient and his decision shall be final and conclusive.<br />

4. PATENT RIGHT AND ROYALTIES.<br />

The contractor shall indemnify the <strong>Railway</strong> from and against all claims and proceedings for or on account of<br />

infringement of any patent rights, trade marks or name of other protected rights in respect of any information of<br />

materials supposed or used in connection with this contract and from and against all claims, proceedings, damages,<br />

costs, charges and expenses whatsoever in respect thereof or in relation there to except where otherwise specified, the<br />

contractor shall be liable for the payment, if any for the said information or material supplied or used and<br />

documentation.<br />

5. FORCE MAJEURE<br />

If, at any time, during the continuance of the contract arrangement, the performance in whole or in part by either<br />

party of any obligation under the agreement shall be prevented or delayed by reasons of any war, hostile acts of the<br />

enemy, Civil commotion, sabotage, fires, floods explosions, epidemics, guarantee restrictions, strikes and lockouts<br />

and any statute, statuary rules regulations, orders or requisitions issued by any Government Dept. of a competent<br />

authority or acts of God (hereinafter referred to as eventualities) then provided notice of the happening of any such<br />

eventuality is given by either party to the other within fifteen days from date of occurrence thereon, neither party<br />

shall, by reason of such eventualities be entitled to terminate this contract agreement nor shall either party have any<br />

claim for damages against the other in respect of such non-performance of delay in performance. Performance of the<br />

contract agreement shall, however, be resumed as soon as practicable after such eventuality has come to an end or<br />

ceased to exist. Provided that, if the performance in whole or part of any obligation under the contract agreement is<br />

delayed by means of any such eventuality for a period exceeding six months, either party may at his option, terminate<br />

the contract agreement provided further that in the event of such prevention or delay as aforesaid, then, instead of<br />

exercising the option, both parties may consult with each other with a view to agreeing between them the action<br />

mutually to be taken in order to minimize the effects of such prevention or delay and continue the operation of this<br />

contract agreement.<br />

6. USE <strong>OF</strong> RAILWAY LAND<br />

Use of <strong>Railway</strong> land, required by the contractor for constructing temporary office, quarters, hutment etc. for the staff<br />

and the storing materials etc. will be permitted to him free by <strong>Railway</strong> if available. The location of these officers,<br />

hutment, stores etc. will be subject to the approval of the Engineer or his representative. The land will be restored to<br />

<strong>Railway</strong> by the contractor in the same condition as when taken over or in the vacant condition as desired by the<br />

Engineer, after completion of the work or any earlier date specified by the Engineer. The failure to do so will make<br />

the contractor(s) liable to pay the cost incurred by the <strong>Railway</strong> for petty possession of the land.<br />

7. EMERGENCY WORKS.<br />

In the event of any accident of failure occurring in or about the work or arising out of or in connection with the<br />

construction, completion or maintenance of the works which in the opinion of the Engineer requires immediate<br />

attention, the <strong>Railway</strong> may bring its own workmen or other agency to execute or partly execute the necessary work or<br />

carry out repairs if the engineer considers that the contractor/s is/are not in a position to do so in time and charges the<br />

cost there of, as to be determined by the CSTE(C)/Dy.CSTE/SSTE (refer Vol.-1) to the contractor.<br />

8. NIGHT WORK.<br />

Not withstanding the provision in the General Conditions of Contract, if the Engineer is satisfied that the work is not<br />

likely to be completed in time except by resorting to night work, he may order the contractor/s to carry out the works<br />

even at night without conferring any right on the contractor for claiming any extra payment for the same. All<br />

arrangement in this connection shall be made by the contractor at his own cost.<br />

9 ELECTRICITY.<br />

9.1 Any electric supply required at site for what so ever purpose shall be arranged by the contractor. The contractor/s<br />

shall be responsible for the arrangement for obtaining electric supply at his own cost, and the rates quoted shall<br />

include the cost of providing electric supply arrangements required for the work.<br />

9.2 If required by contractor/s the <strong>Railway</strong> may give required assistance by recommending to respective state Electricity<br />

Board for giving necessary electric connection to the contractor for execution of works.<br />

Signature of contractor 63 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

10. WATER CHARGES<br />

The contractor(s) shall make his/their own arrangements for potable and other water supply required for the execution<br />

of the work as well as his labour. However, if water is supplied by the <strong>Railway</strong>, the contractor(s) will have to pay<br />

water charges as laid down in the General conditions of contract and in addition, the contractor(s) will have to pay<br />

charges as levied by the corporation Municipality.<br />

11. CESS CHARGES<br />

a) For contractor’s labour employed and residing at station and in colonies where sanitary facilities exist, contractor will<br />

be required to pay cess charges as per rules in force on the <strong>Railway</strong> from time to time.<br />

b) For labour working between stations or at isolated places where <strong>Railway</strong> facilities do not exist, the contractor shall<br />

be required to provide necessary sanitary facilities for his labour in terms of clause 59 (A) of the General conditions<br />

of the contract. In case, of any failure on his/their parts, the necessary facilities shall be provided by the <strong>Railway</strong><br />

Administration at the cost of contractor and expenditure thus incurred will be recovered from his/their bills.<br />

c) The tenderer for carrying out any construction work in_________(name of the state) must get themselves registered<br />

from the Registering officer under section-7 of the building and other construction workers Act,1996 and rules made<br />

thereto by the __________(name of the state)Govt. and submit certificate of Registration issued from the Registering<br />

officer of the _________ (name of the State) Govt. (Labour Deptt.). For enactment of this Act, the tenderer shall be<br />

required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be<br />

outside the purview of cess, when supplied under a separate schedule item.<br />

12. INCOME TAX DEDUCTION<br />

Under Section 194-C of the Income Tax Act, 1961 deduction of 2% plus surcharge as applicable on Income Tax will<br />

be made for sums paid for carrying out the work under this contract. In case of supply contract for ballast, deduction<br />

of 2% (Two Percent) Income Tax will be made for the sums paid for labour portion only (i.e. loading, unloading,<br />

stacking, measurement and laying etc.).<br />

i) Deduction of Income Tax at source as per provisions of Finance Act and Income Tax Act in force shall be made from<br />

the Contractor/Sub-Contractor and the amount so deducted may be credited to the Central Government.<br />

ii) Wherever the law makes it statutory for the Purchaser to deduct any amount towards Sales Tax on Works Contract,<br />

the same will be deducted and remitted to the concerned authority.<br />

a) Sales tax including turn over tax on works contract, octroi, toll tax, local tax, duties/levies as well as services and<br />

other tax levied by the Central Govt., State Govt. or local bodies as applicable on the date of quoting the rates<br />

and any charges there-in at a later date, shall be considered to be included in the rates quoted by the tenderer in<br />

the tender schedule.<br />

b) Rlys. Shall deduct the sales tax/turnover tax or any other tax from the contract’s bill at the rate as applicable as<br />

per rules framed by the concerned Govt./local bodies from time to time and remit it to the concerned deptt. and<br />

shall issue a certificate regarding Tax/Duties/levies so deducted on demand by the contracator.<br />

13.1 CONTRACT LABOUR LICENSE<br />

The contractors are required to produce incense as enjoined in the Govt. of India Contractor Labor (regulation and<br />

abolition) Act, 1978. They shall not be allowed to undertake or execute any work through Contract labour except<br />

under in accordance with a license issued under the said act in that behalf by the authorized licensing officer.<br />

13.2 CARE <strong>OF</strong> STAFF<br />

No quarter will be provided by the <strong>Railway</strong> for the accommodation of the contractor or any of his staff employee or<br />

the work. The contractor may be allowed to erect any labour camps for housing the labour at or near the site of works<br />

on available <strong>Railway</strong> land subject to the payment of cess and water charges. The contractor shall at his own cost<br />

make all necessary and adequate arrangement for the importation, feeding and preservation of the hygiene of the<br />

staff. The contractor shall permit inspection at all times of all sanitary arrangements made by him by the Engineer or<br />

his Assistant or the medical staff or the <strong>Railway</strong>. If the contractor fails to make adequate, sanitary arrangements these<br />

will be provided by the <strong>Railway</strong>, the cost there of being recovered from the contractor.<br />

Signature of contractor 64 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

14. DAMAGE BY THE ACCIDENTS, FLOODS OR TIDES;<br />

a) The contractor shall take all precautions against damages, accident, floods or tide. No compensation will be allowed<br />

to the contractor for his plant or material lost or damaged by any cause what so ever. The contractor shall be liable to<br />

make good the damage to any structure or part of structure plant or material of every description belonging to the<br />

administration lost or damaged during the course of the contractor’s work.<br />

b) The administration will not be liable to pay to the contractor any charges for rectification or repair to any damage<br />

which have occurred from any cause whatsoever to any part of the new/existing structure during construction.<br />

15. VARIATION <strong>OF</strong> QUANTITY (REVISED)<br />

15.1 The tenderer/contractor will be bound to execute the additional quantities on the<br />

following terms and conditions.<br />

15.1.1 Variation in items whose agreement value is more than 1% of the total original agreement value<br />

(Major value items):<br />

a) Individual NS items in contract can be operated with variation of plus or minus 25%<br />

and payment would be made as per agreement rate.<br />

b) “SOR schedule as a whole” in contract can be operated with variation of plus or<br />

minus 25% and payment would be made as per agreement rate.<br />

However, in case of NS item the limit of 25% would apply on the individual items<br />

irrespective of the manner of quoting the rate (single percentage rate or individual<br />

item rate).<br />

c) Operation of an individual NS items/ “SOR schedule as a whole”, in excess of 125%<br />

but up to 140% of their respective agreemental quantity shall be paid at 98% of the<br />

agreemental rate.<br />

d) Operation of an individual NS items/ “SOR schedule as a whole”, in excess of 140%<br />

but up to 150% of their respective agreemental quantity shall be paid at 96% of the<br />

agreemental rate.<br />

e) Operation of an individual NS items/ “SOR schedule as a whole”, in excess of 150%<br />

of their respective agreemental quantity, if reauired by <strong>Railway</strong> in exceptional<br />

circumstances, shall be paid at 96% of the agreemental rate, unless otherwise defind<br />

in the agreement.<br />

Variation in items whose agreement value is less than 1% of the total original agreement value<br />

(Minor value items):<br />

Such items (i.e. NS items / “SOR schedule as a whole” can be operated with variation of plus or<br />

minus 100% of their respective agreemental quantities and the payment would be as per their<br />

respective agreemental rate. However, rates for variation of such items beyond 100% shall be<br />

decided as per General Contitions of the contract and prevailing codal provision.<br />

15.2 No such quantity variation limit shall apply for foundation items.<br />

15.3 In case the over all revised agreemental value goes beyond 150% of original agreemental value<br />

in exceptional circumstances, due to variation of additional quantities, the tederer/contractor<br />

will be bound to execute the additional quantities on negotiated rates.<br />

15.4 QUANTUM <strong>OF</strong> WORK/INCREASE OR DECREASE <strong>OF</strong> QUANTITIES:<br />

The <strong>Railway</strong> shall be entitled at any time before completion of the work as detailed in the contract to increase<br />

or decrease the ordered total quantities of each item of schedules shown in the contract. The increase or<br />

decrease in quantity shall be by not more than 25% of the ordered total quantity at the same price, terms and<br />

conditions as stipulated in the contract by giving a notice in writing to that effect to the contractor and the<br />

contractors shall be bound to execute the quantities so ordered according to the revised time schedule advised<br />

by the <strong>Railway</strong>.<br />

Signature of contractor 65 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

15.5 <strong>Railway</strong> may increase/decrease the quantity at any or more locations, partly or fully within the above<br />

percentage.<br />

16. INSURANCE.<br />

16.1 The contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the contractor<br />

or the <strong>Railway</strong> at common law or under any statute in respect of accidents to persons who shall be employed by the<br />

contractor at or about the site or the contractor’s office for the purpose of carrying out the works on the site. The<br />

contractor should also take out and keep in force a policy or policies of insurance against all recognized risks to their<br />

offices depots. Such insurance shall in respects be to the approval of the <strong>Railway</strong> Administration and if he so<br />

requires, in his name.<br />

16.2 The contractor shall take out and keep in force a policy or policies or insurance for all materials handed over to him<br />

irrespective or whether used up in the portion of work already done or kept for use for the balance portion of the work<br />

until such works are handed over the <strong>Railway</strong>. For this purpose, the works are deemed to have been banded over<br />

when final acceptance certificates issued by the Engineer after the completion of all the acceptance tests to be<br />

conducted on the works. The contractor shall not be liable for losses/damages to materials either used up in the<br />

portion of work or the materials kept for use at site, in consequence or mutiny or other similar causes over which the<br />

contractor has not control and which can be insured. Such loses or damages shall be the liability of the <strong>Railway</strong>.<br />

16.3 The contractor should however, insure the stores brought to site against risks in consequence or war and invasion, as<br />

required, under emergency risk (goods) Insurance Act in force.<br />

16.4 The contractor shall take out all insurance covers in connection with this contract with the General Insurance<br />

Corporation of India.<br />

17. SAFETY MEASURES.<br />

17.1 The contractor shall take all possible precautions to ensure that non e of his work knowingly or otherwise cause<br />

interference to the circuits of equipment in use and give rise to unsafe conditions or dislocation of traffic.<br />

17.2 No work shall be taken above or under or adjacent to any line of the <strong>Railway</strong> in consequence of which it may<br />

become necessary to foul any such line or it in any way prejudice the same for safe passage of traffic until look out<br />

men and hand signal men as kept by the Engineer or his representative, have taken their duties.<br />

17.3 The contractor shall take all precautionary measures in order to ensure the protection of their own personnel moving<br />

about are working on the <strong>Railway</strong> premises, but shall, then confirm to the rules and regulations of the <strong>Railway</strong>. If<br />

and when, in the act of the work there is likely to be any danger to person in the employment of the contractor due to<br />

running traffic while working in the <strong>Railway</strong> siding and premises, the contractor shall apply in writing to the <strong>Railway</strong><br />

to provide flagman or look out man for protection of such persons. The <strong>Railway</strong> will, however, decide as to whether<br />

it is necessary to post men required to protect the gangs of contractor(s) staff working at site, fireman for various<br />

types of work and also the number of such. The <strong>Railway</strong> shall remain indemnified by the Contractor in the event of<br />

any accident occurring in the normal course of risk, arising out of the failure of contractor or his men to exercise<br />

reasonable precaution at all places of work whether or not the <strong>Railway</strong> has posted flagman at any particular site of<br />

work. The flagman will be appointed by the <strong>Railway</strong> and expenses on this account will be charged to the contractor.<br />

17.4 While working within station limits especially on passenger platforms the contractor shall ensure that at all times<br />

sufficient space is left for free movement of passenger traffic. He must barricade the excavations carried out in areas<br />

and continue to maintain these, till the work is completed with a view to avoid any accident to the public or to<br />

<strong>Railway</strong> staff.<br />

17.5 The work must be carried out most carefully without any infringement of the <strong>Indian</strong> Act or the General and<br />

Subsidiary Rules in force on the <strong>Railway</strong> in such a way that they do not hinder <strong>Railway</strong> operation nor effect the<br />

proper functioning or damage any <strong>Railway</strong> equipment, structure or rolling stock except as agreed to by the <strong>Railway</strong><br />

provided that all damages and disfiguration caused by the contractor at his own expenses failing which the cost of<br />

such repairs shall be recovered from the contractor.<br />

17.6 If a safety of track etc. is affected, as a consequence of work under taken by the contractor, the contractor shall take<br />

immediate steps to restore normal condition. In case of delay, the <strong>Railway</strong> shall, after giving due notice to the<br />

contractor in writing take necessary steps and recover the cost from the contractor.<br />

Signature of contractor 66 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

17.7 No work including testing and commissioning on the points, track circuits equipment working signaling gears,<br />

internal wiring, cable termination etc. should be done unless and until contractor’s technical supervisor is present at<br />

site and has been authorized by <strong>Railway</strong>.<br />

17.8 The contractor will programme his work in such a manner so as not to interfere in the working and movement of<br />

trains. No extra payment shall be allowed on this account and for taking any precautions or wastage of contractor’s<br />

labour, time etc. to trains working.<br />

17.9 No contractor’s vehicle should ply adjacent to running lines. He shall be responsible for the safety of vehicles used by<br />

him.<br />

17.10 “Contractor(s) executing the works adjacent to the existing <strong>Railway</strong> track for e.g. doubling, gauge conversion, yard<br />

remodeling etc. will take all care for avoiding any damage to the underground/OH services such as S&T cables,<br />

electric cables/wires, pipeline /sewer lines etc. They must ensure that the work is started after obtaining clearance in<br />

writing from the Engineer-in-charge regarding the route for Signaling /Electrical cables/Water supply/Sewer lines etc.<br />

However, if any damage occurs during execution, he will immediately report the same to the Engineer-in-charge and<br />

stop the work further till clearance for restarting the work is given by the Engineer –in-charge. It may be further noted<br />

that if it is proved that damage is occurred due to the negligence on the part of the contractor, the cost of the damage<br />

will be recovered from him/them. The decision of Engineer-in –charge will be final and binding upon the<br />

contractor(s)”.<br />

18. SITE CLEARANCE;<br />

At the end of the work at the station, the contractor shall as part of his contractual obligation leave the area<br />

completely cleared of rubbish and obstructions of all kinds according to the instructions of the <strong>Railway</strong>’s<br />

representative. Besides he will take all necessary steps in the course of the execution of the work to avoid the<br />

presence of loose earth and ballast on the platform in drains on the track formations and pathways in the vicinity. If<br />

within a fortnight of completion of the particular item at the site of work, the refuge is not cleared the <strong>Railway</strong> will<br />

arrange to get them removed at the cost of the contractor. However, before the <strong>Railway</strong> actually gets the site cleared,<br />

intimation in writing shall be sent to the contractor.<br />

19. PROGRAMME <strong>OF</strong> WORK/OBLIGATION TO CARRY OUT ENGINEER’S INSTRUCTIONS.<br />

19.1(a) The Contractor shall have necessary resources to execute the work so that the entire work is completed within a<br />

period as mentioned in tender documents from the date of issue of Letter of Acceptance of Tender. The priority of<br />

each item for taking up the work shall be as decided by the <strong>Railway</strong> and the contractor shall take up the work only as<br />

per the order of priorities assigned by the <strong>Railway</strong> for the purpose.<br />

19.1(b) Within a period of 15 days beginning from the date of issue of the letter of acceptance the tenderer shall submit the<br />

detail time schedule for the execution of work based on the conditions in consultation with <strong>Railway</strong> to the authority<br />

mentioned in the preamble and approved by the later in writing before commencement of work.<br />

19.2 The engineer incharge will also decide priorities location-wise as well as priority in respect of inside vis-à-vis outside<br />

work based on completion of other activities from <strong>Railway</strong> side like Civil Engineering Work and Contractor shall<br />

abide by the same.<br />

19.3(a) Contractor will deploy additional staff including supervisors, artisan, skilled and semi-skilled etc. during N.I. period<br />

to ensure that the commissioning of the entire work is completed as per the block or non-interlocking plans by N.Rly.<br />

In case the Contractor/s is/are not able to deploy adequate manpower during N.I. and <strong>Railway</strong>’s labour/manpower is<br />

to be deployed for the purpose to complete the work in time. The expenditure incurred by <strong>Railway</strong> towards<br />

employment of such staff shall be deducted from the Contractor’s payment.<br />

19.3(b) The contractor will programme his work in such a manner so as not to interfere in the working and movement of<br />

trains. No extra payment shall be allowed on this account and for taking any precautions or wastage of contractor’s<br />

labour, time etc. due to train working.<br />

19.4 The Contractor shall be held responsible for the execution of the works according to the time schedule given in the<br />

tender document for the execution of the work in full compliance of the specifications and the various clause of the<br />

supplement “Technical” specifications. Failure to comply with any of these will be dealt with as per provisions laid<br />

down in the General Conditions of the Contract and instructions for tenders of the Engineering Department of the<br />

Zonal <strong>Railway</strong>s on whose jurisdiction the work falls.<br />

Signature of contractor 67 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

19.5 The contractor on his part will have to employ labour in full strength commensurate with working area available. He<br />

will also arrange matching materials and equipment to complete the job most expeditiously so as to ensure that the<br />

work is completed in phases with the stipulated period.<br />

19.5.1 PROGRESS REPORTING:<br />

a) The contractor shall submit to <strong>Railway</strong>s at his own cost periodic progress reports at regular intervals regarding the<br />

state and progress of work. The details and pro-forma of the report will mutually be agreed after award of the<br />

Contract. Such reports shall be for daily manpower, equipment and plant development, weekly work progress and<br />

monthly progress review reports. All actions as directed by <strong>Railway</strong> pursuant to such reports shall be promptly<br />

attended to by Contractor.<br />

b) The purchaser’s engineer shall also conduct monthly meetings with the contractor to assess and review the<br />

programme of works. The action proposed to progress the work as planned, difficulties, assistance required etc. shall<br />

be clearly brought out and remedial action taken. The minutes of these meetings shall be jointly signed by <strong>Railway</strong>s<br />

and contractor.<br />

19.6 ENGAGEMENT <strong>OF</strong> QUALIFIED ENGINEER<br />

The Contractor/s shall employ the following technical staff during the execution the work:<br />

a) One Graduate Engineer when the cost of the work to be executed is Rs. 15 lakhs and above.<br />

b) One Identified diploma holder when the cost of work to be executed is more than 5 Lakhs but less than Rs. 15 Lakhs.<br />

Technical staff should be available at site whenever required by the Engineer-in-charge to take instructions. In case<br />

the Contractor(s) fails/fail to employee the technical staff as aforesaid, he/they shall be liable to pay a reasonable<br />

amount not exceeding a sum of Rs.2000/- (Rupees two thousands only) for each month of default in case of graduate<br />

engineer and Rs. 1000 (Rupees one thousand only for each month of default in case of diploma holder.<br />

c) The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by<br />

the Contractors and as to the reasonableness of the amount to be deducted on this account shall be final and binding<br />

on the Contractor.<br />

d) The contractor or his representative will accompany the purchaser’s engineer or engineers on inspection or proceed to<br />

their office/offices whenever called upon to do so.<br />

19.7 The Contractor should nominate a Competent Supervisor/Engineer as his representative on the works who will be<br />

authorized to receive and acknowledge materials issued by the <strong>Railway</strong> and take all orders issued by the Inspecting<br />

Officer of the <strong>Railway</strong>.<br />

19.8 Inspection Register shall be maintained at the site of work by the <strong>Railway</strong> where in instructions regarding the<br />

working etc. shall be recorded by the Engineer or his executive subordinates. It is expected of the contractor or his<br />

representative at the site to note such instructions whenever asked upon to do so and take action accordingly.<br />

19.9 No facility whatsoever e.g. provision of approach road and provision of temporary level crossing etc. will be<br />

provided by <strong>Railway</strong> for carting materials. Approach roads within the Rly. limits can be used for carting materials.<br />

19.10. Technically it is considered that the work of cable laying should not be tackled under moist conditions. Hence the<br />

work of cable laying should be stopped before the on set of monsoon and the contractor shall have this in his mind<br />

while submitting his detailed time schedule.<br />

19.11 DEFAULT AND DELAY<br />

The contractor shall execute the work with due diligence and expedition, keeping to the approved time schedule.<br />

Should he refuse or neglect to comply with any reasonable orders given to him or comply with any reasonable orders<br />

given to him in writing by the Purchaser’s Engineers in connection with the work or contravene the provision of the<br />

contract or the progress of work lags persistently behind the time schedule due to his negligence the purchaser shall<br />

be at liberty to give seven days notice in writing to the Contractor requiring him to make good the neglect on<br />

contravention complained of and should the contractor fail to comply with the requisitions made in the notice within<br />

seven days from the receipt thereof, it shall be lawful for the purchaser to take the work wholly or in part out of the<br />

contractor’s hands without any further reference and get the work wholly or in part out of the contractor’s hands and<br />

get the work or any part thereof, as the case maybe, completed by other agencies at the expenses of the contractor<br />

without prejudice to any other right or remedy of the Purchaser.<br />

19.12 EXECUTION <strong>OF</strong> WORK :<br />

All the work shall be executed in strict conformity to the provisions of the contract document and according to<br />

detailed drawings, specifications and instructions as may be approved from time to time by <strong>Railway</strong> based on<br />

detailed design and engineering carried out by contractor in line with requirements as per contract document.<br />

The contractor shall be responsible for ensuring that the work throughout are executed in the most substantial, proper<br />

and workmanlike manner with the quality of material and workmanship in strict accordance with the specifications<br />

and as per sound industrial practices and to the entire satisfaction of the <strong>Railway</strong>. In case of any doubts regarding any<br />

particulars of construction and any ambiguities in the plans, the decision of the purchaser’s engineer shall be final and<br />

binding on the contractor<br />

Signature of contractor 68 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

20 OTHER RAILWAY STORES.<br />

If any material included in the list of materials to be supplied by the contractor is supplied by the <strong>Railway</strong> either at<br />

the contractor’s request/or suomoto in order to prevent any possible delay in the execution of the work likely to occur<br />

due to the contractor’s inability to make adequate arrangements for supply, as also his failure to return excess unused<br />

material supplied by <strong>Railway</strong>s, then recovery will be made from contractors bill at the book rate or the last purchased<br />

rate or the prevailing market rate whichever is higher plus 5% on account of initial freight and 2% on account of<br />

incidental charges together with supervision charges at 12-1/2% of the total cost inclusive of material, freight<br />

incidental charges. Freight between the <strong>Railway</strong> sources of supply and the site of work shall be to the contractor’s<br />

account. If, however, the material required by the contractor is not available in <strong>Railway</strong>s stock or the <strong>Railway</strong><br />

decides not to supply the same be that for whatever reasons, the <strong>Railway</strong> shall not be bound to arrange for the supply<br />

at the cost quoted above or at any other cost nor will this fact be accepted as an excuse for delay in execution of<br />

works.<br />

21. SUPPLY <strong>OF</strong> MATERIALS:<br />

21.1 MATERIAL TO BE SUPPLIED BY RAILWAYS<br />

21.1.1 The material to be supplied by <strong>Railway</strong>s free of cost are given in Volume-1. This will be taken by the contractor from<br />

the <strong>Railway</strong> stores as indicated in Volume-1. The quantities would be determined by <strong>Railway</strong>s according to the<br />

quantum of work to be done. Contractor shall be responsible for checking before taking delivery, whether all the<br />

materials given to him are in good condition. Receipt of the material taken shall be given on prescribed proforma as<br />

per Form No.5 by the contractor or his representatives, Clearly mentioning the details of material and the quantities<br />

received. The left out of unused material shall be returned to the stores (as indicated in Vol. I) by the contractor and<br />

no extra charges shall be paid by <strong>Railway</strong>s. Transportation of material from <strong>Railway</strong> stores to the site of work shall<br />

be arranged by the contractor. The contractor is entirely responsible and shall bear all expenses for loading,<br />

transportation and unloading of all materials, equipment, machines, tools and plants etc. from the place of supply to<br />

the <strong>Railway</strong> stores depot as indicated in Volume-1. Loading and unloading of the same to the site will be done by the<br />

contractor at his cost. The responsibility for damage to any equipment during transportation and till it is taken over by<br />

<strong>Railway</strong>s after commissioning of the link shall be that of tenderer.<br />

21.1.2 All the materials supplied by the Purchaser shall be correctly accounted for and the quantities reconciled on<br />

completion of the work by the contractor. On completion of the work all surplus materials supplied by the Purchaser<br />

together with the one found defective or that have become defective or broken on account of defective materials<br />

and/or workmanship shall be returned to him by the contractor. From contractor’s bill, recovery for the failure to<br />

return unused material referred to above shall be made as per clause 20 of Conditions of Contract Chapter-2 Volume-<br />

II.<br />

21.1.3. In case of supply of cable by <strong>Railway</strong>s, the cable will be supplied to the contractor upto an extent of cable length at a<br />

time i.e. in correspondence to the trenching. The contractor will submit timely request to the <strong>Railway</strong>s for the supply<br />

of cable in correspondence with the trenching ready in all respects.<br />

21.2 MATERIAL TOBE SUPPLIED BY CONTRACTOR<br />

21.2.1 The materials to be supplied by the contractor as per schedules enclosed with the tender document will be procured<br />

from RDSO approved sources if the item appears in RDSO approved list. In case of items not appearing in RDSO<br />

approved list of material, the material shall be procured from reputed suppliers or their authorized representatives,<br />

shall be of best quality and shall conform to relevant specifications, design and drawings duly inspected by RITES/<br />

RDSO/Rly.Consignee. The contractor may be required to produce test certificates from the manufacturers whenever<br />

called for by the Engineer in Charge.<br />

21.2.2 Before procuring the material to be supplied by contractor, the contractor shall submit the names and addresses of<br />

Suppliers from whom it is proposed to procure the materials required to be supplied in the tender and shall take<br />

approval of railways for the same.<br />

21.2.3.1 All materials required for the execution of the contract other than those specifically shown as being supplied by the<br />

<strong>Railway</strong>s in this document shall be arranged and supplied by the contractor as detailed in the scope so as to realise the<br />

end objectives. The material supplied and used by the contractor shall be best quality available.<br />

Signature of contractor 69 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

21.2.3.2 The quantities of equipment and material to be supplied by contractor are indicated in schedule of work. The supply<br />

of equipment and material shall also include required installation and other materials and documents etc. which may<br />

not be specifically mentioned herein, but which are usually necessary for completing the work in all respects. The<br />

materials supplied and used by the contractor shall be of best quality available. Quantities of equipment and material<br />

to be supplied by contractor are indicated in the schedule of works. These material/equipments are to be supplied at<br />

the stores as specified in vol.-I<br />

21.2.4 SUPPLY <strong>OF</strong> TECHNICAL LITERATURES, DOCUMENTATION, DRAWINGS & COMPLETION<br />

PLANS ETC.<br />

a. The supply of equipment and materials shall include supply of two sets of printed documents from the original<br />

equipment manufacturers with each equipment. The documents should include all software documentation required<br />

for the equipment.<br />

b. Except where printed documents are supplied with each equipment by original equipment manufacturer, all other<br />

documentation and information shall be prepared using CAD. All the documentation and drawings etc. shall be<br />

supplied in two sets of CD. The drawings etc. shall also to be supplied in duplicate on J.K. Copier/maplitho white<br />

paper to facilitate taking out copies on plain paper copier. In addition four complete sets of such documents shall<br />

also be supplied for ready use duly bounded in good plastic folders.<br />

c. The supply of equipment and materials shall also include necessary documentation related to training on the<br />

maintenance of equipment in sufficient number of copies and one videocassette to the extent specified elsewhere in<br />

this agreement.<br />

21.3 Other than the material to be supplied as per the schedule, Volume-1 indicates the list of materials to be supplied by<br />

the contractor free of cost but not limited to, as required for completing the work as per standard plans, drawing etc.<br />

In addition to the above, if any other petty material, which may be considered necessary for execution of the work<br />

according to specification of drawing, is required, the same shall be supplied by the contractor free of cost.<br />

21.4 In case cement is supplied by <strong>Railway</strong>s, the empty cement bags for the supply of cement shall be property of the<br />

contractor and the cost of the same shall be recovered at the rate of Rs.2/- per empty cement bag from the “on<br />

account” bill of the contractor. The <strong>Railway</strong>, however, reserves its right to take empty bags as are in good conditions<br />

and in that case no recovery will be made for bags so taken back. These rates will apply for bags deteriorated while in<br />

use and not found acceptable to the <strong>Railway</strong> so taking back from the contractor.<br />

21.5 SUPPLY <strong>OF</strong> CEMENT BY CONTRACTOR<br />

The relevant paras of the tender conditions for supply of cement by contractor given in Enclosure-1 volume-2 will be<br />

applicable.<br />

21.6 No extra charges shall be paid to the contractor towards carriage, loading and unloading and handling etc. of the<br />

above materials indicated above required for execution of the work and the rates quoted by the contractor shall be<br />

inclusive of all such charges.<br />

21.7 The contractor shall be responsible for undertaking repairs, if any, to crates, cable drums packing cases etc. for safe<br />

transport of materials from <strong>Railway</strong>s specified depot to the site of work. No extra payment will be made on this<br />

account.<br />

21.8 DISPOSAL <strong>OF</strong> EMPTY CABLE DRUMS;<br />

Empty cable drums, wooden crates and other packing materials used for supply of <strong>Railway</strong>’s materials to the<br />

contractor shall be the property of the Contractor excepting the cable drums having unused cable exceeding 50<br />

mt./length. This cable will be rolled back in the same cable drum and handed over to the <strong>Railway</strong> Engineers. If<br />

otherwise the cable can be handed over loose and the cost of the cable drum shall be recovered at the rate of Rs. 300/-<br />

per empty drum from the running bills of the Contractor. The <strong>Railway</strong>, however, reserves is right to take empty<br />

drums that are in good condition and in such cases no recovery will be made for the drums so taken back.<br />

22. Security of all materials in the section where the work is in progress shall be the contractor’s responsibility and he<br />

shall arrange to guard the same from thefts by outsiders or his labour. In the event of any loss, the contractor shall be<br />

responsible to that effect and shall execute an indemnity bond for the materials that will remain in his custody, which<br />

has been supplied by the <strong>Railway</strong>. The stores lost, when under custody of the contractor, will be made good by the<br />

contractor.<br />

Signature of contractor 70 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

23. STORAGE <strong>OF</strong> MATERIALS;<br />

The storage of materials, tools and machinery used by the contractor shall be done in an orderly manner and anything<br />

used by the contractor for the execution of the work should in no way cause danger or hindrance to the working of the<br />

Rly. or to the movement of its staff or passengers.<br />

24. INDEMNITY BOND AND STANDING BANK GUARANTEE AGAINST MATERIALS SUPPLIED TO<br />

CONTRACTOR.<br />

The contractor shall furnish a standing Indemnity Bond in Form No.4 for materials supplied to him by <strong>Railway</strong>s<br />

under Clause-21 of Conditions of Contract. The contractor shall also furnish a Standing Bank Guarantee as per Form<br />

No.3 for a sum of Rs.1,00,000/- = (Rupees one lakh only) for materials supplied by <strong>Railway</strong> direct from the time he<br />

commences taking delivery of the materials to the time the materials are used in execution of work and quantities<br />

finally reconciled.<br />

25. TESTS & MEASURING INSTRUMENTS, SPECIAL TOOLS AND INSTALLATION MATERIAL<br />

25.1 The contractor shall make such tests as may be necessary to demonstrate to the satisfaction of the <strong>Railway</strong> that the<br />

apparatus and the system as installed are in accordance with the specification and contract. The contractor shall<br />

provide such instrument and apparatus as may be necessary for conducting such tests.<br />

25.2 The following tests on equipment and installation shall be made (in addition to tests enumerated in draft <strong>Indian</strong><br />

railway standard specification No. RDSO/SPN-13 for “Electrical signaling and interlocking fitting” and tests<br />

specified in Clause-27 of the general conditions).<br />

a) Service tests to determine that protective device function as intended.<br />

b) Service test to determine that control system function as intended.<br />

c) Test to determine that all circuits conform to approved circuit plan by individually electrically checking each<br />

contact/selection.<br />

d) Test of all electrically operated devices to determine that its electrical operating characteristics are in accordance with<br />

specifications designated by the <strong>Railway</strong>.<br />

e) Test of insulation resistance of each completed circuit in accordance with engineering’s instruction.<br />

f) The insulation resistance shall be not less than as specified in the Signal Engineering Manual issued by the Ministry<br />

of <strong>Railway</strong>s.<br />

g) The responsibility of fault location of the defective or inoperative installation during the execution and testing<br />

restoration thereof shall be that of the contractor.<br />

h) The contractor shall co-operate in conducting tests and trials and wherever defects/deficiencies are required to be<br />

attended to or made good, will be complied with promptly.<br />

26. INSPECTION <strong>OF</strong> MATERIALS/ INSPECTION <strong>OF</strong> INSTALLATION.<br />

In addition to what is indicated in General Conditions of Contract, following shall also be adhered to by Tenderer: -<br />

A) PROTOTYPE TESTING :<br />

i) The equipment with valid type approval shall be supplied by the contractor (after the prototype is approved by the<br />

inspecting agency). Prototype testing is not required for those equipment for which the type approval have already<br />

been issued by the Research, Design & Standards Organisation, Lucknow.<br />

ii) In respect of equipment ordered to TEC specifications, valid type approval already issued by TEC will be acceptable.<br />

iii) In case prototype testing becomes necessary, the contractor shall offer two nos. of prototype units of each equipment<br />

fully meeting the technical specifications and providing all facilities for prototype approval by <strong>Railway</strong>s within the<br />

time schedule specified in the tender. The approval will be given by the <strong>Railway</strong>s after joint tests by the contractor<br />

and railways. At least one qualified Engineer of the contractor who is fully conversant with the equipment shall be<br />

associated throughout the prototype testing and he will be co-ordinating the prototype testing and shall be responsible<br />

for preparing test reports. These tests will include factory testing including environmental testing and at least two<br />

months of field evaluation trials.<br />

iv) All cost of all tests for prototype approval shall be borne by the contractor.<br />

building and power supply free of cost for field trial only.<br />

<strong>Railway</strong>s shall provide facilities of<br />

Signature of contractor 71 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

v) In case adequate test facilities and test instruments required for prototype testing cannot be made available within the<br />

country, such tests shall be carried out at the manufacturing plant of the collaborators or any other test center abroad<br />

agreed mutually. <strong>Railway</strong>s shall nominate two engineers for supervising the test, which will be in addition to the<br />

engineers nominated by the contractor for this purpose. All costs for such test abroad and <strong>Railway</strong> personnel shall be<br />

borne by the contractor including the Traveling and staying charges of <strong>Railway</strong> personnel.<br />

vi) Tenderer shall submit a complete plan for prototype testing and approval, giving the detailed test procedure, the type<br />

and specification of measuring instruments used. The test procedure may be modified by the railway in consultation<br />

with contractor to ensure that the prototype is tested as per technical specifications. All measuring instruments<br />

and other accessories required for the prototype testing and approval shall be provided by the contractor free of cost.<br />

vii) The plan for field testing of prototype equipment shall be so prepared that all major sub system could be tested in an<br />

integrated link to confirm that the equipment of various design and manufacture shall interface properly and perform<br />

as per required specifications.<br />

B) INSPECTION<br />

26.1 Inspection of all materials to be supplied under this contract will be carried out by the <strong>Railway</strong>. The insp. charges of<br />

inspection will be to the <strong>Railway</strong>’s account subject to other provisions here in contained. The contractor shall give at<br />

least 4 weeks notice to the purchaser or his nominee to enable him to arrange necessary inspection.<br />

26.2 Materials appearing in RDSO approved list as per IRS/RDSO design or specification shall be inspected by RDSO<br />

before they are finally used in works. Materials other than this will be inspected by purchaser/Engineer or his<br />

representative/RITES. Telecom items of DOT/TEC specification which are inspected by RDSO usually shall also be<br />

got inspected by RDSO.<br />

26.3 In case RDSO do not inspect an item on account of item being of small value or shows inability to inspect the<br />

material for any reasons, the same may be inspected by consignee or any other <strong>Railway</strong> representative.<br />

26.4 The cost of all test and/or analysis effected at the manufacture of contractor’s works shall be borne by the contractor.<br />

26.5 The expenses of travel, boarding and lodging for <strong>Railway</strong>’s Engineer/agent deputed for inspection shall be borne by<br />

the <strong>Railway</strong>.<br />

26.6 Materials put up for inspection shall be exactly for the type and quantity laid down in the schedule of works. Any<br />

variation shall require the prior approval of the <strong>Railway</strong> before the material is manufactured or tendered for<br />

inspection.<br />

26.7 <strong>Railway</strong>’s Engineer will, inspect and test the work at all stages and shall have full powers to reject all or any work<br />

that may be considered defective or inferior in quality of material of poor workmanship or design. The contractor<br />

shall carry out such tests at his cost as are necessary in the opinion of the <strong>Railway</strong>s to ensure necessary compliance of<br />

the specifications of the contract.<br />

26.8 All material brought to site can be erected only after inspection and acceptance by the Engineer incharge or his<br />

authorized representative.<br />

26.9 During the execution of the contract, samples may be taken for the purpose of test and/or analysis under the<br />

conditions laid down in specifications, such samples to be prepared for testing and forwarded to the testing agency<br />

and shall be free of all cost of the <strong>Railway</strong>.<br />

26.10 The contractor will be called upon to pay all the expenses incurred by the <strong>Railway</strong> in respect of any work or materials<br />

found to be defective or of inferior quality, adulterated or otherwise unacceptable.<br />

26.11 The completed installation at all stages shall be subjected to checks and test as decided by <strong>Railway</strong>s and the<br />

contractor shall be liable to remedy such defects as discovered during these checks and test and make good all<br />

deficiencies brought out. However, complete installation will be taken over finally on completion of the full system,<br />

it will be the responsibility of the contractor to rectify any discrepancy noticed within a period of one month from the<br />

date the complete system is taken over. For the purpose of taking over, joint inspection will be carried out by<br />

SSTE/ASTE and CSI/SSE(T). The contractor should make himself or his representative available at the time of joint<br />

inspection. The decision of the Engineer shall be final in the matter.<br />

26.12 The contractor shall advise the <strong>Railway</strong> 15 days in advance the time when his portion of the work will be completed<br />

by him and be ready for inspection. The <strong>Railway</strong> will make inspection after the advice of completion of work is<br />

received from the Contractor.<br />

26.13 Although the contractor’s portion of the work shall be inspected by the <strong>Railway</strong> as indicated above, it is possible that<br />

certain defects may appear at the time of installation. The contractor shall be responsible to rectify these defects to the<br />

satisfaction of the <strong>Railway</strong>.<br />

26.14 During inspection of installation by <strong>Railway</strong> Engineer the contractor shall make such tests as would be necessary to<br />

demonstrate to the satisfaction of the <strong>Railway</strong> that the work as completed by him is in accordance with the<br />

specifications of the contract. The contractor shall provide such instruments and apparatus as may be necessary for<br />

making these tests.<br />

Signature of contractor 72 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

26.15 In case of cable laying before the cables are actually laid contractor’s representative and the Engineer’s<br />

representative shall jointly inspect the quality and depth of trenches, chases, quality of bricks and arrangements for<br />

tamped filling. The measurements of length for all these items will be suitably recorded by the Engineer’s<br />

representative who will permit the laying of cables after issuing the certificates in Form No. 13 enclosed that the<br />

above work have been done as required by the Specifications.<br />

26.15.1 QUALITY ASSURANCE<br />

a) The tenderer shall submit along with the tender the quality control plan including full details of in-house quality<br />

assurance organization, procedures and documentation. During the manufacturing process, proper record shall be<br />

maintained for the inspection and test carried out according to this plan.<br />

b) In the event of <strong>Railway</strong>s waiving off the inspection, all tests provided in the test schedules approved by <strong>Railway</strong>s<br />

shall be carried out by the quality assurance organization and proper record of all such tests and results thereof shall<br />

be maintained and supplied to <strong>Railway</strong>s on demand.<br />

27. The contractor shall give the <strong>Railway</strong> or inspecting authority nominated by <strong>Railway</strong> clear 10 days notice/or more if<br />

required for inspection of material so as to ensure that the progress of works is not delayed on this account in any<br />

manner. All the letters submitted to the inspecting authority shall be given to the Engineer in charge after due<br />

acknowledgment from the inspecting authority.<br />

28. INSPECTING <strong>OF</strong>FICER - POWER <strong>OF</strong> REJECTION<br />

Inspecting Officer will have powers to reject the store, if<br />

28.1 They are not in accordance with the contract or owing to the adoption of any unsatisfactory method of manufacture.<br />

28.2 To reject any stores submitted as not being in accordance with the particulars.<br />

28.3 To reject the whole of the installment tendered for inspection if after inspection of such portion thereof, as he may in<br />

his discretion think fit, he is satisfied that the same is unsatisfactory.<br />

28.4 To mark the rejected stores with a rejection mark, so that they may be easily identified if resubmitted.<br />

28.5 The Inspecting officer’s decision as regards the rejection shall be final and binding on the contractor.<br />

29. CONSIGNEE’S RIGHT <strong>OF</strong> REJECTION<br />

Notwithstanding any approval which the inspecting officer may have given in respect of the stores or any materials or<br />

the work or workmanship involved in the performance of the contract (whether with or without any test carried out<br />

by the contractor or the inspecting Officer or under the direction of the inspecting officer) and notwithstanding<br />

delivery of the stores where so provided to the interim consignee it shall be lawful for the consignee, on behalf of the<br />

purchaser, to reject the stores or any part, portion of consignment thereof within a reasonable time after actual<br />

delivery thereof to him at the place or destination fixed in the contract if such stores or part, portion of consignment<br />

thereof is not in all respects in conformity with the terms and conditions of the contract whether on account of any<br />

loss, deterioration or damage before dispatch or delivery or during transit or otherwise howsoever.<br />

30. REJECTED STORES<br />

30.1 When any stores delivered at the consignee’s depots are rejected, this shall be removed by the contractor within 21<br />

days from the date of rejection. Such rejected stores shall lie at the contractor’s risk from the date of rejection. If the<br />

stores are not removed by the contractor within this period, the purchaser or his nominee shall have the right to<br />

dispose of such stores, as deemed fit, at the contractor’s risk and account.<br />

30.2.1 The purchaser shall also be entitled to recover from the contractor, handling and ground rent/demurrage and any other<br />

charges for the period the rejected stores are not removed after the aforementioned period.<br />

30.3 Stores that have been dispatched by rail and rejected after arrival at destination may be taken back by the contractor<br />

either at the station where they were rejected or at the station from which they were dispatched. If the contract is<br />

placed for delivery F.O.R. station of dispatch, the contractor shall pay the carriage charges on the rejected<br />

consignment at public Tariff Rates from the station of dispatch to the station where they were rejected. If the<br />

contractor prefers to take back the goods at the station from which they were dispatched, the goods shall, in addition,<br />

be booked back to him, freight to pay at Public Traffic Rates and at owner’s risk.<br />

31. CONSEQUENCES <strong>OF</strong> REJECTION<br />

31.1 If on the stores being rejected by the Inspecting Officer or consignee at the destination, the contractor fails to make<br />

satisfactory supplies within the stipulated period of delivery, the purchaser shall be liberty to :-<br />

Signature of contractor 73 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

i) Request the contractor to replace the rejected store forthwith but in any event not later than period of 21 days from<br />

the date of rejection and the contractor shall bear all the cost of such replacement, including freight, if any on such<br />

replacing and replaced stores but without being entitled to any extra payment on that or any other account.<br />

ii) Purchase or authorize the purchase of quantity of the stores, rejected or others of a similar description (when stores<br />

exactly complying with the particulars are not readily available, in the opinion of the purchaser, which shall be final),<br />

without notice to the contractor , at his risk and cost and without affecting the contractor’s liability as regards to the<br />

supply of any further installment due under the contract, or,<br />

iii) Cancel the contract and purchase or authorize the purchase of the stores or other of a similar description (when stores<br />

exactly complying with the particulars are not readily available, in the opinion of the purchaser, which shall be final)<br />

at the risk and cost of the contractor. In the event of action being taken under sub-clause above or this sub clause, the<br />

provisions relevant clause of the General Conditions of Contract, shall apply as far as applicable.<br />

31.2 Where under a contract, the price payable is fixed on F.O.B. part of export or F.O.R. dispatching station, the<br />

contractor shall, if the stores are rejected at the destination by the consignee, be liable in addition to his other<br />

liabilities including refund of price recoverable in respect of the stores so rejected, to reimburse to the purchaser, the<br />

freight and all other expenses incurred by the purchaser in this respect.<br />

32. SPECIFICATION, DRAWING, REQUISITES AND REQUIREMENT<br />

32.1 Specifications, drawings, requisites and requirements referred to in the body of this specification form an essential<br />

part thereof, The sources from which the drawings & specifications referred to in this Tender can be obtained are<br />

indicated in para 32.2.<br />

32.2 The installation shall comply with the requirements of the Signal Engineering Manual and General and Subsidiary<br />

Rules as applicable, it shall also confirm to the Schedule of Dimensions and the Rules for Opening of <strong>Railway</strong>s.<br />

These books are available with Hd.Qrs. Office, Baroda House, as well as the concerned field unit executing the work<br />

and can be given on loan if required for reference. Besides these, installation shall comply with requirements of<br />

Engineering Code, P-way Works and Way manual wherever applicable.<br />

32.3 If, in the opinion of the tenderer, he is in a position to offer additional facilities and safeguards that have not been<br />

covered by these specifications, full and complete details of the facilities and the safeguards with their costs shown<br />

separately, must be furnished with the tender.<br />

32.4 DRAWINGS<br />

The plan for the stations, showing the following information, shall be made available at the time of execution of the<br />

work.<br />

i) Grades and alignments.<br />

ii) Position of signals, their type and movements controlled by them.<br />

iii) Level crossing gates and whether they are interlocked.<br />

iv) Over bridges, under bridges, culverts, etc. The signaling plans, locking table, standard cable, core chart for the 3<br />

stations & wiring diagram shall be made available at the time of execution of work.<br />

32.5 After the Contract is awarded, the <strong>Railway</strong> shall furnish to the Contractor, free of charge, a reasonable number of<br />

prints of the plans and such other drawings as the <strong>Railway</strong> may consider necessary for proper execution of the work.<br />

32.6 No change shall be made in any approved drawing without written consent of the <strong>Railway</strong>.<br />

33. MATERIALS AND WORKMANSHIP<br />

33.1 Material and workmanship shall be first class in every respect.<br />

33.2 Any damage to <strong>Railway</strong> structure caused during the execution of work for e.g. damage to flooring, wall, painting<br />

etc.) be got rectified by the Contractor with his own materials and labour.<br />

33.3 Material shall be in accordance with specifications and drawings specified or approved by the <strong>Railway</strong>.<br />

34. EXCEPTED MATTERS<br />

All measurement, method of measurement, meaning and inter specification and interpretation of special condition of<br />

contract, given and made by the <strong>Railway</strong> or by the Engineer shall be final & binding and shall be considered excepted<br />

matters in terms of condition No.63 of the <strong>Northern</strong> <strong>Railway</strong> Engineering department General condition of contract,<br />

regulations and instructions for TENDERERS and standard forms of contract (1999) as corrected up to date.<br />

35. MEASUREMENT<br />

Signature of contractor 74 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

i) The measurement of quantities for the purpose of payment of the contractor shall be undertaken jointly by the<br />

representative of the Engineer and the contractor in the course of and on completion of work item-wise as included in<br />

the schedules attached hereto.<br />

ii) The measurement of quantities shall be made only after ensuring conformity with the specifications and various<br />

clauses of the supplement” Technical Specification”, and additional Technical Specification/Installation practices.<br />

36. PAYMENTS<br />

36.1 ON ACCOUNT PAYMENT FOR ITEMS OTHER THAN ITEM <strong>OF</strong> SUPPLY<br />

36.1.1 DEDUCTION FROM ON ACCOUNT PAYMENT BILLS:<br />

(i) All costs, damages or expenses, which <strong>Railway</strong>s may have paid or incurred, which under the provisions of contract<br />

are Contractor’s obligations will be deducted by <strong>Railway</strong>s from progress payment Bills/Invoice of contractor, as and<br />

when it is understood that such an expenses has been incurred or paid for.<br />

(ii) All such claims of <strong>Railway</strong>s shall, however, be duly supported by appropriate and certified vouchers, receipts or<br />

explanations as are available to enable the contractor to identify such claims.<br />

.<br />

36.1.2 “ON ACCOUNT” payment shall be made separately for each item/sub item of work given in the Schedule of work.<br />

The bill shall be submitted by the contractor for each items of work as have been executed by him.<br />

36.1.3. The “ON ACCOUNT” payment shall not exceed 90% of the total on account payment due to the contractor on the<br />

rates indicated in the Schedule of work. For this purpose, the payment to the contractor at each on account stage shall<br />

be restricted to 90% of the amount calculated on the basis of rates indicated in the Schedule of work.<br />

36.2 PAYMENT FOR SUPPLY ITEMS<br />

Subject to any deduction which the <strong>Railway</strong> will be authorized to make under the terms of contract that may be<br />

applicable while accepting the tender, the Contractor shall be entitled for payment as follows:-<br />

36.2.1 90% of the cost of material for supply items shall be paid along with receipt of material accompanied by inspection<br />

certificate from the authorities mentioned in para 26.1, 26.2 & 26.3<br />

36.2.2 Balance 5% payment of supply items shall be made on complete installation and commissioning of the particular<br />

equipment.<br />

36.2.3 100% will be paid for spares and for items which are not required to be erected by the contractor on receipt of the<br />

equipment duly inspected by the nominated inspection authority and no loss certificate by the consignee.<br />

36.2.4 Balance 5% of the supply items will be paid on commissioning of the station.<br />

Note:<br />

For mixed items, where supply and erection cost is taken together, 80% of the accepted cost shall be paid on<br />

supply, 10% on the installation and testing of the item , 5% shall be paid on commissioning of that station and<br />

balance 5% shall be paid at the time of final payment.<br />

36.3 FINAL PAYMENT<br />

On the basis of final acceptance certificate issued by the Engineer for all the works covered in this contract, the final<br />

bill for the balance payment including 5% of supply items and other than supply items shall be submitted by the<br />

contractor along with “NO CLAIM CERTIFICATE”. The final acceptance certificate shall be issued by Engineer<br />

when.<br />

i) He has accepted the work wholly.<br />

ii) The maintenance period is over.<br />

iii) All the released materials are handed over by the contractor correctly and stocked as indicated.<br />

iv) Material reconciliation done and all the unused <strong>Railway</strong> materials returned to <strong>Railway</strong> Stores in good condition.<br />

36.3.1. FINAL SETTLEMENT:<br />

On expiry of the warranty period and issue of the certificate of final acceptance of the entire installations the<br />

security deposit will be refunded or Bank Guarantee released to the Contractor after adjustment of any dues payable<br />

by the contractor.<br />

36.4 SUBMISSION <strong>OF</strong> BILLS<br />

The supplier/contractor should insert the following clause in the bill while claiming payments for supplies: -<br />

Signature of contractor 75 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

“We certify that no additional duty set offs, on the goods supplied by us have accrued under the MODVAT Scheme<br />

in force on the date of supply after we submitted out quotations submitted the present bill”.<br />

36.5 “All payments in respect of the contract during the currency of the contract shall be made through National Electronic Fund<br />

Transfer (NEFT) or Real Time Gross Saving (RTGS). The successful tenderer on award of contract must submit RTGS/NEFT<br />

Mandate form complete in all respects as detailed an annexure-J of the tender document. However, if the facility of RTGS/ NEFT<br />

is not available at a particular location, the payments shall be made by cheque. In such cases the successful tenderer on award of<br />

contract will have to furnish contractor’s Bank Account Numder and Name of the Bank against which all payments in respect of<br />

the contract during the currency of the contract shall be made”.<br />

37. LIEN IN RESPECT <strong>OF</strong> OTHER CONTRACTS<br />

Any sum or sums of money due and payable to the Contractor (including the security deposit returnable to him)<br />

under the contract may be withheld or retained by way of lien by the purchaser against any claim of this or any other<br />

<strong>Railway</strong>s or any other department of the Central Government in respect of payment of a sum of money arising out of<br />

or under any this or any other <strong>Railway</strong> or any other department of the Central Government.<br />

38. LONG TERM AVAILABILITY <strong>OF</strong> SPARES AND SYSTEM SUPPORT<br />

38.1 The tenderer shall undertake to supply on payment all maintenance spares and tools required for the equipment<br />

during its lifetime. He shall also undertake to supply additional equipment required for replacement for expansion of<br />

the network that may become necessary due to additional traffic requirements. The price variation formula adopted in<br />

pricing such maintenance spare and additional supply that may be ordered in future shall be decided by mutual<br />

discussions.<br />

38.2 The manufacturer shall guarantee that spares part for the system shall be available for a minimum of eight years after<br />

acceptance of the system and thereafter at least 2 years notice shall be given to the <strong>Railway</strong>s before any equipment or<br />

components are discontinued or phased out from the manufacturing plans. This will enable the <strong>Railway</strong>s to assess the<br />

lifetime requirement of spares needed and order in sufficient quality prior to stoppage of the manufacture.<br />

38.3 That the successful tenderer shall further guarantee that if he goes out of production of spare parts he shall supply the<br />

specifications of materials at no cost to the purchaser, if and when required in connection with the equipment to<br />

enable the purchaser to fabricate or procure from other sources.<br />

38.4 The supplier shall recommend and provide, prior to the system acceptance, calibration procedures. The<br />

recommendation shall include a list of the various calibration instruments, recalibration periods and extent of<br />

preventive maintenance for each test instrument.<br />

39. MAINTENANCE/OBSERVATION <strong>OF</strong> INSTALLED GEARS<br />

39.1.1a) MAINTENANCE <strong>OF</strong> WORKS:<br />

The contractor shall at all times during the progress and continuance of the works and also for the period of<br />

maintenance specified in the tender form and after the date of passing of the certificate of completion by the<br />

<strong>Railway</strong>'s representative or any other earlier date subsequent to the completion of the works that may be fixed by<br />

<strong>Railway</strong>'s representative be responsible for and effectively maintain and uphold in good, substantial, sound and<br />

perfect condition all and every part of the works and shall make good from time to time and at all times, as often<br />

as the <strong>Railway</strong>'s representative shall require, any damage or defect that may during the above period arise in or be<br />

discovered or be in any way connected with the works, provided that such damage or defect is not directly<br />

caused by errors in the contract documents, act of providence or instruction or civil riot, and the contractor shall<br />

be liable for and shall pay and make good to the <strong>Railway</strong>s or other persons legally entitled thereto whenever<br />

required by the <strong>Railway</strong>'s representative so to do, all losses, damages, costs and expenses they or any of them may<br />

incur or be put or be liable to, by reason or in consequence of the operations of the contractor or his failure in<br />

any respect.<br />

39.1.1 b). PLACING IN SERVICE & MAINTENANCE SUPERVISION :<br />

i) After the equipment has been commissioned & placed in service and Provisional Acceptance certificate issued by<br />

Purchaser’s Engineer, the contractor shall be responsible for proper maintenance supervision of the equipment for a<br />

period of 12 months from the date of commissioning. For this purpose he shall prepare a maintenance plan and make<br />

available the services of qualified maintenance engineer stationed at the location approved by Purchaser's Engineer<br />

who will guide and supervise the work of <strong>Railway</strong>s maintenance staff. The maintenance engineer of the tenderer<br />

will visit all the stations at least once in a month and attend to any fault on the systems.<br />

Signature of contractor 76 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ii) During this period of maintenance supervision if any lacuna is noticed in the functioning as a result of any defect in<br />

design or manufacture, the same will be rectified by the contractor free of cost. During such rectification if<br />

any faulty equipment/modules need replacement or repair, they shall be provided by the contractor from the set of<br />

equipment or modules that the contractor should bring to the site of installation in addition to all the materials to be<br />

supplied against this contract. Use of spare modules covered under the Schedule of material of this tender shall not<br />

be permitted to be used during installation, commissioning and maintenance supervision period without personal<br />

approval of purchaser representative. Spares, so issued under unusual circumstances, should be replaced by the firm<br />

within seven days of the issue of spares.<br />

39.1.2 PROVISIONAL ACCEPTANCE :<br />

i) Immediately after the completion of the work at each station or after completion of work in a block section<br />

herein after referred as sub-section, the contractor shall certify and advise the purchaser in writing that the<br />

installation is (i) complete, (ii) ready for satisfactory service and (iii) ready to be handed over. He will also place<br />

at the disposal of the purchaser the required staff for inspection, testing and putting it into operation.<br />

ii) The test or tests specified in Section - III Technical specification will be conducted jointly by the purchaser and<br />

contractor as soon as possible after receipt of advice of completion of one sub-section by the purchaser<br />

from the contractor. The test schedule shall be furnished by the tenderer, which will be modified by mutual<br />

discussion between the contractor and <strong>Railway</strong> before finalization. Any component, modules, sub-assemblies or<br />

equipment failing during the commissioning test shall be replaced/repaired free of cost by the tenderer.<br />

iii) Purchaser's Engineer shall issue a Provisional Acceptance certificate for successful commissioning of whole system<br />

covering all materials and services included in the Schedule of works, after the final acceptance test as per the<br />

approved test procedure have been completed and the performance has been found to meet the specifications.<br />

<strong>Railway</strong>s decision in this respect shall be final. The Provisional acceptance certificate shall be signed by both the<br />

parties. The period of maintenance of works shall commence from the date of such certificate.<br />

iv) The Purchaser's Engineer may issue such a certificate with respect to any part of the works before the completion of<br />

the whole of the works or with respect to any substantial part of the works which has been both completed to the<br />

satisfaction of the Purchaser's Engineer and occupied or used by the <strong>Railway</strong> and when any such certificate is given<br />

in respect of a part of the works, such part shall be considered as completed and the period of maintenance of<br />

such part shall commence from the date of such certificate. For out door cable laying works the provisional<br />

acceptance certificate may be issued after the jointing/termination is completed and block circuits<br />

are transferred on quad cable.<br />

v) Should the result/s of inspection and test be not satisfactory, an extension of one month will be granted to the<br />

contractor to make good the defects and deficiencies pointed out by the purchaser. Fresh inspection and test<br />

will then be carried out after the contractor has attended to the defects and deficiencies. If these tests are<br />

also not satisfactory the purchaser may proceed at the contractor's expense by all means deemed expedient, to<br />

have the installation made satisfactory until they comply with the specifications, and approved drawings and<br />

designs.<br />

vi) In such a case or in the case of delay in completing the work under this contract within the time limit the purchaser<br />

reserves the right, if he deems it possible to use in a reasonable manner any part of the installation even if some<br />

installations are not completely erected. The purchaser will give to the contractor for this purpose 7 days previous<br />

notice. The contractor shall then take at his own expense all necessary steps to complete the work in accordance with<br />

the provisions of the contract. In case it becomes impossible to proceed with the above mentioned taking over tests<br />

or reasons other than for which the contractor is responsible, the Provisional Acceptance Certificate shall be issued at<br />

or within a mutually agreed reasonable period not exceeding six months after completion of installation.<br />

vii) The issue of provisional acceptance will not be withheld for rectification or minor defects as distinct from<br />

rejected equipment, which may not be essential for commissioning and operation of the installation. In such<br />

cases, only the value of the materials and cost of the rectification of the minor defects shall be withheld from the<br />

payments on provisional acceptance until rectification is completed.<br />

39.1.3 FINAL ACCEPTANCE :<br />

i) The final acceptance of the entire equipment installed in the section shall take effect from the date of expiry of<br />

the period of maintenance supervision as defined in para- 39.1.1(b)or the expiry of the last of the respective<br />

period of Maintenance Supervision of various sections for which Provisional Acceptance Certificates are issued or<br />

brought into full fledged operation, provided that the contractor has complied fully with his obligations under<br />

clause 39.1.1(b) in respect of each section under the contract<br />

Signature of contractor 77 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ii) If on the other hand the contractor has not so complied with his obligation under para 39.1.1(b) in respect of any<br />

section, the purchaser may either extend the period of maintenance supervision in respect of that section until the<br />

necessary works are carried out by the contractor or carry out those works suo-moto on behalf of the contractor at the<br />

contractor's expenses. After expiry of the period of maintenance supervision for each section, a certificate of<br />

Final Acceptance for the section shall be issued by the purchaser and the last of such certificate will be called the<br />

Last and Final Acceptance Certificate. The contract shall not be considered as completed until the issue of Final<br />

Acceptance Certificate by the purchaser.<br />

iii) The purchaser shall not be liable to the contractor for any dispute arising out of or in connection with the contract<br />

or execution of the work unless the contractor have made a claim in writing in respect thereof before the issue of<br />

Final Acceptance Certificate under this clause. The contractor shall be debarred from disputing the correctness of the<br />

items caused by the no claim certificate or demanding a reference to Arbitration in respect thereof.<br />

iv) Notwithstanding the issue of Final Acceptance Certificate, the contractor and the purchaser (subject to Sub Clause as<br />

above) shall remain liable for fulfillment of any obligation incurred under the provision of the contract prior to the<br />

issue of Final Acceptance Certificate which remains unperformed at the time such certificate is issued and for<br />

determining the nature and extent of such obligation, the contract shall be deemed to remain in force between the<br />

parties hereto.<br />

39.2 GUARANTEE<br />

In addition to the provisions in this regard listed in General Conditions of Contract, following shall apply: -<br />

i) All equipments and system supplied by the Contractor shall be guaranteed against the defects for a period of twenty<br />

four months from the date of commissioning of work and placing in service. The warranty for the work of<br />

trenching, laying, jointing and commissioning of optical fibre & copper cables, installation & commissioning of<br />

control office and way station equipment etc. shall be twelve months.<br />

ii) During the period of warranty, the contractor shall remain responsible to arrange replacement and for setting right at<br />

his own cost any equipment installed by him, which is of defective manufacture or design or becomes unworkable<br />

due to any cause whatsoever. The decision of the <strong>Railway</strong>'s representative in this regard to direct the contractor to<br />

attend to any damage or defect in work shall be final and binding on the Contractor.<br />

iii) During the period of warranty, the contractor shall be responsible to the extent expressed in this clause for any<br />

defects that may develop under the conditions provided for by the contract and under proper use, arising from faulty<br />

materials, design of workmanship in the plant, or from faulty execution of the plant by the contractor but not<br />

otherwise and shall remedy such defects at his own cost when called upon to do so by the Purchaser who shall<br />

state in writing in what respect the portion is faulty.<br />

iv) If it becomes necessary for the contractor to replace or renew any defective portions of the system under this clause<br />

the provisions of this clause shall apply to the portions of the plant to be replaced or renewed until the<br />

expiration of six months from the date of such replacement or renewal or until the end of the warranty period<br />

whichever may be later. If any defect is not remedied within reasonable time, the purchaser may proceed to do the<br />

work at contractor's risk and expense, but without prejudice to any other rights which the purchaser may have<br />

against the contractor in respect of such defects.<br />

v) If the replacement or renewal are of such a character as may affect the efficiency of the system the purchaser shall<br />

have the right to give to the contractor within one month from such replacement or renewal notice in writing for<br />

the tests to be carried out. The cost of all such tests shall be borne by the contractor.<br />

vi) All inspections, adjustments, replacements or renewals carried out by the contractor during the supervised<br />

maintenance period shall be governed by the special conditions of this contract.<br />

vii) Until the final certificate shall have been issued, the contractor shall have the right of entry, at his own risk and<br />

expense, by himself or his duly authorised representatives, whose names shall have previously been communicated<br />

in writing to the purchaser at all reasonable working hours upon all necessary parts of the works for the purpose<br />

of inspecting the working and the records of the system and taking notes there from and, if he desires at his own<br />

risk and expense, making any tests subject to the approval of the purchaser which shall not be unreasonably<br />

withheld.<br />

39.2.1 INDEMNIFYING RAILWAY AGAINST LOSSES INCURRED<br />

In subject of this guarantee the contractor shall make his security deposit, as required under para 2 of these<br />

Conditions of Contract, valid to cover the period of guarantee also.<br />

Signature of contractor 78 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

39.2.2 All inspections, adjustments, replacements or renewals carried out by the contractor during the maintenance period<br />

shall be subject to the same conditions of the contract.<br />

39.3 TRAINING<br />

i) The tenderer shall undertake to train <strong>Railway</strong> engineers and other staff nominated by the <strong>Railway</strong>s in different<br />

aspects of equipment designs, functioning, field installation, testing, commissioning, operation, maintenance and<br />

repair, covering both hardware and software. The training should be comprehensive for transfer of complete knowhow<br />

so as to impart full knowledge and competence to independently and successfully execute the installation,<br />

operation, maintenance and repair of all equipment. The training courses should, apart from formal class room<br />

training, include hand on practical experience and visits to working installation.<br />

ii) The contractor shall at every stage of installation, testing and commissioning shall provide all facilities for adequate<br />

training of <strong>Railway</strong> personnel who may be deputed to work on the project.<br />

iii) The requirement of training in man-weeks has been indicated in the schedule of works. The tenderer shall quote<br />

for the man week rates and <strong>Railway</strong>s shall have the right to vary the training period indicated in the schedule of<br />

works.<br />

iv) In the event of any equipment/sub-system being manufactured in India in technical collaboration with foreign firm<br />

by the tenderer or any of its sub-contractor, approximately half of the training provided in the schedule shall be<br />

arranged at the collaborator's premises/training center and the remaining portion at the working installations.<br />

Details of training proposal shall be submitted by the tenderer.<br />

v) Set of documents related to training in adequate quantity shall be provided.<br />

vi) All expenses for travel to and from the place of training, boarding and lodging of the trainees shall be borne by the<br />

<strong>Railway</strong>s.<br />

40.1 ARBITRATION<br />

(i) In the event of any dispute or difference between the parties hereto as to the construction or operation of this<br />

contract, or the respective rights and liabilities of the parties on any matter in question, dispute or difference on any<br />

account or as to the withholding by the <strong>Railway</strong> of any certificate to which the contractor may claim to be entitled<br />

to, shall be referred by the contractor to the GM and the GM shall be within 120days after receipt of the contractor’s<br />

representation make and notify decisions on all matters referred to by the contactor in writing or if the GM fails to<br />

make a decision within 120 days, then and in any such case, but except in any of the 'excepted matters' (matters not<br />

arbitrable and decision of the Rly authority, thereon shall be final and binding on the contractor, provided further that<br />

‘excepted matters’ shall stand specifically excluded from the preview of the arbitration clause), the contractor, after<br />

120 days but within 180 days of his presenting his final claim on disputed matters shall demand in writing that<br />

the dispute or difference be referred to Arbitration.<br />

(ii) The demand for arbitration shall specify the matters which are in question or subject of the dispute or difference as<br />

also the amounts of claim item-wise. Only such dispute(s) or difference(s) in respect of which the demand<br />

has been made, together with counter claims or set off, given by the <strong>Railway</strong>, shall be referred to arbitration and<br />

other matters shall not be included in the reference.<br />

(a) The Arbitration proceedings shall be assumed to have commenced from the day, a written and valid<br />

demand for arbitration is received by the <strong>Railway</strong>.<br />

(b) The claimant shall submit his claim stating the facts supporting the claims along with all relevant documents<br />

and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of<br />

the Arbitral Tribunal.<br />

(c) The <strong>Railway</strong> shall submit its defence statement and counter claims, if any within a period of 60 days of<br />

receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted by Tribunal.<br />

(iii) No new claim shall be added during proceedings by either party. However party may amend or supplement the<br />

original claim or defence thereof during the course of arbitration proceedings subject to acceptance by<br />

Tribunal having due regard to the any objection in making it.<br />

Signature of contractor 79 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

(iv) If the contractor(s) does/do not prefer his/their specific and final claims in writing, within a period of 90 days of<br />

receiving the intimation from the <strong>Railway</strong>s that the final bill is ready for payment, he/they will be deemed to<br />

have waived his/their claim(s) and the <strong>Railway</strong> shall be discharged and released of all liabilities under the<br />

contract in respect of these claims.<br />

40.2 OBLIGATIONS DURING PENDENCY <strong>OF</strong> ARBITRATION :<br />

Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration<br />

proceedings, and no payment due or payable by the <strong>Railway</strong> shall be withheld on account of such proceedings,<br />

provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should<br />

continue during arbitration proceedings.<br />

40.3(a)(i) In cases where the total value of all claims in question added together does not exceed Rs.10,00,000/- (Rupees<br />

Ten Lakhs only), the Arbitral Tribunal shall consist of a sole arbitrator who shall be a gazetted officer of<br />

<strong>Railway</strong>s not below the grade of JA Grade nominated by the General Manager in that behalf. The sole arbitrator<br />

shall be appointed within 60 days from the day when a written and valid demand for arbitration is received by GM.<br />

40.3(a)(ii) In cases not covered by clause 40.3(a)(i), the Arbitral Tribunal shall consist of a panel of three Gazetted<br />

<strong>Railway</strong> Officers not below JA Grade or two Rly. Gazetted officers not below JA grade and a retired Rly. Officer,<br />

retired from not below the rank of SAG officer, as the arbitrators. For this purpose, the <strong>Railway</strong> will send a panel<br />

of more than 3 names of Gazetted <strong>Railway</strong> Officers of one or more departments of the <strong>Railway</strong> which may also<br />

include the names of retired Rly officers empanelled to work as Rly arbitrator, to the contractor with in 60 days from<br />

the day when a written and valid demand for arbitration is received by the GM. Contractor will be asked to suggest to<br />

General Manager upto 2 names out of the panel for appointments as contractor's nominee with in 30 days from<br />

the date of dispatch of request by <strong>Railway</strong>s. The General Manager shall appoint at least one out of them as the<br />

contractor's nominee and will, also simultaneously appoint the balance number of arbitrators either from the<br />

panel or from outside the panel, duly indicating the 'Presiding arbitrator from amongst the 3 arbitrators so<br />

appointed. GM shall complete this exercise of appointing the Arbitral Tribunal within 30 days from the receipt of the<br />

names of contractor’s nominees. While nominating the arbitrators it will be necessary to ensure that one of<br />

them is from the Accounts department. An officer of Selection Grade of the Accounts department shall be<br />

considered of equal status to the officers in SA grade of other departments of the <strong>Railway</strong>s for the purpose of<br />

appointment of arbitrators.<br />

40.3(a)(iii) If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from his office as<br />

arbitrator, or vacates his/their office/offices or is/are unable or unwilling to perform his functions as arbitrator for<br />

any reason whatsoever or dies or in the opinion of the General Manager fails to act without undue delay,<br />

been appointed. Such re-constituted Tribunal may at its discretion, proceed with the reference from the stage at which<br />

it was left by the previous arbitrator(s).<br />

40.3(a)(iv) The arbitral Tribunal shall have power to call for such evidence by way of affidavits or otherwise as the arbitral<br />

Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to be done all such things as<br />

may be necessary to enable the Arbitral Tribunal to make the award without any delay.<br />

40.3(a)(v) While appointing arbitrator(s) under Sub-clause (i), (ii) and (iii) above, due care shall be taken that he/they is/are<br />

not the one/those who had an opportunity to deal with the matters to which the contract relates or who in the course<br />

of his/their duties as <strong>Railway</strong> servant(s) expressed views on all or any of the matters under dispute or differences.<br />

The proceedings of the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid merely for<br />

the reason that one or more arbitrator had, in the course of his service, opportunity to deal with the matters to which<br />

the contract relates or who in the course of his/their duties expressed views on all or any of the matters under dispute.<br />

40.3(b)(i)<br />

The arbitral award shall state in item-wise, the sum and reasons upon which it is based.<br />

40.3(b)(ii) A party may apply for corrections of any computational errors, any typographical or clerical errors or any other<br />

error of similar nature occurring in the award and interpretation of a specific point of award to tribunal within 30<br />

days of receipt of the award.<br />

40.3(b)(iii) A party may apply to tribunal within 30 days of receipt of award to make on additional award as to claims<br />

presented in the arbitral proceedings but omitted from the arbitral award.<br />

40.4 In case of the Tribunal, comprising of three Members, any ruling or award shall be made by a majority of Members<br />

of Tribunal. In the absence of such a majority the views of the Presiding Arbitrator shall prevail.<br />

Signature of contractor 80 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

40.5 Where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of the money<br />

for any period till the date on which the award in made.<br />

40.6 The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fees of the<br />

arbitrator(s) as per the rates fixed by the <strong>Railway</strong> Administration from time to time.<br />

40.7 Subject to the provisions of the aforesaid Arbitration and conciliation Act 1996 and the rules there under and any<br />

statutory modification thereof shall apply to the arbitration proceedings under this clause.<br />

41. SETTLEMENT <strong>OF</strong> DISPUTES<br />

41.1 The provision of Clauses - 63 and 64 to the General Conditions of Contract will be applicable only for settlement of<br />

claims or disputes between the parties for values less than or equal to 20% of the value of the contract, provision of<br />

Clauses -63 and 64 and other relevant clauses of the General Conditions of Contract will not be application and<br />

arbitration will not be remedy for settlement of such disputes.<br />

41.2 The Contractor shall not be entitled to ask for arbitration before the completion of the work assigned to him under<br />

this contract. The Contractor shall seek reference to arbitration to settle disputes only once within the ambit of<br />

condition 41.1 above.<br />

41.3 Special condition vide Paras 41.1 and 41.2 shall prevail over existing clauses 63 and 64 of the General Conditions of<br />

Contract, other than provisions relating to “Excepted Matters”.<br />

42. TERMINATION <strong>OF</strong> CONTRACT<br />

In case the contractor fails to maintain the required schedule of progress the contract may be terminated dispensing<br />

with 7 days notice and the balance work or part thereof may be got executed by <strong>Railway</strong> departmentally or through<br />

any agency by way of single tender or Limited tender.<br />

43. ERRORS, OMISSIONS & DISCREPANCIES<br />

The Contractor shall not take any advantage of any misinterpretation of the condition due to typing or any other error<br />

and if in doubt, shall bring it to the notice of the Engineer without delay. In case of any contradiction only the Printed<br />

rules and books should be followed and claim for the misinterpretation shall be entertained.<br />

44. EXTENSION <strong>OF</strong> TIME<br />

If such a failure as aforesaid shall have arisen from any cause which the purchaser may admit as being a reasonable<br />

ground for extension of time, the General Manager/Chief Signal & Telecom. Engineer/Project or his successor(s)<br />

shall allow such additional time as he may in his absolute discretion consider to be reasonably justified by the<br />

circumstances of the case such extension shall be granted by the purchaser. The Contractor will apply for extension at<br />

least one month before the expiry of the period of completion.<br />

45. PRICE VARIATION<br />

45.1 The rates quoted by tenderer and accepted by <strong>Railway</strong> Administration shall hold good till the completion of the work<br />

and no additional claim will be admissible on account of lactation in market rates, increase in taxes, any other<br />

levies/tolls etc. except that payment /recovery for overall market situation shall be made as per price variation clause<br />

given in para below.<br />

45.2 No cognizance will be given for any sort of fluctuations, taxes and other market conditions etc. for any individual<br />

item for the purpose of making adjustments in payments. The contract shall however, be governed by the general<br />

price variation clause as under:<br />

Adjustment for variation in prices of material, labour, fuel explosives, detonators shall be determined in the manner<br />

prescribed below:<br />

The percentage component of various items in a contract on which variation in prices shall be admissible shall be:-<br />

Material component %<br />

Labour component % (To be specified depending upon the type of the work)<br />

Explosives component %<br />

Detonators component %<br />

Fuel component %<br />

For Fixed component at…… % No price variation will be admissible.<br />

The above weightage will be applied on the value arrived at after deducting the cost of steel and cement from the total<br />

contract value.<br />

Signature of contractor 81 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

The amount of variation in prices in the several components (Labour, material etc.) shall be worked out by the<br />

following formula (except cost of steel and cement supplied by contractor as a separate NS item):-<br />

I) L = R x (I-IO) X P<br />

---------------- -----------<br />

Io 100<br />

ii) M = R x (W-Wo) X Q<br />

--------------- ---------<br />

Wo 100<br />

iii) U = R x (F-Fo) X Z<br />

-------------- ---------<br />

Fo 100<br />

iv) X = R x (DE-Do) X S<br />

-------------- ---------<br />

Eo 100<br />

v) N = R x (D-Do) X T<br />

-------------- ---------<br />

Do 100<br />

L. Amount of price variation in labour.<br />

M. Amount of price variation in material.<br />

U. Amount of price variation in fuel.<br />

X. Amount of price variation in Explosives.<br />

N. Amount of price variation in Detonators.<br />

R. Gross value of the work done by the contractor as per on account bills excluding Cost of materials supplied by<br />

<strong>Railway</strong> at fixed price. Cement and steel provided by the contractor for which separate PVC formulae is given in<br />

clause no.29.5A2(I) and clause no.29.5A2(II). specific payment, if any, to be made to the consultants engaged by the<br />

contractor (such payment will be indicated in the contractors offer).<br />

Io Consumer price index No. for industrial workers - All India - as published in RBI Bulletin for the base period.<br />

I Consumer price index number for industrial workers - All India - as published in RBI Bulletin based on average price<br />

index of three months of the quarter.<br />

Wo Index Number of whole sale prices - by groups and sub – groups - All commodities - as published in the RBI Bulletin<br />

for the base period.<br />

W Index number of whole sale prices - By groups and sub groups - All commodities - as published in the RBI Bulletin<br />

on average price Index of three months of the quarter.<br />

Fo Index number of whole sale prices - By groups and sub groups for fuel, power, light and lubricants as published in<br />

the RBI Bulletin for the base period.<br />

F Index number of whole sale prices - By groups and sub-groups for fuel, power, light and lubricants as published in<br />

the RBI Bulletin based on the average price index of three months of the quarter.<br />

Eo Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of explosives<br />

are made by the contractor for the base period.<br />

E Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of explosives<br />

are made by the contractor for the first month of the quarter under consideration.<br />

Do Cost of Detonators as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of detonators<br />

are made by the contractor for the base period..<br />

D Cost of Detonators as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of detonators<br />

are made by the contractor for the first month of the quarter under consideration.<br />

P<br />

Q<br />

Z<br />

S<br />

T<br />

% of labour component.<br />

% of material component.<br />

% of fuel component.<br />

% of Explosive component.<br />

% of Detonators component.<br />

Signature of contractor 82 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Note:<br />

1. The price Variation Clause shall be applicable for tenders of value more than Rs.50 Lacs irrespective of the contract<br />

completion period and PVC shall not be applicable to the tender of value less than Rs.50 lacs.<br />

2. Price Variation is payable/recoverable during the extended period of contract, provided the price variation clause was<br />

part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i),<br />

(ii) and (iii) of GCC.<br />

3. No maximum value for the price variation is prescribed.<br />

4. If, in any case, the accepted offer includes.<br />

i) Cost of materials supplied by <strong>Railway</strong>s at fixed price.<br />

ii) Cement and steel provided by the contractor for which separate PVC formula is given in clause no.29.5<br />

A2(I) and clause no.29.5 A2(II).<br />

iii) Specific payment, if any to be made to the consultants, engaged by the contractors (such payment will be<br />

indicated in the contractor’s offer).<br />

Such payments would be excluded from the gross value of the work for purpose of payment/recovery of variations.<br />

5. The index number for the base period will be the index number as obtained for the month of opening of the tender<br />

and the quarter will commence from the month following the month of opening of tender. However, if the rates<br />

quoted in negotiated tender are accepted, the base month for the price variation clause is the month in which<br />

negotiations are held.<br />

6. The adjustment for variation in prices, if required, shall be made once every quarter in the on account payments, if<br />

more than one on account payment is made to the contractor in quarter, the adjustment, if required, shall be made in<br />

each bill.<br />

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

8. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the<br />

Reserve Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as<br />

and when they become available.<br />

9. The weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total<br />

contract value.<br />

10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the<br />

currency of the contract may result in extra payment or recovery as the case may be.<br />

Statement showing the percentage of labour components material components, fuel components, etc. in various types<br />

of works.<br />

(a) Earthwork Contract<br />

Labour component 50%<br />

Fuel component 20%<br />

Other material components 15%<br />

Fixed component 15% *<br />

(b)<br />

Ballast and Quarry Products Contracts<br />

Labour component 55%<br />

Fuel component 15%<br />

Other material components 15%<br />

Fixed component 15% *<br />

Signature of contractor 83 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

(c)<br />

Tunneling Contracts<br />

Labour component 45%<br />

Fuel component 15%<br />

Explosive component 15%<br />

Detonaters component 5%<br />

Other material components 5%<br />

Fixed component 15%*<br />

(a)<br />

Track Renewal Works on Works with contractor’s Portal Cranes<br />

Labour component 50%<br />

Fuel component 12.5%<br />

Other material components 12.5%<br />

Fixed component 25%*<br />

(b)<br />

Other works contracts<br />

Labour component 30%<br />

Material component 25%<br />

Fuel components 15%<br />

Fixed component 30%*<br />

*Will not be considered for any price variation.<br />

Price variation in case of Steel supplied by the contractor<br />

This special price variation clause will be applicable only on iron and steel supply items of tender schedule without value<br />

addition.<br />

The amount of variation for the component of supply of steel shall be adjusted (Paid/recovered) by the following<br />

formule:-<br />

Ms = Q (Bs-Bso) where<br />

M = Amount of price variation in steel payable/recoverable.<br />

Q = Weight of steel in tones supplied by the contractor as per the on account bill<br />

for the month under consideration.<br />

Bs = SAIL’s (Steel Authority of India Limited) ex-works price plus Excise duty<br />

thereof (in rupees per tone) for the relevant category of steel supplied by the contractor as prevailing on<br />

the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the<br />

first day of the month in which steel was brought to the site by the contractor whichever is lower.<br />

Bso = SAIL’s ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel<br />

supplied by the contractor as prevailing on the first day of the month in which the tender was opened.<br />

NOTE:<br />

1. Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL’s ex-works<br />

price plus Excise duty thereof are as under:-<br />

Sno.<br />

Category of steel supplied in the<br />

<strong>Railway</strong> work.<br />

Category of steel produced by SAIL whose exworks<br />

price plus Excise Duty thereof would be<br />

adopted to determine price variation.<br />

1. Reinforcement bars and other rounds. TMT 8 mm IS 1786 Fe 415<br />

2. All types and sizes of angles. Angle 65x65x6mm IS 2062 E250A SK<br />

3. All types and sizes of plates. PM plates above 10-20 mm IS 2062 E 250A SK<br />

4. All types and sizes of channels and<br />

joints.<br />

5. Any other section of steel not covered<br />

in the above categories and excluding<br />

HTS.<br />

Channels 200 x 75mm IS 2062 E250A SK<br />

Average of price for the 3 categories covered under<br />

sl. No.1,2,3 above.<br />

Signature of contractor 84 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

2. The prevailing ex-works price of steel per tone as on Ist of every month for the above categories of steel as advised<br />

by SAIL to <strong>Railway</strong> board would be circulated to all the zonal <strong>Railway</strong>s.<br />

3. Separate items for ‘Supply of steel’ for RCC/PSC work should have been incorporated in the tender schedule to know<br />

the cost of steel actually consumed at any given point of time.<br />

4. The price variation clause shall be applicable for tender of value more than Rs.50 lacs irrespective of the contract<br />

completion period any PVC shall not be applicable to the tender of value less than Rs. 50 lacs.<br />

5. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation clause was<br />

part of the original contract and the extension has been granted on administrative ground i.e. under clause 17-A (i),<br />

(ii) and (iii) of GCC.<br />

6. No maximum value for the price variation is prescribed.<br />

7. If, in any case, the accepted offer includes<br />

(i) Cost of materials supplied by <strong>Railway</strong>s at fixed price.<br />

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

(iii) Specific payment, if any to be made to the consultants engaged by the contractors (such payment will be<br />

indicated in the contractor’s offer). Such payments would be excluded from the gross value of the work for<br />

purpose of payment/recovery of variations as per clause no.29.5 A 1.<br />

8. The SAIL’s Ex-work price plus Excise duty there of (in Rupees per tone) for the relevant category of steel, as<br />

prevailing on first day of the month in which tender is opened, will be considered. However, if the rates quoted in<br />

negotiated tender are accepted, the base month for PVC will be the month in which negotiations are held.<br />

9. The adjustment for variation in prices, if required, shall be made every month in the on account payments as per<br />

above formula.<br />

10. The Dy.CSTE concerned will maintain a register showing receipt of steel from contractor on site (supported by<br />

documentary evidence of purchase) and consumption thereof.<br />

11. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the<br />

currency of the contract may result in extra payment or recovery as the case may be.<br />

12. Steel supplied free or at firm price by <strong>Railway</strong>, as per contract, if any, will not be considered for calculation of<br />

PVC.<br />

Price Variation in case of Cement supplied by the contractor.<br />

This special Price Variation clause will be applicable only on cement supply items of tender schedule without value<br />

addition.<br />

1. The amount of variation for the component of supply of cement shall be adjusted (paid/recovered) by the<br />

following formulae:-<br />

Where<br />

Mc= Rx (Wc-Wco)/Wco<br />

Where<br />

Mc= Amount of price variation in material (Cement)<br />

R= Value of cement supplied by contractor as per on account bill in the quarter under consideration.<br />

Wco= Index no.of wholesale price of sub-group (of cement) as published in RBI Bulletin<br />

for the base period.<br />

Wc= Index no.of wholesale price of sub group (of cement) as published in RBI Bulletin for<br />

the first month of the quarter under consideration.<br />

Note:-<br />

1. Separate items for ‘Supply of cement’ for RCC/PSC work should have been incorporated in the tender schedule to<br />

know thecost of cement actually consumed at any given point of time.<br />

2. The price variation clause shall be applicable for tenders of value more than Rs.50 lacs irrespective of the contract<br />

completion period and PVC shall not be applicable to the tender of value less than Rs. 50 lacs.<br />

3. Price variation is payable/recoverable during the extended period of contract, provided the price variation clause was<br />

part of the original contract and the extension has been granted on administrative ground i.e. under clause 17-A(i), (ii)<br />

and (iii) of GCC.<br />

4. The maximum value for the price variation is prescribed.<br />

5. If, in any case, lthe accepted offer includes<br />

(i) Cost of materials supplied by <strong>Railway</strong>s at fixed price.<br />

(ii) Value of cement, for which PVC is being paid/recovered under this clause.<br />

(iii) Specific payment, if any, to be made to the consultants engaged by the contractors(such payment will be<br />

indicated in the contractor’s offer) Such payments would be excluded from the gross value of the work for<br />

purpose of payment/recovery of variations as per clause no.29.5 A 1.<br />

Signature of contractor 85 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

6. The index number for the base period will be the index number as obtained for the month of opening of the<br />

tender and the quarters will commence from the month following the month of opening of tender. However, if<br />

the rates quoted in negotiated tender are accepted, the base month for the price variation clause is the month in<br />

which negotiatios are held.<br />

7. The adjustment for variation in prices, if required, shall be made once every quarter in the on-account payment is<br />

made the contractor in a quarter, the adjustment, if required shall be made in each bill.<br />

8. The price variation would be based on the price index of the first month of the quarter under consideration.<br />

9. The demands for escalation of the cost may be allowed on the basis of provisional indices made available bythe<br />

Reserve Bank of India. Any adjustment needed to be done based on the finally published indices is to be made<br />

as and when they become available.<br />

10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during<br />

the currency of the contract may result in extra payment or recovery as the case may be.<br />

11. Cement supplied free or at firm price by <strong>Railway</strong>, as per contract if any, will not be considered for calculation of<br />

PVC.<br />

Price variation Clause is applicable/not applicable for this tender (refer Vol. I).<br />

46. ADVANCES<br />

46.1 Grant of advances for a capital intensive and specialized nature of work may be considered in case the estimated<br />

tender value of the work exceeds Rs. 1 crore as per <strong>Railway</strong> Board’s letter No.90/CE-1/CT/1 dated 21.5.97.<br />

46.2 MOBILIZATION ADVANCE<br />

46.2.1 Mobilization advance upto a maximum of 10% of the total value of contract against Bank guarantee will be paid in 2<br />

stages as under.<br />

a) Stage-I 50% of the advance will be paid against an irrevocable bank guarantee from a nationalized bank in India or<br />

the State Bank of India after signing contract documents.<br />

b) Stage-II 50% of the advance will be paid against an irrevocable bank guarantee from a nationalized bank in India or<br />

the State Bank of India when the mobilization at site in regard to establishment, setting up of the offices and bringing<br />

up the equipment have been done to the satisfaction of the Engineer-in-charge and the work has actually commenced<br />

at site.<br />

46.2.2 Bank guarantee will be on the programme to be supplied by the <strong>Railway</strong>. Bank guarantee will also cover the liability<br />

of contractor in regard to interest on mobilization advance during the currency of the contract period.<br />

46.2.3 The advance carries an interest rate of 18% per annum. The advance to other with interest accrued there on will be<br />

recovered through ‘on account’ bills in installments, the recovery commencing when quantum of work executed and<br />

paid for reaches 15% of the contract value and shall be completed when the value of the work executed reaches 85%<br />

of the contract value. The installment of recovery from each ‘on account’ bill will be on pro-rata basis.<br />

46.3 ADVANCE AGAINST MACHINERY AND PLANT<br />

46.3.1 Advance on security of machinery and equipment brought to the site shall be limited to new machinery and<br />

equipment, which are essentially required for the work and involve a substantial outlay. This also includes launching<br />

girder if they are fabricated new specifically for this work. The advance will not exceed 75% of the purchase price of<br />

such equipment and will be limited at a maximum of 10% of the contract value. This is subject to the plant and<br />

machinery having been brought to the site and hypothecated to the President of India by a suitable bond acceptable to<br />

the <strong>Railway</strong>. The plant and equipment should also be insured by the tenderer/s for the full value and for the entire<br />

period for which they are required for the work or till the advance granted together with interest thereon is fully<br />

recovered whichever is later. The advance will carry an interest rate of 18% per annum.<br />

46.3.2 The advance so given together with the interest accrued thereon shall be recovered in installments through on account<br />

bills. The recovery shall commence when the value of the contract executed reaches 15% of the contract value and<br />

will be completed when the value of the work executed reaches 85% of the contract value. The installment recovery<br />

on each on account bill will be on prorata basis.<br />

46.3.3 Also the advance shall be granted subject to the following conditions in addition to the above:-<br />

(a) The Engineer-in-charge shall decide as to what type of equipment, machinery advance may be given as above.<br />

(b) In the event of dis-agreement regarding the type of equipment necessary, the decision of the Chief Signal and<br />

Telecom Engineer(Const)/Dy.Chief Signal & Telecom Engineer (Const.)/Senior Signal and Telecom<br />

Engineer(Const.) (refer Vol.I) will be final and binding on contractor and no claim shall be entertained on this<br />

account.<br />

(c) The cost towards insurance shall be borne by the contractor.<br />

(d) The documents of hypothecation will have to be registered with the appropriate authority. The cost of registration<br />

will be borne by the contractor.<br />

Signature of contractor 86 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

(e) No advance is admissible for consumable stores and spare parts.<br />

(f) No new advance shall be granted against the same machinery in the same contract.<br />

(g) Where, it is customary for the RTO to issue registration certificate for machinery, the same shall be produced by the<br />

contractor for custody/endorsement of department when advance of such machinery is to be granted.<br />

(h) Machinery hypothecated shall not be moved out of the project area even for heavy repairs without prior written<br />

approval of the Engineer-in-charge.<br />

46.3.4 In case the contractor abandons the work, the advance will be recovered by disposal of the machinery so<br />

hypothecated. It will not be binding on the <strong>Railway</strong> to take possession to utilize the machinery for the <strong>Railway</strong> work<br />

and the <strong>Railway</strong> shall be free to dispose off the machinery by auction or any other mode. The difference between the<br />

amount of advance outstanding and receipt as above will be recovered or adjusted from other assets of the contractor.<br />

46.4 SECURED ADVANCES<br />

The secured advance is not admissible.<br />

46.5 Mobilization advance as per para 46.2 and advance against machinery and plant as per para 46.3 are applicable/not<br />

applicable for this tender (refer Vol. I).<br />

47. Incentive Bonus payment clause.<br />

47.1.1 The incentive bonus payment clause will apply to contracts for throughout enhancement relating to “doubling” &<br />

“Traffic facility” works only. The contracts which are for works covering plan heads other than doubling and traffic<br />

facility the incentive bonus claue shall not apply.<br />

The incentive bonus payment will be regulated as follows<br />

1) This incentive bonus payable shall not be, more than 1% of the initial contract value or revised contract value<br />

which ever is less for every one month of early completion a head of the original completion period or revised<br />

completion period which ever is less.<br />

2) However, the maximum incentive bonus shall not be more than 6% of the original contract value or revised<br />

contract value whichever isless.<br />

3) Period less than one month shall not be reckoned for the incentive bonus calculation.<br />

4) This incentive scheme shall not apply if extension to the original completion period is given irrespective of on<br />

whose account (<strong>Railway</strong>s Account or contractor account).<br />

Signature of contractor 87 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

FORM - 1<br />

AGREEMENT FOR WORKS<br />

CONTRACT AGREEMENT NO.----------------------------------------------------------------DATED------------------------------<br />

2000 ARTICLES <strong>OF</strong> AGREEMENT made this------------------------------ day of ------------- 2000 between the President of<br />

India acting through the <strong>Railway</strong> Administration hereinafter called “<strong>Railway</strong>” of the one part and -----------------------------<br />

-------------------------- hereinafter called the Contractor of the other part.<br />

WHEREAS THE Contractor has agreed with the <strong>Railway</strong> for the performance of the work”<br />

-------------------------------------” set forth in the schedule hereto annexed upon the General conditions of contract and the<br />

specifications of the <strong>Northern</strong> <strong>Railway</strong> and the special conditions here into and special specifications if any, and in<br />

conformity with the drawings annexed and WHEREAS the performance of the said works is an act in which the public<br />

are interested.<br />

NOW THIS<br />

` PRESENTS WITNESSETH that in considerations of the payments to be made by the <strong>Railway</strong> the<br />

Contractor will duly perform the said works in the said schedule set forth and shall execute the same with great<br />

promptness care and accuracy in a work manlike manner to the satisfaction of the <strong>Railway</strong> and will complete the same in<br />

accordance with the said specifications and said drawings and said conditions of contract on or before the -------------------<br />

- day of ----------------2000 and will maintain the said works for a period of ----------------Calendar months from the<br />

certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be<br />

deemed and taken to be part of this contract as if the same had been fully set forth herein) AND the <strong>Railway</strong> do hereby<br />

agree that if the contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms<br />

and conditions the <strong>Railway</strong> will pay or cause to be plaid the Contractor for the said works on the final completion thereof<br />

the amount due in respect thereof at the rates specific in the schedule hereto annexed.<br />

Date---------------------------<br />

Signature of contractor 88 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of Contractor with seal<br />

Contractor name & Address-------------------<br />

Signature for and on behalf<br />

of President of India<br />

----------------------------------------------------- (Designation---------------------------)<br />

-----------------------------------------------------<br />

Date -----------------<br />

Signature<br />

of witness<br />

with address<br />

1)--------------------------------<br />

2]-------------------------------<br />

Signature of contractor 89 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

President of India<br />

Name of the Bank________________________<br />

Bank Guarantee Bond No._______<br />

FORM - 2<br />

Acting through____________(Designation<br />

And address of contract signing authority)<br />

Dated________<br />

PERFORMANCE GUARANTEE BOND<br />

In consideration of the President of India acting through_________Designation & Address of contract signing authority),<br />

<strong>Northern</strong> <strong>Railway</strong>, Kashmere Gate, Delhi(hereinafter called “The Governement”) having agreed under the terms and<br />

conditions of agreement/contract acceptance letter no._________________________________ dated____________ made<br />

between____________(Designation & address of contract signing authority) and _______hereinafter called “the<br />

contractor(s) for the work___________________________________________ (hereinafter called the said agreement)<br />

having agreed for submission of a irrevocable Bank Guarantee Bond for Rs.________(Rs. only) as a performance<br />

security Guarantee Bond from the contractor(s) for compliance of his obligations in accordance with the terms &<br />

conditions in the said agreement.<br />

1. We__________________(indicate the name of the Bank) hereinafter referred to as the Bank, undertake to pay to<br />

the Government an amount not exceeding Rs.___________(Rs.______only) on demand by the Government.<br />

2. We_____________(indicate the name of the bank further agree that(and promise) to pay the amounts due and<br />

payable under this guarantee without any demur merely on a demand from the Government through the<br />

FA&CAO/Const, <strong>Northern</strong> <strong>Railway</strong>, Kashmere Gate,Delhi=6 or_________________(Designation & address of<br />

contract signing authority)<strong>Northern</strong> <strong>Railway</strong>, stating that the amount claimed is due by way of loss or demage<br />

caused to or would be caused or suffered by the Government by reason of any breach by the said contractor of any<br />

of the terms or conditions contained in the said agreement or by reason of the contractor failure to perform the<br />

said agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable<br />

by the Bank under this guarantee. Howsever, our liability under this guarantee shall be restricted to an amount not<br />

exceeding Rs._____________(Rs.______only).<br />

3(a) We________________(indicate the name of Bank) further undertake to apy to the Government any money so<br />

demanded not with standing any dispute or dispute raised by the contractor(s) in any suit or proceeding pending<br />

(b)<br />

before any cout or Tribunal relating to liability under this present being at solute and unequivocal.<br />

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and<br />

the contractor(s) shall have no claim against us for making such payment.<br />

4. We, (indicate name of Bank)---------------------- to further agree that the guarantee herein contain shall remain in<br />

full force and effect during the period that would be taken for the performance of the said agreement and that it<br />

shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have<br />

been fully paid and its claims satisfied or discharged by__________-(Designation & Address of contract signing<br />

authority) on behalf of the Government, certify that the terms and conditions of the said agreement have been<br />

fullyand properly carried out by the said contractor(s) and accordingly discharges this guarantee.<br />

5(a)<br />

(b)<br />

Not withstanding any thing to the contrary contained herein the liability of the bank under this guarantee will<br />

remain in force and effect until such time as this guarantee is discharged in writing by the Government or until<br />

(date of validity/extended validity)which ever is earlier and no claim shall be valid under this guarantee unless<br />

notice in writing thereof is given by the Government within validity/extended period of validity of guarantee from<br />

the date aforesaid.<br />

Provided always that we_______________(indicate the name of the Bank) unconditionally undertakes to renew<br />

this guarantee or to extend the period of guarantee form year to year before the expiry of the period or the<br />

extended period the guarantee, as the case may be on being called upon to do so by the Government. If the<br />

guarantee is not renewed or the period extended on demand, we______________(indicate the name of the bank)<br />

shall pay the Government the lfull amount of guarantee on demand and without demur.<br />

6. We________________(indicate the name of Bank) further agree with the Government that the Government shall<br />

have the fullest liberty without our consent and without effecting in any manner out of obligations here under to<br />

vary any of the terms and conditions of the said contract from time to time or to postpone for any time or from<br />

time to time any to the powers exercisable by the Government against the said contractor(s) and to forbear or<br />

enforce any of the terms and conditions of the said agreement and we shall not be relieved from our liability by<br />

reason of any such variation, or extension being granted to the said contractor(s) or for any bearance act or<br />

omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any<br />

such matter or thing whatsoever which under the law relating to sureties for the said reservation would relive us<br />

from the liability.<br />

Signature of contractor 90 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

1. This guarantee will not be discharged by any change in the constitution of the bank or the contractor(s).<br />

2. We_________________(indicate the name of the Bank) lastly undertake not to revoke this guarantee except with<br />

the previous consent of the Government in writing.<br />

3. This guarantee shall be valid up to____________(Date of completion plus maintenance period). Unless extended<br />

on demand by Government Notwithstanding anything to the contrary contained hereinbefore, our liability under<br />

this guarantee is restricted to Rs._____________(Rs.______________only)unless a demand under this guarantee<br />

is made on us in writing on or before__________we shall be discharged from out liabilities under this guarantee<br />

thereafter.<br />

Dated________________the_____________day of________________for________________<br />

(indicate the name of bank)<br />

Witness<br />

Signature of Bank Authorize official<br />

(Name)<br />

Designation:<br />

Full Address:<br />

1._____________________<br />

2._____________________<br />

Signature of contractor 91 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

FORM-3<br />

Revised model form of Bank Guarantee Bond<br />

GUARANTEE BOND<br />

In consideration of the President of India (hereinafter called “The Government”) having agreed to exempt<br />

M/s._________________________________________called “the said contractor(s) from the demand under the terms<br />

and conditions of the Agreement No.___________________dated_____________made between ___________________<br />

and _____________________ for ________________________hereinafter called the said Agreement) of security deposit<br />

for the due fulfillment by the said contractor (s) of the terms & conditions contained in the said Agreement, on<br />

production of a Bank Guarantee for Rs.______________________(Rs._____________________only).<br />

1. We______________________indicate the name of the Bank) (herein________________ (contract/s) do hereby<br />

undertake to pay to the Government an amount not exceeding Rs._____________________________ against any loss or<br />

damage caused to or suffered or would be caused to or suffered by the Government by caused of any breach or<br />

conditions contained in the said Agreement.<br />

2. We_______________________ do hereby undertake to pay (in duplicate the name of the Bank) to pay the amounts due<br />

and payable under this guarantee without any demure, merely on a demand from the Government stating that the amount<br />

claimed is due by way of loss of damage caused to or would be caused to or suffered by the Government by reasons of<br />

breach by the said contractor (s) of any of the terms or conditions contained in the said Agreement or by reasons of the<br />

contractor (s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards<br />

the amount due and payable by the bank under this guarantee. However our liability under this guarantee shall be<br />

restricted to an amount not exceeding Rs._______________________________<br />

3. We undertake to pay to the Government money so demanded not withstanding any dispute or disputes raised by the<br />

contractor (s)/supplier (s) in any suit or proceeding pending before any court or tribunal relating there to our liability<br />

under this present being absolute and unequivocal.<br />

The payment so made by us under his bond shall be a valid absolute and unequivocal. The payment so made by us<br />

under this bond shall be valid discharge of our liability for payment there under and the contractor (s) shall have no<br />

claim against us for making such payment.<br />

4 We________________________ indicate the name of Bank) ------------further agree that the guarantee herein contained<br />

shall remain in full force and errect during the period that would be taken for the performance of the said agreement and<br />

that it shall continue to be enforceable till all the dues of the Government under by virtue of the said agreement have been<br />

fully and its claims satisfied or discharged or till _____________ (office/Department) Ministry of ________________<br />

conditions certifies that the terms and conditions of the said Agreement have been fully and properly carried our by the<br />

said contractor(s) and accordingly discharges this guarantee is made on us in writing on or before<br />

______________________________. We shall be discharged from all liability under this guarantee hereafter.<br />

5. We_________________________________________ (indicate the name of the Bank) further agree with the Government<br />

that the Government that the Government shall have the fullest liberty without our consent and without affecting in any<br />

manner our obligations of the said Agreement or to extend time or performance by the said contractor(s) from time to<br />

time or to postpone for any time or from time to time any of the powers excercisable by the Government against the said<br />

contractor (s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be<br />

relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any<br />

forbearance, act or omission on the part of the government or any indulgence by the<br />

Government to the said contractor (s) or by any such matter or thing whatsoever which under the law relating to sureties<br />

would, but for this provision have effect of so relieving us.<br />

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s)/supplier (s).<br />

7. We_______________________________________ (Indicate the name of the Bank) lastly undertake not to revoke this<br />

guarantee during its currency except with the previous consent of the Government in writing.<br />

Dated the ___________________________day of _________________for _____________________ (indicate the name<br />

of the Bank).<br />

Signature of contractor 92 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

F O R M NO.4<br />

STANDARD INDEMNITY BOND FOR ON ACCOUNT PAYMENT<br />

We M/s. ______________________________________________hereby Undertake that we held in our custody for and<br />

on behalf of the President of India Acting in the Premises through the General Manager, N.Rly. New Delhi (hereinafter<br />

referred to as the “Purchase” and as has property in trust for him all imported and indigenous materials which have been<br />

handed over to us against the contract for the works in the section.<br />

___________To ___________Stations on <strong>Northern</strong> <strong>Railway</strong> vide letter for acceptance of Tender<br />

No._______________________________date__________ and materials such as ____________________________<br />

handed over to us by the purchase for the purpose of execution of the said contract, until such time the materials are duly<br />

erected or otherwise handed over to him. We shall be entirely responsible for the same custody and protection of the said<br />

materials against all risk till they are duly delivered as erected equipment to the purchaser, or as he may direct otherwise<br />

and shall indemnify the purchaser against any loss or damaged deterioration whatsoever in receipt of the said materials<br />

while in our possession and against disposal or surplus materials. The said materials shall at all times be open to<br />

inspection by any officer authorized by the General Manager, <strong>Northern</strong> <strong>Railway</strong>, S&T/C, New Delhi or his successor.<br />

Should any loss, damage or deterioration of materials, occur or surplus materials disposed off and refund becomes due to<br />

the purchaser shall be entitled to recover from us the full cost and compensation determined in terms of the contract for<br />

such loss or damage if any, along with the amount to be refunded without prejudice to any other remedies available to<br />

him by deduction from any sum due or any sum<br />

Date ______________________ day of ___________________________2000<br />

Signature of witness<br />

Name of witness in Block letters.<br />

Address<br />

For and on behalf of<br />

Messers____________________<br />

(Contractor).<br />

Signature of contractor 93 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

F O R M NO.5<br />

ACKNOWLEDGMENT FOR RECEIVING MATERIALS FROM RAILWAYS<br />

To,<br />

The Dy.CSTE/C/----<br />

<strong>Northern</strong> <strong>Railway</strong>,<br />

New Delhi.<br />

Station:<br />

Date:<br />

Sir,<br />

SUB:Receipt of materials/Cables from <strong>Railway</strong>s<br />

It is hereby acknowledge that the following materials/cables as detailed have been received in full and in good condition<br />

by me at ________________No.________________________and the work coming under the agreement<br />

No.________________________ Dated _____________________________________.<br />

-----------------------------------------------------------------------------------------<br />

S.No. Description of materials Qty./Nos. Remarks if any<br />

Cables.<br />

Mtrs.<br />

________________________________________________________________________<br />

Witnessed By:<br />

Signature of Engineers<br />

Signature of Contractor.<br />

Signature of contractor 94 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

F O R M NO.6<br />

C E R T I F I C A T E F O R J O I N T I N S P E C T I ON <strong>OF</strong> WORKS<br />

To,<br />

______________________________________<br />

______________________________________<br />

______________________________________<br />

THE WORK <strong>OF</strong> ________________________________________________________<br />

_______________________________________________________________________<br />

_______________________________________________________________________<br />

have been jointly inspected by us at the following stations and the same at this station/these station have<br />

been done according to the specifications & drawings.<br />

______________________________________________________________________________________<br />

S.NO. STATION FROM TO REMARKS<br />

______________________________________________________________________________________<br />

Signature of the Contractor(s)<br />

or his representative<br />

Signature of Engineer’s<br />

Representative with designation.<br />

Signature of contractor 95 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

FORM-7<br />

FORMAT FOR BANK GUARANTEE<br />

(FOR ADVANCE TO THE CONTRACTOR)<br />

1. In consideration of the President of the Republic of India (hereinafter called “the Government”) having agreed under the<br />

terms and conditions of letter/Agreement No.-------------- dated ----------------made thereafter called the “said agreement”)<br />

to accept from ---------------------<br />

(hereinafter called the said contractor (s)” a guarantee Bond for Rs.--------only) against interest bearing repayable<br />

mobilization advance amounting Rs.-----------------(Rs.------------------------) agreed to be given to the said contractor (s) as<br />

per accepted conditions of the contracts we -----------------Bank (hereinafter called “The Bank”)do hereby undertake to<br />

pay the Govt. an amount of Rs.----------------------------(Principal amount) plus interest at the rate of ------------% per<br />

annum (at prescribed rate prevailing at the time of grant of mobilization advance) accrued during Guarantee period<br />

against any loss or damage caused to or suffered or would be caused to or suffered by the Govt. By reason of any breach<br />

by the said contractor (s) of any of the terms and conditions for repayment of the advance as mutually agreed to and set<br />

forth in the agreed to and set forth in the agreement..<br />

2. We--------------------------Bank do hereby undertake to pay the amount/s (i.e. Principal amount of mobilization advance<br />

and interest accrued thereon) due and payable under this guarantee without any demur, merely on demand from “the<br />

Govt.” acting through FAA & CAO/Const. <strong>Northern</strong> <strong>Railway</strong>, Kashmere Gate, Delhi-110006 stating that the amount<br />

claimed is due by way of loss or damage caused to or would be caused to or suffered by the Govt. by reason of any breach<br />

by the said contractor(s) failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive<br />

as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall<br />

be restricted to an amount of Rs.----------------------(Principal amount) along with interest at the rate of -------------% per<br />

annum (at prescribed rate prevailing at the time of grant of mobilization advance accruing Guarantee period)<br />

3. We ------------------------ Bank further agree that the Guarantee herein contained will remain in full force and effect till the<br />

advance granted with interest is fully repaid and that it shall continue to be enforceable till the FA&CAO.C, <strong>Northern</strong><br />

<strong>Railway</strong>, Kashmere Gate, Delhi-6 certificate that the terms and conditions for repayment of advance contained in the said<br />

agreement have been fully and properly carried out by the said contractor (s) and accordingly discharges the guarantee.<br />

4. We ------------------------- Bank further agree with the Govt. Shall have the fullest liberty without our consent and without<br />

affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement and to<br />

forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our<br />

liability by reason of any such variation, or for any forbearance, act or omission on the part of the govt. Or any indulgence<br />

by the Govt. To the said contractor (s) or by any such relating to sureties would, but for the said reservation would relieve<br />

as from the liability.<br />

5. “Notwithstanding anything to the contrary contained herein the liability of the Bank under this guarantee will<br />

remain in force and effect until such time as this guarantee is discharged in wring by the Government or<br />

until the Advance with interest is earlier and no claim shall be valid under this guarantee unless notice in writing<br />

thereof is given by the Government.<br />

6. The advance will carry an interest of Rs.----------------- per annum and the <strong>Railway</strong> reserve the right to recover<br />

mobilization advance with interest from the guarantee Bank merely on demand and Bank shall make the payment without<br />

any delay merely on the demand from the <strong>Railway</strong>.<br />

7. We---------------------------- Bank also agree that the Govt.’s right to recover from us under the terms of the guarantee shall<br />

not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said contractor(s)<br />

with regard to his liability before any Arbitrator or Tribunal or Court with regard thereto or in connection therewith. We<br />

further undertake not to withhold payment at the instance or request or as a consequence of any action by the Contractor.<br />

8. We --------------------------- Bank unconditionally undertakes to renew this guarantee or to extend the period of guarantee<br />

from year to year within two months before the expiry of the period or the extended period of the guarantee, as the case<br />

may be, on being called upon to do so by the Government. If the guarantee is not renewed or the period extended on<br />

demand, due to one reason or the other we ---------------------Bank shall pay the Government the full amount of the<br />

guarantee with interest thereon.<br />

Signature of contractor 96 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

9. This guarantee shall not be revoked by any change in the constitution of the Bank and/or the surely.<br />

10. Executed on date ------------------------day of----------------------2000 for ------------------------Bank at -----------------------<br />

-.<br />

Witness<br />

Executing.<br />

1.<br />

2.<br />

Signature of contractor 97 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

F O R M NO.8<br />

Q U A L I F I C A T I O N E X P E R I E N C E<br />

S.<br />

No<br />

System<br />

and Name of<br />

Project<br />

Party’s<br />

address for<br />

whom the<br />

work was<br />

done<br />

Total value of<br />

Contract<br />

Schedule period<br />

of execution (in<br />

months)<br />

Year of<br />

Completion &<br />

Actual period of<br />

execution (in<br />

months)<br />

Remarks<br />

Signature of contractor 98 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

FORM NO..9<br />

SYSTEM PERFORMANCE GUARANTEE<br />

(PR<strong>OF</strong>ORMA FOR THE SYSTEM PERFORMANCE GUARANTEE)<br />

To<br />

The President of India,<br />

I/we_______________________________________________________________________________hereby guarantee<br />

that the design on the basis of which we have submitted out tender<br />

No.____________________________________________________________________________has been<br />

carefully made to confirm to the end objectives in the tender documents and to technical specification therein.<br />

We further guarantee that in the event of the performance of the system, when installed, not complying with the<br />

end objectives or with the specifications contained in the tender documents, we shall provide further inputs to<br />

enable the <strong>Railway</strong>s to realize the end objectives contained in these documents without any additional payment<br />

for any additional payment for any additional equipment which may be required in this regard. We further<br />

guarantee that all the expenses including the expenses incurred in India for providing the additional inputs under<br />

the System Guarantee will be borne by us. We further guarantee that these additional inputs will be provided by<br />

us to make the system workable within 8 months from the date on which this guarantee is invoked by the<br />

Purchaser.<br />

(Signature of Firm’s authorized Officer)<br />

Seal<br />

Signature of witness:<br />

1.- - - - - - - - - - - - - - - - - - - - -<br />

2.- - - - - - - - - - - - - - - - - - - - -<br />

Signature of contractor 99 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

FORM - 10<br />

STATEMENT <strong>OF</strong> DEVIATIONS<br />

PR<strong>OF</strong>ORMA FOR STATEMENT <strong>OF</strong> DEVIATIONS<br />

1. The following are the particulars of deviation from requirement of the instructions to TENDERERS , General Conditions<br />

of Contract.<br />

1.1 Instructions to TENDERERS.<br />

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)<br />

1.2 GENERAL CONDITIONS <strong>OF</strong> CONTRACT.<br />

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)<br />

1.3 Special Conditions of Contract<br />

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)<br />

2. The following are the particulars of deviations from requirement of the technical specifications:<br />

(Separate Statement for each specification)<br />

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)<br />

NOTE:<br />

Where there is no deviation, the statement should be returned duly signed with an endorsement indicating no deviations.<br />

Signature of contractor 100 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

RECEIPT CERTIFICATE (FOR SUPPLY ONLY)<br />

FORM - 11<br />

From: Sr.Section Engineer/C/ (Signal/Telecom)/<strong>Northern</strong> <strong>Railway</strong>:<br />

No.<br />

Date:<br />

1. Contract No.<br />

2. Name of work<br />

3. Item No. As in Rate Schedule<br />

4. Description of item.<br />

5. Material inspected by:<br />

6. Dispatch particular & date<br />

7. Qty. As per dispatch particular<br />

8. Qty. Received.<br />

9. Qty. Short received<br />

10. Conditions of stores Received<br />

11. Name of firm & Address<br />

12. Place of receipt<br />

13. Date of receipt<br />

14. Ledger No.<br />

15. Name & designation of stores In-charge.<br />

----------------------------------<br />

Signature of Stores-in-charge.<br />

Signature of contractor 101 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

FORM - 12<br />

WORKS IN HAND<br />

S.N<br />

o<br />

System and<br />

Name of<br />

Project<br />

Party’s<br />

address for<br />

whom the<br />

work is<br />

being done<br />

Total value<br />

of contract<br />

Schedule<br />

period of<br />

execution<br />

(in months)<br />

%age<br />

progress in<br />

terms of<br />

works done<br />

Likely<br />

date of<br />

completi<br />

on<br />

Payments<br />

received till<br />

date<br />

Rem<br />

arks<br />

Signature of contractor 102 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

F O R M N O.13<br />

C E R T I F I C A T E<br />

Joint Inspection of Cable trench & protective works<br />

1. The cable trench/chase including ducts, pipes etc. Arrangements en-route has been jointly inspected by us on the<br />

following sections and the work has been done according to the specifications. The laying of cable can be taken on these<br />

sections after the deficiencies noted below are rectified and offered for further check.<br />

2. ------------------------------------------------------------------------------------------------------------<br />

S.No. From KM To KM Remarks/deficiency if any<br />

------------------------------------------------------------------------------------------------------------<br />

---------------------------------------------------------------------------------------------------------------------<br />

3. The following joints have been supervised and provided as per manufacturer’s instructions and it is confirmed that all the<br />

materials or kit have been used up.<br />

---------------------------------------------------------------------------------------------------------------------<br />

S.No. Type of joint Locations (KM.No.) Remarks/Deficiency if any<br />

---------------------------------------------------------------------------------------------------------------------<br />

Signature of Contractor’s<br />

Representative with<br />

Designation<br />

Signature of Purchaser’s<br />

Representative with<br />

Designation<br />

Signature of contractor 103 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

FORM No. 14<br />

Details of contractual payment received in last three Financial years and current financial<br />

year.<br />

S.No Name of work Name of Date of payment For the financial Total contract Amt.<br />

.<br />

Employer<br />

year<br />

Received.<br />

1 2 3 4 5 6<br />

Signature of contractor 104 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Real time Gross Saving(RTGS)/National Electronic Fund Transfer(NEFT)<br />

Model Mandate Form<br />

(Investor/customer’s option to receive payments through RTGS/NEFT)<br />

Annexure-J<br />

1) Investor/customer’s Name: :<br />

2) Particulars of Bank account.<br />

A Name of the Bank :<br />

B Name of the branch :<br />

Address :<br />

Telephone No. :<br />

C RTGS/NEFT/IFS Code :<br />

D Type of the account (S.B. Current or Cash Credit)<br />

with code (10/11/13). :<br />

E Ledger and Ledger folio number:<br />

F Account number ( as appearing on the cheque book ):<br />

(In lieu of the bank certificate to be obtained as under, please attach a blank cancelled<br />

cheque or photocopy of a cheque or front page of your savings bank passbook issued<br />

by your bank for verification of the above particulars).<br />

3) Date of effect:<br />

I hereby declare that the particulars given above are correct and complete. If the transaction is<br />

delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the<br />

user institution responsible. I have read the option invitation letter and agree to discharge the<br />

responsibility expected of me as a participant under the scheme.<br />

Date<br />

(…………..)<br />

Signature of the Investor/Customer.<br />

Certified that the particulars furnished above are correct as per our records. Bank’s Stamp<br />

Signature of the tenderer/s<br />

Signature of Bank Authority<br />

(with seal)<br />

Signature of contractor 105 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

NORTHERN RAILWAY<br />

SIGNAL & TELECOMMUNICATION (CONSTRUCTION)<br />

VOLUME-III<br />

Signature of contractor 106 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

TECHNICAL SPECIFICATIONS & INSTALLATION<br />

PRACTICES<br />

(VOLUME-III)<br />

Signature of contractor 107 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Vol-III<br />

CHAPTER – VII<br />

TECHNICAL SPECIFICATIONS & INSTALLATION PRACTICES<br />

1. The works shall be carried out according to the drawings approved by the <strong>Railway</strong> and shall conform<br />

to the provisions of the ‘Signal Engineering Manual’, Schedule of “Dimensions” and “Manual of<br />

Instructions for Installation of S&T equipment on 25 KV, 50 HZS, A. C. electrified sections as<br />

modified from time to time unless deviations, if any, are specifically approved by the Engineer. The<br />

contractor shall be solely responsible for the proper execution of the work as per the said deviation and<br />

specifications.<br />

2. Foundation:<br />

2.1 Conforming to the signalling plan and cable plan the positions of foundations for signal posts,<br />

apparatus cases, junction boxes, cable termination boxes, diesel generator, shunting /block section<br />

limit board, Sighting boards, power panel as required, will be indicated by the Engineer’s<br />

representative at site before the commencement of the work at the station.<br />

2.2 The excavation of pits for various types of foundations shall be done as per drawings or the<br />

instructions given by Engineer’s representative and during the excavation, the earth of the pit shall be<br />

thrown on plain ground away from track and left out earth if any, shall be thrown outside the <strong>Railway</strong><br />

premises.<br />

2.3 Before casting of foundation, the Contractor’s representative and the Engineer’s representative shall<br />

jointly inspect the quality and depth of pits, quality of bricks, concrete etc. and ensure compliance with<br />

the drawings and specifications.<br />

2.4 Signal posts and sighting boards shall be vertical and plumb and the gap between the base and the<br />

signal post shall be filled with chatterton compound or any other approved substance.<br />

3. Apparatus case and signal erection.<br />

3.1 The signal unit shall be properly mounted, secured, and focussed.<br />

3.2 Cable for signal units shall be taken inside the signal post. Exposed cable should be protected by<br />

suitable means.<br />

3.3 The apparatus cases, junction boxes, and cable termination boxes shall be vertical and plumb.<br />

4. Cable laying and termination.<br />

4.1 Cable openings in Apparatus cases, junction boxes and in relay rooms should be covered by sand and<br />

top should be plastered by cement for apparatus cases and junction boxes.<br />

4.2 The cables in sufficient spare lengths shall be kept coiled in a circle of suitable diameter at 1-meter<br />

depth before being taken into the relay rooms/apparatus cases and field operation for termination. Such<br />

coils of cables in pits shall be adequately covered by sand and bricks to provide protection against<br />

damage.<br />

4.3 For each station, the cable route plan will be supplied by <strong>Railway</strong>s before the commencement of the<br />

cable laying work at the stations. However, under the exigencies of local conditions or for any other<br />

consideration, the Engineer In charge may alter the cable route plan. The Engineer’s representative in<br />

charge of the work will mark the route of the cable with chalk or lime, as per cable route plans/ cable<br />

plans as per the Engineers instructions to him. He shall lay the cables only along this route. The<br />

Signature of contractor 108 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

contractor shall be represented at the time of marking the route of the cable and he shall furnish to the<br />

Engineer’s representative, required quantities of lime, rope, labour etc. for carrying out this work at the<br />

cost of the contractor.<br />

4.4 Cable laying should commence only after the depths and quality of trenches have been checked,<br />

quantity of bricks and arrangement for tempted filling etc. are inspected jointly by the Engineer’s<br />

representative and Contractor’s representative and approved by the Engineer’s representative.<br />

4.5 Trenching for track crossing and laying of cable across the track should be done only in the presence<br />

of the Engineer’s representative.<br />

4.6 Cable shall not be normally taken over the track at the time of cable laying by the contractor, as this is<br />

likely to cause accident to trains and damage to cable. If, at any time, the cable has to be taken across<br />

the track, it shall be done only in the presence of the Engineer’s representative and after the safety<br />

precautions have been taken.<br />

4.7 The handling, laying and pulling of wires and cable shall be in accordance with instructions and under<br />

supervision of the contractor. For laying the cables, the drum shall be mounted on axle at one end of<br />

the trench and the cable laid out and carried by Contractor’s labourers guiding the cable into the<br />

trench.<br />

4.8 Cable should be properly terminated in the terminal boards / racks.<br />

4.9 Bends in cables shall have a radius of not less than 20 times the diameter of the cables<br />

4.10 Eyelet terminals shall be used on flexible wires, if necessary.<br />

4.11 Not more than two wires shall be connected to one terminals/ tag.<br />

4.12 Cables terminated inside apparatus cases, junction boxes and in relayroom should be fixed by clamp or<br />

any other method as indicated by Engineer’s representative.<br />

4.13 Terminals shall be mounted so that they cannot be turned in base of frame to be applied. They shall be<br />

properly insulated from each other and other metallic parts.<br />

4.14 Terminal shall be installed in an accessible position and neatly arranged on terminal boards in<br />

housings.<br />

4.15 The terminal block provided at the locations, and other places shall be provided with suitable links to<br />

facilitate isolation of the two sides of the circuits, which are connected to the terminal links.<br />

4.16 With the help of mega ohmmeter, insulation resistance test shall be conducted on all cores of each<br />

cable jointly by the representative of the Engineer and the contractor before the cable is connected or<br />

wired to the signalling equipment. The insulation resistance shall be measured between a core and all<br />

other cores connected together to the sheath and earth. The results of the insulations resistance test<br />

shall be tabulated in the form given as Annexure-I and the form signed by the representative of the<br />

contractor and the Engineer.<br />

4.17 With the help of wheat stone bridge, loop resistance test shall be conducted on all cores of each cable<br />

jointly by the representatives of the Engineer and the contractor before the cable is connected or wired<br />

to the signalling equipment. The result of the loop resistance test shall be tabulated in the form given<br />

as Annexure –II and the form signed by the representatives of the Contractor and the Engineer.<br />

5. Relay Racks:<br />

Signature of contractor 109 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

5.1 Relay racks should be of metal, which can be assembled with plug –in- base plates and factory prewired<br />

base plates for ready installations. The rack includes all the necessary rack fittings, supports in<br />

the relay room arrangement for fixing fuses and relay bases, as per approved <strong>Northern</strong> <strong>Railway</strong><br />

drawings. The outside colour should be light yellow coloured. It should be powder coated for long life.<br />

It should be corrosion resistant.<br />

5.2 Relay rack shall be provided with anti-vibration protection.<br />

5.3 Relay rack shall be mounted in the relay room as per the position indicated by the <strong>Railway</strong><br />

representative.<br />

5.4 MDF Rack will be similar to relay rack and will include all materials required for termination of<br />

outdoor/ indoor cables, fixing of terminals, fuses, fuse bases, transformers and other accessories as per<br />

instructions of Engineer at site.<br />

6. Relays:<br />

6.1 General:<br />

6.2 Design:<br />

In case of A.C. electrified areas, the relays shall be in conformity with RE manual.<br />

Relays shall be of a design approved by the <strong>Railway</strong>s. Relay shall be provided with means to ensure<br />

that it cannot be plugged into a wrong base.<br />

6.3 Mounting :<br />

Relay base plate shall be fixed on the relay racks for vertical mounting. Relay base plate shall be<br />

phenolic moulded or of other approved insulated materials and shall have adequate mechanical and<br />

dielectric strength and insulation qualities. The fastening of relay-to-relay base plate shall be so<br />

arranged as to securely hold the relay in place and yet be easily removable. Contact pressure between<br />

relay and base plate shall be adequate to keep constant uninterrupted contact.<br />

7. Sealing and calibration:<br />

7.1 The enclosure containing the moving parts of the relay shall be sealed with manufacturer’s seal or<br />

sealing arrangement should be provided. Each coil shall have attached to it, secured by outside<br />

binding, a tag which, shall be clearly and indelibly marked with the following particulars.<br />

7.1.1 Manufacturer’s reference No.<br />

7.1.2 Size of wire and kind of insulation.<br />

7.1.3 Resistance of the coil( for DC relays only)<br />

7.1.4 No. of turns ( for DC relays only)<br />

8. Interconnections / wiring:<br />

8.1 Installation of control panel, cable termination and relay racks at the respective places shall have to be<br />

done. Wiring of relay racks and control panel shall be carried out as per circuit diagram approved by<br />

the <strong>Railway</strong>s providing interconnection arrangements between the racks and control panels.<br />

8.2 Interconnection between terminal racks / boards and relay racks shall be carried out by providing<br />

ladder arrangements or by any other arrangements as instructed by Engineer’s representative.<br />

Signature of contractor 110 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

8.3 Interconnection between control panel and other racks shall be with ladder arrangement. The ladder<br />

arrangement of suitable capacity is to be fixed neatly and firmly with proper support.<br />

8.4 The equipments are to be wired in relay room, control panel, power supply arrangement, apparatus<br />

case, cable termination box, and battery box and in other locations.<br />

8.5 Cable termination racks should be erected in the relay room, Suitable cable ducts as required, shall be<br />

provided to bring all outside cable to the termination rack. RCC slabs shall be manufactured at site and<br />

covered . All the cables are to be neatly fixed and terminated in order.<br />

8.6 Terminals supporting the fixed part of front and back contacts and relay shall be fastened on their<br />

supports so as to preclude adjustments of any kind without first breaking the seal of the relay.<br />

8.7 10% spare wires shall be installed between terminals, control panel, illuminated diagrams and relay<br />

racks.<br />

8.8 It shall be possible to identify wires to all terminals by means of non- metallic tag or level on which is<br />

stamped the designation corresponding to that is on the circuit and wiring plan. Contractor may adopt<br />

any other means subject to approval of the <strong>Railway</strong>s. Tag shall be applied in such a manner that if a<br />

wire is removed from the terminal, the tag will remain on the wire.<br />

8.9 Where practicable the tags or labels shall be securely fastened adjacent to the terminals or suitably<br />

painted so that the number can be easily read.<br />

8.10 All wiring in the cabin and location shall be terminated on suitable terminal block/tag blocks having<br />

minimum insulation resistance of 500 Mega. Ohms at 500 VDC. The terminal blocks/tag blocks shall<br />

be covered with plastic cover.<br />

8.11 The colour of the wires for wiring should be as per standard colour scheme used on the <strong>Railway</strong> which<br />

is as follows:-<br />

• Black 110 V Bx & Nx, 24 V Nx<br />

• Green 24V steady Panel Indication<br />

• Red 24 V flashing - do -<br />

• Blue 60 V DC positive<br />

• Grey 60 V DC negative<br />

The above colour scheme shall be followed as required.<br />

8.12 Contact numbering for the relays shall be made by the contractor as per the approved circuit diagram<br />

issued by the railway and type of relay proposed to be used on the installation.<br />

8.13 No joints are permitted in the connection wires.<br />

8.14 Wiring in relays housing shall be uniform for like apparatus throughout the installation.<br />

8.14.1 Wiring inside one rack for shelf type and plug in Contact relays type (Metal to Carbon)<br />

Relay rack wiring housing plug in type relays conforming to BRS-930 and shelf type relays<br />

conforming to BS-1659 shall be done with" PVC insulated unsheathed flame retarding type single core<br />

flexible wire 1100V grade having l6/0.2mm. annealed copper conductor and nominal cross sectional<br />

area of 0.5 Sq. mm of common colour code to the specification IS: 694". For wiring these relays the<br />

above wires shall be terminated on eyelet /lugs of standard design.<br />

Signature of contractor 111 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

8.14.2 Wiring of proved type relays (metal to metal contact):<br />

For wiring the above relays the use of single strand tinned copper wire of 0.6mm and 1.Omm 1100V<br />

grade PVC insulated flame proof shall be used. The use of multi-core cable of 100 core, 60 core, 40<br />

core and 20 core having the above conductor diameter and, grade is permitted. Size of conductor shall<br />

be chosen based on current to be carried through these conductors. The wire and cable used shall<br />

generally conform to IS: 694.<br />

8.14.3 The wiring between the terminal board of the panel and the unwired tag block on the relay rack is to be<br />

carried out using multi-core cables (40 core or 60 core) 0.6mm/l.0mm diameter annealed tinned copper<br />

wire to IS:694. The wiring on the Q' series relay rack is to be carried out by l6/0.2mm dia single core<br />

multi-strand flexible A. T. copper wire to I.S.694.<br />

8.14.4 Soldering at the tag block terminals shall be made using good quality solder and flux. Care must be<br />

taken to prevent dropping of excessive solder from terminal thereby causing failure/unwanted<br />

connection or short by fusing of PVC insulation in the row below it. It is advisable to raise the wires<br />

by mechanical means and temporarily interposing a wooden or plastic sheet between the adjacent rows<br />

while soldering, to collect the excessive solder that may be dropping out.<br />

8.14.5 After testing, the loose wires on the cable ladder shall be neatly bunched and laced with twine black.<br />

The contractor shall adopt suitable colour code for wiring as required by the Engineer in-charge. Spare<br />

conductors to an extent of 10% are to be provided on the interconnecting wire runs for future<br />

developments, in case multi-core cable is used.<br />

8.14.6 Various supplies associated with signalling viz., 110V AC, 110V DC, 60V DC, 24V DC 12/24V AC<br />

and l2/24V AC flashing are to be brought out to the relay/equipment room as per instructions.<br />

Necessary measuring instruments are to be mounted on the Hylam sheet l0 mm thick fitted to the<br />

power panel with suitable switches and HRC fuses.<br />

8.14.7 After the complete testing by the Engineer in-charge and before commissioning the installation, the<br />

contractor shall arrange necessary lead seals & sealing wires for sealing the relays.<br />

8.14.8 The nomenclature of each relay shall be painted both in front and rear side of each relay with contact<br />

configuration. The relay index sheet duly painted with details of relay and their position in the relay<br />

rack shall be manufactured out of Decolum /Novapan sheet and fixed in the relay room. All the relays<br />

to be plugged shall be checked visually and defect if any, noticed shall be replaced, duly reporting the<br />

same to the <strong>Railway</strong>s. Relay rack wiring and contact chart of all relays shall be prepared in<br />

linen/polyester sheets, duly signed and handed over to <strong>Railway</strong>s for preparation of handing -over<br />

documents to maintenance organisation.<br />

8.14.9 Suitable arrangements shall be made in the relay rack for fixing condenser and resistance unit, required<br />

for slow to release feature. Letter painting shall be made against each unit to identify circuit for which<br />

it is used.<br />

9. FUSES, TERMINAL AND TERMINAL LINKS:<br />

FUSES:<br />

9.1 It shall not be possible to insert a cartridge of a higher rating into a holder of lower rating.<br />

9.2 Fuses shall be of non-deteriorating type conforming to RDSO specification.<br />

9.3 Fuse clips shall be mounted on an insulating base of fireproof material.<br />

9.4 Fuses or circuit breakers shall be installed according to standard practice with prior approval of the<br />

<strong>Railway</strong>.<br />

Signature of contractor 112 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

10. INSULATION:<br />

Provision of insulation wherever required to follow standard approved <strong>Railway</strong> practice for the<br />

purpose. Material used for insulation shall be such that it will not be injuriously affected by<br />

atmospheric conditions.<br />

11. TRACK CIRCUIT:<br />

11.1 Track circuit connections to the rails and jumpers should be fixed by channel pins to the rails. Any<br />

alternative method to be adopted should be approved in advance by the Engineer.<br />

11.2 Surge dischargers shall be connected to the rails in each track circuit as per Drawing<br />

No.RE/S&T/SIG/TENDER/SK/31/85.<br />

12. EARTHING:<br />

12.1 Earth resistance of the Earth Electrode shall not exceed 10 Ohms.<br />

12.2 Earth Electrode shall be tested as per instruction of Earthing given as Annexure-III and the result shall<br />

be recorded in the Form given with the instructions as per Annexure-III. The form should be signed<br />

by the representative of the Contractor and the Engineer.<br />

12.3 Earthing of equipment shall be done as per the instruction on Earthing of signalling and telecom<br />

equipment in 25 KV 50 Hz AC electrified section as per Annexure-III.<br />

13. STATION EQUIPMENT<br />

13.1 The control panel shall be erected in the place as shown by the Engineer-in charge of the work on<br />

proper foundation bolts and cement concrete. Before erecting the panel, a suitable duct shall be made<br />

for bringing the jumper cables into the control panel.<br />

13.2 The control panel if it is Domino type shall be wired with indoor cable 40C/60C. If it is PTJ type, shall<br />

be wired with 16/0.2 wire coils.<br />

13.3 The contractor shall protect the control panel, while doing the wiring. The terminal particulars, power<br />

supply points, tag block particulars shall be neatly painted on the inner side of the panel. Before<br />

commencing wiring all knobs, buttons & indicators shall be tested for proper contact and defective<br />

ones shall be replaced in the initial stage itself.<br />

13.4 The cable termination and internal wiring terminal particulars of control panel shall be made out<br />

signed by the contractor and handed over to <strong>Railway</strong>s. The control panel shall be earthed properly.<br />

13.5 Any modification to the panel wiring shall be done by the contractor at site, as required by the<br />

<strong>Railway</strong>s free of cost before final commissioning.<br />

13.6 The inter-connections arrangements includes laying of multi-core hook up wire cables, inter<br />

connection between Generator room, battery room, power rack and cable termination rack by using<br />

sufficiently thick wires not less than 7/l.4mm PVC copper or 10 sq. mm. multi-strand copper<br />

conductor to avoid the voltage drop.<br />

13.7 The ladder arrangements provided shall be of suitable size and manufactured by the contractor, fixed<br />

neatly and firmly with proper supports. Cable details, functions allotted to each core and terminal<br />

numbers shall be prepared and handed over to the <strong>Railway</strong>s.<br />

Signature of contractor 113 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

14. TESTING AND COMMISSIONING<br />

Testing and commissioning consist of final testing of selection circuits, for proper functioning of track<br />

circuits and points, gears as per SEM, energising and testing of power cables, stabilisers, secondary<br />

cells for all circuits, energising and testing of colour light signals and final commissioning of the entire<br />

signalling arrangements for traffic use. All the alterations for improving safety shall be carried out<br />

before commissioning as required by the <strong>Railway</strong>s. The contractor shall first test the equipment and<br />

then jointly with <strong>Railway</strong>s, testing charges being borne by the contractor. The contractor shall provide<br />

test panel for testing at his own cost. The different stages and procedures for testing of indoor and<br />

outdoor equipment are given below as guidance –<br />

STAGE. I -TESTING <strong>OF</strong> THE RELAY INTERLOCKING<br />

STAGE. II -TESTING <strong>OF</strong> THE OUTDOOR GEARS, i.e. POINTS, SIGNALS, TRACK CIRCUITS,<br />

LC GATES, ETC.<br />

STAGE. III -COMMISSIONING <strong>OF</strong> PANEL BY CONNECTING THE OUTDOOR GEARS TO<br />

THE PANEL.<br />

14.1 TESTING <strong>OF</strong> RELAY INTERLOCKING<br />

Testing of Relay Interlocking consists of Energisation of relays by connecting the simulation panel, &<br />

Clearing of signals on the simulation panel and carrying out the following tests (As per table of<br />

control) –<br />

• Negative tests<br />

• Dead/Approach locking tests & Route/Back locking tests<br />

• Testing of conflicting signals & routes.<br />

• All other circuits viz., SM's key, CHLR in the respective signalling circuits & LXPR, KLCPR are<br />

proved correctly.<br />

Above activities are explained below in detail –<br />

14.1.1 Energisation of relays:<br />

For major yards, it is preferable to energise relays, circuit wise and sheet wise since it involves number<br />

of routes and parallel movements. For way station, it is preferable to energise the circuit, route wise.<br />

Before taking up the above energisation, the following works shall be completed –<br />

• Wire to wire bell-test of all sheets before soldering and after soldering.<br />

• Plugging of all relays as per contact configuration.<br />

• Power supply arrangement with batteries.<br />

14.1.2 Connecting The Simulation Panel:<br />

• It shall be possible to control all TPRs, NWKRs/RWKRs, CHLRs, KLCRs, LXCPRs etc., from<br />

the simulation panel by energising all the relays.<br />

• It is desirable to have the simulation panel adjacent to control panel so that the panel indication<br />

can be observed simultaneously while testing.<br />

14.1.3 Connecting simulation panel : Simulation panel consists of two Boards –<br />

Board No.1: It depicts the yard (painted) with points, track circuits, LC gates and slots. Switches are<br />

fixed on the board to simulate the conditions of the points, track circuits, interlocked LC gates, slots<br />

etc.<br />

Signature of contractor 114 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Track circuit switches are fixed on the track. Point control switches are fixed nearer to the points, for<br />

small yards. For major yards the switches are grouped as point switches and track circuit switches.<br />

Functions requiring ON and <strong>OF</strong>F switch (with make and break facility ie, two wires only.) with<br />

facility to pick up a relay in one position and drop the same in other position.<br />

Example:<br />

• Switch <strong>OF</strong>F - Track Down - TPR dropped.<br />

• Switch ON - Track pick up - TPR picked up.<br />

For controlling the following functions the above type switches shall be used –Track circuits, Siding<br />

points, Crank handles, Slots, LC gates<br />

Points require ON and <strong>OF</strong>F switches with facility to pickup conflicting relays (i.e., NWKR and<br />

RWKR) in two positions. (These switches require three wires.)<br />

Board No.2: To simulate the signals the following bulbs are used as dummy loads for the ECRs to<br />

pick up and also to observe the aspect of the signals during testing.<br />

• ON aspect - 110v 40W<br />

• <strong>OF</strong>F aspect - 110v 25W<br />

• Route aspect - 110v 75W (Junction type Route indicator)<br />

14.1.4 Wiring simulation panel to the relay room side wiring at MDF:<br />

• Disconnect all the links on cable termination rack. Wires from the switches are connected to the<br />

relay room side termination. Similarly the wires from simulation panel board. no. 2 consisting of<br />

lamps are connected to the relay room side termination.<br />

• 0.6 mm multi-core cable is used for wiring the simulation boards. To reduce the voltage drop,<br />

more conductors are used for supply taken to the test panel and also to the negative since common<br />

return is used.<br />

14.2 TESTING <strong>OF</strong> OUTDOOR GEARS<br />

Testing of outdoor gears consists of –<br />

10. Signals<br />

11. Motor operated points<br />

12. Track circuits<br />

13. LC gates (Interlocked)<br />

14. Sidings<br />

14.3 COMMISSIONING <strong>OF</strong> PANEL<br />

Commissioning of panel consists of –<br />

iv) Testing all signals from panel and correspondence of their aspects. Checking the correspondence<br />

between the points and panel for their panel indications.<br />

v) Checking the correspondence between the track circuits and their panel indications.<br />

vi) Testing of sidings, its electrical transmission of EKT, panel indications.<br />

vii) Testing of LC gates, its electrical transmission of EKT, panel indications.<br />

14.4 TESTING AND COMMISSIONING <strong>OF</strong> OUTDOOR EQUIPMENT<br />

14.4.1 Cable meggering and pairing up of conductors shall be done.<br />

14.4.2 All the power cables shall be made through and power supply shall be extended to all locations.<br />

Signature of contractor 115 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

14.4.3 After the power cables are energised, check up each limb of the power cable whether any earth fault exists using<br />

multi-meter. This will indicate whether any cable conductor is faulty (i.e. earthed).<br />

14.4.4 Signals shall be initially tested from the location box to attend to minor troubles of bulb holders, wiring etc.,<br />

14.4.5 All the aspects shall be checked by giving ll0V AC feed from location box and then the test shall be repeated by<br />

giving feed from Relay room CT rack. This test shall be done for each aspect, route and pilot lamp of shunt<br />

signals.<br />

14.4.6 Care shall be taken to ensure that no train is approaching during this test to avoid misleading information to<br />

drivers.<br />

14.4.7 Ensure that signal number plate is provided and unit back door is fastened and locked properly. Door locking is<br />

very important to prevent sunrays falling on to lenses to give phantom indications.<br />

14.4.8 Focus the signal aspects, record the aspect voltages and ensure that it is within the permissible limit. (90% of rated<br />

voltage of the bulb)<br />

14.4.9 Points shall be tested first locally from the location box when the point contactor unit is kept in location. Before<br />

commencing this test, ensure ll0V DC, 24 VDC are available in location box. If it is cross over point, it is<br />

preferable to test one by one and then test both at a time.<br />

14.4.10 Testing of SIEMENS Point contactor unit:<br />

Connect N 24V to W4, connect B 24V to WI, then remove so that N/R picks up and holds, then touch<br />

B24V to W3 to operate points from normal to reverse. All the relays in point contactor unit operate as<br />

required and point operated from N to R. Check up whether NWKR supply to relay room is available.<br />

For Reverse to Normal operation, keeping N24V in W4, touch B24V on W1 and then on W2; Point<br />

operates from Reverse to Normal. Check up that RWKR supply to relay room is available.<br />

14.4.11 Testing of Point Contactor unit with QBCA1 Relays:<br />

• Connect B 24V to W3 and N 24V to W4. WCR picks up. Connect B 24V to W2 and N 24V to W1<br />

to pick up RWCR to operate the point from normal to reverse. After the point operation is<br />

completed, drop RWCR, WCR by disconnecting the supply.<br />

• Check up whether outgoing RWKR supply is available in location box.<br />

• For reverse to normal operation, change the polarity on W1 & W2 and check.<br />

• Care shall be taken to check whether correct wiring is done with regard to polarity<br />

• Check up whether the cross protection wiring is done on the electrical detector.<br />

• Check up whether snubbing is effective in case of GRS 5E point machine.<br />

14.4.12 Following tests shall be carried out on Point Machines:<br />

• Obstruction test.<br />

• Detection contact break test<br />

• Out of correspondence test (in case of cross over point)<br />

• Track locking test (to be done when operated from panel).<br />

• This test is to be done for both N to R and R to N operations.<br />

• Whether point can be hand cranked with interlocked crank handle.<br />

• Check the correspondence between point position at site, both the ends in case of crossover and<br />

NWKR/RWKR in relay room (to be done when tested from panel)<br />

14.4.13 Following tests shall be carried out on Track Circuits:<br />

Signature of contractor 116 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

• All the track circuits shall be energised and outgoing TPR voltages checked.<br />

• Check whether cross protection wiring is done for TPR circuit.<br />

• Shunt the track circuit at various places on the track and check whether the track relay drops every<br />

time it is shunted. (Especially near fouling marks).<br />

• Check the correspondence between TR and TPR in relay room.<br />

• Track circuit shall be adjusted properly and readings recorded. TSR value shall be recorded.<br />

• Check whether the track circuit is protecting the fouling point.<br />

• Ensure that at least one polarity rail is in series connection.<br />

• Check up input AC voltage to the track feed charger is sufficient and battery is getting charged.<br />

14.4.14 Check up the interlocking of L.C. Gates, siding points.<br />

14.4.15 Check up for the proper functioning of electrical transmission of key transmitters.<br />

14.4.16 Check up the panel indications.<br />

14.4.17 Connect magneto telephone communication between SM and LC gate/siding.<br />

14.4.18 Ensure that respective signals cannot be taken off if LC/siding controls are not available with SM (i.e.<br />

on panel)<br />

14.4.19 Ensure that when the signals are taken off, respective LC gate/siding key cannot be extracted from the<br />

EKT<br />

14.5 COMMISSIONING <strong>OF</strong> PANEL<br />

14.5.1 Check up all signals aspects by directly feeding from cable termination rack (ll0 V-AC).<br />

14.5.2 Check up operation of points from CT rack and check whether NWRR/RWKR incoming feed is available (by<br />

connecting 24V DC to WI, W2, W3 & W4 as explained earlier).<br />

14.5.3 Check up the incoming feed of TPRs in the C.T.Rack. The above checking will confirm the pairing of cable<br />

conductors.<br />

14.5.4 Remove the wiring connection of simulation board on cable termination rack and make through the links of all<br />

TPRs, WKRs and signal circuits.<br />

14.5.5 First test the points from panel individually and conduct all tests discussed earlier including track locking test,<br />

correspondence between point position and NWKR/RWKR in relay roam.<br />

14.5.6 Check whether all TPRs have picked up and check up the panel indication by individually dropping each track<br />

circuit to correspond correctly.<br />

14.5.7 Check whether all other required relays viz., CHLR, LXPR, KLCR have picked up.<br />

14.5.8 Test all the signals from panel.<br />

14.5.9 Check the correspondence between relay room and signal aspects which, is most important:<br />

14.5.10 For checking the aspects of home signals, distant signals, staff (not below the rank of ESM) shall be deputed to site with<br />

walkie-talkie or Magneto telephone and check the correspondence.<br />

14.5.11 Remove the signal bulb at site of every aspect and check whether indication disappears on the panel and ECR drops in the<br />

relay room.<br />

Signature of contractor 117 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

14.5.12 Open all the registers and make entries of counter numbers before handing over to operating staff.<br />

14.5.13 The following Registers shall be handed over to operating staff.<br />

• Relay room key register<br />

• Route cancellation register<br />

• Crank handle register<br />

• Axle counter reset register<br />

• Diesel oil consumption registers (Generator working register)<br />

14.5.14 The following registers shall be opened for signal maintenance staff<br />

• Track circuit history register<br />

• Track circuit maintenance register<br />

• Signal lamp replacement register<br />

• Battery maintenance register<br />

• Block / Glued joint maintenance register<br />

• Axle Counter maintenance register.<br />

• However contractor will make supply of above registers, if included in the Schedule of Works.<br />

14.5.15 Sealing of equipment where required shall be done.<br />

14.5.16 Entries shall be made in the signal history register regarding new S&T assets commissioned.<br />

14.6 MISCELLANEOUS:<br />

WOOD WORK:<br />

14.6.1 Wherever woodwork is involved, the wooden planks are to be supplied by the contractor and he shall ensure the<br />

wood of good quality, which shall be varnished/ painted as specified. All teak wood boards shall be varnished<br />

and hard wood shelves should be black painted.<br />

14.6.2 Wooden cross of approved type should be provided for the newly erected colour light signals, till they are<br />

commissioned.<br />

14.6.3 Wooden Board and shelves are to be properly polished before fixing the terminals and equipments on it, as<br />

advised by the Engineer.<br />

14.6.4 All the equipments, relays and terminals are to be marked by lettering on it as advised by the Engineer.<br />

*****<br />

Signature of contractor 118 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ENCLOSURE – 2 Vol – III<br />

SUPPLEMENT<br />

STANDARD PRACTICES & GENERAL INSTRUCTIONS WHILE CARRYING OUT S&T WORKS:<br />

For improving the reliability in Suburban section, certain steps were taken in the past. The same should be<br />

followed for ongoing or future works being executed. These are summarised below:<br />

1. Keeping view of RE (change over of traction supply) work, Audio Frequency Track Circuits with complete<br />

centralised equipment shall be planned.<br />

2. Provision of glued joints should be made in all future works.<br />

3. Separate cables for functions of different lines such as up local, down local, up through and down through and the<br />

yard shall be laid, so that minimum interruption to the train working caused in case of failure or cable<br />

disconnected.<br />

4. Fibre glass boot- legs shall be used for track circuits.<br />

5. Centralisation of equipment, especially for auto signals shall be done and the relay equipment shall be housed in<br />

adjoining relay rooms.<br />

6. For track circuits, wiring of feed end & relay end shall be done with flexible wires in the location box.<br />

7. Tail cables for points shall be 5-core cable. In between cables from one machine to another of the crossover shall<br />

also be two nos. of 5 core or one 5 core & one 2 core.<br />

8. Point junction box shall be ME box with M-6 terminals fixed on the hylum sheets. The box shall be fixed on the<br />

rail post near the point machines.<br />

9. The wiring tree of the point machines shall be used as per the existing practice followed in the suburban section.<br />

10. For signals supply, ferro-resonant type voltage regulators alone to be used. Fuses shall be provided for line wise<br />

functions so that only one line will be affected in case of fuse blowing.<br />

11. Auto or semi-auto signals shall be wired in such a way that they repeat the ‘off’ aspect even in case of red lamp<br />

fusing when they work on auto mode.<br />

12. Separate earth leakage detectors shall be provided for all power supplies in the installation independently for<br />

continuous monitoring.<br />

13. For any new works, full/half apparatus cases to be provided for cable termination & housing equipments. The<br />

apparatus cases shall be manufactured by WM (Sig.) SBI to the approved drawing or similar. They shall be fitted<br />

with ‘E’ type lock of standard ward No. 11. In addition, there shall be provision of arrangement for pad locking.<br />

14. Yard communication such as paging/ talk back shall be provided in all major RRIs.<br />

15. Communication cables shall be laid for communication points in location / Apparatus cases and on point junction<br />

boxes.<br />

Signature of contractor 119 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

16. Separate fuses shall be provided for all control panel circuits such that total failure can be avoided due to fuse<br />

blowing.<br />

17. MDS or SIEMENS make MCBS of required capacity only be provided for different supplies in the installations.<br />

18. Automatic change over of supply between ‘A’ and ‘D’ feeder and SEB/NTPC supplies shall be provided for<br />

reliability.<br />

*****<br />

Signature of contractor 120 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

LIST <strong>OF</strong> SIGNALLING MATERIALS WITH THEIR SPECIFICATION / DRAWINGS:<br />

ENCLOSURE – 3 Vol – III<br />

(ONLY THOSE ITEMS WILL, APPLY TO CONTRACTOR WHICH ARE TO BE SUPPLIED BY THEM)<br />

1. Un-screened PVC insulated Armoured signalling cable Copper conductor solid/ stranded, __core ___Sq. mm as<br />

per specification No.IRS-S-63 with latest amendments. The core of the cable shall be identified as per Para<br />

3.2.5/3.2.6 of the specification.<br />

2. Cable signalling underground screened with galvanised double steel tape as per IRS-S-35, S-63 with latest<br />

amendments ___core ___Sq. mm.<br />

3. Jelly filled cables as per specification IRS-TC-41-97 with latest amendment.<br />

4. Cable as per IRS-63 with latest amendments, PVC insulated steel tape armoured and PVC sheathed Copper/<br />

Aluminium conductor solid/stranded size ___core___ Sq. mm. conductor conforming to IS: 1554 (latest).<br />

5. Four quad having 0.5 mm dia. or 0.9 mm dia. conductors underground cable for Axle counter for use in <strong>Railway</strong><br />

Electrified areas as per IRS TC-30/96 or (Latest).<br />

6. Four quad having 0.5 mm dia. or 0.9 mm dia. conductors underground cable for Axle counter for use in Non<br />

<strong>Railway</strong> Electrified areas as per IRS TC-31/83 or (Latest).<br />

7. Indoor cables, copper conductor, PVC insulated and sheathed as per IRS S:76/89 with latest amendments size<br />

___core ___mm dia.<br />

8. Single core, size___mm, nominal cross sectional area___, solid/stranded Copper conductor, PVC insulated<br />

in___colour as per IRS/76 with latest amendments.<br />

9. Apparatus case steel single as per sketch No.RE/S&T/ALD/SK/219/82 with alteration ‘A’ and 221/82 with<br />

alteration ‘B’. The key and handle should be @ one each per 2 apparatus cases.<br />

10. Apparatus case steel half as per sketch No.RE/S&T/ALD/SK/220/82 with Alteration ‘A’ and 221/82 with<br />

alteration ‘B’. The key and handle should be @ one each per 2 apparatus cases.<br />

11. Junction box steel as per sketch No.RE/S&T/ALD/SK/227/82 corrected up to 30.6.86 and 228/82 corrected up to<br />

18.1.93. The key and handle should be @ one each per 2 junction boxes.<br />

12. Track lead Jn. Box as per IRS(s) Drg. No.SA-20101/M made of FRP material (FRP material conforming to RDSO<br />

SPN 151/97 or latest) complete with 450 mm long 25 mm dia. pipe.<br />

13. Signal colour light Multi Unit type 4 aspect without side light, signal transformers, lamps and lenses as per RDSO<br />

Drg. No.SA-23001 A/M(Adv.) specification IRS:S-26/64 or latest.<br />

14. Signal Colour light multi unit type 3 aspect without side light lenses, lamps and signal transformers as per RDSO<br />

Drg. No.SA-23002 A/M(Adv.) latest specification IRS: S-26/64 or latest.<br />

15. Signal colour light multi unit type 2 Aspect without side light lenses, lamps and signal transformer as per RDSO<br />

Drg. No.SA-23003 A/M (Adv.) latest. The mounting socket should be provided for 140 mm dia. to RDSO Drg.<br />

No.S-23005 M(Adv.) Latest. Specification IRS:S-26/64 or latest.<br />

16. Colour Light signalling tubular post as per IRS Spec. No.IRS-S-6-81 or latest, 3.6 metres long.<br />

17. Colour Light signalling tubular post as per IRS spec.No.IRS/S-6-81 or latest, 4.6 metres long.<br />

Signature of contractor 121 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

18. Colour Light signalling tubular post as per IRS spec. No.IRS/S-6-81 or latest, 5.6 metres long.<br />

19. Route Indicator directional type 5 units Arm 1 way as per Drg. No.SA-23401 (Adv) latest & spec. IRS:S-66<br />

(latest) complete with fittings but without lamps, lenses and signal transformer along with mounting sockets<br />

140mm dia. to RDSO Drg. No.S-23005/M(Adv.) Latest.<br />

20. Route Indicator Directional type 5 Unit Arm 2 way as per Drg. No.SA-23402 (Adv.) latest & spec. IRS:S-<br />

66(latest) complete with fittings but without lamps, lenses and signal transformer along with mounting sockets<br />

140mm dia. to RDSO Drg. No.S-23005/M(Adv.)Latest. (Suitable arrangement should be provided to fix the Arm<br />

as per Unit combination ‘a’ and ‘b’ indicated on the Drg.)<br />

21. Route Indicator Directional type 5 Unit Arm 3 way as per Drg. No.SA-23403 (Adv) latest & spec. IRS:S-66<br />

(latest) complete with fittings but without lamps, lenses and signal transformer along with mounting sockets<br />

140mm dia. to RDSO Drg. No.S-23005/M(Adv.) Latest. (Suitable arrangement should be provided to fix the Arm<br />

as per Unit combination ‘a’ and ‘b’ indicated on the Drg.)<br />

22. Signal lamps – Holder unit as per Drg. No.S-23030/M & SA-24831.<br />

23. Ladder for colour light signal multi unit type 5.5 metres as per RDSO Drg. No.SA-23155 (Adv.) with latest<br />

alteration.<br />

24. Ladder for colour light signal multi unit type 4.5 metres as per RDSO Drg. No.SA-23153 (Adv.) with latest<br />

amendments.<br />

25. Ladder for colour light signal multi unit type 3.5 metres as per RDSO Drg. No.SA-23150 (Adv.) with latest<br />

amendments.<br />

26. Signal Base for 140 mm dia. post as per IRS(s) Drg. No.S-2011/M with latest amendments.<br />

27. Signal Bracket colour position light for 140 mm outside dia. post as per RDSO Drg. No.SA-23080 (Adv.) latest.<br />

28. <strong>OF</strong>F set Bracket Suitable for colour light signal, 140 mm outside dia. post.<br />

29. ‘P’ Marker (Non-illuminated) as per Drg.No. RE/S&T/Sig/Tender/SK/ 36/ 85 dated 20.04.85.<br />

30. A/G/C Marker (Non-illuminated) as per Drg.no.SA-23451(Adv.)/SA-23476(Adv.)<br />

31. Bakelite sheet as per IS spec.no.IS-1998-1962 B22.<br />

32. Signal Cable Marker as per Drg.No. CORE/S&T/ALD/SK/373/93 Pg.10, ALT-A.<br />

33. Block Section/Shunting Limit Board as per RDSO Drg.No.SA-2373 (Adv.) latest.<br />

34. Cable Trough (GI) for girder Bridges as per Drg.No. RE/ S&T /SIG/ Tender/ SK/22/85 dt. 20.04.85.<br />

35. Earth electrode as per Drg. No. RE/S&T/SIG/Tender/SK/26A/85.<br />

36. RCC pipe 150 mm dia. 2 metre long with collars to IS specn. No.458/1971 or latest.<br />

37. Signal shunt position light 2 position as per RDSO Drg. No. SA-23840 (Adv.) with latest amendments.<br />

38. Repeater Luminous Signal green as per IRS Drg. No. SA-23271 C/M with latest amendments.<br />

39. Repeater Luminous Signal Red as per IRS Drg. No SA-23271 A/M with latest amendments.<br />

40. Repeater Luminous Signal Yellow as per IRS Drg. No SA-23271 B/M with latest amendments.<br />

Signature of contractor 122 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

41. Indicator Luminous Stencil type ‘F’ as per IRS Drg. No. SA-23296/M with latest amendments.<br />

42. Indicator Luminous Stencil type ‘L’ as per IRS Drg. No. SA-23295/M with latest amendments.<br />

43. Indicator Luminous Stencil type ‘N’ as per IRS Drg. No. SA-23291/M with latest amendments.<br />

44. Indicator Luminous Stencil type ‘<strong>OF</strong>F’ as per IRS Drg. No. SA-23293/M with latest amendments.<br />

45. Indicator Luminous Stencil type ‘ON’ as per IRS Drg. No. SA-23294/M with latest amendments.<br />

46. Indicator Luminous Stencil type ‘R’ as per IRS Drg. No. SA-23292/M with latest amendments.<br />

47. Indicator Luminous Stencil type case complete as per IRS Drg. No. SA-23297/M with latest amendments.<br />

48. Circuit Controller 2 Way (modified design) lever as per RDSO Drg. No. SA-20245 Advance with latest<br />

amendments.<br />

49. Circuit Controller 4 Way (modified design) lever as per RDSO Drg. No. SA-20266 Advance with latest<br />

amendments.<br />

50. Circuit Controller 6 Way (modified design) lever as per RDSO Drg. No. SA-20276 Advance with latest<br />

amendments.<br />

51. Circuit Controller 8 Way (modified design) lever as per RDSO Drg. No. SA-20286 Advance with latest<br />

amendments.<br />

52. Double wire circuit controller (Rotary type) 4-way as per Drg.No. SA-22420 Advance with latest amendments.<br />

53. Double wire circuit controller (Rotary type) 6-way as per Drg.No. SA-22430 Advance with latest amendments.<br />

54. Double wire circuit controller (Rotary type) 8-way as per Drg.No. SA-22440 Advance with latest amendments.<br />

55. Electric signal reverser as per IRS:S-19 (latest).<br />

56. Electric lever lock and circuit controller combined 200 mm stroke as per Drg. No. SA-22701 (Advance with latest<br />

amendments.<br />

57. Key transmitter - Electric as per IRS – S-21 (latest).<br />

58. Earth Leakage detector single channel/ multi channel suitable to work on 110 voltage 50 Hz single phase AC as<br />

per RDSO Specification No. 256-1971 (Revised 1977 or latest complete with electro- magnetic counter.<br />

59. Terminal Block (M6- Terminals) as per IRS Specification NO. IRS-S-75-91(latest) and IRS Drg. No. SA-<br />

23741/A/with latest alteration.<br />

60. Fuse Link cartridge cylindrical head/ knife edge (2A, 4A and so on) non-deteriorating type, non-indication type as<br />

per IRS Specification No. IRS-S-78-92 or latest.<br />

61. Indication type of low voltage (0.4A, 0.6A and 1.6 Amp.) Non-deteriorating fuse links for signalling circuit as per<br />

latest RDSO specification.<br />

62. Fuse Block as per IRS(S) Drg. NO. SA-23748 with latest alterations.<br />

63. SM’s control- Electric as per RDSO specn. IRS: S-48 latest.<br />

Signature of contractor 123 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

64. Block instrument single line Neal’s Ball Token type ‘A’ as per RDSO Drg. No. SA-20701(Advance) with latest<br />

amendments.<br />

65. Block instrument double line as per RDSO specn. No. IRS-S-22(latest) similar to SGE token-less block<br />

instrument.<br />

66. Single line token-less block instrument to suit RE similar to Daido as per RDSO/SPN/119/91 or latest.<br />

67. Block filter unit as per IRS: S-68(latest).<br />

68. Signal colour light transformer as per IRS specification NO. IRS:S-59 & S-23 and RDSO Drg.No. SA-2301A/M<br />

or latest.<br />

69. Axle counter – Universal type IRS-S-42/85 & Drg. No. S- 15602-04(latest).<br />

70. SM’s block panel as per RDSO Drg. NO. S-32001.<br />

71. Multiplexer for Axle counter complete with Transmitter /receiver combiner converter as per RDSO Drg. No. S-<br />

32001.<br />

72. Transformer-230 V AC/110 V AC as per IRS Specification No. IRS-S-72/88 (Latest).<br />

73. Indication transformer as per IRS Specification No. IRS-S-83/92 (Latest).<br />

74. Current transformer for lamp proving (H,I,L Type) as per IRS specification No. IRS-S-62/92(Latest).<br />

75. Lock key ‘E’ type as per IRS Drg. No. SA-3376/M with latest amendments.<br />

76. Interlocking Frame Ground type single lever as per RDSO Drg. No. SA-922 (Advance) with latest amendments.<br />

77. Point rodding (Solid) as per IRS Drg. No. S-3635 A with latest amendments.<br />

78. Roller Trestle 2 way as per RDSO Drg. No. S- 3534/M (Adv.) with latest amendments.<br />

79. Roller Trestle 4 way as per RDSO Drg. No. S- 3535/M (Adv.) with latest amendments.<br />

80. Roller standard as per RDSO Drg. No. S- 3538/M (Adv.) with latest amendments.<br />

81. Bottom roller as per RDSO Drg. No. S-3332 and RDSO/SPN/135/93 with latest amendments.<br />

82. Top roller as per RDSO Drg. No. S-3331 and RDSO/SPN/135/93 with latest amendments.<br />

83. Top roller pin as per RDSO Drg. No. S-3540/M (Adv.) with latest amendments.<br />

84. Horizontal Crank 300 mm X 300 mm as per RDSO Drg. No. SA-3414/M (Adv.) with latest amendments.<br />

85. Horizontal Crank 100 mm X 400 mm as per RDSO Drg. No. SA-3415/M (Adv.) with latest amendments.<br />

86. Vertical Crank as per RDSO Drg. No. SA-3412/M (Adv.) with latest amendments.<br />

87. Adjustable Crank as per RDSO Drg. No. SA-3416/M (Adv.) with latest amendments.<br />

88. Adjustable straight Crank as per RDSO Drg. No. SA-3417/M (Adv.) with latest amendments.<br />

89. Compensator 2533 mm X 406 mm as per RDSO Drg. No. SA-3504/M (Adv.) with latest amendments.<br />

Signature of contractor 124 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

90. Accommodating Crank ‘Low’ 103 mm centre as per RDSO Drg. No. SA-5852/M (Adv.) with latest amendments.<br />

91. Accommodating Crank ‘Medium’ 103 mm centre as per RDSO Drg. No. SA-5853/M (Adv.) with latest<br />

amendments.<br />

92. Accommodating Crank ‘High’ 103 mm centre as per RDSO Drg. No. SA-5854/M (Adv.) with latest amendments.<br />

93. Accommodating Crank ‘Low’ 125 mm centre as per RDSO Drg. No. SA-5856/M (Adv.) with latest amendments.<br />

94. Accommodating Crank ‘Medium’ 125 mm centre as per RDSO Drg. No. SA-5857/M (Adv.) with latest<br />

amendments.<br />

95. Accommodating Crank ‘High’ 125 mm centre as per RDSO Drg. No. SA-5858/M (Adv.) with latest amendments.<br />

96. Foundation type ‘A’ as per IRS Drg. No. S-3529/M (Adv.) with latest amendments.<br />

97. Foundation type ‘B’ as per IRS Drg. No. S-3536/M (Adv.) with latest amendments.<br />

98. Foundation type ‘B’ as per IRS Drg. No. S-3533/M (Adv.) with latest amendments.<br />

99. Shoe 1 or 2 way as per RDSO Drg. NO. S-5814/M (Adv.) with latest amendments.<br />

100. Shoe joint (Butt end) as per RDSO Drg. NO. S-5817/M (Adv.) with latest amendments.<br />

101. Flange connecting rod (Butt end) as per RDSO Drg. NO. S-3600/M (Adv.) with latest amendments.<br />

102. Angle Slide 1 or 2 way as per RDSO Drg. NO. S-5818/M (Adv.) with latest amendments.<br />

103. Switch Extension piece (BG) LH as per RDSO Drg. NO. S-6063/M (Adv.) with latest amendments.<br />

104. Switch Extension piece (BG) RH as per RDSO Drg. NO. S-6062/M (Adv.) with latest amendments.<br />

105. Lug Eye (Butt end) as per RDSO Drg. NO. S-3631/M (Adv.) with latest amendments.<br />

106. Flush joint 32 mm (Butt end) as per RDSO Drg. NO. SA-6051/M (Adv.) with latest amendments.<br />

107. Solid joint 32 mm(Butt end as per RDSO Drg. No. SA-6050/M (Adv.) with latest amendments.<br />

108. Solid joint 20 mm(Butt end as per RDSO Drg. No. SA-2160/M (Adv.) with latest amendments.<br />

109. Joint Screw 20 mm(Butt end as per RDSO Drg. No. SA-2162 /M (Adv.) with latest amendments.<br />

110. Radial guide standard as per RDSO Drg. No. SA-3831 /M (Adv.) with latest amendments.<br />

111. Radial guide extension bracket as per RDSO Drg. No. SA-3832 /M (Adv.) with latest amendments.<br />

112. Radial guide lock driving rod 33 mm as per RDSO Drg. No. SA-3833 /M (Adv.) with latest amendments.<br />

113. Radial guide connection rod 33 mm as per RDSO Drg. No. SA-3834 /M (Adv.) with latest amendments.<br />

114. 3 Section lock bar inclined as per as per RDSO Drg. No. SA-3275 /M (Adv.) with latest amendments.<br />

115. Lock bar driving attachment as per RDSO Drg. No. SA-3243 /M (Adv.) with latest amendments.<br />

116. Clip Lock Bar inside 60 Kg. UIC Rail Clamp Type as per RDSO Drg. No. SA-8675 (Adv.) with latest<br />

amendments.<br />

Signature of contractor 125 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

117. Clip Lock Bar inside 52 Kg. Rail Clamp Type as per RDSO Drg. No. SA-3560/1 (Adv.) with latest amendments.<br />

118. Clip Lock Bar inside 90R Rail Clamp Type as per RDSO Drg. No. SA-3561 (Adv.) with latest amendments.<br />

119. Lock bar stop 60 Kg. UIC Rail Clamp type as per RDSO Drg. No. SA-8678 (Adv.) with latest amendments.<br />

120. Lock bar stop 52 Kg. Rail Clamp type as per RDSO Drg. No. SA-3591 (Adv.) with latest amendments.<br />

121. Lock bar stop 90 R Rail Clamp type as per RDSO Drg. No. SA-3502 (Adv.) with latest amendments.<br />

122. Roller Path 52 Kg. Rail Clamp type as per RDSO Drg. No. SA-3578 (Adv.) with latest amendments.<br />

123. Roller Path 90R Rail Clamp type as per RDSO Drg. No. SA-3579 (Adv.) with latest amendments.<br />

124. Lock facing point as per RDSO Drg. No. SA-5984 (Adv.) with latest amendments.<br />

125. Lock facing point split stretcher bar (BG) as per RDSO Drg. No. SA-5988 (Adv.) with latest amendments.<br />

126. Lock facing point (H. P. Type) with key locks base as per RDSO Drg. No. S-3152/M (Adv.) with latest<br />

amendments.<br />

127. Lock facing point (H. P. Type) split stretcher bar (BG) 52 Kg. Rail as per RDSO Drg. No. S-3162 B/M (Adv.)<br />

with latest amendments.<br />

128. Lock facing point (H. P. Type) split stretcher bar 90R Rail as per RDSO Drg. No. S-3163 / M (Adv.) with latest<br />

amendments.<br />

129. Screw joint adjusting (Butt end) as per RDSO Drg. No. S-3628 / M (Adv.) with latest amendments.<br />

130. Indicator point on trestle with short lamp base as per RDSO Drg. No. S-5777/2 / M (Adv.) with latest<br />

amendments.<br />

131. Point rodding connections for Siemens Electric Point Machine as per RDSO Drg. No. SA-8800-01 (Adv.) with<br />

latest amendments.<br />

132. Point connection for IRS rotary point machine complete as per RDSO Drg. No. RDSO/S/3361-62 with latest<br />

amendments.<br />

133. Electric Point and Lock Detector with cross protection contacts as per RDSO Drg. No. SA-23331 (Adv.) with<br />

latest detectors slide plug to RDSO Drg. No. SA- 23386 (Adv.) latest RDSO specification IRS S: 49 with latest<br />

amendments.<br />

134. Point rodding connection for ERICSON Electric Point Machine as per RDSO Drg. No. RDSO/S 3191-92 Alt. 5<br />

(Latest).<br />

135. Lens Optical, inside step without hot strip for long-range colour light signal, 213 mm dia., and 102 mm focal<br />

length ‘Clear’ as per IRS specn. No. IRS-S-7/92 and IRS-S-10 latest and RDSO Drg. NO. RDSO-S-23060(Adv.)<br />

latest.<br />

136. Lens Optical, inside step without hot strip for long-range colour light signal, 213 mm dia., and 102 mm focal<br />

length ‘Clear’ as per IRS specn. No. IRS-S-7/92 with latest amendment and IRS-S-10 and RDSO Drg. NO.RDSO-<br />

S-23061/M (latest).<br />

137. Lenses clear inside stepped spread light 213 mm dia. x 102 mm focal length as per IRS Specn. No. IRS-S-7/92 &<br />

IRS-S-10(latest) and RDSO Drg. NO. S-23062 M (Adv.) latest.<br />

Signature of contractor 126 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

138. Lens Optical, outside step for long-range colour light signal, 140 mm dia., and 13 mm focal length ‘Red’ as per<br />

IRS specn. No. IRS-S-7/92 with latest amendment and IRS-S-10 and Drg. NO.RDSO-S-23063/M (Adv.) latest.<br />

139. Lens Optical, outside step for long-range colour light signal, 140 mm dia., 13 mm focal length ‘Yellow’ as per<br />

IRS-S-10 and Drg. NO.RDSO-S-23064/M (Adv.) latest.<br />

140. Lens Optical, outside step for long - range, colour light signal, 140 mm dia., and 13 mm focal length ‘green’ as per<br />

specn. No. IRS-S-7/92 (latest) and IRS-S-10 and Drg. NO.RDSO-S-23065/M (Adv.) latest.<br />

141. Lens Optical, outside step 92 mm dia., 16 mm focal length ‘Lunar White’ as per IRS specn. No. IRS-S-7/92<br />

(latest) and IRS-S-10 and Drg. NO.RDSO-S-23422 (Adv.) latest.<br />

142. Lens Optical inside step with moulded prism for close-up indication 127 mm dia. and 70 mm focal length ‘clear’<br />

as per Specn. No. IRS-S-7/92(Latest) & IRS-S-10 and Drg. NO. S-23421 (Adv.) latest.<br />

143. Lens Optical inside stepped ‘clear’ 101 mm dia. as per Specn. No. IRS-S-7/92 (Latest) & IRS-S-10 and RDSO<br />

Drg. NO. S-2743 /M.<br />

144. Lamp Electric for Rly. signalling ‘Clear’ 12 volts, 33 watts, 3 pin double filament, double pole SL-21 of<br />

specification NO. IRS-S-57/93 with latest amendments.<br />

145. Lamp Electric for Rly. signalling ‘Clear’ 12 volts, 25 watts, 3 pin double filament, double pole SL-17 of<br />

specification NO. IRS-S-57/93 with latest amendments.<br />

146. Lamp Electric or Rly. signalling ‘Clear’ 110 volts, 25 watts, 3 pin single filament, double pole SL-33 of<br />

specification NO. IRS-S-57/93 with latest amendments.<br />

147. Lamp Electric triple pole for Rly. signalling ‘Clear’ 12 V, 24 watts, 3 pin double filament, SL-35 or 35-A of<br />

specification NO. IRS-S-57/93 with latest amendments.<br />

148. Lamp Electric for Rly. signalling ‘Clear’ 12 V/4 watt single filament SL-5 of specification NO. IRS-S-57/93 &<br />

IS. 1901 with latest amendments.<br />

149. Lamp Electric for Rly. signalling ‘Clear’ 12 V/4 watt single filament SL-15 of specification NO. IRS-S-57/93 &<br />

IS. 1901 with latest amendments.<br />

150. Lamp Electric 110 V 25 watt as per IRS-S-57/93 with latest amendments.<br />

151. Lamp Electric 12 V/1.2 watt as per IRS-S-57/93 with latest amendments.<br />

152. Lamp Electric 12 V/2.4 watt as per IRS-S-57/93 with latest amendments.<br />

153. Choke type ‘B’ having annealed enamelled copper wire, as per IRS-S-65/83 latest.<br />

154. Resistance adjustable 0 to 30 ohms as per Specification No. RE/S&T/ALD/Store/Specn. /12-B dated 11.2.87 and<br />

sketch No. RE/S&T/ALD/SK/180/81 with Alt. ‘B’.<br />

155. Surge discharger type ‘A’ non-restoring type as per IRS-S-52-76 with latest amendments but without hard ware<br />

materials i.e. Bolts, Nuts, Washers etc. and connection cables and Aluminium terminal lugs.<br />

156. Track feed battery charger working on 110 Volts. AC to charge 1 or 2 or 3 or 4 lead acid cells as per IRS Specn.<br />

No. IRS-S- 89/93 or latest.<br />

157. Battery charger- Dual Bank IRS: S-85/92 with latest amendments.<br />

158. Secondary cell-low maintenance IRS: S-88/93 (latest).<br />

Signature of contractor 127 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

159. Battery chargers as per IRS Specn. No. IRS-S-86/92 with latest amendments with auto charging facility.<br />

160. Battery charger for maintenance free valve regulated batteries as per IRS –93/96(B) with latest amendments.<br />

161. Voltage stabilizer Ferro Resonant type as per Specn. No. IRS-S-74/89 with latest amendments.<br />

162. Inverter for <strong>Railway</strong> signalling installations for ‘On Line’ applications (with Sine Wave Output) as per IRS Specn.<br />

No. IRS-S-82/92 (latest).<br />

163. Solar photovoltaic module IRS:S-84/92 (latest).<br />

164. D. G. Set-KVA/KW Single phase/3 phase with wall mounting type control panel, battery charging dynamo<br />

arrangement as per IRS Specn. No. IRS-S-69/86 with latest amendments. Diesel Engine should be<br />

KIRLOSKAR/RUSTON MAKE or similar and AC generator should be KIRLOSKAR/ Crompton Greaves make<br />

or similar.<br />

165. Accumulator lead acid stationary with tubular positive plates to IS-1651 latest 2V each of __AH 10 hours rate of<br />

discharge, complete with inter-cell connectors, Bolts & Nuts and acid level indicators (Floats) dry and uncharged.<br />

The cells should be subjected to life test as per procedure laid down.<br />

166. Secondary cells maintenance free as per IRS: S-93/96/A with latest amendments.<br />

167. Relay Group 3 Aspect Main Signal Plug in type with 100 terminal base plate (complete with terminal connections<br />

and fixing screws) consisting of 13 Nos. of DC neutral miniaturised Relays conforming to IRS Specn. No. S-<br />

46(latest) and complete with suitable visual indication of similar to Siemens relay group No. RS-SK-3525/46.<br />

168. Relay Group 2 Aspect Main Signal Plug in type with 100 terminal base plate (complete with terminal connections<br />

and fixing screws) and consisting of 10 Nos. of DC neutral miniaturised Relays conforming to IRS Specn. No. S-<br />

46 (latest) and complete with a suitable visual indications or similar to Siemens relay group No. RS/SK/3525/67.<br />

169. Relay Group shunt Signal Plug in type with 100 terminal base plate (complete with terminal connections and<br />

fixing screws) and consisting of 13 Nos. of DC neutral miniaturised Relays conforming to IRS Specn. No. S-46<br />

(latest) and complete with a suitable visual indications or similar to Siemens relay group No. RE/SK/3525/67.<br />

170. Relay Route Group Plug in type with 100 terminal base plate (complete with terminal connections and fixing<br />

screws) and consisting of 5 Nos. of DC neutral miniaturised Relays 3 Nos. of miniaturised interlocked relay<br />

conforming to IRS Specn. S-46 (latest) and complete with a suitable visual indications or similar to Siemens relay<br />

group No. RS/SK/31/0002.<br />

171. Relay Group Point Operation (AC- immunised) Plug in type with 100 terminal base plate (complete with terminal<br />

connections and fixing screws) and consisting of 6 Nos. of DC neutral miniaturised Relays 2 Nos. miniaturised<br />

interlocked relays, 1 No. DC neutral miniaturised slow to release relay with in built 10 Sec. slow to release with<br />

heavy duty contacts to carry 110 Volts DC conforming to IRS-Specn-S-46(latest) & one No. contactor units of<br />

15Amps. normal working current & complete with suitable visual indications to suit Point Operation with 110<br />

volts DC point machine and 60V detection super imposed circuit or similar to Siemens DRS 11 Point Group<br />

RS/SK/31/0001.<br />

172. Fail safe Electronics Time Delay Relay as per RDSO Specn. NO. IRS-S- 61 or latest to be operated on 60V<br />

DC/24V DC.<br />

173. Thermo-Flasher Relay mercury type for operation on 12V DC similar to SIEMENS type No.RSSK 30/0096.<br />

174. Point contactor unit as per RDSO Specn. No. IRS: S-46, S-34, S-23 (latest).<br />

175. Relays – ‘Q’ series neutral line as per BRS: 930 series.<br />

Signature of contractor 128 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

176. Relays – 3 position DC polarised as per IRS: S-31/80 (latest).<br />

177. Relays – neutral line M/M IRS: S-46.<br />

178. Insulated rod joint 32mm Butt end as per RDSO Drg. No. SA-3637/M/(Adv.) with latest amendments.<br />

179. Insulation for Gauge Tie Plate (BG) complete with insulating bush and washer each set comprising of<br />

179.1 Insulating Plate for Gauge Tie Plate BG as per RDSO Drg. No.T-10372 or latest – 1 Nos.<br />

179.2 Insulating bushing for insulated stretcher-bar BG as per RDSO Drg.No.T-10368 or latest–3 Nos.<br />

179.3 Insulating washer for insulated stretcher-bar BG as per RDSO Drg.No.T-10371 or latest–6 Nos.<br />

180. Insulation for altering stretcher bars (BG) each set comprising of :<br />

180.1 Insulating plate for altering insulated stretcher bars BG as per RDSO Drg. No. T- 10384 or latest 2 Nos.<br />

180.2 Insulating bushing for altering insulated stretcher bar BG as per RDSO Drg. No. T-10535 or latest – 4 Nos.<br />

181. Insulating for stretcher bars BG, each set comprising of: -<br />

181.1 Insulating Side Plate for insulated stretcher bars BG as per RDSO Drg. No. T-10367 or latest–2No.<br />

181.2 Insulating bushing for insulated stretcher bar BG as per RDSO Drg. No. T-10368 or latest – 4Nos.<br />

181.3 Insulating washer for insulated stretcher bar BG as per RDSO Drg. NO. T-10371 or latest – 8Nos.<br />

182. Insulated Rail Joint Nylon (Four Channel Type) 60 Kg. UIC complete as per RDSO Drg. No. SA-22171(Adv.)<br />

latest RDSO Specn. IRS: S-40(latest).<br />

183. Insulated Rail Joint Nylon (Four Channel Type) 52 Kg. complete as per RDSO Drg. No. SA-22101(Adv.) latest<br />

RDSO Specn. IRS: S-40 (latest).<br />

184. Insulated Rail Joint Nylon (Four Channel Type) 90 R complete as per RDSO Drg. No. SA-22111(Adv.) latest<br />

without iron and steel parts. RDSO Specn. IRS: S-40(latest).<br />

185. Insulated Rail Joint Nylon (Four Channel Type) 75 hour complete as per RDSO Drg. No. SA-22121.(Adv.) latest<br />

without iron & steel parts. Specn. IRS: S-40 (latest).<br />

186. Insulated Rail Joint Nylon (Four Channel Type) 60 R complete as per RDSO Drg. No.SA-22131. (Adv.) latest<br />

without iron and steel parts. Specification IRS: S-40 (latest).<br />

187. Insulated Rail Joint Nylon Fish-Plate (52Kg) as per RDSO Drg. No.S-22102. (Adv.) with latest amendments.<br />

188. Rail Joint Insulated backing plate (52Kg) as per RDSO Drg. No.S-28107. (Adv.) with latest amendments.<br />

189. Rail Joint Insulated backing plate ‘90R’ as per RDSO Drg. No.S-22117. (Adv.) with latest amendments.<br />

190. Rail Joint Insulated ferrule (52 Kg) as per RDSO Drg. No.S-22108. (Adv.) with latest amendments.<br />

191. Channel pin single Groove 7mm dia. (for 4 mm dia. Bond wire) as per RDSO Drg. No.S-69/A. (Adv.) with latest<br />

amendments.<br />

192. Bond wire clip (52 Kg + 90 R Rails) as per RDSO Drg. No.S-22167 (Adv.) with latest amendments.<br />

Signature of contractor 129 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

193. Wire GI Soft 4 mm (8 SWG) As per IS Specn. No.IS-280 with latest amendments.<br />

194. Magneto Telephone Desk Type to IRS TC-36-85 or latest.<br />

195. Terminal strip 8 Way/10 Way as per IRS Specification No.IRS-S-79 with latest amendments.<br />

196. Wire Insulator as per IRS specification No.IRS-S-47-74 (latest).<br />

197. Single line Axle Counter block proving system with multiplexer and block interface as per RDSO Drg. Nos. –<br />

197.1 32010-2A, 32010-3A, 32010-4A, 32010-5 & 32010-6 for station with axle counter.<br />

197.2 32010-2B, 32010-3B, 32010-4B & 32010-6 for station with out axle counter.<br />

198. The copy of specifications can be purchased from following sources:<br />

198.1 IRS specification<br />

198.1.1 Manager of Publications, Government of India Civil Lines, New Delhi- 110054.<br />

198.1.2 Government of India Book Depot 8-K.S.Roy Road, Calcutta-700001.<br />

198.2 RDSO Specifications & RDSO Drawings:<br />

198.2.1 RDSO, Manak Nagar, Lucknow.<br />

198.3 DOT/TEC/ITD Specification:<br />

198.3.1 Khurshid Lal Bhawan, Janpath New Delhi-110001.<br />

198.4 B.I.S. Specification:<br />

198.4.1 Directorate General, <strong>Indian</strong> Standards Institution, 9-Bahadur Shah Zafar Marg, New Delhi.<br />

198.4.2 F-Block, Unity Building Narsimharaja Square, Bangalore 560002.<br />

198.4.3 534- Sardar Vallabh Bhai Patel Road, Bombay.<br />

198.4.4 5- Chowringhee Approach, PO Principal Street, Calcutta-700072.<br />

198.4.5 Ahimsa Building (1st Floor) CSCO, 82-83 Sector 27-C Chandigarh 160017.<br />

198.4.6 5-8-56/57, L. N. Gupta Marg,Hyderabad-500001.<br />

198.4.7 117/418-B, Sarvodaya Nagar,Kanpur-208005.<br />

198.4.8 C.I.T. Campus Adayar Madras - 600020.<br />

198.4.9 The specifications and drawings referred but not enclosed in the tender documents may be seen in the<br />

office of concerned field unit on any working day.<br />

NOTE:<br />

All the specifications shall be as sper their latest version/amendement/ specification.<br />

Signature of contractor 130 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

LIST <strong>OF</strong> TELECOMM.SPECIFICATIONS<br />

1. OPTICAL FIBER CABLE 24 FIBER MONOMODE BRIGHT STEEL ARMOURED as per IRS;TC-<br />

55/2000 or LATEST<br />

2. OPICAL FIBER JOINT ENCLOSURE WITH MODIFICATION as per RDSO SPECIFICATION NO<br />

RDSO/SPN/TL/25/98 OR LATEST<br />

3. OPTIC FIBER TERMINATION BOX as per RDSO SPECIFICATION NO RDSO/SPN/TL/25/98 OR<br />

LATEST<br />

4. OPTICAL FIBER PIG TAIL WITH FC/PC CONNECTOR RDSO as per SPECIFICATION NO<br />

RDSO/SPN/TL/25/98 OR LATEST<br />

5. OPTICAL FIBER PATCH CORD WITH FC/PC CONNECTOR as per RDSO SPECIFICATION NO<br />

RDSO/SPN/TL/25/98 OR LATEST<br />

6. FIBER DISTRIBUTION FRAME as per RDSO SPECIFICATION NO RDSO/SPN/TL/25/98 OR<br />

LATEST<br />

7. STM-1 OPTICAL LINE SYSTEM AT THE OPERATING WAVE LENGTH <strong>OF</strong> 1310 NM 1550 NM<br />

WAVE LENGTH DOT GENERIC as per SPEC. NO .G/SDH-03/01/NOV-94 OR LATEST<br />

8. STM-1 SYNCHRONOUS MULTIPLEXER DOT GENERIC as per SPEC. NO .G/SDH-04/01/FEB-<br />

95 OR LATEST<br />

9. STM-1 OPTICAL LINE SYSTEM AT THE OPERATING WAVE LENGTH <strong>OF</strong> 1340NM AND<br />

1550NM WAVELENGTH DOT GENERIC as per SPEC NO G\SDH/01/01/SEPT;94 OR LATEST<br />

10. STM-1 SYNCRONOUS MULTI PLEXER DOT GENERIC as per SPEC NO G/SDH/05/01/FEB;95<br />

OR LATEST<br />

11. PRIMARY DIGITAL MULTIPLEXING EQUIPMENT ALONG WITH DIFFERENT CARDS as per<br />

IRS-TC-68-97 OR LATEST<br />

12. SMPS BASED BATTERY CHARGERS (FOR TELECOM USE) as per RDSO SPN.TL/23/99 WITH<br />

LATEST AMENDMENT<br />

13. V F TRANSFORMER <strong>OF</strong> DIFFERENT TYPE as per IRS:TC-22-76 OR LATEST<br />

14. GI PIPE as per IS:1239 OR LATEST<br />

15. HDPE PIPE as per IS:4984 OR LATEST<br />

16. THERMOSHRINK JOINTING KIT FOR 6 QUARD CABLE as per RDSO SPEC.<br />

RDSO/SPN/TL/21/97 OR LATEST<br />

17. OPTICAL FIBRE SPLICE PROTECTION SLEEVES as per DOT: G/PTS-01/01 APR 94 OR<br />

LATEST<br />

Signature of contractor 131 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

LIST <strong>OF</strong> DRAWINGS<br />

1. CABLE PIT FOR <strong>OF</strong>C JOINT as per RDSO/TCDO/COP-21 OR LATEST.<br />

2. CABLE JOINTING PIT FOR TELECOM CABLE JOINT as per<br />

CORE/S&T/ALD/SK/43/8/95<br />

3. TRENCH FOR LAYING ARMOURED <strong>OF</strong>C as per RDSO/TCDO/COP-6<br />

4. ARRANGEMENT <strong>OF</strong> RCC/GI/HDPE PIPE TRUNKING LUNDER METAL as per<br />

ROAD RDSO/TCDO/COP-20.<br />

5. TRENCHING EMBANKMENT FOR <strong>OF</strong>C as per RDSO/TCDO/COP-9.<br />

6. ARRANGEMENT <strong>OF</strong> <strong>OF</strong>C/6 QUAD/PIJF CABLE- RCC/GI/HDPE PIPE TRUNKING<br />

UNDER TRACK CROSSING as per RDSO/TCDO/COP-19<br />

7. ARRANGEMENT <strong>OF</strong> <strong>OF</strong>C/6 QUAD/PIJF CABLE IN GI/HDPE PIPE ON BRIDGE/<br />

CULVERT as per RDSO/TCDO/COP-15&16<br />

Signature of contractor 132 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ANNEXURE-Ia<br />

The following are the Insulation resistance test results conducted by us on___________ Core capacity cable<br />

laid between___________ and ___________ on date ____________ at _______________ station.<br />

______________________________________________________________________________<br />

Core 1 2 3 4 5 6 7 8 E<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

Signature of the representative of<br />

the contractor<br />

Signature of the representative of<br />

the <strong>Railway</strong>s Engineer<br />

Signature of contractor 133 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ANNEXURE-IIa<br />

The following are the loop resistance test results conducted by us on _________ Core capacity cable laid<br />

between___________ and ___________ on date __________<br />

at _______________ station.<br />

Core 1 2 3 4 5 6 7 8 . . E<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

Signature of the representative of<br />

the contractor<br />

Signature of the representative of<br />

the <strong>Railway</strong>s Engineer<br />

Signature of contractor 134 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Method to find out the resistance of an Earth:<br />

ANNEXURE-IIIa<br />

1. Earths should be tested by means of a Wheatstone Bridge or a G.P.O. Detector or a Megger Earth<br />

tester. Two iron bars with terminals fixed on them and suitable length of wire should be used as<br />

temporary Earths.<br />

2. To test an Earth, iron bars should be driven about 6 mtr. from the earth to be tested and 6 mtr. from<br />

each other .<br />

3. The bars should be used as temporary Earth and driven in the ground for 1 mtr., 0.25 mtr. at a time<br />

then work backwards & forwards so as to leave a space for watering. Salt water should be used to<br />

ensure that the bars make a good connection with the Earth. Should salt be not available a week<br />

solution of Sal ammoniac in water may be used.<br />

4. The resistance in ohms between the respective earths should be tested with Wheatstone Bridge or<br />

G.P.O. detector or megger earth tester and Performa to be filled.<br />

S.<br />

No.<br />

Date<br />

No. of Location/Signal<br />

earthed<br />

Resistance<br />

Measured<br />

(in Ohms)<br />

Remarks<br />

Signature of the representative of<br />

the contractor<br />

Signature of the representative of<br />

the <strong>Railway</strong>s Engineer<br />

Signature of contractor 135 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Annexure-IV<br />

TECHNICAL SPECIFICATION (FOR DRAWING)<br />

TECHNICAL SPECIFICATION FOR DESIGN <strong>OF</strong> RAILWAY SIGNALLING DRAWINGS<br />

INCLUDING CIRCUITS/WIRING DRAGRMS ETC.<br />

1. All the plans should be compliable with requirement of RE area and as per site requirement.<br />

2. The designing of circuit diagrams shall be done as per extant <strong>Northern</strong> <strong>Railway</strong> practice, SEM, General and<br />

subsidiary rules, the guide lines provided by RDSO and as per the latest rules prescribed by the <strong>Northern</strong><br />

<strong>Railway</strong>. Wiring diagram for provision of DATA LOGGER shall be prepared on separate sheets.<br />

3. All drawings shall be prepared with suitable CAD system. All original drawings shall be supplied in tracing film<br />

as per <strong>Northern</strong><strong>Railway</strong> practice. All drawings shall be prepared on A 3 size or as required. Each drawing sheet<br />

shall have Border Line, Margin, Name Plate/Approval Column, Alteration column and drawing space as per<br />

latest approved practice of <strong>Northern</strong> <strong>Railway</strong>.<br />

4. At least 20% of available drawing space shall be kept blank at the bottom of each original sheet, above name<br />

plate/approval column, to accommodate future expansion.<br />

5. In addition to the above specifications the contractor shall follow any other standards as followed by the S&T<br />

deptt. of <strong>Northern</strong> <strong>Railway</strong> during preparation of drawings.<br />

6. All original drawings and prints shall have relay contact no./terminal no./fuse no. already incorporated.<br />

7. During preparation of the drawings the following shall be kept in view:<br />

a) Optimization in using of relays.<br />

b) Economization in using relay contacts.<br />

c) Optimization in using of cables.<br />

8. All original drawings shall be printed through Ink jet Plotter.<br />

a) No hand correction shall be allowed on the original tracing. If any connection is required on a sheet<br />

the original tracing of that particular sheet shall be replaced with a new one and the same shall be<br />

submitted for fresh approval of <strong>Railway</strong>.<br />

b) <strong>Railway</strong> reserves the right to add/delete/modify the requirement of drawings at any point of time.<br />

c) No.of check prints, as required <strong>Railway</strong> shall be submitted till final approval<br />

d) After the initial checking is over, subsequent drawings shall be submitted in original tracking only.<br />

e) In case of repeated mistakes the drawings shall be rejected and fresh drawing shall be submitted by the<br />

contractor for which no extra payment shall be made by <strong>Railway</strong>.<br />

f) In case of any modification in Engineering plan or interlocking plan the subsequent modifications in<br />

all drawings shall be carried out by the contractor at his own cost.<br />

g) The contractor shall be responsible for collection of all field data from the site of work for preparation<br />

of ‘As made’ drawings.<br />

h) Original tracings of approved drawings shall be submitted by the contractor to the <strong>Railway</strong>s after<br />

completion of work, incorporating all the corrections.<br />

9. Inspection & Approval: Inspection as per schedule and approval by CSTE/Const/N.Rly.<br />

10. For all technical discussions with <strong>Railway</strong>s regarding the work, the authorized qualified Design Engineer(s), who<br />

is well versed in <strong>Railway</strong> signaling system shall attend concerned <strong>Railway</strong> offices and represent the tenderer.<br />

Signature of contractor 136 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ANNEXURE-V<br />

TECHNICAL CONDITIONS <strong>OF</strong> THE CONTRACT<br />

&<br />

SPECIFICATIONS FOR DATA LOGGER<br />

A<br />

Specification:<br />

Data Logger System shall be supplied after RDSO inspection from RDSO approved firm, System<br />

installation, testing, commissioning of data logger system shall be carried out by RDSO approved<br />

firm.<br />

--------------------------------------------------------------------------------------------------------<br />

Data Logger.<br />

----------------------------------------------------------------------------------------------------------<br />

The Data logger should be as per RDSO specification No. S-99/2001 with latest amendments with<br />

built in internal modem for net working and power supply.The equipment should be inspected by<br />

RDSO authorities before effecting supply of the data loggers. The equipment should have at least six<br />

communication ports for connecting various equipments.<br />

Front end processor.<br />

The front end processor should be a PC based system (PC not included in the schedule) as per RDSO<br />

specification No. S-99/2001 with latest amendments. The front end processor shall retrieve the data<br />

from all the data loggers in the section on 4 wire OMNI BUS channel. The front end processor will<br />

be connected to the data logger analyzer/failure analysis system. Power supply with maintenance<br />

battery of 40 AH 12 V and charger of 10A capacity to be supplied along with FEP.<br />

Failure analysis system/Data logger analyzer.<br />

MNC Brand<br />

Make –Compaq and IBM.<br />

Processor<br />

Intel core 2 duo E 8500 or higher.<br />

Memory<br />

4 GB RAM or higher<br />

FDD<br />

1.44 MB<br />

HDD<br />

320 GB or higher SATA Drive with 7200 RPM speed or higher<br />

Monitor<br />

17” colour digital monitor (LCD).<br />

Slot<br />

Min. 3 PCI, 1 ISA<br />

Ports<br />

2 serial USB 2 serial port, 1 parallel port, 1 dedicated mouse port.<br />

DVD<br />

SATA super multi light scribe DVD write drive.<br />

Key board 104 keys .<br />

Mouse<br />

1 No optical mouse ( wireless/separate)<br />

Ethernet card 10/100 Mbps.<br />

Software supply Preloaded Win V/Vista with license copy, Norton Antivirus licensed,<br />

MS Office 07 licensed copy CD.<br />

ADDITIONAL<br />

Ethernet card 10/100 mbps for modes 52 x CD ROM drive similar to creative external speaker with<br />

amplifier.<br />

Signature of contractor 137 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

External CD writer with ink jet printer (Office Jet HP J-6488 or similar).<br />

1 No. of “L” shaped computer cum printer table with lower storage, stabilizer storage sheld, key<br />

board pull out printer stationary shelf print out collection try.<br />

1 No. computer chair revolving type with cushion back and seat without arms low back.<br />

1 No. of uninterrupted power supply 750 VA<br />

S<strong>OF</strong>TWARE FOR DATA LOGGERS AND NET WORKING.<br />

The individual Data loggers at various locations shall be provided with their own FAS as well as will<br />

be interconnected through net working technology. The software should enable viewing of data as per<br />

RDSO specification..<br />

The data from the various data loggers as to be brought to a central location through modems and<br />

Quad cable/optic fibre. The data which will be available in front end processor (FEP) should be<br />

dumped to the data logger analyzer. All data will normally be stored in the data logger analyzer and<br />

it should be possible to dump one month old data to a storage device. It should be possible to access<br />

the data in the Data logger analyzer through rail net by loading necessary application software in<br />

client PC.<br />

The following application should be developed to run on the available data base. The data base will<br />

be available RDMBS of ORACLE.<br />

1. One line simulation: By depicting the yard layouts it should be possible to see a real time<br />

movement of the trains, along with the real time depiction of position of signals, points, track<br />

circuits and any other slots.<br />

2. Off time simulations: Simulation of the earlier train movement by retaining the data from the<br />

data base. It should be possible to slow down or speed up the simulations.<br />

3. Analysis of data by building logics For<br />

(a) Failure/incidence reports category wise.<br />

(b) Assets management consisting of listing of failures and for predictive maintenance etc.<br />

4. The formal of the RDBMS, source code and the software of data logger should be supplied in<br />

a compact disc.<br />

The format of the various, software should be clearly explained to the engineer in charge and at least<br />

2 staff should be trained for undertaking any modification required in future.<br />

B. INSTALLATION<br />

1 230 V+-10% single phase AC power point 15 Amp. shall be provided by the <strong>Railway</strong>. The<br />

location of all equipments shall be jointly decided by the Officer in Charge of the work.<br />

2 Potential free contacts for data logger shall be provided on terminal strip/tag block by the<br />

<strong>Railway</strong>s. Necessary wiring from the terminal strip/tag block to the data logger equipment<br />

shall be done by the contractor through approved cables.<br />

3 Data logger shall be installed in the relay room/ data logger room on a suitable platform /<br />

rack. The design details of installation shall be submitted to DY CSTE/C for approval before<br />

installation. The Failure Analysis System shall be installed in the relay room/ data logger<br />

room along with printer. Necessary computer table with chair for this shall be supplied by the<br />

contractor.<br />

Signature of contractor 138 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

4 The battery shall be kept on a wooden stand 1” height in the power equipment room / battery<br />

room.<br />

Necessary wiring from power equipment/Battery to Data logger shall be done by the<br />

contractor through approved cables.<br />

5 FEP shall be installed at Control room in Lucknow.<br />

C. INSPECTION<br />

All the material shall be inspected by RDSO<br />

D<br />

DOCUMENTATION<br />

3 Copies each for following documents shall be supplied by the firm.<br />

1. Operational manual detailing hardware and software manual for.<br />

a. Data logger.<br />

b. FAS<br />

c. FEP<br />

2. Technical manual, detailing the installation maintenance & reconfiguration details,<br />

debugging.<br />

3. Software details flowcharts and procedure for reconfiguration.<br />

The contractor shall submit complete wiring diagram component details and PCB layout<br />

along with the equipments except for the PC.<br />

SCOPE <strong>OF</strong> WORK<br />

Upgradation & modificationof existing systems to suit the modified layout after execution of<br />

signalling & Engg. work . The Upgradation & modification as per detailed specification of<br />

data logger (enclosure-V) and wiring diagram<br />

All material for Upgradation and modification and its final commissioning shall be supplied<br />

by the contractor.<br />

Signature of contractor 139 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ANNEXURE-VI<br />

Specification for water/air cooled Diesel Engine Driven alternating current generating sets.<br />

1. SCOPE<br />

This specification covers design, manufactures and supply of Diesel engine driven A.C.generating<br />

set. The generating set shall be complete with accessories, auxiliariating and control panel etc.<br />

The specification covers DG set with control panel of AMF type and non AMF type. Unless<br />

otherwise specifically mentioned DG sets with control panel of AMF type are to be supplied.<br />

Any equipment not specifically mentioned herein but essential for completeness of the equipment<br />

may also be supplied. The DG sets offered by the tenderer shall be with approved equipment to<br />

ensure reliable and satisfactory performance. The DG sets shall be equipped with diesel engine<br />

and alternator of approved makes only as given in appendix ‘D’.<br />

2. SITE CONDITIONS.<br />

The set shall be working as single unit for catering to mixed load comprising electrical power and<br />

for charging battery, average power factor of load being 0.8 lagging. The set should be suitable<br />

for operation at the following site conditions:<br />

Height above mean sea level = As per sch. of requirement<br />

Maximum ambient temperature = -do-<br />

Relative humidity = 60%<br />

3. Rated Power Out Put.<br />

3.1 The Diesel Generating set shall be capable of delivering continuously ( on 24 hours basis) power<br />

output at 1500 rpm at site conditions specified under clause 2 of this specifications and the engine<br />

shall conform to IS:10000/B.S.:5514.<br />

3.2 The output available from Diesel engine under site condition should be specified.<br />

3.3 The diesel engine shall be capable of working on 10% over load for one hour in any 12 hours<br />

running.<br />

4.0 OIL ENGINE:<br />

The diesel engine shall be cold starting, vertical direct injection 2/4 stroke cycle, water cooled<br />

(Through Heat exchanger/radiator) electric battery start, directly coupled to the alternator on a<br />

combination base plate through a flexible coupling.<br />

4.1 A suitable extension pipe shall be used with exhaust air chest so that the silencer can be mounted.<br />

4.2 A fuel tank for holding the fuel oil with a capacity corresponding to 12 hrs. consumption of the<br />

DG set shall be provided. The fuel piping (10 mts.long) shall be designed as to be free from<br />

leakage and air locks. The fuel tank shall be supplied with a level gauge to indicate the oil level<br />

in the tank.<br />

4.3 The engine shall be required to operate on diesel fuel oil grade ‘A’ to IS:1460.<br />

4.4 Governor-The engine shall be supplied with a governor to maintain the engine speed at varying<br />

loads within + 3% of the rated speed.<br />

Signature of contractor 140 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

4.5 The engine shall be complete with standard accessories and protective devices including the<br />

following:-<br />

i) Heavy duty air cleaner.<br />

i) Radiator/Heat exchanger and cooling tower.<br />

ii) Fan for radiator (in case of radiator).<br />

iii) Lubricating oil filters.<br />

iv) Fuel oil filters.<br />

v) Fuel injection equipment with governor to control the engine speed upto + 3% under<br />

varying load.<br />

vi) Engine speed control unit, (Manually operated).<br />

vii) Sump.<br />

viii)<br />

ix)<br />

Thermostat.<br />

Safety control against low lub. Oil pressure, high cooling water temperature and engine<br />

over speed.<br />

x) Fly wheel to suit flexible coupling.<br />

xi) Exhaust silencer.<br />

xii) Lub.oil cooler and water pump.<br />

xiii) Fuel tank (12 hours full load working capacity with 10 meters long fuel piping).<br />

xiv) Corrosion Resister.<br />

xv) Self starter for electric start system with charged battery of adequate capacity(12V for non<br />

AMF and 24V for AMF set, Battery leads, Battery stand etc.<br />

xvi) Engine control panel comprising of:-<br />

a) Oil pressure gauge.<br />

b) Water temperature gauge.<br />

c) Ammeter.<br />

d) Hour meter with RPM indicator.<br />

e) Push buttons for starter/key switch starter.<br />

f) Pilot lamp.<br />

xvii)<br />

xviii)<br />

xix)<br />

Battery charging dynamo (in case of non AMF panel).<br />

Tool kit complete (as supplied by engine and alternator manufacturers).<br />

One set of foundation bolts with nuts.<br />

5. ALTERNATOR.<br />

The alternator shall be self exciting brush less, copper wound self regulating with screen protected<br />

enclosure suitable for feeding 415V 3 PH 50Hz A.C. system with neutral point brought out. The<br />

alternator shall confirm to S-5000/IS:4722 and winding shall conform to class ‘B’ . Voltage<br />

regulation shall be + 5% of the rated voltage under varying load.<br />

6A. CONTROL PANEL (For non AMF types set)<br />

The control cubicle shall be floor mounted type of fabricated construction made of sheet steel,<br />

provided with removable side panels and hinged front panel for easy accessibility.<br />

Following instrumentation and protective device shall be incorporated on the panel:-<br />

1. Controlling ckt. breaker shall be as under:<br />

i) Upto 30 KVA switch fuse unit with HRC fuses.<br />

ii) Above 30 KVA & up to 70KVA MCCB of suitable rating with O/C and S/C protection.<br />

iii) Above 70 KVA manually operated ACB of suitable rating with O/C & S/C protection.<br />

Signature of contractor 141 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

2. AC volt meter range 0-300 with selector switch-One.<br />

3. AC Ammeter with set of current transformers with suitable ratio with selector switch-One no.<br />

4. Frequency meter-One no.<br />

5. Indication lamp ‘Set Running”<br />

6. Indication lamp ‘Set on load’.<br />

7. 3 phase 4 wire unbalanced KW hr. meter of suitable capacity one no.<br />

8. Kilowatt meter-One no.<br />

9. Instrument fuses.<br />

10. Speed adjuster for governor(Electrically operated).<br />

11. Earth fault relay. It shall out off the field supply of the alternator in case of internal Earth Fault<br />

(The cost of control panel shall be quoted separately).<br />

6B. AUTOMATIC ON MAIN FAILURE CONTROL PANEL(AMF PANEL)<br />

1. GENERAL.<br />

1.1 Auto main failure unit shall be capable of starting the Diesel Generating set in the event of main<br />

power supply failure or low below the specified value and change over the load from the main<br />

supply to DG set.<br />

1.2 The DG set shall start automatically within 10 seconds of the main supply failure and on<br />

restoration of main supply shall stop with in 3 minutes after making the change over from DG set<br />

supply to main supply.<br />

2. CONSTRUCTIONAL FEATURES:<br />

2.1 The AMF panel shall be totally enclosed made of mild steel of at least 14 SWG thick sheet, free<br />

standing floor mounted type and totally enclosed type. The cubical shall be painted with one coat<br />

of Red oxide primer and two coats of spray finish super enamel paint. Wiring circuit diagram of<br />

the AMF panel should be affixed inside the cubical so that when front-hinged panel is removed it<br />

is clearly visible. All the switchgears, control devices, push buttons, indication lamps should be<br />

clearly labeled to indicate their no emetauer operation. The wiring connection in the control panel<br />

shall be ferruled.<br />

3. PROTECTION AND CONTROL EQUIPMENTS:<br />

3.1 The following control devices and equipments shall be suitably housed in the cubicle<br />

a) Suitably sealed flush mounted type AC Voltmeter-One No.<br />

b) Selector switch for voltmeter for <strong>OF</strong>F/RB/BY/YR reading and with provision for selection of DG<br />

Set voltage measurement as the case may be-One No.<br />

c) Suitably sealed flush mounted AC ammeter scaled with current transformer of suitable ratio-One<br />

No.<br />

d) Selector switch for ammeter for <strong>OF</strong>F/R/B/Y reading-One No.<br />

e) Frequency meter grid type-One No.<br />

f) Mode selector switch for <strong>OF</strong>F/Auto/Manual/Test-One Set.<br />

g) Push button for start/stop/acknowledge/Reset-One Set.<br />

h) A set of indication lamps for the following purpose-One Set.<br />

1. Load on mains.<br />

2. Load on DG set.<br />

3. DG set fails to start.<br />

4. Low lube-oil pressure.<br />

5. High coolant temperature.<br />

Signature of contractor 142 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

i) Battery charger consisting of:<br />

1. Transformer<br />

2. Rectifier<br />

3. DC Voltmeter<br />

4. DC ammeter<br />

5. Charging rate selector switch for trickle/Boost charging<br />

6. Pilot lamp to indicate that charger is working.<br />

7. On/Off switch.<br />

j) Main Supply / air brake contactor, 3 pole of suitable rating and provided with separate HRC fused<br />

for short circuit protection-One No.<br />

k) Alternator (DG Set) air break contactor 3 Pole suitable rating and provided with separate over<br />

load relay for over load protection and HRC fuses for short circuit protection-One No.<br />

l) Main supply voltage monitor-One No.<br />

m) DC Control relays & timer for start/stop/three attempt starting facilities and failure to start and<br />

lock.<br />

n) Audio-Alarm Hooter in case of low lube-oil pressure high coolant temperatures, DG Set fails to<br />

start-One Set.<br />

o) Earth fault relays to cut off the field supply of the alternator-One NO.<br />

p) Bus bar of suitable rating.<br />

4. SPECIAL INSTRUCTIONS:<br />

i) Cost of AMF panel shall be quoted separately.<br />

ii) The tenderer will be required to submit the detailed drawing/circuit diagram of AMF panel<br />

indicating therein the size of the cubical for approval of consignee of N.Rly.<br />

iii) The tenderer is required to indicate make/rating of the following items used for the construction<br />

of the AMF panel.<br />

S no. Item Make<br />

I) Main supply air break contactor.<br />

ii) Alternator air break contactor.<br />

iii) HRC fuses used with the above contactor.<br />

iv) Battery charger.<br />

v) Main supply voltage monitor.<br />

Vi a) Size of the Bus bar.<br />

b) Material of the bus bar.<br />

5. ARRANGEMENT:<br />

i) The engine shall be directly coupled to the alternator through flexible coupling and both the units<br />

including the radiator/Heat exchanger shall be mounted on a rigid fabricated bed plate.<br />

ii) The silencer with the required accessories will be provided and installed along with.<br />

iii) Elongated exhaust pipe of suitable dia (A-class MS pipe of thickness 18 SWG) capable of discharging<br />

exhaust fumes outside D.G. room will be provided. This will include covering of pipe<br />

with asbestos rope of 15mm dia duly covered with high class heat resistant material to give a<br />

smooth finish.<br />

6 The plant/Equipments shall conform to the following:<br />

a) <strong>Indian</strong> Electricity Act 1910 & <strong>Indian</strong> Electricity Rules made therein.<br />

b) BS: 5514/IS:10000 I.C. Engine.<br />

c) BS: 2613/IS:4722 Electrical performance of rotating Electrical.<br />

d) IS: 1271-classification of insulating materials.<br />

e) IS:722-K.Hr. meter/K.H meter(accuracy class-1.0)<br />

f) IS:2516-Circuit breaker.<br />

Signature of contractor 143 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

g) IS:1248-Ammeter, voltmeter,(accuracy class-1.5)<br />

7. TESTS.<br />

The generating sets shall be tested at the makers works by RITES or agency specified for:-<br />

a) Guaranteed fuel consumption.<br />

b) Over load capacity.<br />

c) Proper operating of protective devices provided for safety of the generating set.<br />

8. INSTRUCTIONS MANUALS AND CATALOGUES.<br />

Triplicate copies of operator’s guide, manuals, maintenance schedules, repair/overhaul<br />

instructions for the complete equipment shall be supplied by the supplier.<br />

9. FOUNDATIONS.<br />

The triplicate copies of foundation drawings, instructions shall be supplied by the suppliers.<br />

10. GUARANTEE.<br />

The equipment shall be guaranteed for a period of 12 months from the date of commencement in<br />

service.<br />

11. SCHEDULE <strong>OF</strong> TECHNICAL PARTICULARS.<br />

Schedule of technical particulars ( Appendix ‘A, ‘B’&‘C’) shall be filled in by the tenderers and<br />

submitted alongwith tender. No tender shall be considered complete unless the appendices<br />

referred to are filled and submitted alongwith tender.<br />

12. DEVIATION:<br />

Deviation from any of the clauses of this specification shall be clearly pointed out at the tender<br />

stage. Clause not so commented upon will be treated as having met with the approval of the<br />

tenderers, therefore, binding on him.<br />

13. TESTING & COMMISSIONING<br />

The D.G. sets will AMF panels shall be commissioned on specific load at continuous rating as per<br />

NR spec. 87-Elect.11/94 and to the satisfaction of Engineer at site. Diesel and Mobile oil shall be<br />

supplied by the contractor for successful commissioning of the D.G.set.<br />

Signature of contractor 144 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Annexure-VI a<br />

OIL ENGINE.<br />

(To be filled in by tenderers, as far as applicable to the supply offered and submitted with tender<br />

separately for both 40 / 10 KVA DG).<br />

Item Description Particulars(to be filled<br />

in by the tender)<br />

1. Maker’s name:<br />

2. Type<br />

3. Guaranteed rated output at<br />

site (continuous running<br />

for 24 hrs.condition B.H.P.<br />

4. Guaranteed consumption<br />

of fuel oil.<br />

a) At full rated output<br />

Ltr./BHPH at normal<br />

temperature and pressure.<br />

b) At ¾ rated output at<br />

normal temperature and<br />

pressure. Ltr./BHPH.<br />

c) At ½ rated output at<br />

normal temperature and<br />

pressure. Ltr./BHPH<br />

B.a) At full load of<br />

alternator at site –<br />

Ltr/KWH<br />

b) At ¾ load of alternator<br />

at site. – Ltr/KWH<br />

c) At ½ load of alternator<br />

at site- Ltr/KWH.<br />

Remark<br />

Signature of contractor 145 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Annexure-VI b<br />

To be filled separately for 10 / 40 KVA DG<br />

ALTERNATOR.<br />

Item no. Descrption Particulars. Remarks.<br />

1. Type and make.<br />

2. Normal continuous output<br />

(100% in KVA)<br />

3. Normal continuous output<br />

(100% in KVA) at 0.8 PF at –<br />

Volts.<br />

4. Normal speed.<br />

5. Number of phases.<br />

6. Normal voltage.<br />

7. Efficiency of the alternators<br />

at 0.8 PF<br />

a) At full load - %<br />

b) At 25% over load- %<br />

c) At half load.- %<br />

Signature of contractor 146 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Annexure-VI c<br />

.<br />

ALTERNATOR AND EXCITER PANEL<br />

.<br />

To be filled separately for 10/ 40 KVA DG<br />

1. Type of circuit breaker.<br />

2. Voltage.<br />

3. Normal current rating.<br />

4. Three phase breaking capacity in MVA at______volts.<br />

5. Current transformer ratios(if any)<br />

6. Burden of current transformer in volt amperes.<br />

7. Accuracy class of current transformers.<br />

8. Particulars of ammeter in alternator panel.<br />

9. Particulars of voltmeter in alternator panel.<br />

10. Particulars of ‘overload release’ and No volt release.<br />

11. Particulars of Earth fault relay.<br />

12. Overall distance required for removal of ACB.<br />

13. Operating mechanism.<br />

14. Particulars of K.W.Hour meter in alternator panel.<br />

15. Details of terminals provided in alternator panel.<br />

Signature of contractor 147 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Annexure-VI d<br />

To be filled separately for 10/ 40 KVA DG<br />

Sno. Description Make<br />

1 Makes of Diesel Engine. Kirloskar<br />

2 Makes of Alternators. Kirloskar.<br />

3 Protective Relays / Contractors CEC/Alsthom, L&T, BCH, JSL, minilec, ABB,<br />

Siemens<br />

4 Measuring Instruments AE, Havel, Meco, Motwani, L&T, National<br />

6 Indication Lamp Cutler Hammer<br />

7 KWH Meter Jaipur Metals, Andhra Pradesh Elect. Equip.<br />

Corpn. India Meter Ltd. Maderas, Das Hitachi,<br />

BHEL Bangalore<br />

8 Current Transformer AE, GEC<br />

9 MCB L&T, EE, MDS<br />

10 ACB L&T, EE<br />

11 Timer GIC, MDS Legend, Havels<br />

12 Back up fuses L&T, EE<br />

13 Batteries EXIDE, STANDARD, AMCO<br />

14 Ammeter/Voltmeter AE, RUTTONSHAH<br />

Signature of contractor 148 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ANNEXURE-VII<br />

Technical specifications of Fuse Failure Alarm System for monitoring health of various type of<br />

fuses with automatic changeover facility along with audio and visual indication :<br />

SCOPE<br />

This specification lays down the requirements and tests of Fuse Failure Alarm Systems with automatic<br />

changeover facility along with audio and visual indication suitable signaling installations of <strong>Railway</strong>s.<br />

The changeover facility covered in this specification should be suitable for changing over to spare fuse<br />

automatically when main fuse is blown off without affecting the functioning of signaling circuits. At<br />

every change over audio/visual indication should appear.<br />

The system covered under this specification should work on 60V to 140V AC/DC. Working Power<br />

Supply should be of SMPS Type.<br />

Each module of Fuse Alarm System should be suitable for monitoring 16 nos.’G’ type fuses or any other type<br />

of fuses of various capacities and should be suitable to fit in the existing relay rack.<br />

1.5 The system voltage of the fuse can be either 12V, 24V, 60V DC or 110V AC etc. Each CARD of Fuse<br />

Alarm System shall be suitable for monitoring fuses of only one source of supply. Different<br />

cards of same module can be used for different sources of supply so that one module can be used for<br />

different type of supplies.<br />

1.6 Optocoupler must be used in input circuit for every Fuse for isolation.<br />

CONSTRUCTION :<br />

Maximum outline dimensions of each module for 16 nos. of fuses should be 120mm X 500mm X<br />

155mm(+_5mm). Each module should be suitable to accommodate 16 nos. of fuse fail<br />

circuits having 04 Nos. cards. LED indication for indicating fuse blown off should be mounted<br />

on PCB.<br />

The equipment shall be of natural air-cooled type and shall be suitable for use in the signaling cabins<br />

/ inside location boxes where the maximum ambient temperature may reach 55º C.<br />

The equipment shall be of robust construction. They shall be housed in cubicles made of cold rolled<br />

cold annealed mild steel sheet of thickness not less than 1 mm.<br />

The equipment cubicles shall be treated with zinc chromate primer followed by electrostatic epoxy<br />

powder coating paint finish. Passivation shall be done through seven stage process. Small<br />

metal parts such as nuts, bolts and washers shall be plated. All other metal parts of the Fuse<br />

Alarm System shall be plated for protection against corrosion.<br />

The layout of the components and wiring shall be such that all parts are easily accessible for<br />

inspection, repairs and replacement.<br />

2.6 The cables and wires used shall be neatly secured in position by bunching & strapping. Aluminum<br />

wires shall not be used. The gauge of wiring shall be such that the current density should not exceed 3<br />

Amps/mm². The colour scheme used for wiring shall conform to normal conventions and shall be<br />

shown in the Instruction manual.<br />

2.7 The following components shall be provided on the Panel housing fuse alarm system.<br />

Signature of contractor 149 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

1. Power ON Indication.<br />

2. Buzzer Acknowledge push button.<br />

3. ‘Test’ push button.<br />

4. Common Flashing ‘LED’ Indication<br />

5. ‘LED’ Indications.<br />

6. Buzzer.<br />

3. COMPONENTS<br />

3.1 Printed circuit Cards and Electronic Components :<br />

3.1.1 The temperature rise above ambient shall not exceed 50º C or 20º C less than the specified by the<br />

manufactures whichever is less of any semiconductor component used in circuit.<br />

3.1.2 Glass epoxy, copper clad laminates shall only be used for printed circuit control cards. The thickness<br />

of laminates shall not be less than 1.6 mm and the thickness of the copper foil shall not be less than<br />

35 microns (corresponding to a weight of 305 grams per square meter).<br />

3.1.3 Solid state, Industrial grade components shall only be employed for mounting on the printed circuit<br />

cards. Plug in connectors shall be of good quality like Euro/CPU type with plated contacts.<br />

3.1.4 The printed circuit cards shall be specifically designed to suit the circuitry used and no extra wires shall<br />

be used for interconnection of components on the PC cards. Soldering of components shall be neatly<br />

done.<br />

3.1.5 After mounting and soldering of all the components & testing, the printed circuit cards shall be coated<br />

with transparent epoxy paint to provide environmental protection.<br />

3.2 Switches & Terminals :<br />

3.2.1 All wiring from Relay racks to Fuse Alarm System cabinet must be terminated on connectors<br />

soldered on motherboard PCB mounted inside rear of rack with descriptions.<br />

3.2.2 All current carrying terminals shall be of brass and shall be plated for protection against corrosion.<br />

4 Performance Requirement<br />

4.1 The system design shall be such that it should be only supervisory / monitoring circuit. Failure of any<br />

component should not interrupt the supply to load by any means. For monitoring the fuses, wires shall<br />

be taken from respective fuses. The design shall be such to operate the system with N + 2 wires. In<br />

each set Green LED shall glow for healthy Main fuse & healthy Standby fuse. Similarly Red LED shall<br />

indicate failure of Main fuse & Standby fuse.<br />

4.2 On the failure of main fuse a spare fuse should come in circuit automatically before dropping of<br />

signaling relay. A facility should be provided such that for each failure of fuse separate potential<br />

free signal can be extended to data logger. Further wiring to data logger will be done by<br />

Rajlway.<br />

4.3 The power supply module should be separately housed with proper ventilation.<br />

4.4 On the failure of main fuse, suitable LED indication should glow and buzzer should give audio<br />

alarm.<br />

4.5 The alarms shall be provided with resetting button for cutting off the alarm.<br />

4.6 The LED should light up till the fault persists and audible alarm shall only be reset. The visual<br />

indication should disappear when the fuse is replaced and TEST button is pressed. However, if<br />

Signature of contractor 150 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

another fuse blown off after resetting / muting the buzzer, the audible buzzer should come again along<br />

with the visible indication.<br />

4.7 The audible alarm should be given by buzzzer having dual tone.<br />

4.8 Any relays if used in the circuit shall be of OEN or PLA make only.<br />

4.9 The nominal system voltage of the fuse circuit will be specified by the <strong>Railway</strong>s.<br />

4.10 Two set of potential free contacts shall be provided on rear side for taking remote indication / alarm.<br />

5 Marking :<br />

5.1 All markings / indications shall be placed in the vicinity of the components to which they refer and shall<br />

not be placed on removable parts.<br />

5.2 The A.C.line terminal shall be indicated by the letter ‘L’ and the neutral terminal by the letter ‘N’.<br />

Supply voltage has to be indicated nearby the same.<br />

6 Instruction Manual<br />

The Manual shall be provided with every equipment. It should clearly illustrate installation,<br />

connection and operating procedures.<br />

7 Test and Requirements<br />

7.1 Conditions of Tests: Unless otherwise specified all tests shall be carried out at ambient atmospheric<br />

condition.<br />

7.2 For inspection of material relevant clauses of this specification shall also apply.<br />

7.3 Acceptance Test<br />

a. Visual Inspection.<br />

b. Performance test.<br />

7.4 Routine Test<br />

a. Visual Inspection.<br />

b. Performance test<br />

7.5 Visual Inspection<br />

The Fuse Alarm System shall be visually inspected to ensure compliance with the relevant<br />

requirements specification of <strong>Railway</strong>s.<br />

7.6 Performance Test<br />

Following test checks are to be conducted on each module of Fuse Alarm<br />

System to evaluate its performance.<br />

7.7 When one main fuse blows / unscrewed, then buzzer should come along with main fuse failure<br />

indication.<br />

8. Packing and labeling :<br />

8.1 Units shall be packed in suitable boxes / crates, strong enough, with additional packing to prevent<br />

damage or loss to the unit during transit. Loose space inside the box/crate shall be filled up with<br />

suitable packing material.<br />

Signature of contractor 151 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

ANNEXURE-VIII<br />

TENDER CONDITIONS FOR SUPPLY <strong>OF</strong> CEMENT BY CONTRACTOR.<br />

1.0 Supply for cement by contractor at the rate for relevant NS item will be governed by the following conditions.<br />

1.1 Cement for use in the works shall be procured by the contractor from the main producers or their authorized<br />

dealers only.<br />

1.2 Cement older than 3 months from the date of manufacture as marked on the bags shall not be accepted. Cement<br />

bags preferably in paper bag packing should bear the following markings:<br />

i) Manufacturer’s name.<br />

ii) Regd. Trade mark of manufacturer if any.<br />

iii) Type of cement.<br />

iv) Weight of each bag in kgs. Or no. of bags/tonne.<br />

v) Date of manufacture generally marked as week of the year/year of manufacturers.<br />

1.3 Quality test certificate for cement as per IS:4031 shall be furnished by the contractor at his own cost from the<br />

manufacturer before use of cement supplied.<br />

1.4 <strong>Railway</strong> may also take samples during the course of execution of works and get the cement tested to ascertain its<br />

conformity to the relevant IS specifications at contractor’s cost before a particulars lot is put to use. Frequency<br />

of testing shall be as prescribed by the relevant IS code. Following test inter alia shall be carried out:<br />

i) Fineness.<br />

ii) Compressive strength.<br />

iii) Initial and final setting time.<br />

iv) Consistency.<br />

v) Soundness.<br />

1.5 In case samples tested do not pass the quality tests conducted, the entire batch of cement supplied shall be<br />

rejected and returned to the contractor.<br />

1.6 For storage of cement, the contractor shall have to construct a temporary godown of adequate capacity at his own<br />

cost. The contractor shall bring the cement to the site of work only on written instructions from Gazetted officer<br />

incharge of work. It will be obligatory on the part of the contractor to get every consignment/truck of cement<br />

weighed in the presence of inspector incharge or his representative and supply an original copy of weight slip<br />

alongwith consignment. The inspector incharge will verify the quantity of cement brought to the site of work<br />

and return one verified weight slip to the contractor after the same is stacked inside the cement godown under the<br />

supervision.<br />

1.6.1 The record of cement brought to the site of work daily consumption, daily opening balance and closing balance<br />

shall be maintained at site jointly by the inspector; incharge of work and contractor or his authorized<br />

representative. For this purpose 2 sets of registers duly reconciled and signed by the contractor and the inspector<br />

incharge of work certifying the opening balance, consumption, closing balance should be maintained. One<br />

register each shall be kept in the custody of inspector incharge of work and contractor or his representative.<br />

1.6.2 The contractor shall be the custodian of cement godown and shall keep the godown under his lock and key to<br />

ensure safe custody of cement. The contractor shall ensure that the cement once brought to the site and<br />

accounted for shall be used at the site only and shall not be taken away from site for any other purpose.<br />

1.6.3 The contractor shall make the cement godown available for inspection alongwith connected record to the site<br />

Engineer or his representative as and when required.<br />

1.6.4 Land for constructing the temporary godown shall be handed over by the <strong>Railway</strong> on the written request of the<br />

contractor free of any rent.<br />

1.6.5 The contractor shall ensure that after completion of the work and/or determination of the contract for any reason<br />

whatsoever, the temporary cement godown shall be dismantled and all dismantled material/debries shall be<br />

removed and the clear site shall be handed over back to <strong>Railway</strong>. All the released material shall be the property<br />

of the contractor and no payment shall be made by the <strong>Railway</strong> for dismantling etc. The final bill and earnest<br />

money/Security deposit shall not be released unless the godown is dismantled and the site is cleared in all<br />

respects.<br />

Signature of contractor 152 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

1.7 Tolerance requirements for the mass of cement:<br />

i) Cement supplied at one time will be taken as forming one batch. The number of bags taken for sample<br />

from each batch shall be as under:-<br />

Batch Size Sample size<br />

100 to 150 20<br />

151 to 280 32<br />

281 to 500 50<br />

501 to 1200 80<br />

1201 to 3200 125<br />

3201 and above. 200<br />

The bags in sample shall be selected at random.<br />

ii) The number of bags in sample showing a minus error greater than 2 per cent of the specified net mass<br />

(50 kgs.) shall not be more than 5% of the bags in the sample. Also the minus error in none of such<br />

bags in the sample shall exceed 4 percent of the specified net mass of cement in the bag. In case the<br />

minor error exceeds the percentage herein specified, the entire batch of cement samples shall be<br />

rejected.<br />

iii) In case of a wagon/truck load of 10 to 25 tonnes, the overall tolerance on net mass of cement shall be 0<br />

to 40.5 percent. Any batch of cement not conforming to above tolerance will be rejected.<br />

1.8 The consumption of cement on works shall be assessed on the basis of CEMENT CONSTANTS per unit<br />

quantity for various items of works as per N.R1 SOR-87 of cement contents per unit quantity ;as per Design in<br />

case of Designed Mix of cement concrete of specified strength. In case of designed mix of concrete of specified<br />

distrength where the cement is to be used by weight where specially ordered in the N.S. item rate or tender<br />

conditions a variation of 11%(Max.) will be allowed in the consumption of cement on works.<br />

1.9 Stacking of cement in the godown shall be done on a layer of wooden sleepers so as to avoid contract of cement<br />

bags with the floor or alternatively scrap GI sheet may also be used in place of sleepers but these must be placed<br />

atleast 20cm above the floor. The bags shall be stacked atleast 30cm clear of the walls to prevent deterioration.<br />

The wooden sleeprs/scrap GI sheets shall be arranged by the contractor at his own cost. Cement shall be stored<br />

in such a manner as to permit easy access for proper inspection. Cement should be stacked not more than ten<br />

layers high to prevent bursting of bags in the bottom layer and formation of clods the stacks of cement bags shall<br />

be covered with tarpaulins during monsoons so as to obviate the possibility of deteriorating of cement by<br />

moisture in the atmosphere. Cement which is set or partially set is on no account to be used.<br />

1.10 The cement brought to the site Godown in excess of the requirement calculated based on the cement factors shall<br />

be taken back by the contractor on completion of the work after written approval from AESTE/ESTE on proper<br />

documents.<br />

1.11 Payment as per relevant NS items will be made on the basis of quantity of cement actually consumed and the<br />

quantity calculated as per cement factors for various items, whichever is less subject to recovery as per clause<br />

1.12 below:-<br />

1.12 Cement actually consumed on works shall normally match the quantity calculated as per cement factors for<br />

various items. If it is discovered that the cement actually consumed at site is less than the quantity as certained<br />

taking into consideration the cement factors for various items by more than 1% the cost the cement not so used<br />

(i.e. difference between the quantity of cement calculated as per cement factors and cement actually consumed)<br />

shall be recovered at double the quoted rate from the contractor.<br />

Empty cement bags will be the property of contractor.<br />

Signature of contractor 153 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Drawings Applicable in the Tender<br />

Signature of contractor 154 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 155 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 156 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 157 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 158 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 159 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 160 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 161 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 162 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 163 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 164 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 165 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 166 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 167 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 168 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 169 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 170 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 171 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 172 of pages173 SSTE/C/PS/NDLS


570-Sig/PS/Tender/36<br />

Signature of contractor 173 of pages173 SSTE/C/PS/NDLS

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!