AHMEDABAD DIVISION TENDER DOCUMENT ... - Western Railway
AHMEDABAD DIVISION TENDER DOCUMENT ... - Western Railway
AHMEDABAD DIVISION TENDER DOCUMENT ... - Western Railway
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
[Downloaded from Internet]<br />
<strong>AHMEDABAD</strong> <strong>DIVISION</strong><br />
<strong>TENDER</strong> <strong>DOCUMENT</strong><br />
<strong>TENDER</strong> No : EL/50/1/ADI/T/13(12-13)<br />
NAME OF WORK :<br />
ESTIMATED COST : ` 55,05,964/-<br />
Earnest money deposit : ` 1,10,120/-<br />
Ahmedabad (BG) : Electrical work in<br />
connection with repair to catwalk for<br />
washing cum inspection pit lines.<br />
Cost of tender document :<br />
` 5000/- (` Five Thousand only). If<br />
required by post ` 5500)<br />
Validity of offer : 90 days.<br />
Receipt of offer : Up to 15.00 Hrs of 22.06.2012<br />
Date of NIT uploading : 14.05.2012<br />
Opening date : 15.30 Hrs. of 22.06.2012<br />
Completion period : Three Months<br />
[ Tenderer ] [ Page 1of 44 ] [For Sr.DEE/ADI ]
INSTRUCTIONS TO THE <strong>TENDER</strong>ERS REGARDING<br />
<strong>TENDER</strong> FORMS DOWNLOADED FROM INTERNET<br />
[Downloaded from Internet]<br />
1. Tender file is to be downloaded from the Internet and print out is to be taken of A-<br />
4 size paper and details are to be entered by the tenderer at the various locations<br />
in the document. It is advisable that the downloaded tender document to be<br />
printed through Laser Printer only. Submission of Xerox or Photocopy of tender<br />
document is prohibited.<br />
2. This tender document (In full) downloaded along with the various documents<br />
required to be submitted as per the tender conditions in a sealed cover duly<br />
subscribing with the name of work, Tender Notice No. and Date, submission of<br />
Tender downloaded from internet etc. and the same should be dropped in the<br />
tender box kept in the Office of the Sr. Divisional Electrical Engineer, <strong>Western</strong><br />
<strong>Railway</strong> Ahmedabad-25, before the date and time stipulated in the tender<br />
document.<br />
3. The tender documents are available on <strong>Western</strong> <strong>Railway</strong> website i.e.<br />
www.wr.indianrailways.gov.in and the same can be downloaded and used as<br />
tender document after submitting the offer. The cost of tender document as<br />
indicated in the tender document will have to be deposited by the tenderer in the<br />
form of Bank Draft payable in favour of Chief Cashier <strong>Western</strong> <strong>Railway</strong> or Cash<br />
with Chief Cashier <strong>Western</strong> <strong>Railway</strong>, Churchgate, along with the tender<br />
documents. This should be a separate Demand Draft for cost of the tender<br />
document and not included in the Earnest Money. A single demand draft for the<br />
cost of tender and Earnest Money deposit will not be accepted. Tender not<br />
accompanied with the Demand drat towards the cost of tender document will be<br />
summarily rejected.<br />
4. The Earnest Money Deposit required for this work as stipulated in the tender<br />
document also to be submitted separately.<br />
5. The tenderer are advised to download tender documents well in advance and<br />
submit the tender before the stipulated time. Its is responsibility of the tenderer to<br />
check any correction or any modifications published subsequently in website and<br />
the same shall be taken into account while submitting the tender. Tenderer shall<br />
download corrigendum (if any), print in out, sign and attach it with the main<br />
tender document. Tender document not accompanied by published<br />
corrigendum/s is liable to be rejected. The <strong>Railway</strong> will not be responsible for any<br />
postal delays/ delay in downloading of tender document from the Internet.<br />
6. The tenderer may please not that the rate for items should be written in figures<br />
and in words by black or blue ballpoint pen only. Each page of tender document<br />
should be signed by the tenderer.<br />
7. Tenderer/s are free to download tender document at their own risk and cost, for<br />
the purpose of perusal as well as for using the same as tender document for<br />
submitting the offer. Master copy of the tender document is available in the office<br />
of The Sr. Divisional Electrical Engineer, <strong>Western</strong> <strong>Railway</strong>, Ahmedabad-25. After<br />
[ Tenderer ] [ Page 2of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
award of work an agreement will be prepared based on the master copy of<br />
tender available in the above-mentioned office. In case, any discrepancy<br />
between the tender documents downloaded from the Internet and master copy<br />
later shall prevail and will be binding on the tenderer/s no claim on this account<br />
will be entertained.<br />
8. If any change/addition/deletion is made by the Tenderer/Contractor and the same<br />
is detected at any stage even after the award of the tender, full earnest money<br />
deposit will be forfeited and the contract will be terminated at his/their risk and<br />
cost. The tenderer is also liable to be banned from doing business with <strong>Railway</strong>s<br />
and/or prosecuted.<br />
9. The following declaration should be given by the tenderer while submitting the<br />
tender.<br />
a) I/We have downloaded the tender form from the internet site<br />
www.wr.indianrailways.gov.in and I/We have not tampered/modified<br />
the tender forms in any manner. In case, if the same is found to be<br />
tampered/modified, I/We understand that my/our tender will be<br />
summarily rejected and full earnest money will be forfeited and I/We<br />
am/are liable to the banned from doing business with <strong>Railway</strong>s and/or<br />
prosecuted.<br />
b) I/We submitting a Demand Draft<br />
No……………......dated………………issued<br />
by<br />
_______________________________________________________<br />
_ for `_______________towards the cost of tender form.<br />
c) I/We have downloaded the tender document from website on<br />
date: ___________________.<br />
Signature of Tenderer/s<br />
Dated:<br />
Address:<br />
[ Tenderer ] [ Page 3of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
W E S T E R N R A I L W A Y<br />
Office of the<br />
Divisional <strong>Railway</strong> Manager<br />
[Electrical Department]<br />
Ahmedabad<br />
No.: EL/50/1/ADI/T/13(12-13)<br />
M/s.................................................<br />
.......................................................<br />
.......................................................<br />
.......................................................<br />
Dear Sirs,<br />
M.R. NO :<br />
Estimated cost : ` 55,05,964/-<br />
Earnest money : ` 1,10,120/-<br />
Cost of Tender Document : ` 5000/- (` 5500/- If required by post)<br />
Completion period: : Three Months<br />
Date of opening : 22.06.2012<br />
Sub: Ahmedabad (BG) : Electrical work in connection with repair to<br />
catwalk for washing cum inspection pit lines.<br />
----------------------------------<br />
The president of Union of India Acting through Divisional <strong>Railway</strong> Manager (Electrical),<br />
<strong>Western</strong> <strong>Railway</strong> Ahmedabad invites sealed tender for “Ahmedabad (BG) : Electrical<br />
work in connection with repair to catwalk for washing cum inspection pit lines.”<br />
as per specification enclosed, which is not transferable.<br />
Details of the work to be carried out are given in the following documents.<br />
1. Tender in 1 sheet<br />
2. Conditions of tender.<br />
3. Special conditions of tender<br />
4. Tender schedule.<br />
5. Tender specification.<br />
6. Declaration.<br />
NOTE:<br />
The tenderers who down load the document from the internet may see the<br />
drawings in the office of Sr. DEE / ADI. on any working day during working hours.<br />
Tenderers are also advised to see the corrigendum/Edited tender document on<br />
website before finally quoting the rates and submitting the tender document in<br />
tender box.<br />
7. The tenders will be sold up to 18.00 hrs. of date 21.06.2012. Sealed tender and<br />
the covers super-scribed as tender No. EL/50/1/ADI/T/13(12-13) “Ahmedabad<br />
[ Tenderer ] [ Page 4of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
(BG) : Electrical work in connection with repair to catwalk for washing cum<br />
inspection pit lines.'' will be received in the office of the undersigned up to<br />
15.00 hrs. on 22.06.2012, and will be opened at 15.30 hrs. on same date in the<br />
presence of tenderers. In case the date for opening of tender is declared as<br />
holiday, the tenders will be received and opened on the next working day at the<br />
same times and place.<br />
8. The estimated cost of the work is ` 55.05,964/-<br />
9. The tenderer should keep the offer open for 90 days from the date of opening of<br />
the tender.<br />
10. A sum of ` 1,10,120/- as earnest money should be deposited in cash with chief<br />
cashier, W.Rly. Churchgate, Mumbai -20 or in any of the following forms.<br />
a) Deposit receipts, pay orders, demand drafts of the state Bank of India or<br />
any nationalized Banks.<br />
b) Fixed deposit receipt from a schedule Bank approved by the reserve<br />
Bank of India for the purpose.<br />
All the above documents (a) & (b) should be drawn in the name of Senior<br />
Divisional Finance Manager, <strong>Western</strong> <strong>Railway</strong>, Ahmedab<br />
11. Eligibility condition for the tenderer:<br />
1. Tenderer has to submit attested copy of valid electrical contractors<br />
license as per IE rule 45, which can be in his own name or in the<br />
name of his firm.<br />
2. Tenderer should have completed at least one similar single work for<br />
a minimum value of 35% of advertised tender value of work at the<br />
time of opening of tender in the last three financial years.<br />
3. Tenderer should have received total contract amount minimum of<br />
150% of advertised tender value of work during the last three<br />
financial years and in the current financial year.<br />
N O T E:<br />
Similar single work shall mean by Any electrical work involving Electrification/<br />
Rewiring of Any Major Station/ Building/ Project/ Yard etc<br />
1. Tender committee would satisfy themselves about the authenticity of the<br />
certificates produced by the tenderer(s) to this effect which may be an<br />
attested certificate from the employer/ client, audited balance sheet duly<br />
certified by the charted accountant etc.<br />
2. Tenderer should submit documentary proof in support of fulfilling the<br />
eligibility conditions mentioned above along with his tender document. If any<br />
or all of the documents required are available in other tender of this office or<br />
even otherwise, the same shall not be taken in to consideration and such<br />
offer shall be treated as incomplete and summarily rejected. No<br />
correspondence in this regard shall be entertained from either side except<br />
[ Tenderer ] [ Page 5of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
for seeking additional information on already submitted documents, if any or<br />
for verifying the documents itself.<br />
3. Tenderer should submit attested copy of schedule of rates & quantities<br />
along with completion certificates in favour of complying eligibility condition<br />
11(ii). Only certificates for work completed in all respect shall not be<br />
considered for complying eligibility condition 11(ii) i.e. certificates for work<br />
in progress shall not be considered for completion of single similar work of<br />
required amount.<br />
4. Joint Ventures are not permitted for the work below ` 5 crore.<br />
12. Tenderer’s Credentials :-<br />
Eligibility conditions are only the minimum eligibility criteria for consideration of<br />
offer for evaluation and tendered should have sound credentials also, failing<br />
which, offer may be rejected even after fulfilling the minimum eligibility criteria<br />
given in Para 11. In support of their credentials, the tenderers should submit<br />
following documents along with their tenders.<br />
(a) List of Personnel Organization available on hand as proposed to be<br />
inducted (own and hired to be given separately) for the subject<br />
work,<br />
(b) List of Plant & Machinery available on hand (own) and proposed to<br />
be inducted (own and hired to be given separately) for the subject<br />
work)<br />
(c) List of works completed in the last three financial years giving<br />
description of work, organization for whom executed, approximate<br />
value of contract at the time of award, date of scheduled completion<br />
of work. Date of actual start, actual completion and final value of<br />
contract should also be given.<br />
(d) List of works on hand indicating description of work, contract value,<br />
and approximate value of balance work yet to be done and date<br />
award.<br />
Tenderers are supposed to submit attested copies of schedule of<br />
works as well as completion certificates of works executed by them.<br />
N O T E:<br />
(i)<br />
(ii)<br />
In case of items (c) & (d) above, supportive documents/certificates<br />
from the organizations with whom they have worked/are working<br />
should be enclosed.<br />
Certificated from private individuals for whom such works are<br />
executed/being executed will not be accepted<br />
13. Contractors registered with DGS & D controller of stores, NSSI/SSI and having<br />
permanent earnest money deposited with stores Department of the <strong>Railway</strong> are<br />
not exempted from earnest money Deposit and payment of tender fees. Offers<br />
with out both these items will be summarily rejected.<br />
[ Tenderer ] [ Page 6of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
14. No unsealed tender or tenders without the prescribed earnest money in accepted<br />
form will be accepted.<br />
15. No interest will be allowed on the earnest money, security deposit or any other<br />
contractual amount due to be paid on <strong>Railway</strong> account or otherwise.<br />
16. Rates tendered should be inclusive of all taxes & levies etc. If there is any<br />
variation between the rates quoted in figures and in words the rates quoted in<br />
“WORDS” shall be taken as correct. However, If more than one or improper rates<br />
are quoted, then such ambiguous offers shall be summarily rejected. Similarly,<br />
If a tenderer fails to strike out “below/above” then in such condition the offer shall<br />
be treated as ambiguous and summarily rejected.<br />
17. The completion period of the work will be Three Months.<br />
18. A tender containing erasures and/or alterations are liable to be rejected. If any<br />
correction becomes necessary these must be made in ink and attested with the<br />
signature duly dated of the tenderer.<br />
19. The tenderer shall submit an analysis of rates if called upon to do so.<br />
20. This work shall be governed by General Conditions of Contract of <strong>Western</strong><br />
<strong>Railway</strong> amended up to the date of opening of tender.<br />
21. The successful contractor should have experience and expertise in undertaking<br />
such jobs and he will get the work done by experienced and skilled manpower.<br />
Thanking you,<br />
Yours<br />
Faithfully,<br />
Senior Divisional Electrical Engineer,<br />
<strong>Western</strong> <strong>Railway</strong>, Ahmedabad<br />
For and on behalf of the,<br />
President of Union of India<br />
[ Tenderer ] [ Page 7of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
T E N D E R<br />
To,<br />
The President of India,<br />
Acting through the,<br />
Divisional <strong>Railway</strong> Manager (Electrical)<br />
<strong>Western</strong> <strong>Railway</strong>, Ahmedabad<br />
I/we................................................................................................... have read the various<br />
conditions to tender attached here to and here by agree to abide the conditions. I/we<br />
also agree to keep this tender open for acceptance for a period of 90 days from the date<br />
fixed for opening of the same and in default thereof, I/we will be liable for feature of<br />
my/our earnest money. I/we offer to do work of “Ahmedabad (BG) : Electrical work in<br />
connection with repair to catwalk for washing cum inspection pit lines.” in the<br />
attached schedule, and hereby bind my self/our selves to complete the work in Three<br />
Months from the date of issue of letter of acceptance of the tender. I/we also here by<br />
agree to abide by the General conditions of the contract corrected up to printed/Advance<br />
correction slip No. 3 dt. 9.10.2003 and to carry out the work according to the<br />
specification and by special conditions of contracts or materials and works laid by the<br />
<strong>Railway</strong> in the annexed special specifications.<br />
A sum of ` 1,10,120/- here with forwarded as Earnest money the full value of the<br />
earnest money shall be liable to be forfeited with out prejudice to any other rights or<br />
remedies if -<br />
(a) I/we do not execute the contract documents within seven days after receipt of<br />
notice issued by the <strong>Railway</strong> that such documents are ready. OR<br />
(b) I/we do not commence the work within ten days after receipt of orders to that<br />
effect.<br />
(c) Until a formal agreement is prepared and executed acceptance of this tender<br />
shall constitute binding contract between us subject to modifications, as may be<br />
mutually agreed to between us and indicated in the letter of acceptance of<br />
my/Our offer for this work.<br />
Date:<br />
1<br />
Name & Address of Witness<br />
Signature of Tenderer/s<br />
Signature of Witness<br />
2<br />
[ Tenderer ] [ Page 8of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
CONDITIONS OF <strong>TENDER</strong><br />
1. The following document forms a part of tender document:<br />
(a) Tender form (First sheet & second sheet)<br />
(b) Special conditions attached.<br />
(c)<br />
<strong>Western</strong> <strong>Railway</strong> General conditions of contract corrected up to<br />
printed/advance correction Slip No. 3 dt. 9.10.2003.<br />
2. The tenderer/tenderers is/are required to quote his/their rates both in words and<br />
in figures. In case of any arithmetical error, the rate quoted in words only shall be<br />
deemed to be correct and shall remain binding on the contractor.<br />
3. Tender containing errors and alternation of the tender documents are liable to be<br />
rejected, any correction made by the tenderer/tenderers his/their entries must be<br />
attested by him/them.<br />
4. The work are required to be completed with in a period of Three Months from<br />
the date of issue of letter of acceptance of the tender. The tender must be<br />
accompanied by a sum of ` 1,10,120/- as earnest money.<br />
5. Clause of Earnest money has been amended in GCC in term's of <strong>Railway</strong><br />
board's letter no.2003/CE-I/CT/4/PT.I dated 16.05.2006 issued vide <strong>Western</strong><br />
<strong>Railway</strong> Headquarter letter no. W/118/0.Vol.II (W-6) dated 30.05.2006 shall be<br />
applicable to this contract and necessary changes are mentioned as under.<br />
The tender shall be required to be deposit earnest money with the tender for the<br />
due performance with the stipulation to keep the offer open till such date as<br />
specified in the tender, under the conditions of tender. The earnest money shall<br />
be 2% of the estimated tender value as indicated in the Tender Notice. The<br />
earnest money shall be applicable for all modes of tendering The practice of<br />
allowing Standing EMD is dispensed forthwith for all tenders. Therefore, Sub<br />
clause (d) stands deleted.<br />
The earnest money should be in cash or in any of the following forms.<br />
a) Deposit receipts, pay orders and Demand drafts. These forms of earnest<br />
money could be either of the state bank of India or any of the nationalized<br />
banks. No confirmatory advice from the Reserve Bank of India will be<br />
necessary.<br />
b) Deposit receipts executed by the Scheduled Banks (other than the State<br />
Bank of India and the Nationalized Banks) approved by the Reserve Bank<br />
of India for this purpose. The <strong>Railway</strong>s will not. however, accept deposit<br />
receipt without getting in writing the concurrence of the Reserve Bank of<br />
India. The practice of allowing Standing EMD is dispensed forthwith for<br />
all tenders. Therefore, Sub clause (d) stands deleted.<br />
c) ` 1,10,120/- as earnest money for the performance of stipulation to keep<br />
the offer open for the period specified below. The tenderer shall held the<br />
offer open for a period of 90 days from the date fixed for opening the<br />
same, it being understood that the tender documents have been sold to<br />
the tenderer and the tenderer is being permitted to tender in consideration<br />
of his stipulation on his tender that he will not recede from his offer or<br />
modify the terms and conditions there of in a manner, not acceptable to<br />
the Divisional <strong>Railway</strong> Manager (Elect.) <strong>Western</strong> <strong>Railway</strong> Ahmedabad<br />
and shall tenderer fail to observe or complete with the forgoing stipulation<br />
[ Tenderer ] [ Page 9of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
there fore said amount of ` 1,10,120/- should be liable to be forfeited to<br />
the <strong>Railway</strong>.<br />
6. The earnest money for the due performance of the stipulation to keep the offer<br />
open till the date specified in the tender will be refunded to the unsuccessful<br />
tenderer/ tenderers within a reasonable time, after deducting postal registration<br />
charges and other if any Amount. The full earnest money deposited by the<br />
successful tenderer/tenderers, will be retained towards the security deposit for<br />
due and faithful fulfillment of the contract, but shall be forfeited if the contractor<br />
fails/contractors fail to execute the Agreement bond or to start the work within the<br />
time as specified in the letter of offer after notification of the acceptance of<br />
his/their tender. The <strong>Railway</strong> shall not be responsible for any loss or depreciation<br />
that may happen to the earnest money while in their possession and not be liable<br />
to pay interests there on.<br />
7. If the tenderer/s deliberately give wrong information in his/their tender or create<br />
circumstance for the acceptance of his/their tenders the <strong>Railway</strong> reserves the<br />
right to reject such tender at any stage.<br />
8. If a tenderer expires after the submission of his tender or after acceptance or his<br />
tender the <strong>Railway</strong> shall deem such tender as cancelled and if a partner of the<br />
firm expires after the submission of their tenders or after acceptance of their<br />
tender the <strong>Railway</strong> shall deem such tenders as cancelled unless the firm retains<br />
its character.<br />
9. Tenderer shall submit documentary proof in support of satisfying eligibility<br />
criteria, failing which their offer shall be treated as invalid & summarily rejected.<br />
10. In the event of the tender being submitted by a firm it must be signed by each<br />
partner there of and in the event or the absence of any partner, it shall be signed<br />
on his behalf by person holding a power of attorney authorizing him to do so. The<br />
tenderer is advised to get legal opinion when drawing up of his power of attorney.<br />
The tenderer whether a sole proprietor, a limited company or partner ship firm if<br />
they want to act through agents or an individual partner/partners should submit<br />
along with the tender or at later stage a power of attorney duly stamped<br />
authenticated by notary public or by a magistrate in favour of the specific persons<br />
whether he/they to be a partner/ partners of the firm or any persons specifically<br />
authorizing him/them to submit the tender, sign the agreements to receive<br />
contractual amount witness measurement, sign measurement book,<br />
compromise, settle any claim/claims or claims preferred by the firm and sign no<br />
claim certificate and refer all or any dispute to arbitration.<br />
11. .A) The tenderer who have deposited L.S.E.M. with the <strong>Western</strong> <strong>Railway</strong><br />
Ahmedabad will also be required to deposit the earnest money in<br />
acceptable form with the tender failing which tenderers will be considered<br />
invalid. The L.S.E.M. deposited by the tenderer will not be considered<br />
valid.<br />
B) In case whether the power of attorney/partnership deed has not been<br />
executed in English the true and authenticate copies of translation of the<br />
same by advocate authorized translator of court and licensed petition<br />
writers should be supplied by the contractor while tendering for the work.<br />
12. A) If the tenderer/s has/have already submitted the partner ship deed, power<br />
of attorney or any other documents relating to their firm they will attach a<br />
[ Tenderer ] [ Page 10of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
declaration signed by all the partners of firm to the following effect. The<br />
partnership deed, power of attorney is already submitted to the <strong>Railway</strong><br />
Administration vide letter No. _________________________ dated<br />
___________ hold good for this contract also.<br />
B) In terms of clause 13 (b) of the regulations for tenderers and contractor<br />
the <strong>Railway</strong> will not be bound by any power of attorney granted by the<br />
tenderer of the change in the composition of the firm made subsequent to<br />
the execution of the contract. It may however, recognized such powers of<br />
attorney and change after obtaining proper legal advice the cost of which<br />
will be chargeable to the contractor. The charges have been fixed `100/-<br />
payable by the tenderer at the time of submitting the power of attorney for<br />
scrutiny legal advise. If the power of attorney is not accepted otherwise<br />
than for legal effect the charges will be refunded, if the power of attorney<br />
is returned on account of legal defect for correction separate charges of<br />
`50/- for security of corrected power of attorney will be payable by the<br />
tenderer while resubmitting the power of attorney. The same charges will<br />
be recoverable for scrutiny of all documents as in file of<br />
EL/50/1/ADI/T/13(12-13). The charges mentioned above are liable to<br />
vary and contractor shall be bound to make payment as per latest norms.<br />
Power of attorney, partnership deed, joint ventures or any other legal<br />
documents shall be subjected for legal vetting in head quarter office<br />
unless these are already vetted and no change have been incorporated in<br />
them till date of opening of tender. No payment shall be made unless<br />
legal vetting is obtained on such documents.<br />
13. Should tenderers be retired Engineer of the gazetted Rank or any other gazetted<br />
officer, working before his retirement whether in the executive of administrative<br />
capacity or whether holding a pensionable post or not in the<br />
Engineer/Engineering/Elect. Deptt. Of any of the <strong>Railway</strong> owned and<br />
administered by the president of India for the time being or should tenderer being<br />
a partnership firm have as the of its partner a retired Engineer or a retired<br />
Gazetted officer as aforesaid or should a tenderer being, an incorporated<br />
company have any such retired Engineer or retired officer as one of his director<br />
or should a tenderer has in his employment any retired Engineer or retired<br />
Gazetted officer aforesaid the full information as to date of Retirement of such<br />
Engineer or Gazetted office from the said service and in case where such<br />
Engineer or officer had not retired from the Government service at least two<br />
years perior to the date of submission of that tender as to whether permission for<br />
taking such contract or if the contractor be partnership firm or an incorporated<br />
company to a partner or director has been obtained by the tenderer or the<br />
Engineer or the officer as the case may be from the president of India or any<br />
officer duly authorized by him in his behalf shall be clearly stated in writing at the<br />
time of submitting the tender. Tender without the information above referred to or<br />
a statement to the effect that no such retired Engineer or retired Gazetted officer<br />
is so associated with the tenderer, as the case may be rejected.<br />
14. Should a tenderer or contractor on the list of approved contractor on or more of<br />
its share holder or relative/relatives of the share holders employed in Gazetted<br />
capacity in Engineering/Electrical Deptt. of <strong>Western</strong> <strong>Railway</strong> the authority inviting<br />
the tender shall be informed of the fact at the time of submission of the tender<br />
[ Tenderer ] [ Page 11of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
failing which tender may be disqualified if such fact subsequently comes to light<br />
the contract and laid down may rescinded in accordance with the provision in<br />
relevant clause of the general conditions of contract.<br />
15. Each of the tender documents and the covering sheet is required to be signed by<br />
person/persons submitting the tender in token of their having acquainted them<br />
selves with the general conditions of contract standard specification etc. laid<br />
down. Any tender with any of the documents not so signed is liable to be<br />
rejected.<br />
16. Tender enclosed in sealed cover duly super scribed as above must be sent by<br />
registered post to the address of the Divisional <strong>Railway</strong> Manager (Elect.)<br />
<strong>Western</strong> <strong>Railway</strong> Ahmedabad so as to reach this office not later than 15.00 hrs.<br />
on 22.06.2012 or deposited in special box allotted for the purpose in the office of<br />
the Divisional <strong>Railway</strong> Manager (Elect.) <strong>Western</strong> <strong>Railway</strong> Ahmedabad, which will<br />
be, sealed at 15.00 hrs. on same date.<br />
17. The authority for the acceptance of the tender will rest with the Divisional <strong>Railway</strong><br />
Manager (Elect.) who reserves to himself the right to accept the tender in whole,<br />
in part or reject any tender or any tenders without assigning reasons for any such<br />
actions.<br />
18. The successful tenderer/tenderers shall be required to execute an agreement<br />
with the president of India acting through Divisional <strong>Railway</strong> Manager (Elect.)<br />
<strong>Western</strong> <strong>Railway</strong> Ahmedabad to carry out the work according to the general<br />
conditions of contract and as per terms & conditions of the tender and technical<br />
specifications of the work.<br />
19. No passes will be issued for the contractor, his workman or any of his staff.<br />
20. The successful tenderer will however have no right or claim in the execution of<br />
the work, which is in opinion of the Sr. Divisional (Electrical) Engineer that work<br />
should be carried out departmentally or otherwise. The Sr. Divisional (Electrical)<br />
Engineer reserves to himself the right at any time after the acceptance of the<br />
tender to keep back from the contract and carry work in other ways or by other<br />
agency all work or any portion of work he may think fit without assigning any<br />
reasons.<br />
21. Cess and drinking water charges will be recovered form the contractors as per<br />
rules in force from time to time.<br />
22. Royalty on materials to be supplied by the contractor for construction work if any<br />
(Except those to be supplied by the <strong>Railway</strong>) will be borne by the contractor.<br />
23. Arrangements for permits or license for materials will not made by the <strong>Railway</strong>,<br />
but assistance will be given whenever possible.<br />
24. All taxes, duties and other Govt. levies etc. shall be liable to be deducted as per<br />
rates and rules in force at the time of preparation of bill and contractor shall have<br />
[ Tenderer ] [ Page 12of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
no objection in this regard. The rates quoted by tenderer shall be inclusive of all<br />
taxes, duties and other Govt. levies etc.<br />
25. The successful tenderer should give no claim certificate at the time of signing the<br />
final bill. The payment of the final bill as well as refund of security deposit will not<br />
be arranged till such certificate is given.<br />
26. Non compliance with any of the conditions set forth there in above is liable to<br />
result in the tender being rejected.<br />
27. The tender form is not transferable.<br />
28. The tenderer(s) shall inspect the proposed site of work and acquaint<br />
himself/themselves with the site conditions, working hours, layout of, land trees<br />
and shrubs that he/they will have to cut, type of strata likely to be met within the<br />
burrow pits, stacking space for materials, approach roads, path ways available,<br />
etc. and all relevant items connected with the execution of the work. No claim<br />
shall be entertained for the contractor (s) making his/their own arrangement for<br />
approaches/approach road from outside <strong>Railway</strong> land and contractor (s) will bear<br />
entire expenses such as road taxes, payment for right of way, etc. outsiders and<br />
for construction of approaches/approach roads etc.<br />
29. Drawings for the work can be seen in the offices of the Sr. Divisional Electrical<br />
Engineer, at any time during the office hours. These drawing are only for the<br />
guidance of contractors. Detailed working drawings (if required), based generally<br />
on the drawings mentioned above, will be given by the Engineer or his<br />
representative from time to time.<br />
30. All drawings copies of which may be furnished to the contractors by the <strong>Railway</strong><br />
Administration shall be treated as secret documents and should not be handed<br />
over or shown to the persons other than who are directly concerned with the<br />
work. The drawings shall be returned to the Engineer-in-charge on completion of<br />
the works or termination of the contract.<br />
31. The contractor shall take all steps necessary to ensure that all persons employed<br />
to any work in connection with this contract have noticed that the Indian officials<br />
secret act 1923 (XIV) of 1923 is applied to them and will continue to apply even<br />
after the execution of such work under the contract.<br />
************************************************<br />
[ Tenderer ] [ Page 13of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
SPECIAL CONDITIONS OF <strong>TENDER</strong><br />
1. Regulations and abolition act 1970 and general rules 1971:<br />
[a] The contractor shall observe and follow all the provisions of the<br />
contractual labour regulations and abolition act 1970 and general rules<br />
1971 or any statutory modification or re enactment thereof for the time<br />
being in force and any rules and regulations made there under in respect<br />
of all the persons directly or through petty contractor or sub contractor<br />
employed by him under this contract indemnify the <strong>Railway</strong> from and<br />
against any claim under the contractual labour regulations and abolition<br />
act 1970 and general rules 1971 or any further rules and regulations<br />
framed there under by on or behalf of the person directly or through<br />
petty contractor or sub contractor employed him or otherwise.<br />
[b]<br />
The contractor shall obtain license from the licensing officers specified in<br />
the Act in necessary license fee as per section 12 of the Act 1970 and<br />
rules 26 of the General Rules 1971 in every case in which by virtue of<br />
section (20) (2) and 21 (4) of the central labour Regulations and abolitions<br />
Act 1970 the <strong>Railway</strong> is obligated to provide amenities of pay wages to<br />
labour employed by the contractor in executing the work, the <strong>Railway</strong> will<br />
recover from the contractor the expenditure so incurred by the <strong>Railway</strong> or<br />
the wages so paid and without prejudice to the rights of the <strong>Railway</strong> under<br />
section (2) (2) and 21 (4) of the said Act sub amounts of part there or by<br />
deducting it from the security deposit or from any such due by the<br />
<strong>Railway</strong> to the contractor whether under these or any other present<br />
provided that if any dispute arise as to the expenditure incurred by the<br />
<strong>Railway</strong> in the provision of the said amenities the decision of the Engineer<br />
there of shall be final and binding.<br />
2. Inspection:<br />
The <strong>Railway</strong>’s representative/ officers for checking the progress and quality of<br />
work could inspect the work site at any time. Any defects as may be noticed by<br />
the inspecting officials will have to be rectified by the contractor at his cost. In<br />
case the inspecting officer finds the progress unsatisfactory or the quality of work<br />
inferior, he may immediately order the contractor to suspend the work. The<br />
defects noticed should be got attended immediately, failing which the defects<br />
could be got rectified and the balance work got completed through any other<br />
agency at risk and cost of the defaulting contractor.<br />
3. Tools and plants:<br />
The contractor will have to make his own arrangements for tools and plants<br />
required for execution of the works.<br />
4. Works completion report:<br />
A work completion report will have to be given by the contractor after the work<br />
has been completed in all respects with information as specified in clause and<br />
before submitting his final bill.<br />
5. Variation in quantities of tender schedule:<br />
[ Tenderer ] [ Page 14of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
Variation Clause has been modified in GCC in term's of <strong>Railway</strong> board's letter<br />
No.2007/CE-I/CT/18 dated 28.09.2007 and letter no. 2007/CE.I/CT/18 Pt.XII, dated<br />
31.12.2010.<br />
The procedure detailed below shall be adopted for dealing with variations in<br />
quantities during execution of works contracts:<br />
(i) Individual NS items in contracts shall be operated with variation of plus or minus<br />
25% and payment would be made as per the agreement rate. For this, no finance<br />
concurrence would be required.<br />
(ii) In case an increase in quantity of an individual item by more than 25 % of the<br />
agreement quantity is considered unavoidable, the same shall be got executed<br />
by floating a fresh tender. If floating a fresh tender for operating that item is<br />
considered not practicable, quantity of that item may be operated in excess of<br />
125% of the agreement quantity subject to the following conditions:<br />
a) Operation of an item by more than 125% of the agreement quantity needs the<br />
approval of an officer of the rank not less than S.A. Grade;<br />
i. Quantities operated in excess of 125% but upto 140% of the agreement<br />
quantity of the concerned item, shall be paid at 98% of the rate awarded for<br />
that item in that particular tender;<br />
ii. Quantities operated in excess of 140% but upto 150% of the agreement<br />
quantity of the concerned item shall be paid at 96% of the rate awarded for<br />
that item in that particular tender;<br />
iii. Variation in quantities of individual items beyond 150% will be prohibited<br />
and would be permitted only in exceptional unavoidable circumstances with<br />
the concurrence of associate finance and shall be paid at 96% of the rate<br />
awarded for that item in that particular tender.<br />
b) The variation in quantities as per the above formula will apply only to the<br />
Individual items of the contract and not on the overall contract value.<br />
c) Execution of quantities beyond 150% of the overall agreemental value should<br />
not be permitted and, if found necessary, should be only through fresh<br />
tenders or by negotiating with existing contractor, with prior personal<br />
concurrence of FA&CAO / FA&CAO(C)and approval of General Manager.<br />
(iii) In cases where decrease is involved during execution of contract:<br />
a) The contract signing authority can decrease the items upto 25% of individual<br />
item without finance concurrence.<br />
b) For decrease beyond 25% for individual items or 25% of contract agreement<br />
value, the approval of an officer not less than rank of S.A. Grade may be<br />
taken, after obtaining 'No Claim Certificate' from the contractor and with<br />
finance concurrence, giving detailed reasons for each such decrease in the<br />
quantities.<br />
c) It should be certified that the work proposed to be reduced will not be<br />
required in the same work.<br />
[ Tenderer ] [ Page 15of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
(iv)<br />
The limit for varying quantities for minor value items shall be 100'% (as against<br />
25%prescribed for other items). A minor value item for this purpose is defined<br />
as an item whose original agreement value is less than 1% of the total original<br />
agreement value.<br />
(v) No such quantity variation limit shall apply for foundation items.<br />
(vi) As far as SOR items are concerned, the limit of 25% would apply to the value<br />
of SOR schedule as a whole and not on individual SOR items. However, in<br />
case of NS items, the limit of 25% would apply on the individual items<br />
irrespective of the manner of quoting the rate (single percentage rate or<br />
individual item rate).<br />
(vii) For the tenders accepted at Zonal <strong>Railway</strong>s level, variations in the quantities<br />
will be approved by the authority in whose powers revised value of the<br />
agreement lies.<br />
(viii) For tenders accepted by General Manager, variations upto 125% of the original<br />
agreement value may be accepted by General Manager.<br />
(ix) For tenders accepted by Board Members and <strong>Railway</strong> Ministers, variations up<br />
to 110% of the original agreementvaluemaybe accepted by GeneralManager.<br />
(x)<br />
The aspect of vitiation of tender with respect to variation in quantities should be<br />
checked and avoided. In case of vitiation of the tender (both for increase as<br />
well as decrease of value of contract agreement), sanction of the competent<br />
authority as per single tender should be obtained.<br />
6. Guarantee:<br />
Complete work done shall be guaranteed for a period of 12 months from the date<br />
of successful commissioning and testing for their satisfactory performance. The<br />
successful tenderer will have to attend the failed equipment/part of work, as soon<br />
as they are informed by the <strong>Railway</strong>’s representative, with out waiting for<br />
availability of stores or labours and without any reservations and disputes. The<br />
decision of the Senior Divisional Electrical Engineer Ahmedabad with respect to<br />
liability for such rectification and replacement shall be final and binding on the<br />
tenderer.<br />
7. General Conditions of Contract:<br />
Contractor shall abide by the General conditions of contract of <strong>Western</strong> <strong>Railway</strong>s.<br />
8. Jurisdiction of court:<br />
If any dispute arises between the parties with respect to this agreement, any<br />
application or suit shall be instituted only in the court with the local limits of<br />
whose jurisdiction, the <strong>Western</strong> <strong>Railway</strong>’s Divisional Headquarters Office is<br />
situated and both the parties shall be bound by this clause.<br />
9. Terms of payment:<br />
[ Tenderer ] [ Page 16of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
NOTE:-<br />
(i)<br />
(ii)<br />
80% of supply rates will be paid against supply, inspection and<br />
acceptance of materials.<br />
20% of supply rates and 100% of installation charges will be paid after<br />
successful installation, testing and commissioning.<br />
‣ As per the FA & CAO’s latter no. HQ/Bks/CPC/Misc.Corresp/Vol II, dated<br />
02/07/2010, Reserve Bank of India will stop the practice of honouring<br />
cheques issued by <strong>Railway</strong>s on their outstation accounts with RBI from<br />
31.08.2010.<br />
‣ All the payments to the contractors, suppliers, etc are to be made only in<br />
Electronic modes (NEFT/RTGS).<br />
‣ The Contractors who do not have an Account in NEFT/RTGS enabled<br />
bank branches may shift their account to NEFT/RTGS enabled bank<br />
branches. (List of such bank branches is available at RBI’s website<br />
www.rbi.org.in/scripts/neft.aspx ).<br />
‣ Tenderers should provide the details of bank name, branch name and<br />
address, Account type, Bank account no. and bank and branch code as<br />
appearing in the MICR cheque issued by the bank. The Tenderer should<br />
also attach certificate from their bank certifying the correctness of all the<br />
above mentioned information.<br />
‣ The tenderer for carrying out any construction work in Gujarat must get<br />
themselves registered from the Registering Officer under Section – 7 of<br />
the Building and Other Construction Workers Act,1996 and rules made<br />
thereto by the Gujarat Govt and submit certificate of Registration issued<br />
from The Registering Officer of the Gujarat govt. Labour Deptt. For<br />
enactment of this ACT, the tenderer shall required to pay cess@1 % of<br />
cost of construction work to be deducted from each bill. Cost of material<br />
shall be outside the purview of cess, when supplied under a separate<br />
schedule item.<br />
10. Performance Guarantee [PG]:<br />
Clause of Performance Guarantee has been modified in GCC in term's of<br />
<strong>Railway</strong> board's letter No.2007/CE-I/CT/18 Pt,XII dated 31.12.2010.<br />
The procedure for obtaining Performance Guarantee is outlined below:<br />
a) The successful bidder shall have to submit a Performance Guarantee (PG)<br />
within 30 (thirty) days from the date of issue of Letter Of Acceptance (LOA).<br />
Extension of time for submission of PG beyond 30 (thirty) days and up to 60<br />
days from the date of issue of LOA may be given by the Authority who is<br />
competent to sign the contract agreement. However, a penal interest of 15%<br />
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 to submit<br />
the requisite PG even after 60 days from the date of issue of LOA, the<br />
contract shall be terminated duly forfeiting EMDand other dues, if any<br />
payable against that contract. The failed contractor shall be debarred from<br />
participating in re-tender for that work.<br />
[ Tenderer ] [ Page 17of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
b) The successful bidder shall submit the Performance Guarantee (PG) in any<br />
of the following 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<br />
the market value;<br />
iv. Deposit Receipts, Pay Orders, Demand Drafts and Guarantee<br />
Bonds. These forms of Performance Guarantee could be either of the<br />
State Bank of India or of any of the Nationalized Banks;<br />
v. Guarantee Bonds executed or Deposits Receipts tendered by all<br />
Scheduled Banks;<br />
vi. A Deposit in the Post Office Saving Bank;<br />
vii. A Deposit in the National Savings Certificates;<br />
viii. Twelve years National Defence Certificates;<br />
ix. Ten years Defence Deposits;<br />
x. National Defence Bonds and<br />
xi. Unit Trust Certificates at 5% below market value or at the face<br />
value whichever is less.<br />
Also, FDR in favour of Senior Divisional Finance Manager - Ahmedabad (free<br />
from any encumbrance) may be accepted.<br />
NOTE: The instruments as listed above will also be acceptable for Guarantees in<br />
case of Mobilization Advance.<br />
c) The Performance Guarantee shall be submitted by the successful bidder after<br />
the Letter Of Acceptance (LOA) has been issued, but before signing of the<br />
contract agreement. This P.G. shall be initially valid up to the stipulated date<br />
of completion plus 60 days beyond that. In case, the time for completion of<br />
work gets extended, the contractor shall get the validity of P.G. extended to<br />
cover such extended time for completion of work plus 60 days.<br />
d) The value of PG to be submitted by the contractor will not change for<br />
variation upto 25% (either increase or decrease). In case during the course of<br />
execution, value of the contract increases by more than 25% of the original<br />
contract value, an additional Performance Guarantee amounting to 5% (five<br />
percent) for the excess value over the original contract value shall be<br />
deposited by the contractor."<br />
e) The Performance Guarantee (PG) shall be released after physical completion<br />
of the work based on 'Completion Certificate' issued by the competent<br />
authority stating that the contractor has completed the work in all respects<br />
satisfactorily. The Security Deposit shall, however, be released only after<br />
expiry of the maintenance period and after passing the final biII based on 'No<br />
Claim Certificate' from the contractor.<br />
f) Whenever the contract is rescinded, the Security Deposit shall be forfeited<br />
and the Performance Guarantee shall be encashed. The balance work shall<br />
be got done independently without risk & cost of the failed contractor. The<br />
[ Tenderer ] [ Page 18of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
failed contractor shall be debarred from participating in the tender for<br />
executing the balance work. If the failed contractor is a JV or a Partnership<br />
firm, then every member/partner of such a firm shall be debarred from<br />
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<br />
except for amounts to which the President of India is entitled under the<br />
contract (not withstanding and/or without prejudice to any other provisions<br />
in the contract agreement) in the event of :<br />
i. Failure by the contractor to extend the validity of the Performance Guarantee<br />
as described herein above, in which event the Engineer may claim the full<br />
amount of the Performance Guarantee.<br />
ii. Failure by the contractor to pay President of India any amount due, either as<br />
agreed by the contractor or determined under any of the Clauses/Conditions<br />
of the Agreement, within 30 days of the service of notice to this effect by<br />
Engineer.<br />
iii. The Contract being determined or rescinded under provision of the GCC,the<br />
Performance Guarantee shall be forfeited in full and shall be absolutely at the<br />
disposal of the President of India.<br />
Legal vetting of Bank Guarantee Bond.<br />
As per amendment in the Bombay stamp Act, 1958 the revised stamp duty<br />
of Bank Guarantee Bond is as under:<br />
Amount of Guarantee bond<br />
a. Where the amount not exceeds<br />
Rs. 2,500/-<br />
b. Where the amount exceeds Rs.<br />
2,500/-<br />
Stamp Duty ‘Payable’<br />
Rupees One Hundred<br />
Five rupees for every one thousand rupees<br />
or part thereof for the amount secured by<br />
such deed, subject to the minimum of one<br />
hundred rupees and maximum of ten lakh<br />
rupees.<br />
11. Security Deposit [SD]:<br />
Clause of Security Deposit has been ammended in GCC in term's of <strong>Railway</strong><br />
board's letter no.2003/CE-I/CT/4/PT.I dated 16.05.2006 issued vide <strong>Western</strong><br />
<strong>Railway</strong> Headquarter letter no. W/118/0.Vol.II(W-6)dated 30/05/2006 and the<br />
same shall be applicable to this contract and necessary changes are reproduced<br />
as under:-<br />
[a]<br />
[b]<br />
The sentence "in the form of Government Securities" stands deleted from<br />
concerned clause of security deposit in GCC.<br />
Unless otherwise specified in the special conditions, if any, the Security<br />
Deposit/rate of recovery/mode of recovery shall be as under:-<br />
[i] Security deposit for each work should be 5% of the contract value.<br />
[ Tenderer ] [ Page 19of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
[ii] The rate of recovery should be at the rate of 10% of the bill amount till the<br />
full security deposit is recovered<br />
[iii] Security Deposits will be recovered only from the running bills of the<br />
contract and no other mode of collecting SD such as SD in the form of<br />
instruments like BG, FD etc. shall be accepted towards Security Deposit.<br />
[iv] Security Deposit shall be returned to the contractor after completion of<br />
maintenance (guarantee) period as certified by the Competent Authority.<br />
The Competent Authority shall normally be the authority who is<br />
competent to sign the contract. If this Competent Authority is of the rank<br />
lower than JA Grade, then a JA grade officer (concerned with the work)<br />
should issue the certificate. The certificate, inter alia, should mention<br />
that the work has been completed in all respects and that all the<br />
contractual obligations have been fulfilled by the contractors and that<br />
there is no due from the contractor to <strong>Railway</strong>s against the contract<br />
concerned. Before realizing the SD, an unconditional and unequivocal<br />
no claim certificate from the contractor concerned should be obtained.<br />
12. Employment of Diploma and Degree Holder:<br />
The contractor shall employ the following technical staff during the execution of<br />
this work:<br />
[i] One graduate engineer when the cost of the work to be executed is ` 15<br />
lakhs and above.<br />
[ii] One qualified diploma holder when the cost of the work to be executed is<br />
more than ` 5 lakhs but less than ` 15 lakhs. Technical staff should be<br />
available at site whenever required by the Engineer in charge to take<br />
instruction. In case the contractor fails to employ the technical staff as said<br />
above, he shall be liable to pay a reasonable amount not exceeding a sum of<br />
` 2,000/ - (` Two - thousand only) for each month of default in case of<br />
graduate engineer and ` 1,000 /-(` One thousand - only) for each month of<br />
default in case of diploma holder as to the period for which the required<br />
technical staff was not employed by the contractor.<br />
13. Furnishing Wrong Information:<br />
If the tenderer/s deliberately gives / give wrong information in his / their tender,<br />
creates / create circumstances for the acceptance of his / their tender, the<br />
<strong>Railway</strong> administration reserve the right to reject such tender at any stage.<br />
14. <strong>Railway</strong> Administration Reserve The Rights:<br />
The <strong>Railway</strong> Administration reserves the right to change or amend the drawings<br />
as and when necessary at any stage of the work. No claim of any kind what so<br />
ever will be entertained by the <strong>Railway</strong>. In case the execution of any item of the<br />
work is held up for want of approved design or late supply of such material as are<br />
to be arranged by the <strong>Railway</strong>, then such failure or delay shall in no way effect or<br />
vitiate the contractor or alter the character thereof or entitle the contractor for<br />
damages or compensation thereof but in any such case, the <strong>Railway</strong> may grant<br />
such extension of the completion date as may be considered reasonable.<br />
[ Tenderer ] [ Page 20of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
15. <strong>Railway</strong>s Not Bound To Accept Any Tender:<br />
The <strong>Railway</strong>s shall not be bound to accept the lowest or any tender or to<br />
assign any reason for non-acceptance or rejection of a tender.<br />
The <strong>Railway</strong>s reserve the right to accept any tender in respect of the<br />
whole or any portion of the work specified in the tender papers or to subdivide<br />
the work among different tenderer or to accept any tender for less<br />
than the tendered quantities without assigning any reason whatsoever.<br />
The <strong>Railway</strong> Administration reserve the right to modify the quantity from<br />
time to time whether it is an increase or decrease in the scope and<br />
quantity of work. The tenderer shall not be entitled to any compensation<br />
but will be paid for as per contract for the actual work done.<br />
-----------------------------------------------<br />
[ Tenderer ] [ Page 21of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
<strong>Western</strong> <strong>Railway</strong><br />
Ahmedabad Division<br />
Schedule of Rates and quantities<br />
Name of Work : Ahmedabad (BG) : Electrical work in connection with<br />
repair to catwalk for washing cum inspection pit lines.<br />
Tender No. : EL/50/1/ADI/T/13(12-13)<br />
Approx. Cost : ` 55,05,964/-<br />
Completion period : Three Months<br />
SCHEDULE<br />
Sr. No. Description of item Unit Qty.<br />
Rate (`) Total cost<br />
Supply Erection (`)<br />
Supply, installation, testing and<br />
1.<br />
commissioning of portal to cover 40 mtr.<br />
or as per site feasible length as per MT 19 63494 27212 1723414<br />
specification shown in para (A) of<br />
annexure.<br />
2.<br />
Casting of foundation, Grouting and<br />
muffing as per specification shown in Cu.Mtr. 15 2860 1225 61275<br />
para (B) of annexure.<br />
Supply, fixing, testing and<br />
commissioning of 90 W LED light<br />
complete with all associated<br />
3.<br />
accessories. The contractor shall<br />
provide the mounting arrangement<br />
No. 64 18720 2080 1331200<br />
for fittings as required at site and as<br />
per specification shown in Para (C)<br />
of Annexure<br />
Supply of ISI marked XLPE<br />
insulated and PVC sheathed<br />
4. armoured aluminum cable of 4 core Mtr. 1200 213 0 255600<br />
25 Sq mm as per specifications<br />
shown in Para (D) of Annexure.<br />
5.<br />
SITC of outdoor type 12 way junction<br />
box with12 x 10 Amp MCB SP, neutral<br />
link and connector suitable for 4 core 25<br />
sq. mm. size cable as per<br />
No. 5 742 83 4125<br />
specifications shown in Para (E) of<br />
Annexure..<br />
Supply of ISI marked XLPE<br />
insulated and PVC sheathed<br />
6. armoured aluminum cable of 4 core Mtr. 600 1351 0 810600<br />
240 Sq mm as per specifications<br />
shown in Para (D) of Annexure.<br />
Supply of ISI marked XLPE<br />
insulated and PVC sheathed<br />
7. armoured aluminum cable of 4 core Mtr. 800 718 0 574400<br />
120 Sq mm as per specifications<br />
shown in Para (D) of Annexure.<br />
8.<br />
Providing train actuating auto lighting<br />
control system as per specifications<br />
Job 1 161600 17950 179550<br />
[ Tenderer ] [ Page 22of 44 ] [For Sr.DEE/ADI ]
9.<br />
10.<br />
11.<br />
12.<br />
13.<br />
14.<br />
shown in Para (F) of Annexure.<br />
SITC of out door type box as per<br />
specification shown in Para (G)<br />
of Annexure.<br />
Supply, fixing, testing and<br />
commissioning of 24 W LED light<br />
complete with all associated<br />
accessories. The contractor shall<br />
provide the mounting arrangement<br />
for fittings as required at site and as<br />
per specification shown in Para (H)<br />
of Annexure<br />
Digging of cable trench for double<br />
cable and laying, testing and<br />
commissioning of aluminium cable<br />
in cable trench as per specification<br />
shown in Para (I) of Annexure.<br />
Laying, testing and<br />
commissioning of aluminum<br />
cables in air on wall/pole with<br />
suitable clamp/ saddles as per<br />
specification shown in para (J) of<br />
Annexure.<br />
Digging of cable trench on pukka<br />
area, laying of single cable &<br />
resurfacing as earlier with<br />
cement concrete in ratio of 1:2:4<br />
as per specification shown in<br />
Para (K) of Annexure.<br />
Supply of ISI marked XLPE<br />
insulated and PVC sheathed<br />
armoured aluminum cable of 4 core<br />
50 Sq mm as per specifications<br />
shown in Para (D) of Annexure.<br />
[Downloaded from Internet]<br />
No. 40 2590 290 115200<br />
No. 20 9000 1000 200000<br />
Mtr. 300 111 28 41700<br />
Mtr. 700 15 3 12600<br />
Mtr. 250 190 48 59500<br />
Mtr. 400 342 0 136800<br />
Total [` Fifty Five Lakhs Five Thousand Nine Hundred Sixty Four Only] ` 55,05,964/-<br />
[ Tenderer ] [ Page 23of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
O F F E R<br />
SCHEDULE<br />
I/We offer to carry out the aforesaid tender at ________________ %( in figures)<br />
______________________________________ % (in words) below/above/at PAR.<br />
N O T E:<br />
1. The rates are firm & consolidated and inclusive of all taxes, duties, levies<br />
including ED, ST on works contract, incidental transport etc.<br />
2. No price variation is admissible in this tender whether on rates, taxes, duties,<br />
levies etc.<br />
3. The Schedule of Rates & Quantities shall be read together with the GCC in<br />
vogue and the terms & conditions incorporated in the tender paper.<br />
4. No payment at the stage of supply shall be made against all items where supply<br />
rates have been shown zero. Full payment of supply, erection & labour charges<br />
for quantity executed against these items shall be given after completion of that<br />
particular quantity in running / final bills.<br />
5. The unit rate in the rate schedule includes supply, installation, testing, &<br />
commissioning including all contingent material like hard ware, bushes, PVC<br />
flexible pipe, down rods, chain, clamps, connecting wires etc. if not specified in<br />
the rates schedule.<br />
6. All released material, if any, shall have to be handed over to concerned<br />
supervisor incharge of the jurisdiction with deploying manpower as well as own<br />
transport of contractor.<br />
7. Tenderer’s are advised to kindly go through the clause TEN of performance<br />
guarantee and clause ELEVEN of security Deposit of special conditions of<br />
tender, which have recently been introduced/amended in General Conditions of<br />
Contract.<br />
8. Tenderers are advised to read all the contents of technical specifications in<br />
the annexure and quote rates accordingly.<br />
*****************************************************<br />
[ Tenderer ] [ Page 24of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
TECHNICAL SPECIFICATION<br />
Name of Work:<br />
Ahmedabad (BG) : Electrical work in connection with repair to catwalk for<br />
washing cum inspection pit lines.<br />
SCOPE OF WORK:<br />
This work " Ahmedabad (BG) : Electrical work in connection with repair to catwalk<br />
for washing cum inspection pit lines.” Includes SITC of DB, LED light fittings,<br />
portal, Digging of cable trench and laying of cable, Laying of cable in air, wall and in<br />
existing structure, laying of cable in RCC structure, supply of LT XLPE cable, casting of<br />
foundation, gounting and muffing etc.<br />
Terms & Conditions [Specific to work]:<br />
A. The contractor shall carry out the electrical work as per IE Rules & Regulation<br />
and specification. Relevant IS specifications wherever applicable shall be<br />
followed.<br />
B. In case of any ambiguity in technical specifications of the work, the matter shall<br />
be referred to Sr. DEE and his decision shall be binding on contractor.<br />
C. The contractor has to supply & provide ancillary materials such as nut, bolt,<br />
clamps, brackets etc required for the work even if they are not mentioned in the<br />
tender schedule.<br />
D. The materials used in the work shall be of the standard make and shall be got<br />
approved from officer in charge of execution of work i.e. ADEE / P/ ADI before its<br />
installation.<br />
E. The unit rate in the rate schedule includes supply, installation, testing, &<br />
commissioning including all contingent material like hard ware, bushes, PVC<br />
flexible pipe, down rods, chain, clamps, connecting wires etc. if not specified in<br />
the rates schedule.<br />
F. Electrical works shall be carried out by the contractor in supervision of the railway<br />
Engineers and contractor shall inform the railway representative before starting<br />
the work. All the hidden work i.e laying of cables etc. shall be carried out in the<br />
presence of railway supervisor / representative.<br />
G. The released material to be collected and deposited in Rlys supervisor stores by<br />
contractor by deploying his own manpower and transport. The released material<br />
should be accounted for by Rly’s supervisor and contractor with joint note.<br />
H. Earth excavation should be carried out very cautiously so that<br />
Electrical/Telecommunication/Signaling cable passing through underground<br />
enroute the rail periphery do not get damage. if any damaged caused to<br />
OFC/Quad cable or Electrical cable during execution of the work, necessary<br />
debit shall be raised.<br />
[ Tenderer ] [ Page 25of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
A N N E X U R E<br />
(A) Technical specification for item No. 1 of SCHEDULE of rates and quantities:<br />
[SITC of portal]<br />
This includes fabrication, galvanization, supply & erection of Mast as per<br />
requirement at site. The galvanization of structure shall be as per <strong>Railway</strong>s<br />
Spec. No. ETI/OHE/13(4/90) with A & C slip No.3 or latest. Steel will confirm IS-<br />
226-62 Gr.A (1984) latest and IS 808 1989 or its latest version for steel.<br />
Payment shall be as per black steel weight of approved RDSO drawing. Weight<br />
of galvanization will not be considered for payment. Galvanization and<br />
fabrication of structure shall be done as per RDSO/CORE approved agency<br />
only. Work to be carried out through tenderer. The actual feasible beam span of<br />
mast shall be measured at site before supply and it must as per site<br />
requirement.<br />
Galvanisation damaged during transportation/ carting will be touchup with<br />
cold ZINC paints by tenderer.<br />
Materials will be supplied at site of work.<br />
(B) Technical specification for item No. 2 of SCHEDULE of rates and quantities:<br />
[casting of foundation,Grouting and Muffing]<br />
The price shall includes the excavation and casting of foundation- based on guiding<br />
RDSO’s/CORE’s/CEE, W.Rly’s/IS/BS specification with latest A&C slip.<br />
The price shall cover excavation, supply and handling of all materials and accessories,<br />
temporary arrangements for excavation of all class of soil, casting concrete including<br />
frame work what ever necessary, temping of concrete, grouting of structures and<br />
finishing the top of concrete foundation or anchor blocks as per approved<br />
design/drawings. The price shall also include dismantling of all connected temporary<br />
arrangements. The payable volume of the foundation shall be designs one as shown in<br />
the approved drawings, irrespective of the actual configuration assumed by the later.<br />
The depth of the excavation shall be measured from the foundation level to the<br />
maximum excavated point. For the computation of volume of steel work shall be ignored.<br />
The prices shall also cover the cost of diversion of masonry earth drain wherever<br />
necessary for casting of foundation. Contractor shall also arrange all tools and plants for<br />
carrying out the works at his own cost.<br />
Foundation shall be cast as prescribed in RDSO letter No. TI/CIVE/FND/0 dtd. 9.9.2002.<br />
Concrete mixed for foundation shall have minimum grade for different exposures as per<br />
the table 5 of IS 456 – 2000 all latest which are indicated as under.<br />
Sr.No Exposure condition Grade of concrete<br />
1 Moderate M-15 with concrete for core in M-20.<br />
2 Severe M-20 with concrete for core in M-20<br />
Contractor has to prepare standard cube of size 150x150x150mm for every 10 cum<br />
of foundation cast & is to be tested in the Govt. approved laboratory as per IS-<br />
516/1959(or Latest) to obtain the result as per IS 456/2000 or latest.<br />
Cement used shall confirm to IS 1489 – 1976 or latest& grade 53.<br />
[ Tenderer ] [ Page 26of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
Foundation casting shall be done in compliance of IS-456-2000 in each and<br />
every respect particularly material quantity, mixing, casting, curing, frame work<br />
etc. Poor workmanship shall not be acceptable.<br />
The graded coarse aggregate 40mm nominal size table 2 of the latest version of<br />
IS 383-1970 shall be used for foundation. A coarse aggregate for grouting and<br />
muffing shall be 20mm grade nominal size as table 2 of the latest version of IS<br />
383-1970(specification for coarse and fine aggregate for natural sources for<br />
concrete) Fine aggregate shall be graded from 10mm down wards.<br />
Notes for Item No. 2<br />
The prices under item 2 shall be same for any shape or size of concrete blocks in<br />
calculating the individual volume of concrete, fraction of a cubic meter beyond<br />
the third decimal shall be rounded of to the next nearest third decimal.<br />
The prices under item 2 shall apply for concreting of all foundation for masts,<br />
portals, anchor blocks for guy rods. For purpose of computation of<br />
volume of concrete of under item No. 2 volume of steel work<br />
embedded in the foundation block and muff shall be subtracted.<br />
Cost of all concrete will be paid for only under item No.2 and the prices of<br />
other items shall not include.<br />
For purpose of computation of volume of concrete under item No.2 the<br />
volume of concrete shall include the volume of sand and bitumen in<br />
sand cored foundation.<br />
For purpose of computation of volume of concrete the volume of each muff for<br />
all mast shall be taken as 0.02 cu. M. Except for mast with balance<br />
weights and for column of portal, each head span mast, 2 or 3 track<br />
cantilever mast and special fabricated mast for which the volume of<br />
muff shall be taken as 0.08 cum.. Irrespective of the size and shape of<br />
muff on a flat basis.<br />
Mixture for casting of foundation shall be 1:3:6 and mixing for grouting shall<br />
be 1:2:4. The gradation of concrete mixture is as per IS 456-2000 or<br />
latest.<br />
Curing of foundation shall be done by contractor for 11 days.<br />
The contractor shall used mechanized methods (vibrator) for casting of<br />
foundation. Only soft water shall be used for casting & curing of<br />
foundation.<br />
TABLE – 3 : PROPORTIONS FOR NOMINAL MIX CONCRETE:<br />
(Clause 8.3, 8.3.1 and 8.3.2)<br />
Grade of Total quantity of dry Proportion of Quantit<br />
Concrete aggregate by mass per fine aggregate y of<br />
50 kg. of cement, to be<br />
taken as the sum of the<br />
of coarse<br />
aggregate (by<br />
water<br />
per 50<br />
individual masses of the mass) kg of<br />
fine and coarse<br />
cement<br />
[ Tenderer ] [ Page 27of 44 ] [For Sr.DEE/ADI ]
aggregates max.<br />
max.<br />
1 2 (KG) 3 4<br />
(Litres)<br />
M 5 800 Generally 1:2 60<br />
M 10 480 but subject to 34<br />
M 20 250<br />
an upper limit<br />
of 1: 1:5<br />
30<br />
[Downloaded from Internet]<br />
NOTE: The proportions of the fine to coarse aggregates should be adjusted<br />
from upper limit to lower limit progressively, as the grading of the fine<br />
aggregates becomes finer and the maximum size of coarse aggregate<br />
becomes larger. Graded coarse aggregate shall be used.<br />
Example:<br />
For an average grading of the fine aggregate (that is zone 11 of table 4 of IS :<br />
383. 1970) the proportions shall be 1:1.5. and 1: 2 and 1:2.5 for maximum size of<br />
aggregate 10mm, 20mm and 40mm respectively.<br />
Method of test for aggregates for concrete part-III specific gravity, density, voids,<br />
absorption and bulking.<br />
In judging the acceptability of the materials, quality of concrete and the method of<br />
work, the Purchaser will generally observe the provisions of the “ Indian Standard<br />
code of Practice for Plain and Reinforced Concrete, IS : 456- 1978 or latest. The<br />
crushing strength of concrete shall not be less than the limits given below:-<br />
Crushing strength of 15cm cubes by works test,<br />
Concrete At 7 days age At 28 days age.<br />
(a) M-10 70kg/cm² 100 kg/cm²<br />
(b) M-15 100kg/cm² 150kg/cm²<br />
NOTE: (a) Test specimen of works tests shall be taken at the site of work from<br />
mixture of concrete ready for pouring into the foundation hole. All tests shall be<br />
carried out in accordance with IS: 518-1959 or its latest version. The sample of<br />
concrete from which test specimens are made shall be representative of the<br />
entire batch.<br />
(a) Age is reckoned from the day of casting.<br />
SIZE AND GRADING OF AGGREGATES :<br />
The graded coarse aggregate 40 mm nominal size (table 2 of IS: 383-1970) shall<br />
be used for foundation. A coarse aggregate for grouting muffs and embedding<br />
shall be of 20 mm graded nominal size as per table 2 of IS : 383-1970 or latest<br />
(specification for coarse and fine aggregate from natural sources for concrete).<br />
Fine aggregate shall be graded from 10 mm down wards. The maximum size of<br />
aggregate for under reamed pile foundation shall be 20 mm graded nominal size.<br />
[ Tenderer ] [ Page 28of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
CEMENT :<br />
The cement to be used in the construction of RCC structures should be of<br />
ordinary Portland cement to IS : 1489-1976 or latest.<br />
FOUNDATIONS :<br />
The Contractor shall carry out soil pressure tests in accordance with<br />
methods approved by the purchaser to determine permissible bearing<br />
pressure of various representative types of soils in the presence of the<br />
purchaser’s representative during the pegging out of site inspection. He<br />
shall adopt only those values as accepted by the purchaser for the design<br />
of foundations.<br />
METHOD OF INSTALLATION<br />
The Contractor shall adopt mechanized method (Concrete mixer) for<br />
installation of foundation in the station areas with five track lines or more.<br />
The Contractor may adopt either manual or mechanized method for<br />
installation of foundations in the other areas. He may erect traction masts<br />
or structures in the same operation as casting of foundations or erect them<br />
subsequently in cored holes left in foundation blocks and grout them<br />
separately. In any case, the method of casting of foundation blocks and<br />
erection of mass or structures shall be subject to the approval of the<br />
purchaser.<br />
CONCRETING<br />
All concreting or grouting shall be done in accordance with para 3 with<br />
ballast graded for the purpose specified in para 4 The concrete shall be<br />
poured and temped properly in accordance with the method approved by<br />
the purchaser. The contractor shall arrange to provide concrete testing<br />
samples for tests once every week or as and when required by the<br />
purchaser, in determine crushing strength after 7 days or 28 days curing<br />
as required. Testing shall be arranged by the purchaser at his own cost.<br />
MUFFS<br />
All anchor blocks and foundations of structures carrying overhead equipment<br />
shall be provided with concrete muffs. The top of these muffs shall be above the<br />
level of ground of the track formation and of adequate height of not less than 15<br />
cm to afford reasonable protection during rainy weather. Muffs may be installed<br />
at the same time masts are grouted or after the mast/structure is loaded with<br />
equipment. The foundations of structures for switching stations need not,<br />
however, be provided with muffs. The top of such foundations shall be given a<br />
slope of 1 in 50 towards the edge to ensure that water does not collect at the<br />
base of the structure of the frame work of the equipment.<br />
Earth excavation should be carried out very cautiously so that<br />
Electrical/Telecommunication/Signaling cable passing through underground<br />
enroute the rail periphery do not get damage. if any damaged caused to<br />
OFC/Quad cable or Electrical cable during execution of the work, necessary<br />
debit shall be raised.<br />
(C) Technical specification for item No. 3 of SCHEDULE of rates and quantities:<br />
[LED light fitting]<br />
[ Tenderer ] [ Page 29of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
The contractor shall have to supply, fixing, testing and commissioning of 90 W LED type<br />
beamer light fitting complete with all associated accessories. The light should be of<br />
Goldwyn Model No. XB 04 12 CA or equivalent model of Crompton greaves or Surya or<br />
Wipro or GE make. It should be suitable for operation on 230V 50 C/S A.C. supply.<br />
Make and model should be got approved by Sr.DEE/ADI before supply.<br />
The contractor shall provide the mounting arrangement to fittings with all necessary<br />
hardware as per site condition and connection to the fittings shall be made with the 3<br />
core 2.5 sq. mm FR PVC insulated flexible copper wire through PVC pipe of 19/20 mm.<br />
dia with necessary clamping arrangement. The contractor should be got approval from<br />
Sr. DEE /ADI for fittings and it's mounting arrangement also before supply & erection.<br />
The contractor should submit the copy of challan or bill for the LED light from the<br />
manufacturer/authorized dealer issued on the name of contractor.<br />
(D) Technical specification for item No. 4, 6, 7 & 14 of SCHEDULE of rates and<br />
quantities : [supply of LT XLPE insulated aluminum cables]<br />
The contractor have to supply of ‘ISI marked’ LT XLPE insulated & PVC sheathed,<br />
armoured, 1.1 KV grade, aluminium cables of above sizes as mentioned in schedule of<br />
rates & quantity and confirming to IS: 7098( part-1:1988 )or latest. Cable should be of<br />
havell's, Torrent, Gloster, Bharat cables, Avocab make's only.<br />
In case of full drum length of the cable, the contractor has to offer for testing and<br />
inspection of cable at manufacturer’s works for which all arrangement i.e. fixing of time &<br />
date with manufacturer, arranging testing instruments, etc. shall have to be made by<br />
contractor at his own cost. The cable shall be tested in accordance with IE rules and<br />
relevant ISS & standard code of practice.<br />
For partial drum length, testing at manufacturer’s premises may be done if considered<br />
necessary by the railway.<br />
The contractor should submit the copy of challan or bill for the cable supplied from the<br />
manufacturer/authorized dealer issued on the name of contractor.<br />
(E) Technical specification for item No. 5 of SCHEDULE of rates and quantities :<br />
[SITC of junction box]<br />
The contractor shall have to Supply, installation, testing and commissioning of outdoor<br />
type 12 way junction box with 12 x 10 Amp. MCB SP, neutral link and connector<br />
suitable for 4 core 25 sq mm. size cable. The junction box should be of sintex make<br />
model No. GSJB3126 or equivalent of Gewiss or Hensel make only. The contractor shall<br />
have to Supply, installation, testing and commissioning of 10Amp MCB SP of hager<br />
make model no. NC110N or equivalent of Indo asian, Schneider, or C&S make ony.<br />
The contractor should submit the copy of challan or bill for the above items from the<br />
manufacturer/authorized dealer issued on the name of contractor.<br />
(F) Technical specification for item No. 5 of SCHEDULE of rates and quantities :<br />
[Providing train auto actuated light control system]<br />
1.1 Description of work<br />
Supply, Installation, Testing, Commissioning and maintenance of Web Based Energy<br />
Monitoring and control System (EMCS) for the train actuated auto light control at<br />
Ahmedabad BG with data accessibility also through a printer.<br />
1.2 Installation Scope details<br />
The following broad level activities are envisaged to be carried out by the bidders:<br />
1. Supply, Installation, Testing and commissioning of Web Based System comprising of<br />
EMCS devices with inbuilt three phase LT-CT meter, power supply system, battery for<br />
[ Tenderer ] [ Page 30of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
12 hour Power backup of EMCS unit, GPRS, wiring and fixing arrangement, as<br />
required.<br />
2. Supply of device data generation device to ensure Dashboard view for monitoring and<br />
control of all Lights. With laser Jet printer (A-4 size paper) and a digital camera. (14.1<br />
Mega pixels) with all accessories.<br />
3. Miscellaneous installation material like cables, lugs and mounting clamps etc. required<br />
for installation of EMCS Units shall be in the scope of bidder.<br />
4. Care shall be taken for proper crimping / tightening of the lugs / clamps to avoid any<br />
overheating, damage / malfunctioning during normal operation of the system.<br />
5. Installation Checks and verification: On completion of the erection activity, a physical<br />
verification of the installation shall be carried out by the Bidder’s supervisor /<br />
technician under the vigilance of RAILWAYS officials.<br />
6. The proposed EMCS system should be hosted at a Central Data Centre minimum Tier<br />
3 data center and should be in operation for a minimum of 2 years and the system must<br />
be web based. The EMCS application software should be accessible through a web<br />
browser via Internet. There should not be any requirement of client license on the User<br />
workstation.<br />
7. Integrating this system with existing centralized monitoring system of rake arrival and<br />
departure automation for washing platform lighting at Ahmedabad (BG).<br />
2. Functional Requirements<br />
2. 1 Hardware Functional Requirements:<br />
1. EMCS devices installed at RAILWAYS premises should send the data at regular<br />
intervals of 15 minutes over GPRS mode of communication to the Data Collection<br />
Servers at Bidders Data Centre.<br />
2. The parent EMCS device should communicate on GPRS and should send the energy<br />
data without any command / polling from the data centre<br />
3. Display of Electrical Parameters and Device connection status on local display of each<br />
device.<br />
4. The data sent by the EMCS should have real time stamping.<br />
5. The Real Time Clock (RTC) of all the EMCS Unit should be remotely synchronized to<br />
the Central Server using the Web Based Application Software.<br />
6. The EMCS Unit should have power backup of at least 12 hours for running the EMCS<br />
unit, in case of power failure.<br />
[ Tenderer ] [ Page 31of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
7. In case of GPRS failure the EMCS Unit should store all the data with date/time stamp<br />
for at least 10 days and should send it to Central Server as the GPRS resumes and<br />
should ensure more than 95% data transmission.<br />
8. EMCS Unit should support Remote Over The Air Firmware Updates of the complete<br />
unit for future proof deployment<br />
2.2 Web based Software Functional Requirements :<br />
The following should be taken care of in the Central Data Centre by the bidder:<br />
1. The Data Collection Servers should work on open protocol having mechanism for<br />
assured delivery of data sent by EMCS hardware device.<br />
2. The Data transfer between the Data Collection Servers and EMCS devices should work<br />
on publish subscribe mechanism. There should be no requirement of polling of data of<br />
the EMCS devices by the data collection server. The EMCS devices should publish<br />
their data to the data collection server on their own at a frequency of 15 minutes and<br />
configurable by User. In case of interruption in the communication, the EMCS device<br />
should be capable of resuming the communication from the last point.<br />
3. The application software should be based on Service Oriented Architecture (SOA).<br />
4. The application should be based on n-tier architecture with separate layers for<br />
presentation, business rules, middleware and database. Each tier should be based on<br />
component architecture.<br />
5. The database servers should be clustered to work in fail-safe mode with SAN storage<br />
to handle the huge data storage requirements. (Necessary Invoicing / Work Order to be<br />
provided)<br />
6. Backup: The Bidder shall have to automate its system so as to have regular back up of<br />
the data to ensure availability of data and information.<br />
7. Designing and deployment of clustered database (high availability mode) at central<br />
location: The Bidder is required to design the database in RDBMS platform so as to<br />
store all meter readings and Events at a pre-defined frequency along with meter<br />
configuration data. The database servers shall be installed in clustered mode to ensure<br />
its high availability. SAN Storage should be working at least on RAID-5 mode.<br />
8. All the application software, which is to be supplied by the Bidder, shall be web based.<br />
The web application should be accessible by RAILWAYS officials by entering their<br />
user name and password. There should not be any requirement on local application, and<br />
the system should work from anywhere on a simple web browser with secured<br />
username and password.<br />
[ Tenderer ] [ Page 32of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
9. Access and Data Security: The web interface should be on secured layer using https<br />
protocol based on 128-bit SSL encryption. The Antivirus server should be deployed at<br />
Data Centre for protection against any virus attacks to the network and servers. Data<br />
Center Servers should be protected by a firewall. Firewall should have flood control,<br />
intrusion prevention services and anti-spamming features.<br />
10. The system should have a laser jet printer suitable for A-4 size paper for printing of a<br />
generated data.<br />
3. Technical Specifications<br />
3. 1 EMCS Hardware Specifications<br />
• It shall be “SINGLE INTEGRATED UNIT” consisting of following-<br />
a. Tri – vector electrical energy meter (1 to 4 number depending upon<br />
requirement)<br />
b. Micro-controller based system<br />
c. Inputs & Outputs – Digital Inputs, Digital Outputs, Analog Inputs<br />
d. Potential free outputs<br />
e. GPRS communication modem<br />
f. Inbuilt 2 GB Memory for backup and storage of data<br />
g. Power Supply – 12 Volt DC with battery Charging<br />
h. Battery – 12 V DC<br />
i. On-board Real Time clock<br />
j. RS232 Serial port for system maintenance<br />
k. LCD display and keypad<br />
l. LASER JET PRINTER.<br />
• The EMCS device should be operational within the temperature range 0-50 Deg. C<br />
• Dual band GPRS Modem for communications with Central Server.<br />
• Antennas of suitable gain to assure connectivity at all times and conditions.<br />
• Micro controller based Unit to collect the data from Energy meters and capable of<br />
communicating with GPRS. On board RTC of high accuracy with battery back-up.<br />
[ Tenderer ] [ Page 33of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
• On-board Memory to store data during failure of GPRS network.<br />
• The EMCS Unit should have LCD Display and keypad. LED indications for the status<br />
of GSM Connectivity.<br />
• The EMCS device should have provision for interfacing with any ultrasonic level<br />
sensor and automatic valves so that complete automation is possible if required in future.<br />
• EMCS shall have ADC (Analog to Digital Converter) for sensor integration with<br />
following industry standard<br />
a. PT-100 Inputs – 2 Nos.<br />
b. 0-10 V Inputs – 2 Nos.<br />
c. 0/4-20mA Inputs – 4 Nos<br />
d. Digital Inputs - 2 Nos.<br />
Input Voltage 0-4 V as logic '0', 4 - 30V as logic '1'<br />
e. High Speed Inputs - 2 Nos.<br />
Input Voltage 0-3.5 V as logic „0, 3.5 - 30V as logic '1'<br />
f. Digital Outputs - 2 Nos.<br />
Potential Free Outputs (1 Common and 1 NO contacts)<br />
g. Maximum Input frequency 1 KHz<br />
h. Field Power Supply to Sensors<br />
i. DC 12 V Output - Range 11.5 to 13.8 VDC<br />
ii. DC 24 V Output - Range 21 to 26 VDC<br />
3. 2 Specification for Energy Meters – 3 Phase CT operated LT meter<br />
• 4 quadrant, bi-directional 3phase- 4 Wire Metering system<br />
• Accuracy Class 0.5S<br />
• CT Rating 5A, 3 CTs for measurement of Phase currents.<br />
• Display for viewing Parameters and Settings, Keypad for Setting of CT Ratio.<br />
• Communication interface shall be Modbus RTU on RS-485 network (2 Wire Halfduplex).<br />
[ Tenderer ] [ Page 34of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
• Single phase Auxiliary Power Supply with working range of 180 to 265 VAC phase to<br />
Neutral.<br />
• Parameter Measurement<br />
o Phase wise Voltage<br />
o Phase wise Current<br />
o Phase wise Power Factor<br />
o Phase wise Active Power<br />
o Phase wise Reactive Power<br />
o Phase wise Apparent Power<br />
o Neutral Current<br />
o Frequency<br />
o Total Active Power<br />
o Total Reactive Power<br />
o Total Apparent Power<br />
o Total Active Energy<br />
o Total Reactive Energy<br />
o Total Apparent Energy<br />
3. 3 Specifications for GPRS Modem<br />
• Dual Band E-GSM/GPRS 900/1800 MHz<br />
• GPRS multi-slot class 10<br />
• TCP/IP stack access via AT commands<br />
3.4 Specifications for Power Supply and Battery for EMCS<br />
The Power Supply for EMCS unit should meet following minimum requirements<br />
• Operating voltage 140VAC – 315VAC Phase to Neutral, 240VAC-550VAC phase to<br />
phase.<br />
• Power supply should work with neutral with any one phase, without neutral using any<br />
two phases.<br />
• Surge Protection up to 6KV<br />
• Protection against faults like neutral missing/weak, phase to phase shorting<br />
• 12V and 24V DC Supply output for sensor conditioning Low Battery Indication during<br />
power failure.<br />
• Fuses for Protection during faults and Fire.<br />
3.5 Specifications for EMCS Unit Enclosure<br />
• The EMCS unit should have a metal Enclosure suitable for outdoor installations.<br />
• All Energy Meters and communication circuits should be housed in a single enclosure.<br />
• The Enclosure should have provision for Wall mounting.<br />
[ Tenderer ] [ Page 35of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
• Communication cables should be terminated inside the Enclosure.<br />
• Electrical cables and control cables should also have termination inside the unit and the<br />
enclosure should have Glands to reduce the stress on cables.<br />
• Provision for Earthing.<br />
• Leaf Switch for Tamper detection. During opening of Box cover/Door, the system<br />
should note the event and send the same to Central server to store the event. SMS<br />
generation facility should be there in case of tampering.<br />
• Integrated Enclosure with all the above features should have CE certification with<br />
dimensions of 460 *400*200 CRCA sheet 1.5 mm powder coated with LCD display<br />
facility for signal strength, battery strength, Voltage, current and consumption phase<br />
wise. ( Necessary certificate to be provided)<br />
3.6 Specifications for Data Interface and Report Generation device<br />
• Processor : Intel Core i 5, 2.53 GHZ or better or latest Processor.<br />
• Operating System : Genuine Windows 7 ultimate Basic 32 bit (English)<br />
• Software : Microsoft(R) Works 9.0 (English)<br />
• HDD : 500 GB, 5400 rpm (min.) SATA<br />
• Display : 15.4” Widescreen WXGA (1280x800) TFT display<br />
• Memory : 1x2 GB DDR3 or latest SDRAM<br />
• Optical Drive : Internal 8X DVD+/-RW Combination Drive with dual layer write<br />
capabilities<br />
• Video Card : Intel(R) Integrated Graphics Media Accelerator x3100<br />
• Audio Solution : Integrated Stereo Sound<br />
• Wireless Network Card : Wireless 1395 802.11 g 54 Mbps Wireless Mini Card<br />
• Bluetooth Module : Wireless 355 Bluetooth Module<br />
• HP Laser jet Pro CP1025 printer<br />
• Dell inspiron 580 intel core i3 desk top computer.<br />
3.7 Web Based Application Software Specifications:<br />
Web Based Application software Specifications:<br />
1. User Management :-<br />
i) Administrator Interface: Software should provide a login interface to the administrator<br />
to interact with user management module. Administrator shall be able to<br />
a) Add User<br />
b) Delete User<br />
[ Tenderer ] [ Page 36of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
c) Define roles of user<br />
d) Edit User Information/role<br />
ii) Role Based Access: Software should support the role based access of the information.<br />
It should have features to define information based on user role.<br />
2. Group Management :-<br />
a) General: Software should have capability to create groups of metes, similar equipments<br />
or pair of equipments for particular control action (On/Off) & data analysis<br />
b) User Interface: Software should provide an interface to the user to interact with group<br />
management module. User shall be able to<br />
i) Create Groups<br />
ii) Delete Groups<br />
iii) Edit Group<br />
c) Group search: Software should provide the features to search groups based on several<br />
user defined filtering criteria like group name, type of group etc<br />
3. Reporting:-<br />
a) Generation of report: Software should provide various types of reports to analyze<br />
meter data, which would help RAILWAYS in taking various business/process<br />
decisions, for its source utilization in optimal way.<br />
b) Type of reporting: The reports should be web based.<br />
c) Reporting Pattern: Software should support following reporting pattern:<br />
i) 15 minutes<br />
ii) Hourly<br />
iii) Daily<br />
iv) Monthly<br />
v) Yearly<br />
d) View data in Tabular/Graphical form: view data in both tabular as well as Graphical<br />
format with selective or composite view of parameters & in different styles viz. bar &<br />
line.<br />
e) Zooming: Graphic Reports should have functionality of zoom in & Zoom out.<br />
f) Menu option for viewing each data report: Menu option should be available for<br />
reviewing each data reports. The options should be enabling based on the availability of<br />
the data, for the selected EMCS unit/meter. Each report header should have the<br />
important information regarding the unit, like Meter serial Number, Date & Time of<br />
data collection, CT ratio, etc<br />
g) Reporting Parameters: Reports should provide detailed information on Metering data,<br />
Load Survey data & Load profiles, Average power factor<br />
h) Support to Export Report: The software should enable the user to export reports into<br />
other application software like PDF, CSV for further processing<br />
i) Power Quality Report: The software should provide the following power quality<br />
reports: Voltage Imbalance, current imbalance, voltage fluctuations<br />
4 Rule Engine:<br />
a) Rule Engine Interface: Web based application software should provide an interface to<br />
interact with Rule Engine module user shall be able to<br />
[ Tenderer ] [ Page 37of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
i) Create rule<br />
ii) Edit rule<br />
iii) Delete rules<br />
iv)Activate/ deactivate rules.<br />
b) Following event based condition & action rules shall be configurable and editable over<br />
Internet for all the pumps:<br />
• Voltage in any phase goes above 260 volts with value of voltage<br />
• Voltage in any phase goes below 180 volts with value of voltage<br />
• Neutral current exceeds 10 % value of any phase current with value of current<br />
• Power factor of any phase is less than 0.85 with value of power factor<br />
• Any deviation from benchmark value of active power, apparent power and reactive<br />
power.Incoming power supply not available.<br />
Alarm generation in form of SMS/ EMAIL/ ON/OFF and it should be configurable on<br />
the basis of timing/ weekdays/ dates. Change in value shall be configurable from web<br />
based system.<br />
c) Real time rule engine support: Rule engine should continuously monitor the incoming<br />
stream of packets coming from EMCS devices & should report any violation of<br />
threshold values defined by the user. User should be able to configure the threshold on<br />
runtime.<br />
d) If-Then rules: Rule Engine module shall support rules based on the events which have<br />
occurred in the past<br />
e) Parameters for Rules: Rule Engine module shall support rules based on various<br />
parameters like<br />
i) Monitored Electrical Parameters<br />
ii) Calculated Electrical parameters<br />
f) Conditions for Rule: Rule Engine module shall support rules with various conditions<br />
like<br />
i) Less than<br />
ii) Greater than<br />
iii) Equal to<br />
iv) Less than equal to<br />
v) Greater then equal to<br />
vi) Not equal to<br />
vii) Aggregation of parameters<br />
viii) Average of parameters.<br />
f) Multiple conditions support: Rule Engine module shall support multiple conditions for<br />
a rule like<br />
i) OR based<br />
ii) AND based<br />
[ Tenderer ] [ Page 38of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
5.0 Energy Management services:<br />
Firm should be doing online energy audit based on the continuous reports being<br />
generated through the system with the help of energy auditor and submitting reports on<br />
quarterly basis for two years covering following points<br />
1. Previous 3 month analysis of energy management reports generated from web based<br />
energy management system<br />
2. Running hours to be decided based on average requirement.<br />
3. Suggestion for any addition/ modification in alert and alarm requirement for <strong>Railway</strong>s.<br />
4. Suggesting for changes in auto control facility for <strong>Railway</strong>s.<br />
5. Submitting printout of one original and 2 duplicate copy<br />
6.0 Inspection of material<br />
6.1 For inspecting the major/high value items, <strong>Railway</strong>’s representative will visit to<br />
manufacturer’s premises to conduct the test. Contractor shall provide all necessary<br />
assistance in carrying out below mentioned test and inspection at his own cost.<br />
A. Software features:-<br />
a) Web based report generation of all the function requirement of software as per<br />
specification<br />
b) Rule based control in form of SMS/ Email/ Alarm/ ON/ OFF action.<br />
c) Web/ SMS based control of pumps<br />
d) SMS based feedback in case alert or alarm generation to assigned person of <strong>Railway</strong>s<br />
in case<br />
1. On-Off<br />
2. Door open<br />
3. No Input supply<br />
4. Light failed to operate (on/off)<br />
5. Crossing bench mark figure of each parameter<br />
e) Dashboard view feature<br />
f) Group data report and modification<br />
g) Controlling of light minimum from 5 KMS distance and<br />
i) Access possibility minimum from 5 places.<br />
B. Hardware features:-<br />
1. High voltage protection tripping<br />
2. Protection against short circuit protection<br />
3. Protection against single phase phasing.<br />
4. Protection against neutral missing, phase to phase shorting<br />
[ Tenderer ] [ Page 39of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
5. Manual switch in hardware.<br />
6. Following certifications to be produce at the time of inspection<br />
a) CE certification<br />
b) ISO 9001 certificate in the name of OEM in field of GIS, system integration, advanced<br />
metering infrastructure, revenue management services<br />
c) Certificate confirming hardware (EMCS) to be suitable of Low Voltage Directive<br />
2006/95/EC & Electromagnetic Compatibility 2004/108/EC<br />
Supporting letter from OEM for following:-<br />
1. Empanelment of firm with Energy efficiency services limited (A joint venture of PSUs<br />
of ministry of Power, Govt. of India)<br />
2. Firm should be having previous energy management experience in any Government<br />
organization<br />
7.0 Warranty<br />
The EMCS hardware system installed at the site should be warranted for 12 months from<br />
the date of installation.<br />
The bidder shall provide training to 08 Nos. <strong>Railway</strong> staff for 15 working days<br />
minimum for the operations of the system.<br />
8.0 List of Approved makes:<br />
• Tri- vector electrical meters- Landis+Gyr, Satec, Elster<br />
• 8-Bit Micro-controller- Intel, Atmel, microchip,<br />
• GPRS modem and Antenna- Wavecom, Cinterion, Ericsson<br />
• Battery – 12 V DC- Wakai, Exide, Onkyo<br />
•SMPS power supply – phoenix, Meanwell, or equivalent<br />
•Relays – Gruner AG,NCR relay, Hongfa<br />
•Data generation device – Lenovo, HP, IBM, HCL, Dell, Sony.<br />
•LASER JET PRINTER – CANON, HP<br />
•Cables –Finolex, Anchor, Polycab, Avocab<br />
•SIM service- Idea, Airtel, Vodaphone<br />
•Digital camera – Sony, canon, Kodak.<br />
•Central server for data hosting and should be located in India- VSNL, BSNL, MTNL<br />
•Connectors- BALS, Menekes, Neptune<br />
[ Tenderer ] [ Page 40of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
(G) Technical specification for Item No. 9 of SCHEDULE of rates and<br />
quantities : [out door type box]<br />
The contractor shall have to design, supply, install, test and commission out door<br />
type box with common key lock arrangement detailed as under. Incoming & out<br />
going connections shall be properly made by the contractor with use of proper<br />
size of termination lugs etc. The contractor should be got approval from ADEE /P/ADI<br />
for out door type box, MCB and ray roll plug socket and it's mounting arrangement also<br />
before supply & erection.<br />
The box shall have following items .<br />
L/T-Hager-NC232N or its<br />
equivalent<br />
of<br />
Siemens/Schneider/C&S<br />
1<br />
1 No.<br />
Indoasian makes only.<br />
32 Amp.MCB ,DP<br />
2 20 Amp. ray roll plug<br />
socket<br />
3 MS box 400x300x150<br />
1 No.<br />
1 No.<br />
MP/MS20-BCH or it’s<br />
equivalent model of C&S/<br />
Gewiss/ Hensel make only.<br />
BIL50090-BCH or it’s<br />
equivalent model of C&S/<br />
Legrand make only.<br />
The contractor should submit the copy of challan or bill for the above material<br />
supplied from the manufacturer/authorized dealer issued on the name of<br />
contractor.<br />
(H) Technical specification for item No. 10 of SCHEDULE of rates and quantities:<br />
[LED light fitting]<br />
The contractor shall have to supply, fixing, testing and commissioning of 24 W LED type<br />
light fitting complete with all associated accessories. The light should be of Goldwyn<br />
Model No. XS 03 17 CA or equivalent model of Crompton greaves or Surya or Wipro or<br />
GE make. It should be suitable for operation on 230V 50 C/S A.C. supply. Make and<br />
model should be got approved by Sr.DEE/ADI before supply.<br />
The contractor shall provide the mounting arrangement to fittings with all necessary<br />
hardware as per site condition and connection to the fittings shall be made with the 3<br />
core 1.5 sq. mm FR PVC insulated flexible copper wire. The contractor should be got<br />
approval from Sr. DEE /ADI for fittings and it's mounting arrangement also before supply<br />
& erection.<br />
The contractor should submit the copy of challan or bill for the LED light from the<br />
manufacturer/authorized dealer issued on the name of contractor.<br />
[ Tenderer ] [ Page 41of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
(I) Technical specification for item No. 11 of SCHEDULE of rates and quantities :<br />
[Digging of trench]<br />
Cable shall be laid in trench between poles, main boards as per instruction of site<br />
supervisor. The cable in trench shall be laid as per drawing no. Sr. DEE/ADI-51/2234<br />
and IS 1255 (Latest).<br />
The installation of cable including joints shall be carried out in accordance with code of<br />
practice as specified in relevant ISS as amended latest.<br />
Route of the cable.<br />
Before laying is under taken the route shall be marked in consultation with <strong>Railway</strong>'s<br />
representative at site. While selecting cable route, corrosive soil, ground surrounding<br />
sewage effluent etc. shall be avoided.<br />
Cable lay out drawing to be got approved from work executing officer i.e. ADEE / P/ ADI<br />
before executing the work.<br />
Trenching:<br />
The width and depth of excavation shall be done as per drawing, for underground cables<br />
adequate protection shall be taken not to damage any existing cable (s), pipes or other<br />
such installations coming in the proposed route during excavation. Where brick, tiles or<br />
protective covers or bare cables are encountered, further excavation shall not be carried<br />
out with out consultation and approval of the <strong>Railway</strong>’s representative at site.<br />
Existing <strong>Railway</strong> property exposed during trenching shall be temporarily supported or<br />
propped adequately as directed by <strong>Railway</strong> representative i.e. site supervisor. The<br />
trenching in such cases shall be done in short length necessary pipes laid for passing<br />
cables there in and the trench refilled in accordance with clause No. 5.1.<br />
If there is any danger of trench collapsing or endangering adjacent structure, the sides<br />
should be well shored with timbering and or sheeting/as the excavation proceeds.<br />
The bottom of the trench shall be leveled and free from stone, bricks bats etc. The<br />
trench shall then be provided with a layer of clean dry sand cushion of 10 cm as shown<br />
in drawing. Provision of bricks is to be made for cable laying as shown in drawing.<br />
Approx 16 No bricks are required for the single cable trench and 28 bricks are required<br />
for the Double cable trench for the length of one meter distance. The site of trench will<br />
be given as per requirement by supervisor in charge of work.<br />
Laying of cables in trench:<br />
All cables before laying shall be tested with megger. The cable cores shall be tested for<br />
continuity, absence of cross phasing, insulation resistance between conductors to<br />
earth/sheath/armoured and insulation resistance between conductors.<br />
At the time of installation approximately 3 meters. of surplus cable shall be left on each<br />
end of the cable and at places as may be decided by the <strong>Railway</strong>. The surplus cable<br />
shall be left in the form of a loop.<br />
Back fillings:<br />
The trenches shall be back filled with excavated earth free from stones or other sharp<br />
edged debris and shall be rammed and watered. Unless otherwise specified a crown<br />
of earth should not be less than 50 mm in the center and tapering towards the<br />
sides of the trench filling as may be required.<br />
Cable route markers:<br />
[ Tenderer ] [ Page 42of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
Cable route markers shall be provided along straight runs of the cables at the locations<br />
approved by <strong>Railway</strong>.<br />
Route markers shall be made out as per sketch with information as size, cores and<br />
grade of cable shall be displayed. Cable route indicators with IR engraved on it to be<br />
provided at every 50 meters.<br />
Jointing:<br />
Before jointing is commenced all safety precautions like isolation, discharging, earthing<br />
etc. shall be taken to ensure that the cable would not be in-advertantly charged from live<br />
supply. Metallic armour and external metallic bonding shall be connected to earth.<br />
Where cable is to be jointed with the existing cable the sequence should be so arranged,<br />
as to avoid crossing of cores while jointing.<br />
Note: For item no. 6 of SCHEDULE, digging and laying of cable to be done in garden<br />
area where trench should be taken 1 feet deep and filling back without bricks. Contractor<br />
shall have to repair plaster or bricks work if damaged<br />
(J) Technical specification for item No. 12 of SCHEDULE of rates and quantities:<br />
[Laying of cable in Air, Wall, Pipe etc]<br />
Cable shall be laid between poles and main boards. These cables are to be laid on wall /<br />
Pole / Air with suitable of clamps.<br />
Route of the cable.<br />
Before laying is under taken the route shall be marked in consultation with <strong>Railway</strong>'s<br />
representative at site.<br />
Jointing:<br />
Before jointing is commenced all safety precautions like isolation, discharging, earthing<br />
etc. shall be taken to ensure that the cable would not be in-advertantly charged from live<br />
supply. Where cable is to be jointed with the existing cable the sequence should be so<br />
arranged, as to avoid crossing of cores while jointing.<br />
The installation of cable including joints shall be carried out in accordance with code of<br />
practice as specified in relevant ISS as amended latest.<br />
(K) Technical specification for item no.13 of SCHEDULE of rate and quantities :<br />
[ Laying of cable in RCC area]<br />
The Contractor shall have to do laying of the existing cables in trench in the size of<br />
300mmx200 mm and laying of existing cable in same trench & resurfacing as earlier.<br />
The Digging of the trench should be carried out by excavation method in<br />
PCC/Road/Platform area.<br />
Contractor shall have to made trench by excavation method in pukka<br />
(PCC/Road/Platform) area. Digging of trench and it’s covering with PCC to be done by<br />
contractor. Filling of this trench shall be done with PCC having ratio of cement<br />
concrete and sand as per 1:2:4 ratio. Work shall be carrying out as per instruction of<br />
site in charge.<br />
-----------------------------<br />
[ Tenderer ] [ Page 43of 44 ] [For Sr.DEE/ADI ]
[Downloaded from Internet]<br />
D E C L A R A T I O N<br />
I am / We are not related to any employee in any capacity on the <strong>Western</strong> <strong>Railway</strong>.<br />
OR<br />
I/We draw attention to the fact that I/We are related to the following employees of the<br />
<strong>Western</strong> <strong>Railway</strong>.<br />
Sr.<br />
No<br />
Name of the employee Department Degree of relation ship<br />
[Signature of the Tenderer]<br />
Address<br />
Note: The items which is not applicable should be struck off.<br />
*********END OF <strong>TENDER</strong> <strong>DOCUMENT</strong> **********<br />
[ Tenderer ] [ Page 44of 44 ] [For Sr.DEE/ADI ]