46
Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet िनिवदाकार के हःता¢र Signature of Tenderer ǐ. डल अिभयंता ([ ) .पू .. रेल, गपूर भारत के राƶपित के िलये एवं उनकȧ ओर से Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India Page 1 of 46 Form No.…… nf{k.k iwoZ e/; jsyos SOUTH EAST CENTRAL RAILWAY - Ukkxiwj eaMy NAGPUR DIVISION fufonk lwpuk la[;k% Tender Notice No: E/24/NGP/2015-16 dk;Z dk uke% Name of Work: 1. Renovation of Toilet block at kachewani & Gangajhari station 2. Provision of 48 Nos. concrete benches at A, B. D & E class stations under Sr. DEN/East/Nagpur 3. Development of 'A' category station at Rajnandgaon station. 4. Extension of existing length of station platforms for stopping running trains on BG sections Bakal (PF 1 & 2), Dhanoli (PF-1 & 2), Kachewani (PF-1) under Sr. DEN/East. 5. Provision of Toilets and urinals to eliminate the deficiencies of Toilets & Urinals at MEA under Sr. DEN/East. dk;Z dh ykxr % Cost of Work : ` 40,90,686/- c;kuk jkf'k% Earnest Money : ` 81,820/- fufonk [kqyus dh frfFk% Date of Opening of Tender: 09.12.2015 fufonk i= dk ewY;% Cost of Tender Form: ` 3,000 /- fufonk dh oS|rk frfFk% Tender Valid Up To: 90 Days / uCcs fnu fufonk izi= TENDER FORM

fufonk izi= - 4.imimg.com4.imimg.com › data4 › YO › BT › HTT-1530 › 1530_2015-11-23...1. Renovation of Toilet block at kachewani & Gangajhari station 2. Provision of 48 Nos

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 1 of 46

    Form No.…… nf{k.k iwoZ e/; jsyos

    SOUTH EAST CENTRAL RAILWAY -

    Ukkxiwj eaMy NAGPUR DIVISION fufonk lwpuk la[;k% Tender Notice No: E/24/NGP/2015-16 dk;Z dk uke% Name of Work:

    1. Renovation of Toilet block at kachewani & Gangajhari station 2. Provision of 48 Nos. concrete benches at A, B. D & E class stations under Sr. DEN/East/Nagpur 3. Development of 'A' category station at Rajnandgaon station. 4. Extension of existing length of station platforms for stopping running trains on BG sections Bakal (PF 1 & 2), Dhanoli (PF-1 & 2), Kachewani (PF-1) under Sr. DEN/East. 5. Provision of Toilets and urinals to eliminate the deficiencies of Toilets & Urinals at MEA under Sr. DEN/East.

    dk;Z dh ykxr % Cost of Work : ` 40,90,686/- c;kuk jkf'k% Earnest Money : ` 81,820/- fufonk [kqyus dh frfFk% Date of Opening of Tender: 09.12.2015 fufonk i= dk ewY;% Cost of Tender Form: ` 3,000 /- fufonk dh oS|rk frfFk% Tender Valid Up To: 90 Days / uCcs fnu

    fufonk izi= TENDER FORM

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 2 of 46

    INDEX Sr. No. Description of item

    Page From To

    1. Tender at a glance

    3 --

    2. Instruction for downloading of tender document from internet.

    4 5

    3. Instruction to tendere

    6 17

    4. Tender Form

    18 24

    5. Rate Sheet

    25 --

    6. Schedule

    26 31

    7. Special Condition

    32 43

    8. List of works completed

    44 --

    9. List of on going work

    45 --

    10. End of tender document

    46 --

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 3 of 46

    South East Central Railway Division:- Nagpur Department:- Engineering

    Tender Notice No:- E/24/NGP/2015-16

    Name of Work:-

    1. Renovation of Toilet block at kachewani & Gangajhari station 2. Provision of 48 Nos. concrete benches at A, B. D & E class stations under Sr. DEN/East/Nagpur 3. Development of 'A' category station at Rajnandgaon station. 4. Extension of existing length of station platforms for stopping running trains on BG sections Bakal (PF 1 & 2), Dhanoli (PF-1 & 2), Kachewani (PF-1) under Sr. DEN/East. 5. Provision of Toilets and urinals to eliminate the deficiencies of Toilets & Urinals at MEA under Sr. DEN/East.

    Cost of Tender Form: ` 3,000/-

    Completion Period:- 06 (Six) months including monsoon period.

    Approx. Tender Value:- ` 40,90,686/-

    Earnest Money:- ` 81,820/-

    Selling of Tender Form at office of Sr.DEN (Co-rd) /Nagpur in working days from :-

    10.00 Hrs of 23.11.2015 To

    15.00 Hrs of 07.12.2015

    Placing of Tender Box at office of Sr.DEN (Co-rd)/Nagpur in working day from :-

    10.00 Hrs of 23.11.2015 To

    15.00 Hrs. of 09.12.2015

    Closing of Tender Box at office of Sr.DEN (Co-rd)/Nagpur in working day at :-

    15.00 Hrs of 09.12.2015

    Opening of Tender Box at office of Sr.DEN (Co-rd)/Nagpur In working day at :-

    15.15 Hrs on 09.12.2015

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 4 of 46

    Instruction for Downloading of Tender Documents from Internet & its submission.

    1. The tender documents for this work can be obtained from the internet at SEC Railway website www.secr.indianrailways.gov.in & www.tenders.gov.in and the offers can be given on the same subject to be conditions given below which shall be carefully studied by the intending tenderer(s) and offers submitted accordingly.

    2. The tender documents shall be carefully downloaded from the website mentioned above and the same shall be printed carefully and arranged as per the index. The tender documents so downloaded shall be complete in all respects, which shall be the sole responsibility of the tenderer(s), and the Railway shall not be liable for any mistakes/loss or corruption of data in downloading and/or printing. The end of tender document has been marked in bold letters as “END OF TENDER DOCUMENT” on a separate page in the uploaded document to ensure that the complete tender document has been downloaded. The phrase “DOWNLOADED FROM INTERNET” shall appear on the top corner of all pages of down loaded tender documents. The tenderer(s) must also compare the document as printed with the document as uploaded on the website. The tenderer(s) shall sign the undertaking given below in Para 10 failing which the offer given by him/them shall be summarily rejected.

    3. A master copy of the document downloaded from the website mentioned above shall be kept in the office of the tender inviting authority. In case of any discrepancy between the tender document downloaded from the website and the master copy, the latter shall prevail and shall be binding on the tenderer(s). The offer received shall be deemed to have been submitted on the document as uploaded and appearing in the website mentioned above whose master copy is kept in the office of tender inviting authority.

    4. The tenderer(s) shall print the document on good quality, white A4 size paper on any good quality printer, preferably laser or DeskJet or inkjet type printer.

    5. The cost of tender document as mentioned in the notice inviting tender shall be enclosed with the offer as a separate bank draft in the name of “FA & CAO, S.E.C. Railway” or original money receipt deposited with Divisional Cashier, Nagpur, Raipur, Bilaspur or the station master of any station over SEC Railway for the requisite amount as cost of tender document. The cost of tender document shall not be clubbed with the earnest money deposit. The tenders submitted without the requisite cost of tender documents in appropriate form shall not be considered.

    6. The tenders shall be filled up after careful study of the documents and the site and any clarification required may be obtained from the tender inviting authority whose address is given in the tender documents.

    7. The tender(s) downloading the documents from internet must keep themselves updated through the website from which the tender document is downloaded regarding corrigenda, if any, to the notice-inviting tender or the tender or the tender documents, which shall be uploaded in the same website and also published in newspapers. The offers received without such corrigenda published shall be liable to be rejected.

    8. Any willful changes/deletion/addition in printing carried out in the tender documents shall be viewed very seriously, whether detected at the time of opening/award of tender of after award of work and the same may result in penal action including banning of further business with the defaulting tenderer(s). In addition, the tenderer(s) are liable to be prosecuted for the same as per law.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 5 of 46

    9. The tenderer(s) or his authorized representative shall sign in original on each page of

    the downloaded tender document. 10. The tenderer while submitting the tender should give the following declaration.

    a). I/We have downloaded the tender form from the internet site and I/We have not tempered/modified the tender documents in any manner. In case the same is found tempered/modified, I/We understand that my/our offer shall be summarily rejected and I/We are liable to be banned from doing business with the Railways and/or prosecuted as per law.

    b). I/We are submitting a demand draft No. ………………dated …………… issued by ………………………………………………or Original Money Receipt No.…………… dated ……/……/ 2015 deposited with ……………………….……… Station for Rs.………………… towards the cost of tender document.

    Dated :………/…………/2015 Name of Tenderer/s Complete Postal Address: …….………….………………………………………….. ………………….………………………………………… ………………….………………………………………… ………………….………………………………………… Mobile No:- ……………………………………. ………. Landline No:- ……………………………………………..

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 6 of 46

    S.E. C. RAILWAY ENGINEERING DEPARTMENT NAGPUR DIVISION

    INSTRUCTIONS TO THE TENDERER/S.

    1. The tender will be opened on 09.12.2015 at 15.15 Hrs in the Office of Sr. Divisional Engineer (CO), South East Central Railway, Nagpur.

    2. Tender forms will be available at the Office of Sr.Divisional Engineer (CO) South East Central Railway, Nagpur from 10.00 hrs of 23.11.2015 to 15.00 Hrs. of 07.12.2015 on any working day on production of receipt towards the cost of tender form.

    3. The cost of tender form can be deposited with the Divisional Cashier/S.E.C Railway, Nagpur Division/or any Station Master of S.E.C. Railway in Allocation Z-652

    4. Cost of Tender from in is not refundable under any circumstances.

    5. Earnest Money deposit:- (a) Value of the work (Tender Value) EMD

    For works Estimated to cost up to ` 1 Crore

    2% of the estimated cost of the work.

    For works Estimated to cost more than `.1 Crore

    ` 2 Lakhs plus ½% (half percent) of the excess of estimated cost of work beyond ` 1 Crore subject to a maximum of ` 1 Crore.

    (b) The Earnest Money shall be in the following forms: -

    (i) The Earnest Money should be in the form of cash/banker’s cheque/demand draft infavour of FA& CAO,S.E.C.Rly executed by State Bank of India or any of the Nationalised Banks or by a schedule Bank.

    (ii) The Earnest money deposited by the contractor with his tender will be retained by the Railways as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the rate for which are given below, may be deposited by the contractor in cash or may be recovered by percentage deduction from the contractors “on account bills” provided also that in case of defaulting contractor the railway may retain any amount due for payment to the contractor on the pending “On account bills” so that the amount so retained may not exceed 10% of the total value of the contract. Bank Guarantee will not be entertained for this purpose.

    6. The Tenderer/s shall be required to deposit earnest money with the tender for the due performance of the stipulation to keep the offer open till such date as specified in the tender, under the conditions of Tender, Annexure-I. If the tenderer/s after submitting the tender resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to the Railway, the amount of Earnest Money as specified in the tender shall be liable to be forfeited to the Railway.

    7. The Earnest Money is to be deposited in favour of FA & CAO, S.E.C. Railway, and can be deposited in any acceptable form as mentioned in the Tender Documents(item no 5b(i) above).

    7.1 The earnest money will be returned to the unsuccessful Tenderer/s, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in Railway’s possession, nor be liable to pay interest thereon.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 7 of 46

    No interest will be payable upon the earnest money or security deposit or amounts payable to the contractor under the contract, but on Government securities accrued interest will be payable thereon provided the contractor gets them renewed from time to time.

    8. The amount of Earnest Money may also be deposited with the Divisional Cashier, SEC Railway, Nagpur, under Allocation head–“Ordinary Deposit X-1.” The money receipt of the same must be enclosed along with the tender form.

    9. The tenders submitted without valid Earnest Money will summarily be rejected.

    10. Full Earnest Money as mentioned above will be deposited as security deposit for the due performance of the stipulation to keep the offer open for a period of 90 (Ninety) days from the date of opening of the same and it being understood that the tender documents have been sold/issued to the tenderer and is being permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not resile from his offer or modify the terms and conditions, thereof in a manner not acceptable to the Divisional Railway Manager (Engg)/Sr. Divl. Engineer/South East Central Railway/Nagpur and should the tenderer fail to observe or comply with the foregoing stipulations the amount will be forfeited by the Railway.

    11. The tender/contract will be governed by General Condition of Contract 2014 & Indian Railway Unified Standard Specifications (Works and Materials) Volume I & II of 2010 of Engineering department duly updated with correction slips up to date of opening of tender.

    12. Any special condition of contract however shall over rule provision of the GCC 2014 unless otherwise stated.

    12.1 The contract shall not be considered as complete until a maintenance Certificate is issued by the Engineer that the contractor has maintained the work to the satisfaction of the Engineer for the period specified as maintenance period in the contract.

    12.2 The maintenance period for the instant work shall be 06 (SIX) months from the date of completion of the work.

    13. Eligibility Criteria:- 1.0 Eligibility Criteria: Similar Nature of work and financial Criteria for tender approx value

    Rs.50 Lakhs and above Rs.50 Lakhs is as under:-

    (i) The tenderer should have completed in last three financial years (i.e. current year and three previous financial years) at least one similar single work for a minimum value of 35% of advertised tender value of the work.(Eligibility Criteria will be consider vide Railway board letter No.94/CE-I/CT/4 dated 23.11.2006)

    (ii) The total contract amount received during the last three financial years and in the current financial year should be a minimum of 150% of advertised tender value of the work.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 8 of 46

    2.0 SIMILAR NATURE OF WORKS (CATEGORY WISE)

    Type of works Similar nature of works A. Civil Works 1.Civil engineering works for building, water supply, sanitary works, Painting of steel structure and road works.

    Any civil works.

    2.Plantation & Horticulture works. Plantation work, work of land scaping, development and maintenance of gardens and lawns.

    3.Transportation work (P.Way materials, cement & slab etc.)

    All transport works or any civil works or any P.Way works.

    4.RCC over head tank works. Any civil works. 5.LC gate interlocking, Track Circuiting and other Misc. work.

    Any contractor who have done the work of supply and installation of Electrically operated lifting barrier.

    B. Track Works 1.Supply and spreading of machine crushed ballast.

    All works for supply, supply and spreading of machine crushed stone ballast, supply of machine crushed metal for road works.

    OR Any work in which item of RCC, PCC, Road work and any other item in which machine crushed stone aggregates and used. In such a case only 50% of the combined value of such items of a single work will be considered for eligibility criteria. *

    * To elucidate the above clause, the illustrated example is given below :

    (a) Advertised value of tender under consideration = Rs.10 Crores.

    (b) Eligibility criteria = One work of similar nature of minimum value of Rs.3.5 Crores.

    (c) Value of executed work by the tenderer as per certificate

    (i) Value of items involving PCC with machine crushed Aggregates

    = Rs. 2 Crores.

    (ii) Value of items involving RCC which machine crushed aggregates.

    = Rs. 2 Crores.

    (iii) Value of items involving road work (WBM, base course, surface course, wearing course etc.) involving machine crushed stone aggregates.

    = Rs. 2 Crores.

    (iv) Value of any other items involving crushed / Aggregates

    = Rs. 1 Crore.

    (v) Value of items involving PCC, Road works etc. involving hand broken stone aggregate .

    = Rs. 2 Crores.

    (vi) Value of other items [other than (i) to (v) not involving use of stone aggregates.

    = Rs. 11 Crores

    Total value of work = Rs. 20 Crores.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 9 of 46

    (d) Value of item PCC, RCC, etc involving use of machine Crushed stone aggregates.

    = Rs. 7 Crores.

    (e) 50% of value of (d) above. = Rs. 3.5 Crores.

    (f) The party fulfils eligibility criteria regarding having executed similar nature of work (35% of the advertised tender value)

    2. Track works Works like CTR, TSR, TRR, TTR, TWR, TFR and

    Deep screening, lifting of track, shallow screening, pre and post BCM work, Distressing and P.Way linking work.

    3.Reconditioning of point & crossing Works of reconditioning of points and crossings, Reconditioning of track machine tools, reconditioning other heavy machines involving depositing of metals.

    4.Welding of rail joints by A.T. welding.

    Welding of rail joints from RDSO approved firm for the particular type of welding technique.

    5.Welding of rail joints by flush butt welding

    Any works execution of rail welding by mobile flush butt welding plant

    6.Cess repairs & cess widening and earthwork for bank repairs.

    Earth work of any type.

    C. Bridge Works 1.PSC slab for bridges, PSC girders. Any work involving of PSC elements as a whole. 2.Bridge Girders & Steel structural works, Fabrication & fixing steel channel sleeper

    Any structural steel work OR Fabricating channel sleeper for all steel items in Bridges except for fabrication of steel girders (steel girder can be fabricated by selected agency as per RDSO.)

    3.Misc. maintenance of bridge works (Patch painting, greasing, rivet testing, epoxy & fabrication of small nature work), painting of girder bridges / FOB works.

    Work like maintenance of bridge work, patch painting, greasing, rivet testing, epoxy & fabrication of small nature works, painting of girder bridges / FOB work / Industrial sheds / Height Gauge work.

    4.Misc. Bridge repair/maintenance works such as provision of floor & protection work in bridges, repairs to cess & strengthening of bridge approaches, wing wall, abutment, inspection steps of bridge etc.,

    Any Civil work involving RCC work or any type of bridge work including bridge repair work (excluding steel work)

    5.Construction / rehabilitation of RCC / PSC girder bridges foundation & structure etc. of bridges, box, culvert LHS,RUB,ROB

    Any works involving construction/rehabilitation of :- (i)RCC/PSC bridges or ii) LHS or iii) ROB or iv) RUB or v) Viaduct or vi) Canal crossing or vii) PSC/RCC slab or viii) Girders for bridges or ix) Provision of RCC overhead tank or x) Structure involving RCC/PSC frame structures.

    6.Casting and Insertion of RCC Box by pushing technique.

    Casting and insertion of RCC Box by pushing technique under Railway track

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 10 of 46

    3.0 The following document should be submitted along with Tender Form :- (a) List of personnel, organization available on hand and proposed to be engaged for the

    subject work. (b) List of plant & machinery available on hand (own) and proposed to be inducted (own)

    and hire to be given separately for the subject work. (c ) List of work completed in the last three financial years given description of work,

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

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

    (e) An audited balance sheet dully certified by Chartered Accountant for last three financial years other relevant documents to be given in support of financial turn over. Tender committee shall still examine the over all financial soundness of the tenderers based upon the volume of work handled, turnover, balance sheet etc.

    Note:-

    (1) In case of item (c) and (d) above supportive documents/certificate from the organizations with whom they worked / are working should be enclosed.

    (2) Certificate from private individuals for whom such works are executed / being executed shall not be accepted.

    14. Railway reserves the right to draft the vehicles & equipments of contractor in case of accidents/Natural calamities involving human lives for this, separate payment shall be admissible through introduction of N.S. items as per clause 39 (2) of G.C.C., & the rates decided by the railway for this purpose shall be final & binding on the contractor & shall be an excepted matter & hence shall remain excluded from the preview of arbitration clause of the agreement.

    15. Security Deposit.:- Unless other wise specified in the special condition, if any, the security Deposit /rate of recover/mode of recovery shall be as under:- (As per Railway Board’s letter No. 2003/CE-I/CT/4/part.I dated 12/16.05.2006)

    (a) Security Deposit for each work shall be 5% of the contract value. (b) The rate of recovery shall be at the rate of 10% of the bill amount till the full security

    deposit is recovered. ( c) Security Deposits will be recovered only from the running bills of the contract and no

    other mode of collecting SD, such as SD in the form of instruments like BG, FD etc., shall be accepted towards Security Deposit. Security Deposit shall be returned to the contractor after the physical completion of the work as certified by the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA grade Officer (Concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. The security deposit shall ,however,be released only after expiry of the maintance period and after passing the final bill based on no claim certificate from the contractor.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 11 of 46

    16. Tender form is not transferable under any circumstances. 17. The tenderer/s are advised to furnish the details (i) Beneficiary Name (ii) Account No.

    (iii) Type of Account (iv) Bank (v) City (vi) Branch (vii) Remarks if any . 18. Performance Guarantee (P.G) :-

    The procedure for obtaining Performance Guarantee is outlined below:- (a) The successful bidder shall have to submit a Performance Guarantee (P.G.)with in

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

    (b) The successful bidder shall submit the performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value .

    (i) A Deposit of Cash. (ii) Irrevocable Bank Guarantee. (a) If performace guarantee(PG) in the form of Bank Guarantee is submitted ,it should be

    sent directly by the respective bank to the concerned authority addressed to Divisional Railway Manager (Engg) SEC Railway Kingsway Nagpur 440001(MS)under registered post AD and the stamp duty for Bank guarantee (Non judicial stamp)applicable @ `100/- The said stamp duty is also applicable for extension of bank guarantee.

    (iii) Government Securities including State Loan Bonds at 5% (Five percent) below the market value.

    (iv) Deposit Receipt, Pay orders, Demand Drafts and Guarantee Bonds. These forms of performance Guarantee could be either of State Bank of India or any of the Nationalized Banks.

    (v) Guarantee Bonds executed or Deposits Receipts tendered by all schedule Banks; (vi) A Deposit in the Post office Saving Bank; (vii) A Deposit in the National Saving certificates; (viii) Twelve years Defense certificates. (ix) Ten years Defense Deposits; (x) National Defense Bonds and

    (xi) Unit Trust certificates at 5 percent below market value or the face value whichever is less. Also FDR in favour of FA & CAO, S.E.C. Railway (free from any encumbrance) may be accepted.Note: The instruments as listed above will also be acceptable for Guarantee in case of mobilization advance.

    ( c)

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

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 12 of 46

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

    (e) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit, shall however, be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’.from the contractor

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

    (g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/ or without prejudice to any other provisions in the contract agreement) in the event of:

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

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

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

    19 Amendment to PVC clause in works contract vide Railway board’s letter No.2007/CE-I/CT/18/Pt.19 dated 15.10.2014 :-

    Price Variation Clause (PVC) shall be applicable only for contracts of value (Contract Agreement Value) ` 50 lakh and more irrespective of the contract completion period.

    19.1 Price Variation clause (PVC) of General Condition of Contract(GCC) shall not apply to such a works contract which is either an Annual Maintenace Contract (AMC) or a Zonal contracts

    20. Imposition of token penalty for delay in the completion of work :- The existing clause 17 (B) of GCC provides for recovery of liquidated damages from the contractor for delay in completion of work. It has now been decided that the competent authority while granting extension to the currency of contract under clause 17 (B) of GCC may also consider levy of token penalty as deemed fit based on the merit of case.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 13 of 46

    21 Variation in contract quantities:- (As per Railway Board’s Letter No.2007/CE.I/CT/18/Pt.XII dated 31.12.2010) The procedure detailed below shall be adotpted for delaing with vatiation in quantities during exection of works contracts.

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

    22.1 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

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

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

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

    Variation in quantities of individual item beyond150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% at the rate awarded for that item in the particular tender:

    (b) The variation in quantities as per the above formula will apply only to the individual item of the contract and not on the overall contract value.

    (c ) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and if found necessary, should be only through fresh tenders or by negotiating with existing contractor , with prior personal concurrence of FA & CAO/FA& CAO (C ) and approval of General Manager.

    22.2 In case where decrease is involved during execution of contract: (a) The contract signing authority can decrease the item upto 25% of individual item

    without finance concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement

    value, the approval of an officer not less than rank of S.A. grade may be taken, after obtaining ‘NO claim certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

    (c) It should be certified that the work proposed to be reduced will not be required in the same work.

    22.3 The limit for varying quantities for minor value items shall be 100%(as against 25% prescribed for other items).A minor value items for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

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

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 14 of 46

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

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

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

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

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

    23. Joint venture / MOU / Consortium shall not be accepted. 24. Tenderer/tenderers should submit all required documents along with the tender. 25. Implementation of the building and other Construction workers (RECS) Act, 1996,

    Section-7 :- “The tenderer for carrying out any construction work in Maharashtra / M.P / Chattisgarh must get themselves registered from the registering officer under section-7 of the Building and other construction Works Act, 1996 and rule thereto by the Maharashtra/ M.P/Chattisgarh Govt. and submit certificate of Registration issued from the Registering officer of the Maharashtra / M.P / Chattisgarh govt. (Labour Department) for enactment of this ACT, the tenderer shall be required to pay cess @1% of the cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.

    26. Incentive Bonus Payment Clause :-Considering the need of early and time bound completion of throughput enhancement works primarily those coming under the plan Head ‘Traffic facilities.’ It has been decided to introduce an incentive Bonus payment clause as part of tender condition in tenders relating to such throughput enhancement works. This clause, inter alia, should cover the following parameters;

    (i) The incentive bonus payable shall not be more than 1% of the initial contract value or revised contract value whichever is less for every one month of early completion ahead of the original completion period or revised completion period which ever is less.

    (ii) The maximum incentive payable shall not be more than 6% of the original contract value or revised contract value whichever is less.

    (iii) This incentive scheme shall not apply if extension to the original completion period is given irrespective of on whose account (Railway account or contractors account).

    (iv) Period less than a month will not be reckoned for the incentive bonus calculation. 27. The tenderer is required to submit test report of ballast as per provisions of

    “Specification of Track Ballast, IRS-GE-I, JUNE 2004, along with the tender which should not be old more than 180 days from the date of opening of tender, failing which the offer shall be summarily rejected.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 15 of 46

    28. The contractor has to submit the design mix for the specified grade of concrete from a reputed engineering college/institution at his own cost. The contractor shall furnish the sample of cement, sand & aggregate and sealed in presence of engineers representative. The samples sent for design mix are also to be kept in sealed transparent jars for periodical checking of physical properties by visual examination. Thus obtained design mix shall be got approved by the engineer-in-charge before its use.

    29. Railway administration can supply water to contractors if available for execution of work and the cost of water will be deducted from running bill of contractor @ 1% of the cost of water related items. Howsoever, it will not be obligatory on part of Railway to supply water to the contractor for execution of the work.

    30. The Contractor shall cordon the working area in colony and station premises at the time of work.

    31. The Contractor shall clear the debris, left over material from site after completion of work, and then only final bill will be released.

    32. No sample/test certificates if required to be submitted along with the tender form, will be accepted after opening of the tender.

    33 The rates are inclusive of all taxes/charges/royalty leviable by Central Government/State Government and local bodies as applicable

    34 “The contractor shall take utmost care while carrying out the works including excavation so as not to cause any damage to the existing Railway underground and other cables. In case Cable is damaged by the contractor due to fault of his personal, he is liable for a penality of Rs.ONE LAKH ONLY for each case, for the loss caused to the Railway. His work is also liable to be stopped till such time he takes measures which are certified to be satisfactory by the executing supervisors.”

    35 In terms of provisions of new Clause 26A.1 to the General Conditions of Contract(GCC), contractor shall also employ following Qualified Engineers during execution of the allotted work:

    (a) One qualified Graduate Engineer when cost of work to be executed is Rs.200 lakh and above, and

    (b) One qualified diploma Holder Engineer when cost of work to be executed is more than Rs.25 lakhs but less than Rs.200 lakh.

    Fufther, incase the contractor fails to employ the qualified Engineer, as aforesaid in above paras, he, in terms of provisions of Clause 26A.2 to the General Conditions of Contract, shall be liable to pay an amount of Rs.40,000/- and Rs.25,000/- for each month or part thereof for the default period for the provisions, as contained in above para (a) and (b) respectively. Provison for deployment of Qualified Engineers (Graduate Engineer or Diploma Holder Engineer) shall be for the values as prescribed above.

    36 The Contractor shall place and keep on the works at all times efficient and competent staff to give the necessary directions to his workmen and to see that they execute their work in sound & proper manner and shall employ only such supervisiors, workmen & labourers in or about the execution of any of these works as are careful and skilled in the various trades.

    37 The Contractor shall at once remove from the works any agents, permitted sub-contractor, supervisor, workman or labourer who shall be objected to by the Engineer and if and whenever required by the Engineer, he shall submit a correct return showing the names of all staff and workmen employed by him.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 16 of 46

    38 In the event of the Engineer being of the opinion that the Contractor is not employing on the works a sufficient number of staff and workmen as is necessary for proper completion of the works within the time prescribed, the Contractor shall forthwith on receiving intimation to this effect deploy the additional number of staff and labour as specified by the Engineer within seven days of being so required and failure on the part of the Contractor to comply with such instructions will entitle the Railway to rescind the contract under Clause 62 of these conditions.

    39 CE’s circular No.16, CE’s circular No.31 and JPO for undertaking of earth work in the vicinity of cables and other relevant CE’s circulars with upto date correction slips will be part and parcel of the agreement. which ever executed

    40 “Clause 55-B to GCC : Provisions of Employees Provident Fund and Miscellaneous Provisions Act 1952”:

    The contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952; Para 3 & 4 of Employee’s Pension Scheme, 1995; and Para 7 & 8 of Employees Deposit Linked Insurance Scheme, 1976, as modified from time to time through enactment of “Employees Provident Fund & Miscellaneous Provisions Act, 1952, Wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules.”

    41 Termination of Contract – effect of non performance by the contractor within the validity.

    If contractor fails to apply for extension of time on valid and reasonable grounds as acceptable to the railway after expiry of the date of completion / extended of completion, in such situation Railway reserves the right to terminate the contract agreement without issuing seven days and forty eight hours notices in terms of Railway Board’s letter No.99/CE-1/CT/28(PT) dated 17.05.2004. It may be noted that for non fulfillment of the contract the railways reserves the right to claim the damages under clause 62 of GCC in addition to any other rights available to it under law.

    42 No garbage, dry leaves, paper grass bushes or any other items shall be burnt.They shall Only be disposed at nominated disposal point by prescribed methods duly observing the Municipal solid wastes(Management and Handling) Rules,2000 indicates under

    ScheduleII- Management of Municpal Solid Wastes: Para I.I vii that Waste(garbage,dry leaves) shall not be burnt’.Any violation of the provisions of the MSW rules,2000, attracts the penal provisions of Environment(protection) ACT,1986.CPCB and SPCBs have also issued various guidelines/orders against the practice of such open burning. If the contractor or anybody deployed by him for this work is found guilty of nregulated open burning of plastic,rubber,waste and similar substances a fine of Rs.5000/- on each occasion shall be imposed in addition to the other rights and remedies available in the contract.Decision of Engineer in-charge shall be final and binding in this regard.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 17 of 46

    SOUTH EAST CENTRAL RAILWAY ={ɤÉÆvÉ-* fufonk izk#i (igyk iUuk) Annexure-I TENDER FORM (FIRST SHEET)

    fufonk la[;k (Tender No.) :- E/24/NGP/2015-16 Name of the work:- 1. Renovation of Toilet block at kachewani & Gangajhari station 2. Provision of 48 Nos. concrete benches at A, B. D & E class stations under Sr. DEN/East/Nagpur 3. Development of 'A' category station at Rajnandgaon station. 4. Extension of existing length of station platforms for stopping running trains on BG sections Bakal (PF 1 & 2), Dhanoli (PF-1 & 2), Kachewani (PF-1) under Sr. DEN/East. 5. Provision of Toilets and urinals to eliminate the deficiencies of Toilets & Urinals at MEA under Sr. DEN/East.

    vÉxÉ ®ºÉÉÒn ºÉÆ / M.R. No:……….………………… iÉÉ®ÉÒJÉ / Date:………………………….…………. °ô{Éaä / ` ………………………………….. fufonk {ÉEÉàÉÇ la[;k (Tender Form No.) :…….…….

    ÉÊxÉÉÊ´ÉnÉ |É{ÉjÉ / TENDER FORM +ÉæiÉ®hÉÉÒªÉ xÉcÉÓ cè / Not Transferable

    ºÉä´ÉÉ àÉå / To £ÉÉ®iÉ BÉEä ®É−]Å{ÉÉÊiÉ /The President of India àÉÉ{ÉEÇiÉ मंडल अिभयंता (पूव ) / Acting through the Sr. DEN (East). Nf{k.k iwoZ e/; jsyos] ukxiwj / S.E.C. Railway Nagpur

    1. àÉé/càÉ

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 18 of 46

    2. I/we also hereby agree to abide by the General Conditions of Contract and to carry out the work

    according to the Special Condition of Contract and Specification of materials and works as laid down by Railway in the annexed Special Conditions/Specifications and the Indian Railway, General Condition of Contract-2014 and Indian Railway Unified Standard Specifications (Works and Materials) Volume I & II of 2010 of Engineering department

    3. ………………..°ô. dh jkf’k vfxze /ku ds #i esa blds lkFk Hksth tk jgh gS! Vkfxze /ku dk iwjk ewY; fdlh vU; vf/kdkj ;k mipkj ij izfrdwy izHkko Mkys fcuk leiàr dj fy;k tk,xk] ;fn esjh@gekjh fufonk

    Lohdkj dj yh tkrh gS vkSj ;fn %&

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

    (BÉE) àÉé/càÉ Lohd`fr i= izkfIr ls 30@60 fnuks dh vof/k esa vko’;d ÞijQkjesal xkWjaVhß tek ugh djrk@djrs gwWa rks (a) I/we do not deposit required performance guarantee in desired form with in 30/60 days of

    issue of letter of acceptance. ([k) àÉé/càÉ ®äãÉ uÉ®É ;g ºÉÚSÉxÉÉ ÉÊBÉE ºÉÆÉÊ´ÉnÉ nºiÉÉ´ÉäVÉ iÉèªÉÉ® cè. izkIr gksus ds Ik’pkr~ ºÉéiÉ ÉÊnxÉÉå BÉEä £ÉÉÒiÉ® ºÉÆÉÊ´ÉnÉ-nºiÉÉ´ÉäVÉ

    ÉÊxÉ−{ÉÉÉÊniÉ xÉcÉÓ BÉE®iÉÉ cÚÄ/BÉE®iÉä cé vkSj (b) I/we do not execute the contract documents within seven days after receipt of notice issued

    by the Railway that such document are ready and (x) àÉé/càÉ

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 19 of 46

    ={ɤÉÆvÉ-* fufonk izk#i (nwljk iUuk) Annexure-I TENDER FORM (SECOND SHEET)

    fufonk la[;k (Tender No.) :- E/24/NGP/2015-16 Name of the work:- 1. Renovation of Toilet block at kachewani & Gangajhari station 2. Provision of 48 Nos. concrete benches at A, B. D & E class stations under Sr. DEN/East/Nagpur 3. Development of 'A' category station at Rajnandgaon station. 4. Extension of existing length of station platforms for stopping running trains on BG sections Bakal (PF 1 & 2), Dhanoli (PF-1 & 2), Kachewani (PF-1) under Sr. DEN/East. 5. Provision of Toilets and urinals to eliminate the deficiencies of Toilets & Urinals at MEA under Sr. DEN/East.

    1. fufonkdkjksa ds fy, vuqns”k vkSj fufonk dh “krsZ&fuEufyf[kr izys[k fufonk@lafonk ds Hkkx gksaxs %&(d) fufonk iz#i & igyk iUuk vkSj nwljk iUuk([k) fo”ks’k “krsZ@fofunsZ’k (layXu) (x) vuqekfur ek=kvksa dh vuqlwph (layXu) (?k) lafonk dh lk/kkj.k “krsZ &2014 ,oa ] Hkkjrh; jsyos ,dhd`r ek.kd fof”kf’V;kWa ¼dk;Z ,oa lkexh½ oksY;we 1 ,oa 2

    bathfu;fjzx foHkkx rFkk ,dhd`r ek.kd nj vuqlwph ¼dk;Z ,oa lkexh½ bathfu;fjzx foHkkx dh iqfLrdk esa ;Fkk vf/kdkf/kd lkefxz;ksa vkSj dk;ksZ ds fy, ekud fofunsZ”k ftudk fufonk izk#i ftudh izfr;kW ofj’B eaMy@eaMy@ftyk@mi eq[; dk;Zdkjh bathfu;j ds dk;Zy;] nf{k.k iwoZ e/; jsyos !

    (M) bl dk;Z ls lacaf/kr lHkh lk/kkj.k vkSj foLr`r js[kkfp=] tks bathfu;j ;k mlds izfruf/k;ksa }kjk (le;≤ ij) lHkh ifjorZuksa vkSj mikarj.kksa lfgr tkjh fd, tk,xsa!

    1. Instruction to tenderers and conditions of tender – The following documents form part of the Tender/Contract :-

    (a) Tender forms – First Sheet and Second Sheet. (b) Special Condition/Specification (enclosed) (c ) Schedule of approximate quantities (enclosed) (d) General Conditions of Contract-2014 & Indian Railways Unified Standard Specifications (Works

    & Materials) Volume – I & II of the year 2010. of Engineering deparment and Unified Standard Schedule of Rates-2010 (Works & Materials) S.E.C.R. , copies of which can be seen in the office of Senior Divisional/Divisional/District/Deputy Chief/Executive Engineer or obtained form the office of the Chief Engineer, South East Central Railway.

    (e) All general and detailed drawings pertaining to this work, which will be issued by the Engineer or his representatives (frorm time to time) which all changes and modifications.

    2. ladeZ ds fy, js[kkfp= %& ladeZ ds fy, js[kkfp= ofj’B eaMy@eaMy@ftyk@mieq[;@dk;Zdkjh bathfu;j ds vkSj@;k eq[; bathfu;j@eq[; iz”kklfud vf/kdkjh (fuek.kZ) dk;Zy; le; ds nkSjku fdlh Hkh le; ns[ks tk ldrs gS] ;s js[kkfp= dsoy fufonkdkj@fufonkdkjksa ds ekxZn”kZu ds fy, gSA mij mfYyf[kr js[kkfp= ij

    lkekU;r;k vk/kkfjr foLr`r dk;Zdj.k js[kkfp= (;fn visf{kr gks) bathfu;j ;k mlds izfrfuf/k }kjk le;≤ ij fn, tk,axs!

    2. Drawings of the work:- The Drawings for the work can be seen in the office of the Senior Divisional/Divisional/Dirtrict/Dupety Chief/Executive and/or Chief Engineer/ Chief Administrative Officer (Construction) at any time during the office hours. The drawings are only for the guidance of Tenderer(s). Detailed working drawings, (if required) based generally on the drawing mentioned above, will be given by the Engineer or his representative form time to time.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 20 of 46

    3. fufonkdkj ukxiwj- eaMy dks ykxw nf{k.k iwoZ jsyos dh njkssa dh vuqlwph ls vf/kd ;k de izfr”kr ij viuh njsa

    dksV djsxk@djsaxs] flok; ogka] tgk mlls en dh njkas dks dksV djuk visf{kr gS rFkk mls@mUgs layXu vuqekfur ek=kvksa dh vuqlwph esa n”kkZbZ xbZ lHkh enksa ds fy, fufonk izLrqr djuh pkgh,! layXu vuqlwph esa n”kkZbZ xbZ ek=k,a ekxZn”kZu ds fy, nh x;h gS vkSj os dsoy vuqekfur gS rFkk jsy dh vko”;drkuqlkj muesa ifjoZru fd;k tk ldrk gS] jsy vuqlwph dh izR;sd en ds varxZr dk;Z dh xkjaVh ugh nsrh gS!

    3. The Tenderer(s) shall quoted his/their rates as a percentage above or below the USSOR-2010 of South Eastern Central Railway as applicable to Nagpur Division except where he/they are required to quote item rates and must tender for all the items shown in the schedule of approximate quantities attached. The quantities shown in the attached schedule are given as a guide, are approximate only, and are subject to variation according to the needs of the needs of the Railway. The Railway does not guarantee work under each item of the schedule.

    4. ,slh fufonk] ftuds nLrkostksa esa dkV&ihV rFkk ifjorZu fd;k x;k gS] ukeatwj dh tk ldrh gS] fufonkdkj (fufonkdkjksa) dks viuh izfof’V;ksa esa fd, x, fdlh la”kks/ku dks lR;kfir djuk pkfg,!

    4. Tender containing erasures and/or alteration of the tender documents are liable to be rejected. Any correction made by Tenderer(s) in his/their entries must be attested by him/them.

    5. Lohd`fr i= tkjh fd, tkus dh rkjh[k ls 06 (छह½ मा rd ekulwu vof/k lfgr dh vo/kh ds Hkhrj dk;Z dks iwjk fd;k tkuk visf{kr gS!

    5. The works are required to be completed within a period upto 06 (Six) Months form the date issue of acceptance letter .

    6. (d)

    vkfxze /ku %& fufonk ds lkFk vkfxze /ku ds #i esa ` 81,820/- dh jkf’k udn #i esa ;k bathfu;j vkSj Bsdsnkjksa ds ekxZn”kZu ds fy, fufonkvksa vkSj lafonkvksa ds fy, fufofu;eksa esaa mfYyf[kr fdlh #i esa tkek dh tkuh pfg,] vkSj ftlds

    u gksus ij fufonk ij fopkj ugh fd;k tk,xk ! 6. (a)

    Earnest Money:- The tender must be accompanied by a sum of ` 81,820/- as Earnest Money Deposited in cash or in any of the forms mentioned in Regulations for tenders and Contracts for the guidance of the Engineers and Contractors, failing which the tender will not be considered.

    ([k) fufonkdkj fufonk [kksys tkus dh rkjh[k ls de ls de 90 fnu dh vof/k ds fy, izLrko dks [kqyk j[ksxk@j[ksaxs] ;g eku fy;k x;k gS fd fufonk nLrkost fufonkdkj@fufonkdkjksa dks fodz;@tkjh dj fn, rFkk fufonkdkj@fufonkdkjksa dks bl vuqca/k ds izfr QyLo#i viuh vksj ls fufonk izLrqr djus ds fy, vuqKkr fd;k x;k gS fd fufonk ftldh vof/k] visf{kr gksus ij] ikjLifjd lgefr ls c

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 21 of 46

    (x) vlQy fufonkdkj@fufonkdkjksa dk vkfxze /ku] bles blds igys ;Fkk micaf/kr ds flok; mls@mUgs mfpr le; ds Hkhrj ykSVk fn;k tk;sxk fdUrq jsy fdlh ,slh gkfu ;k vo{k;.k ds fy, mRrjnk;h ugh gksxh] tks fufonk nLrkostkssa esa fofufnZ’V vof/k ds fy, izLrko dks [kqyk j[kus ds vuqca/k ds lE;d fu’iknu ds fy, tek dh xbZ izfrHkwfr dks ;k vkfxze /ku dks muds dCts esa jgus ds nkSjku igqWps] uk fd og ml jde ij C;kt nsus dh nk;h gksxh!

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

    7. fufonk ij dk;Zokgh djus ds jsy ds vf/kdkj %& fufonk dks Lohdkj djus dk izkf/kdkj jsy ds ikl gS! mDr izkf/kdkjh ds fy, ;g ck/;dj ugh gS fd og U;wure fufonk ;k fdlh vU; fufonk dks Lohdkj djs vkSj dksbZ Hkh fufonkdkj viuh fufonk ds vLohdkj fd, tkus ds dkj.kksa ds fy, dksbZ Li’Vhdj.k ugh ekaxsxk] u gh jsy izfr fof”k’V fufonk ;k fufonkvksa ij fopkj u fd, tkus ;k vLohdkj fd, tkus ds dkj.k crkus ds fy, opuc) jgsxk!

    7. Right of Railway to deal with Tender: - The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their tender not the Railway under take to assign reasons for declining to consider or reject any particular tender or tenders.

    8. ;fn fufonkdkj viuh fufonk esa tkucw>dj xyr lwpuk nsrk gS@nsrs gS ;k viuh fufonk dh Lohd`fr fd fy, ifjfLFkfr;ka iSnk djrk gS@djrs gS rks jsy fdlh Hkh izdze ij ,slh fufonk dks vLohdkj djus dk vf/kdkj vkjf{kr j[krh gS!

    8. If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

    9. ;fn fufonkdkj@fufonkdkjksa dh viuh fufonk izLrqr djus ;k mldh fufonk dh Lohd`fr ds i”pkr~ e`R;q gks tkrh gS rks ,slh fufonk dks jí eku ysxh! ;fn QeZ ds fdlh Hkkxhnkj dh fufonk izLrqr djus ;k fufonk dh Lohd`fr ds i”pkr~ e`R;q gks tkrh gS rks jsy ,sslh fufonk dks jí eku ysxh!

    9. If the tenderer(s) expires after the submission of his/their tender or after the acceptance of his/their tender, the Railway shall deem such tender cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless the firm retains its character.

    10. fufonkdkj ds ‘kalki= %& fufonkdkj ds fiNys vuqHko vkSj foRrh; gSfl;r dks izekf.kr djus okys nLrkost fufonk ds lkFk ;k tc nf{k.k iwoZ e/; jsyos ds le{k izkf/kdkjh }kjk ekaxks tk,a rks] izLrqr fd, tkus pkfg,! ,sls fufonkdkj] ftlus@ftUgksus bl jsy ds laca/k esa vc rd dksbZ dk;Z ugh fd;k gS vkSj tks nf{k.k iwoZ e/; jsyos dh vuqeksfnr Bsdsnkjksa dh lwph esa ugh gS@gS] viuh fufonk ds lkFk fuEufyf[kr fl) djus ds fy, “kalki= pkfg, %&

    (i) dk;ksZ dks larks’kizn #i esa dk;ZfUor djus dh mldh {kerk !(ii) mldh foRrh; gSfl;r tks cSad funsZ”k rFkk vU; nLrkostksa }kjk lefFkZr gks !(iii) ml dk;Z ds fy, ftlds fy, fufonk vkeaf=r dh xbZ gS] izdkj ds fy, lafonkdkjh vuqHko laca/kh lafonkdkjh

    lE;d #i ls vuqizekf.kr izek.k i= vkSj “kakli=] igys fd, x, dk;ksZ dh lwph lfgr !

    10. Tenderer’s Credentials:- Documents testifying tenderer’s previous experience and financial status should be produced alongwith the tender or when desired by competent authority of the South East Central Railway. Tenderer(s) who has/have not carried out any work so far on this Railway and who is/are not borne on the approved list of the Contractors of South East Central Railway should submit alongwith his/their credentials to establish.

    (i) His capacity to carry out the work satisfactorily. (ii) His financial status supported by Bank reference and other documents. (iii) Certificates duly attested and testimonials regarding contracting experience for the type of job for

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

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 22 of 46

    11. fufonk eqgjcan fyQkQs esa can dh tkuh pkgh,] ftlds Åij fufonk la[;k ई@24@,uthih@2015-16 en la[;k fy[kk gks rFkk v/khd`r Mkd }kjk ofj’B eaMy vHkh;ark ¼leUo;½ nf{k.k iwoZ e/; jsyos] ukxiwj ds irs ij Hkst nh tkuh

    pfg, rkfd og rkjh[k 09.12.2015 dks 15-00 cts ds igys rd mlds dk;Zy; esa igqWp tk, ;k bl iz;kstu ds fy, ofj’B eaMy vHkh;ark ¼leUo;½ nf{k.k iwoZ e/; jsyos] ukxiwj] ds dk;Zy; esa j[kh xbZ fo”ks’k isVh esa Mky nsuk pkfg,! ;g fo”ks’k isVh rkjh[k 09.12.2015 dks 15-00 cts eqgjcan dh tk,xh! fufonk rkjh[k 09.12.2015 dks 15-15 cts [kksyh tk,xh! fufonk dkxt i= rkjh[k 07.12.2015 dks 15-00 cts ds i”pkr~ fodz; ugh fd, tk,axs!

    11. Tender must be enclosed in a sealed cover, superscribed “Tender No. E/24/NGP/2015-16 and must be sent by registered post to address of Sr.Divl. Engineer (Co-ord) /S.E.C. Railway, Nagpur so as to reach his office not later than 15.00 Hrs. on the 09.12.2015 or deposited in the Special Box allotted for the purpose in the office of Sr. Divl. Engineer (Co-ord)/S.E.C Railway, Nagpur. This special box will be sealed at 15.00 Hrs. on 09.12.2015. The Tender will be opened at 15.15 Hrs. on 09.12.2015. The tender papers will not be sold after 15.00 hours on 07.12.2015.

    12. Åij blesa miof.kZr fdlh Hkh “krZ dk ikyu u fd, tkus ij fufonk dks vLohdkj fd;k tk ldrk gS! 12. Non–compliance with any of the conditions setforth there in above is liable to result in the tender

    being rejected. 13. fufonk nLrkostksa dk fu’iknu & lQy fufonkdkj@fufonkdkjksa ls fufonk ds lkFk mikc) lafonk dh lk/kkj.k

    “krksZ] fo”ks’k “krksZ@fofunsZ”kksa rFkk fufonk iz#i ¼igyk iUuk½ esa mfYyf[kr iphZ rd la”kksf/kr@lq/kkjs gq, #i esa nf{k.k iwoZ jsyos ds lafonk dh lk/kkj.k “krsZ ,ao Hkkjrh; jsyos ,dhd`r ek.kd fof”kf’V;kWa ¼dk;Z ,oa lkexh½ oksY;we 1 ,oa 2 bathfu;fjzx foHkkx esa mfYyf[kr dk;Z vkSj lkexzh laca/k fofunsZ”kksa ds vuqlkj dk;Z djus ds fy, nf{k.k iwoZ e/; jsyos ds ek/;e ls dk;Zjr Hkkjr ds jk’Vªirh ds lkFk ,d djkj djuk visf{kr gksxk!

    13. Execution of Contract Documents:- The successful tenderer(s) shall be required to execute an agreement with the President of India acting through the South East Central Railway for carrying out the work according to General Condition of Contract-2014, Specifications annexed to the tender and specifications for work and materials and laid down in General Condition of Contract-2014 and Indian Railway Unified Standard Specifications (Works and Materials) Volume I & II of 2010 of Engineering department as amended /corrected up to date.

    14. Hkkxhnkjh foys[k] eq[rkjukek vkfn %& fufonkdkj Li’V #i ls fofufnZ’V djsxk fd fufonk mldh vksj ls ;k fdlh Hkkxhnkjh leqRFkku dh vksj ls izLrqr dh tk jgh gS! ;fn fufonk fdlh Hkkxhnkjh leqRFkku dh vkSj ls izLrqr dh tkrh gS rks mls fufonk ds lkFk Hkkxhnkjh foys[k rFkk Hkkxhnkjh QeZ dh vksj ls fufonk nLrkostksa vkSj gLrk{kj djus ds izf/kdkj dh izekf.kr izfr izLrqr djuh pgh,! ;fn ;s nLrkost] fufonk nLrkostksa ds lkFk layXu ugh fd, tkrs gS rks ;g le>k tk,xk fd ;g fufonk nLrkostksa ij gLrk{kj djus okys O;fDr }kjk izLrqr dh xbZ gS! Fufonkdkj }kjk iznRr fdlh eq[rkjekus ls ;k lafonk ds fu’iknu ds i”pkr~ QeZ dh lajpuk esa fd, x, ifjorZuksa ls vkc) ugh gksxh] rFkkfi jsy mfpr fof/kd lykg izkIr djus ds i”pkr~ ,sls djkjukes vkSj ifjorZu dks ekU;rk ns ldrh gS] ftldk [kpZ Bsdsnkj ij izHkk;Z gksxk!

    14. Partnership deeds, Power of Attorney Etc.:- The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of partnership deed alongwith the tender and authorisation to sign the tender documents on behalf of partnership firm. If these documents are not enclosed alongwith tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognise such power of attorney and changes after obtaining proper legal advice legal advice, the cost of which will be chargeable to the contractor.

    15 fufonkdkj dks pkgs og ,dek= LoRo/kkjh] lhfer daiuh ;k Hkkxhnkjh QeZ gks] ;fn og vfHkdrkZ Hkkxhnkj@Hkkxhnkjksa ds ek/;e ls dk;Z djuk pkgrk gS rks] fufonk ds lkFk ;k ckn esa fdlh le;] uksVjh ifCyd ;k eftLVsªV }kjk fofufnZ’V O;fDr pkgs og@os QkeZ dk@ds Hkkxhnkj gks@gksa ;k dksbZ vU; O;fDr gks mls@mUgsa fufonk izLrqr djus] djkj ij gLrk{kj djus] /ku izkIr djus] eki dks lf{kr djus] eki iqLrdksa ij gLrk{kj djus] QeZ }kjk fd, x, fdlh nkos@nkoksa ds laca/k esa le>Skrk djus] fuiVkus] mUgs NksMus vkSj dksbZ nkok izek.ki= ij gLrk{kj djus rFkk lHkh ;k fdUgh fooknksa dks e/;LFkrk ds fy, fufnZ’V djus ds fy, izkf/kd`r djrs gq, lR;kfir rFkk vf/kizekf.kr ,d eq[rkjukek izLrqr djus pkfg,!

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 23 of 46

    15. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit alongwith the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorising him/them to submit the tender, sign the agreement, receive money, witness measurement, sign measurement books, compromise, settle, relinguish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.

    16. lsokfuo`Rr jsy deZpkjh;ksa dk fu;kstu@Hkkxhnkjh vkfn %&(d) ;fn dksbZ fufonkdj jktif=r iafDr dk lsokfuD`r bathuh;j gS ;k Hkkjr ds jk’Vªifr ds rRle; LofeRo okys vkSj dksbZ muds

    }kjk iz”kkflr fdlh jsy ds bathfu;jh foHkkx esa viuh lsokfuo`fRr ls igys fdlh vU; jktif=r vf/kdkjh ds #i esa dk;Z dj jgk gS] ;k dk;Zikyd ;k iz”kklfud gSfl;r esa gks] ;k pkgs og iz”kklfud in /kkj.k dj jgk gks ;k ugha] ;k ;fn og Hkkxhnkjh QeZ gS rks mldk Hkkxhnkj dksbZ iwoksZäkuqlkj ,d lsokfuo`r bathfu;j ;k lsokfuo`r jktif=r vf/kdkjh gS] ;k ;fn fufonkdkj us iwoksZäkuqlkj fdlh lsokfuD`r bathuh;j ;k jktif=r vf/kdkjh dks fu;qDr fd;k gwvk gS rks ,sls bathfu;j ;k jktif=r vf/kdkjh dks mDr ls lsokfuo`fRr dh rkjh[k ds laca/k esa rFkk ;fn ,slk bathfu;j ;k vf/kdkjh fufonk izLrqr djus

    dh rkjh[k ls de ls de 2 o’kZ iwoZ ljdkjh lsok ls lsokfuo`Rr ugh gqvk gS ;k ,slh lafonk ds fy, ;fn Bsdsnkj Hkkxhnkjh QeZ

    gS ;k fu;fer daiuh gS rks ;FkkfLFkfr funs”kd cukus ;k Bsdsnkj ds v/khu fu;kstu izkIr djus] ds fy, vuqKk] ;FkkfLFkfr] fufonkdkj ;k bathfu;j ;k vf/kdkjh us Hkkjr ds jk’Vªifr ;k muds }kjk bl fufeRr izf/kd`r fdlh vf/kdkjh ls izkIr dh gS]

    iwjh tkudkjh fufonk izLrqr djrs le; fyf[kr #i esa crkbZ tkuh pgh, ! Åij fufnZ’V tkudkjh ds fcuk ;k bl vk”k; ds fooj.k ds fcuk fd ;FkkfLFkfr ,slk dksbZ lsokfuo`Rr bathfu;j ;k lsokfuo`r jktif=r vf/kdkjh fufonkdkj ls lg;ksftr ugh gS fufonk ukeatwj dj nh tk,xh!-+

    ([k) ;fn fufonkdkj ;k Bsdsnkj ,slk O;fDr gS tks vuqeksfnr Bsdsnkjksa dh lwph esa ls gS vkSj ftldk dksbZ laca/k] ;k Hkkxhnkjh QeZ ;k Bsdsnkjkssaa dh daiuh dh n”kk esa] mldk ,d ;k vf/kd “ks;j/kkjh ;k “ks;j/kkfj;ksaa dk dksbZ laca/kh nf{k.k iwoZ e/; jsyos ds bathfu;jh foHkkx esa jktif=r gSfl;r ls fu;ksftr gS rks fufonk,a vkeaf=r djus okys izf/kdkjh dks fufonk izLrqr djrs le; bl rF; dh lwpuk nh tk,xh] ftlds u gksus ij fufonk dks fujfgZr ;k ukeatwj fd;k tk ldrk gS ;k ;fn ;g rF; ckn esa irk pyrk gS rks ;g lafonk]] lafonk dh lk/kkj.k “krsZk ds [k.M 62 ds mica/k ds vuqlkj fo[kafMr dh tk ldrh gS!

    16. Employment/Partnership, etc., of Retired Railway Employees :- (a) Should a tenderer be a retired engineer of the Gazetted rank or any Gazetted officer working before

    his retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not, in the Engineering department of any of the Railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any such retired engineer or retired officer as one of its Directors, or should a tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or Gazetted Officer form the said service and in case where such Engineer or Officer had not retired from Government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take the employment under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President of India or any officer, duly authorised by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected.

    (b) Should a tenderer or contractor being an individual on the list of approved Contractors, have a relative(s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in the Engineering department of the South East Central Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Condition of Contract.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 24 of 46

    17. fufonk ds lkFk LFkkbZ vekur jkf”k@ekud vekur jkf”k Lohdkj ugh fd;k tk;sxk ! 17. Tender against PEMD / SEMD will not be accepted. 18. fufonk,a izLrqr djus esa lko/kkuh - (d) ;g le>k t,xk fd] fufonk izLrqr djus ls igys fufonkdkj us lades Lfky vkSj ifji{k dk okLrfod fujh{k.k djds Lo;a dk

    lek/kku dj fy;k gS fd dk;Z ds fu’iknu ds nkSjku vk ldus okyh lHkh ifjfLFkfr;ksa dk /;ku j[kk x;k gS vkSj ladeZ dks] bathfu;j ds laiw.kZ lek/kku izn #i esa lafonk dh lk/kkj.k “krksZ ds [kaM 37 ds mica/kks ds vuq#i iwjk djus ds fy, fufonk iz#i esa Hkkjh nsa I;kZIr vkSj lfEefyr djds gS!

    ([k) tc dk;Z ds fy, dksbZ QeZ ;k Bsdsnkjksa dh daiuh fufonk nsrh gS rks fufonk ij gLrk{kj ogh O;fDr djsxk ftls muds vksj ls opuca/k djus ds fy, fof/k }kjk izkf/kd`r fd;k x;k gS!

    (x) jsy fufonkdkj }kjk vuqnRr fdlh eq[rkjukes }kjk ;k lafonk ds fu”iknu ds i”pkr~ gqbZ QkeZ dh lajpuk esa ifjorZu }kjk vkc/n ugh gksxh! rFkkfi] og mfpr fof/kd lykg izkIr djus ds i”pkr~ ftldk [kpZ Bsdsnkj ij izHkk;Z gksxk] ,sls eq[rkjukesa rFkk ifjorZuksa dks ekU;rk ns ldrh gS!

    18. Care in Submission of Tenders :- G.C.C-clause-6 of 2014 (a) Before submitted a tender, the tenderer will be deemed to have satisfied himself by actual

    inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in clause–37 of the Genderal Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

    (b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf.

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

    19. jsy dk fufonkdkjksa ij dkjokgh djus dk vf/kdkj %& jsy fdlh jsy laca/kh dk;Z ;k dk;ksZ ds fy, fufonk vkeaf=r u djus ;k [kqyh ;k lhehr fufonk vkeaf=r djus vkSj fufonk vkeaf=r fd, tkus ij fdlh fufonk dks iw.kZr% ;k Hkkxr% Lohdkj djus ;k fdlh fufonk ;k lHkh fufonkvksa dks vLohdkj djus dk] ,slk fdlh dk;Zokgh ds fy, dkj.k crk, fcuk] vf/kdkj vkjf{kr j[krh gS!

    19. Right of Railway to deal with Tenders:- The Railway reserves the right of not to invite tenders for any of Railway work or works or to invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

    20. ladeZ dk izkjaHk %& Bsdsnkj bathfu;j ls bl vk”k; dk fyf[kr vkns”k izkIrh ds i”pkr~ 15 fnu ds vanj dk;Z izkjEHk dj nsxk vkSj “kh?kzrkiqoZd rFkk vfoyac dke djsxk!

    20. Commencement of works :- The Contractor shall commence the works within 15 days after the receipt by him of an order in writing to this effect from the Engineer and shall proceed with the same with due expedition and without delay.

    21. mijksDr C;ksjksa] “krksZ o funZ'k¨a dks essjs@ gekjs }kjk ik x;k vkSj eq>s@ gesa Lohdk;Z gS! 21. The above particulars, conditions & instructions are read and under stood by me / us and

    accepted by me / us.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 25 of 46

    Annexure-III

    (Second Sheet)

    Approx Value `. 4090686Sl. Description of the work Rate to be quoted both in figures

    No. and words by the Tenderer/s1 `. 3338665 Execution of the items involved _______________________________%(In Figures)

    (Thirty three Lac in the work as described in _________________________________________Thirty Eight Thousand Schedule Part 'A' (USSOR Items) ___________________________(Percent in words)Six Hundred Sixty vide Annexure-I, Third Sheet of **AT PAR/Above/Below the Departmental EstimatedFive Only) this tender. Cost for Schedule Part 'A' (USSOR-10 schedule items)

    2 `. 556428 Execution of the items involved _______________________________%(In Figures)(Five Lac Fifty Six in the work as described in _________________________________________Thousand four Schedule Part 'B' (USSOR Items) ___________________________(Percent in words)Hundred twenty Eight vide Annexure-II, Third Sheet of **AT PAR/Above/Below the Departmental EstimatedOnly) this tender. Cost for Schedule Part 'B' (USSOR-10 schedule items)

    3 `. 195593 Execution of the items involved Schedule items)___________________%(In Figures)(One Lac Ninty Five in the work as described in _________________________________________Thousand Five Schedule Part 'C' (USSOR Items) ___________________________(Percent in words)Hundred Ninty Three vide Annexure-III,Third Sheet of **AT PAR/Above/Below the Departmental EstimatedOnly) this tender. Cost for Schedule Part 'C' (USSOR-10 schedule items)

    **Strike out the word not applicable.NOTE: - (1)

    (2)

    (3)

    (4)

    (5)

    (6)

    Value

    (Schedule of Departmental Quantity & Rates)Rates to be quoted by the Tenderer/s

    name of work:- 1. Renovation of Toilet block at kachewani & Gangajhari station 2. Provision of 48 Nos. concrete benches at A, B. D & E class stations under Sr. DEN/East/Nagpur 3. Development of 'A' category station at Rajnandgaon station. 4. Extension of existing length of station platforms for stopping running trains on BG sections Bakal (PF 1 & 2), Dhanoli (PF-1 & 2), Kachewani (PF-1) under Sr. DEN/East. 5. Provision of Toilets and urinals to eliminate the deficiencies of Toilets & Urinals at MEA under Sr. DEN/East.

    Price Variation clause (PVC) shall be applicable only for contracts of value (Contract Agreement value) ` 50 lakh andmore irrespective of the contract completion period. The Earnest Money should be in the form of cash/banker’s cheque/demand draft infavour of FA & CAO,S.E.C.Rly executed by State Bank of India or any of the Nationalised Banks or by a schedule Bankencashable at Nagpur.

    The tenderer(s) should quote only one single %age rate above/below the total departmental value for each schedule,both in figures and in words.Tenderer(s) has/ have to quote same rate in figures & words. If different rates are quoted in figure & in words by thetenderer, then the rate quoted in words will be considered.No multiple rate and / or conditions be quoted by the tenderer/s otherwise, his/their may be liable for rejection.

    In case of vititation during the execution of work because of variation in quantity, the contractor will forgo the vitiatedamount.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 26 of 46

    Execution of the items involved in the workcovered by various section of S.E.C. Railway,Unified Standard Schedule of Rates (Works &Materials)-2010 & Indian Railways Unifiedstandard specifications (Works & materials) Vol I & II -2010 and upto date correction slips.

    1 ` 3338665 All chapter of USSOR-10 Except chapter- 3(Supply of cement at work site item No. 033060to 033064), & Chapter No. 4 (Item No.045016)

    ` 3338665

    ` 3338665

    Ref. Item Qty Rate Unit Total011011 Earth work in excavation 996.32 88.16 cum 87836012010 Extra over 251.32 9.2 cum 2312031012 PCC 1:3:6 119.34 1539.01 cum 18366592011 CC flooring 4.28 88.9 sqm 38095025 Ceramic tiles 31.31 843.15 sqm 2639995021 Ceremaic Tiles in floor 7.13 533.3 sqm 3802252020 Moorum 1250.36 293.14 cum 36653113150 Extra over 0.36 60.31 cum 2212030 Extra for watering 0.36 16.4 cum 641011 RCC M-25 67.9 1974.71 cum 134083

    Approximate quantities of USSOR-10 items for schedule Part- A, B & C(These quanties are approximate and may be varied as per site condition.)

    78

    Value

    123

    Name & Place of work:

    1. Renovation of Toilet block at kachewani & Gangajhari station 2. Provision of 48 Nos. concrete benches at A, B. D & E class stations under Sr.DEN/East/Nagpur 3. Development of 'A' category station at Rajnandgaon station. 4. Extension of existing length of station platforms for stopping running trains on BG sectionsBakal (PF 1 & 2), Dhanoli (PF-1 & 2), Kachewani (PF-1) under Sr. DEN/East. 5. Provision of Toilets and urinals to eliminate the deficiencies of Toilets & Urinals at MEAunder Sr. DEN/East.

    910

    Description of the Work

    Total DEC for Scheduled Part-A

    SHEDULE OF DEPARTMENTAL BASIC VALUE/QTY AND RATES

    6

    45

    Sr. No.

    AT PAR

    Annexure -I(Third Sheet)

    Approx Basic Value Based

    on Rates basic of USSOR-

    2010

    SCHEDULE PART : 'A' (Unified standard Schedule of Rates 2010) (SCHEDULE ITEMS)

    Rate

    Departmental Estimation

    Sr. No.

  • Tender No. E/24/NGP/2015-16 nf{k.k iwoZ e/; jsyos Downloaded from Internet

    िनिवदाकार के हःता र Signature of Tenderer

    व र. मंडल अिभयंता (पूव) द.पू.म. रेलवे, नागपूर भारत के रा पित के िलये एव ंउनक ओर से

    Sr. Divl. Engineer (East) / SECR/Nagpur For & on behalf of President of India

    Page 27 of 46

    Ref. Item Qty Rate Unit Total

    Approximate quantities of USSOR-10 items for schedule Part- A, B & C(These quanties are approximate and may be varied as per site condition.)

    Sr. No. 41012 RCC M-25 20.64 2185.37 cum 4510642011 Form work 298.56 120.7 sqm 3603642014 Form work 19.25 186.3 sqm 358642015 Form work 10.58 256.8 sqm 271742013 Suspended floor 8.2 211.62 sqm 173551015 Brick work 27.24 2083.69 cum 5676051040 Extra over 13.3 150.26 cum 199851180 Half brick masonry 68.53 248.91 sqm 1705851190 extr