55
Page 1 of 55 Tender Notice OPEN TENDER NOTICE NO: TRD/ADA/OT-2013/7/ SCADA, dtd 02.12.2013 1. Name of work : Replacement of PC 486 based SCADA by advanced PC based SCADA system of ADA- MDN and BKSC-KSX-PRR section over Adra Division of S.E.Railway 2. Cost of Tender form : Rs 5,000/- (Rupees Five Thousand only) 3 Date of Opening of tender : 16.01.2014 4. Approximate Tender Value : Rs 90,40,778/-(Rupees Ninety Lakh Forty Thousand Seven hundred Seventy Eight only) 5 Earnest Money : Rs. 1,80,820/- (Rupees One Lakh Eighty Thousand Eight Hundred Twenty only). SOLD TO : M/s --------------------------- --------------------------------- -------------------------------- MONEY RECEIPT NO. ----- -------------------------------- DATE : Sr. Divl. Elect. Engineer (TRD) S.E.Railway/Adra

Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Embed Size (px)

Citation preview

Page 1: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 1 of 55

Tender Notice

OPEN TENDER NOTICE NO: TRD/ADA/OT-2013/7/ SCADA, dtd 02.12.2013 1. Name of work : Replacement of PC 486 based SCADA by

advanced PC based SCADA system of ADA-MDN and BKSC-KSX-PRR section over Adra Division of S.E.Railway

2. Cost of Tender form : Rs 5,000/- (Rupees Five Thousand only)

3 Date of Opening of tender : 16.01.2014

4. Approximate Tender Value : Rs 90,40,778/-(Rupees Ninety Lakh Forty Thousand Seven hundred Seventy Eight only)

5

Earnest Money : Rs. 1,80,820/- (Rupees One Lakh Eighty Thousand Eight Hundred Twenty only).

SOLD TO : M/s --------------------------- --------------------------------- --------------------------------

MONEY RECEIPT NO. ----- -------------------------------- DATE :

Sr. Divl. Elect. Engineer (TRD) S.E.Railway/Adra

Page 2: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 2 of 55

SOUTH EASTERN RAILWAY

ADRA DIVISION Description of Work: Replacement of PC 486 based SCADA by advanced PC based

SCADA system of ADA-MDN and BKSC-KSX-PRR section over Adra Division of S.E.Railway

Sr. No. Contents Page No.

1 Tender paper Money receipt form 1

2 Index 2

3 Tender Notice 3-5

4 Instructions to Tenderers & Terms and Conditions

6-20

5 Conditions of Prices and Payment Terms 21-23

6 Special Conditions -I 24-26

7 Performance Report Sheet 27-28

8 Indemnity Bond 29

9 Bank Guarantee Bond 30

10 Tender Offer Letter 31

11 Quoted Tender Rate – Sheet 32

12 Tender Schedule 33-35

13 Special Conditions -II 36-37

14 Explanatory Notes on Schedule of items 38-54

15 Format to be filled in 55

16 Total Pages 55

Sr. Divisional Electrical Engineer (TRD)

S. E. Railway, Adra

Page 3: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 3 of 55

SOUTH EASTERN RAILWAY

OPEN TENDER NOTICE NO: TRD/ADA/OT-2013/7/ SCADA, dtd 02.12.2013 Sr. Divisional Electrical Engineer (Traction Distribution), S.E.Railway, Adra, for and on behalf of the President of India, invites sealed tenders for the following work, from the reputed firms/contractors with sufficient experience and financial capabilities including those registered with any Government Department or Public Undertakings and have executed similar nature of works. 1 Description of Work Replacement of PC 486 based SCADA by

advanced PC based SCADA system of ADA-MDN and BKSC-KSX-PRR section over Adra Division of S.E.Railway

2 Approximate Tender Value Rs 90,40,778/-(Rupees Ninety Lakh Forty Thousand Seven hundred Seventy Eight only)

3 Earnest Money Deposit Rs. 1,80,820/- (Rupees One Lakh Eighty Thousand Eight Hundred Twenty only).

4 Cost of the Tender Forms Rs.5, 000/- ( Five Thousand only).

5 Completion Period 12 months from the date of issue of LOA.

6 Date, Time & Place of Selling of tender

Tender Forms can be obtained from the Office of the Sr. Divl. Elect. Engineer (TRD), S.E.Railway, Adra and Chief Elect. Engineer S.E.Railway, Garden Reach during working hrs. from 16.12.2013 to 16.01.2014 (14:00 Hrs) on production of original money receipt for

Rs. 5,000/- (non-refundable) Allocation Z-650

7 Date, Time & Place of Closing

Up to 15:00 hrs. of 16.01.2014 The Tender may be dropped in the special box available in the office of the Sr. DEE(TRD)/S. E. Railway , Adra or office of the CEE/GRC/S.E.Railway during office hours.

8 Date, Time & Place of Opening of tender

At office of the Sr.DEE (TRD)/S.E.Railway, Adra and office of the CEE/GRC/S.E.Railway. 15:30 hrs. of 16.01.2014 simultaneously

9 Eligibility Criteria i) Must have successfully completed at least one similar single work* for a minimum value of 35% of advertised tender value in the last three financial years (i.e. current year and three previous financial years).

ii) Total contractual amount received during the last three financial years and in the current financial year should be a minimum of 150% of

the advertised tender value. In this effect the tenderer has to submit along with the tender the attested authentic certificate from the employer/client, audited balance sheet duly certified by the Chartered Accountant etc., from which the turn over of the Company can be clearly calculated.

Note: * Definition of similar SCADA system means “Design, supply, erection, testing and commissioning of Railway SCADA as per RDSO’s specification from RDSO approved sources only”

Page 4: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 4 of 55

10. The following documents should be specified for submission along with tender. 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 hired to be given separately) for the subject work. c) List of works completed in the last three financial years giving description of

work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of the work. Date of actual start, actual completion and final value of contract should also be given with supportive documents/certificates from the organizations with whom they worked/are working should be enclosed. No certificate from private individual for whom such works are executed/being executed would be

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

approximate value of balance work yet to be done and date of award with supportive documents/certificates from the organizations with whom they worked/are working should be enclosed. No certificate from private individual for whom such works are executed/being executed would be accepted.

11. Tenders must be accompanied with prescribed amount of earnest money in acceptable form as mentioned in the tender document. Earnest money in the form of Guarantee Bond will not be accepted. Tender without prescribed earnest money will liable to be summarily rejected.

12. Tender Documents should not be sent by Ordinary Post. Tenders received in this office by Registered Post on or before 15:00 hrs. of 16.01.2014 will be deposited in the Tender Box before the closer.

13. In case the office remains closed on the date of opening of the tender for any unforeseen circumstances, the tenders will be received and opened on the next

working day at the same time and place. 14. The Railways reserves the right to accept or reject any bid including the lowest

one or all the Tenders or part thereof and split the contract without assigning any reason. Conditional bids incomplete/delayed offers for any reason shall stand rejected.

15. Request for issue of tender paper through post is not acceptable. 16. Tender forms are not transferable. 17. The tenderer must have the valid Electric Contractor License and Electrical

Supervisory License certificate from State Govt./Central Govt as mentioned in the tender document .

18. The tenderer can also download the tender documents from the NIC’s web site http://tenders.gov.in , S.E.Railway’s website www.ser.indianrailways.gov.in and can also be dropped in the tender box .However, Tenderer/s will have to deposit non-refundable Demand Draft in favour of FA & CAO, Garden Reach, S.E. Railway or Money Receipt for requisite amount issued by Chief cashier /GRC or Divnl. Cashier/Adra or Chief booking Clerk /Adra as a cost of Tender Form which will have to be attached with the tender Form otherwise the tender Form will be summarily rejected.

Railway administration will not be responsible for any delay/difficulties/ inaccessibility of the downloading facility for any reason whatsoever. In case of any discrepancy between the tender documents downloaded from internet and the master copy available in the office of Sr. DEE (TRD)/ADA, the latter shall prevail and will be binding on the tenderers. No claim on this account shall be

entertained. Sr. Divl.Elect.Engineer (TRD)/ADA

For and on behalf of The President of India

Page 5: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 5 of 55

SOUTH EASTERN RAILWAY ADRA DIVISION

Commissioning of SCADA System

And OHE modification /PSI Replacement & Rehabilitation work

Sr. No.

Tender Notice No & Description of Work Approx. value ( in Rs)

E.M.D (in Rs.)

1. TRD/ADA/OT-2013/7/SCADA,dtd 02.12.2013

“Replacement of PC 486 based SCADA by advanced PC based SCADA system of ADA-MDN and BKSC-KSX-PRR section over Adra Division of S.E.Railway ”

90,40,778.00 1,80,820.00

2. TRD/ADA/OT-2013/8/PSI, dtd 02.12.2013

Replacement / Rehabilitation of PSI Items ( ATs, Earth mesh etc. ) at different TSS/

FP/SP/SSP and in between sections of ADRA division

22,58,542.00 45,180.00

3. TRD/ADA/OT-2013/9/ PRR , dtd 02.12.2013

OHE Modification work for reversal of emergency Cross -Over towards TAO(Tamna ) end at PRR (Purulia ) over ADRA division of

S.E.Railway .

11,13,410.00 22,270.00

Cost of Tender Forms

: Rs 5,000/- for works under Sr. No. 1, Rs 3,000/- for works under Sr. No. 2 and Rs 2,000/- for works under Sr. No. 3

Selling of Tenders : Tender form can be obtained from the office of Sr. Divl. Elect. Engineer (TRD)/ADA or the office of CEE/GRC S.E.Railway from 16.12.2013 to 16.01.2014 (14:00 hrs.).

Date of Opening : 16.01.2014 (15:30hrs.) at the office of Sr. Divl. Elect. Engineer (TRD)/ADA and the office of CEE/GRC,

S.E.Railway Completion Period : 12 (Twelve ) Months from the date of issue of L.O.A. for

works under Sr. No. 1 and 06 (Six ) months from the date of issue of LOA for works under Sr. No. 2 and 3 above

Tender Notice is available at NIC’s web site http://tenders.gov.in , S.E.Railway’s website www.ser.indianrailways.gov.in . Tenderers can also download the tender document from the above website from 16.12.2013 and up to 14:00 hrs. on 16.01.2014. Tender notice is also available at the notice board of Sr.DEE/TRD/ADA’s office.

Note: For Works under Sr. No. 1 : * Definition of similar SCADA system means “Design, supply, erection, testing and commissioning of Railway SCADA as per RDSO’s specification from RDSO approved sources only”

Sr. Divl. Elect. Engineer (TRD)/ADA For and on behalf of The President of India

Page 6: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 6 of 55

CHAPTER-I

INSTRUCTION TO TENDERERS AND TERMS AND CONDITION OF TENDERING. (To be signed by the Tenderer and submitted along with the tender)

1.1.1 TENDER PAPER DOCUMENT. The tender paper/documents are divided into Two parts. The part-I consists of Tender notice, instructions to tenderer and terms and condition for tendering including conditions of pricing and payment. Part-II consists of the following.

a) Special conditions of tendering

b) Tender form c) Schedule of Price with its explanatory note

1.1.2 GENERAL INSTRUCTIONS It may be noted here that the conditions of General conditions of contract (G.C.C.)(with the

latest amendment, if any) of S. E. Railway, all provisions of relevant codes, manual etc.( with the latest amendment, if any), are generally applicable unless specifically mentioned otherwise in this paper. The intending tenderer before submission of tender is advised that in his own interest to study the tender papers carefully without prejudice to the generally of the foregoing and the tenderer shall inspect the site and surrounding of the works specified in the tender

documents and shall satisfy himself by careful examination before submission of the tender as the nature of site , soil and local conditions, availability of labour and materials for execution of work, the means of access to site supply of power, water, availability of accommodation etc. and shall make local and independent inquiries as to matters for and things referred to or implied in the tender documents Railways shall not entertain the tenderer in any form or plea of

ignorance, difficulties doubts, misconception and mis-appreciation thereof effecting the execution and completion of work. 1.1.3 ALTERNATIVE PROPOSALS: Should the tenderer have alternative proposals for arrangement design and specification which the tenderer considers would reduce the cost of the installation, improve the performance and

reliability he should incorporate them in the tender (form 5) for consideration by the purchaser. He shall clearly indicate the technical and financial advantage which would accrue to the purchaser for such alternative proposals suggested by him. Such proposals, shall however be

given without any loss of generally of the specification and drawing obtained herein. 1.1.4 SUBMISSION OF TENDER: The tender must be submitted in sealed envelope marked with the tender No. and the name of

the work and should dropped in the sealed TENDER BOX’ kept for the purpose at the time as mentioned in the Tender Notice for this purpose.

Tenders, sealed and super scribed as above, may also be sent by Registered post addressed to the above mentioned office so as to reach earlier to the date and time of the closing of the tender, No tender which is received after the time and date specified above will be considered

under any circumstances. Any tender delivered or sent otherwise will be at the risk of the tenderer. All documents to be

submitted in connection with the tender shall be written in English and in ink. 1.1.5 RATES: The tenderer(s) should quote only uniform percentage (ABOVE/BELOW) the rates of all items

given in schedule of prices any tender received with different percentage for different items of the schedule stands; summarily rejected.

CONDITIONAL OFFERS WILL BE SUMMARILY REJECTED. 1.1.6 CLARIFICATION

Clarification required by the tenderer may be obtained from the office of the Sr. Divisional Electrical Engineer (TRD), Adra or as prescribed. 1.1.7 INCOME TAX AND SALES TAX CLEARANCE CERTIFICATE:

The tenderer is required to produce along with his tender the current and valid income tax and sales tax clearances certificate, in original (which will be returned when done with) without which the tender will be rejected. The successful tenderer shall have to send current income tax

and sales tax clearances along with the bill without which no payment would be made to him. 1.1.8 TAX DEDUCTION:

Income Tax @ 2% plus surcharges as applicable on the amount to be paid by the contractor in

pursuance of the contract which will be deducted from the bills preferred by him in accordance

Page 7: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 7 of 55

with section 1204C of the Income Tax Act.1961 as introduced through finance Act of 1972 or

as amended from time to time, @ 4% OWST/JWST/WBST will be recovered where it is applicable. In addition to 1% C.Cess is also recoverable if the site of work falls under the

Railway settlement limit. 1.1.9 LICENCE AND ELECTRICAL CONTRACTORS CERTIFICATE.

Along with the tender, the tenderer shall have to submit valid Electrical Contractor’s Licence

issued by the Government in favour of the contractor to execute the work and valid Electrical Supervisory certificate to supervise the Electrical works. Alternatively, the firm must be a Registered Company under State/Central Government for carrying out business in Electrical Construction works. 1.1.10 SIGNING OF TENDERS AND POWER OF ATTORNEY:

In case of a firm not registered under partnership Act, all the partners or the attorney duly authorized by all of them should sign the tender and other connected documents. A copy of the document empowering the individual to sign should also be sent with the tender. In any case,

tender should disclose his constitution fully and copies of all necessary legal documents in support thereof should be submitted with the tender and originals thereof should be produced

as and when called for.

1.1.10.1 Any individual signing the tender or other documents connected therewith should

specify whether he is signing. (i) As sole proprietor of concerned or his attorney or (ii) As a partner or partners of the firm or (iii) For the firm per procreations or

(iv) As a director, Manager or Secretary in the case of limited company. 1.1.11 TENDER ADDRESSES: Every tenderer shall state in the tender his postal address fully and clearly. Any communication

sent to the tenderer by post at his said address shall be deemed to have reached the tenderer duly and in time notwithstanding the fact that the communication did not reach the tenderer at

all or in time for the reasons whatsoever Important document shall be sent by Registered post.

1.1.12 ERASURES OR ALTERNATION:

No erasure or alternation in the text of the tender paper is permitted and any such erasure and/or alternation will either be disregarded or render the whole tender void at the option of

the Railway Administration. Any correction made in rates for the work shall be initiated in ink and dated. 1.1.13 COMPLIANCE WITH INSTRUCTIONS:

Tender which do not comply with the instructions detailed above shall not be considered. 1.1.14 RESULTS OF TENDER :

The acceptance of the tender will rest with Sr. Divisional Electrical Engineer (TRD), S.E.Railway, Adra for and on behalf of the president of India who reserves the right to decide

the tender amongst more than one tenderer, if deemed necessary and also to reject any or all tenders received without assigning any reasons and does not bind himself to accept the lowest or any tender. 1.1.15 VALIDITY OF TENDER :

The contractor shall keep the offer viz. the tender and/or tenders as may be modified by

negotiations open for acceptance for a period of 120 days from the date on which tender/tenders is/are opened and in default, the Earnest Money deposited by him shall be forfeited to the Railway. 1.1.16 TIME SCHEDULE AND PROGRAMME:

The contractor shall strictly follow the time schedule for all works under this as mentioned in

the tender notice if the contractor fails to execute the work completely within the time specified or an authorized extensions thereof, Railway Administration is entitled to recover from the contractor a sum of half percent of the price of that portion of the work not

completed by the due date for each and every week or part of the week taken extra by the contractor to complete the work . The amount of damages recovered shall in no case exceed 10% of the value of the contract.

If such a failure as aforesaid shall have arisen from any cause which the purchaser may admit as being a reasonable ground for extension of time, the purchaser shall allow such additional

time as he may in his absolute discretion consider to be reasonably justified by the circumstances of the case.

Page 8: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 8 of 55

1.1.17 TERMINATION OF CONTRACT:

Notwithstanding the provisions under other papers the Railway Administration may at any time by a notice in writing summarily terminate the contract without liability to pay any

compensation to the contractor in respect thereof in any of the following event: i) INSOLVENCY : The contractor being an individual or a firm any partner in the Contractor’s

firm shall at any time be adjudged insolvent or shall have a receiving order for administration of his estate made against him or shall take any proceeding for liquidation on composition under any law relating to insolvency for time being enforce or make any conveyance or

assignment of his assets or enter into any arrangements or composition with his Creditors or suspend payment or is the firm be dissolved under the partnership Act. ii) LIQUIDATION : If the contractor being company shall pass a resolution or the court

shall make an order for the liquidation of its affairs or a receivers or a manager on behalf of debenture holders shall be appointed or circumstances shall have arisen which entitled the

court or debenture holders to appoint a receiver or manager. iii) BREACH OF CONTRACT : If the contractor commits any breach of this contract not

herein specifically provided always that such termination shall not prejudice any right of action or remedy which shall have accrued or accrue thereafter to the Railway administration and provided also that the contractor shall be liable to purchase any extra

expenditure which the Railway Administration is thereby put to but shall not be entitled to any gain on repurchase in the event of such termination without prejudice to the other right and remedies of the Railway administration including the rights for forfeiting the security deposit, the Railway administration shall be entitled to have the work or the undone portion thereof performed, executed and/or carried out by any

other agency at the cost and risk of the contractor liable for reimbursement in the event of any loss on this account. 1.1.17.2 EXCEPTIONS : Termination of contract will not arise in case of voluntary

liquidation meant for alternation or reorganization provided with the newly formed company takes over the fully responsibility and Liabilities of the liquidated firm and it is

acceptable to the Railway Administration. 1.1.17.3: Termination of contract under this Para will not arise in case of breaches or

defects of a minor nature . The Sr.Divl.Elect.Engineer(TRD)/ADA shall be the sole

authority, to decide whether breaches and defects are of minor nature. 1.1.18 EARNEST MONEY: Along with his tender the tenderer should deposit cash with the Divisional Cashier, S. E.

Railway, Adra (West Bengal). The amount as specified in tender notice or below as Earnest money.

The tenderer shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. This earnest money shall be applicable for all modes of

tendering. The amount of earnest money to be deposited with tender shall be as indicated below:

Value of the work (Tender value ) EMD

For works estimated to cost up to

Rs. 1 Crore

: 2% of the estimated cost of work

For works estimated to cost more than Rs. 1

Crore

: Rs. 2 Lakhs plus ½ % (Half percent ) of the

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

crore

EMD in the form of bank guarantee bonds is not acceptable. No PEMD is acceptable for the tenders. 1.1.18.1 Earnest money shall be paid in cash or in any of the following forms:

i) Pay orders, Deposit receipt or demand draft in favour of FA & CAO/ S.E.Railway, Garden

Reach, and Kolkata (WB). These forms of earnest money could be either of the State Bank of India or of any of the nationalized banks. No confirmatory advice from the Reserve Banks of India will be necessary.

Page 9: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 9 of 55

ii) The documents as referred to this tender document must be attached with the tender

without which the tender will not be considered and summarily rejected. 1.1.18.2 The Government securities (Stock securities, Bearer Bonds, Promissory notes, Cash

certificates etc.) shall not be accepted as Earnest money. 1.1.18.3 It is stated that the Earnest money as specified is to be submitted in full as initial

security.

1.1.18.4 No interest will be allowed or paid for Earnest Money above; the amount will be refunded to the unsuccessful tenderer as soon as possible after the tender is finally decided.

1.1.18.5 It shall be understood that the tender documents have been sold/issued to the tenderer and he has agreed to the tender taking into consideration the stipulation on

his part that after submitting the tender will not resile from his offer or modify his conditions thereof in a manner not acceptable to the purchaser.

1.1.18.6 Should the tenderer fail to observe or comply with this stipulation, the amount of

security deposit referred to in clause 1.1.18.3 above shall be forfeited to the Government.

1.1.19 SECURITY DEPOSIT

1.1.19.1 Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under :- a) Security Deposit for each work should be 5% of the contract value,

b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered.

c) 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 of lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate inter alia, should mention that the work has been completed in all

respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the

contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

1.1.19.2 The Earnest money of the successful Tenderer will be retained by the Railway as

a part of security for due fulfillment of the contract by the Contractor. 1.1.19.3 The National plan load certificate, Government securities (Stock certificate,

Bearer bonds, Promissory notes, cash certificates) will not be accepted.

1.1.19.4 No cheque will be accepted towards Security Deposit, even if it is guaranteed by the Bank.

1.1.19.5 Request for transfer of security deposit of any work even if the same is free of all obligations will not be accepted for the purpose of the security deposit of this case.

1.1.19.6 No interest will be allowed or paid for the amount deposited in cash or deducted through bills.

1.1.19.7 As far as practicable tenderer should in their own interest deposit security deposit in cash with Divl. Chief Cashier/S. E. Railway, Adra to facilitate prompt refund of the deposited amount on fulfillment of the terms of the contract.

1.1.19.8 PERFORMANCE GUARANTEE: The procedure for obtaining performance guarantee is outlined below : a) The successful bidder shall have to submit a performance guarantee (PG) 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 up to 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 panel 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.

Page 10: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 10 of 55

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 Guaranty. iii)Government securities including state loan bond at 5% below the market value . iv)Deposit receipts, Pay orders, Demand drafts and Guarantee bonds . These forms of

Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Bank. v)Guarantee bond executed or deposits receipts tendered by all scheduled Banks. vi)A deposit in the post office Saving Bank . vii)A deposit in the National Saving certificates.

viii)Twelve years National Defense certificates. ix)Ten years Defense Deposits. x)National Defense Bond and

xi)Unit Trust Certificates at 5% below market value or at the face value whichever is less.

Also FDR in favour of FA&CAO (free from any encumbrance) may be accepted. NOTE : The instrument as listed above will also be acceptable for Guarantees in case of Mobilization Advance. c)The performance guarantee shall be submitted by the successful bidder after the

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

(d)The value of PG to be submitted by the contractor will not change for variation 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 physical completion of the work based on ‘completion certificate’ issued by the competent authority stating that the contractor has completed the work in all respect satisfactorily. The security

deposit shall however be released only after expiry of the maintenance period and after passing the final bill based on “NO CLAIM CERTIFICATE” from the contractor . (f) Whenever the contract rescinded the Security Deposit shall be forfeited and the

performance guarantee shall be encashed. The balance work shall be failed contractor shall be debarred from participating in the tender for executing the balance work. If

the failed contractor is a JV or partnership firm then every member / partner of such a firm 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 expect 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 here in 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 under provision of the GCC, the Performance guarantee shall be forfeited in full and shall be absolutely at disposal of India.

1.1.20 ADDITIONS AND ALTERATIONS:

Railway Administration may require modifications to be carried out on the works Considered necessary either during the execution or after a part of whole of the installations coming within

the purview of the contract such modifications shall be carried out, only after the additional prices , if any proposal by the contractor are accepted by the Railway Administration. 1.1.20.1 If any additional quantum of the works specified in the schedule becomes necessary

during the course of execution , the contractor may be called upon to carry out such ,

Page 11: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 11 of 55

additional works to the extent of 25% of the original contract quantity at the same rates, terms

and conditions without inviting any fresh quotations . 1.1.21 SAFETY MEASURES:

The contractor shall take all precautionary measures in order to ensure the Protection of his own personal moving about or working in the Railway premises, but shall then conform to the rules and regulations of the Railways . The contractor shall abide by all Railway regulations in

force for the time being and ensure that the same are followed by his Representatives , agent or sub-contractor of workmen . He shall give due notice to his employees and workers about the provisions of the Para. The contractor shall indemnify and keep the Railway Administration indemnified and harmless against all actions, suits , claims, demands, other charges or expenses arising in

connection with any accidents , death or injury sustained by any person(s) within the Railway premises and any loss or damage to Railway property sustained , due to the acts or omissions of the contractor, or his staff during the execution of this contract irrespective of whether

such liability arising under the workmen’s compensation Act 1923 or fatal accidents Act or any other stature in force for the time being . 1.1.22 EXECUTION OF AGREEMENT

The contractor is required to execute a formal agreement in prescribed form (Form 7) with the Railway Administration on the lines of the Tender conditions and until the formal agreement is executed , the LOA by the Railway Administration shall be valid and binding on the contractor in all respects . 1.1.23 RAILWAY PASSES: No free Railway passes will be issued for the contractor. 1.1.24 SPECIFIED RAILWAY STORES: Materials which are to be supplied by the Railways as specified in Annexure for Execution of the work will be handed over to the contractor by the consignee from his store against Indemnity Bond (Form 6) . The loading, handling and transportation of such materials to the

work sites shall have to be done by the contractor at his own cost. All other materials as may be required to execute the work and to make the installation, complete in all respects according to the specification and schedule of work shall be supplied

by the contractor and cost thereof included in the schedule of prices . The transportation of the materials to the work site shall be borne by the contractor. 1.1.25 REFUND /FORFIETURE OF EARNEST MONEY:

The Earnest money including the amount taken as security deposit for the due performance of the stipulation to keep the offer open till the date specified in the tender under clause 1.1.15(i.e Minimum validity of offer ) hereof shall be refunded to the unsuccessful tenderer(s) within a reasonable time after finalization of the tender case . The earnest money deposited by the successful tenderer(s) shall be retained towards the security deposit for the due and faithful

fulfillment of the contract but shall be forfeited by the purchaser without prejudice to any other rights or remedies available to it if the contractor fails to execute the Agreement bond or start

the work within a reasonable time (to be determined by the Engineer at site) after notification of the acceptance of his/their tender. 1.1.26 COMMUNICATION TO BE IN WRITING :

All notices communications, reference and complaints made by the purchaser of his Engineer or the Engineer’s representative or the contractor in tense concerning the works shall be in

writing and no notice communications reference or complaint not in writing shall be recognized. The list of addresses to which correspondence and documents relating to the contract should be sent are indicated in the tender papers in Part-II. 1.1.27 SERVICE OF NOTICES ON CONTRACTORS: The contractor shall furnish to the Engineer the name, designation and address of his

authorized agent and all complaints , notices, communications and references shall be deemed to have been so duly given to the contractor if delivered to the contractor left at or posted to the address so given and shall be deemed to have been so given in the case of posting on the day on which would have reached such address in the ordinary course of post or on the day on which they were so delivered or left in the case of contract by partners, any change in the

constitute of the firm shall be forthwith notified by the contractor to the Engineer. Important documents may be sent by “REGISTERED POST”. 1.1.28 SUBLETTING OF CONTRACT :

The contractor shall not assign or sublet the contractors any part thereof or allow any person to become interested therein any manner whatsoever without the special permission of the purchaser. Any breach of this condition shall entitle the purchaser to rescind the contract

under clause 1.1.45 (i.e Right to Railway to determine contract ) of these conditions and also

Page 12: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 12 of 55

render the contractor liable for payment to the purchaser in respect of any loss or damage

arising or ensuring from such cancellation. 1.1.29 APPROVAL OF SUBCONTRACTOR OR VENDORS: The name of all sub contractors proposed to be employed on execution of work or any part thereof including manufacture of components shall be submitted by the Contractor to the purchaser and got approved by him before the contractor enters into an agreement with sub-

contractor/or vendor for the purpose . The permitted subletting of work by the contractor shall not establish any contractual relationship between the sub-contractor and the purchaser and shall not relieve the contractor of any responsibility under the contract. 1.1.30 RETURN OF UNUTILISED MATERIALS OF THE PURCHASER:

Such materials as have been issued to the contractor but left behind with him UNUTILISED,

shall be determined after reconciliation with the actual quantum of issued vis-à-vis utilized for execution of the work and returned by the contractor to the purchaser’s depot at no extra cost in the same shape and condition of the materials as were issued to the contractor(s). If the

contractor fails to return such materials, the cost of such will be recovered at a rate at twice the book rate or twice the market rate enhanced by 20.38% whichever is higher.

Every effort will be made by the purchaser to supply the materials as listed in part-II at the appropriate time. However suitable extension of time will be granted to the contractor in case of delay for supply of said materials by the purchaser any reason whatsoever and no claim of compensation from the contractor for such delay by the purchaser will be entertained. NOTE: The contractor shall hand over all empty drums, wooden carats and other packing

materials used for the issue of purchaser’s materials to the purchaser’s depot. CARRIAGE OF MATERIALS :

No forwarding orders shall be issued by the purchaser for the transportation of Contractor’s materials, tools and plant by rail or by road to the work site which may be required for use in the works and the contractor shall pay full freight charges at public tariff

/rates there for. No Road permit for contractor’s supply material will be issued by Railways. 1.1.31 PROVISION OF EFFICIENT AND COMPETENT SUPERVISOR :

The erection of all equipments according to the specification will be done by the contractor at

his cost. For this purpose, the contractor shall place and keep on the works at all times efficient and competent representatives to give necessary directions to his workmen and see that they

execute their work in sound and proper manner and shall employ only such supervisors, workmen and labour in or about the execution of any of the works as are careful and skilled in their various trades and callings. The said representative shall be present at site during work in

hours and any written orders or instructions which the engineer may give to the said representatives of the contractor shall be deemed to have been duly given or communicated to the contractor.

The contractor shall furnish the name and address of his agent or representatives for the purpose of this clause. The contractor or his agent or representative will accompany the

engineer/s on inspection and/or proceed to their offices whenever called upon to do so. The Contractor shall at once remove from the works any representative, permitted sub-contractor supervisor, workmen or labour who shall be objected to by the engineer and he shall

submit a correct return showing the names of all staff and workmen employed by him . 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 worker as is necessary for the proper completion of the work within the time prescribed , the contractor shall forthwith on receiving intimation to this effect take on the additional number of staff and labour specified by the engineer within seven days

of being so required . Failure on the part of the contractor to comply with the above instructions will entitle the

purchaser to rescind the contract under clause 1.1.45 i.e. Right of Railway to determine contractor of the conditions thereof . 1.1.32 ACCIDENTS AND DAMAGES TO INSTALLATIONS ETC The contractor shall be responsible for all repairs and rectification of damage to installations erected or under erection due to accident or any other cause during the course of the

contractors work at site inclusive of the guarantee period at no extra cost to the purchaser. All costs, damages or expense which the purchaser may incur, for which under the terms of contract, the contractor is liable may be either deducted by the purchaser at his discretion

from any money due or to become due to refundable by the purchaser to the contractor under the contract , or may be recovered by action of law or otherwise from the contractor . The purchaser reserve the right and shall be entitled to retain payments due to the contractor

Page 13: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 13 of 55

under this contract and to set off the same against all claims whether arising out of this

contractor out of any other transaction whatever with the contractor. 1.1.33 PROVISION OF PAYMENT OF WAGES ACT : The contractor shall comply with the provision of payment of wages Act 1936 as amended upto date and the rules made thereunder in respect of all employees employed by him in the works, if in compliance with the terms of the contract , the contractor directly or through the petty

contractors or subcontractors shall supply any labour to be used wholly or partly under the direct orders and control of the engineer whether in connection with the work to be executed here under or otherwise for the purpose of the engineer such labour shall never the less be deemed to be , comprise of person employed by the contractor and any money which may ordered to be paid by the engineer on behalf of the contractor and engineer may on failure by

the contractor to repay such moneys due to the contractor in terms of the contractor. The purchaser shall be entitled to deduct from any moneys due to the contractor (whether under the contract or any other of compensation of aforesaid or for costs of expense in connection

with any claim there) and the decision of the engineer upon any question arising out of the effect or force of this clause shall be final and binding upon the contractor. 1.1.34 WAGES TO LABOUR The contractor shall be responsible to ensure compliance with the provisions of the Minimum Wages Act, 1948 as modified upto date (therein after referred to as the said act), and the rules made there under in respect of any employees employed by him directly or through petty contractors , sub-contractors for the purpose of carrying but this contract.

If, in compliance with the terms of the contract , the contractor directly or through petty contractors or sub-contractor supplies any labour to be used , wholly or partly under the direct orders and control of the purchaser whether in connection with any work being executed by the contractor or otherwise for the purpose of the purchaser such labour shall for the purpose of this clause shall be deemed to be persons employed by the contractor.

If any money , shall be a result of any claim or application and under the said act be directly to be paid by the purchaser such money shall be deemed to be payable to the purchaser by the contractor and on failure by the contract or to repay the purchaser and moneys paid by it as

aforesaid within seven days after the same shall have been demand the purchaser shall be entitled to recover the same from any moneys due or accruing to the contractor under this or

any other contract with the purchaser. 1.1.35 POWER OF MODIFICATION TO CONTRACT :

The engineer in charge of the execution of the work on behalf of the purchaser shall be

entitled by order in writing to enlarge or extend, diminish or reduce the works or make any alternations in their design , character , position site quantities , dimensions or in the method of their execution or in the combination and use of materials for the execution or thereof or to

order any additional works to be done or any works not to be done and the contractor will not be entitled to any compensation for any increase/reduction in the quantities of work but will be

paid only for the actual amount of work done and for approved materials supplied against a specific order . 1.1.35.1 Unless otherwise specified in the special conditions of the contract, the accepted

variation in quantities for the contract overall would be up to 25 % of the quantity originally contracted . The contractor shall be bound to carry out the work at the agreed rates and shall

not be entitled to any claim or any compensation whatsoever up to the limit of 25% variation on the contract value originally contracted. 1.1.35.2 The enlargement , extensions, diminution, reductions, alternations or additions

referred to in clause in no degree affect the validity of the contract but shall be performed by the contractor as provided therein and be subject to the same conditions, stipulations and

obligations as if they had been originally and therein and be subject to the same conditions stipulations and obligations as if they had been originally and expressly included and provided for in the specifications and drawings and the amount to be paid therefore shall be calculated in accordance with the accepted schedule of rates, any extra items/ quantities of work failing outside the purview of the provisions of the sub-clause 1.1.36 above shall be paid for at the

rates determined (i.e. rates for the extra items of work of these conditions) 1.1.36 COMPLIANCE TO ENGINEER’S INSTRUCTIONS : The Engineer shall direct the order in which the several parts of the works shall

be executed and contractor shall execute without delay all orders given by the engineer from time to time but the contractor shall not be relieved thereby from responsibility for the due performance of the works in all respects.

Page 14: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 14 of 55

Alternations to be authorized: No alternations in or additions to or commission or abandonment

of any part of the works shall be deemed authorized except under instructions from the engineer and the contractor shall be responsible to obtain such instruction in each and every

case. EXTRA WORK: Should works over and above those included in the contract required to be

executed at the site the contractor shall have no right to entrust with the execution of such

works which may be carried out by another contractor or contractors or by other means at the options of the purchaser. Separate contract in connection with works: The purchaser shall have the right to let other contractors in connection with the works the contractor shall afford other contractor reasonable opportunity for the storage of their materials and the execution of their works and

shall properly connect and co-ordinate his works there. If any part of the contractor work depends for proper execution or result upon the work of another contractor, the contractor shall inspect and accordingly report to the engineer any

defects in such work that render it unsuitably for such proper execution and result . The contractor’s failure so to inspect and report shall constitute acceptance of the other

contractor’s work except as to defects which may have developed in the other contractor’s work after the execution of his work. 1.1.37 ILLEGAL GRATIFICATION :

Any bribe, commission, gifts or advantages given, promised or offered by or on behalf of the contractor or his partner, agent or servant or any one of his or on their, behalf in relation to the

obtaining or the execution of this or any other contract with purchaser shall in addition to any original liability which he may incur , subject to the contractor to the recession, of the contract and all other contracts with the purchaser and to the payment of any loss or damage resulting from such rescission and the purchaser or damage resulting from such rescission and the purchaser shall be entitled to deduct the amount so payable from any money due to

the contract under the contract or any other contracts with the purchaser. The contractor shall not lend or borrow from or have or enter into any monetary dealings or transactions either directly or indirectly with any employee of the purchaser and if he shall do so the

purchaser shall be entitled forthwith to rescind the contracts and all other contracts with the purchaser. Any question or dispute as to the commission of any offence or compensation

payable to the purchaser under this clause shall be settled by the General Manager in such manner as he shall consider fit and sufficient and his decisi on shall be final and conclusive. 1.1.38 ADHERENCE TO SPECIFICATION AND DRAWINGS: The whole of the works shall be executed in perfect conformity with specifications and drawings of the contract. If the contractor performs any work in manner contrary to the specifications or drawings or any of them and without such reference to the engineer, shall

have to bear all the costs arising of ensuring and shall be responsible for the losses to the purchaser. 1.1.39 WORKS BY OTHER AGENCIES: Any other works undertaken at the same time by the purchaser direct or through some other agency at the same site where the contractor is carrying out his work, will not entitle the

contractor to prefer any claim regarding any delays or hindrances he may have to face on this account . The contractor shall comply with any instruction which may be given to his by the

purchaser in order to permit simultaneous execution of his own works and of those undertaken by other contractors or the purchaser without being entitled on this account to any extra charge. 1.1.40 If the purchaser is unable to supply materials to the contractor as specified in the

contract in time, the contractor shall not be entitled to any extra payment on account of such

delay in supply, however such delays in supplies will be reasonable ground for extension of completion dates for the works. 1.1.41 All materials will be subjected to inspection and test either by the purchaser

or by an agency appointed for this purpose for individual items as below, at the manufacturer’s work before dispatch and no materials shall be dispatched from the manufacturer’s works

until these are inspected and or approved . These materials may also again be inspected at the contractor’s depot/work site . The purchaser or his representative shall have the right to be present during all stages of manufacture and shall be afforded free of charge all reasonable

facilities for inspection and testing so as to satisfy himself/themselves that the materials are in accordance with specifications, approved drawings and designs. Any reasonable delay in inspection will be a reasonable ground for extension of time for completion of works. 1.1.42 PROVISIONAL ACCEPTANCE :

Page 15: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 15 of 55

Immediately after the completion of an installation the contractor will certify and advice the

purchaser in writing that the installation is : i) Complete .

ii) Ready for satisfactory regular service and iii) Ready to be handed over. He will also place at disposal of the purchaser the required

staff for inspection, testing and putting it into operation.

The test or test specified in part III will be conducted jointly by the purchaser and contractor as soon as possible after receipt of advise of completion of an installation by the purchaser from the contractor.After the purchaser is satisfied with the satisfactory working of the installation, he will issue a “Provision Acceptance Certificate” which would be signed by both the parties. Should the results of inspection and tests be not satisfactory an extension of time

for one month will be granted to make good defects and deficiencies pointed out by the purchaser. A fresh inspection and tests will then be carried out after the contractor has attended to the defects and deficiencies . If these are not satisfactory , the purchaser may

proceed at the contractor’s expense by all means deemed expedient to have the installation made approved drawings and designs.

In such a case or in case of delay in completing the work under this contracts within the time limit the purchaser reserves the right if he deems it possible to use in a reasonable manner any part of the installation even if the work is not completely erected. The purchaser will give to the contractor for this purpose seven days previous notices. The contractor shall then take at his own expenses all necessary steps to complete the works in accordance with the provisions of

the contract. In case it becomes impossible to proceed with the above mentioned taking over tests, for reasons other than for which the contractor is responsible, the provisional acceptance certificate shall be issued at or within a mutually agreed reasonable period not exceeding six months after completion of an installation. NOTE: The issue of provisional acceptance certificate will not be withheld for rectification of

minor defects as distinct from rejected equipment, which may not be essential for energisation and operation of the installation in such cases, only the value of materials and cost of rectification of the minor defects shall be withheld from payments on provisional acceptance

until rectification is completed. 1.1.43 WARRANTY:

The contractor shall warranty satisfactory working of the installation erected by him , for a period of 36 months from the date of provisional acceptance of each installation(Para 1.1.42

i.e. provisional acceptance by the purchaser ).

During this period the contractor shall make available an experienced Engineer and necessary equipment to attend to any defective installation and be responsible for satisfying himself that the purchaser’s staff follow the prescribed procedure for operation and maintenance of

equipment . The contractors shall bear the cost of all modifications, additions or substitutions that may be considered necessary due to faulty materials , designs or workmanship for the

satisfactory working of the equipment. The final decision shall rest with the Sr. Divisional Electrical Engineer (TRD), S. E. Railway , Adra. During the period of guarantee the contractor shall be liable for the replacement of any parts

which may be found defective in the equipment whether such equipments be of his own manufacturer or those of his sub-contractors whether arising from faulty design, materials,

workmanship or negligence in any manner on the part of the contractor provided always that such defective parts as are not repairable at site are promptly returned to the contractor if so required by him at site(contractor’s own expenses). The contractor shall bear the cost of repairs

carried out on his behalf by the purchaser at site. In such a case the contractor shall be informed in advance of the works proposed to be carried out by purchaser.

If it becomes necessary for the contractor to replace or renew any defective portion of the equipment under the clause aforesaid then the provision of the said clause shall also apply to the portions of the equipments so replaced or renewed until the expiration of six months from the date of such replacement or until the end of the above mentioned period of twelve months, whichever is later, such extension shall not apply in case of defects of a minor nature, the

decision of the Sr. Divisional Electrical Engineer (TRD), S. E. Railway , Adra being final in the matter, if any defects be not remedied within a reasonable time during the aforesaid period the purchaser may proceed to do the work at the contractor’s risk and expense, but without

prejudice to any other rights and remedies which the purchaser may have against the contractor in respect of such defects or faults. The repaired or renewed parts shall be delivered and erected at site free of charges to the

purchaser.

Page 16: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 16 of 55

Any materials supplied shall also be covered by the provisions of this clause. The liability of

the contractor under the guarantee will be limited to re-supply of materials made under clause 1.1.36 such supply shall be effected at the contractor’s depot or in the event of

closure of the depot at the stores depot of the engineer at site covered by the contract. In case of materials supplied by the purchaser under clause 1.1.36 no liability will rest on the contractor for failure on account of defects inherent in such materials . 1.1.44 FINAL ACCEPTANCE:

The final acceptance of the installation shall take effect from the date of expiration of the period of guarantee as defined in clause 1.1.43 warranty provided the installation previously accepted provisionally are still in good working order . If on the other hand the installation is not in good working order at the end of the guarantee

period the purchaser may either extend the period of guarantee until, necessary works are carried out by the contractor or carry out those works or have them carried out successfully on behalf of the contractor and at his expenses . A certificate of final acceptance shall then be

issued under the signature of both the parties – The purchaser and the contractor . 1.1.45 RIGHT TO RAILWAY TO DETERMINE CONTRACT:

1.1.45.1 The purchaser shall be entitled to determine and terminate the contractor at any time should in the purchaser’s opinion , the cessation of work become necessary owing to paucity of funds or from any other cause whatsoever in which case the value of approved materials at site and of work done by the contractor will be paid for in full at the rates specified in the contract . Notice in writing from the purchaser of such determination and the

reason therefore shall be conclusive evidence thereof. Should the contract be determined under sub-clause 1.1.45.1 of this clause and the contractor claims payment for expenditure incurred by him in the expectation of completing the whole of the works the purchaser shall admit and consider such claims as he deemed reasonable and are supported by vouchers to the satisfaction of the engineer. The contractor

shall have no claim to any payment of compensation or otherwise whatsoever on account of any profit of advantage which he might have derived from the execution of the works in full but which he might have derived from the execution of the works in full but which he did not derive

in consequence of determination of contract . The purchaser’s decision on the necessity and propriety or such expenditure shall be final and conclusive .

1.Determination of contract owing to default of contractor if the contractor should i) become bankrupt or insolvent or ii) make an arrangement with or assignment in favour of his creditors , or agree to carryout

the contract under the committee or iii) being a company or corporation go into liquidation (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) or

iv) have an execution levied on his goods or property on the works , or v) assign the contract or any part thereof otherwise than as provided as terms or these

conditions, or vi) abandon the contract or vii) persistently disregard the instruction of the engineer or contravene any provision of

the contract

viii) fail to adhere to the agreed programme of work by a margin of 10% of the stipulated

period or ix) fail to remove materials from the site or to pull down and replace work after receiving

from the engineer notice to the effect that the said materials or works have been

condemned or rejected under clause or x) fail to take steps to employ competent or additional staff and labour as required for

supervision of these conditions or xi) fail to afford the engineer or engineer’s representative proper facilities for inspection the

works or any part thereof as required under clause 1.1.41(i.e. inspection and testing ) of these condition, or

xii) promise offer or give any bribe , commission , gift or advantage either himself or through

his partner agent himself or through his partner agent or servant to any officer or employee of the purchaser or to any person or his or on their behalf in relation to the executive of this or any other contract with the purchaser or

xiii) At any time after the tender relating to the contract has been signed and submitted by the contractor being a partnership firm, admit as one of its partners or employee under it or being an incorporated company elect or nominate or allow to set as one of its

director or employees under it in any capacity whatsoever retired Engineer of the gazetted

Page 17: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 17 of 55

rank or any other retired gazetted officer working before his retirement whether in the

executive or administrative capacity or whether holding any personable post or not , in the engineering department of the any of the railway for the time being owned and

administered by the President of India before two year from the date of retirement from the said service of such engineer or officer unless such engineer or officers has obtained permission from the President of India or any officer duly authorized by him in his

behalf to become a partner or a director or take employment under the contractor , as the case may be OR

xiv) Fail to give at the time of submitting the said tender . a) the correct information as to the date of retirement of such retired engineer or retired

officer from the said service as to whether any such retired engineer or retired officer

under the employment of the contractor at the time or submitting the said tender . b) being a partnership firm , the correct information as to whether any or its

partners was such a retired engineer or retired officer or

c) the correct information as to such engineer or officer obtaining permission to take employment under the contractor .

d) being an incorporated company , a correct information as to whether any of its directors was such a retired engineer or a retired officer or

e) being such a retired engineer or retired officer suppress and not disclose at the time of submitted the said tender the fact of his being such a retired engineer or a retired officer or make at the time of submitting the said tender a wrong statement in relation to his

obtaining permission to take the contract. If the contractor be a partnership firm or an incorporated company to be a partner or director of such firm or company as the case may be or so seek employment under the contractor. Then and in any of the said cases, the engineer on behalf of the purchase may serve the contractor with a notice in writing to that effect and if the contractor does not within 7 days

after the delivery to him of such notice proceed to make good his default in so far as the same is capable of being made good and carry on the work or comply with such direction as aforesaid to the entire satisfaction of the engineer , the purchaser shall be entitled after giving

48 hrs notice in writing under the hand of the engineer to rescind the contract as a whole or in part or parts (as may be specified in such notice).

2. Right of Railways after rescission of contract owing to default of contractor

In the event of any or several of the course referred to clause 1.1.45.3 of these conditions adopted. i) The contractor shall have no claims to compensation for any loss sustained by him by

reason of his having purchased or procured any materials or entered into any commitments or made advance account of or with a view to the execution of the work , or

the performance of the contract and contractor shall not be entitled to recover or be paid any sum for any work thereof for actually performed under the contract unless and until the engineer shall have certified the performance of such work and the value payable in

respect thereof and the contractor shall only be entitled to be paid the value so certified . ii) The engineer or the engineer’s representative shall be entitled to take possession if any

materials , tools, implements machinery and building on the works or on the property on which these are being or ought to have been executed and to retain and employ the same in the further execution of the works without the contractor being entitled to any

compensation for the use and employment thereof for wear and tear or destruction thereof. iii) The engineer shall as soon as may be practicable after removal of the contractor fix and

determine expert or by or after reference to the parties or other such investigation or

inquiries as he may consider fit to make or institute and shall certify what amount (if any ) and at the time of rescission of the contract been reasonably earned by or would reasonably

accrue to the contractor in respect of the work then actually done by him under the contract and what was value of any unused , or partially used materials, any constructional plant and any temporary works upon the site. The legitimate amount due to

the contractor after making necessary deductions and certified by the Engineer should be released expeditiously.

1.1.46 SUPPLY OF SPARE PARTS :

The supply of spare parts, components, standby equipments shall be so regulated that all the necessary items that have been ordered shall be delivered at site only after the erection of the main equipments but before the testing and commissioning of system. If the spare parts

Page 18: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 18 of 55

standby equipments are to be supplied in advance, necessary written and specific permission

shall be taken from the engineer 1.1.47 ARBITRATION:

1.1.47.1 In the event of any dispute of difference between the parties hereto as to the

construction or operation of this contract or the respective rights and liabilities of the parties on any matter in question dispute or difference on any account or as to the withholding by the

railways of any certificate to which the contractor may claim to be entitled to or if the railways fails to make a decision within a reasonable time the n and in any case save the expected matters referred to in clause 63 of the General Conditions of the contract and standard specification 1976 of S.E.Railway the contractor after 90 days but within 180 days of his presenting his final claim on disputed matters shall demand in writing that the dispute or

difference is to be referred to arbitration .

1.1.47.2 The demand for arbitration shall specify the matters which are in question, dispute/difference only such disputes and differences in respect of which the demand has been

made shall be referred to arbitration and other matters shall not be included in the reference. 1.1.47.3 If the contractor(s) does/do not prefer his/their specific and final claims in writing within a period of 90 days of receiving the intimation from the government that the final bill is

ready for payment he/they will be deemed to have waived his/their claim(s) and the railway shall be discharged and released of all liabilities under the contract in respect of these claims. 1.1.47.4 All questions, disputes and/or difference arising under or in connection with this

contract or in any way attaching or relating to or concerning the erection, meaning or effect of these conditions or the special conditions of contract (except as to any matter the opinion

and/or decision regarding which has been otherwise provided for these conditions or the special conditions of the contract to be final and also except as to any matter regarding which the contractor has given no claim certificate or such Railway officer (Retired or in service) as

shall be appointed to be the arbitrator by the General Manager for the time being of the South Eastern Railway in his sole and absolute discretion and the decision of such arbitrator shall be

final and conclusive under provision of the Indian Arbitration Act 1948 and of the rules thereunder and all statutory modification thereof. 1.1.47.5 If the sole arbitrator appointed under sub-clause(iv) or one both the

Arbitrators/appointed under sub-clause (v) above resigns his appointment or resign their appointments or vacates his office/vacate their office or is /are unable or unwilling to act for

any reason whatsoever or arbitrator/arbitrators to act in his/their place /places in accordance with the provisions of sub-clause (iv) or sub-clause (v) above as the case may be shall be entitled to proceed with the reference from the stage at which it was left by the previous arbitrator/arbitrators. The arbitrator / arbitrators umpire so appointed as the case may be shall give the award on all matters referred to arbitration indicating therein break up of the

sum awarded separately on each individual item of disputes.

1.1.48 ACCOMMODATION :

The contractor shall make his arrangements for the accommodation of his staff, materials, tools etc, electricity for the purpose of execution of the work against this contract may be arranged by railway from its sources , if available near the work site on payment of railway’s specified charges. 1.1.49 LAWS OF INDIA :

This contract shall be governed by the laws for the time being in force in the Republic of India. 1.1.50 DEFAULT AND DELAY :

The contractor shall execute the work with due diligence and expedition keeping to the approved time schedule . Should he refuse or neglect to comply with any reasonable orders

given to him in writing by the purchaser’s engineers in connection with the work or contrivance the provision of the contract or the progress of work lags persistently behind the time schedule due to his neglect , the purchaser shall be at liberty to be given seven days notice in writing to

the contractor requiring him to make good the neglect or contravention, complained of or should the contract fail to comply with the requisition made in the notice within seven days from the

receipt thereof, it shall be lawful for the purchase to take the work wholly or in part out of the contractor’s hands without any further reference and get the work or any part thereof as the

case may, completed by other agencies at the expense of the contractor without prejudice to any other right or remedy of the purchaser .

Page 19: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 19 of 55

1.1.51 LOSS SUSTAINED DUE TO DEFAULT AND DELAY: a)In the event of any loss to the purchaser on account of execution and/or completion of the

work or any part thereof by agencies other than the contractor, in terms of Para 1.1.50, the contractor shall be liable to reimburse the loss to the purchaser without prejudice to the other rights and remedies of the purchaser, and the reimbursement in full or in part as the case may

be, shall be met, at the option of the purchaser, from out of all or any of the following sources viz. i) Any amount due and payable to the contractor by the purchaser on any account whatsoever. ii)The contractor’s security deposit in the hands of the purchaser as far as

Available and

iii) Any other assets whatsoever of the contractor. b) In the event of reimbursement from out of sources (i) and or (ii) above mentioned, the

purchaser shall have the right of appropriation sue motto. 1.1.52 CORRECTNESS OF WORK AND MATERIALS: a) All designs and drawings submitted by the contractor shall be based on a thorough study

and shall be such that the contractor is satisfied about their suitability . The purchaser’s approval will be based on these considerations . Notwithstanding approval communicated by the purchaser, during the progress of the contract , for designs and drawings prototype samples of components , materials and equipments after inspection and adjustments to installations. The ultimate responsibility for correct design and execution of work shall rest

with the contractor unless the purchaser insists on adoption of his own designs in spite of the contractor not being agreeable to its . b) If any dimension figured upon a drawing differs from that obtained by sealing

the drawings the figures dimension should be normally taken as correct unless it is prima facie a mistake but all such cases shall be brought to the notice of the purchaser’s

engineers and the discrepancy set right before execution .

1.1.53 CONTRACTOR’S RESPONSIBILITY FOR DISCREPANCY : a) All designs and drawings submitted by the contractor shall be based on a Thorough study

and shall be such that the contractor is satisfied about their suitability . The purchaser‘s approval will be based on these considerations. Not withstanding approval communicated by the purchaser , during the progress of the contract , for designs and drawings,

prototype samples of components , materials and equipments after inspection and adjustments to installations, the ultimate responsibility for correct design and execution of work shall rest with the contractor unless the purchaser insists on adoption of his own designs in spite of the contractor not being agreeable to its.

b) The contractor shall be responsible for and shall bear and pay the costs for any

alternation of works arising from any discrepancies , errors or omissions in the designs and drawings have been approved by the purchaser or not .

1.1.54 ADDITIONS AND ALTERATIONS TO ERECTED EQUIPMENTS:

The purchaser may require additional installations or modifications to be carried Out on the works he deems necessary, either during the execution or after a part or whole of the

installations coming within the purview of the contract has been put into commercial service. In case the prices for such additional works or modifications are not covered by the Schedule of prices and are such that either partly consider additional prices for such Works justified , such

additional works or modification shall be carried out, only after the additional prices proposed by the contractor are accepted by the purchaser In case additional installations or modifications are required to be carried out under this para, the purchaser shall grant a

reasonable extension of time, should this be considered necessary. 1.1.55 CONTRACT LABOUR ACT: The contractor is liable to observe the provisions of contract labour Act and get himself registered under the concerned labour officer as per provision of the Act. He has to state the number of labour engaged by him for carrying out the work before signing of agreement . For

any violation of the said Act , the contractor is liable for prosecution by the Labour Enforcement Officer (Central) under whose jurisdiction the Work is being executed and the

amount of penalty if any , will be deducted from contractor’s final bill on advise of the labour court. 1.1.56 ISSUE OF TOOLS AND PLANTS TO THE CONTRACTOR:

For the purpose of carrying out the work , Railway will not issue any tools and plants. However, if the executive officer in charge of the work is of the opinion that in the interest of

Page 20: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 20 of 55

faster progress of the work, any tools and plants items are to be provided to the contractor, the

same may be provided to the contractor on fulfilling of an indemnity bond and the book value of the materials will kept deducted from running bills of the contractor till return of the tools and

plants. The determination of book value of the T&P items is as per the Railways book or the cost of procurement of the item with normal escalation @ 10% per year added to it, whichever is higher. 1.1.57 TRANSPORTATION:

All materials connected with this work whether to be supplied by the railways or the contractors have to be transported from the railway stores depot to the site by the contractors only. The contractor has also to arrange for transportation of Railway staff and supervisors connected with the work to the site of work from the Railway station during execution of the

work.

1.1.58 Employment of diploma holder/Engineer Graduate :

The contractor shall be required to employ un-employed Electrical Engineering graduate/Diploma holder on monthly salary during execution or works as indicated below.

Contract Value No. of Engg. Diploma holder/Graduate holder

Duration

a. Above Rs. 5 Lakhs & upto

Rs. 15 Lakhs

One qualified diploma holder. During the period of currency

of contract.

b. Rs. 15 lakhs and above. One qualified Electrical Engineer Graduate.

During the period of currency of contract.

In case, the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a reasonable amount not exceeding a sum of Rs. 20,000/- for diploma holder and not exceeding a sum of Rs. 40,000/- for Electrical Engineer Graduate for the month or a part of default. The

decision of the Engineer-in-Charge as to the period for which the required technical staff was not employed by the contractor as to the reasonableness of amount to be deducted on this

account shall be final and binding on the contractor. The deputed staff of the contractor has to keep good liaison with the Railway for execution of work .

1.1.59 Conservancy cess charges shall be deducted from on account bills in accordance with Rly Board letter No. F(X)I-95/1/1 dt.16.07.2012 which is as follows.

Description of category Average no. of Labourer or Workman Employed per day.

Proposed conservancy Cess Charges to be recovered PER MONTH

1. Railway Contractors:

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

1 to 5 5 to 10 11 to 25

Rs. 106/- Rs. 208/- Rs. 523/-

b. Genl. Goods handling Contractors including contractors awarded by

stores department

26 to 50 51 to100

101 to 200

Rs. 762/- Rs.1,023/-

Rs.1,285/-

c. Coal handling ash pit cleaning

contractors

201 to 300

Rs. 1,546/-

d. Railway siding used by the Contractor

301 to 750 751 to 1500

Rs. 1,785/- Rs. 3,590/-

e. Contractor supplying water to Engines

1501 to 3000 3000 & over

Rs.7,182/- Rs. 14,345/-

1.1.60 Imposition of token penalty for delay in the completion 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 the case.

---------------------- x-------------------------

Page 21: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 21 of 55

CHAPTER-2

1.2 CONDITIONS OF PRICES AND PAYMENT TERMS: 1.2.1 SCOPE

This chapter deals with prices to be paid for supply and erection including testing , commissioning of various plants/equipments for items of works or for supplies and other amounts payable in accordance with accepted schedules of prices and rates and terms and conditions of payment mentioned herein. 1.2.1.1 This is a composite works contract. The total prices for the completed items of work

are the actual prices to the contractor as per the terms and conditions of the contract. 1.2.2. UNIT PRICES: 1.2.2.1 The rate quoted by the tenderer and accepted by the purchaser shall hold good till the

completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates etc. or due changes in tax structures

1.2.2.2. The rate quoted by the tenderer shall include the cost of materials, all taxes and ED Erection, testing and commissioning including all incidental charges like freight, Transport, loading /unloading, handling of materials, lifting , descent, insurance Coverage or bankers charges, indemnity bond etc. 1.2.2.3 The rate quoted by the tenderer shall include the cost of materials including

all incidental charges mentioned in 1.2.2.2. Above in case specifically directed by Railway for supply only. 1.2.2.4 The rate quoted by the tenderer shall include the cost of erection ,testing and commissioning including all incidental charges in case of the materials supplied by the purchaser as indicated in the schedule. 1.2.3 EXPLANATORY NOTES :

Explanatory notes for various items of works included in the schedule are given in Part II of the tender paper. Tenderer should carefully read and include all the Cost of materials and

erection testing and commissioning as clearly explained in the explanatory notes . 1.2.4 TERMS OF PAYMENT:

(i) Subject to any deduction or recoveries which the purchaser may be entitled to make under

the contract, the contractor shall unless otherwise agreed to be entitled to get the payments subject to conditions stipulated in the subsequent clauses. (ii) Payment will be arranged by Sr. Divisional Finance Manager, S.E.Railway, Adra for the bills submitted to Sr. Divisional Electrical Engineer (TRD)/Adra, through Depot-in-charge, subject to following :-

i) Execution of indemnity bond on stamp duty in case of any materials taken by contractor from Railways.

The bills for payment should accompany a copy of penalty imposed during the execution of the work for which payment is claimed and clearing certificate from the Depot-in-charges, indicating the successful job completed by tenderer. 1.2.5 ON ACCOUNT PAYMENT

On account payment to the extent of 90% will be made on the total unit price of such items

included in the schedule of prices only for those items included in the schedule of prices and executed in terms of this contract for which Sr. Divisional Electrical Engineer (TRD), S. E. Railway, Adra considers appropriate and acceptable to make the on account payment. All

invoices shall be accompanied by the : i) Contractor’s challan along with suppliers/manufacturer’s challan for supply of items only.

ii) Inspection certificate granted by the Inspecting authority as authorized by Sr. Divisional Electrical Engineer (TRD), S. E. Railway, Adra.

iii) Execution of indemnity bond on stamp duty in case of materials supplied by the Railways. iv) Certificate of current statutory taxes and duties, if applicable. v) Detailed entries made in the Measurement Book.

Page 22: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 22 of 55

1.2.6 FINAL PAYMENT : Balance 10% payment will be made through the final bill only after satisfactory completion of

the entire contractual work , satisfactory operation and handing over of the assets to the Railway duly tested and commissioned subject to compliance of the following application:

i) On supply of catalogue and operation manual/instruction books wherever

applicable. ii) On supply of “as Erected Drawing “ of the equipment/installation ,if applicable. iii) A “No claim” certificate in favour of Railway is issued by the contractor.

1.2.7 PAYMENT FOR SPARES AND FOR ADDITIONAL SUPPLIES: The contractor shall be eligible for receipt of full 90% payment for supply of spares and

additional supplies ordered on him in accordance with prices included in the schedule after handing over of the spares to the Railway in good working condition. Balance 10% payment will

be made through final bill. 1.2.8 PAYMENT OF PRICE VARIATION :

Price variation clause will be applicable as per General Condition of Contract (with the latest amendment, if any) of S.E.Railway or as per extant rule of Railway. 1.2.9 PAYMENT OF STATUTORY VARIATION IN TAXES AND DUTIES:

The unit prices quoted by the tenderer and accepted by the Railway Administration Shall be firm. Also the purchaser will not be responsible for payment of duties and taxes made by the tenderer under misappropriation of law. 1.2.10 FINAL SETTLEMENT AND REFUND OF SECURITY DEPOSIT:

On expiry of the warranty period and issue of the certificate for final acceptance produced all

the dues payable by the contractor to the Railway have been duly paid or otherwise made good by the contractor, the security deposit will be refunded to the contractor on production and surrender of the relative original receipts granted by the Railway in case it was paid in cash,

and where the security deposit is in the form of bank guarantee will terminate the contract. 1.2.10.1 The security deposit shall however , be liable to the forfeited in case of any breach by

the contractor of any of the conditions of the contract or for non completion of the full contract without prejudice to other rights and remedies of the Railway whether specifically provided for herein or otherwise. 1.2.11 POST PAYMENT AUDIT: It is an agreed term of the contract that the Railway reserves to itself the right to carryout a post payment audit and or technical examination of the works and the final bills, including all

supporting vouchers, abstracts etc. and to make a claim on the contractor for the refund of any excess amount paid to him if as a result of such examination any over payment to him is

discovered to have been made in respect of any work done or alleged to have been done by him under the contract. 1.12.12 MEASUREMENT: Payment for the work shall be made in accordance with the specifications, approved designs and drawings and measured in relevant units . The measurement will be made generally in

accordance with Tender schedule in conformity with the explanatory notes of the Tender schedule , specification and standard engineering practices. 1.2.12.1 MEASUREMENT OF WORK : The contractor shall be paid for the works at the rates in the accepted schedule of rates and on the measurement taken by the Engineer or the Engineer’s representative in accordance with the

rules prescribed for the purpose of the Railway: i) The quantity for items the unit for which it is prevalent ,accepted schedule of rates shall be recorded . ii) Such measurement will be taken of the work in progress from time to time and at such intervals as in the opinion of the engineer or his representative shall be proper having regard

to the progress of work . The date and time on which the measurement are to be made shall be communicated . The contractor who shall be present at the site and shall sign the results of the measurement which shall also be signed by the Railway’s Engineer or the Engineer ‘s

representative recorded in the official measurement book as an acknowledgement of his acceptance of the accuracy of the measurement . In the event of failure, on the part of the contractor to attend the work may be measured

in his absence and such measurements shall not withstanding such absence be binding

Page 23: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 23 of 55

upon the contractor whether or not he shall have sign the measurement book , provided

always that any objection made by him to any measurement shall be duly investigated and considered in the manner set out below :-

a) It shall be open to the contractor to take specific objection to any recorded measurement or classification on any ground within 3 days from the date of measurement . Any measurement taken by the Engineer or his representative in the presence of the contractor or in his absence

after due notice has been given to him on consequence of the objection made by the contractor , shall be final and binding on the contractor and no claim whatsoever shall thereafter be entertained regarding the accuracy and classification of the measurement . b) If any objection raised by the contractor is found by the Engineer to be incorrect, the contractor shall be liable to pay the actual expenses incurred in the measurements

Page 24: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 24 of 55

SPECIAL CONDITION-I

1) Transportation of all materials issued by Railway has to be carried out by the contractor

with own arrangement at his own cost to work sites and Railway will provide neither any assistance towards transportation of materials nor any cost towards transportation of

materials required in connection with the execution of work. The materials will be supplied from purchasers’ depot at RRD/Adra or other sections under jurisdiction of Adra Division.

2) The contractor has to obtain as “Erection Insurance” Policy from the General Insurance Company before execution of the work without which no materials can be handed over

to the contractor and for any delay in obtaining of necessary insurance, the contractor only will be held responsible.

3) The Railway will not provide any drawings/specifications etc. required in connection with the execution of work as mentioned in the tender document. The contractor has to arrange all drawing and documents at his own cost from the office of CORE/RDSO or

Sr.DEE/TRD/ADA’s office on payment. 4) All materials to be supplied by the contractor have to be duly inspected by RITES or a

Competent Railway official as appointed by Sr.DEE/TRD/ADA. No payment will be

made unless the inspection certificate has been submitted along with Manufacturer’s original challans and test certificates. The materials have to be procured only from

CORE/RDSO approved sources wherever applicable. 5) The Railway has the right to supply any item if available with the railway even though it

is covered under the scope of supply by the contractor. The quantities to that effect will

be reduced from the scope of supply accordingly. 6) Any work falling under power block will be determined by the Railway Engineer and the

power blocks will be arranged by the Railways supervisor. The contractor has to work with minimum power block with adequate arrangement of manpower, tools & plants and materials as decided by the Railway and penalty can be imposed to the contractor

for exceeding of the arranged power block in a particular type of work or for not arranging adequate manpower, tools & plants and materials. Any dispute in this regard each only be decided by Sr.DEE/TRD/ADA and his decision will be final and binding on

the contractor.

7) The cost incurred in carrying out cube test for concrete foundation sample shall be borne by the contractor.

8) New Clause 42 (4) to Indian Railways General Conditions of contract.

Variation in the contract will be governed by Rly. Bd’s Letter No. 2007/CE.I/CT/18

Pt.XII, dtd: 31.12.2010 Quantity of any item may vary during execution of the work as decided by

Sr.DEE/TRD/ADA or his authorized representative. The procedure detailed below shall be adopted for dealing with variation in quantities

during execution of contracts: 1. Individual N/S Items in contracts shall be operated with variation of plus or minus

25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required.

2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered 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 up to 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 up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender.

iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of

Page 25: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 25 of 55

associate finance and shall be paid at 96% of the rate awarded for that item in that

particular tender. b) The variation in quantities as per the above formula will apply only to the Individual

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

permitted and, if found necessary, should be only through fresh tenders or by

negotiating with existing contractor, with prior personal cocurrence of FA&CAO/FA&CAO(C) and approval of General Manager.

3) In cases where decrease is involved during execution of contract.

a). The contract signing authority can decrease the items up to 25% of individual item without finance concurrence.

b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of SA Grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed

reasons for such decrease in the quantities. c) It should be certified that the work proposed to be reduced will not be required in the

same work. 4) The limit of varying quantities for minor value items shall be 100% (as against 25%

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

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

6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR

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

7. For the tender accepted at Zonal Railway level, variation in the quantities will be

approved by the authority in whose powers revised value of the agreement lies. 8. For tender accepted by the General Manager, variation up to 125% of the original

agreement value may be accepted by General Manager. 9. For tender accepted by the Board Members & Railway minister, variation up to 110% of

the original agreement value may be accepted by General Manager. 10. The aspect of vitiation of tender with respect to variation 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 competent authority as per single

tender should be obtained. 9) The tenderer should survey the site/location and get himself acquainted with all the

details site conditions before making the offer.

10) The LD Clause will be applicable in Phase wise both for non-completion of work as

detailed in the plan for execution of the job and non-supply of materials by the tenderer/contractor in time.

11) If there is any item which is not covered by the special conditions of contract or by the terms and conditions mentioned elsewhere in the tender, the terms and conditions

mentioned in the General Conditions of Contracts with latest amendment if any, applicable to works contract of S.E. Railway shall apply. In case there is any condition between special conditions and General Conditions of Contract, the special conditions of

contract shall prevail.

12) The following documents should be specified for submission along with tender. a) List of personnel organization available on hand and proposed to be engaged for the

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

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

c) List of work completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of schedule completion of work. Date of actual start, actual

completion and final value of contract should also be given. d) List of works on hand indicating description of work contract value, approximate

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

Page 26: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 26 of 55

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

organization with whom they worked/are working should enclosed 2) Certificate from private individuals for whom such works are executed/being

executed should not be accepted. 13. Decision of Sr.DEE/TRD/ADA regarding minus and / or plus variation as per the

Railway’s requirement will be final and binding on the contractor. 14. If the tenderer does not quote above/below percentage, then in such cases ‘above’ will be

considered. If the quoted rate in words & figures are not tallying in such cases tender will be rejected. (Ref. CVO (E)/GRC’s letter No. GM/V/System Improvemet/45,dtd:

29.11.2002). 15. Rates to be quoted by the tenderer should be inclusive of all taxes/charges, service taxes

if applicable , Lead, Lifts, Transportation and other charges leviable by the Govt. from

time to time. No extra charges will be paid

----------------------- X --------------------

Page 27: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 27 of 55

PERFORMANCE REPORT SHEET

To be filled in and the documents in support to be attached by the tenderer.

1. Name and address of the firms :

a) Individual/Proprietorship firm :

b) Partnership firm :

c) Private Ltd/Public Ltd :

d) Government undertaking :

2. Financial Capacity : a) Audited annual turnover for the

i) 2010-11 ii) 2011-12

iii) 2012-13

b) Banker’s solvency certificate from a schedule bank to be attached.

3. Detailed plants and machineries owned by the tenderer and proof thereof :

Sl.

No.

Name and make of

Machinery with capacity

Date of

purchase

Condition of

machinery

Place

deployed presently

Whether the machinery

can be deployed immediately If contract awarded.

1 2 3 4 5 6

4. Experience of Tenderer’s :

a) Details of works executed and completed in the last 3 years(Enclose separate sheet if required)

Sl. No.

Name of work and

contract No.

Agreemental value

Final completi

on value of work

Name and

address of Employer

Completion time as

per Agreement

Actual time take

to complete the and regarding to details

if any

Remarks

1 2 3 4 5 6 7 8

b) Works in hand:

Sl. No.

Name of work and contract No.

Agreemental Value

Name and address of Employer

Completion time as per original agreement and whether extension given or not, if extended furnish the reasons of

extension

% of progress of principal items of

1 2 3 4 5 6

Page 28: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 28 of 55

5. Particulars of contracts terminated with RISK & COST on the contractor , if any :-

6. Details of arbitration cases with Railway administration and other organization,

Signature of the Tenderer/Contractor

Seal & Date Note : Documentary evidence regarding above declaration are to be attached by the Tenderer

and if found incorrect after verification of the declarations , their offers may be rejected without any further correspondence in this regard with the tenderers.

7. UNDERTAKING

I/We __________________________________ in my/our capacity as ___________________________

Of the tenderer hereby declare that the above mentioned particulars are true and correct to the best of my /our knowledge and belief. I/We understand that action can be taken against the firm within the preview of the contract any of the particulars declared by above are found to be misleading or incorrect.

----------------------x-----------------------

Page 29: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 29 of 55

FORM 6

INDEMNITY BOND FOR ON ACCOUNT PAYMENTS

We, M/s _________________________ hereby undertake that we hold at _____________ (fill in the name of location) for and on behalf of the president of India acting in the premises through the Sr. Divisional Electrical Engineer (TRD), S. E. Railway , Adra ( herein after referred to as the “Purchaser” and as his property in trust for him all materials works for which on account payments have been made to us against the contract for _______vide letter of

acceptance of tender No.__________ dated ___________ until such time the materials/works are duly installed /and communicated or otherwise handed over to him. We shall be entirely responsible for the safe custody and protection of the said materials against all risk till they are duly delivered as installed / and commissioned to the purchaser or

as he may direct otherwise and shall indemnity the purchaser against any loss, damage or deterioration whatsoever in respect of the said materials while in our possession. The said materials/works shall at all time be open inspection by officer authorized by the Sr. Divisional

Electrical Engineer (TRD), S. E. Railway , Adra..

Should any loss, damage or deterioration of materials/works occur and refund become due, the

purchaser shall be entitled to recover from us the full cost without prejudice to any other remedies available to him by deduction from any sum due or any such which at any time hereafter become due to us under the said or any other contract.

Dated___________day of ______200… For and on behalf of

M/s________________(contractor)

Signature of witness

Name of witness in Block letters_________

Address_______________

Page 30: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 30 of 55

(FORM No. 3)

REVISED MODEL FORM OF BANK GUARANTEE BOND

GUARANTEE BOND

1) In consideration of the president of India acting through Sr. Divisional Electrical Engineer (TRD), S. E. Railway , Adra (hereinafter called “the said Government”) having agreed to

exempt ____________(hereinafter called the said contractor(s)”) from the demand under the terms and conditions of an __________at ________________ dated ___________ made between __________ and __________ for _________ (hereinafter called the said contractor(s) of the terms and conditions contained in the said agreement , on production of a Bank only we __ hereinafter referred to as (The Bank) at the request of _______(Contractor(s) do hereby

undertake to pay to the government and amount not exceeding Rs ___________against any loss or damage caused to or suffered or would be caused to or suffered by the govt. by reason of any breach by the said contractor(s) of any of the terms and conditions contained in the said

agreement . 2. We_______(indicate the name of the bank) do hereby undertake to pay the amount due

and payable under this guarantee without and demur, merely on a demand from the Govt . stating that the amount claimed is due by way of less or damage caused to or suffered by the Govt. by reason of breach by the said contractor(s) of any of the terms and conditions contained in the said agent or by reasons of the contractor(s) failure to perform the said agent, any such demand made on the bank shall be conclusive as regard the amount due and payable

by the bank under this guarantee . However our liability under this guarantee shall be restricted to an amount not exceeding Rs.___________________. 3. We undertake to pay the government any money so demanded not withstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and

unequivocal . The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and contractor(s)/supplier(s) shall have no claim against us for making

such payment. 4. We______(indicate the name of the bank ) further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the government under or virtue of the said agent , have been fully paid and its claims

satisfied or discharged or till _______(Office /department) Ministry of ________certifies that the terms and conditions of the paid agent have fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee, unless a demand or claim under this

guarantee is make on us in writing on or before the ____ we shall be discharged from all liabilities under this guarantee thereafter.

5. We_____(indicate the name of bank) further agree with the Govt. shall have the fullest liberty without our consent to vary any of the terms and conditions of the said agent or to extend time of performance by the said contractor(s) form time to time any of the powers

exercisable by the govt. against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agent and we shall not be relieved from our liability by

reason of any such variation , or extension being granted to the said contractor(s) or by any such indulgence by the government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, put for this provision, have effect of

so relieving us.

6. This guarantee will not be discharged due to the charge in the constitution of the bank or the contractor(s)/supplier(s).

7. We________lastly undertake not to revoke this guarantee during its currency except with the previous consent of the government in writing .

Dated ___________day of 200… For________________________ (indicate the name of the bank)

Page 31: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 31 of 55

TENDER FORM

OFFER LETTER

To The President of India,

Acting through the Divisional Electrical Engineer (TRD),

South Eastern Railway

Adra.

1. I/We M/s………………………………………………… have read the various conditions to

tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of …………days from the date fixed for

opening the same and in default thereof, I/We will be liable for forfeiture of my/our security deposit. I/We offer to do the works as detailed in the attached schedule of prices.

2. I/We hereby bind myself /our self to complete the work within the time limits specified in the conditions of tender. I/We also hereby agree to abide by the general and special conditions of contract and to carry out the works according to the specifications of materials and work laid down by the Railway for the present contract.

3. I/We hereby declare that I/We possess a copy of the S.E.Railway schedule of labour and

materials rate, revised section 1974, volume (1) and general conditions of contract and standard specification 1994, Volume (2) corrected upto date have gone through the rates ,

regulations , for tender and contracts , general conditions, standard specifications and other particulars embodied therein and have fully understood and abide by them .

4. A sum of Rs……… ………….. (Rupees ……………………………………………………….) only

vide………………………………………. is hereby forwarded as earnest money . The full value of the earnest money shall stand forfeited without prejudice to any other rights for remedies if :

b) I/We withdraw my/our offer within the validity of tender. c) I/We do not execute the contract documents within seven days after receipt

of notice issued by the Railways that such documents are ready , d) I/We do not commence the work within ten days after receipt of order to

that effect.

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

constitute a binding contract between us subject to modifications as may be mutually agreed to between us indicated in the letter of acceptance of my/our offer for this work. 6. I/We enclosed the Income Tax , sales tax clearance certificate or a declaration to that

effect as required under Para 1.1.7 of the tender papers pertaining to me/us for the year.

Tenderer’s Address: Signature of Tenderrer/s Date: Signature of witnesses

1. 2.

Page 32: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 32 of 55

SOUTH EASTERN RAILWAY

ADRA DIVISION

TENDER RATE-SHEET (PERCENTAGE ABOVE/BELOW)

Name of the Work : “Replacement of PC 486 based SCADA by advanced PC based

SCADA system of ADA-MDN and BKSC-KSX-PRR section over Adra Division of S.E.Railway ”

Completion period : 12 months from the date of issue of L.O.A.

OPEN TENDER NOTICE NO: TRD/ADA/OT-2013/7/ SCADA , dtd 02.12.2013

Sl. No.

Description of the works Quoted Tender Rate (%age ABOVE/BELOW in figures and words)

1

Schedule Of work (Schedule Value : Rs 90,40,778.00 (Rupees Ninety Lakh Forty Thousand Seven hundred Seventy Eight only)

_______ ____ABOVE/BELOW (%age in figure)

______________________ABOVE/BELOW (%age in words)

BASIC RATES GIVEN IN SCHEDULE OF PRICES NOTE: i) Conditional Tenders will be summarily rejected without any condition

Whatsoever. Tenderer should not quote any Percentage ABOVE/BELOW in the schedule of prices.

ii) Tax and levies will be deducted at source as applicable.

iii) The rates quoted should be inclusion of all taxes, ED etc. iv) The tenderer should quote single percentage for the Schedule of work

Signature of the Tenderer (s) with seal

Page 33: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 33 of 55

South Eastern Railway

ADRA DIVISION

Tender Schedule of Price

Name of the Work: “Replacement of PC 486 based SCADA by advanced PC based SCADA system of ADA-MDN and BKSC-KSX-PRR section over Adra Division of S.E.Railway ”

NOTE: This Schedule of price should be reading conjunction with explanatory notes attached to it.

NAME OF WORK : Replacement of PC 486 based SCADA by advanced PC based SCADA system of ADA-MDN and BKSC-KSX-PRR section over Adra Division of S.E.Railway

NOTE: This Schedule of price should be reading conjunction with explanatory notes attached to it.

Schedule-I ( Supply Components )

SL. NO

DESCRIPTION OF ITEMS UNIT QTY RATE IN RS.

COST IN RS.

1

Supply of SCADA equipment at RCC/ADA including Master Station - main and standby, FEP main and standby which includes 04 no. modems for two independent sections, 08 no. P.C for 04 work stations and for CTPC monitoring, all P.C of Master station, FEP and working work-station should be i7 or advanced configuration P.C. ,RTU Diagnostic KIT -02 No, 132 Column DOT MATRIX Printer -03

No.(with 08 no of Printer Head and Ribbon )and A3 size Inkjet printer -02 No(with 04 No. of Cartridge)

Set 1 2283325 2283325.00

2 Supply of Standard SCADA Software

LS - 747270 747270.00

3 Supply of RTU for TSS as per RDSO Latest specification

Nos. 2 311362.50 622725.00

4 Supply of RTU for SP/SSP as per RDSO Latest specification

Nos. 14 218368.90 3057164.6

5

Supply of Dual Stand alone 5 KVA Capacity (with common battery bank ) UPS with

Minimum 02 Hrs back up

Nos. 1 456665 456665.00

Page 34: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 34 of 55

6 Supply of recommended maintenance tools and plants

LS - 186817.50 186817.50

7

Supply of Furniture for Workstation at RCC i.e. Master and Control Desk and Work Table as per Drg.

LS 369999 369999.00

8

Supply of all spares of RTU for SP/SSP and TSS (set of 5)along with extra supply of hard disk of Suitable Match ,RAM of suitable match ,Key board , Mouse for

workstation , FEP and Master Station in a set of 4;Supply of 02 no. external hard disk of 500 GB

LS 1 817392.40 817392.40

9 TOTAL for Schedule-I :Rs 8541358.50

Schedule-II (Works components)

SL. NO

DESCRIPTION OF ITEMS UNIT QTY RATE IN RS.

COST IN RS.

1 Design and Drawing of SCADA System

Set 1 38193.80 38193.80

2

Erection, testing &

commissioning of SCADA equipment at RCC/ADA including Master Station - main and standby ,FEP main and standby which includes 04 no. modems for two independent sections , 08 no. P.C for 04 work stations and for CTPC monitoring, all P.C of Master station, FEP and working workstation be i7 or advanced configuration P.C. RTU Diagnostic KIT -02 No., 132 Column DOT MATRIX Printer -03 No.(with 08 no. of Printer

Head and Ribbon )and A3 size Inkjet printer -02 No(with 04 No. of Cartridge)

Set 1 95484.50 95484.50

3 Installation , testing & commissioning of Standard SCADA Software

LS - 124545.00 124545.00

4

Erection , testing & commissioning of RTU for TSS as per RDSO Latest specification

Nos. 2 14322.70 28645.40

Page 35: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 35 of 55

5

Erection , testing & commissioning of RTU for SP/SSP as per RDSO Latest specification

Nos. 14 9548.00 133672.00

6

Erection , testing & commissioning of Dual Standalone 5 KVA Capacity (with common battery bank )

UPS with Minimum 02 Hrs back-up

Nos. 1 16606.00 16606.00

7 Dismantling of RCC equipment & RTU at switching Station (Excluding Transportation)

Set 1 62272.50 62272.50

8 Total cost for Schedule-II:Rs 499419.20

9 Total cost for Schedule- I & Schedule-II:Rs 9040777.70

Rounded off :Rs 90,40,778.00

(Rupees Ninety Lakh Forty Thousand Seven hundred Seventy Eight only)

Sr. DEE/TRD/ADRA

Page 36: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 36 of 55

SOUTH EASTERN RAILWAY

Special Conditions -II 1. Whenever an item of work covers supply of materials/erection/installation etc such item

will include supply of all associated accessories (such as bolts, nuts, washer of GI & SS

clamps, foundation bolts etc or any other ancillary materials as per CORE/RDSO latest specification and drawings) which will be required to complete the work in all respect as per site condition to the satisfaction of Railway as well as to maintain the relevant standard, code of practice ensuring safe working. No separate payment for fastener is admissible.

2. (a) Erection/Installation of equipment (in respect of supply either by Railway or by the contractor) will include testing, satisfactory functioning as well as detail briefing regarding erection/maintenance/periodical schedules etc for the beneficial use of the Railways, such briefing will include as necessary with four copies of drawings literature/notes/operating manuals/maintenance manuals etc. on demand by the

Railways. (b) The basic quantity of components and materials require to make up a unit of work

for the selected items are indicated for guidance only. There may be minor variation to suit erection but no adjustment in prices shall be made on that account.

3. (a) The tenderer should read the tender schedule along with explanatory notes in

respect of the work and site condition carefully and seek clarification if any before submitting the tender paper. No clarification/dispute will be entertained afterwards. Any clarification/disputes after opening of tender in this regard will be decided by Sr.DEE/TRD/ADA and his decision shall be final and binding on the contractor.

(b) Tender should carefully understand the tender schedule along with explanatory

notes and inspect the site to satisfy himself in all respect to complete the project/work before submitting the offer. After submission of offer it will be deemed that the contractor has understood the project/work and will complete the

project/work at the quoted rate. It is understood and agreed that the contractor has, by carefully examination, satisfied himself as to the nature and location of the work,

the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the progress of the works, the general and local conditions, the labour

conditions prevailing therein and all other matters which can in any way affect the works under the contract.

(c) The rates entered in the accepted schedule of rates of the contract are intended to provide for works duly and properly completed in accordance with general and special (if any) conditions of the contract and the specifications and drawings

together with such enlargements, extensions, diminutions, reductions, alterations or additions as may be ordered in terms of clause 42 of G.C.C and without prejudice to the generality thereof.

4. All the machines, components, equipment (including ancillary parts/components) shall be of RDSO/CORE approved sources and wherever any items are not covered under

RDSO/CORE approved list of vendor it should be of reputed make/brand subject to prior approval to be obtained from Sr.DEE/TRD/ADA before its supply irrespective of such stipulation mentioned against the items in the schedule or not.

5. Tenderer should quote only the uniform percentage above or below or at par to the total cost of the schedule and not for individual item. Price variation is not acceptable.

6. Machines/Components/Equipments shall be as per relevant Railway specification and where Railway’s specification is not available relevant IS specification to be observed.

7. In every case the quoted cost should cover the transportation cost of materials by the contractor at his own risk from any depot of S.E.Railway to site and contractor will have to return all released/unused materials from the site of work to Railway store at no

extra cost. 8. All the works shall be carried out duly observing the relevant standard/code of practice,

IR rules and specification and drawings approved by Railways. The successful tenderer on receipt of the LOA and after observing all the basic formalities must provide a detailed planning for the execution of work with time limit and got the approval before

commencement of work.

Page 37: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 37 of 55

9. The special condition for schedule items are enclosed and tenderer shall go through

them thoroughly before submitting offer.

The work is for “Replacement of PC 486 based SCADA by advanced PC based SCADA system of ADA-MDN and BKSC-KSX-PRR section over Adra Division of S.E.Railway ” . As soon as “The Letter of Acceptance ’’ (LOA) is issued, the

contractor should carry out the detailed survey of work-site and should prepare and submit plan of action in Bar-Chart and execution scheme in sketch for execution of work clearly indicating existing installation and proposed work to be carried out. The

said preparation of plan of action in Bar-Chart and execution scheme in sketch for execution of work should be completed and submitted to Sr. DEE/TRD/ADRA’s office for its approval within first fifteen days of issue of LOA .

10. After submission of the said plan of action in Bar-Chart and execution scheme in sketch for execution of work, the Railway will scrutinize the same and necessary approval will

be given on the plan of action in Bar-Chart and/ or execution scheme in sketch within fifteen days of its submission.

11. The contractor should make preliminary arrangement for execution of work immediately

after issue of LOA and should start the work immediately after approval of plan of action in Bar-Chart and/ or execution scheme in sketch without any delay once the plan of

action in Bar-Chart and /or execution scheme is approved 12. The contractor will have to carry out the detailed site- survey for the assessment of the

quantity of materials along with its character, quality, type/style, size in detail of the materials to be encountered. After assessing the requirement of material as per site, the contractor should place order for procurement of all materials within fifteen days of

approval of plan of action in Bar-Chart and/ or execution scheme in sketch as per schedule of work/or as per instruction of the Railway, if any and purchase order copy of materials should be submitted to Sr. DEE/TRD/ADRA’s office, accordingly.

13. Procurement action of the materials should invariably be in accordance with requirement of site i.e. it must be ensured by the contractor to supply materials first

which will be required first in course of execution of work. 14. All the materials duly inspected should be supplied within four months from the date of

approval of plan of action in Bar-Chart and/ or execution scheme in sketch.

15. Any delay in submission of plan of action in Bar-Chart and execution scheme in sketch for approval or in supply & delivery of materials shall be recorded in your performance

for future necessary action. 16. The LD Clause will be applicable in Phase wise both for non-completion of work as

detailed in the plan for execution of the job and non-supply of materials by the

contractor in time. 17. The contractor shall have to deploy one of his representatives for making liaison for

power block planning , if applicable, and execution of work for which he will have to

consult with CTPC/ADRA one day in advance for power block of the next day . 18. The work should be completed within stipulated completion period as per tender

notification. 19. Supply, erection & commissioning of SCADA system is to be done as per RDSO’s

specification with latest amendment , if any.

----------------X----------------

Page 38: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 38 of 55

EXPLANATORY NOTES

Explanatory notes for various items of work in Schedule-I and II are given below:- 1. All LT supply cables supplied shall be from RDSO approved sources. LAN/Ethernet

cables shall also conform to relevant IS/IEC specifications. 2. The present scope covers replacement of existing SCADA system and the quoted

price shall take into account decommissioning / dismantling of Existing system. The erection of new system is to be carried out without disturbing the existing system and only when all the individual components of the new system are tested and commissioned the change over shall be carried out otherwise for any alteration prior approval of railway shall be required .

3. Price shall include panel wiring in RTUs for SCADA monitoring operation if required . All the work of SCADA connection shall be done by the contractor only.

4. All T& P shall be arranged by the contractor only . 5. after completion of work the operation of equipment will be jointly checked by the

Railway and the contractor 6. The function and testing of the relays integration will be jointly done by the Railway

and the contractor . 7. Works are to be carried out as per instruction /guidelines pertaining to SCADA

system issued from Railway Board or CEE/GRC, if any .

EXPLANATORY NOTES OF SCHEDULE-I & II

Item no. 1 of schedule-I

Supply, erection testing & commissioning of SCADA equipment at RCC/ADA including Master Station - main and standby, FEP main and standby which includes 04 no. modems for two independent sections, 08 no. P.C for 04 work stations and for CTPC monitoring, all P.C of

Master station, FEP and working work-station should be i7 or advanced configuration P.C. RTU Diagnostic KIT -02 No, 132 Column DOT MATRIX Printer -03 No.(with 08 no of Printer Head and Ribbon )and A3 size Inkjet printer -02 No(with 04 No. of Cartridge)

Item no. 2 of schedule-II

The price shall cover supply of supervisory control and Data Acquisition System as per RDSO Specification no. TI/SPC/RCC/SCADA/0990 ( 05/2007) with amendment no. 1 . There will be two Master Station ( main and standby ),02 nos. front end processors (main and standby which includes 04 no. modems for two independent sections ), 08 nos. P.C for 04 work stations and for CTPC monitoring ( all P.C of Master station, FEP and working work-station should be i7 P.C.), RTU Diagnostic KIT:02 Nos. ( for which specification given in Annexure ) The price shall also cover supply and installation of 132 Column DOT MATRIX Printer :03 Nos.(with 08 nos. of Printer Head

and Ribbon )and A3 size inkjet printer:02 Nos.(with 04 Nos. of Cartridge). The peripheral hardware for these PCs is defined in RDSO Specification no. TI/SPC/RCC/SCADA/0990 ( 05/2007) with amendment no. 1. The price shall also include the cost of steel cabinets required for housing the equipments and also the materials required for internal wiring and mounting the cabinets in position. 8 nos. monitors of PCs of workstations shall be of 21” size in stead of 19” specified in RDSO Specification. The cost shall also cover testing at the

Page 39: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 39 of 55

manufacturer’s works. The price shall also include supply of Modems for remote SCADA monitoring through a DOT link or S& T link . The tender can offer better version than this stipulated above in case of

obsolescence. However, in such a case the tenderer shall indicate such deviations clearly. The price shall cover the cost of erection of various items of equipments, the supply which is covered under above mentioned items at the Remote Control Centre. The cost of erection shall cover the cost of transportation of equipments to site, their positioning, fixing and their alignment for smooth and trouble free operation. It shall also include the cost of interlocking cables, laying of cables, wiring connection to

batteries, UPS, surge arrestors, operator console etc. and all other works necessary for proper functioning of the equipments. The price for erection shall also include cost of adjustments, testing after erection at site, commissioning and setting to work all items or equipments as specified and as considered necessary by the Railway . The price for erection shall also cover all cost of administration of the contract, insurance premium, banker’s charges for guarantee, cost of stamps and charges for loading and unloading, handling and storage of materials and for any road transport which the Contractor may use for carriage of materials between their depot and site of work. The cost shall

include the cost of deputing one fully qualified, sufficiently trained and well-experienced engineer for supervision of operation and maintenance of the SCADA system over guarantee period of 3 ( three) year and also to guide the maintenance staff of the Purchaser in locating and rectifying the faults. The price shall cover installation of all software, setting up of necessary backups for software and providing necessary software updates during the guarantee period.

Details of Configuration for PC’S are shown in annexure-V and of printer, diagnostic kit are in Annexure-IV.

Item No.1 of Schedule-II: Designs and Drawings

The price shall cover on a flat rate basis preparation, submission and approval from railway for all designs and drawings required in connection with supply. Erection, testing and commissioning of supervisory control and Data Acquisition system for the remote control center and the controlled stations listed in annexure-1. The price shall include the supply of requisite number of copies of designs, drawings, technical booklets and completion drawings as mentioned in RDSO’s standard specification no. TI/SPC/RCC/SCADA/0990 ( 05/2007) with amendment no. 1. Item No. 2 of Scheule-I Supply , installation ,testing & commissioning of

Standard SCADA Software Item No. 3 of Scheule-II Price shall cover the license fee for the supply and installation of standard electric traction SCADA software. The successful tenderere has to purchase this from RDSO approved supplier for standard software as per RDSO’s standard specification no. TI/SPC/RCC/SCADA/0990 ( 05/2007) with amendment no. 1. Item No. 3 of Scheule-I Supply, erection , testing & commissioning of RTUs

for TSS, SP/SSP as per RDSO Latest specification Item No. 4 of Scheule-I Item No. 4 of Scheule-II Item No. 5 of Scheule-II Rates will be quoted for each type of controlled station listed in Annexure –6 and schedule. The price shall cover on a flat rate basis the cost of Pentium processor based Remote Terminal units per controlled station. The price shall also cover the cost of power supply units , modem memory units, digital input/output module, interposing contractors, surge arrestors and the steel cubicles required for housing the

Page 40: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 40 of 55

RTUs, cost of interconnecting cables and wiring etc. and all materials necessary for proper functioning of the RTUs . The price shall also cover testing of materials and equipments at the manufacturer’s works. The RTU shall be supplied in accordance

with RDSO’s standard specification No. TI/SPC/RCC/SCADA/0990 ( 05/2007) with amendment no. 1 and shall be capable of working on standard communication protocol as defined in VOL-II of this specification. The RTUs shall be designed to operate on Power supplies as indicated in relevant clause 2.5.2 of Part-II of RDSO’s specification .The price shall also cover the cost of supply of catenary voltage circuits, under voltage circuits, voltage failure circuits and necessary interposing contractors/relays/opto couplers to meet the

requirements of RDSO’s standard specification No. TI/SPC/RCC/SCADA/0990 ( 05/2007) with amendment no. 1 The number of tele-signals given against each of the controlled stations in the Annexure-II does not include the tele-signals required for signaling defects in the operation of remote control equipment. The cost shall also include the provision of these tele-signals. The price shall also cover provision of separate Earthing ( supply and erection of associated materials for Earthing ) of communication cable shield at Controlled stations. The drawing and design for earthing system should have approval

of The Railway . The use of IEDs instead of transducers is being considered and thereof tenderer shall quote the rate of RTUs with IEDs instead of transducers. either of the items will be considered during evaluation of Tender. The price shall cover the cost of erection of various RTUs covered under Item No. 4 & 5 of Scheule-II above at the controlled stations. The cost of erection shall cover the cost of transportation of equipments to site, their positioning, fixing and their alignment for smooth and trouble free operation. It shall also include the cost of interconnecting cables, laying of cables, wiring, connection to batteries, surge arrestors, etc and all other works necessary for proper functioning of the equipments. The price for erection shall also include cost of adjustments testing after erection at site, commissioning and setting to work all items or equipments as specified and as considered necessary by the Railway. The price for erection shall also cover all cost of administration of the contract, insurance premium, banker’s charges for guarantee,

cost of stamps and charges for loading and unloading, handling and storage of materials and for any road transport which the contractor may use for carriage of materials between their depot and site of work. The cost shall also cover cost of decommissioning of existing RTUs. Notes: The following are to be adhered to by the tenderer: (i) RTUs supplied for the controlled posts shall include the necessary IED/transducers,

summation CT’s, PT, supply change over arrangement, digital analogue input models, limit setting , modems, CPU cards , power supply unit, surge arrestor , relays and contactors etc at Traction sub-stations, FP,SP and SSPs for different analogue parameters and measurands.

(ii) Supply, installation, testing, commissioning of RTU is to be done as per RDSO specification no. TI/SPC/RCC/SCADA/1080 for interfacing RTU as per RDSO specification no. TI/SPC/RCC/SCADA/0990 (VOL-I ) or latest with IEC 60870-5-103 communication protocol based numerical relays being provided as per RDSO specification no. TI/SPC/PSI/PROTCT/6070.

(iii) RTU will acquire numerical values such as time taken for clearance fault, fault current at the time of tripping, R & X values, real time of fault etc. from the numerical protection relays installed at TSS on IEC 60870-5-103. The data acquired by the RTU from the numerical relays shall be made available to SCADA system installed at RCC either on SPORT protocol or IEC 60870-5-101 for proper display and monitoring of protection data. All the telemetering , telecommand &

Page 41: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 41 of 55

status shall be through communication port of numerical relays for interfacing to RTUs

(iv) RTU should have facility with Ethernet base/ IP base for future technical up-

gradation (v) The price shall also include in all respect integration of TSS RTU with protection

relays and existing SCADA system installed at RCC for all operation including data acquisition , control from SCADA system The communication protocol between the RTU and SCADA software would be either SPORT as per RDSO specification no. TI/SPC/RCC/SCADA/0990(vol-II) or IEC 60870-5-101 . each and every aspect of the RTU which can be assessed or controlled from RTU shall be

tested for conforming to the requirement of Railway. It is the responsibility of the contractor to integrate the data of numerical relays which are acquired by the RTU into the SCADA system.

(vi) Installation of new SCADA system must undertake the existing RTU working in other sections ADA-ASN-CNI, BJE-BKSC section in case of eventuality .

(vii) Integration of numerical relays with SCADA shall be done with prior approval of Sr.DEE/TRD/ADA regarding its feasibility and scope for any post. The decision of Sr.DEE/TRD/ADA shall be final and binding on the contractor in case of non-

feasibility of such integration.

Item No. 5 of schedule-I : Supply and Erection of Supply of Dual Stand alone 5

KVA Capacity (with common battery bank ) UPS with Minimum 05 Hrs back-up at RCC

Item No. 6 of schedule-II

The price shall cover Supply, Erection testing & commissioning of Supply of Dual Stand alone 5 KVA Capacity (with common battery bank) UPS with Minimum 02 Hrs. back-up at RCC so as to meet requirements as per RDSO’s standard specification no. TI/SPC/RCC/SCADA/0990 (05/2007) with amendment no. 1 or latest if any . The cost shall cover supply and erection of all necessary LT cables of RDSO approved make to receive 3 phase 415 V power supply and Battery supply and distribution of regulated power to various equipments along with necessary protection of each circuit and equipment against short circuits, surges and other faults.

The price quoted for this item shall include the supply, erection, testing and commissioning of complete power supply distribution system from main three phase supply point of Railways to all the hardware systems through UPS (and its battery). The Distribution system shall have suitable arrangements with 12 feeders AC distribution board as well as MCBs and fuses of necessary ratings as indicated in the specification. The power supply cables will be normally running on the walls and trenches provided by the purchaser. The successful tenderer shall provide the trenches wherever required. The cables are to be provided with PVC conduits. The layout of the power supply distribution scheme including the location of UPS and battery from the Railways 3 phase supply point will be finalized with the successful tenderer as per the site requirement. Low Maintenance Lead Acid Battery: The price shall cover supply and erection, testing & commissioning of low maintenance Lead acid battery of 110V, 200AH capacity to work with the above mentioned UPS. The Battery shall conform RDSO Specification No.RDSO/PE/SPEC/TL/0040-2003 (Rev.0) and shall be complete with all parts and accessories including battery stand, tool board and other accessories required for its efficient operation. The battery shall meet the requirements as enumerated in RDSO’s standard specification no. TI/SPC/RCC/SCADA/0990 ( 05/2007) with amendment no. 1 or latest if any. Item No. 6 of schedule-I

Page 42: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 42 of 55

Supply of recommended maintenance tools and plants The price shall cover supply of recommended maintenance tools and plants of given specification & quantity as per Annexure-III Item No.7 of Schedule –I : Supply of Furniture for Workstation at RCC i.e. Master and Control Desk and Work Table as per Drg . The price shall cover the supply of furniture for two operators to work independently and shall meet the requirement as enumerated in RDSO standard specification No

TI/SPC/RCC/SCADA/0990 Volume-I or TI/SPC/RCC/SCADA/0990 ( 05/2007) with amendment no. 1or latest. The price shall cover all control accessories required to be provided at the control desk.

In addition to above the supply shall cover supply of two full computer tables capable of accommodating one full personal computer with dedicated UPS and printer. This shall also include supply of 3 Nos. of revolving computer chairs with back rest and armrest and 6 Nos. of non-revolving cushioned chairs for supervisors and engineers at the remote control center. All furniture shall be of reputed manufactures like Godrej or Gautier or equivalent, the specific model and specification shall be prior approved before supply. Item No.7 of Schedule –II Dismantling of RCC equipment & RTU at switching Station (Excluding Transportation) The price shall cover Dismantling of RCC equipment & RTU at switching Station (Excluding Transportation). Item No.8 of schedule-I Supply of all spares of RTU for SP/SSP and TSS (set of 6)along with extra supply of hard disk of Suitable Match ,RAM of suitable match ,Key board , Mouse for workstation ,FEP and Master Station in a set of 4; Supply of 02 no. external hard disk of 500 GB The price shall cover Supply of all spares of RTU for SP/SSP and TSS (set of 6) as per requirement along with extra supply of hard disk of Suitable Match ,RAM of suitable match ,Key board , Mouse for workstation ,FEP and Master Station in a set of 4; Supply of 02 no. external hard disk of 500 GB as indicated in Annexure-IV Note: . The price shall cover the followings:

1. Training of Railway Staff as per RDSO specification 2. Training of three Engineers in the application Software of SCADA for the period

mentioned in the specification to the extent of addition/deletion of new controlled stations, telecomands, telesignals and telemetry parameters of controlled stations in the server computer’s and necessary compilation and downloading to MMI’S,FEP’S.

3. The SCADA equipments supplied against this Contract shall be guaranteed for trouble free and satisfactory performance for a period of 36 months from the date of provisional Acceptance as per RDSO specification and its sub clauses for the details of warranty clause and other relevant aspects

4. The price shall also cover all other requirements for effective Supervision of operation and maintenance. The cost shall cover all the materials and man power (Software Hardware) required during the warranty period to ensure effective, continuous operation of SCADA System commissioned by the successful tenderer.

5. During the warranty period, periodical maintenance of the RCC equipments including printer cartridges, (daily), weekly, fort nightly, monthly and RTU Equipments once in three months shall be carried out apart from attending to the RTU failures and SCADA failures at RCC / ADRA .

Page 43: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 43 of 55

Annexure-I

Different Controlled Stations over ADRA division

S.No. SCP CHAINAGE

1 ADA/SP 280/24

2 IBL/SP 264/12

3 JPH/SSP 253/28

4 CJN/SSP 244/28

5 BQA/TSS 235/6

6 VSU/SP 198/24

7 PBA/SSP 187/7

8 GBA/SSP 175/636.6

9 CDGR/TSS 163/858.8

10 SLB/SSP 151.769

11 GSL/SSP 140.027

13 MDN/SP 129/860

14 PNW/SP 389/22

15 KSX/SSP 378/21

16 CAS/SP 343/PK-3

Page 44: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 44 of 55

Annexure-II DETATILS OF TELECOMMANDS, TELESIGNALS AND TELEMETERING PARAMETERS FOR SCADA to

be installed

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

Sl.No NAME OF SCP

AD

A/SSP

IBL/SP

JPH/SSP

CJN/SSP

BQ

A/TSS

OD

M/SSP

VSU/SP

PBA/SSP

GBA/SSP

CDG

R/TSS

SLB/SSP

GSL/SSP

MD

N/SP

CAS/SP

KSX/SSP

PNW

/SP

A Details of items of

Telemeters

1

Integrated Maximum Demand

15 mts Internal Record

-- -- -- -- 1 -- -- -- -- 1 -- -- -- -- -- --

2 Integrated

Maximum Demand 15 Instantaneous

-- -- -- -- 1 -- -- -- -- 1 -- -- -- -- -- --

3 25 Kv Bus OHE

Voltage(Transducer) -- 2 -- -- 1 -- 2 -- -- 1 -- -- 2 2 -- 2

4 Feeder Current (Transducer)

-- -- -- -- 2 -- -- -- -- 2 -- -- -- -- -- --

5 Power Factor Transducer

-- -- -- -- 1 -- -- -- -- 1 -- -- -- -- -- --

6 Existing Total - 2 - - 6 - 2 - - 6 - - 2 2 - 2

7 Spare. 8 6 8 8 2 8 6 8 8 2 8 8 6 6 8 6

8 Grand Total 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8

B Details of items of Tele--Commands

1 132 Kv Circuit

Breakers -- -- -- -- 2 -- -- -- -- 2 -- -- -- -- -- --

2 25 Kv Circit Breakers

-- -- -- -- 4 -- -- -- -- 4 -- -- -- -- -- --

3 25 Kv Interrupter 6 4 3 3 5 3 5 3 3 5 5 3 4 1 6 4

4 Auto Re--Clouser

Relay with Lock out - - - - 2 - - - - 2 - - - - - -

5 Transformer Tap

Changer - - - - 2 - - - - 2 - - - - - -

Page 45: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 45 of 55

6 Inter Lock Re-close Request at boundry

Post - - - - - - - - - - - - - - - -

7 25 Kv Shunt

Capaciator Bank. - - - - 1 - - - - 1 - - - - - _

8 Bridging

Interuptor. - 2 - - - - 2 - - - - - 2 1 - 2

9 Existing Total 6 4 3 3 16 3 5 3 3 16 5 3 4 1 6 4

10 Spare. 18 20 21 21 16 21 19 21 21 16 19 21 20 23 18 20

11 Grand Total 24 24 24 24 32 24 24 24 24 32 24 24 24 24 24 24

C Deatails of Items of

Tele-Signals

1 110 V D.C Low 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2

2 230 V A.C Fails 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2

3 110 V Charger Fails 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2

4 CB/BM Gas

Preassure Low Alarm

6 4 3 3 12 3 5 3 3 12 5 3 4 1 6 4

5 Catenary Indication 4 4 2 _ 4 _ 5 2 4 1 2 4 2 2 4

6 25 Kv Feeder P.T Fail Indication

_ - - - 2 - - - - 2 - - - - - -

7 132 Kv P.T Fail

indication _ - - - 2 - - - - 2 - - - - - -

8 25 KV P.T Fuse Fails for Shunt Capaciatance

_ - - - 2 - - - - 2 - - - - - -

9 Transformer Alarm - - - - 2 - - - - 2 - - - - - -

10 Transformer Fault - - - - 2 - - - - 2 - - - - - -

Page 46: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 46 of 55

11 Transformer Tap Position(1 to 6)

- - - - 12 - - - - 12 - - - - - -

12 Transformer Trip Circuit 110 V D.C

Fails - - - - 2 - - - - 2 - - - - - -

13 Transformer Alarm Circuit 110V D.C

Fails - - - - 2 - - - - 2 - - - - - -

14 Feeder C.B

Operated ON DPR - - - - 2 - - - - 2 - - -- -- - -

15 Feeder C.B

Operated on OCR - - - - 2 - - - - 2 - - -- -- - -

16 Feeder C.B

Operated On WPC - - - - 2 - - - - 2 - - -- -- - -

17 Feeder C.B

Operated on Delta-I - - - - 2 - - - - 2 - - -- -- - -

18 Feeder C.B

Operated on Panto Bridging

- - - - 1 - - - - 1 - - - - - -

19 Panto Flash Over

Relay - - - - 2 - - - - 2 - - -- -- - -

20 Auto Re--Clouser

Relay with Lock out - - - - 2 - - - - 2 - - -- -- - -

21 Buccholz Relay

Operated - - - - 2 - - - - 2 - - -- -- - -

22 Differentila Relay

Operated - - - - 2 - - - - 2 - - -- -- - -

23 Winding Temp. Relay Operated

- - - - 2 - - - - 2 - - -- -- - -

24 Oil Temp. Relay

Operated - - - - 2 - - - - 2 - - -- -- - -

25 Preassure Relief Device Operated

- - - - 2 - - - - 2 - - -- -- - -

26 Low Oil Level Alarm - - - - 2 - - - - 2 - - -- -- - -

27 LV EFR Operated - - - - 2 - - - - 2 - - -- -- - -

28 HV EFR Operated - - - - 2 - - - - 2 - - -- -- - -

29 HV OCR Operated - - - - 2 - - - - 2 - - -- -- - -

30 HV OCR IDMT

Operated - - - - 2 - - - - 2 - - -- -- - -

31 ADDR Relay Fail

Indication - - - - 2 - - - - 2 - - -- -- - -

32 CAP. Bank Pannel

Indication - - - - 2 - - - - 2 - - -- -- - -

33 Capaciator OCR

Operated - - - - 1 - - - - 1 - - - - - -

34 Capaciator Over

Volt Relay Operated - - - - 1 - - - - 1 - - - - - -

Page 47: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 47 of 55

35 Capaciator Under

Volt Relay Operated - - - - 1 - - - - 1 - - - - - -

36 Capaciator

Unbalance Current relay Trip

- - - - 1 - - - - 1 - - - - - -

37 Under Voltage

Interlock Testing - 2 - - - - 2 - - - - - 2 2 - 2

38 Existing Total 16 16 11 9 89 9 18 11 9 89 12 11 16 11 14 16

39 Spare. 56 56 61 63 7 63 54 61 63 7 60 61 56 61 58 56

40 Grand Total 72 72 72 72 96 96 72 72 96 96 72 72 72 72 72 72

Note : The tenderer also has to assess the above mentioned data duly conducting site survey in order to suit requirement for better system operation and for any deviation /alteration require approval of The Railway .

Page 48: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 48 of 55

Annexure-III

Specification of recommended tools and plants.

1) Digital Clamp meter-2 Nos. - 3 ½ digit back light LCD with 1888 count. - Jew Opening : 50 mm e(max) - Data hold , max Date and hold functions. - Overload protection on all ranges.

- Low battery & over range indication. - Ranges- - AOA: 20 A, 200 A - DCV: 200 V , 1000 V - ACV: 200 V, 700 V - Fre: 2 KHz- 20 MHz - Resistance : 20 KQ, 2 MQ

(2) Digital AC leakage clamp meter- 2 Nos -3 ¾ Digit LCD with 3200 count. - Leakage as well as load current measurement -Jew opening : 40 mm -Data hold, auto power off function.

Low battery & over range indication. -Ranges-

i) 30/300 mA(Min. resolution : 0.01/01mA) ii) 30/300 A(Min. resolution : 0.01/01mA)

(3) Digital earth clamp meter – 1No. - Display 4 digit large LCD -Long jaw size 65 x 32 mm - Range 0.01 Q to 1000 Q - over range and low range indication.

-Low batter indication and date hold facility. -Double insulation level end also protected with external magnetic as well as electric filed -Auto range solution. -Aut slef text with text external loop

(4) Digital TRMS multimeter- 2NOS - 4 ¾ digit precision TRMS multimeter - Protective rubber holder for rough duty - Auto ranging/ Manual mode. - Continuity /diode test. - Data hold, max/min storage. - Automatic terminal blocking system - Voltage: 300 mV to 1000 TRMS (AC, DC, AC+DC) - Current : 300 mA to 10 A - Resistance : 300 Q to 30 MQ

(5) 1 KV digital insulation tester: 2 Nos. - Selectable test voltage 250 V/500 V/1000 V - IR measurement from 10 KQ to 999 MQ - Reselectable measurement time of IR measurement from 10 sec. to 5 min. - Live circuit detection. - Reselectable limit checks (GO/O-GO options) for MQ

Page 49: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 49 of 55

- Storage memor for last 50 readings. - Low resistance measurement ( 0.01 Q to 99.9 Q) - Voltage measurement up to 600 V AC/DC

- Stopwatch function - Auto power off

(6) Transmission measuring set Features: -compact two in one instrument with level Oscillate or & level meter - 10 Electable 6 pot Frequencies from 300 Hz to 4000 Hz. -Digital db meter to measure level from= 60 dbm to + 20 dbm

-under/over range indiction. -Built-in Rechargeable Battery -Low Battery indication. - Easy to operate , light in weight & portable. -12 selectable spot Frequencies 200Hz to 4000 Hz -Extra switch able input & output impedance of 1120 OHMS

Specification:

Level Oscillator

Output Frequency

Twelve Selectable Frequencies – 200 Hz , 400 Hz , 800 Hz. 1000 Hz, 1200 Hz, 1400 Hz. 1600 Hz, 1800 Hz 2400 Hz, 3000 Hz, 3500 Hz, & 4000 Hz

Frequency +-2%

Output level 0 dbm to -30 dbm in 10 db, 20 db, and 1 db step and +-1 db

Output level accuracy

+-0.3 dbm (300 Hz to 4 KHz)

Frequency responses

+-0.2 db(reference to 0 db at 800 Hz)

Harmonic distortion

<3%

Output impedance

600 OHMS 112o OHMS(Switch able)

Level Measurement

Frequency range 200 Hz to 20 KHz

Reference frequency

800 Hz

Measuring range -60 dbm to +20 dbm

Resolution 0.1 dbm

Display 3 digits with sing for –ve indication

Accuracy +-0.5 dbm

Input impedance 600 OHMS , 1120 OHMS high (100 K) switch able

General Power Supply 200 Volts(-15%+10%) 50 Hz mains, 6 V/4Ah battery General operation with low battery

indication

Dimension 200 D x 105 H x 210 W(mm) approx

Standard accessories

Banana to banana cable -1 pair

Banana to crocodile cable – 1pair

Battery jack cable -1 No.

Instruction manual – 1No.

(7) Automatic Distortion Meter

Page 50: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 50 of 55

Features: - Distortions, level measurements , SINAD ratio - Sport signal generator (1 KHz/400 Hz)

- Spot frequency filter (1 KHz/400 Hz) - Alphanumeric LCD Display.

Specifications:

Level input

Impedance 100 K.OHMS+- 5% unbalance.

Range 1mV-40V rms, +34 dbm to -60 dbm

1 iltimeer resolution

01.mV, 01. dbm

Max input voltage

50 Vrms

Frequency range

accuracy

20 Hz- 20 KHZz +-1db(ref. 1000 Hz)+-3%+-

1dight

Distortion input

Impedance 100 K OHMS +-5% unablance

Input level 3 mV-40 Vrms

Fundmental frequencey

400 Hz+-10% 1000Hz+-10%

Measureing range

1-30%

Ultimate resolution

0.1%

Accurancy +-5%+-1 dight

SINAD

Impedance 100 K OHMS +-5% unablance

Input level 3 mV-40 Vrms

Fundmental frequencey

400 Hz+-10% 1000Hz+-10%

Measureing range

1-50 db

Accurancy +-0.5%

Soure generator

Impedance 600 OHMS+-5%

Fundamental frequancy

400 Hz+-5% 1000Hz+-5%(Selectable)

Output level 0-2Vrms

General Display 16 character x 2 lines LCD with back light

Power 230 V AC+-10%, 47-53 Hz

Optional 115V AC+-10%, 57-63 Hz

Dimensions 310 D x 88 H x 270 w(mm) approx

Weight 2.5 Kg approx

Standard accessories

Instruction manual – 1No.

BNC(M) to BNC(M Connector

Cable -1 No.

Power cord-1 No.

8. External hard disk of 500 GB: 2 nos.

Page 51: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 51 of 55

9. NAND Flash USB drive:6 nos.

NAND FLASH USB DRIVE(Pen Drive) Preferred Make:- H.P/SANDISK CRUZER BLADE/Toshiba/Sony. Interface: USB 1.1 and USB 2.0 Storage: 16 GB or upper. Type: USB Flash Drive. Compatibility: Compatible with Windows7, Windows Vista, Windows XP (SP3 or higher), Mac OS X10.4-10.5

10. Protek –Metravi Digital Multimeter -506: 2 nos. Specification: True RMS. Dual Display for Frequency, AC Voltage and

Temperature. RS232C Interface. 10 Location Memories. Min., Max., Avg. and Relative Mode. Decibel Measurement. Capacitance and Inductance Measurement. Temperature Mode (oC/oF). Pulse Signal Injection Function for Logic and Audible Test etc. Continuity and Diode Test. Logic Test. Auto Power Off and "Keep On" Mode. Fused 20A Input with Warning Beeper. Back Light. Date Hold and Run Mode. Low Battery Indication Mode.

11. Anti-Virus license Software (original )in a seal pack : 02 no. Preferred: Kaspeskey/ AVAST/ Quick Heal

Support : 10 pcs/machine, Validity of license : 01 year Centralized security management of your server and PCs Real-time protection. Real-time protection from Internet threats Control web and application usage Easy-to-manage for improved network security

Page 52: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 52 of 55

Annexure -V

Configuration for PC’S are as per Para 2.2.9 of RDSO specification No. TI/ SPC/ RCC/ SCADA/0990 (5/2007) and as per amendment No. -1 with upgraded feature:

Item Master Station & FEP Workstation

Brand/make IBM.HP,DELL, COMPAQ only IBM, lenovo, HP,Dell, COMPAQ only

Type of computer

Intel Xenon processor quad core 3.2 GHz or higher upgradeable to dual processing 4 cores with OEM chipset

I7 Intel Pentium Processor 3.2 GHz.

Ram Size 8 GB RAM upgradeable up to 32 GB.

4GB RAM, at least 4 DIMMS.

Hard Disk 2*250 GB SATA HDD upgradeable.

2*250GB SATA HDD up gradable.

Monitor 21” TFT 21”full graphic TFT LCD type-5 numbers, 32”-1 number

Video Card Standard Graphics controller

ATI HD Video graphics controller with 1 GB RAM

Multimedia with Accessory

Not Required Required Compatible Multimedia with accessory to be provided by the original supplier.

Controller SATA Controller(suitable RAID Controller)

SATA Controller (Suitable Raid Controller).

CD ROM DVD & CD R/W-latest available

DVD & CD-R/W- latest available

Floppy Not Required. Not required.

PCI slots 6 PCI G2 slots+1 Storage slot 2 PCI-X slots, PCle*1-2 slots, PCle*16(Graphics) slot.

EMI immunity As per IEC 801 As per IEC 801

Network Interface

Card

10/100/1000 base-T Ethernet

Ports

Minimum one Giga bite

Ethernet port

Number of USB ports

4 minimum 6 ports

Server management Software

Complete with Server management software, Tool for server diagnostics and trouble and other driver’s for the server

Complete with the tools for diagnostics and Trouble shooting and other drivers

Warranty 3 years onsite Warranty for the complete system including onsite labour

3 years onsite Warranty for the complete system including onsite labour

Accessories Including all cables and connectors, wirings achieve the complete working of the system

Including all cables, connectors and wirings to achieve the complete working of the system

Power Consumption

Less than 300 Watt per unit Maximum 400 Watts

Page 53: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 53 of 55

Note: The prices quoted for this item comprises of all materials and work

(manpower) required for establishing the Local Area Network for the Master

Station hardwares. The tenderer and the Railway jointly finalize the layout of LAN cables & power supply arrangements as per the site conditions. The above said specification are as per site requi

Annexure VI 1) Printer Dot Matrix a)Preferred Make: - WEP/ TVS / EPSON. Specification:- EPSON LQ-2090 :-Pin:-24,Print Speed – 440 CPS(Character per second),input buffer-128kb,Paper feeding-Paper feeder (CSF) Optional (Single bin, High capacity) Tractor Feeder: Push, Pull,Paper Path:- Manual Insertion: Front/Rear in, Top out Push Tractor: Front/Rear in, Top out Pull Tractor: Front/Rear/Bottom in, Top out Cut Sheet Feeder: Front/Rear in, Top out, Printer Fonts:- Type Face Scaleable: 4 Bitmap: 9 LQ + 1 Draft Bar code: 8 Character sets (Standard): 13 table, Interfaces:-

Bi-directional parallel / USB (ver 1.1) Option: Type B I/F level 2, MTBF (hrs at 25% duty cycle):- 20000 POH, Copy Capability:- 1 original + 4, Life of Printhead (million characters):- 400 million strokes/ wire, Black Ribbon Life (million characters):- Approx. 8 million characters. b) WEP LQ DSI 5235 DMP :-24 Pin 136 Col(WeP LQ DSI 5235 DMP 24 PIN 136 COL 235 PPH ORIGINAL+5 Copies Serial & Paralell Interface with Autoshare 64KB Buffer Rear Push Tractor 10000 POHs), High speed at 235 pages per hour in spreadsheet, Print Speed – 440 CPS(Character per second) c) TVS Make:- HD 955, Printing Speed - 570 cps, Dual Interface - Parallel & USB with Auto Switching, Long Print Head Life - 200 Million Characters, High Reliability - 20,000 POH MTBF, Higher Copy capability - 1+5 copies, Print Head Type 9 wire, Print Width 136 column @ 10 cpi, Print head Life 200 Million Characters, TVS HD 955 is a 9 wire, 136 column Report Printer with a top print speed of 570 cps and a

long Print head Life 200 Million Characters with 1+5 multi part copy capability. HD 955 is designed for use in the high performance operating environments with unparalleled reliability. The built in Parallel and USB ports in HD 955 are automatically switch able when connected to two desktop computers.

2) DIAGNOSTIC KIT:-

Preferred make:-h.p/dell/IBM. Specification:- A) Operating System: - Window-7 or upper. B) Processor:- Intel® Core™ i7-4700MQ (2.4 GHz, 6 MB L3 cache) C) RAM:- 8 GB 1600 MHz DDR3L.

D) Hard Disk:- 1 TB 5400 rpm SATA. E) Display:- 15.6". F) Graphic Card:- NVIDIA GeForce GT 740M (2 GB DDR3 dedicated). G) Keyboard & Mouse:- Full-size island-style backlit keyboard.

Page 54: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 54 of 55

3). InkJet Printer

Preferred make:-h.p/Canon/Xerox A) Function:-Print, copy, scan, fax, Web. B) Print speed black: Upto 33 PPM. C) Page Size:-Compactable with both A3 & A4. D) Connectivity, standard:

• 1 USB 2.0 • 1 Ethernet • 1 Wireless 802.11b/g/n • 1 USB host port • 2 RJ -11 fax.

E) Print quality black (best): up to 600 x 1200 dpi F) Print quality color (best: Up to 4800 x 1200 optimized dpi color (when printing

from a computer on selected HP photo papers and 1200 input dpi) G) Duty cycle (monthly, A4): Up to 12,000 pages H) Duplex printing: Automatic (optional) I) Energy efficiency: ENERGY STAR® 2.0 qualified J) Paper handling input, standard: 250-sheet input tray Note: Upgraded and better version of reputed make item /equipment may be

supplied with prior approval of Sr.DEE/TRD/ADA

Page 55: Tender Notice - South Eastern Railway zone · testing and commissioning of Railway SCADA as per RDSO’s ... The tenderer can also download the tender documents ... Tender notice

Page 55 of 55

FORMAT

(To be filled up by the contractor)

Sr. No. Particulars

1 Name:

2 Mohalla/Ward:

3 City/Town/Village:

4 Post Office :

5 District:

6 State:

7 Pin Code: 8 Telephone No: 9 Mobile no. 9 e-mail address , if

any

Signasture of the contractor/s