SlideShare une entreprise Scribd logo
1  sur  79
Télécharger pour lire hors ligne
BID DOCUMENT OF MAS 01 of 2014, Item No 30

By Registered Post

By Direct Deposit

TENDER COVER SHEET
(Please refer clause 20 in page 14 of the tender)
Southern Railway

Tender Notice No.MAS/01 of 2014 of dated 31-01-2014 (Item No.30)
DUE FOR OPENING ON 13-03-2014
Name of work: PERAMBUR – Repairs to various wards and
maintenance of Railway Hospital /PER.
To
The Divisional Railway Manager, Works,
Chennai (Division)
SR, Park Town, Chennai-3.(Address)
600 003.(Pin Code)

From
.......................................
……………………………
……………………………
……………………………
……………………………

Signature of Tenderer/Contractor

1
BID DOCUMENT OF MAS 01 of 2014, Item No 30

INSTRUCTIONS TO TENDERERS FOR TENDER FORMS DOWN LOADED FROM INTERNET.
1. Tender file is to be down loaded from the internet and printout is to be taken on A4 size paper and
details are to be entered by the tenderer at the various locations in the document. It is advisable that
the down loaded tender document to be printed through laser printer only. Submission of Xerox or
photocopy of tender document is prohibited.
2. This tender document (in full) downloaded along with the various documents required to be
submitted as per the tender conditions in a sealed cover duly super scribing with the name of the
work, tender notice no. and date, submission of tender downloaded from the internet etc and the
same should be dropped in the tender box kept in the Office specified in the tender document before
the date and time stipulated in the tender document.
3. The cost of tender document will have to be deposited by the tenderer in the form of bank draft
payable in favour of Senior Divisional Finance Manager, Southern Railway, Chennai - 03 along with
the tender. This should be enclosed as a separate Demand Draft. A single demand draft for the cost
of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the
demand draft towards the cost of the tender document will be summarily rejected.
4. The earnest money deposit required for this work as stipulated in the tender document also to be
submitted separately
5. Tenderers are advised to download tender documents well in advance and submit the
tender before the stipulated time, the tender document will be received up to 11.00 hrs. at two
places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes will be placed at the
said offices on the date of opening mentioned and will be opened at 11.30 hours on the same
date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned above
happens to be a holiday, the tenders will be opened on the next working day at the same time.
6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai – 3 for
dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are
advised to drop their documents in the relevant tender box on any working days and up to
the time and date of receipt as mentioned above. Railway shall not be responsible for any
postal delays.
7. It is the responsibility of the Tenderer to check any correction or any modifications published
subsequently in Web site and the same shall taken into account while submitting the tender. Tenderer
shall down load corrigendum (if any), print it out , sign and attach it with the main tender document.
Tender document not accompanied by published corrigendum/s is liable to be rejected. The Railway
will not be responsible for any postal delays / delay in downloading of tender document from the
internet.
8. The tenderer may please note that the rate for items should be written in figures and in words by
black or blue ball point pen only. Each page of tender document should be signed by the tenderer.
9. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of
perusal as well as for using the same as tender document for submitting the offer. Master copy of the
tender document is available in the concern office inviting tender. After award of work an agreement
will be prepared based on the master copy of tender document available in the above mentioned
office. In case, any discrepancy between the tender document downloaded from the internet
and the master copy, latter shall prevail and will be binding on the tenderer/s. No claim on this
account will be entertained.
10. If any change/addition/deletion is made by the Tenderer / Contractor and the same is detected at
any stage even after the award of the tender, full earnest money deposit will be forfeited and the
contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from
doing business with Railways and/or prosecuted.
11. The following declaration should be given by the tenderer while submitting the tender:

Signature of Tenderer/Contractor

2
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Declaration
(a) I/We have downloaded the tender form from the internet site www.sr.indianrailways.gov.in. and
I/We have not tampered / modified the tender forms in any manner. In case, if the same is found to be
tampered / modified I/We understand that my/our tender will be summarily rejected and full earnest
money deposit will be forfeited and I/we am/are liable to be banned from doing business with
Railways and/or prosecuted.
(b) I/We submitting a demand draft no. ___________________ dated __________ issued by
____________________ for Rs.__________ towards the cost of tender form.
Signature of Tenderer :
Date
Address

Signature of Tenderer/Contractor

3
BID DOCUMENT OF MAS 01 of 2014, Item No 30

SOUTHERN RAILWAY
CHENNAI DIVISION (WORKS BRANCH)

Tender Notice No.MAS/01 OF 2014 Dt.31.01.2014 (Item No. 30 )
Divisional Railway Manager/Works Branch/Chennai Division, Chennai-3 for and on behalf of the
President of India invites sealed tenders for the under mentioned works:
Approx.
Earnest
Period of
Sl.
cash
Money
Similar nature
Description of work
completio
No
value Rs. Deposit
of work
n
(lakhs)
Rs.
(1)

(2)

(3)

30

PERAMBUR – Repairs to various
wards and maintenance of Railway
Hospital /PER.

Last date for issue of tender form :
Date of tender opening:

45.19

(4)

(5)

90,382/-

Not
Applicable

(6)
Twelve
Months

12.03.2014
13.03.2014

Cost of tender forms:
1)
2)
3)
4)
5)

For works costing upto
5 lakhs
For works costing above 5 lakhs and up to 20 lakhs
For works costing above 20 lakhs and up to 50 lakhs
For works costing above 50 lakhs and up to 2 crores
For works costing above 2 crores and up to 50 crores

1096/2192/3288/5480/10960/-

1. If the tender form is required by post, the postage will be Rs.500/- extra (Non-refundable).
However, in such cases the last date of issue of tender form will be seven days prior to the last date of
issue of tender form. The Railways will not be responsible for postal delay/loss of tender form.
2. In no circumstance will the amount towards the cost of tender form be refunded. Tender forms are
not transferable.
3. The cost of the tender forms may be paid to the Sr. Divisional Cashier, Southern Railway,
Chennai – 3 or any Station Master, Southern Railway and the cash receipt should accompany the
request for issue of tender forms.
4. The tender forms can be obtained by hand but no rebate will be given in the cost of tender forms.
5. The tender forms will be issued up to 15.00 hrs. on the specified date. The same will be received
up to 11.00 hrs. at two places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes
will be placed at the said office on the date of opening mentioned and will be opened at 11.30 hours
on the same date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned
above happens to be a holiday, the tenders will be opened on the next working day at the same time.
6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai – 3 for
dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are advised to
drop their documents in the relevant tender box on any working days and up to the time and date of
receipt as mentioned above. Railway shall not be responsible for any postal delays.
7. The tenderers are required to satisfy the following eligibility criteria for all works costing
more than 50 lakhs:

Signature of Tenderer/Contractor

4
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Sl.No
1

Cl
ause
Experience

2

Turn over

Description

Criteria

Should have completed in the
last three financial years (i..e
current
year
and
three
previous financial years)
Total contract amount received
during the last 3 financial years
and in the current financial
year.

At least one similar single work,
for a minimum value of 35% of
advertised value of work.

Should be a minimum of 150%
of advertised tender value.
Tenderer should produce an
attested certificate from the
employer/client,
audited
balance sheet duly certified by
the Chartered Accountant and/
or attested certificates from
the Central/State govt./ public
sectors
undertakings
organization/department from
where the tenderer received
the payment for the work done.
Note: a) Work executed in own name only can be considered towards eligibility criteria
b) The turn over in the own name company, in whose name the tender is offered, alone will
be considered.
c) Consortium and firms and MOUs and sister concerns will not be considered
towards
eligibility criteria.
8. Documents to be submitted along with the tender.
The following documents should be submitted along with the tender.
a) List of works completed in the last three financial years giving description of work,
organization for whom executed, approximate value of contract at the time of award, date of award
and date of scheduled completion of work. Date of actual start, actual completion and final value of
contract should be given.
b) List of works on hand indicating description of work, contract value and approximate value of
balance work yet to be done and date of award.
Note:
1) In case of items (a) & (b) above, supportive documents/ certificates from
the organisations with whom they worked/ are working shall be enclosed.
2) Certificate from private individuals for whom such works are executed / being executed will
not be accepted.
9. The tenderers are requested to submit the requisite EMD in favour of Sr. Divisional Finance
Manager, Chennai Division, Southern Railway, Chennai -3 along with the tender documents failing
which their offer will be rejected. LSEMD will not be considered.
10. Submission of EMD amount in the form of Bank guarantee will not be entertained.
11. All documents to support fulfillment of eligibility criteria should be furnished along with the tender
and should be available at the time of tender opening. Tenders not accompanied by documentary
evidence in support of eligibility criteria will be rejected. No post tender communication in any form will
be made or entertained, after opening of tenders in this regard.
12. For other details, terms and conditions, the tenderers are advised to refer to the tender
documents.
13. Price Variation Clause (PVC) shall be applicable for tenders of value more than Rs. 50 lakhs
irrespective of the contract completion period and PVC shall not be applicable to tenders of value less
than Rs.50 lakhs.
14. Tender document can also be down loaded from www.sr.indianrailways.gov.in and tender
document can be submitted along with a separate demand draft towards the cost of tender form at
the time of tendering failing which the offer will be summarily rejected.
For Divisional Railway Manager/Works/Chennai.

Signature of Tenderer/Contractor

5
BID DOCUMENT OF MAS 01 of 2014, Item No 30

SOUTHERN RAILWAY
WORKS CONTRACT
REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS
TO TENDERERS AND CONDITIONS OF TENDER
TENDER AGREEMENT FORM

Tender Notice No.MAS/01 of 2014 dt 31-01-2014, Item No. 30.
OF DRM/Works/MAS
1. Name of the tenderer to whom
The tender form is issued.
(Please indicate details if the documents are down loaded from internet)
2. Address
3. Serial No. assigned to the tender form
4. Date of sale

5. Signature & name of the Official
Who issued the form.
Notes:
(1) Transfer of tender form purchased by one tenderer to another is not permissible.
(2) The tender form is required to be submitted intact together with all documents supplied at the
time of sale, without any pages being removed. Any other documents required to be submitted as per
the conditions shall also be attached. Failure to comply with this requirement will render the tender
liable to be rejected.
(3) This document is the property of southern railway and is issued only for the use of the tenderer for
submitting offers and should not be used in any other form nor be copied or reproduced.

Signature of Tenderer/Contractor

6
BID DOCUMENT OF MAS 01 of 2014, Item No 30

SOUTHERN RAILWAY
REGULATIONS FOR TENDERS AND CONTRACTS AND
INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER
Sl.No CONTENTS
1
Definitions
2
Singular or Plural
3
Interpretation
4
Tenders
4.1.
Application for Registration
5
Tender forms
6
Omissions and Discrepancies
7
Earnest Money
8
Care in submission of tenders
9
Right of Railway to deal with tenders
10
Execution of Contract Documents
11
Form of Contract Documents
12
Form of Quotation
13
Documents of this tender
14
Drawing for this work
15
Currency for this work
16
Earnest money for this tender
17
Right to deal with this tender
18
Income Tax Clearance Certificate
19
Tenderer’s Credentials
20
Submission of tenders
21
Execution of contract documents
22
Partnership deeds, Power of Attorney etc.
23
Employment/ Partnership etc. of retired Rly. Employee.
ANNEXURES
(i)
Tender form
(ii)
Form for Schedule of Quantities and rates
(iii)
Form for Reporting of Employment
(iv)
Form for letter of acceptance
(v)
Form for Zone Agreement
(vi)
Form for Work order under Zone Contract
(vii)
Form for Works contract Agreement.

PARA
1
2
3
4.1
4
5
6
7
8
9
10
11
12
13
14
17
18
19
22
23
25
27
28
30
Annexure I
Annexure-IA
Annexure-IB
Annexure II
Annexure-III
Annexure-IIIA
Annexure-IV

PAGE
2
3
3
3
3
4
4
4
6
6
6
7
7
7
7
8
8
8
8
9
9
9
9
9
11
13
14
15
16
18
20

Signature of Tenderer/Contractor

7
BID DOCUMENT OF MAS 01 of 2014, Item No 30

SOUTHERN RAILWAY
REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND
CONDITIONS OF TENDER. (FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS FOR
ENGINEERING WORKS UNDER WORKS CONTRACTS)
MEANING OF TERMS
1. Definitions: In these Regulations for Tenders and Contracts, the following terms shall have
the meanings assigned hereunder except where the context otherwise requires:a) “Railway” shall mean the President of the Republic of India or the Administrative
Officers of the Southern Railway of the Successor Railway authorized to deal with
any matters, which these presents are concerned on his behalf.
b) “General Manager” shall mean the Officer in charge for the general superintendence
and control of the Southern Railway and shall also include the General Manager
(Construction), Southern Railway and shall mean and include their successors of the
Successor Railway.
c) “Chief Engineer” shall mean the Officer in charge of the Engineering department of
the Southern Railway and shall also include the Chief Engineer (Construction), Chief
Signal and Telecommunication Engineer, Chief Signal and Telecommunication
Engineer (Construction), Chief Engineer and Chief Electrical Engineer (Construction)
and shall mean and include their successors of the Successor Railway.
d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of the
Southern Railway and shall mean and include the Divisional Railway Manager of the
Successor Railway. Divisional Railway Manager (Works) shall be the Officer in
charge of the Engineering Department on the Division and similar is for S & T,
Electrical etc. for the concerned department.
e) “Engineer” shall mean the Divisional Engineer, Southern Railway or the Executive
Engineer, Southern Railway and shall mean and include the Divisional Signal and
Telecommunication Engineer, Divisional Signal & Telecommunication Engineer
(Construction), Divisional Electrical Engineer and Divisional Electrical Engineer
(Construction) in executive charge of the works and shall include the superior officers
of the Engineering, Signal & Telecommunication, and Electrical Department of the
Southern Railway, i.e. the Senior Divisional Engineer/ Deputy Chief Engineer/ Chief
Engineer, Principal Chief Engineer, Deputy Chief Engineer (Construction)/ Chief
Engineer (Construction) / Chief Administrative Officer (Construction), Senior
Divisional Signal and Telecommunication Engineer/ Deputy
Chief Signal &
Telecommunication Engineer/ Chief Signal & Telecommunication Engineer, Deputy
Chief Signal & Telecommunication Engineer (Construction) / Chief Signal &
Telecommunication Engineer (Construction), Senior Divisional Electrical Engineer/
Deputy Chief Electrical Engineer/ Chief Electrical Engineer, Deputy Chief Electrical
Engineer (Construction)/ Chief Electrical Engineer (Construction) and other superior
Officers of the concerned department of the Southern Railway and shall mean and
include the Engineers of the Successor Railway.
f) “Tender” shall mean the person/ the firm/ co-operative society or company whether
incorporated or not who tenders for the works with a view to execute the works on
contract with the Railway and shall I include their personal representatives,
successors and permitted assigns:
g) “Contractor” shall mean the person/ firm/ Co-operative society or company whether
incorporated or not who enters into the contract with the Railway and shall include
their executors, Administrators, successors and permitted assigns.
h) “Contract” shall mean and include the Agreement or Work Order, the accepted
schedule of rates or the printed schedule of rates of the Southern Railway modified
by the tender percentage for items of works quantified or not quantified, the General
conditions of Contract, the Special conditions if any, the drawings, the specifications,
the special specifications if any, schedule of quantities, Manuals and instructions if
any and Tender Forms if any, all in complete known as “Contract Documents”.
i) “Limited Tenders” shall mean tenders invited from all or some Contractors on the
approved or select list of Contractors with the Railway.

Signature of Tenderer/Contractor

8
BID DOCUMENT OF MAS 01 of 2014, Item No 30
“Open Tenders” shall mean the tenders invited in open and public manner and with
adequate notice and publicity.
k) “Works” shall mean the works to be executed in accordance with the contract.
l) “Specifications” shall mean the Indian Railway Standard specification for
Materials and Works 2010 (Vol. I & II) issued under the authority of Railway Board
or as amplified, added to or superseded by special specifications if any, appended to
the Tender Forms or as modified from time to time.
m) “Schedule of Rates of the Southern Railway” shall mean the Southern Railway
Unified Standard Schedule of Rates 2011 issued under the authority of the Chief
Engineer from time to time or as amplified, added to or superseded from time to time.
n) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof
annexed to the Tender forms.
j)

2. Singular or Plural: Words importing the singular number shall also include the plural and vice
versa where the context requires.
3. Interpretation: These Regulations for “Tenders and Contracts shall be read in conjunction
with the General conditions of contract which are referred to herein and shall be subject to
modifications, additions or supersessions by special conditions of contract and / or drawings,
manuals, specifications, if any, annexed to the Tender Forms.
4. Tender: Works of construction and of supply of materials shall be entrusted for execution to
Contractors whose capabilities and financial status have been investigated and approved to
the satisfaction of the Railway. Open tenders shall be called in open and public manner duly
giving adequate publicity and notice. List of approved Contractors shall also be maintained
in the Railway. The said list shall be revised periodically, once in a year or so, by giving wide
publicity through advertisements etc.
4.1. Application for Registration: While seeking registration, a Contractor including a Contractor
who is already on the approved list shall apply to then nearest General Manager (Construction),
Chief Administrative Officer (Construction), Chief Engineer and / or Divisional Railway Manager,
furnishing particulars regarding:a) his position as an independent Contractor specifying the engineering organization
available with details and partners / staff/ engineers employed with qualifications and
experience;
b) his capacity to under take and carry out works satisfactorily as vouched for by a
responsible official or firm, with details about the transport equipments, construction
tools and plants etc. required for the work, maintained by him;
c) his previous experience of works similar to that to be contracted for, in proof of
which original certificates or testimonials may be called for and their genuineness
verified if need be, by reference to the signatories thereof.
d) His knowledge from actual personal investigation of the resources of the area / zone
or zones in which he offers to work;
e) His ability to supervise the work personally or by competent and duly authorized
agents;
f)

His financial position;

g) Authorized copy of the current Income Tax Clearance Certificate.
h) Any other as called for.
4.2. An applicant shall clearly state the categories of works for which and the area/ zone/ division(s) /
district(s) in which he desires registration in the list of approved Contractors.

Signature of Tenderer/Contractor

9
BID DOCUMENT OF MAS 01 of 2014, Item No 30

4.3. The selection of Contractors for enlistment in the approved list would be done by a committee
for different value slabs as notified by the Railway.
4.4. An annual fee or otherwise as prescribed by the Railway from time to time would be charged
from such approved Contractors to cover the cost of processing of tenders, sending notices to them,
clerkage for tenders etc.
4.5. The list of approved Contractors would be treated as Confidential Office record.
TENDERS FOR WORKS
5.Tender Forms: Tender Forms will embody the contents of the Contract Documents either directly
or by reference. Tender Forms shall be issued on payment of prescribed fees to the appropriate
Contractors on the list of Approved Contractors. Contractors not on the list of Approved Contractors,
will, on payment of the prescribed fees, be furnished with Tender Forms and they shall be required to
submit evidence regarding their financial status, previous experience and ability to execute the
works, and an authorized copy of the current Income Tax Clearance Certificate without which their
ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate
without which
their tenders will not be considered. All pages of the Tender Forms , as per
specimen form at Annexure I and I(A) and ((B) and all other annexures, including the “Regulations
and Instructions”, shall be signed by the Tenderer clearly in acceptance of the same while submitting
the tender.
No alterations/ corrections/ modifications of the Tender Forms is admissible. Tenders
with such altered/ corrected/ modified Tender Forms will be rejected by the Chief Engineer/ Chief
Engineer (Construction)/ Divisional Railway Manager. The tender documents shall be witnessed by
two individuals of appropriate status.
6.Omissions and Discrepancies: Should a Tenderer find discrepancies in, or omissions from the
drawings or any of the Tender Forms or other Contract Documents or should he be in doubt as to
their meaning, he should at once notify the authority inviting tenders who may send a written
instruction to all Tenderers. It shall be under stood that every endeavor has been made to avoid
any error which can materially affect the basis of the tender and the successful Tenderer shall take
upon himself and provide for the risk of any errors, omissions and discrepancies which may
subsequently be discovered and shall make no subsequent claim on account thereof.
7. Earnest Money:
a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance
of the stipulation to keep the offer open till such date as specified in the tender, under condition of
tender. The Earnest money shall be as follows :
Value of the work (Tender Value)

EMD

For works estimated to cost up to Rs.1 Crore.
For works estimated to cost more than Rs.1
Crore.

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

b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and the
Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting his
tender he will not resile from his offer or modify the terms and conditions thereof in a manner not
acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation,
the aforesaid amount shall be liable to be forfeited to the Railway.
c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as
part security for the due and faithful fulfillment of the contract in terms of Clause – 16 of the General
conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided,
be returned to them, but the Railway shall not be responsible for any loss or depreciation that may
happen thereto while in their possession, nor be liable to pay interest thereon.
2) The Earnest money should be in cash or in any of the following forms:

Signature of Tenderer/Contractor

10
BID DOCUMENT OF MAS 01 of 2014, Item No 30

(i) Deposit receipts, pay orders, demand drafts. 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
Bank of India will be necessary.
8. Care in submission of Tenders:
a) Before submitting a tender, the Tenderer will be deemed to have satisfied himself by actual
inspection of the site and locality of the works that all conditions liable to be encountered during the
execution of the works are taken into account and that the rates he enters in the Tender Forms are
adequate and all inclusive to accord with the provisions in Clause –37 of the General conditions of
Contract for the completion of works to be entire satisfaction of the Engineer.
b) When work is tendered for by a firm or company of Contractors, the tender shall be signed by the
individual legally authorized to enter into commitments on their behalf.
c) The Railway will not be bound by any power of attorney granted by the Tenderer or by changes in
the composition of the firm made subsequent to the execution of the contract. It may, however,
recognize such power of attorney and changes after obtaining proper legal advice, the cost of which
will be chargeable to the contractor.
9.Right of Railway to deal with Tenders: The Railway reserves the right of not to invite tenders for
any of the Railway work or works or to invite open or limited tenders and when tenders are called, to
accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any
such action.
CONTRACT DOCUMENTS
10. Execution of Contract Documents: The tenderer whose tender is accepted shall be required to
appear in person at the Office of the General Manager/ General Manager (Construction) Chief
Administrative Officer (Construction)/ Chief Engineer/ Divisional Railway Manager or the concerned
Engineer, as the case may be or in case of a firm or corporation, a duly authorized representative
shall so appear and execute the Contract Documents with in 7 days (seven) after notice that the
contract has been awarded to him and / or on receipt of the letter of acceptance of the tender, in
specimen form at Annexure II. Failure to do so shall constitute a breach of the letter of acceptance of
the tender, in specimen form at Annexure II. Failure to do so shall constitute a breach of the
agreement affected by the acceptance of prejudice to any other rights or remedies available to the
Railway.
10.1. In the event of any Tenderer whose tender is accepted refusing to execute the Contract
documents as here in before provided, the Railway may determine that such Tenderer has
abandoned the contract and there upon his tender and acceptance thereof shall be treated as
cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and also to
recover the damages for such default.
11. Form of Contract Documents: Every contract shall be complete in respect of the document it
shall so constitute . The Contract documents shall include all or any of the documents listed in the
definition for “Contract” updated to the date of issue of tender notice for the work. It should be under
stood that every endeavor has been made by the Railways to update all the documents and the
Tenderer shall take upon himself and provide for the work of any deficiency or error in this regard
which may subsequently be discovered and shall make no subsequent claims on account thereof.
Not less than 3 (three) copies of the Contract Documents, shall be signed by the competent authority
and the contractor and one copy given to the Contractor.
a) For Zone or Zonal contracts, awarded on the basis of the percentage at par or above or
below the Unified standard schedule of Rates of the Engineering Department and/ or other
departments of the Southern Railway for the whole or part of financial year, the contract
agreement required to be executed by the Tenderer whose tender is accepted shall be as per
specimen form at Annexure III or as may be prescribed by the Railway. During the currency
of the Zone contract, Work orders as per specimen form at Annexure III (A), for works not

Signature of Tenderer/Contractor

11
BID DOCUMENT OF MAS 01 of 2014, Item No 30

exceeding Rs.2,00,000/- each, or so as specified by the Railway, will be issued by the
Divisional Railway Manager / Engineer under the agreement for the Zonal contract.
b) For contracts for specific works, valued at more than Rs.10,000/- the contract agreement to
be executed by the Tenderer whose tender is accepted shall be as per specimen form at
Annexure IV or so as may be prescribed by the Railway.
12. FORM OF QUOTATION:
a) The tender shall be submitted in the prescribed form annexed hereto at Annexure I, I (A) , I (B) and
other relevant annexures, quoting a percentage above or below or par the rates shown in the
printed Southern Railway Unified Standard Schedule of Rates 2011, as corrected by and upto
Correction Slip No………… of ………. And lump sum rates for the items given in other schedules in
the tender. The quotations will be subject to the general and special instructions contained in the
Southern Railway Unified Standard Schedule of Rates 2011 and the other documents of the
contract Documents to which the Tenderers” special attention is drawn. The percentage and rates
quoted must be clearly written in figures and words and the percentage quoted shall apply to all items
in all the Chapters of the Southern Railway Unified Standard Schedule of Rates 2011. The
percentage/ rates quoted must be firm, precise and unconditional.
c) If any item is excluded by the Tenderer while submitting his tender, the Engineer may reject
the tender.
INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER
13. The following documents form part of this Tender/ Contract:
a) Tender Forms and schedule of approximate quantities (including all Annexures ) (enclosed)
b) Special Conditions/ specifications and special specifications (enclosed)
c) Printed General conditions of Contract and Indian Railway Standard specification for
Materials and Works 2010 (Vol.I&II) issued under the authority of Railway Board as
amended/ corrected up to correction slips up to date, copies of which can be seen in the
Office of the Engineer/ Chief Engineer (Construction) or obtained from the office of the Chief
Engineer (Construction)/ Divisional Railway Manager/………………of Southern Railway,
………….. on payment of Rs.
& Rs. ………..per copy respectively.
d) Printed Southern Railway Unified Standard Schedule of Rates 2011, as amended/
corrected upto Correction slip upto date, copies of which can be seen/ obtained in/ from the
office of above on payment of Rs. ………. Per copy.
e) All general and detailed drawings pertaining to the work which will be issued by the Engineer
or his representatives (from time to time) with all changes and modifications.
14.Drawings for this work: The drawing for the work can be seen in the office of the Chief Engineer/
Chief Engineer (Construction) / Divisional Railway Manager/ Engineer at any time during the
office hour. The drawings are only for the guidance of tenderer. Detailed working drawings (if
required) based generally on the drawing mentioned above, will be given by the Engineer or his
representative from time to time.
14.1The tenderer shall quote his rates as a percentage above or below or at par Southern Railway
Unified Standard Schedule of Rates 2011 as applicable to Sr. DEN/DEN……….. of
……….Division except where he is required to quote item rates/ lump sum and must tender for all
the items shown in the schedule of approximate quantities attached. The quantities shown in the
attached schedule are given as a guide and are approximate only and are subject to variation
according to the needs of Railway. The Railway does not also guarantee work under each item
of the schedule.
14.2Tenders containing erasures and/ or alterations of the tender documents are liable to rejected.
Any correction made by the tenderer in his entries must be attested by him.
15.Currency for the work: The woks are required to be completed within TWELVE MONTHS from
the date of issue of the acceptance of letter.

Signature of Tenderer/Contractor

12
BID DOCUMENT OF MAS 01 of 2014, Item No 30
16. EARNEST MONEY FOR THIS TENDER:
a) The tender must be accompanied by a sum of ` 90,382/- as Earnest Money deposited in
cash or in any of the forms as mentioned herein before, failing which the tender will not be
considered.
b) The Tenderer shall keep the offer open for a minimum period of 90 days from the date of
opening of the tender. It is under stood that the tender documents has been sold/ issued to
the Tenderer and the Tenderer is permitted to tender in consideration of the stipulation on
his part that after submitting his tender subject to the period being extended further if
required by mutual agreement from time to time, he will not resile from his offer or modify the
terms and conditions thereof in a manner not acceptable to the Engineer / Railway. Should
the tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as
Earnest Money, for the due performance of the above stipulation, shall be forfeited to the
Railway.
c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as
Security Deposit for the due and faithful fulfillment of the contract. This amount of Security
Deposit shall be forfeited if the Tenderer/ contractor fail to execute the Agreement Bond with
in 7 days after receipt of notice issued by the Railway that such documents are ready or to
commence the work within 15 days after receipt of the orders to that effect.
d) The Earnest Money of the unsuccessful tenderer(s) will, save as herein before provided, be
returned to the unsuccessful tenderer(s) within a reasonable time but the railway shall not be
responsible for any loss or depreciation that may happen to the security for the due
performance of the stipulation to keep the offer open for the period specified in the tender
documents or to the Earnest Money while in their possession nor be liable to pay interest
thereon.
17. Right of the Railway to deal with this Tender: The authority for the acceptance of the tender
will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or
any other tender and no Tenderer shall demand any explanation for the cause of rejection of his
tender nor the Railway under take to assign reasons for declining to consider or reject any particular
tender or tenders.
17.1. If the tenderer deliberately gives wrong information in his tender or creates circumstances for
the acceptance of his tender, the Railway reserves the right to reject such tender at any stage.
17.2. If the Tenderer expires after the submission of his tender or after the acceptance of his tender,
the Railway shall deem such tender as cancelled. If a partner of a firm expires after the
submission of their tender of after the acceptance of their tender, the Railway shall deem such
tender as cancelled the firm retains its character.
18. Income-Tax Clearance Certificate: The Tenderer is required to produce along with his tender
an authorised copy of the Income-Tax Clearance Certificate ore a sworn affidavit duly countersigned
by the Income/Tax Officer to the effect that he has no taxable income.
19. Tenderer’s Credentials: Documents testifying the Tenderer’s previous experience and financial
status should be produced along with the tender or when desired by the competent authority of the
Railway.
19.1. Tenderer who has not carried out any work so far on the Railway and who is not borne on the
approved list of the Contractors of the Southern Railway should submit along with his tender
credentials to establish:(i)
(ii)
(iii)

His capacity to carry out the works satisfactorily.
His financial status supported by Bank reference and other documents.
Certificates duly attested and testimonials regarding contracting experience for
the type of job for which tender is invited with list of works carried out in the past.

Signature of Tenderer/Contractor

13
BID DOCUMENT OF MAS 01 of 2014, Item No 30

20.Submission Tender: “Tender must be enclosed in a sealed cover, superscribed “Tender Notice
No……………”/” Item No……………”/” Name of the WORK.” and must be sent by registered post to
the address of the tender calling authority so as to reach at the time, date, specified in the tender OR
deposit in the special box allotted for the purpose. This special box will be sealed at 11.00 hours on
the date of the opening. Tenderers may paste the “Tender Cover Sheet”, printed along with this
tender to fulfill super scribing requirements as specified in this clause.
21. Execution of Contract Documents: The successful Tenderer shall be required to execute an
agreement with the President of India acting through the Divisional Railway Manager/ Works,
Southern Railway for carrying out the work according to the Contract Documents.
22. Partnership deeds, Power of Attorney etc.,: The Tenderer shall clearly specify whether the
tender is submitted on his own or on behalf of a Partnership concern. If the tender is submitted on
behalf of a Partnership Concern, he should submit the certified copy of partnership deed along with
the tender and authorisation to sign the tender documents on behalf of Partnership Concern. If these
documents are not enclosed along with tender documents, the tender will be treated as having been
submitted by individual signing the tender documents. The Railway will not be bound by any power of
attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to
the execution of the contract. It may, however, recognise such power of attorney and changes after
obtaining proper legal advice, the cost of which will be chargeable to the Contractor.
22.1. The Tenderer, whether Sole Proprietor, a Limited Company or a Partnership Concern, if they
want to act through an agent or individual partner should submit along with the tender or at a later
stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in
favour of the specific person whether he be partner of the firm of any other person specifically
authorising him to submit the tender, sign the agreement, receive money, witness measurements,
sign measurement books, compromise, settle, relinquish any claim)s_ preferred by the firm and sign
the “No Claim Certificate” and refer all or any disputes to arbitration.
23. Employment/Partnership, etc., of Retired Railway Employees:
(1)Should a Tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer working
before his retirement, whether in the executive or administrative capacity, or whether holding a
pension able post or not, in any department of any of the Railway owned and administered by the
President of India for the time being or should a Tenderer being a partnership Concern have as one of
its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a Tenderer being an
incorporated Company have any such retired Engineer or retired Officer as one of its Directors, or
should a Tender have in his employment any retired Engineer or retired Officer as aforesaid. The full
information as to the date of retirement of such Engineer or Government service at least 2 years prior
to the date of submission of the tender as to whether permission for taking such contract, or if the
Contractor be a partnership firm or an incorporated Company, to become a partner or Director as the
case may be or to take the employment under the Contractor has been obtained by the Tenderer or
the Engineer or Officer as the case may be from the President of India or any Office, duly authorised
by him in this behalf shall be clearly stated in writing at the time of submitting the tender. Tenders
without the information above referred to or without a statement to the effect that no such retired
Engineer or retired Gazetted Officer is so associated with the Tenderer, as the case may be shall be
rejected.
(2)Should a Tenderer or Contractor being an individual on the list of approval Contractors. have a
relative(s) or in the case of Partnership Concern or Company of Contractors one or more of his
shareholder(s) or a relative(s) of the shareholder(s) employed in Gazetted capacity in any department
of any of the Railways, the authority inviting tenders shall be informed of the fact at the time of
submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently
comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the
General Conditions of Contractor:
Non-compliance with any of the conditions set forth herein above is liable to result in the
tender being rejected.

Signature of Tenderer/Contractor

14
BID DOCUMENT OF MAS 01 of 2014, Item No 30

(………………………………..)
Signature of the Tenderer(s)
Place:

Name:

Date:

Address:

Signature, name and addresses of the witnesses to the signature of the Tenderer(s):

1.

2.

Signature of Tenderer/Contractor

15
BID DOCUMENT OF MAS 01 of 2014, Item No 30
Annexure-I
SOUTHERN RAILWAY
REF. No./DATE……………..
To
THE PRESIDENT OF INDIA,
acting through the
Divisional Railway Manager/Works/Chennai Division
Southern Railway……………………………..
Name of Work – As per the schedule

Tender Notice No.MAS/01 of 2014 dt 31-01-2014 (Item No.30)
1.
I/We……………………………………………., have read the conditions of tender attached
hereto and agree to abide by said conditions. I/we
have perused the Contract Documents (i.e. the General Conditions of
contract, Special Conditions and Specifications, special specifications and Indian Railway Standard
specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway Board
and Southern Railway Unified Standard Schedule of Rates 2011 and all other documents attached
to the tender) and that I/We am/are fully aware that I/We will have to perform the contract if my/our
tender is accepted subject to the Contract Documents complete aforesaid.
I/We
offer
to
do
the works
of
the
……………………………………….……………………………………………………………
…………………………………..” at the rates shown in the printed Southern Railway Unified
Standard Schedule of Rates 2011 of the Senior DEN/DEN/……………../………….. portion of
…………………….. division as corrected by and up o correction slip no……
of ……………. At
par/enhanced/diminished by …………………. Per cent in respect of Schedule `A’ (items covered by
the Southern Railway Unified Standard Schedule of Rates 2011) and the rates quoted by me/us in
respect of Schedules…………….. (items not covered by the Southern Railway Unified Standard
Schedule of Rates 2011) and lump sum rates for the items given in Schedule ……………. And
hereby bind myself/ ourselves to complete the work in …………… months from the date of issue of
the letter of acceptance.
2.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 “
Earnest Money”.

3. A sum of Rs………..
is herewith forwarded as Earnest Money. The full value of the Earnest
Money shall stand forfeited without prejudice to any other right or remedies available to the Railway in
case my/our tender is accepted and if:
(A) I/we do not execute the Contract Documents within seven days after receipt of notice
issued by the Railway that such documents are ready: or
(B) I/we do not commence the work within fifteen days after receipt of orders to that effect.

Signature of Tenderer/Contractor

16
BID DOCUMENT OF MAS 01 of 2014, Item No 30

4. I/We agree that until a format 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 and indicated in the letter of acceptance of my/our offer for this work.
5. I/We also undertake to carry out the work in accordance with the said plans, specifications and
conditions of contract, and to find and provide such of the materials (other than those to be supplied
by the Railway) for, and to do all such thins which in the opinion of the Engineer may be necessary
for, or incidental to the construction, completion and maintenance thereof and to complete the whole
of the said works in all respects, and hand them over to you or your representative(s) within the period
specified, and to maintain the same for the period and in the manner provided in the conditions of
contract.
……………………………...
(SIGNATURE OF THE TENDERS)
PLACE:
DATE:

NAME :
ADDRESS:

SIGNATURE & ADDRESS OF WITNESSES TO THE SIGNATURE OF THE TENDERER(S)
Witensses:
1. Signature……………

Date……… Name……….

Address………………..

2. Signature……………

Date……… Name……….

Address………………..

*****

Signature of Tenderer/Contractor

17
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure-IA
SOUTHERN RAILWAY
Name of work: …………….Tender Notice No…………

Item No……….

FORM FOR SCHEDULE OF QUANTITIES AND RATES.
Sl.No.
(1)

Item No.
(2)

Description of
Item of work
(3)

Approximate
Quantity
(4)

Unit
(5)

Rates in
Figures and
In Words.
(6)

Amount in
Figures and
In Words.
(7)

I/We undertake to do the work at ………………% above/ below or at par Southern Railway
Unified Standard Schedule of Rates 2011 (as corrected/ amended by up-to-date) as applicable to
Sr.DEN/DEN /………………………….. Division or at the rates quoted above for each item.
…………………………

Place :
Date:

Signature of the Tenderer(s)

Notes:
1. The quantities shown in the above schedule are approximate and are as a guide to give
the Tenderer(s) an idea of the quantum of work involved. The Railway reserves the right to
increase/decrease and/or delete or include any of the quantities given above and no extra rate will be
allowed on this account.
2. Suitable schedules for USSOR items and other items shall be used.
3. Columns 1 to 5 shall be filled by the Office of the Authority inviting tender. Coloumns 6
& 7 shall be filled by the Tenderer(s) only when percentage tenders are not invited. For
percentage tenders, form shall be modified suitably. Separate schedules shall be used
for separately identifiable group of works/items. Each page of the schedule should be
signed by the Tenderer with name, date and plate.
Signature & ADDRESS of the witnesses to the signature of the tenderer(s)
1. SIGNATURE :………………… DATE……… NAME………..

ADDRESS….

2. SIGNATURE :………………… DATE……… NAME………..

ADDRESS….

Signature of Tenderer/Contractor

18
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure-IB
FORM FOR REPORTING OF EMPLOYMENT
(Proforma to be filled in and signed by the Tenderer and submitted along with the tender with
reference to clause No.30 of the conditions under “ Regulations” of the tender)
(strike out whichever is not applicable)
The undersigned –
(a) is a retired Gazetted officer holding prior to retirement a pensionable / non-pensionable post
in the Engineering Department of the ………………..Railway.
(b) is a partnership firm having as one of ;its partners a retired Engineer or a retired Gazetted
Officer as aforesaid.
(c) Is an incorporated company having any such retired Gazetted officer as aforesaid, as one of
its directors.
(d) Is having in my employment any retired Engineer or retired Gazetted officer as aforesaid.
(e) Has no such retired Engineer or retired Gazetted officer so associated with me as stated
above.
2. If falling under any of the above categories (a) to (d), particulars of the officer may furnished
hereunder:
(i)Post held before retirement ……………………………….
(ii) Date of retirement……………………..
(iii) ………………………………………………………….
(iv) If not retired at least two years prior to date of submission of tender …………
state whether permission for taking such contracts has been obtained
from the President of India or any officer duly authorized in this behalf.
3. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or
relatives employed in Gazetted capacity in the Engineering or any other Department of the Railways,
particulars of such relatives in the Railway may be furnished hereunder…
…

…

..

(ii) Designation …

…

…

(iii) Relationship …

…

… ……………………………………..

(i) Name

………………………………...
……………………………………

…………………………..
Signature of Tenderer(s)
NAME………………
ADDRESS :…………….

Signature of Tenderer/Contractor

19
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure – II
Southern Railway
FORM FOR ACCEPTANCE OF TENDERER
(This if only for guidance. The issuing authority will decide the format and contents based complete
Contract Documents)
No. W……………………………………………………
SHRI./M/S……………………………………………….
…………………………………………
…………………………………………
Sir(s),
NAME OF WORK:……………………………./……………………………
TENDER NOTICE NO:……………………….ITEM NO………………….
I accept the tender offered by you for the above work and agree to pay the rates as per
Southern Railway Unified Standard Schedule of Rates 2011, as corrected by and upto Correction
Slip No……….of………….at the rates at par/enhanced/diminished by………………………..per cent in
respect of Schedule ‘A’ (items covered by the Southern Railway Unified Standard Schedule of
Rates 2011_ and at the rates as entered in the Schedule(1)…………….(items not covered by the
Southern Railway Unified Standard Schedule of Rates 2011) and lump sum rates for the items
given in Schedule(s)………………….
The agreement for the contract for the above work shall be signed by you within days of
receipt of this letter, which is dispatched by registered post acknowledgement due. This letter of
acceptance forms part of the Contract Documents governing this contract.
Please acknowledge receipt of this letter.
DIVISIONALRAILWAY
MANAGER/WORKS/………
………………………………
……………………………………………………..
(On behalf of the President of India)
PLACE:
DATE:
WITNESSES:
1.
2.

Signature…………………..Date………..Name……………. Address……………
Signature……………………Date……….Name……………..Address…………...

Signature of Tenderer/Contractor

20
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure-III
Southern Railway
FORM FOR AGREEMENT FOR ZONE (ZONAL) CONTRACT
CONTRACT(ZONAL) AGRTEEMENT NO……………….DATED…………
1.
Articles of agreement made this…………………….day of……………….of 20…
Between the “President of India” acting through the………………………………. Of Southern Railway,
herein after called for “Railway” of the one part and………………………………………..herein after
called the “Contractor” of the other part.
2.

Whereas the Contractor has agreed with the Railway during the period of………..months
from…………to…………………..for the performance of:

a) New works, additions and alterations to existing structures, special repair works and supply of
building materials and
b) All ordinary repair and maintenance works:
Subject to the contract value of each such work not exceeding to Rs. 2,00,000/And whereas the Contractor has agreed to carry out the works at any site in
Zone…………….as detailed in the Southern Railway Unified Standard Schedule of Rates 2011 or
in SSE/SE(P.Way/Works)/………….section as may be entrusted to h im at the option of the Railway
from time to time during the said contract period and as will be set forth in the Work Orders (which
Work Orders shall be deemed and taken to be part of this contract) that will be issaued during the said
period at par/………………………..percent above/below the Southern Railway Unified Standard
Schedule
of
Rates
2011,
corrected
up
Printed/Advance
Correction
Slip
No……………dated……………..and as per the Contract Documents complete and whereas the
performance of the said works is an act in which the public are interested.
3.

And whereas this contract does not cover/covers supply of ballast included in the
Southern Railway Unified Standard Schedule of Rates 2011.

4.

And whereas in the case of bad work or materials, the Engineer may take such action as
may be deemed necessary under the relevant clauses of the conditions of contract.

5.

And whereas the Contractor has deposited a lump sum of Rs…………./- as Earnest
Money to cover for tendering against any number of works on the Southern Railway and
has agreed to furnish the full Security Deposit as per rules in force and whereas the
Security Deposit is at the instance of the Contractor recovered at 10 percent of the value
of the running bills till the amount of Security Deposit of Rs………………………is fully
recovered.
And whereas the Contractor has deposited a sum of Rs……………../- towards the
Earnest Money and whereas the balance in the Security Deposit after adjustment of
Earnest Money of Rs……………………….originally paid by the Contractor is at the
instance recovered at 10 percent of the value of the running bills till the amount of
Security Deposit of Rs…………………… is fully recovered.
The contract shall be in force for the period mentioned above, However, the Chief
Engineer/Chief Engineer (Construction)/ Divisional Railway Manager/……../Engineer may
at his option and without assigning any reasons for so doing, put an end to this contract at
any time. In such case the Contractor will be given a clear notice of three months to
enable him to complete all the works entrusted to his through work orders.
Now this indenture witnesseth that in consideration of the payments to be made by the
Railway, the Contractor will duly perform the works set forth in the said Work orders and
will execute the same great promptness, care and accuracy in a work man like manner to
the satisfaction of the Railway and will complete the same on or before the respective
dates specified therein in accordance with the said specifications and said drawings if

6.

7.

8.

Signature of Tenderer/Contractor

21
BID DOCUMENT OF MAS 01 of 2014, Item No 30

9.
10.

any) and the said Contract Documents complete, and will fulfill and keep all the
conditions there in mentioned (which shall be deemed and taken to be part of this
contract as if the same had been fully set forth therein), and the Railway doth hereby
agree that if the Contractor shall duly perform the said works in the manner aforesaid and
observe and keep the said terms and conditions, the Railway will pay or cause to be paid
to the Contractor for the said works on the completion thereof, the amount due in respect
thereof, at the rates specified in the schedule(s) here to annexed.
Entrustment of all or any of the works referred to in clause 2 above to the Contractor shall
be at the option of the Railway.
The cost of stamp duty on the agreement shall be borne by the Railway administration.

zone details and rates under this contract are as under:
Zone

Permanent
Way
section/ section

Rate as per Sr.
DEN/
DEN…………..
of……………..
Divn.

DIVISIONAL RAILWAY MANAGER/Works
(for the President of India)

Rates of Southern Railway Unified Standard
Schedule of Rates 2011 as corrected upto
correction slip No……. dt ………. At par/
enhanced/ diminished by Percentage shown
below.
% In figures
% in words
At par/ above/
below

Signature of Tenderer/Contractor
………………..
…………

Signature & address of witness to the signature of the Contractor.

Witness No.1 ……………………/ Signature …………………….. Date ………………….
Address………………………………………………….

Witness No. 2…………………./ Signature ………………………. Date …………………
Address…………………………………………………..

Signature of Tenderer/Contractor

22
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure-III A
Southern Railway
FORM FOR WORK ORDER UNDER ZONE CONTRACT
WORK ORDER NO……………………..DATED……………………..UNDER
CONTRACT AGREEMENT NO……………………….DATED…………………………..
Name of work……………………….(site)
Schedule of drawings …………………………………………………………………………
Authority ……………………………………….. Allocation ………………………………...
Zone…………………………………………… Division …………………………………..
The Contractor(s)…………………………………………… is/ are hereby ordered to carry out
the following works at…………………… under zone – contract agreement herein before referred to.

Sl.N
o

1

Item
No

2

Description
item of work

3

of

Approximate
quantity

4

Unit

5

Rates in fig. And in words
as in schedule annexed
to the Zone contract
agreement.
Rs.
P.
6

Amount

Rs.

P.
7

The works herein mentioned are required to be completed on or before…………………….. (date).
The quantities provided herein are approximate and subject to variation under Clause 42 of the
General conditions of Contract of the Railway, read in conjunction with Special Conditions, if any and
other Contract Documents as applicable.
(……………………………………)
Signature of Tenderer/Contractor

Divisional Railway Manager/Works/……………../Divisional Engineer/………………………….
…………………………………. Division
…………………..………………Railway
(for the President of India)
Place:
Date:
I agree to complete the works herein set forth on or before the date specified under the Zone Contract
Agreement herein before referred to in conformity with the drawings here to annexed, if any, and in
accordance with the General and Special (if any) Conditions of Contract and Indian Railway
Standard specification for Materials and Works 2010 (Vol.I & II) with all Correction
Slips/Amendments upto date.

(………………………………………..)
Contractor’s Name & Address

Signature of Tenderer/Contractor

23
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Signature of witnesses with address to signature of the Contractor:

Witness No.1: Signature ………………………………..Date………………………………………….
Name………………………………………………………. Address…………………………………….

Witness No.2: Signature ………………………………..Date…………………………………………

Name………………………………………………………Address………………………………………

Signature of Tenderer/Contractor

24
BID DOCUMENT OF MAS 01 of 2014, Item No 30
Annexure-IV
Southern Railway
FORM FOR AGREEMENT FOR WORKS CONTRACTS
NAME OF WORK:…………………………………………………………………………
1.
Articles of agreement made this………………..
day of ……………of 20… between the
“President of India “President of India” acting through …………./Chief Engineer/ the Chief Engineer
(Construction) / Divisional Railway Manager ………………..
of Southern Railway Administration
herein after called the “Railway” of the one part and ………………………………………………
hereinafter called the “Contractor” of the other part.
2.Whereas the Contractor has agreed with the Railway for the performance of the works
“……………………………………………………………………………………………………………………
…………………………………………………………………………”
Set forth in the schedules(s) hereto annexed and in conformity with Indian Railway Standard
specification for Materials and Works 2010 (Vol.I & II) issued under the authority of Railway
Board the conditions and special conditions, special specifications and drawings, manuals and
guidelines hereto annexed, if any, and the General Conditions of Contract, all known as “Contract
Documents”, and whereas the performance of the said work is an act in which the public are
interested.
3. And whereas the Contractor has deposited a lump sum of Rs……../- as Earnest Money to cover for
tendering against any number of works on the Southern Railway and has agreed to furnish the full
Security Deposit as per rules in force and whereas the Security Deposit is at the instance of the
Contractor recovered at 10 per cent of the value of the running bills till the amount of Security Deposit
of Rs…………………. is fully recovered.
And whereas the Contractor has deposited a sum of Rs…………… /- towards the Earnest
Money and whereas the balance in the Security Deposit after adjustment of Earnest Money of
Rs…………………….. originally paid by the Contractor is at the instance of the Contractor recovered
at 10 per cent of the value of the running bill till all the amount of Security Deposit of Rs…………….. is
fully recovered.
4. Now this indenture witnesseth that in consideration of the payments to be made by the Railway, the
Contractor will duly perform the said works in the said schedules set forth and shall execute the same
with great promptness, care and accuracy in a workmanlike manner to the satisfaction of the Railway
and will complete the same in accordance with the Contract Documents on or before the …………..
day of ……………of 20………and will maintain the said works for a period of …………..calendar
months from the certified date of their completion and will observe, fulfill and keep all the conditions
therein mentioned (which shall be deemed and taken to be part of this contract as if the same had
been fully set forth herein), and the Railway doth hereby agree that if the Contractor shall duly perform
the said works in the manner aforesaid and
observe and keep ;the said terms and conditions, the
Railway will pay or cause to be paid to the Contractor for the said works on the final completion
thereof, the amount due in respect thereof, at the rates set forth in the Southern Railway Unified
Standard Schedule of Rates 2011 as corrected by and upto Correction Slip No……..of ……… for
Sr.D.E.N./D.EN /……………………..of……………divisions at par/enhanced/diminished by……….per
cent in respect of Schedule `A’ (items covered by the Southern Railway Unified Standard Schedule
of Rates 2011) and at the rates shown in Schedule(s)……………(items not covered by the Southern
Railway Unified Standard Schedule of Rates 2011) and at the lump sum rates for items given in
Schedule(s)………..
5. It is hereby agreed and declared that all the provisions of the said Contract Documents, which have
been
carefully read and understood by the Contractor, shall be as binding upon the Contractor
and upon the Railway as if the same had been repeated herein and shall be read as part of these
presents.
6. The cost of stamp duty on this agreement shall be borne by the Railway Administration.
Divisional Railway Manager/Works/……………../Divisional Engineer/………………………………..
……. …………………………………. Division
………………………..…………………Railway
(for the President of India)

Signature of Tenderer/Contractor

25
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Place:
Date:
Signature of witnesses with address to signature of the Contractor:

Witness No.1: Signature ………..

Date…… Name………. Address………………

Witness No.2: Signature ………..

Date…… Name………. Address………………

Signature of Tenderer/Contractor

26
BID DOCUMENT OF MAS 01 of 2014, Item No 30

ANNEXURE – V
STATEMENT OF WORKS ON HAND
Sl.No.
I.

Name of the
Organisation

Name of
work

Place of
work

Value of
work

Present
physical
progress

Likely
date of
completion

Southern Railway

i. Open line in the seven
Division of Southern Railway
ii. On organisation under
CAO/CN/BNC
iii. On organisation under
CAO/CN/MS
iv. Metropolitan Transport
Project under
CAO/CN/MTP/MS
v. Rly. Electrification
progress
II.

Other Railways

Private sector undertakings.

The information furnished above are correct and complete to the best of my knowledge and
belief.
We are/I am aware that if the information furnished above are found to be wrong or
incomplete or any relevant information is to have been supressed, the tenderer is liable to be rejected
at any stage, as per clause 8 of the conditions of the tender.
We are/I am aware that if the declarations as above, in the tender are found to be not true,
any agreement that may be entered into is also liable to be terminated by the Railway.
Signature of Tenderer/ Contractor
Place:
Date:

Signature of Tenderer/Contractor

27
BID DOCUMENT MAS 01 of 2014, item No.30
ANNEXURE – VI
LIST OF PLANT AND MACHINERY AVAILABLE ON HAND (OWN) AND PROPOSED TO BE INDUCTED(
OWN OR HIRED TO BE GIVEN SEPARATELY)

Sl.No.

Name of the plant

Identification

Date of
procurement

No. & Registration
1

2

3

Capacity /
Rating

4

5

Qty.
No.
6

Present
condition
7

Signature of the Tenderer:
Name :
Date

:

28

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

ANNEXURE - VII
LIST OF PERSONNEL ORGANISATION AVAILABLE ON HAND
Sl.No.
1

Name & Designation
2

Qualification
3

Experience
4

Date of
appointment

Remarks

5

6

Signature of the Tenderer:
Name :

29

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
SOUTHERN RAILWAY
ANNEXURE –VIII
SPECIAL CONDITIONS OF CONTRACT (GENERAL):
1.0.0.The special conditions of contract: “The Southern Railway Unified Standard Schedule of
Rates 2011” corrected upto “Indian Railway Standard specification for Materials and Works 2010(Vol.I
& II) issued under the authority of Railway Board” of the Engg. Dept., Southern Rly upto correction slip
No.7 of 19.11.83 any other approved specifications to the relevant I.S.codes. “The regulations for tenders
and contracts”, “Conditions of tender”, “Tender agreement form”, “General conditions of contract 1984,
corrected upto date of submission of tender, The “contract labour (Regulation and abolition) Act 1970 and
“Central Rules 1971, as amended from time to time and specific drawings issued for the purpose of this
work govern this contract. It may be noted that the “General conditions of contract” together with its
correction slips is not attached to the tender form.
It can be obtained
from the office of
DRM/Works/Chennai Division, Southern Rly, Chennai-3 on production of a cash receipt for the sum of
Rs.50/- paid to the Sr. Divl. Cashier, Southern Rly., failing which shall be deemed that the contractor is in
possession of the same.
1.0.1: Items in Schedule “A” are based on Southern Railway Unified Standard Schedule of Rates 2011
for Chennai Division which does not include the supply of cement and reinforcement except some items
wherever mentioned. For this work it is proposed that cement and reinforcement steel will not be supplied
by railway and the same has to be procured and supplied by the contractor which will be paid separately by
Railway under relevant items of Schedule “A1 & A2”.
1.0.2. The tenderer shall quote his rate `at par’ or a collective percentage “Above” or “Below” the total
value of schedule A , separately for each sub work.
1.0.3. Similarly Schedule “B” provides for the items which are not covered by Southern Railway Unified
Standard Schedule of Rates 2011.
1.0.4 : Schedule “A1 “ provides for supply of cement and Schedule “A2” provides supplying
reinforcement for R.C.C. work including straightening,cutting,bending,placing in position and
binding all complete that are covered by Southern Railway Unified Standard Schedule of Rates 2011
and the contractor shall quote his rate’ at par’ or a collective percentage “ Above” or “ Below” the
total value of Schedule A1,A2 respectively.
2.0.0. If any other items of work covered by Southern Railway Unified Standard Schedule of Rates
2011 and not covered by Sch.A but are incidental to the work are required to be carried out during the
actual execution of work, the same will have to be carried out at the same percentage as accepted for sch.
A of this tender.
2.0.1: The tenderer while indicating rates for all the above items shall include the cost of procurement.
Excise duty Sales Tax, transportation of materials to the work site and storage etc. Also necessary test
certificates will have to be produced by the tenderer with regard to the quality of materials which shall
confirm to specification as indicated below:
43 Grade IS 8112 – 1989
53
grade IS 12269 – 1987
Reinforcement steel – IS 1786 – 1985

CEMENT

2.0.2 : Railway also reserve the right to take sample during the course of work to get the cement and steel
tested for ascertaining their conformity with specification. The cost of testing will have to be borne by the
tenderer/contractor.
2.0.3: Any temporary structure required for storage of cement and steel has to be provided by the tenderer
at his own cost. This will be removed after completion of the work. Railway will only provide suitable land

30

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
for construction of the temporary shed free of cost if feasible. A double lock arrangement (contractor and
Railway) for the temporary store site should be provided.
3.0. : PROCUREMENT OF CEMENT:
3.0.1.: Cement to be used on the works should be procured from the main cement plants or from their
authorized dealers.
3.0.2 : Cement bags in packing should bear the following information in legible markings.
i.
ii.
iii.
iv.
v.

Manufacturer”s Name
Registered Trade Mark of manufacturer, if any
Type of cement.
Weight of each bag in Kgs or No. of bags/tonne.
Date of manufacture, generally marked as week of the year/year of manufacture, eg. 30/93
th
which means 30 week of 1993.

3.0.3 Test on cement to be conducted as per IS 4031. Some of the tests which may be carried out are:
i.
ii.
iii.
iv.

Compressive strength
Initial and final setting time
Consistency
Soundness

3.0.4: Empty cement bags would be the property of the contractor and shall be disposed off by the
contractor himself. In case the Railway is in need of empty cement bags, good and usable empty cements
bags are to be supplied by the contractor at the rate of Rs.2/- per bag for empty cement gunny bags and
rs.1.40 per bag for empty polythene/paper bags.
3.1.0 Consumption of cement:
3.1.1. For M,20 and M.25 mix of cement concrete, quantity of cement will be based on the design mix for
concreting under water 10% extra quantity will be allowed.
3.1.2: The contractor should submit design for the same before starting the work and obtain the trial mix
approved by Engineer-in-charge/DRM(Works), Chennai Division, Southern Railway, before the
execution of work.
3.1.3: The minimum grade of plain cement concrete shall be M.20 and that of Reinforcement cement
concrete shall be M.25. Only approved design mix shall be used for the concrete.
The quantity of cement has to be as per Southern Railway Unified Standard Schedule of Rates
2011 & Indian Railway Standard specification for Materials and Works 2010.(Vol. I & II)
3.1.4
The cement consumption of the works which are not based on design mix, shall be as
per the “Southern Railway Unified Standard Schedule of Rates 2011” and as per the
“Indian Railway Standard specification for Materials and Works 2010(Vol.I & II) issued
under the authority of Railway Board” of Southern Railway.
3.1.5

THE weighment batching should be done for the design mix concreting works.

4.0.0. PROCUREMENT FOR STEEL:
4.0.1. Steel shall be procured from the main producer such as SAIL/TISCO/IISO/TINL-VSP or authorized
stock yards and has to be confirmed to IS 1786-1985.Rerolled steel will not be accepted
4.1.0 : PAYMENT FOR STEEL:
4.1.1. Payment for steel (reinforcement) will be as per the reinforcement actually utilized in the work. No
extra amount will be paid for wastage or for cut rods if any, which would be the property of the contractor.
The weight of the steel will be calibrated from the nominal or actual unit weight whichever is less:

31

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

Any excess quantity of cement and steel left over after completion of the work will have to be disposed off
by the contractor and cannot be taken over by the Railway.
5.0.0. PART PAYMENT FOR CEMENT AND REINFORCEMENT STEEL;
5.0.1 : In respect of cement and reinforcement steel, the part payment will be limited to 75% of the quoted
value of item brought to site in relevant items of Schedule “A1 & A2” contractor should furnish original
cash bills for having purchased from authorized dealers and to be submitted to the Rlys.,
6.0 CONCRETING:
a. The contractor should make his own arrangements for the required binding wire for all RCC
works including the works under USSOR items though it is mentioned otherwise in the USSOR rates.
b. All concrete I.e. plain as well as reinforced cement concrete shall be machine mixed and vibrated
unless otherwise permitted by the Engineer in charge. Curing/vibrating the concrete and RCC works
should be done by the contractor as specified in relevant I.S.codes. The tests cubes should be cast at
regular intervals and tested to assert in the strength of concrete. The contractor should establish cube
testing equipment at or near the site of work. The cost of casting of cubes and their testing will have to
be borne by the contractor. In case the contractor desires to use a curing membrane instead of water
curing, he may do so after submitting the necessary data and after the same is approved by the
Engineer in charge. No extra payment on this account would be admissible. It should be noted that no
additional payment would be made for curing/vibrating the concrete at different heights and the
contractor should make his own arrangements for the provision of necessary staging/scaffolding etc.
and carryout curing/vibrating at all levels as directed by the Engineer in charge.
c. Concrete for all the works shall be mixed using power driven concrete mixers.
d. If curing is not being done to satisfactory standard, the Engineer may get it done at the contractor’s
cost without any notice to him as the curing cannot wait for any such notice time etc. The Engineer’s
decision shall be final and bindings as to whether satisfactory curing is being done or not. The cost of
curing will be recovered from the ‘ ON ACCOUNT BILLs’.
e. The water line and coarse aggregates shall be got chemically tested from time to time by the
contractor at his cost for assuring proper quality as per required standards. The results in original
shall be submitted to the Engineer in charge and approval obtained.
7.0. SITE INSPECTION BY THE CONTRACTOR:
The tenderer/contractor is required to inspect the sites of works and acquaint himself with site
condition and other factors relating to the works availability of labour, electricity and water etc. before
quoting his rates. The tender submission will be deemed to have been made after such inspection.
8.0.0. If there is any variation between the description in the tender and the detailed plans, the Engineer in
charge will operate the correct description and his decision is final and binding on the tenderer/contractor.
9.0.0. The materials that are to be supplied and used for the work by the contractor should be as per the
relevant I.S. codes and should be got approved by the Engineer in charge before use/procurement.
10.0.0. The contractor should make his own arrangements for the reqd. vehicles, earth moving
equipments, under ground drainage cleaning/silt cleaning equipments and other tools and plants during
the execution of work.
11.0.0. SERVICE ROADS: The Rly. does not under take to provide any service roads for the movement of
the contractors vehicles. The contractor can however make use of the service roads, wherever they exist
free of charge.
12. SETTING OUT WORKS:

32

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
a) The contractor shall be responsible for the true and proper setting out of the works for correctness
of the position, levels dimensions and alignment of all parts of work and for provision of all
necessary pegs, reference pillars, instrument, equipment and appliances and labour in
connection therewith. If at any time during the progress of the work any error shall appear or arise
in the position of levels, dimensions or alignments at any part of the works. The contractor or being
required to do so by the Engineer in charge shall at his own expense rectify such errors to the
satisfaction of the Engineer in charge and he shall carefully protect, preserve secure all bench
marks site rails, pegs, reference pillars and other things used in setting out of the works.
b) The contractor shall have sufficient number of survey instruments such as theodolites, leveling
instruments, leveling staff etc. and arrange to set out the alignment at his own cost and also
establish necessary ref. pillars as required and directed by the Engineer.
13.0.0. The work has to be executed at Chennai area as such the contractor should visit the site and satisfy
himself regarding working conditions at site before quoting his offer.
14. The railway will have the right to check the quality of any material required for construction like cement,
sand, concourse aggregator, bricks, timber and concrete cubes etc for its conformity with specification.
The testing charges will have to be borne by the contractor. Sufficient cube moulds will have to be supplied
by the contractor at his own cost.
15. Only weighment batching will be allowed for concreting for design mix as specified in
schedule/drawings.
16. The contractor has to submit concrete mix design and get it approved by the Engineer in charge before
execution of work. The cement consumption quantity will be paid based on approved design mix or actual
whichever is less.
17. The contractor shall be responsible for anti larval work at his cost during progress of work as may be
prescribed by the Engineer in charge on the advice of the Rly. Medical Authority and where the use of
insecticides is involved it shall be made in accordance with the provision of the act and rules in this behalf
at the cost of the contractor who shall also be solely responsible for any acts of omissions under the
provision of the aforesaid rules.
18. The bonded labour system (Abolition)ordinance 1975 would apply to the present contract.
contractor shall duly observe the provisions thereof.

The

19. The contractor shall employee the following minimum technical staff during the execution of work.
a) One graduate Engineer when the cost of the work to be executed is Rs.15 lakhs and
above.
b) One qualified diploma holder (overseer) when the cost of the work to be executed is more
than Rs.5 lakhs but less than Rs.15 lakhs.
20.1.0. The contractor should also maintain a site office at his own cost where he or his authorized
representative would be available for taking instructions and discussions. In addn. Technical staff should
be available at site whenever required by the Engineer in charge to take instructions. 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.3000/- (Rupees three thousand only) for each month of default in case of Graduate
Engineer and Rs.2000/- (Rupees two thousand only) for each month of default in case of diploma holder.
(Overseer).
21.2.0. The decision of the Engineer in charge as to the period for which the required technical staff is to
be employed by the contractor and as to the reasonableness of the amount to be deducted on this account
shall be final and binding on the contractor.
22. TAX:

33

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

22.1.0. INCOME TAX:
a) Income tax will be deducted at 2% (two percent) and also surcharge if any at source from each bill,
unless otherwise authorized by Income Tax Department.
23. SALES TAX:
a) Consequent to the notification of Sales Tax “Act 1999” which pertains to Tamilnadu General Sales
th
Tax (5 amendment) act 1999 for insertion of section 7-F Deduction of Tax at source in works contract,
Southern Rly. Will deduct sales tax at the rate of 2% or 4% ( depending upon the nature of work) of the
total amount payable to the contractor for the execution of work under works contract at the sources
from each bill unless otherwise authorized by Tamilnadu Sales Tax Department.
b) The above mentioned sales tax on works contract is distinct from the Sales Tax elements that
might have gone into the price of various raw materials used by the contractor in the works
concerned and in respect of which the Railway will not reimburse any Sales Tax which will also
continue to be borne by the Contractor as hitherto.
24.. EXCISE DUTY: Excise Duty if any in respect of the above work has to be borne by the
contractor and is deemed to be included in the rates quoted by him. No reimbursement of the same
will be made by the Railway.
25. SUPPLY OF RAILWAY PLANT, MACHINERY ETC.
a)

Railway is not bound for supply of any plants, machinery etc., required for the work. The
contractor has to make his own arrangements for supply of requisite number of plants, machinery
etc.

26. Payments as specified in the schedules will alone by admissible. No site installation charges will be
payable and the tenders with such conditions are liable to be rejected.
27. Stones, ,metal, sand etc. of approved quality shall be collected from outside Railway limits as per the
nomenclature of the items of work and the contractor shall pay all seigniorage and other incidental charges
may be involved.
28. Any obstructions such as service lines, water pipe lines, cables, sewerages etc. met with during the
progress of the work should immediately be reported to the Engineer in charge.
29. Temporary/permanent arrangements for maintaining continuous flow through the sewer/water mains
will have to be made by the Contractor if the existing mains are affected during execution of foundations,
duly realigning the sewer/water mains with contractors own cost. However, for underground cables etc.
encountered while excavation of the same shall be got done through separate agencies or departmentally
by the Railways.
30. The works should be carried out without any interference to the normal working of the railway track and
structures.
31. The contractor shall be responsible for any loss/damage to railway and public property or third party’s if
it occurs during the course of execution and the Rly. Reserves its right to have the damages made good by
the contractor.
32. The contractor must ensure the safety of labourers engaged by him during the course of execution of
work and/or while crossing the track and the and the railway will not be responsible for any injury
sustained by the labourers or for any fatal accident and the contractor should bear all the expenditure
involved.

34

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
33. The rate quoted by the tenderer shall be inclusive of any of additional labour etc. for leading the
materials across running tracks and no extra rate shall be paid for the same unless otherwise specified.
34.No extra payment will be made for lift/descent while loading / unloading and stacking of the materials.
35. All materials shall be stacked sufficiently clear of the tracks and shall remain without any possibility of
infringing the minimum fixed structure dimensions. Materials shall also not be unloaded or stacked over
signal wires, cables or other gear or any such items to avoid interference to the existing running tracks.
36. The contractor will also be held responsible for any accident or loss or damage or detention to trains
caused due to such lapses on the part of contractor during the course of work as observed and decided by
the Inspector in charge.
37. VARIATION IN QUANTITES:
New clause 42(4) to Indian Railways General Conditions of Contract
(Ref: Item -9 to Railway Board’s letter no. 2007/CE-I/18 DATED 28.09.2007
Item -2 to letter no. 2007/CE-I/CT/18 Pt. XII dated 31.12.2010)
The procedure detailed below shall be adopted for dealing with variations in quantities during execution of
works contracts:
1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment
would be made as per the agreement rate. For this, no finance concurrence would be required.
2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is
considered 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 upto 140% of the agreement
quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that
particular tender.
(ii) Quantities operated in excess of 140% but upto 150% of the agreement
Quantity of the concerned item, shall be paid at 96% of the rate awarded for
That item in that particular tender.
(iii) Variation in quantities of individual items beyond 150% will be prohibited and
would be permitted only in exceptional unavoidable circumstances with the concurrence of
associate finance and shall be paid at 96% of the rate awarded for that item in that particular
tender.
b) The variation in quantities as per the above formula will apply only to the Individual items of the contract
and not on the overall contract value.
c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if
found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior
personal concurrence of FA & CAO/FA & CAO © 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 upto 25% of individual item without finance
concurrence.
(b) For decrease beyond 25% for individual items of 25% of contract agreement value, the approval of
an officer not less than rank of S.A. Grade may be taken, after obtained ‘No Claim Certificate’ form
the contractor and with finance concurrence, giving detailed reasons for each such decrease in the
quantities.
(c) It should be certified that the work proposed to be reduced will not be required in the same work.

35

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
4. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for
other items). A minor value item for this purpose is defined as an item whose original agreement
value is less than 1% of the total original agreement value.
5. No such quantity variation limit shall apply for foundation items.
6. As far as USSOR 2011 items are concerned the limit of 25% would apply to the value of USSOR
2011 schedule as a whole and not an individual USSOR 2011 items. However, in case of NS
items, the limit of 25% would be apply on the individual items irrespective of the manner of quoting
the rates (single percentage rate or individual item rate).
7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by
the authority in whose powers revised value of the agreement lies.
8. For tenders accepted by General Manager, variations upto 125% of the original agreement value
may be accepted by General Manager.
9. For tenders accepted by Board Members and Railway Ministers, variations upto 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 viation of the tender (both for increase as well as decrease of value of contract
agreement), sanction of the competent authority as per single tender should be obtained.
38.0.0.Special attention is drawn to Clause 31 of the General conditions of contract and it is advised for
the guidance of the Tenderer/contractor that there is no possibility of any Railway source for supply of
water to their works. The tenderer/Contractor has to make necessary arrangements or supply of potable
water at his own cost for concreting, curing and for any other use. Chemical analysis of water and other
ingredients shall be done from time to time as desired by the Engineer at the cost of the contractor.
39.0.0 Railways do not guarantee supply of electricity to any other contractor’s works. The contractor
shall make his cost, for the supply of electricity for the works. If however, Railway’s electricity is available
in the vicinity and if the contractor requests the same to be provided due to compelling circumstances,
the Railway and its sole discretion may agree to provide the same on terms and conditions as may be
agreed upon between the Railway and the contractor at contractor’s cost.
40.0.0 DISMANTLING OPERATIONS;
a.

DISMANTLING OPERATIONS ARE TO BE CARRIED OUT at the sole risk and liability of the
contractor. The contractor shall take due care to ensure that during dismantling released
materials, debris etc. do not fall down and cause any obstructions or damage to adjacent
building or injury to the staff or labourers.

b.

Released materials and other debris of dismantling should be removed and stacked at places
as directed by the Engineer-in-charge and shall be handed to the SE/Works
at his store
depot and no extra lead or lift shall be paid on this account.

41.0.0 : Earnest Money:
a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance of
the stipulation to keep the offer open till such date as specified in the tender, under condition of tender. The
Earnest money shall be as follows :
Value of the work (Tender Value)

EMD

For works estimated to cost up to Rs.1 Crore.
For works estimated to cost more than Rs.1
Crore.

2% of the estimated cost of the work.
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.

36

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and
Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting
tender he will not resile from his offer or modify the terms and conditions thereof in a manner
acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation,
aforesaid amount shall be liable to be forfeited to the Railway.

the
his
not
the

c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as part
security for the due and faithful fulfillment of the contract in terms of Clause – 16 of the General conditions
of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to
them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while
in their possession, nor be liable to pay interest thereon.
2) The Earnest money should be in cash or in any of the following forms:
(i) Deposit receipts, pay orders, demand drafts. 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 Bank of
India will be necessary.
42.0.0. SECURITY DEPOSIT:
1. The earnest money deposited by the contractor with his tender will be retained by the Railways as part
of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the
security deposit , the rates for which are given below, may be deposited by the contractor in cash or may
be recovered by percentage deduction from the contractor’s “ on account bills” so that the amounts so
retained may not exceed 10 % of the total value of the contract.
2. Unless otherwise specified in the special conditions, if any, the security deposit/ rate of recovery/ mode
of recovery shall be as under:
i.
ii.

Security deposit for each work should be 5% of the contract value.
The rate of recovery should be at the rate of 10% of the bill amount till the full
security deposit is recovered.
iii.
Security Deposits will be recovered only from the running bills of the contract and
no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be
accepted towards Security Deposit.
The Security Deposit shall be returned to the contractor only after the expiry of the maintenance period
and after passing the final bill based on ‘No Claim Certificate’. The Competent Authority shall normally be
the authority who is competent to sign the contract. This Competent Authority is of the rank lower than
J.A. grade than a J.A 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 concern should be obtained.
However, the contractor if so desires the security deposit recovered from the running bills can be
returned after the work is physically completed in lieu of FDR / irrevocable bank guarantee for equivalent
amount to be submitted by the contractor.
No interest will be payable upon the earnest Money and Security Deposit or amounts payable to the
Contractor under the contract, but Government securities deposited in terms of sub Clause (1) of this
clause will be payable with interest accrued thereon.
43.0.0. Performance Guarantee :
Revised clause of 16 (4) to Indian Railways General Conditions of Contract
(Ref: Item 1 to Railway Board’s letter no. 2007/CE-I/CT/18 Pt.XII DATED 31.12.2010)

37

Signature of Tenderer/Contractor
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender
Railway Tender

Contenu connexe

Tendances

Indian railways mechanical vocational training report 1 haxxo24 i~i
Indian railways mechanical vocational training report 1 haxxo24 i~iIndian railways mechanical vocational training report 1 haxxo24 i~i
Indian railways mechanical vocational training report 1 haxxo24 i~ihaxxo24
 
Allocations and classification in Indian Railways
Allocations and classification in Indian RailwaysAllocations and classification in Indian Railways
Allocations and classification in Indian RailwaysNageswara Rao M
 
Railway Training Report
Railway Training ReportRailway Training Report
Railway Training ReportVishal Singh
 
Railway budget preparation
Railway budget preparationRailway budget preparation
Railway budget preparationNageswara Rao M
 
Primary Units (Revenue).pptx
Primary Units (Revenue).pptxPrimary Units (Revenue).pptx
Primary Units (Revenue).pptxNageswara Rao M
 
Organisation and funtioning of personnel department latest
Organisation and funtioning of personnel department latestOrganisation and funtioning of personnel department latest
Organisation and funtioning of personnel department latestMohandas Poonthiyil
 
Summer Training Report on Indian Railways , C& W Workshop, NBQ, Assam
Summer Training Report on Indian Railways , C& W Workshop, NBQ, AssamSummer Training Report on Indian Railways , C& W Workshop, NBQ, Assam
Summer Training Report on Indian Railways , C& W Workshop, NBQ, AssamDeepjyoti Patowary
 
Project Report on railway workshop Jhansi
Project Report on railway workshop JhansiProject Report on railway workshop Jhansi
Project Report on railway workshop JhansiVirendra Kumar Gautam
 
Locomotive Coupler RDSO
Locomotive Coupler RDSOLocomotive Coupler RDSO
Locomotive Coupler RDSOFaraz Khan
 
railway workshop Training
railway workshop Trainingrailway workshop Training
railway workshop TrainingAman Singhal
 
The Importance of Railway in Transportation
The Importance of Railway in TransportationThe Importance of Railway in Transportation
The Importance of Railway in TransportationAhmed Nassar
 
Railway carriage workshop Ajmer
Railway carriage workshop AjmerRailway carriage workshop Ajmer
Railway carriage workshop AjmerBhupesh Jangid
 
Delhi metro internship Report (05.05.2018 04.06.2018)
Delhi metro internship Report (05.05.2018 04.06.2018)Delhi metro internship Report (05.05.2018 04.06.2018)
Delhi metro internship Report (05.05.2018 04.06.2018)Shubham Bhargava Slideshares
 
LHB COACH PAINTING.PPT
LHB COACH PAINTING.PPTLHB COACH PAINTING.PPT
LHB COACH PAINTING.PPTWondererBack
 
railway training project
railway training projectrailway training project
railway training projectSourav Jana
 

Tendances (20)

Indian railways mechanical vocational training report 1 haxxo24 i~i
Indian railways mechanical vocational training report 1 haxxo24 i~iIndian railways mechanical vocational training report 1 haxxo24 i~i
Indian railways mechanical vocational training report 1 haxxo24 i~i
 
Allocations and classification in Indian Railways
Allocations and classification in Indian RailwaysAllocations and classification in Indian Railways
Allocations and classification in Indian Railways
 
Railway Training Report
Railway Training ReportRailway Training Report
Railway Training Report
 
Railway budget preparation
Railway budget preparationRailway budget preparation
Railway budget preparation
 
Primary Units (Revenue).pptx
Primary Units (Revenue).pptxPrimary Units (Revenue).pptx
Primary Units (Revenue).pptx
 
CLW
CLWCLW
CLW
 
Hand book on C&W
Hand book on C&W Hand book on C&W
Hand book on C&W
 
Organisation and funtioning of personnel department latest
Organisation and funtioning of personnel department latestOrganisation and funtioning of personnel department latest
Organisation and funtioning of personnel department latest
 
Wheel Defects
Wheel DefectsWheel Defects
Wheel Defects
 
Summer Training Report on Indian Railways , C& W Workshop, NBQ, Assam
Summer Training Report on Indian Railways , C& W Workshop, NBQ, AssamSummer Training Report on Indian Railways , C& W Workshop, NBQ, Assam
Summer Training Report on Indian Railways , C& W Workshop, NBQ, Assam
 
Quiz on pass_rules (1)
Quiz on pass_rules (1)Quiz on pass_rules (1)
Quiz on pass_rules (1)
 
Training report
Training reportTraining report
Training report
 
Project Report on railway workshop Jhansi
Project Report on railway workshop JhansiProject Report on railway workshop Jhansi
Project Report on railway workshop Jhansi
 
Locomotive Coupler RDSO
Locomotive Coupler RDSOLocomotive Coupler RDSO
Locomotive Coupler RDSO
 
railway workshop Training
railway workshop Trainingrailway workshop Training
railway workshop Training
 
The Importance of Railway in Transportation
The Importance of Railway in TransportationThe Importance of Railway in Transportation
The Importance of Railway in Transportation
 
Railway carriage workshop Ajmer
Railway carriage workshop AjmerRailway carriage workshop Ajmer
Railway carriage workshop Ajmer
 
Delhi metro internship Report (05.05.2018 04.06.2018)
Delhi metro internship Report (05.05.2018 04.06.2018)Delhi metro internship Report (05.05.2018 04.06.2018)
Delhi metro internship Report (05.05.2018 04.06.2018)
 
LHB COACH PAINTING.PPT
LHB COACH PAINTING.PPTLHB COACH PAINTING.PPT
LHB COACH PAINTING.PPT
 
railway training project
railway training projectrailway training project
railway training project
 

Similaire à Railway Tender

Tender ecr (revised)
Tender ecr (revised)Tender ecr (revised)
Tender ecr (revised)sunilcel
 
Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxswarnavet05
 
1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdfEphremZeleke3
 
Tenders contract -arti
Tenders contract -artiTenders contract -arti
Tenders contract -artijagadish108
 
Tendernotice_1 (3).pdf
Tendernotice_1 (3).pdfTendernotice_1 (3).pdf
Tendernotice_1 (3).pdfHARIWAYLINES
 
Tender Notice Sample
Tender Notice SampleTender Notice Sample
Tender Notice SampleSATISH
 
Tender document for solar in Dehradun, Uttarakhand
Tender document for solar in Dehradun, UttarakhandTender document for solar in Dehradun, Uttarakhand
Tender document for solar in Dehradun, UttarakhandHeadway Solar
 
Pest and rodent control in Railway Coaches
Pest and rodent control in Railway CoachesPest and rodent control in Railway Coaches
Pest and rodent control in Railway CoachesSrinivasaRao Guduru
 
Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Headway Solar
 
TE_tas210088_chennai _south_ tender document_230209_175900.pdf
TE_tas210088_chennai _south_ tender document_230209_175900.pdfTE_tas210088_chennai _south_ tender document_230209_175900.pdf
TE_tas210088_chennai _south_ tender document_230209_175900.pdfStarPacksPrintSoluti
 
Tender Document for Solar Project in Himachal Pradesh
Tender Document for Solar Project in Himachal PradeshTender Document for Solar Project in Himachal Pradesh
Tender Document for Solar Project in Himachal PradeshHeadway Solar
 
Estimation and Costing - Contracts
Estimation and Costing - ContractsEstimation and Costing - Contracts
Estimation and Costing - Contractssrinivas2036
 
NOTICE INVITING TENDER
NOTICE INVITING TENDERNOTICE INVITING TENDER
NOTICE INVITING TENDERLaxman Chaldas
 
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012GreenergyTechnologies
 
Measurement 4 Tender Document
Measurement 4 Tender Document Measurement 4 Tender Document
Measurement 4 Tender Document xingxin_GOh
 

Similaire à Railway Tender (20)

Tender ecr (revised)
Tender ecr (revised)Tender ecr (revised)
Tender ecr (revised)
 
Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docx
 
1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf
 
Tenders contract -arti
Tenders contract -artiTenders contract -arti
Tenders contract -arti
 
Tendernotice_1 (3).pdf
Tendernotice_1 (3).pdfTendernotice_1 (3).pdf
Tendernotice_1 (3).pdf
 
Tender Notice Sample
Tender Notice SampleTender Notice Sample
Tender Notice Sample
 
Tender document for solar in Dehradun, Uttarakhand
Tender document for solar in Dehradun, UttarakhandTender document for solar in Dehradun, Uttarakhand
Tender document for solar in Dehradun, Uttarakhand
 
Pest and rodent control in Railway Coaches
Pest and rodent control in Railway CoachesPest and rodent control in Railway Coaches
Pest and rodent control in Railway Coaches
 
Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015
 
TE_tas210088_chennai _south_ tender document_230209_175900.pdf
TE_tas210088_chennai _south_ tender document_230209_175900.pdfTE_tas210088_chennai _south_ tender document_230209_175900.pdf
TE_tas210088_chennai _south_ tender document_230209_175900.pdf
 
tendering
 tendering tendering
tendering
 
Notes unit 2A.ppt
Notes unit 2A.pptNotes unit 2A.ppt
Notes unit 2A.ppt
 
Oht tender
Oht tenderOht tender
Oht tender
 
Tender Document for Solar Project in Himachal Pradesh
Tender Document for Solar Project in Himachal PradeshTender Document for Solar Project in Himachal Pradesh
Tender Document for Solar Project in Himachal Pradesh
 
Estimation and Costing - Contracts
Estimation and Costing - ContractsEstimation and Costing - Contracts
Estimation and Costing - Contracts
 
Unit-2_Tender
Unit-2_TenderUnit-2_Tender
Unit-2_Tender
 
NOTICE INVITING TENDER
NOTICE INVITING TENDERNOTICE INVITING TENDER
NOTICE INVITING TENDER
 
Tender document latest boiler
Tender document latest boilerTender document latest boiler
Tender document latest boiler
 
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
 
Measurement 4 Tender Document
Measurement 4 Tender Document Measurement 4 Tender Document
Measurement 4 Tender Document
 

Dernier

Sociocosmos empowers you to go trendy on social media with a few clicks..pdf
Sociocosmos empowers you to go trendy on social media with a few clicks..pdfSociocosmos empowers you to go trendy on social media with a few clicks..pdf
Sociocosmos empowers you to go trendy on social media with a few clicks..pdfSocioCosmos
 
Enhancing Consumer Trust Through Strategic Content Marketing
Enhancing Consumer Trust Through Strategic Content MarketingEnhancing Consumer Trust Through Strategic Content Marketing
Enhancing Consumer Trust Through Strategic Content MarketingDigital Marketing Lab
 
Madikeri Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Madikeri Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsMadikeri Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Madikeri Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsDeepika Singh
 
JUAL PILL CYTOTEC PALOPO SULAWESI 087776558899 OBAT PENGGUGUR KANDUNGAN PALOP...
JUAL PILL CYTOTEC PALOPO SULAWESI 087776558899 OBAT PENGGUGUR KANDUNGAN PALOP...JUAL PILL CYTOTEC PALOPO SULAWESI 087776558899 OBAT PENGGUGUR KANDUNGAN PALOP...
JUAL PILL CYTOTEC PALOPO SULAWESI 087776558899 OBAT PENGGUGUR KANDUNGAN PALOP...Cara Menggugurkan Kandungan 087776558899
 
Marketing Plan - Social Media. The Sparks Foundation
Marketing Plan -  Social Media. The Sparks FoundationMarketing Plan -  Social Media. The Sparks Foundation
Marketing Plan - Social Media. The Sparks Foundationsolidgbemi
 
Coorg Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Coorg Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsCoorg Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Coorg Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsDeepika Singh
 
Jhunjhunu Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Jhunjhunu Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsJhunjhunu Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Jhunjhunu Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsDeepika Singh
 
Jual Obat Aborsi Kudus ( Asli No.1 ) 085657271886 Obat Penggugur Kandungan Cy...
Jual Obat Aborsi Kudus ( Asli No.1 ) 085657271886 Obat Penggugur Kandungan Cy...Jual Obat Aborsi Kudus ( Asli No.1 ) 085657271886 Obat Penggugur Kandungan Cy...
Jual Obat Aborsi Kudus ( Asli No.1 ) 085657271886 Obat Penggugur Kandungan Cy...ZurliaSoop
 
Capstone slidedeck for my capstone project part 2.pdf
Capstone slidedeck for my capstone project part 2.pdfCapstone slidedeck for my capstone project part 2.pdf
Capstone slidedeck for my capstone project part 2.pdfeliklein8
 
Capstone slide deck on the TikTok revolution
Capstone slide deck on the TikTok revolutionCapstone slide deck on the TikTok revolution
Capstone slide deck on the TikTok revolutioneliklein8
 
Meet Incall & Out Escort Service in D -9634446618 | #escort Service in GTB Na...
Meet Incall & Out Escort Service in D -9634446618 | #escort Service in GTB Na...Meet Incall & Out Escort Service in D -9634446618 | #escort Service in GTB Na...
Meet Incall & Out Escort Service in D -9634446618 | #escort Service in GTB Na...Heena Escort Service
 
+971565801893>> ORIGINAL CYTOTEC ABORTION PILLS FOR SALE IN DUBAI AND ABUDHABI<<
+971565801893>> ORIGINAL CYTOTEC ABORTION PILLS FOR SALE IN DUBAI AND ABUDHABI<<+971565801893>> ORIGINAL CYTOTEC ABORTION PILLS FOR SALE IN DUBAI AND ABUDHABI<<
+971565801893>> ORIGINAL CYTOTEC ABORTION PILLS FOR SALE IN DUBAI AND ABUDHABI<<Health
 
BVG BEACH CLEANING PROJECTS- ORISSA , ANDAMAN, PORT BLAIR
BVG BEACH CLEANING PROJECTS- ORISSA , ANDAMAN, PORT BLAIRBVG BEACH CLEANING PROJECTS- ORISSA , ANDAMAN, PORT BLAIR
BVG BEACH CLEANING PROJECTS- ORISSA , ANDAMAN, PORT BLAIRNeha Kajulkar
 
Capstone slidedeck for my capstone final edition.pdf
Capstone slidedeck for my capstone final edition.pdfCapstone slidedeck for my capstone final edition.pdf
Capstone slidedeck for my capstone final edition.pdfeliklein8
 
SEO Expert in USA - 5 Ways to Improve Your Local Ranking - Macaw Digital.pdf
SEO Expert in USA - 5 Ways to Improve Your Local Ranking - Macaw Digital.pdfSEO Expert in USA - 5 Ways to Improve Your Local Ranking - Macaw Digital.pdf
SEO Expert in USA - 5 Ways to Improve Your Local Ranking - Macaw Digital.pdfmacawdigitalseo2023
 
Sri Ganganagar Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Sri Ganganagar Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsSri Ganganagar Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Sri Ganganagar Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsDeepika Singh
 
Jual Obat Aborsi Palu ( Taiwan No.1 ) 085657271886 Obat Penggugur Kandungan C...
Jual Obat Aborsi Palu ( Taiwan No.1 ) 085657271886 Obat Penggugur Kandungan C...Jual Obat Aborsi Palu ( Taiwan No.1 ) 085657271886 Obat Penggugur Kandungan C...
Jual Obat Aborsi Palu ( Taiwan No.1 ) 085657271886 Obat Penggugur Kandungan C...ZurliaSoop
 
Kayamkulam Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Kayamkulam Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsKayamkulam Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Kayamkulam Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsDeepika Singh
 
Content strategy : Content empire and cash in
Content strategy : Content empire and cash inContent strategy : Content empire and cash in
Content strategy : Content empire and cash inKreators Lisbon
 

Dernier (20)

Sociocosmos empowers you to go trendy on social media with a few clicks..pdf
Sociocosmos empowers you to go trendy on social media with a few clicks..pdfSociocosmos empowers you to go trendy on social media with a few clicks..pdf
Sociocosmos empowers you to go trendy on social media with a few clicks..pdf
 
Enhancing Consumer Trust Through Strategic Content Marketing
Enhancing Consumer Trust Through Strategic Content MarketingEnhancing Consumer Trust Through Strategic Content Marketing
Enhancing Consumer Trust Through Strategic Content Marketing
 
Madikeri Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Madikeri Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsMadikeri Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Madikeri Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
 
JUAL PILL CYTOTEC PALOPO SULAWESI 087776558899 OBAT PENGGUGUR KANDUNGAN PALOP...
JUAL PILL CYTOTEC PALOPO SULAWESI 087776558899 OBAT PENGGUGUR KANDUNGAN PALOP...JUAL PILL CYTOTEC PALOPO SULAWESI 087776558899 OBAT PENGGUGUR KANDUNGAN PALOP...
JUAL PILL CYTOTEC PALOPO SULAWESI 087776558899 OBAT PENGGUGUR KANDUNGAN PALOP...
 
Marketing Plan - Social Media. The Sparks Foundation
Marketing Plan -  Social Media. The Sparks FoundationMarketing Plan -  Social Media. The Sparks Foundation
Marketing Plan - Social Media. The Sparks Foundation
 
Coorg Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Coorg Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsCoorg Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Coorg Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
 
Jhunjhunu Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Jhunjhunu Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsJhunjhunu Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Jhunjhunu Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
 
Jual Obat Aborsi Kudus ( Asli No.1 ) 085657271886 Obat Penggugur Kandungan Cy...
Jual Obat Aborsi Kudus ( Asli No.1 ) 085657271886 Obat Penggugur Kandungan Cy...Jual Obat Aborsi Kudus ( Asli No.1 ) 085657271886 Obat Penggugur Kandungan Cy...
Jual Obat Aborsi Kudus ( Asli No.1 ) 085657271886 Obat Penggugur Kandungan Cy...
 
Capstone slidedeck for my capstone project part 2.pdf
Capstone slidedeck for my capstone project part 2.pdfCapstone slidedeck for my capstone project part 2.pdf
Capstone slidedeck for my capstone project part 2.pdf
 
The Butterfly Effect
The Butterfly EffectThe Butterfly Effect
The Butterfly Effect
 
Capstone slide deck on the TikTok revolution
Capstone slide deck on the TikTok revolutionCapstone slide deck on the TikTok revolution
Capstone slide deck on the TikTok revolution
 
Meet Incall & Out Escort Service in D -9634446618 | #escort Service in GTB Na...
Meet Incall & Out Escort Service in D -9634446618 | #escort Service in GTB Na...Meet Incall & Out Escort Service in D -9634446618 | #escort Service in GTB Na...
Meet Incall & Out Escort Service in D -9634446618 | #escort Service in GTB Na...
 
+971565801893>> ORIGINAL CYTOTEC ABORTION PILLS FOR SALE IN DUBAI AND ABUDHABI<<
+971565801893>> ORIGINAL CYTOTEC ABORTION PILLS FOR SALE IN DUBAI AND ABUDHABI<<+971565801893>> ORIGINAL CYTOTEC ABORTION PILLS FOR SALE IN DUBAI AND ABUDHABI<<
+971565801893>> ORIGINAL CYTOTEC ABORTION PILLS FOR SALE IN DUBAI AND ABUDHABI<<
 
BVG BEACH CLEANING PROJECTS- ORISSA , ANDAMAN, PORT BLAIR
BVG BEACH CLEANING PROJECTS- ORISSA , ANDAMAN, PORT BLAIRBVG BEACH CLEANING PROJECTS- ORISSA , ANDAMAN, PORT BLAIR
BVG BEACH CLEANING PROJECTS- ORISSA , ANDAMAN, PORT BLAIR
 
Capstone slidedeck for my capstone final edition.pdf
Capstone slidedeck for my capstone final edition.pdfCapstone slidedeck for my capstone final edition.pdf
Capstone slidedeck for my capstone final edition.pdf
 
SEO Expert in USA - 5 Ways to Improve Your Local Ranking - Macaw Digital.pdf
SEO Expert in USA - 5 Ways to Improve Your Local Ranking - Macaw Digital.pdfSEO Expert in USA - 5 Ways to Improve Your Local Ranking - Macaw Digital.pdf
SEO Expert in USA - 5 Ways to Improve Your Local Ranking - Macaw Digital.pdf
 
Sri Ganganagar Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Sri Ganganagar Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsSri Ganganagar Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Sri Ganganagar Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
 
Jual Obat Aborsi Palu ( Taiwan No.1 ) 085657271886 Obat Penggugur Kandungan C...
Jual Obat Aborsi Palu ( Taiwan No.1 ) 085657271886 Obat Penggugur Kandungan C...Jual Obat Aborsi Palu ( Taiwan No.1 ) 085657271886 Obat Penggugur Kandungan C...
Jual Obat Aborsi Palu ( Taiwan No.1 ) 085657271886 Obat Penggugur Kandungan C...
 
Kayamkulam Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Kayamkulam Escorts 🥰 8617370543 Call Girls Offer VIP Hot GirlsKayamkulam Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
Kayamkulam Escorts 🥰 8617370543 Call Girls Offer VIP Hot Girls
 
Content strategy : Content empire and cash in
Content strategy : Content empire and cash inContent strategy : Content empire and cash in
Content strategy : Content empire and cash in
 

Railway Tender

  • 1. BID DOCUMENT OF MAS 01 of 2014, Item No 30 By Registered Post By Direct Deposit TENDER COVER SHEET (Please refer clause 20 in page 14 of the tender) Southern Railway Tender Notice No.MAS/01 of 2014 of dated 31-01-2014 (Item No.30) DUE FOR OPENING ON 13-03-2014 Name of work: PERAMBUR – Repairs to various wards and maintenance of Railway Hospital /PER. To The Divisional Railway Manager, Works, Chennai (Division) SR, Park Town, Chennai-3.(Address) 600 003.(Pin Code) From ....................................... …………………………… …………………………… …………………………… …………………………… Signature of Tenderer/Contractor 1
  • 2. BID DOCUMENT OF MAS 01 of 2014, Item No 30 INSTRUCTIONS TO TENDERERS FOR TENDER FORMS DOWN LOADED FROM INTERNET. 1. Tender file is to be down loaded from the internet and printout is to be taken on A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender document to be printed through laser printer only. Submission of Xerox or photocopy of tender document is prohibited. 2. This tender document (in full) downloaded along with the various documents required to be submitted as per the tender conditions in a sealed cover duly super scribing with the name of the work, tender notice no. and date, submission of tender downloaded from the internet etc and the same should be dropped in the tender box kept in the Office specified in the tender document before the date and time stipulated in the tender document. 3. The cost of tender document will have to be deposited by the tenderer in the form of bank draft payable in favour of Senior Divisional Finance Manager, Southern Railway, Chennai - 03 along with the tender. This should be enclosed as a separate Demand Draft. A single demand draft for the cost of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the demand draft towards the cost of the tender document will be summarily rejected. 4. The earnest money deposit required for this work as stipulated in the tender document also to be submitted separately 5. Tenderers are advised to download tender documents well in advance and submit the tender before the stipulated time, the tender document will be received up to 11.00 hrs. at two places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes will be placed at the said offices on the date of opening mentioned and will be opened at 11.30 hours on the same date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned above happens to be a holiday, the tenders will be opened on the next working day at the same time. 6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai – 3 for dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are advised to drop their documents in the relevant tender box on any working days and up to the time and date of receipt as mentioned above. Railway shall not be responsible for any postal delays. 7. It is the responsibility of the Tenderer to check any correction or any modifications published subsequently in Web site and the same shall taken into account while submitting the tender. Tenderer shall down load corrigendum (if any), print it out , sign and attach it with the main tender document. Tender document not accompanied by published corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delays / delay in downloading of tender document from the internet. 8. The tenderer may please note that the rate for items should be written in figures and in words by black or blue ball point pen only. Each page of tender document should be signed by the tenderer. 9. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the concern office inviting tender. After award of work an agreement will be prepared based on the master copy of tender document available in the above mentioned office. In case, any discrepancy between the tender document downloaded from the internet and the master copy, latter shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained. 10. If any change/addition/deletion is made by the Tenderer / Contractor and the same is detected at any stage even after the award of the tender, full earnest money deposit will be forfeited and the contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from doing business with Railways and/or prosecuted. 11. The following declaration should be given by the tenderer while submitting the tender: Signature of Tenderer/Contractor 2
  • 3. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Declaration (a) I/We have downloaded the tender form from the internet site www.sr.indianrailways.gov.in. and I/We have not tampered / modified the tender forms in any manner. In case, if the same is found to be tampered / modified I/We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and I/we am/are liable to be banned from doing business with Railways and/or prosecuted. (b) I/We submitting a demand draft no. ___________________ dated __________ issued by ____________________ for Rs.__________ towards the cost of tender form. Signature of Tenderer : Date Address Signature of Tenderer/Contractor 3
  • 4. BID DOCUMENT OF MAS 01 of 2014, Item No 30 SOUTHERN RAILWAY CHENNAI DIVISION (WORKS BRANCH) Tender Notice No.MAS/01 OF 2014 Dt.31.01.2014 (Item No. 30 ) Divisional Railway Manager/Works Branch/Chennai Division, Chennai-3 for and on behalf of the President of India invites sealed tenders for the under mentioned works: Approx. Earnest Period of Sl. cash Money Similar nature Description of work completio No value Rs. Deposit of work n (lakhs) Rs. (1) (2) (3) 30 PERAMBUR – Repairs to various wards and maintenance of Railway Hospital /PER. Last date for issue of tender form : Date of tender opening: 45.19 (4) (5) 90,382/- Not Applicable (6) Twelve Months 12.03.2014 13.03.2014 Cost of tender forms: 1) 2) 3) 4) 5) For works costing upto 5 lakhs For works costing above 5 lakhs and up to 20 lakhs For works costing above 20 lakhs and up to 50 lakhs For works costing above 50 lakhs and up to 2 crores For works costing above 2 crores and up to 50 crores 1096/2192/3288/5480/10960/- 1. If the tender form is required by post, the postage will be Rs.500/- extra (Non-refundable). However, in such cases the last date of issue of tender form will be seven days prior to the last date of issue of tender form. The Railways will not be responsible for postal delay/loss of tender form. 2. In no circumstance will the amount towards the cost of tender form be refunded. Tender forms are not transferable. 3. The cost of the tender forms may be paid to the Sr. Divisional Cashier, Southern Railway, Chennai – 3 or any Station Master, Southern Railway and the cash receipt should accompany the request for issue of tender forms. 4. The tender forms can be obtained by hand but no rebate will be given in the cost of tender forms. 5. The tender forms will be issued up to 15.00 hrs. on the specified date. The same will be received up to 11.00 hrs. at two places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes will be placed at the said office on the date of opening mentioned and will be opened at 11.30 hours on the same date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned above happens to be a holiday, the tenders will be opened on the next working day at the same time. 6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai – 3 for dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are advised to drop their documents in the relevant tender box on any working days and up to the time and date of receipt as mentioned above. Railway shall not be responsible for any postal delays. 7. The tenderers are required to satisfy the following eligibility criteria for all works costing more than 50 lakhs: Signature of Tenderer/Contractor 4
  • 5. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Sl.No 1 Cl ause Experience 2 Turn over Description Criteria Should have completed in the last three financial years (i..e current year and three previous financial years) Total contract amount received during the last 3 financial years and in the current financial year. At least one similar single work, for a minimum value of 35% of advertised value of work. Should be a minimum of 150% of advertised tender value. Tenderer should produce an attested certificate from the employer/client, audited balance sheet duly certified by the Chartered Accountant and/ or attested certificates from the Central/State govt./ public sectors undertakings organization/department from where the tenderer received the payment for the work done. Note: a) Work executed in own name only can be considered towards eligibility criteria b) The turn over in the own name company, in whose name the tender is offered, alone will be considered. c) Consortium and firms and MOUs and sister concerns will not be considered towards eligibility criteria. 8. Documents to be submitted along with the tender. The following documents should be submitted along with the tender. a) List of works completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should be given. b) List of works on hand indicating description of work, contract value and approximate value of balance work yet to be done and date of award. Note: 1) In case of items (a) & (b) above, supportive documents/ certificates from the organisations with whom they worked/ are working shall be enclosed. 2) Certificate from private individuals for whom such works are executed / being executed will not be accepted. 9. The tenderers are requested to submit the requisite EMD in favour of Sr. Divisional Finance Manager, Chennai Division, Southern Railway, Chennai -3 along with the tender documents failing which their offer will be rejected. LSEMD will not be considered. 10. Submission of EMD amount in the form of Bank guarantee will not be entertained. 11. All documents to support fulfillment of eligibility criteria should be furnished along with the tender and should be available at the time of tender opening. Tenders not accompanied by documentary evidence in support of eligibility criteria will be rejected. No post tender communication in any form will be made or entertained, after opening of tenders in this regard. 12. For other details, terms and conditions, the tenderers are advised to refer to the tender documents. 13. Price Variation Clause (PVC) shall be applicable for tenders of value more than Rs. 50 lakhs irrespective of the contract completion period and PVC shall not be applicable to tenders of value less than Rs.50 lakhs. 14. Tender document can also be down loaded from www.sr.indianrailways.gov.in and tender document can be submitted along with a separate demand draft towards the cost of tender form at the time of tendering failing which the offer will be summarily rejected. For Divisional Railway Manager/Works/Chennai. Signature of Tenderer/Contractor 5
  • 6. BID DOCUMENT OF MAS 01 of 2014, Item No 30 SOUTHERN RAILWAY WORKS CONTRACT REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER TENDER AGREEMENT FORM Tender Notice No.MAS/01 of 2014 dt 31-01-2014, Item No. 30. OF DRM/Works/MAS 1. Name of the tenderer to whom The tender form is issued. (Please indicate details if the documents are down loaded from internet) 2. Address 3. Serial No. assigned to the tender form 4. Date of sale 5. Signature & name of the Official Who issued the form. Notes: (1) Transfer of tender form purchased by one tenderer to another is not permissible. (2) The tender form is required to be submitted intact together with all documents supplied at the time of sale, without any pages being removed. Any other documents required to be submitted as per the conditions shall also be attached. Failure to comply with this requirement will render the tender liable to be rejected. (3) This document is the property of southern railway and is issued only for the use of the tenderer for submitting offers and should not be used in any other form nor be copied or reproduced. Signature of Tenderer/Contractor 6
  • 7. BID DOCUMENT OF MAS 01 of 2014, Item No 30 SOUTHERN RAILWAY REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER Sl.No CONTENTS 1 Definitions 2 Singular or Plural 3 Interpretation 4 Tenders 4.1. Application for Registration 5 Tender forms 6 Omissions and Discrepancies 7 Earnest Money 8 Care in submission of tenders 9 Right of Railway to deal with tenders 10 Execution of Contract Documents 11 Form of Contract Documents 12 Form of Quotation 13 Documents of this tender 14 Drawing for this work 15 Currency for this work 16 Earnest money for this tender 17 Right to deal with this tender 18 Income Tax Clearance Certificate 19 Tenderer’s Credentials 20 Submission of tenders 21 Execution of contract documents 22 Partnership deeds, Power of Attorney etc. 23 Employment/ Partnership etc. of retired Rly. Employee. ANNEXURES (i) Tender form (ii) Form for Schedule of Quantities and rates (iii) Form for Reporting of Employment (iv) Form for letter of acceptance (v) Form for Zone Agreement (vi) Form for Work order under Zone Contract (vii) Form for Works contract Agreement. PARA 1 2 3 4.1 4 5 6 7 8 9 10 11 12 13 14 17 18 19 22 23 25 27 28 30 Annexure I Annexure-IA Annexure-IB Annexure II Annexure-III Annexure-IIIA Annexure-IV PAGE 2 3 3 3 3 4 4 4 6 6 6 7 7 7 7 8 8 8 8 9 9 9 9 9 11 13 14 15 16 18 20 Signature of Tenderer/Contractor 7
  • 8. BID DOCUMENT OF MAS 01 of 2014, Item No 30 SOUTHERN RAILWAY REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER. (FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS FOR ENGINEERING WORKS UNDER WORKS CONTRACTS) MEANING OF TERMS 1. Definitions: In these Regulations for Tenders and Contracts, the following terms shall have the meanings assigned hereunder except where the context otherwise requires:a) “Railway” shall mean the President of the Republic of India or the Administrative Officers of the Southern Railway of the Successor Railway authorized to deal with any matters, which these presents are concerned on his behalf. b) “General Manager” shall mean the Officer in charge for the general superintendence and control of the Southern Railway and shall also include the General Manager (Construction), Southern Railway and shall mean and include their successors of the Successor Railway. c) “Chief Engineer” shall mean the Officer in charge of the Engineering department of the Southern Railway and shall also include the Chief Engineer (Construction), Chief Signal and Telecommunication Engineer, Chief Signal and Telecommunication Engineer (Construction), Chief Engineer and Chief Electrical Engineer (Construction) and shall mean and include their successors of the Successor Railway. d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of the Southern Railway and shall mean and include the Divisional Railway Manager of the Successor Railway. Divisional Railway Manager (Works) shall be the Officer in charge of the Engineering Department on the Division and similar is for S & T, Electrical etc. for the concerned department. e) “Engineer” shall mean the Divisional Engineer, Southern Railway or the Executive Engineer, Southern Railway and shall mean and include the Divisional Signal and Telecommunication Engineer, Divisional Signal & Telecommunication Engineer (Construction), Divisional Electrical Engineer and Divisional Electrical Engineer (Construction) in executive charge of the works and shall include the superior officers of the Engineering, Signal & Telecommunication, and Electrical Department of the Southern Railway, i.e. the Senior Divisional Engineer/ Deputy Chief Engineer/ Chief Engineer, Principal Chief Engineer, Deputy Chief Engineer (Construction)/ Chief Engineer (Construction) / Chief Administrative Officer (Construction), Senior Divisional Signal and Telecommunication Engineer/ Deputy Chief Signal & Telecommunication Engineer/ Chief Signal & Telecommunication Engineer, Deputy Chief Signal & Telecommunication Engineer (Construction) / Chief Signal & Telecommunication Engineer (Construction), Senior Divisional Electrical Engineer/ Deputy Chief Electrical Engineer/ Chief Electrical Engineer, Deputy Chief Electrical Engineer (Construction)/ Chief Electrical Engineer (Construction) and other superior Officers of the concerned department of the Southern Railway and shall mean and include the Engineers of the Successor Railway. f) “Tender” shall mean the person/ the firm/ co-operative society or company whether incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall I include their personal representatives, successors and permitted assigns: g) “Contractor” shall mean the person/ firm/ Co-operative society or company whether incorporated or not who enters into the contract with the Railway and shall include their executors, Administrators, successors and permitted assigns. h) “Contract” shall mean and include the Agreement or Work Order, the accepted schedule of rates or the printed schedule of rates of the Southern Railway modified by the tender percentage for items of works quantified or not quantified, the General conditions of Contract, the Special conditions if any, the drawings, the specifications, the special specifications if any, schedule of quantities, Manuals and instructions if any and Tender Forms if any, all in complete known as “Contract Documents”. i) “Limited Tenders” shall mean tenders invited from all or some Contractors on the approved or select list of Contractors with the Railway. Signature of Tenderer/Contractor 8
  • 9. BID DOCUMENT OF MAS 01 of 2014, Item No 30 “Open Tenders” shall mean the tenders invited in open and public manner and with adequate notice and publicity. k) “Works” shall mean the works to be executed in accordance with the contract. l) “Specifications” shall mean the Indian Railway Standard specification for Materials and Works 2010 (Vol. I & II) issued under the authority of Railway Board or as amplified, added to or superseded by special specifications if any, appended to the Tender Forms or as modified from time to time. m) “Schedule of Rates of the Southern Railway” shall mean the Southern Railway Unified Standard Schedule of Rates 2011 issued under the authority of the Chief Engineer from time to time or as amplified, added to or superseded from time to time. n) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the Tender forms. j) 2. Singular or Plural: Words importing the singular number shall also include the plural and vice versa where the context requires. 3. Interpretation: These Regulations for “Tenders and Contracts shall be read in conjunction with the General conditions of contract which are referred to herein and shall be subject to modifications, additions or supersessions by special conditions of contract and / or drawings, manuals, specifications, if any, annexed to the Tender Forms. 4. Tender: Works of construction and of supply of materials shall be entrusted for execution to Contractors whose capabilities and financial status have been investigated and approved to the satisfaction of the Railway. Open tenders shall be called in open and public manner duly giving adequate publicity and notice. List of approved Contractors shall also be maintained in the Railway. The said list shall be revised periodically, once in a year or so, by giving wide publicity through advertisements etc. 4.1. Application for Registration: While seeking registration, a Contractor including a Contractor who is already on the approved list shall apply to then nearest General Manager (Construction), Chief Administrative Officer (Construction), Chief Engineer and / or Divisional Railway Manager, furnishing particulars regarding:a) his position as an independent Contractor specifying the engineering organization available with details and partners / staff/ engineers employed with qualifications and experience; b) his capacity to under take and carry out works satisfactorily as vouched for by a responsible official or firm, with details about the transport equipments, construction tools and plants etc. required for the work, maintained by him; c) his previous experience of works similar to that to be contracted for, in proof of which original certificates or testimonials may be called for and their genuineness verified if need be, by reference to the signatories thereof. d) His knowledge from actual personal investigation of the resources of the area / zone or zones in which he offers to work; e) His ability to supervise the work personally or by competent and duly authorized agents; f) His financial position; g) Authorized copy of the current Income Tax Clearance Certificate. h) Any other as called for. 4.2. An applicant shall clearly state the categories of works for which and the area/ zone/ division(s) / district(s) in which he desires registration in the list of approved Contractors. Signature of Tenderer/Contractor 9
  • 10. BID DOCUMENT OF MAS 01 of 2014, Item No 30 4.3. The selection of Contractors for enlistment in the approved list would be done by a committee for different value slabs as notified by the Railway. 4.4. An annual fee or otherwise as prescribed by the Railway from time to time would be charged from such approved Contractors to cover the cost of processing of tenders, sending notices to them, clerkage for tenders etc. 4.5. The list of approved Contractors would be treated as Confidential Office record. TENDERS FOR WORKS 5.Tender Forms: Tender Forms will embody the contents of the Contract Documents either directly or by reference. Tender Forms shall be issued on payment of prescribed fees to the appropriate Contractors on the list of Approved Contractors. Contractors not on the list of Approved Contractors, will, on payment of the prescribed fees, be furnished with Tender Forms and they shall be required to submit evidence regarding their financial status, previous experience and ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate without which their ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate without which their tenders will not be considered. All pages of the Tender Forms , as per specimen form at Annexure I and I(A) and ((B) and all other annexures, including the “Regulations and Instructions”, shall be signed by the Tenderer clearly in acceptance of the same while submitting the tender. No alterations/ corrections/ modifications of the Tender Forms is admissible. Tenders with such altered/ corrected/ modified Tender Forms will be rejected by the Chief Engineer/ Chief Engineer (Construction)/ Divisional Railway Manager. The tender documents shall be witnessed by two individuals of appropriate status. 6.Omissions and Discrepancies: Should a Tenderer find discrepancies in, or omissions from the drawings or any of the Tender Forms or other Contract Documents or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all Tenderers. It shall be under stood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful Tenderer shall take upon himself and provide for the risk of any errors, omissions and discrepancies which may subsequently be discovered and shall make no subsequent claim on account thereof. 7. Earnest Money: a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance of the stipulation to keep the offer open till such date as specified in the tender, under condition of tender. The Earnest money shall be as follows : Value of the work (Tender Value) EMD For works estimated to cost up to Rs.1 Crore. For works estimated to cost more than Rs.1 Crore. 2% of the estimated cost of the work. Rs.2 lakhs plus ½% ( half percent) of the excess of estimated cost of work beyond Rs.1 Crore subject to a maximum of Rs.1 Crore. b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and the Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway. c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause – 16 of the General conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon. 2) The Earnest money should be in cash or in any of the following forms: Signature of Tenderer/Contractor 10
  • 11. BID DOCUMENT OF MAS 01 of 2014, Item No 30 (i) Deposit receipts, pay orders, demand drafts. 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 Bank of India will be necessary. 8. Care in submission of Tenders: a) Before submitting a tender, the Tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the Tender Forms are adequate and all inclusive to accord with the provisions in Clause –37 of the General conditions of Contract for the completion of works to be entire satisfaction of the Engineer. b) When work is tendered for by a firm or company of Contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. c) The Railway will not be bound by any power of attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. 9.Right of Railway to deal with Tenders: The Railway reserves the right of not to invite tenders for any of the Railway work or works or to invite open or limited tenders and when tenders are called, to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action. CONTRACT DOCUMENTS 10. Execution of Contract Documents: The tenderer whose tender is accepted shall be required to appear in person at the Office of the General Manager/ General Manager (Construction) Chief Administrative Officer (Construction)/ Chief Engineer/ Divisional Railway Manager or the concerned Engineer, as the case may be or in case of a firm or corporation, a duly authorized representative shall so appear and execute the Contract Documents with in 7 days (seven) after notice that the contract has been awarded to him and / or on receipt of the letter of acceptance of the tender, in specimen form at Annexure II. Failure to do so shall constitute a breach of the letter of acceptance of the tender, in specimen form at Annexure II. Failure to do so shall constitute a breach of the agreement affected by the acceptance of prejudice to any other rights or remedies available to the Railway. 10.1. In the event of any Tenderer whose tender is accepted refusing to execute the Contract documents as here in before provided, the Railway may determine that such Tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and also to recover the damages for such default. 11. Form of Contract Documents: Every contract shall be complete in respect of the document it shall so constitute . The Contract documents shall include all or any of the documents listed in the definition for “Contract” updated to the date of issue of tender notice for the work. It should be under stood that every endeavor has been made by the Railways to update all the documents and the Tenderer shall take upon himself and provide for the work of any deficiency or error in this regard which may subsequently be discovered and shall make no subsequent claims on account thereof. Not less than 3 (three) copies of the Contract Documents, shall be signed by the competent authority and the contractor and one copy given to the Contractor. a) For Zone or Zonal contracts, awarded on the basis of the percentage at par or above or below the Unified standard schedule of Rates of the Engineering Department and/ or other departments of the Southern Railway for the whole or part of financial year, the contract agreement required to be executed by the Tenderer whose tender is accepted shall be as per specimen form at Annexure III or as may be prescribed by the Railway. During the currency of the Zone contract, Work orders as per specimen form at Annexure III (A), for works not Signature of Tenderer/Contractor 11
  • 12. BID DOCUMENT OF MAS 01 of 2014, Item No 30 exceeding Rs.2,00,000/- each, or so as specified by the Railway, will be issued by the Divisional Railway Manager / Engineer under the agreement for the Zonal contract. b) For contracts for specific works, valued at more than Rs.10,000/- the contract agreement to be executed by the Tenderer whose tender is accepted shall be as per specimen form at Annexure IV or so as may be prescribed by the Railway. 12. FORM OF QUOTATION: a) The tender shall be submitted in the prescribed form annexed hereto at Annexure I, I (A) , I (B) and other relevant annexures, quoting a percentage above or below or par the rates shown in the printed Southern Railway Unified Standard Schedule of Rates 2011, as corrected by and upto Correction Slip No………… of ………. And lump sum rates for the items given in other schedules in the tender. The quotations will be subject to the general and special instructions contained in the Southern Railway Unified Standard Schedule of Rates 2011 and the other documents of the contract Documents to which the Tenderers” special attention is drawn. The percentage and rates quoted must be clearly written in figures and words and the percentage quoted shall apply to all items in all the Chapters of the Southern Railway Unified Standard Schedule of Rates 2011. The percentage/ rates quoted must be firm, precise and unconditional. c) If any item is excluded by the Tenderer while submitting his tender, the Engineer may reject the tender. INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER 13. The following documents form part of this Tender/ Contract: a) Tender Forms and schedule of approximate quantities (including all Annexures ) (enclosed) b) Special Conditions/ specifications and special specifications (enclosed) c) Printed General conditions of Contract and Indian Railway Standard specification for Materials and Works 2010 (Vol.I&II) issued under the authority of Railway Board as amended/ corrected up to correction slips up to date, copies of which can be seen in the Office of the Engineer/ Chief Engineer (Construction) or obtained from the office of the Chief Engineer (Construction)/ Divisional Railway Manager/………………of Southern Railway, ………….. on payment of Rs. & Rs. ………..per copy respectively. d) Printed Southern Railway Unified Standard Schedule of Rates 2011, as amended/ corrected upto Correction slip upto date, copies of which can be seen/ obtained in/ from the office of above on payment of Rs. ………. Per copy. e) All general and detailed drawings pertaining to the work which will be issued by the Engineer or his representatives (from time to time) with all changes and modifications. 14.Drawings for this work: The drawing for the work can be seen in the office of the Chief Engineer/ Chief Engineer (Construction) / Divisional Railway Manager/ Engineer at any time during the office hour. The drawings are only for the guidance of tenderer. Detailed working drawings (if required) based generally on the drawing mentioned above, will be given by the Engineer or his representative from time to time. 14.1The tenderer shall quote his rates as a percentage above or below or at par Southern Railway Unified Standard Schedule of Rates 2011 as applicable to Sr. DEN/DEN……….. of ……….Division except where he is required to quote item rates/ lump sum and must tender for all the items shown in the schedule of approximate quantities attached. The quantities shown in the attached schedule are given as a guide and are approximate only and are subject to variation according to the needs of Railway. The Railway does not also guarantee work under each item of the schedule. 14.2Tenders containing erasures and/ or alterations of the tender documents are liable to rejected. Any correction made by the tenderer in his entries must be attested by him. 15.Currency for the work: The woks are required to be completed within TWELVE MONTHS from the date of issue of the acceptance of letter. Signature of Tenderer/Contractor 12
  • 13. BID DOCUMENT OF MAS 01 of 2014, Item No 30 16. EARNEST MONEY FOR THIS TENDER: a) The tender must be accompanied by a sum of ` 90,382/- as Earnest Money deposited in cash or in any of the forms as mentioned herein before, failing which the tender will not be considered. b) The Tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of the tender. It is under stood that the tender documents has been sold/ issued to the Tenderer and the Tenderer is permitted to tender in consideration of the stipulation on his part that after submitting his tender subject to the period being extended further if required by mutual agreement from time to time, he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer / Railway. Should the tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as Earnest Money, for the due performance of the above stipulation, shall be forfeited to the Railway. c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as Security Deposit for the due and faithful fulfillment of the contract. This amount of Security Deposit shall be forfeited if the Tenderer/ contractor fail to execute the Agreement Bond with in 7 days after receipt of notice issued by the Railway that such documents are ready or to commence the work within 15 days after receipt of the orders to that effect. d) The Earnest Money of the unsuccessful tenderer(s) will, save as herein before provided, be returned to the unsuccessful tenderer(s) within a reasonable time but the railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon. 17. Right of the Railway to deal with this Tender: The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no Tenderer shall demand any explanation for the cause of rejection of his tender nor the Railway under take to assign reasons for declining to consider or reject any particular tender or tenders. 17.1. If the tenderer deliberately gives wrong information in his tender or creates circumstances for the acceptance of his tender, the Railway reserves the right to reject such tender at any stage. 17.2. If the Tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender of after the acceptance of their tender, the Railway shall deem such tender as cancelled the firm retains its character. 18. Income-Tax Clearance Certificate: The Tenderer is required to produce along with his tender an authorised copy of the Income-Tax Clearance Certificate ore a sworn affidavit duly countersigned by the Income/Tax Officer to the effect that he has no taxable income. 19. Tenderer’s Credentials: Documents testifying the Tenderer’s previous experience and financial status should be produced along with the tender or when desired by the competent authority of the Railway. 19.1. Tenderer who has not carried out any work so far on the Railway and who is not borne on the approved list of the Contractors of the Southern Railway should submit along with his tender credentials to establish:(i) (ii) (iii) His capacity to carry out the works satisfactorily. His financial status supported by Bank reference and other documents. Certificates duly attested and testimonials regarding contracting experience for the type of job for which tender is invited with list of works carried out in the past. Signature of Tenderer/Contractor 13
  • 14. BID DOCUMENT OF MAS 01 of 2014, Item No 30 20.Submission Tender: “Tender must be enclosed in a sealed cover, superscribed “Tender Notice No……………”/” Item No……………”/” Name of the WORK.” and must be sent by registered post to the address of the tender calling authority so as to reach at the time, date, specified in the tender OR deposit in the special box allotted for the purpose. This special box will be sealed at 11.00 hours on the date of the opening. Tenderers may paste the “Tender Cover Sheet”, printed along with this tender to fulfill super scribing requirements as specified in this clause. 21. Execution of Contract Documents: The successful Tenderer shall be required to execute an agreement with the President of India acting through the Divisional Railway Manager/ Works, Southern Railway for carrying out the work according to the Contract Documents. 22. Partnership deeds, Power of Attorney etc.,: The Tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a Partnership concern. If the tender is submitted on behalf of a Partnership Concern, he should submit the certified copy of partnership deed along with the tender and authorisation to sign the tender documents on behalf of Partnership Concern. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognise such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the Contractor. 22.1. The Tenderer, whether Sole Proprietor, a Limited Company or a Partnership Concern, if they want to act through an agent or individual partner should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he be partner of the firm of any other person specifically authorising him to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim)s_ preferred by the firm and sign the “No Claim Certificate” and refer all or any disputes to arbitration. 23. Employment/Partnership, etc., of Retired Railway Employees: (1)Should a Tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding a pension able post or not, in any department of any of the Railway owned and administered by the President of India for the time being or should a Tenderer being a partnership Concern have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a Tenderer being an incorporated Company have any such retired Engineer or retired Officer as one of its Directors, or should a Tender have in his employment any retired Engineer or retired Officer as aforesaid. The full information as to the date of retirement of such Engineer or Government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or if the Contractor be a partnership firm or an incorporated Company, to become a partner or Director as the case may be or to take the employment under the Contractor has been obtained by the Tenderer or the Engineer or Officer as the case may be from the President of India or any Office, duly authorised by him in this behalf shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or without a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the Tenderer, as the case may be shall be rejected. (2)Should a Tenderer or Contractor being an individual on the list of approval Contractors. have a relative(s) or in the case of Partnership Concern or Company of Contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in Gazetted capacity in any department of any of the Railways, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Conditions of Contractor: Non-compliance with any of the conditions set forth herein above is liable to result in the tender being rejected. Signature of Tenderer/Contractor 14
  • 15. BID DOCUMENT OF MAS 01 of 2014, Item No 30 (………………………………..) Signature of the Tenderer(s) Place: Name: Date: Address: Signature, name and addresses of the witnesses to the signature of the Tenderer(s): 1. 2. Signature of Tenderer/Contractor 15
  • 16. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Annexure-I SOUTHERN RAILWAY REF. No./DATE…………….. To THE PRESIDENT OF INDIA, acting through the Divisional Railway Manager/Works/Chennai Division Southern Railway…………………………….. Name of Work – As per the schedule Tender Notice No.MAS/01 of 2014 dt 31-01-2014 (Item No.30) 1. I/We……………………………………………., have read the conditions of tender attached hereto and agree to abide by said conditions. I/we have perused the Contract Documents (i.e. the General Conditions of contract, Special Conditions and Specifications, special specifications and Indian Railway Standard specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway Board and Southern Railway Unified Standard Schedule of Rates 2011 and all other documents attached to the tender) and that I/We am/are fully aware that I/We will have to perform the contract if my/our tender is accepted subject to the Contract Documents complete aforesaid. I/We offer to do the works of the ……………………………………….…………………………………………………………… …………………………………..” at the rates shown in the printed Southern Railway Unified Standard Schedule of Rates 2011 of the Senior DEN/DEN/……………../………….. portion of …………………….. division as corrected by and up o correction slip no…… of ……………. At par/enhanced/diminished by …………………. Per cent in respect of Schedule `A’ (items covered by the Southern Railway Unified Standard Schedule of Rates 2011) and the rates quoted by me/us in respect of Schedules…………….. (items not covered by the Southern Railway Unified Standard Schedule of Rates 2011) and lump sum rates for the items given in Schedule ……………. And hereby bind myself/ ourselves to complete the work in …………… months from the date of issue of the letter of acceptance. 2.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 “ Earnest Money”. 3. A sum of Rs……….. is herewith forwarded as Earnest Money. The full value of the Earnest Money shall stand forfeited without prejudice to any other right or remedies available to the Railway in case my/our tender is accepted and if: (A) I/we do not execute the Contract Documents within seven days after receipt of notice issued by the Railway that such documents are ready: or (B) I/we do not commence the work within fifteen days after receipt of orders to that effect. Signature of Tenderer/Contractor 16
  • 17. BID DOCUMENT OF MAS 01 of 2014, Item No 30 4. I/We agree that until a format 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 and indicated in the letter of acceptance of my/our offer for this work. 5. I/We also undertake to carry out the work in accordance with the said plans, specifications and conditions of contract, and to find and provide such of the materials (other than those to be supplied by the Railway) for, and to do all such thins which in the opinion of the Engineer may be necessary for, or incidental to the construction, completion and maintenance thereof and to complete the whole of the said works in all respects, and hand them over to you or your representative(s) within the period specified, and to maintain the same for the period and in the manner provided in the conditions of contract. ……………………………... (SIGNATURE OF THE TENDERS) PLACE: DATE: NAME : ADDRESS: SIGNATURE & ADDRESS OF WITNESSES TO THE SIGNATURE OF THE TENDERER(S) Witensses: 1. Signature…………… Date……… Name………. Address……………….. 2. Signature…………… Date……… Name………. Address……………….. ***** Signature of Tenderer/Contractor 17
  • 18. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Annexure-IA SOUTHERN RAILWAY Name of work: …………….Tender Notice No………… Item No………. FORM FOR SCHEDULE OF QUANTITIES AND RATES. Sl.No. (1) Item No. (2) Description of Item of work (3) Approximate Quantity (4) Unit (5) Rates in Figures and In Words. (6) Amount in Figures and In Words. (7) I/We undertake to do the work at ………………% above/ below or at par Southern Railway Unified Standard Schedule of Rates 2011 (as corrected/ amended by up-to-date) as applicable to Sr.DEN/DEN /………………………….. Division or at the rates quoted above for each item. ………………………… Place : Date: Signature of the Tenderer(s) Notes: 1. The quantities shown in the above schedule are approximate and are as a guide to give the Tenderer(s) an idea of the quantum of work involved. The Railway reserves the right to increase/decrease and/or delete or include any of the quantities given above and no extra rate will be allowed on this account. 2. Suitable schedules for USSOR items and other items shall be used. 3. Columns 1 to 5 shall be filled by the Office of the Authority inviting tender. Coloumns 6 & 7 shall be filled by the Tenderer(s) only when percentage tenders are not invited. For percentage tenders, form shall be modified suitably. Separate schedules shall be used for separately identifiable group of works/items. Each page of the schedule should be signed by the Tenderer with name, date and plate. Signature & ADDRESS of the witnesses to the signature of the tenderer(s) 1. SIGNATURE :………………… DATE……… NAME……….. ADDRESS…. 2. SIGNATURE :………………… DATE……… NAME……….. ADDRESS…. Signature of Tenderer/Contractor 18
  • 19. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Annexure-IB FORM FOR REPORTING OF EMPLOYMENT (Proforma to be filled in and signed by the Tenderer and submitted along with the tender with reference to clause No.30 of the conditions under “ Regulations” of the tender) (strike out whichever is not applicable) The undersigned – (a) is a retired Gazetted officer holding prior to retirement a pensionable / non-pensionable post in the Engineering Department of the ………………..Railway. (b) is a partnership firm having as one of ;its partners a retired Engineer or a retired Gazetted Officer as aforesaid. (c) Is an incorporated company having any such retired Gazetted officer as aforesaid, as one of its directors. (d) Is having in my employment any retired Engineer or retired Gazetted officer as aforesaid. (e) Has no such retired Engineer or retired Gazetted officer so associated with me as stated above. 2. If falling under any of the above categories (a) to (d), particulars of the officer may furnished hereunder: (i)Post held before retirement ………………………………. (ii) Date of retirement…………………….. (iii) …………………………………………………………. (iv) If not retired at least two years prior to date of submission of tender ………… state whether permission for taking such contracts has been obtained from the President of India or any officer duly authorized in this behalf. 3. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or relatives employed in Gazetted capacity in the Engineering or any other Department of the Railways, particulars of such relatives in the Railway may be furnished hereunder… … … .. (ii) Designation … … … (iii) Relationship … … … …………………………………….. (i) Name ………………………………... …………………………………… ………………………….. Signature of Tenderer(s) NAME……………… ADDRESS :……………. Signature of Tenderer/Contractor 19
  • 20. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Annexure – II Southern Railway FORM FOR ACCEPTANCE OF TENDERER (This if only for guidance. The issuing authority will decide the format and contents based complete Contract Documents) No. W…………………………………………………… SHRI./M/S………………………………………………. ………………………………………… ………………………………………… Sir(s), NAME OF WORK:……………………………./…………………………… TENDER NOTICE NO:……………………….ITEM NO…………………. I accept the tender offered by you for the above work and agree to pay the rates as per Southern Railway Unified Standard Schedule of Rates 2011, as corrected by and upto Correction Slip No……….of………….at the rates at par/enhanced/diminished by………………………..per cent in respect of Schedule ‘A’ (items covered by the Southern Railway Unified Standard Schedule of Rates 2011_ and at the rates as entered in the Schedule(1)…………….(items not covered by the Southern Railway Unified Standard Schedule of Rates 2011) and lump sum rates for the items given in Schedule(s)…………………. The agreement for the contract for the above work shall be signed by you within days of receipt of this letter, which is dispatched by registered post acknowledgement due. This letter of acceptance forms part of the Contract Documents governing this contract. Please acknowledge receipt of this letter. DIVISIONALRAILWAY MANAGER/WORKS/……… ……………………………… …………………………………………………….. (On behalf of the President of India) PLACE: DATE: WITNESSES: 1. 2. Signature…………………..Date………..Name……………. Address…………… Signature……………………Date……….Name……………..Address…………... Signature of Tenderer/Contractor 20
  • 21. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Annexure-III Southern Railway FORM FOR AGREEMENT FOR ZONE (ZONAL) CONTRACT CONTRACT(ZONAL) AGRTEEMENT NO……………….DATED………… 1. Articles of agreement made this…………………….day of……………….of 20… Between the “President of India” acting through the………………………………. Of Southern Railway, herein after called for “Railway” of the one part and………………………………………..herein after called the “Contractor” of the other part. 2. Whereas the Contractor has agreed with the Railway during the period of………..months from…………to…………………..for the performance of: a) New works, additions and alterations to existing structures, special repair works and supply of building materials and b) All ordinary repair and maintenance works: Subject to the contract value of each such work not exceeding to Rs. 2,00,000/And whereas the Contractor has agreed to carry out the works at any site in Zone…………….as detailed in the Southern Railway Unified Standard Schedule of Rates 2011 or in SSE/SE(P.Way/Works)/………….section as may be entrusted to h im at the option of the Railway from time to time during the said contract period and as will be set forth in the Work Orders (which Work Orders shall be deemed and taken to be part of this contract) that will be issaued during the said period at par/………………………..percent above/below the Southern Railway Unified Standard Schedule of Rates 2011, corrected up Printed/Advance Correction Slip No……………dated……………..and as per the Contract Documents complete and whereas the performance of the said works is an act in which the public are interested. 3. And whereas this contract does not cover/covers supply of ballast included in the Southern Railway Unified Standard Schedule of Rates 2011. 4. And whereas in the case of bad work or materials, the Engineer may take such action as may be deemed necessary under the relevant clauses of the conditions of contract. 5. And whereas the Contractor has deposited a lump sum of Rs…………./- as Earnest Money to cover for tendering against any number of works on the Southern Railway and has agreed to furnish the full Security Deposit as per rules in force and whereas the Security Deposit is at the instance of the Contractor recovered at 10 percent of the value of the running bills till the amount of Security Deposit of Rs………………………is fully recovered. And whereas the Contractor has deposited a sum of Rs……………../- towards the Earnest Money and whereas the balance in the Security Deposit after adjustment of Earnest Money of Rs……………………….originally paid by the Contractor is at the instance recovered at 10 percent of the value of the running bills till the amount of Security Deposit of Rs…………………… is fully recovered. The contract shall be in force for the period mentioned above, However, the Chief Engineer/Chief Engineer (Construction)/ Divisional Railway Manager/……../Engineer may at his option and without assigning any reasons for so doing, put an end to this contract at any time. In such case the Contractor will be given a clear notice of three months to enable him to complete all the works entrusted to his through work orders. Now this indenture witnesseth that in consideration of the payments to be made by the Railway, the Contractor will duly perform the works set forth in the said Work orders and will execute the same great promptness, care and accuracy in a work man like manner to the satisfaction of the Railway and will complete the same on or before the respective dates specified therein in accordance with the said specifications and said drawings if 6. 7. 8. Signature of Tenderer/Contractor 21
  • 22. BID DOCUMENT OF MAS 01 of 2014, Item No 30 9. 10. any) and the said Contract Documents complete, and will fulfill and keep all the conditions there in mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth therein), and the Railway doth hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the completion thereof, the amount due in respect thereof, at the rates specified in the schedule(s) here to annexed. Entrustment of all or any of the works referred to in clause 2 above to the Contractor shall be at the option of the Railway. The cost of stamp duty on the agreement shall be borne by the Railway administration. zone details and rates under this contract are as under: Zone Permanent Way section/ section Rate as per Sr. DEN/ DEN………….. of…………….. Divn. DIVISIONAL RAILWAY MANAGER/Works (for the President of India) Rates of Southern Railway Unified Standard Schedule of Rates 2011 as corrected upto correction slip No……. dt ………. At par/ enhanced/ diminished by Percentage shown below. % In figures % in words At par/ above/ below Signature of Tenderer/Contractor ……………….. ………… Signature & address of witness to the signature of the Contractor. Witness No.1 ……………………/ Signature …………………….. Date …………………. Address…………………………………………………. Witness No. 2…………………./ Signature ………………………. Date ………………… Address………………………………………………….. Signature of Tenderer/Contractor 22
  • 23. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Annexure-III A Southern Railway FORM FOR WORK ORDER UNDER ZONE CONTRACT WORK ORDER NO……………………..DATED……………………..UNDER CONTRACT AGREEMENT NO……………………….DATED………………………….. Name of work……………………….(site) Schedule of drawings ………………………………………………………………………… Authority ……………………………………….. Allocation ………………………………... Zone…………………………………………… Division ………………………………….. The Contractor(s)…………………………………………… is/ are hereby ordered to carry out the following works at…………………… under zone – contract agreement herein before referred to. Sl.N o 1 Item No 2 Description item of work 3 of Approximate quantity 4 Unit 5 Rates in fig. And in words as in schedule annexed to the Zone contract agreement. Rs. P. 6 Amount Rs. P. 7 The works herein mentioned are required to be completed on or before…………………….. (date). The quantities provided herein are approximate and subject to variation under Clause 42 of the General conditions of Contract of the Railway, read in conjunction with Special Conditions, if any and other Contract Documents as applicable. (……………………………………) Signature of Tenderer/Contractor Divisional Railway Manager/Works/……………../Divisional Engineer/…………………………. …………………………………. Division …………………..………………Railway (for the President of India) Place: Date: I agree to complete the works herein set forth on or before the date specified under the Zone Contract Agreement herein before referred to in conformity with the drawings here to annexed, if any, and in accordance with the General and Special (if any) Conditions of Contract and Indian Railway Standard specification for Materials and Works 2010 (Vol.I & II) with all Correction Slips/Amendments upto date. (………………………………………..) Contractor’s Name & Address Signature of Tenderer/Contractor 23
  • 24. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Signature of witnesses with address to signature of the Contractor: Witness No.1: Signature ………………………………..Date…………………………………………. Name………………………………………………………. Address……………………………………. Witness No.2: Signature ………………………………..Date………………………………………… Name………………………………………………………Address……………………………………… Signature of Tenderer/Contractor 24
  • 25. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Annexure-IV Southern Railway FORM FOR AGREEMENT FOR WORKS CONTRACTS NAME OF WORK:………………………………………………………………………… 1. Articles of agreement made this……………….. day of ……………of 20… between the “President of India “President of India” acting through …………./Chief Engineer/ the Chief Engineer (Construction) / Divisional Railway Manager ……………….. of Southern Railway Administration herein after called the “Railway” of the one part and ……………………………………………… hereinafter called the “Contractor” of the other part. 2.Whereas the Contractor has agreed with the Railway for the performance of the works “…………………………………………………………………………………………………………………… …………………………………………………………………………” Set forth in the schedules(s) hereto annexed and in conformity with Indian Railway Standard specification for Materials and Works 2010 (Vol.I & II) issued under the authority of Railway Board the conditions and special conditions, special specifications and drawings, manuals and guidelines hereto annexed, if any, and the General Conditions of Contract, all known as “Contract Documents”, and whereas the performance of the said work is an act in which the public are interested. 3. And whereas the Contractor has deposited a lump sum of Rs……../- as Earnest Money to cover for tendering against any number of works on the Southern Railway and has agreed to furnish the full Security Deposit as per rules in force and whereas the Security Deposit is at the instance of the Contractor recovered at 10 per cent of the value of the running bills till the amount of Security Deposit of Rs…………………. is fully recovered. And whereas the Contractor has deposited a sum of Rs…………… /- towards the Earnest Money and whereas the balance in the Security Deposit after adjustment of Earnest Money of Rs…………………….. originally paid by the Contractor is at the instance of the Contractor recovered at 10 per cent of the value of the running bill till all the amount of Security Deposit of Rs…………….. is fully recovered. 4. Now this indenture witnesseth that in consideration of the payments to be made by the Railway, the Contractor will duly perform the said works in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workmanlike manner to the satisfaction of the Railway and will complete the same in accordance with the Contract Documents on or before the ………….. day of ……………of 20………and will maintain the said works for a period of …………..calendar months from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein), and the Railway doth hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep ;the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates set forth in the Southern Railway Unified Standard Schedule of Rates 2011 as corrected by and upto Correction Slip No……..of ……… for Sr.D.E.N./D.EN /……………………..of……………divisions at par/enhanced/diminished by……….per cent in respect of Schedule `A’ (items covered by the Southern Railway Unified Standard Schedule of Rates 2011) and at the rates shown in Schedule(s)……………(items not covered by the Southern Railway Unified Standard Schedule of Rates 2011) and at the lump sum rates for items given in Schedule(s)……….. 5. It is hereby agreed and declared that all the provisions of the said Contract Documents, which have been carefully read and understood by the Contractor, shall be as binding upon the Contractor and upon the Railway as if the same had been repeated herein and shall be read as part of these presents. 6. The cost of stamp duty on this agreement shall be borne by the Railway Administration. Divisional Railway Manager/Works/……………../Divisional Engineer/……………………………….. ……. …………………………………. Division ………………………..…………………Railway (for the President of India) Signature of Tenderer/Contractor 25
  • 26. BID DOCUMENT OF MAS 01 of 2014, Item No 30 Place: Date: Signature of witnesses with address to signature of the Contractor: Witness No.1: Signature ……….. Date…… Name………. Address……………… Witness No.2: Signature ……….. Date…… Name………. Address……………… Signature of Tenderer/Contractor 26
  • 27. BID DOCUMENT OF MAS 01 of 2014, Item No 30 ANNEXURE – V STATEMENT OF WORKS ON HAND Sl.No. I. Name of the Organisation Name of work Place of work Value of work Present physical progress Likely date of completion Southern Railway i. Open line in the seven Division of Southern Railway ii. On organisation under CAO/CN/BNC iii. On organisation under CAO/CN/MS iv. Metropolitan Transport Project under CAO/CN/MTP/MS v. Rly. Electrification progress II. Other Railways Private sector undertakings. The information furnished above are correct and complete to the best of my knowledge and belief. We are/I am aware that if the information furnished above are found to be wrong or incomplete or any relevant information is to have been supressed, the tenderer is liable to be rejected at any stage, as per clause 8 of the conditions of the tender. We are/I am aware that if the declarations as above, in the tender are found to be not true, any agreement that may be entered into is also liable to be terminated by the Railway. Signature of Tenderer/ Contractor Place: Date: Signature of Tenderer/Contractor 27
  • 28. BID DOCUMENT MAS 01 of 2014, item No.30 ANNEXURE – VI LIST OF PLANT AND MACHINERY AVAILABLE ON HAND (OWN) AND PROPOSED TO BE INDUCTED( OWN OR HIRED TO BE GIVEN SEPARATELY) Sl.No. Name of the plant Identification Date of procurement No. & Registration 1 2 3 Capacity / Rating 4 5 Qty. No. 6 Present condition 7 Signature of the Tenderer: Name : Date : 28 Signature of Tenderer/Contractor
  • 29. BID DOCUMENT MAS 01 of 2014, item No.30 ANNEXURE - VII LIST OF PERSONNEL ORGANISATION AVAILABLE ON HAND Sl.No. 1 Name & Designation 2 Qualification 3 Experience 4 Date of appointment Remarks 5 6 Signature of the Tenderer: Name : 29 Signature of Tenderer/Contractor
  • 30. BID DOCUMENT MAS 01 of 2014, item No.30 SOUTHERN RAILWAY ANNEXURE –VIII SPECIAL CONDITIONS OF CONTRACT (GENERAL): 1.0.0.The special conditions of contract: “The Southern Railway Unified Standard Schedule of Rates 2011” corrected upto “Indian Railway Standard specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway Board” of the Engg. Dept., Southern Rly upto correction slip No.7 of 19.11.83 any other approved specifications to the relevant I.S.codes. “The regulations for tenders and contracts”, “Conditions of tender”, “Tender agreement form”, “General conditions of contract 1984, corrected upto date of submission of tender, The “contract labour (Regulation and abolition) Act 1970 and “Central Rules 1971, as amended from time to time and specific drawings issued for the purpose of this work govern this contract. It may be noted that the “General conditions of contract” together with its correction slips is not attached to the tender form. It can be obtained from the office of DRM/Works/Chennai Division, Southern Rly, Chennai-3 on production of a cash receipt for the sum of Rs.50/- paid to the Sr. Divl. Cashier, Southern Rly., failing which shall be deemed that the contractor is in possession of the same. 1.0.1: Items in Schedule “A” are based on Southern Railway Unified Standard Schedule of Rates 2011 for Chennai Division which does not include the supply of cement and reinforcement except some items wherever mentioned. For this work it is proposed that cement and reinforcement steel will not be supplied by railway and the same has to be procured and supplied by the contractor which will be paid separately by Railway under relevant items of Schedule “A1 & A2”. 1.0.2. The tenderer shall quote his rate `at par’ or a collective percentage “Above” or “Below” the total value of schedule A , separately for each sub work. 1.0.3. Similarly Schedule “B” provides for the items which are not covered by Southern Railway Unified Standard Schedule of Rates 2011. 1.0.4 : Schedule “A1 “ provides for supply of cement and Schedule “A2” provides supplying reinforcement for R.C.C. work including straightening,cutting,bending,placing in position and binding all complete that are covered by Southern Railway Unified Standard Schedule of Rates 2011 and the contractor shall quote his rate’ at par’ or a collective percentage “ Above” or “ Below” the total value of Schedule A1,A2 respectively. 2.0.0. If any other items of work covered by Southern Railway Unified Standard Schedule of Rates 2011 and not covered by Sch.A but are incidental to the work are required to be carried out during the actual execution of work, the same will have to be carried out at the same percentage as accepted for sch. A of this tender. 2.0.1: The tenderer while indicating rates for all the above items shall include the cost of procurement. Excise duty Sales Tax, transportation of materials to the work site and storage etc. Also necessary test certificates will have to be produced by the tenderer with regard to the quality of materials which shall confirm to specification as indicated below: 43 Grade IS 8112 – 1989 53 grade IS 12269 – 1987 Reinforcement steel – IS 1786 – 1985 CEMENT 2.0.2 : Railway also reserve the right to take sample during the course of work to get the cement and steel tested for ascertaining their conformity with specification. The cost of testing will have to be borne by the tenderer/contractor. 2.0.3: Any temporary structure required for storage of cement and steel has to be provided by the tenderer at his own cost. This will be removed after completion of the work. Railway will only provide suitable land 30 Signature of Tenderer/Contractor
  • 31. BID DOCUMENT MAS 01 of 2014, item No.30 for construction of the temporary shed free of cost if feasible. A double lock arrangement (contractor and Railway) for the temporary store site should be provided. 3.0. : PROCUREMENT OF CEMENT: 3.0.1.: Cement to be used on the works should be procured from the main cement plants or from their authorized dealers. 3.0.2 : Cement bags in packing should bear the following information in legible markings. i. ii. iii. iv. v. Manufacturer”s Name Registered Trade Mark of manufacturer, if any Type of cement. Weight of each bag in Kgs or No. of bags/tonne. Date of manufacture, generally marked as week of the year/year of manufacture, eg. 30/93 th which means 30 week of 1993. 3.0.3 Test on cement to be conducted as per IS 4031. Some of the tests which may be carried out are: i. ii. iii. iv. Compressive strength Initial and final setting time Consistency Soundness 3.0.4: Empty cement bags would be the property of the contractor and shall be disposed off by the contractor himself. In case the Railway is in need of empty cement bags, good and usable empty cements bags are to be supplied by the contractor at the rate of Rs.2/- per bag for empty cement gunny bags and rs.1.40 per bag for empty polythene/paper bags. 3.1.0 Consumption of cement: 3.1.1. For M,20 and M.25 mix of cement concrete, quantity of cement will be based on the design mix for concreting under water 10% extra quantity will be allowed. 3.1.2: The contractor should submit design for the same before starting the work and obtain the trial mix approved by Engineer-in-charge/DRM(Works), Chennai Division, Southern Railway, before the execution of work. 3.1.3: The minimum grade of plain cement concrete shall be M.20 and that of Reinforcement cement concrete shall be M.25. Only approved design mix shall be used for the concrete. The quantity of cement has to be as per Southern Railway Unified Standard Schedule of Rates 2011 & Indian Railway Standard specification for Materials and Works 2010.(Vol. I & II) 3.1.4 The cement consumption of the works which are not based on design mix, shall be as per the “Southern Railway Unified Standard Schedule of Rates 2011” and as per the “Indian Railway Standard specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway Board” of Southern Railway. 3.1.5 THE weighment batching should be done for the design mix concreting works. 4.0.0. PROCUREMENT FOR STEEL: 4.0.1. Steel shall be procured from the main producer such as SAIL/TISCO/IISO/TINL-VSP or authorized stock yards and has to be confirmed to IS 1786-1985.Rerolled steel will not be accepted 4.1.0 : PAYMENT FOR STEEL: 4.1.1. Payment for steel (reinforcement) will be as per the reinforcement actually utilized in the work. No extra amount will be paid for wastage or for cut rods if any, which would be the property of the contractor. The weight of the steel will be calibrated from the nominal or actual unit weight whichever is less: 31 Signature of Tenderer/Contractor
  • 32. BID DOCUMENT MAS 01 of 2014, item No.30 Any excess quantity of cement and steel left over after completion of the work will have to be disposed off by the contractor and cannot be taken over by the Railway. 5.0.0. PART PAYMENT FOR CEMENT AND REINFORCEMENT STEEL; 5.0.1 : In respect of cement and reinforcement steel, the part payment will be limited to 75% of the quoted value of item brought to site in relevant items of Schedule “A1 & A2” contractor should furnish original cash bills for having purchased from authorized dealers and to be submitted to the Rlys., 6.0 CONCRETING: a. The contractor should make his own arrangements for the required binding wire for all RCC works including the works under USSOR items though it is mentioned otherwise in the USSOR rates. b. All concrete I.e. plain as well as reinforced cement concrete shall be machine mixed and vibrated unless otherwise permitted by the Engineer in charge. Curing/vibrating the concrete and RCC works should be done by the contractor as specified in relevant I.S.codes. The tests cubes should be cast at regular intervals and tested to assert in the strength of concrete. The contractor should establish cube testing equipment at or near the site of work. The cost of casting of cubes and their testing will have to be borne by the contractor. In case the contractor desires to use a curing membrane instead of water curing, he may do so after submitting the necessary data and after the same is approved by the Engineer in charge. No extra payment on this account would be admissible. It should be noted that no additional payment would be made for curing/vibrating the concrete at different heights and the contractor should make his own arrangements for the provision of necessary staging/scaffolding etc. and carryout curing/vibrating at all levels as directed by the Engineer in charge. c. Concrete for all the works shall be mixed using power driven concrete mixers. d. If curing is not being done to satisfactory standard, the Engineer may get it done at the contractor’s cost without any notice to him as the curing cannot wait for any such notice time etc. The Engineer’s decision shall be final and bindings as to whether satisfactory curing is being done or not. The cost of curing will be recovered from the ‘ ON ACCOUNT BILLs’. e. The water line and coarse aggregates shall be got chemically tested from time to time by the contractor at his cost for assuring proper quality as per required standards. The results in original shall be submitted to the Engineer in charge and approval obtained. 7.0. SITE INSPECTION BY THE CONTRACTOR: The tenderer/contractor is required to inspect the sites of works and acquaint himself with site condition and other factors relating to the works availability of labour, electricity and water etc. before quoting his rates. The tender submission will be deemed to have been made after such inspection. 8.0.0. If there is any variation between the description in the tender and the detailed plans, the Engineer in charge will operate the correct description and his decision is final and binding on the tenderer/contractor. 9.0.0. The materials that are to be supplied and used for the work by the contractor should be as per the relevant I.S. codes and should be got approved by the Engineer in charge before use/procurement. 10.0.0. The contractor should make his own arrangements for the reqd. vehicles, earth moving equipments, under ground drainage cleaning/silt cleaning equipments and other tools and plants during the execution of work. 11.0.0. SERVICE ROADS: The Rly. does not under take to provide any service roads for the movement of the contractors vehicles. The contractor can however make use of the service roads, wherever they exist free of charge. 12. SETTING OUT WORKS: 32 Signature of Tenderer/Contractor
  • 33. BID DOCUMENT MAS 01 of 2014, item No.30 a) The contractor shall be responsible for the true and proper setting out of the works for correctness of the position, levels dimensions and alignment of all parts of work and for provision of all necessary pegs, reference pillars, instrument, equipment and appliances and labour in connection therewith. If at any time during the progress of the work any error shall appear or arise in the position of levels, dimensions or alignments at any part of the works. The contractor or being required to do so by the Engineer in charge shall at his own expense rectify such errors to the satisfaction of the Engineer in charge and he shall carefully protect, preserve secure all bench marks site rails, pegs, reference pillars and other things used in setting out of the works. b) The contractor shall have sufficient number of survey instruments such as theodolites, leveling instruments, leveling staff etc. and arrange to set out the alignment at his own cost and also establish necessary ref. pillars as required and directed by the Engineer. 13.0.0. The work has to be executed at Chennai area as such the contractor should visit the site and satisfy himself regarding working conditions at site before quoting his offer. 14. The railway will have the right to check the quality of any material required for construction like cement, sand, concourse aggregator, bricks, timber and concrete cubes etc for its conformity with specification. The testing charges will have to be borne by the contractor. Sufficient cube moulds will have to be supplied by the contractor at his own cost. 15. Only weighment batching will be allowed for concreting for design mix as specified in schedule/drawings. 16. The contractor has to submit concrete mix design and get it approved by the Engineer in charge before execution of work. The cement consumption quantity will be paid based on approved design mix or actual whichever is less. 17. The contractor shall be responsible for anti larval work at his cost during progress of work as may be prescribed by the Engineer in charge on the advice of the Rly. Medical Authority and where the use of insecticides is involved it shall be made in accordance with the provision of the act and rules in this behalf at the cost of the contractor who shall also be solely responsible for any acts of omissions under the provision of the aforesaid rules. 18. The bonded labour system (Abolition)ordinance 1975 would apply to the present contract. contractor shall duly observe the provisions thereof. The 19. The contractor shall employee the following minimum technical staff during the execution of work. a) One graduate Engineer when the cost of the work to be executed is Rs.15 lakhs and above. b) One qualified diploma holder (overseer) when the cost of the work to be executed is more than Rs.5 lakhs but less than Rs.15 lakhs. 20.1.0. The contractor should also maintain a site office at his own cost where he or his authorized representative would be available for taking instructions and discussions. In addn. Technical staff should be available at site whenever required by the Engineer in charge to take instructions. 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.3000/- (Rupees three thousand only) for each month of default in case of Graduate Engineer and Rs.2000/- (Rupees two thousand only) for each month of default in case of diploma holder. (Overseer). 21.2.0. The decision of the Engineer in charge as to the period for which the required technical staff is to be employed by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor. 22. TAX: 33 Signature of Tenderer/Contractor
  • 34. BID DOCUMENT MAS 01 of 2014, item No.30 22.1.0. INCOME TAX: a) Income tax will be deducted at 2% (two percent) and also surcharge if any at source from each bill, unless otherwise authorized by Income Tax Department. 23. SALES TAX: a) Consequent to the notification of Sales Tax “Act 1999” which pertains to Tamilnadu General Sales th Tax (5 amendment) act 1999 for insertion of section 7-F Deduction of Tax at source in works contract, Southern Rly. Will deduct sales tax at the rate of 2% or 4% ( depending upon the nature of work) of the total amount payable to the contractor for the execution of work under works contract at the sources from each bill unless otherwise authorized by Tamilnadu Sales Tax Department. b) The above mentioned sales tax on works contract is distinct from the Sales Tax elements that might have gone into the price of various raw materials used by the contractor in the works concerned and in respect of which the Railway will not reimburse any Sales Tax which will also continue to be borne by the Contractor as hitherto. 24.. EXCISE DUTY: Excise Duty if any in respect of the above work has to be borne by the contractor and is deemed to be included in the rates quoted by him. No reimbursement of the same will be made by the Railway. 25. SUPPLY OF RAILWAY PLANT, MACHINERY ETC. a) Railway is not bound for supply of any plants, machinery etc., required for the work. The contractor has to make his own arrangements for supply of requisite number of plants, machinery etc. 26. Payments as specified in the schedules will alone by admissible. No site installation charges will be payable and the tenders with such conditions are liable to be rejected. 27. Stones, ,metal, sand etc. of approved quality shall be collected from outside Railway limits as per the nomenclature of the items of work and the contractor shall pay all seigniorage and other incidental charges may be involved. 28. Any obstructions such as service lines, water pipe lines, cables, sewerages etc. met with during the progress of the work should immediately be reported to the Engineer in charge. 29. Temporary/permanent arrangements for maintaining continuous flow through the sewer/water mains will have to be made by the Contractor if the existing mains are affected during execution of foundations, duly realigning the sewer/water mains with contractors own cost. However, for underground cables etc. encountered while excavation of the same shall be got done through separate agencies or departmentally by the Railways. 30. The works should be carried out without any interference to the normal working of the railway track and structures. 31. The contractor shall be responsible for any loss/damage to railway and public property or third party’s if it occurs during the course of execution and the Rly. Reserves its right to have the damages made good by the contractor. 32. The contractor must ensure the safety of labourers engaged by him during the course of execution of work and/or while crossing the track and the and the railway will not be responsible for any injury sustained by the labourers or for any fatal accident and the contractor should bear all the expenditure involved. 34 Signature of Tenderer/Contractor
  • 35. BID DOCUMENT MAS 01 of 2014, item No.30 33. The rate quoted by the tenderer shall be inclusive of any of additional labour etc. for leading the materials across running tracks and no extra rate shall be paid for the same unless otherwise specified. 34.No extra payment will be made for lift/descent while loading / unloading and stacking of the materials. 35. All materials shall be stacked sufficiently clear of the tracks and shall remain without any possibility of infringing the minimum fixed structure dimensions. Materials shall also not be unloaded or stacked over signal wires, cables or other gear or any such items to avoid interference to the existing running tracks. 36. The contractor will also be held responsible for any accident or loss or damage or detention to trains caused due to such lapses on the part of contractor during the course of work as observed and decided by the Inspector in charge. 37. VARIATION IN QUANTITES: New clause 42(4) to Indian Railways General Conditions of Contract (Ref: Item -9 to Railway Board’s letter no. 2007/CE-I/18 DATED 28.09.2007 Item -2 to letter no. 2007/CE-I/CT/18 Pt. XII dated 31.12.2010) The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts: 1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required. 2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered 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 upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender. (ii) Quantities operated in excess of 140% but upto 150% of the agreement Quantity of the concerned item, shall be paid at 96% of the rate awarded for That item in that particular tender. (iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender. b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value. c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA & CAO/FA & CAO © 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 upto 25% of individual item without finance concurrence. (b) For decrease beyond 25% for individual items of 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtained ‘No Claim Certificate’ form the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. (c) It should be certified that the work proposed to be reduced will not be required in the same work. 35 Signature of Tenderer/Contractor
  • 36. BID DOCUMENT MAS 01 of 2014, item No.30 4. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. 5. No such quantity variation limit shall apply for foundation items. 6. As far as USSOR 2011 items are concerned the limit of 25% would apply to the value of USSOR 2011 schedule as a whole and not an individual USSOR 2011 items. However, in case of NS items, the limit of 25% would be apply on the individual items irrespective of the manner of quoting the rates (single percentage rate or individual item rate). 7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies. 8. For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager. 9. For tenders accepted by Board Members and Railway Ministers, variations upto 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 viation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained. 38.0.0.Special attention is drawn to Clause 31 of the General conditions of contract and it is advised for the guidance of the Tenderer/contractor that there is no possibility of any Railway source for supply of water to their works. The tenderer/Contractor has to make necessary arrangements or supply of potable water at his own cost for concreting, curing and for any other use. Chemical analysis of water and other ingredients shall be done from time to time as desired by the Engineer at the cost of the contractor. 39.0.0 Railways do not guarantee supply of electricity to any other contractor’s works. The contractor shall make his cost, for the supply of electricity for the works. If however, Railway’s electricity is available in the vicinity and if the contractor requests the same to be provided due to compelling circumstances, the Railway and its sole discretion may agree to provide the same on terms and conditions as may be agreed upon between the Railway and the contractor at contractor’s cost. 40.0.0 DISMANTLING OPERATIONS; a. DISMANTLING OPERATIONS ARE TO BE CARRIED OUT at the sole risk and liability of the contractor. The contractor shall take due care to ensure that during dismantling released materials, debris etc. do not fall down and cause any obstructions or damage to adjacent building or injury to the staff or labourers. b. Released materials and other debris of dismantling should be removed and stacked at places as directed by the Engineer-in-charge and shall be handed to the SE/Works at his store depot and no extra lead or lift shall be paid on this account. 41.0.0 : Earnest Money: a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance of the stipulation to keep the offer open till such date as specified in the tender, under condition of tender. The Earnest money shall be as follows : Value of the work (Tender Value) EMD For works estimated to cost up to Rs.1 Crore. For works estimated to cost more than Rs.1 Crore. 2% of the estimated cost of the work. 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. 36 Signature of Tenderer/Contractor
  • 37. BID DOCUMENT MAS 01 of 2014, item No.30 b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting tender he will not resile from his offer or modify the terms and conditions thereof in a manner acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation, aforesaid amount shall be liable to be forfeited to the Railway. the his not the c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause – 16 of the General conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon. 2) The Earnest money should be in cash or in any of the following forms: (i) Deposit receipts, pay orders, demand drafts. 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 Bank of India will be necessary. 42.0.0. SECURITY DEPOSIT: 1. The earnest money deposited by the contractor with his tender will be retained by the Railways as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit , the rates for which are given below, may be deposited by the contractor in cash or may be recovered by percentage deduction from the contractor’s “ on account bills” so that the amounts so retained may not exceed 10 % of the total value of the contract. 2. Unless otherwise specified in the special conditions, if any, the security deposit/ rate of recovery/ mode of recovery shall be as under: i. ii. Security deposit for each work should be 5% of the contract value. The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered. iii. Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit. The Security Deposit shall be returned to the contractor only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’. The Competent Authority shall normally be the authority who is competent to sign the contract. This Competent Authority is of the rank lower than J.A. grade than a J.A 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 concern should be obtained. However, the contractor if so desires the security deposit recovered from the running bills can be returned after the work is physically completed in lieu of FDR / irrevocable bank guarantee for equivalent amount to be submitted by the contractor. No interest will be payable upon the earnest Money and Security Deposit or amounts payable to the Contractor under the contract, but Government securities deposited in terms of sub Clause (1) of this clause will be payable with interest accrued thereon. 43.0.0. Performance Guarantee : Revised clause of 16 (4) to Indian Railways General Conditions of Contract (Ref: Item 1 to Railway Board’s letter no. 2007/CE-I/CT/18 Pt.XII DATED 31.12.2010) 37 Signature of Tenderer/Contractor