Vous êtes sur la page 1sur 49

Repair to damaged floor apron bridge No.

62 and minor repair to other, minor bridges, repair


section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Tender Document No.02/16/14-15


Start of Tender Document

Northern Railway
TENDER DOCUMENT
Tender Notice No. 16/14-15

Dated 31.10.2014

1.Name of Work :2. Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
/raising of parapet walls, cleaning of water way in the section of ADEN/JRC. Approximate
Cost ` 19,95,398/- Earnest Money- ` 39,910/- Date of completion- 06 Months

1. kjksgj jkkh dsoy e.My dSfk;j dh dSk fjfLiV] cSaDlZ pSd ;k fMekaM MkV ds :Ik esa gh

Lohdkj fd;s tk;sxsaA vU;Fkk fufonk dks izFken`"V;k vLohdkj dj nh tk;sxhA


2. Earnest money will be accepted in form of cash Receipt from Divl.Cashier/Bankers
Cheque/Demand draft only failing which tender will be summarily rejected.

Approx Cost

: ` 19,95,398/-

Date of opening

: 08.12.2014

Office of the
Divisional Rail Manager

Northern Railway, Firozpur Cantt (Punjab)

Signature of the tenderer/s

Page 1 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

NORTHERN RAILWAY
I N D E X
Sn

Brief Description

Page No.

1.

Top sheet

2.

Tender notice

8-10

3.

Schedule for quoting rates

4-6

4.

Tender Form (first sheet)

Special Tender Conditions and instructions to Tenderer/s

11-32

6
7

Documents required to be furnished along with the tenders failing 33


which tender will be treated as incomplete (Annexure -A)
Supplementary agreement (Annexure-B)
34

Declaration (Annexure -C)

Constitution of the firm (Annexure-D)

10.
11.

Details of Plant and Machinery already available with the firm (AnnexureE)
36
List of engineers/personnel already available/ proposed to be employed for
deployment on this work (Annexure F)
Statement of works executed/completed by the contractors during last three years 37
(Annexure -G)

12.

35

13.

Statement of works being executed/in hand by the contractor/s (Annexure-H)

14

Detail of contractual payment received in last three financial year and current
financial year (Annexure-I)
Form of Electronic Clearing Service (Credit Clearing) (Annexure-J)

38

40-41

18

Guide lines for Joint Venture for tender costing more than `25.00 Crores
(Annexure-K)
Guidelines for submitting tenders by Partnership Firms and their Eligibility
Criteria-K2
Site Sketches (Annexure L)

19

Special Conditions related to site data & specifications (supply of cement )

46-49

15
16
17

Signature of the tenderer/s

Page 2 of 49

39

42-45
-

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Tender Document No 02/16/14-15

TOP SHEET
Tender notice No. 16/14-15

Dated: - 31.10.2014

1.Name of work:- 02 Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
/raising of parapet walls, cleaning of water way in the section of ADEN/JRC.

(1-A) Similar Nature of Work - Nil


(2)

Approximate cost

: ` 19,95,398/-

(3)

Completion period

: 06 Months.

(4)

Earnest Money

: ` 39,910/- (E/money will be accepted only in form of Cash Receipt from


Divl.Cashier/Bankers Cheque/Demand draft)

(5) Date of opening


: 08.12.2014
(5-A) Cost of Tender document: `2000/(6)
(7)
(8)

(9)

When
was
the partnership constituted and deed
executed.
Whether partnership deed and power of attorney furnished
with the tender?
The working contractors should
submit a list of works with
their
value and agreement number with
the tender.
Name and address of party to
whom tender sold.

-------------------------------------------------------------------------

Note: The above information may be furnished invariably by the tenderer(s) otherwise the tender is
likely to be rejected.

Page No. 1 to49 checked & found correct


Signature of the Supdt/Works

Signature of the tenderer/s

Signature of the Tenderer/s

Page 3 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

NORTHERN RAILWAY
SCHEDULE FOR QUOTING RATES
Name of work 02. . Provision of boundary wall/fencing to prevent encroachment of Rly land in the jurisdiction of
DEN-III/FZR as per NR type-72

Schedule-A as per USOR-2010


Sr.
No
.
1

Chapter
No.

Chapter

Amount

Earth Work

1383/-

Plain Concrete

487206/-

R.C.C. Work

67090/-

Steel & aluminium work

351401/-

11

Finishing Masonary

3461/-

12

Painting, Polishing &


varneshing

8064/-

18

Dismantling &
Demolishing

19887/-

Signature of the tenderer/s

Page 4 of 49

%age rates quoted above/below/at par N.Rly.


Engg. Deptt.
Standard Schedule of Rates 2010 Edition

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

22

Bridge Works:
Miscellaneous

911186/-

23

Roads & Platform


works

36526/-

/raising of parapet walls, cleaning of water way in the

Spl. Note :1

If there is any discrepancy during down loading the tender then original tender will prevail over it

NOTE:(1) The tenderer/s will quote only one percentage rate above/below/at par with the basic amount, separate for each sub-group
(Schedule) above, failing which his/their offer will be treated as incomplete and shall be summarily rejected.
(2) The quantities indicated in the above schedule are approximate. The Railways reserve the right to alter the same as per
requirement of site conditions, for successful completion of the work.
(3) In case tender documents have been downloaded from Internet, clause _______ and _______ of Special tender conditions and
instructions to tenderers should be gone through carefully before tendering.
(4) The amount of Earnest money in the form of Cash lodge with Chief Cashier Northern Railway.New Delhi vide cash receipt
No._________________Dt ____________ or deposited in the form of Bankers cheque/demand draft, is attached. I/we have
clearly noted that the Earnest money will be acceptable in the above forms only.
(5) I/We already understand that I/We are not entitled for any compensation to complete all such works allotted to me/us within the
stipulated period as specified in each work order/ agreement issued.

Signature of the Tenderer/s

Address: ___________________

Signature of the tenderer/s

Page 5 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Detail of USSOR 2010 items:-repair to damaged floor apron of bridge no. 62 and minor repair to other
minor bridges, repair/raising of parapet walls, cleaning of water way in the section of ADEN/JRC.
S.
Item
Description
Qty.
Rate
Unit
Amount
No. No.
1 011011 Earth work in excavation
17
81.36 Cum.
1383
2 031013 1:4:8 (1 Cement: 4 sand : 8 graded stone etc.
25 1751.75 Cum.
43794
3 031030 C.Conc. In walls 1:3:6 with 20mm nominal size.
15 2018.20 Cum.
30273
4 031052 C.C. M-20 above plinth level for all works
20 2204.06 Cum.
44081
5 033063 Supplying of cement.
5198.00 Tonne
369058
71
Total
487206
6 041011 Prov. Cast in situ RCC M-20 as per design mix up to
10 2422.38 Cum.
24224
plinth in column, foundations etc.
7 042012 Form work for walls
50
191.20 Sqm.
9560
8 045014 High yield strength deformed bars
700
47.58 Kg
33306
Total
67090
9 081412 Steel work welded in built up sections/framed work
4650
75.57 Kg
351401
in stringers, treads. Landings etc.
10 114021 Flush Pointing on brick/tiles flooring
100
34.61 Sqm
3461
11 121013 Prov. ready mix priming coats on steel
150
14.97 Sqm.
2246
12 121150 Painting two coats with chocolate, red, grey etc
150
38.79 Sqm.
5819
Total
8064
13 182013 Dismantling brick work in cement mortar
57
348.90 Cum.
19887
14 222010 P & Laying rubble stone over CC 1:2:4
10 1563.67 Cum
15637
15 222060 P & inserting nipples
3000
32.13 Each
96390
16 222071 Neat cement grout
650
118.19 Kg
76824
17 222073 Epoxy grouting
650
756.09 Kg
491459
18 222090 Applying epoxy mortar
260
887.99 Sqm
230877
Total
911186
19 236020 Prov & laying Design mix concrete M30
15 2435.07 Cum
36526
Total
1886204

Signature of the tenderer/s

Page 6 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

NORTHERN RAILWAY
TENDER FORM (FIRST SHEET)
The President of India,
through
Divisional Railway Manager
N.R.,Firozpur Cantt
I/We--------------------------------------------------------------------------------------------------------------------have read the various conditions to tender attached here to and hereby agree to abide by the said conditions. I/We
also agree to keep this tender open for acceptance for a period of 90(Ninety) 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. I/We offer to do this work As On Top
Sheet for Northern Railway at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the
work in all respects with in completion period as mentioned in Top Sheet from the date of issue of letter of acceptance of
tender.
2 I/We also hereby agree to abide by the General Condition of Contract-2013 corrected up to printed/advance correction slip
and to carry out the work according to the Special Conditions of Contract and specifications for material and works as laid
down by the Railway in the annexed Special Conditions/specifications and the Northern Railway Works Hand Book
corrected up to printed/advance correction slip, for Schedule of Rates corrected up to printed/advance correction for the
present contract.
3.1 Earnest money amount As On Top Sheet i.e. (a) 2% for works estimated to cost up to `1 Crore) and (b) for works
estimated to cost more than ` 1 Crore -` 2 lakhs plus 1/2 % (half percent) of the excess of the estimated cost beyond `1
Crore, subject to a maximum of `1 Crore, rounded off to nearest ` Ten as indicated in tender notice is herewith forwarded
as earnest money. The full value of the earnest money shall stand forfeited without prejudice to any other rights or
remedies in case my / our tender is accepted and if: (a) I/We do not execute the contract documents within Fifteen days after receipt of the notice issued by the railway
that such documents are ready and
(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.
(c) I/We resile from my/our offer or modify the terms and conditions thereof in a manner not acceptable to the
Northern Railway during a period of 90 (Ninety) days from the date of opening of the tender.
(d) I/We do not submit a performance Guarantee in the form of an irrevocable Bank guarantee amounting to 5% of
contract value as per the performa as prescribed by the Railways, before signing of agreement which should be
normally about 15 days after the issue of letter of acceptance and the performance guarantee shall be initially valid
upto to stipulated date of completion plus 60 days beyond that, in case, the time for completion of work gets
extended, the contractor shall get validity of performance guarantee extended to cover such extended time for
completion of work plus 60 days.
4.

5.

The amount of earnest money in the form of cash lodged with Divisional Cashier, Northern Railway, Firozpur Cantt vide
Cash Receipt No:_____________ dated__________ or deposited in the form of pay order, deposit receipts, demand drafts
is attached. I/we have clearly noted that the earnest money will be acceptable in the above forms only.
Until a formal agreement is prepared and executed acceptance of the tender shall constitute a binding contract between us
subject to modification, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer
for this work.

Signature of the Tenderer/s


Address (complete postal address to be given)
Dated:
Signature of Witnesses:1.________________________________

2._________________________

Signature of the tenderer/s

Page 7 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Northern Railway
OPEN TENDER NOTICE
Tender Notice No. 16/2014-15
Division Office
Dated 31.10 .2014
Firozpur
Divisional Railway Manager, Northern Railway,Firozpur,for and on behalf of the President of India invites
open tenders on prescribed tender form for the under noted works.
Note:-Earnest money will be accepted in the form of Cash receipt from Divl.Cashier/Bankers Cheque/demand draft only.
Name of Work
1. Upkeeping including sanitation, linen washing and other ancillary works in Holiday Home at
Manali in the section of SSE/W/PLMX under ADEN/PLMX. Approximate
Cost ` 13,74,450/- Earnest Money- ` 27,490/- Date of completion- 24 Months
2 Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
/raising of parapet walls, cleaning of water way in the section of ADEN/JRC. Approximate
Cost ` 19,95,398/- Earnest Money- ` 39,910/- Date of completion- 06 Months
3. Improvement to water supply by provision of Sintex water tanks in colony No. 1,2,3,4, at
JUC and at KRE & annual repair to all staff quarters and service buildings in colony no.3 at
JUC under SSE/W/JUC under ADEN/JRC..Approximate Cost `54,05,989/- Earnest
Money- `1, 08,120/- Date of completion- 06 Months. Nature of work:-Any Civil works
other than track works..
4

Supply of 2875 cum Ballast at cess in ASR & JUC yard in the section of DEN-III/FZR..
Approximate Cost ` 31,26,696/- Earnest Money- ` 62,530/- Date of completion-03
Months..
5 Replacement of various types of Turnouts laid on ST/CSR/wooden sleepers with fan shapped
turn outs on PSC fan shape sleepers under ADEN/ASR in the jurisdiction of DEN-III/FZR.
Approximate Cost ` 79,49,036/- Earnest Money- `1,58,990/- Date of completion6 Months. Similar nature of work-Any manual or mechanized track work involving
CTR/TRR/TSR/Deep screening/Shallow screening/ overhauling/de-stressing/
Raising/End cropping of track etc Pre & Post work for track maintenance Machines & TTR
by T-28.
6 Repair to pathway sheets and replacement of fitting of steel channel sleepers on bridges in
the section of Sr DEN-1/FZR Approximate Cost `39,97,988/-Earnest Money- ` 79,960/Date of completion- 04 Months..
7. Ordinary repair and maintenance as well as new works, additions & alterations to existing
structures and emergent works in Zone No.1/2014-15 all service buildings at Pathankot in the
section of SSE/W/PTK under ADEN/PTK. Approximate Cost `28,98,996/Earnest Money- ` 57,980/- Date of completion 30.6.215.
8. Ordinary repair and maintenance as well as new works, additions & alterations to existing
structures and emergent works in Zone No.2/2014-15 all service buildings and staff quarters
etc ie Madhopur Punjab(incl) Chakki Bank Mirthal(excl) in the section of SSE/W//PTK
under ADEN/PTK. Approximate Cost `29,99,999/- Earnest Money- ` 60,000/- Date of
completion 30.6.215.
9. Crossing of 900nn dia RCC sewer pipe line passing through 1400mm & 1600mm dia MS
casing pipe under the Railway Track near Br No.387-A at km 362/9-10 on SNL-ASR section
under ADEN/LDHApproximate Cost `44,51,366/-Earnest Money- ` 89,030/- Date of
completion- 04 Months..
10.CTR (S)52.033 Km of yard lines already laid on 75E/90R/52 kg(72 UTS) rails on
wooden,CST-9 & ST sleepers with 52 kg (90 UTS) SH rails laid on PSC-6(SH) sleepers to
M+7 density with elastic fastening including raising cushion to standard profiles under
different SSE/P.way in the section of Sr DEN-1/FZR. Approximate Cost `62,70,394/Earnest Money- ` 1,25,410/- Date of completion- 06 Months. Similar nature of workAny manual or mechanized track work involving CTR/TRR/TSR/Deep screening/Shallow
screening/ overhauling/de-stressing/ Raising/End cropping of track etc Pre & Post work for
track maintenance Machines & TTR by T-28..

Signature of the tenderer/s

Page 8 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

Divisional
Railway
Manager,
Northern
Railway,
Firozpur, for
and on behalf
of theItems
wise cost of
Tender
documents.

Address of the
office
from
where the tender
from can be
purchased
Date and time
for submission of
tender & opening
of tender

/raising of parapet walls, cleaning of water way in the

1. ` 2000/- (` Two thousand only) per set for tenders at SN-1 &2 only.
2. ` 3000/- (` Three thousand only) per set for tenders at SN-4,6,7 ,8& 9 only.
3. ` 5000/- (` Five thousand only) per set for tenders at SN-3,5 & 10 only.

If required by post, Rs 500/- per set will be charged extra. The cost of tender document is
neither refundable nor the tender form is transferable. The tenders required by post will be on
risk of the applicant and railway will not be responsible for delay in transit or damage or loss of
tender document sent by post.
Tender forms can be purchased from the office of DRM/Engg, Northern Railway, Firozpur
Cantt (Punjab) on any working day starting from 24.11.2014 to 7.12.2014 from 10.30 hrs to
15.00 hrs and 10.30 hrs to 13.00 hrs on 08.12.2014. Tender documents will also be available on
web site www.nr.indianrailways.gov.in.

All the tenders will be received in the office of DRM/Engg, Northern Railway, Firozpur Cantt
(Punjab) up to 15 hours on 08.12.2014 and soon thereafter will be opened.

Note: - The persons responding to the tender may check the relevant website i.e. www.nr.indianrailways.gov.in. for
additional details before submitting tender documents.
For Divl. Railway Manager,
N. Rly, Firozpur

Signature of the tenderer/s

Page 9 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

No.770-W/169/WA/16
Dated: 31.10.2014

Copy to : 1. The C.P.R.O., Northern Railway, State Entry Road, New Delhi along with 10 spare copies for publication in leading
National Newspapers in India. One copy may please be sent to the Editor, Indian Railways, P.B. No. 467, New
Delhi for publication in Magazine. The cost is debitable to 03053320. Original advertisements published in various
Newspapers may please be sent to this office as soon as these are available for perusal.
2. Pr. Chief Engineer/ N. Rly. Baroda House, New Delhi.
3. Chief Administrative Officer/Const, N .Rly. Kashmere Gate, Delhi.
4. Dy. Chief Engineers/C/ N.Rly. JUC, CDG, PTK, JAT & UHP
5. Sr.DFM/N.Rly., Firozpur, kindly repute competent representative for opening of tender as per above.
6. All SrDENs, DENs, ADENs on FZR Division.
7. Divisional Railway Manager, All Divisions, Northern Railway.
8. Sr. DSC/RPF/FZR- please depute the staff for security on the above mentioned date.
9. All other Divisional Officers for information please.
for Divl. Railway Manager,
N. Rly, Firozpur
If the tenderer(s) deliberately give(s) a wrong information/wrong Credentials/Documents in his/their tender and thereby
create(s) circumstances for acceptance of his/their tender, Railway reserves the right to reject such tender at any stage,
besides, shall suspend the business with such tenderer (s) for One Year.
3

JVs /Consortiums/MOUs shall not be considered for the works having advertised cost less than Rs Twenty
five crore.

Tender forms completed in all respects should be submitted (in a sealed envelope super-scribing the name of work) in the
tender box allotted for the purpose in the office of DRM/Engg, Northern Railway, Firozpur Cantt (Punjab) upto 15.00 hrs on
08.12.2014 The tenders duly sealed in the prescribed manner above, may also be sent through registered post so as to reach
the above office not later than 15.00 hrs. on 08.12.2014. Any tender received after prescribed time & date, is liable to be
rejected.
No body carrying any sort of weapon including lathi etc. will be permitted anywhere in the office complex as well as near to
it. Not more than one representative of the tenderer will be permitted to witness the tender opening. Mobile phone is not
permitted in the tender opening room.
Tender notice is available on www.nr.indianrailways.gov.in Tender documents will also be available on this website w.e.f.
date of sale as specified.

For Divl. Railway Manager,


N. Rly, Firozpur

Signature of the tenderer/s

Page 10 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

NORTHERN RAILWAY
SPECIAL TENDER CONDITIONS AND INSTRUCTIONS TO TENDERERS
1.0

DETAILS OF WORKS
Tenders are invited for the work as per details on TOP SHEET.

2.1

TENDER DOCUMENTS

2.2

SUBMISSION OF TENDERS

2.2.1

The tender documents consist of (a) Tender form first sheet (b) Special tender conditions and instructions to tenderer/s
(c) Special conditions relating to site data and specifications (d) Schedule of Rates, Schedule of Quantities. These must
be submitted together as one set, failing which the tender is liable to be rejected.

2.1.2

Tender documents can be obtained from the office of the Divisional Rail Manager/Engg, N.Rly, Firozpur Cantt on
any working day during specified office hours i.e. 10.30 hours to 15.00 hours from _______to __________and 10.30
Hours to 13.00 hours on _________on cash payment of ` /- (Rs __ _ only) for each set and ` ____/-(` ____ _______)
only if required by post. The cost of this tender form is not transferable or refundable. Request for tender by post must
accompany draft of ` ____/-(` __ _ _______) only in favour of Sr. Divisional Finance Manager, N.Rly, Firozpur
Cantt, payable at FZR.

2.1.2(a) Cost of Tender Documents:


Tender documents are available on Northern Railway website i.e.
www.nr.indianrail.gov.in. and the same can be
downloaded and used as tender document for submitting the offer. This facility is available free of cost. However the
cost of tender document as indicated above in para 2.1.2 will have to be deposited by the tenderer in the form of bank
draft payable at FZR in favour of Sr.Divisional Finance Manager N.Rly Firozpur alongwith the tender document. This
should be paid separately and not included in the earnest money. In case, tender is not accompanied with the cost of
the tender document as detailed above, tender will be summarily rejected.
2.1.3

2.1.4

These tender documents must be submitted duly completed in all respects in a sealed cover super scribed as tender form
for the work AS ON TOP SHEET and should be deposited in the tender box in the office of the Divisional Railway
Manager/Engg, N.Rly, Firozpur on or before up to 15.00 hours on Date of opening As On Top Sheet. The tender
will be opened soon thereafter in specified office(s) simultaneously and rates read out in the presence of such tenderer/s
as is/are present. Tenders which are received after the time and date specified above may not be considered. In case the
advertised date for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the
same time and place.
Tenders sealed and superscribed as aforesaid can also be sent by registered post addressed to the Office of Divisional
Railway Manager/Engg, Northern Railway, Firozpur Cantt (Punjab) on or before up to 15.00hrs on Date of opening
As On Top Sheet, but a tender which is received after the time and date of specified in para 2.1.3 above may not be
considered. Any tender delivered or sent otherwise will be at the risk of the tenderer/s.

2.2
2.2.1

COMPLETION OF TENDER DOCUMENTS :


The tenderer/s shall quote rate/s, in figures as well as in words, for all labour and materials, separate for various
Schedules/Sub-Schedules in the attached Schedule of Item, Rates and Quantities. Every possible fluctuation, in the rate
of labour, material and general commodities and other possibilities of each and every kind which may affect the rates,
should be considered and kept in view before quoting the rates and no claim on this account shall be entertained by the
Railway under any circumstances except the price escalation payable as per price escalation clause, if any, provided
separately in the tender documents.
2.2.2. The rate/s should be quoted in figures as well as in words. If there is any variation between the rates quoted in figures
and in words, the rates quoted in Words shall be taken as correct. If more than one rates or improper rates are tendered
for the same items, the tender is liable to be rejected.
In case, the tenderer/s quote/s multiple rates, the offer will be treated as incomplete and shall be summarily
rejected.

Signature of the tenderer/s

Page 11 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

2.2.3.

/raising of parapet walls, cleaning of water way in the

Each page of the tender papers is to be signed and dated by the tenderer/s or such person/s on his/their behalf who is/are
legally authorized to sign for him/them.

2.2.4.

Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by
the tenderer/s in his/their entries should be in Ink and must be attested by him/them under full signature and date.
2.2.5. Additional conditions or stipulations if any must be made by the tenderer/s in a covering letter with the tender. The
Railway reserves the right not to consider conditional tenders and reject the same without assigning any reason. Only
those additional conditions which are explicitly accepted by the Railway shall form part of the contract.
2.3 CREDENTIALS TO BE SUBMITTED ALONGWITH TENDERER/S(APPLICABLE ONLY FOR WOKS
MORE THAN `50.0 LACS)
2.3.1
Tenderer/s should enclose documents and certificates to show that he/they has/have satisfactorily carried out works of
the type involved in the construction of the work being tendered for. He/they should also produce proof to the
satisfaction of the Railway of his/their technical ability and financial stability to undertake the work of the magnitude
tendered for.
2.3.2
The tenderer/s shall submit with his/their tender a list of serviceable machinery, tools and plants, equipments and
vehicles he/they has/have in hand for executing the work and those he/they intends/intend to purchase.
2.3.2.(A)
The tenderer/s must submit, along with his/their tender:i.
Statement showing similar works executed by him/them.
ii.
Certificates of successful completion of his/their work
iii.
A statement of all payments received against all successfully completed work/works in progress of all types
(not necessarily similar in type of work in this tender) indicating the organization/ units from which the
payments have been received. Necessary certificates in this regard, from the authorities who made the
payments for three preceding years should be enclosed, duly attested.
iv.
List of their Engineering organization and equipments, construction tools and plants available with them.
v)

Technical eligibility criteria ( for works having advertised cost more than Rs. 50 Lkh,)
(a) As a proof of technical experience/competence, the tenderer should have successfully completed at least one
similar single work for a minimum value of 35% of advertised tender value, inclusive of cost of cement and
steel, in last Three Financial Years (i.e. Three Previous Years and Current year up to the date of opening of
the tender).
The similar nature work:-_As On Top Sheet.
(b) The following will be applicable for evaluating the eligibility.

i)

ii)

iii)

Similar nature of work physically completed within the qualifying period, i.e. last three financial years and
current financial year (even though the work might have commenced before the qualifying period) should only
be considered in evaluating the eligibility criteria.
The total value of similar nature of work completed during the qualifying period and not the payment received
within qualifying alone, should be considered. In case, the final bill of similar nature of work has not been
passed and final measurements have not been recorded, the total paid amount including statutory deductions is
to be considered. If final measurements have been recorded and work has been completed with negative
variation, then also the paid amount including statutory deductions is to be considered.
However, if final measurements have been recorded and work has been completed with positive variation but
variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is
lower should be considered for judging eligibility.
In case of composite works involving combination of different works, even separate completed works of
required value should be considered while evaluating the eligibility criteria.
For example, in a tender for bridge work where similar nature of work has been defined as bridge work with
pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with pile foundation of
value at least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of
value at least equal to 35% of tender value should be considered as having fulfilled the eligibility criterion of
having completed single similar nature of work.

Signature of the tenderer/s

Page 12 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

2.3.2 (A) (vi) Financial Eligibility Criteria. ( for works having advertised cost more than Rs. 50 Lkh,)
As a proof of sufficient financial capacity and organizational resources, contractor should have received the total payments
against satisfactory execution of all completed/ongoing works of all types (not confined to only similar works) during the
last three financial years and in the current financial year (upto the date of opening of the tender) of a value not less than
150% of the advertised cost of work including the cost of cement and steel.
vii)
For judging the technical eligibility and financial capability only those works which had been executed for the Govt. or Semi
Govt. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned
duly signed under the official seal. It should be noted that credentials for the works executed for Private Organizations shall
not be considered.
viii)
The tenderer/s/contractor shall submit a statement of contractual payment received during the last three financial years and
current year on the prescribed Performa as detailed at Annexure-I. The details shall be based on the form 16-A issued by
employer i.e. the certificate of deduction of tax at a source under Section 203 of the Income Tax Act, 1961. The
photocopies of the form 16A shall be enclosed duly attested by Notary public with seal and Notarial stamps thereon.
ix)
If a tenderer has completed a work of similar nature where cement and steel was issued by department free of cost, tenderer
must submit the completion certificate indicating cost of these materials and total cost of work (including cost of
cement/steel) shall be considered to decide eligibility or otherwise.
x)
The overall financial soundness of the tenderers will be evaluated based upon the volume of the work handled, turn over,
balance sheet etc. tenderers will accordingly furnish these particulars for the last three years (i.e. current year and three
previous financial years) duly supported by latest audited results/balance sheets.
xi)
Tenderer has to satisfy the eligibility criteria for technical capability and competence as well as for financial capacity and
organizational resources.
xii)
If the tenderer is a JV/Consortium, each partner of JV/Consortium should have good credentials and the JV/Consortium
should meet the technical and financial criteria as per the guidelines given in Annexure-K
xiii)
If the tenderer is a Partnership Firm, the conditions and the technical & financial eligibility criteria will be applicable as per
guidelines givens in Annexure K-2
2.4
2.4.1

CONSTITUTION OF THE FIRM:


The tenderer/s who are constituents of firm, company association or society must forward attested copies of the constitution of their
concern, partnership deed and power of attorney with their tender. Tender documents in such cases are to be signed by such
persons as may be legally competent to sign them on behalf of the firm, company association or society as the case may be Cooperative societies must likewise submit a attested copy of their certificate of registration alongwith the documents as above
mentioned.
The railway will not be bound by any power of attorney granted by the tenderer/s or by changes in the composition of the firm made
subsequent to the execution of the contract. The Railway may however recognize such power of attorney and change after
obtaining proper legal advise, cost of which will be chargeable to the contractor.
JVs/ Consortiums/ MOUs shall be considered in accordance with Tender Notice / approved tender conditions.

2.4.2.

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

2.4.2 (b) If the contractors firm is dissolved on account of death, retirement of any partners or for any reason what-so-ever before fully
completing the whole work or any part of it, undertaken by the principal agreement the surviving partners shall remain
jointly/severally and personally liable to complete the whole work to the satisfaction of the Railway due to such dissolution. The
amount of such compensation shall be decided by Divisional Rail Manager N.Rly Firozpur Cantt and his decision in the matter
shall be final and binding on the contractor.
2.4.2. (c ) The cancellation of any documents such as power of attorney, partnership deed etc., shall forth be communicated to the Railway in
writing, failing which the Railway shall have no responsibility or liability for any action taken on the strength of the said
documents.
2.4.2. (d) The value of contract and the quantities given in the attached schedule of items, rates and quantities are approximate and are given
only as a guide. These are subject to variations/additions and omission. The quantum of work to be actually carried out shall not
form the basis of any dispute regarding the rates to be paid and shall not give rise to claim for compensation on account of any
increase or decrease either in the quantity of in the contract value.

2.5

INCOME TAX DEDUCTION

Signature of the tenderer/s

Page 13 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

2.5.1

Under Section 194-C of the Income Tax Act 1961 deduction of 2% plus surcharge as applicable on Income Tax will be
made for sums paid for carrying out the work under this contract. In case of supply contract for ballast, deduction of 2%
(Two Percent) Income tax will be made for the sums paid for labour portion only (i.e., loading, unloading, stacking,
measurement and laying etc).
3.0 EARNEST MONEY:
3.1
The tender must be accompanied by a sum of `_________ /- (` _______________________________only) ) 2% for
works estimated to cost up to `1 Crore) and for works estimated to cost more than ` 1 Crore -` 2 lakhs plus 1/2 % (half
percent) of the excess of the estimated cost beyond `1 Crore, subject to a maximum of `1 Crore, (as indicated in tender
notice ) as earnest money in the manner prescribed in para 3.2. failing which the tender shall be summarily rejected.
The earnest money shall be rounded to the nearest Rs 10.
3.1.1
Labour Co-operatives are required to deposit only 50% of the earnest money as referred to clause 3.1 above.
3.1.2
The tenderer/s shall keep the offer open for a period of 90 days from the date of opening of the tender in which period
tenderer/s cannot withdraw his/their offer subject to period being extended further, if required, by mutual agreement
from time to time. It is understood that the tender documents have been sold/issued to the tenderer/s and tenderer/s
is/are being permitted to in consideration of stipulation on his/their part that after submitting his/their offer he/they will
not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to Northern
Railway should the tenderer/s fail to observe to comply with the foregoing stipulation or fail to undertake the contract
after acceptance of his/their tender the entire amount deposited as earnest money for the due performance of the
stipulation and to keep the offer open for the specified period, shall be forfeited to the Railway.
If the tender is accepted, the amount of all earnest money will be retained as initial security deposit for due and
faithful fulfillment of the contract. The earnest money of unsuccessful tenderer/s will, save as herein before provided
be returned to the unsuccessful tenderer/s within a reasonable time, but Railway shall not be responsible for any
loss or depreciation that happen to the earnest money for the due performance of the stipulation and to keep the offer
open for the period stipulated in the tender documents while in Railway possession nor will be liable to pay interest
thereon.
3.2

The Earnest Money of the requisite amount referred to in Clause 3.1 above is required to be deposited either in cash with
the Divisional Cashier, Northern Railway, Firozpur Cantt on any working day before 12.00 Hrs on __________
or in any of the following forms:(i)
,Bankers cheque & demand drafts. These forms of earnest money could be either of the State Bank of
India or of any of the Nationalized Banks or by a Scheduled Bank. No confirmatory advice from
Reserve Bank of India will be necessary.
(ii)
The above instruments should be pledged in favour of Sr.Divisional Finance Manager N.Rly
Firozpur Cantt.
(iii)
The official cash receipts having a mention of the firm/individual who has deposited the cash or the
Bankers cheque/ Demand Draft as mentioned above, as the case may be, is to be attached with the
tender, failing which, tender will be summarily rejected.
N O T E:1. Tenders submitted with Earnest Money in any form other than those specified above shall not be considered.
2.
Any request for recovery from outstanding bills for earnest money against present tender will not, under any
circumstances, be entertained.
3.
No interest will be payable upon the Earnest Money and Security Deposit or amount payable to the contractor
under the Contract.

3.3

The previous deposits of earnest money may be considered for adjustment against the present tender if so desired by the
tender/s only when the earlier tender has been finalized and the earnest money deposited has actually become available
without any attachment and there is no change in the constitution of the parties seeking adjustment.

4.0
4.1

ACCEPTANCE OF TENDER:
IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/ WHOSE CREDENTIALS/DOCUMENTS IN
HIS/THEIR TENDERS AND THEREBY CREATE (S) CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER,
RAILWAY RESERVES THE RIGHT TO REJECT SUCH TENDER AT ANY STAGE, BESIDES, SHALL SUSPEND THE
BUSINESS FOR ONE YEAR.

Signature of the tenderer/s

Page 14 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

4.2

4.3

4.3.1

4.3.2
4.3.3
4.4
4.5
4.6

4.7

/raising of parapet walls, cleaning of water way in the

The authority for acceptance of tender rests with Divisional Railway Manager/ Additional Divisional Railway Manager/Sr.
Divisional Engineer/Any Authority as per specified SOP as the case may be who does not undertake to assign reasons for declining
to consider any particular tender or tende` He also reserves the right to accept the tender in whole or in part or to divide the tender
amongst more than one tender if deemed necessary.
The successful tenderer/s shall be required to execute an agreement with the President of India acting through the Divisional Railway
Manager/ Additional Divisional Railway Manager/ Sr. Divisional Engineer/ Any Authority as per specified SOP for carrying
out of the work as per agreed conditions. The cost of stamp for the agreement will be borne by the Northern Railway.
The contract operation and proceedings in connection with the work shall at all times be conducted during the continuance of contract
in accordance with the laws, ordinance, rules and regulations for the time being in force and the contractor shall further observe and
comply with the bye-laws and regulations of the Govt. of India, State Govt. and of Municipal/other authorities having jurisdiction in
connection with the work(s) or site over operations such as these are carried out by the contractor/s and shall give all notice required
by such bye-laws and regulations. The Hospital and medical regulations in force for the time being shall also be complied with by the
contractor/s and his workmen.
The contractor shall be responsible for the observance of the rules and regulations under mines act and mineral rules and Indian
Metallurgical rules and regulations of State/Central Govt. concerned as amended from time to time.
The contractor shall at all times keep the Railway administration indemnified against all penalties that may be imposed by the Govt. of
India or State Govt. for infringements or any of the clause of the mines act and rules made there under in respect of quarries from
which the ballast for these works is procured.
The tenderer/s shall not increase his/their rate in case the Railway Administration negotiates for reduction of rates. Such negotiations
shall not amount to cancellation or withdrawals of the original offer and rates originally quoted will be binding on the tenderer/s.
The tenderer/s shall submit an analysis of rates called upon to do so.
A corrigendum shall be issued in case the increase in quantity in one or more items result an extra expenditure in excess of 10% of the
value of the contract or `50,000/- whichever is less. For the purpose of assessing the increase in the quantity and the increase in the
value of contract only such of the items in which there is any increase shall be taken into account and the saving in other items
ignored.
Non-compliance with any of the conditions set forth here in is liable to result in the tender being rejected.

4.8

Variation in quantities:
The procedure detailed below shall be adopted for dealing with variation in quantities during execution of works contract:
4.8.1
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.
4.8.2
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 agreement value should not be permitted and, if found necessary, should be only
through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO/ FA&CAO(C) and
approval of General Manager.
4.8.3
In case where decrease is involved during execution of contract:
(a) The contract signing authority can decrease the item upto 25% of individual item without finance concurrence
(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of
S.A. Grade may be taken, after obtaining No Claim Certificate from the contractor and with finance concurrence, giving detailed
reasons for each such decrease in the quantities.
(c) It should be certified that the work proposed to be reduced will not be required in the same work.
4.8.4

The limit of varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value

Signature of the tenderer/s

Page 15 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.
No such quantity variation limit apply for foundation items.
As far as USSOR items are concerned, the limits of 25% would apply to the value of SOR schedule as a whole and not on individual
SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting
the rate (single percentage rate or individual item rate)
4.8.7
For the tender accepted at Zonal Railway level, variations in the quantities will be approved by the authority in whose powers revised
value of the agreement lies.
4.8.8
For tender accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager.
4.8.9
For tenders accepted by Board Members and Railway Minister, variation upto 110% of the original agreement value may be accepted
by General Manager.
4.8.10 The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender
(both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should
be obtained.
5.0
Security deposit and performance Guarantee on Acceptance of Tender
5.1
The security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as under:
The
a
The security deposit for each work will be 5% of the contract value,
tota
l
b
The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is recovered,
sec
urit
c
Security deposit will be recovered only from the running bill of the contract and no other mode of collecting security
y
deposit such as security deposit in the form of instruments like BG, FD etc. shall be accepted towards security deposit.
dep
osit
recoverable from a contractor including the amount of earnest money deposited with the tender as given in Clause above will not
exceed the security amount recoverable at the rates mentioned above.
The Security Deposit unless forfeited in whole or in part according to the terms and conditions of the Contract, shall be released to the
contractor only after the expiry of the maintenance period and after passing the final bill based on no claim certificate. Thus before
releasing the SD, an unconditional and unequivocal no claim certificate form the contractor concerned should be obtained. The
competent authority should issue the certificate regarding the expiry of the maintenance period and passing of the final bill based on
no claim certificate. The competent authority shall be the authority who is competent to sign this contract. If the competent authority
is of the rank lower than JA grade, then a JAG officer/Senior Scale officer holding independent charge (concerned with work) should
issue the certificate.
Note: (i) After the work is physically completed , security deposit recovered from the running bills of a contractor can be returned to
him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.
ii) In case of contracts of value `50 Crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining
security deposit.
5.2.
Performance Guarantee:
The procedure for obtaining Performance Guarantee is outlined below:(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter Of
Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA
may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be
charged for the delay beyond 30 (thirty) days, ie from 31st day after the date of issue of LOA. In case the contractor fails to submit the
requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if
any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.
(b) The successful bidder shall submit the Performance Guarantee(PG) in any of the following forms, amounting to 5% of the contract
value:
(i)
A deposit of cash;
(ii)
Irrevocable Bank Guarantee;
(iii) Government Securities including State Loan Bonds at 5% below the market value;
(iv)
Deposit receipts, Pay Orders, Demand Drafts and Guarantee Bond. These from of Performance Guarantee could be either of
the State Bank of India or of any of the Nationalized Banks;
(v)
Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Bank;
(vi)
A Deposit in the Post office Saving Bank;
(vii) A Deposit in National Saving Certificates;
(viii) Twelve years National Defence Certificates;
(ix)
Ten years Defence Deposits.
4.8.5
4.8.6

Signature of the tenderer/s

Page 16 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

(x)

/raising of parapet walls, cleaning of water way in the

National Defence Bonds and

(xi)
Units Trust Certificates at 5% below market value or at the face value whichever is less.
Also, FDR in favour of FA&CAO ( free from any encumbrance) may be accepted.
NOTE: The instruments as listed above will also be acceptable for guarantees in case of Mobilization Advance.
(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance(LOA) has been issued, but
before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond
that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such
extended time for completion of work plus 60 days.
(d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during
the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance
Guarantee amounting to 5%(five percentage) for the excess value over the original contract value shall be deposited by the contractor
(e) The Performance Guarantee (PG) shall be released after physical completion of the work based on Completion Certificate issued by
the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall,
however, be released only after expiry of the maintenance period and after passing the final bill based on No Claim Certificate from
the contractor.
(f) Whenever the contract is rescinded, the Security deposit shall be forfeited and the Performance Guarantee shall be encashed. The
balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from
participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every
member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/ her individual capacity or
as a partner of any other JV/partnership firm.
(g) The engineer shall not make a claim under the Performance Guarantee except for amount to which the President of India is entitled
under the contract (not withstanding and /or without prejudice to any other provisions in the contract agreement) in the event of :
(i)
Failure by the contractor to extended the validity of the Performance guarantee as described herein above, in which event the
Engineer may claim the full amount of the Performance Guarantee.
(ii)
Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under
any of the Clauses/ Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.
(iii)
The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in
full and shall be absolutely at the disposal of the President of India.

5.3

5.4

6.0
6.1

Exemption of Earnest Money & Security Deposit:


Public Sector Undertakings wholly owned by Railways like RITES, IRCON, Konkan Railway Corporation Limited,
CRIS, Rail-Tel Corporation etc. are exempted from depositing Earnest Money & Security Deposit.
Whenever the Railways PSUs are awarded works contracts by Railways, on single tender basis, they are exempted
from the requirements of submitting performance guarantee.
However, in the event of failure of the Railway PSU to successfully execute the contract as per terms and conditions laid
down in the agreement, a penalty equivalent to 5% of the original value of contract would be levied.
If Railway PSUs are awarded contract through competitive bidding (open tender, special limited tender etc.) the normal
rules regarding submission performance bank guarantee as applicable to other tenderer/s shall be applicable to these
PSUs.
CONDITIONS OF CONTRACT AND SPECIFICATIONS;
Except where specifically stated otherwise in the tender documents the work is to be carried in accordance with (i)
Northern Railway General Conditions of contract regulations and instructions for tenderer/s and standard form of
contract 2013 amended from time to time & upto date(ii) Northern Railway Unified Standard Schedule of Rates 2010
amended from time to time & upto date and (iii) Northern Railway standard Specifications for material and works 2010
copies of all these publications can be obtained from the Divisional Railway Manager N.Rly office Firozpur Cantt
on payment as under:I)
ii)
iii)

General Conditions of Contract and regulations and instructions to tenderer/s


`1000/standard form of contract 2013
Northern Railway Standard Specifications for Material and Works 2010
` 1000/Northern Railway Unified Standard Schedule of Rates 2010
`1000 /-

Signature of the tenderer/s

Page 17 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Demand for these publications from out station will be considered only if a sum of `50/- towards postal charges is also
sent with the cost of the books by money order.

6.2

The tender documents referred to in clause 2.1.1 above will govern the works done under this contract in addition to
documents referred to in clause 6.1 above. Where there is any conflict between special tender conditions regarding
instructions to tenderer/s, Special conditions relating to site data and specifications and the stipulations contained in the
schedule of rates and quantities on the one hand and the Northern railway Standard specifications for Materials and works
2010 the General Conditions of Contract 2013 etc. and the Unified Standard Schedule of Rates of 2010 on the other hand
the former shall prevail.
7.0
STUDY OF DRAWINGS AND LOCAL CONDITIONS
7.1
The drawings for the works can be seen in the office of the Divisional Railway Manager Firozpur Cantt. It should be
noted by tenderer/s that these drawings are meant for general guidance only and the railway may suitably modify them
during the execution of the work according to the circumstances without making the Railway liable for any claims on
account of such changes.
7.2
The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature and conditions of
soil, difficulties involved due to inadequate stacking space, due to built up area around the site, availability of materials
water and labour probable sites for labour camps, stores, godowns, etc. They should also satisfy themselves as to the
sources of supply and adequacy for their respective purpose of different materials referred in the specifications and
indicated in the drawings. The extent of lead and lift involved in the execution of works and any difficulties involved in
the execution of work should also be examined before formulating the rates for complete items of works described in the
schedule.
7.3.1.
Fencing at work: Contractor(s) while executing the work of gauge conversion/doubling, yard remodeling etc. shall
provide suitable fencing/barricading to protect/segregate the existing Railway line from any damage and un-toward
incident, as per ;the directions or plan approved by Engineer-in-charge. The payment of barricading/fencing shall be
paid under the relevant N.S. item as given in the Schedule. No work will be started till he fencing/barricading is
provided and clearance in writing is issued by the Engineer-in-charge.
7.3.2
Suitable gates/barriers should be installed across the new embankment, preferably adjoining the manned/unmanned
level crossings. The entry for the vehicles should be regulated by an authorized representative of the Engineer-in-charge
during the working hours
7.4
During execution of the work, contractors shall ensure that all safety precautions are taken by their man to protect
themselves and site to prevent any untoward incident. In this regard contractor will ensure that adequate number of
safety helmets, safety belts, safety jackets with reflective arm band; rope ladders emergency light etc. are available at
site before the work is actually started. The above list is only indicating and is not exhaustive and safety item will be
arranged as per the requirement. Railway reserve the right to stop the work in the absence of proper safety gear and no
claim shall be entertained in this regard. Decision of the Engineer-in-charge will be final and binding upon the
contractor. The cost of all the safety gear is deemed to have been included in the rates quoted and nothing extra is
payable under this contract.
8.0.
8.1

PERIOD OF COMPLETION
The entire work is required to be completed in respects within __(___) months from the date of issue of the acceptance
letter/telegram. Time is the essence of contract. The contractor/s will be required to maintain speedy and required
progress to the satisfactions of the Engineer to ensure that the work will be completed in all respects within the stipulated
period failing which action may be taken by the Railway Administration in terms of Clause 17 and/or clause 62 of the
General Conditions of Contract, 2013.

8.2

The contractor/s shall arrange to execute the different items of works in close consultation with and as per directions of
the Engineer so that other works being executed in the same area either departmentally or through another agency such
as steel erection, P-way earthwork in formation, etc. are also progressed concurrently. It may be noted, however, that
any delay in the execution of departmental works, for whatsoever reason shall not be accepted as an excuse for nonperformance of the contract.

8.3

The contractor/s will be required to give Sr. Divisional Engineer/Divisional Engineer, monthly progress report of the
work done during the month on 4th of the following month. He will also give to the SrDEN/DEN, the program of work

Signature of the tenderer/s

Page 18 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

to be done in coming month by 25th of the preceding month. The programme will be subject to alteration or modification
at the direction of competent authority who may discuss such modifications or alterations with the contractor as
considered necessary. Approval of any program shall not in any way relieve the contractor from any of the obligations to
complete the whole of work by the prescribed time or extended time, if any.

8.4

9.0
9.1
9.2

9.3

9.3.1
9.4

9.5

9.6

9.7
9.8

Incentive Bonus Payment clause (TO BE APPLICABLE ONLY IF SPECIFICALLY MENTIONED IN


SPECIAL CONDITIONS RELATED TO SITE DATA AND SPECIFICATIONS)
The incentive bonus payment clause will apply to contracts for throughput enhancement relating to Doubling &
Traffic facility works only. The contracts which are for works covering plan heads other than doubling and traffic
facility the incentive bonus clause shall not apply.
The incentive bonus payment will be regulated as follows:1)
This incentive Bonus payable shall not be more than 1% of the initial contract value or
revised contract value whichever is less for every one month of early completion ahead of the original completion
period or revised completion period whichever is less.
2)
However, the maximum incentive bonus shall not be more than 6% of the original contract
value or revised contract value whichever is less.
3)
Period less than one month shall not be reckoned for the incentive bonus
calculation.
4)
This incentive scheme shall not apply if extension to the original completion period is given irrespective of on
whose account (Railways Account or Contractors Account)
RATES FOR PAYMENT
The rates given in the attached schedule of rates tendered by the contractor and as accepted by the Railways will form the
basis of payment for such items under this contract.
No material price variation or wages escalation on any account whatsoever the compensation for Force majure etc. shall be
payable under the contract except payable as per price escalation clause if any, provided separately in the tender
documents.
The rates for any item of work not included in the Schedule of items, Rates and quantities and which the contractor my be
called upon to do by Railway Administration shall be fixed by the supplementary written agreement between the contractor
and the Railway before the particular item or items of work is/are executed in the event of such agreement not being
entered into and executed the Railway may execute these works by making alternative arrangements. Railways will not be
responsible for any loss or damages on this account.
The contractor shall work in close co-operation with the contractor/ departmental staff working in the adjacent sections of
Railway local authorities.
It should be specifically noted by the tenderer/s that no separate loading, unloading and leading charges for materials
(which are supplied by the Railway) shall be paid for by the Railways and the rates quoted by the tenderer/s shall be
inclusive of all these charges.
The items Nos. description, units and rates given against SOR items in schedule of items, rates & quantities are as per
Northern Railway Unified Standard Schedule of Rates, 2010 and any discrepancy during the execution of the work in the
working rates, quantity and units etc. should be rectified by reference to the printed USSOR General Conditions of
Contract, 2013 of N.Rly which shall be treated as authority and will be binding on the contractor.
Should there arise any items which may be necessary for the completion of work but which does not appear in the
Schedule of items, rates and Quantities attached with tenders, items rate will be fixed by analysis of actual in puts of all
types including labour and material or derived from the labour and material rtes given in the Northern Railway Unified
Standard Schedule of Rates, 2010. The rates for such non-scheduled items occurring during the course of construction
shall be payable subject to the approval of the competent authority. No items of work requiring non-schedule rates will be
carried out unless ordered to do so by the Engineer. The rates derived from the Northern Railway Unified Standard
Schedule of Rates, 2010 will be subject to percentage above or below tendered by the contractor.
Payment for the work done will be made to the contractor only when the formal agreement has been executed between the
parties.
SUPPLEMENTARY AGREEMENT
After the work is completed and taken over by the Railway as per terms and conditions of the contract agreement or
otherwise concluded by the parties with mutual consent and full and final payment is made by the Railway to the contractor
for work done under the contract the parties shall execute the supplementary agreement annexed here to as Annexure-B.

Signature of the tenderer/s

Page 19 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

9.9
9.9.1

Measures to be taken in construction and repairs on road, embankments etc.


All borrow pits dug for and in connection with the construction and repairs of buildings, roads, embankments etc. shall be
deep and connected with each other in the formation of drain directed towards the lowest level and properly sloped for
discharge into a river, stream, channel or drain and no person shall create any isolated borrow pit which is likely to cause
accumulation of water which may breed mosquitoes.

9.9.2

Non fulfillment of the provision in 9.9.1 above shall be a breach of the contract and contractor/s shall be liable to pay
by way of agreed liquidated damages to the Railway at the rates of `100/- for each breach and in addition to that
contractor further undertake to pay the amount incurred by the Railway in getting the said job/s done at the risk and
cost of the contractor. Besides this, the contractor will also be held responsible for any laws for contravening them.
SETTING OUT WORKS
The contractor is to set out the whole of the work in consultation with the engineer or an official to be deputed by the
Engineer and during the progress of works to amend on the requisition of the Engineer any errors which may arise
there in and provide efficient and sufficient staff and labour thereon. The contractor shall also alter or amend any
errors in the dimension lines on level to the satisfaction of the Engineer or his authorized representative without
claiming any compensation for the same.
The contractor shall provide, fix and be responsible for maintenance of all stocks, templates, profiles, land marks,
points, burjies, monuments, center line pillars, reference pillars, etc. and shall take all necessary precautions to prevent
their being removed altered or disturbed and will be responsible for the consequence of such removal, alterations or
disturbances and for their efficient reinstatement.
The contractor shall protect and support, as may be required or as directed by the Engineer, building, fences, walls,
towers, drains, road paths, waterways, foreshores banks, bridges, Railway ground and overhead electric lighting, the
telegraphs/telephones and crossing water service main pipes and cables and wire and altogether matters and things of
whatever kind not otherwise herein specified other than those specified or directed to be removed or altered which
may be interfered with or which is likely to be affected disturbed or endanger by the execution completion of
maintenance of the works and shall support provided under this clause to such cases as directed by the Engineer. No
payment shall be made by the Railway to the contractor for these works on account of delay for re-arrangement of
road traffic or in the contractor having to carry out the short lengths and in such places as per conditions and
circumstances may warrant. These will not form the basis of any claim and or dispute for compensation of any kind.
DRAWING FOR WORKS:

10.0
10.1

10.2

10.3

11.0
11.1

The Railway Administration reserves the right to modify the plans and drawings as referred to in the special data and
specifications as also the estimate and specifications without assigning any reasons as and when considered necessary by the
railway. The percentage rates for the schedule items and items rates for the non-schedule items quoted by the contractor as may be
accepted by the railways will, however, hold good irrespective of any changes, modifications, alterations, additions, omissions in
the location of structures and detailed drawings, specifications and/or the manner of executing the work.

11.2.

It should be specifically noted that some of the detailed drawings may not have been finalized by the Railway and will,
therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on
this account shall be payable by the Railway Administration.
11.3
No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the work/s arising out
delay in approval of drawings, changes, modifications, alterations additions, omission and the site layout plans or
details drawings and design and or late supply of such material as are required to be arranged by the Railway or due to
any other factor on Railway Accounts.
12.0.
SUPPLY OF MATERIAL BY THE RAILWAY
12.1If at any time, material which the contractor/s should normally have to arrange himself/themselves, are supplied by the
Railway either at the contractor request or in order to prevent any avoidable delay in the execution of work due to the
contractors inability to make adequate timely arrangements for supply thereof or for any other reason, recovery will
be made from the contractors bill either at the market rate prevailing at the time of supply or at the book rate which
ever is greater and fixed departmental charges viz. freight at 5% (8.33% for items or iron and GI pipe steel) incidental
charges at 12% and added on total cost of supervision charges at 12-1/2%. No carriage or incidental which he/they is
required to arrange himself/themselves in accordance with the terms and conditions of this contract.
12.1.1
In the case, cement and/or steel is issued to the contractor/s free of cost or on the cost to be recovered for use on the
work, the supply thereof shall be made in stages limited to the quantity/quantities computed by the Railway according
to the prescribed specifications and approved drawings as per the agreement. The cement and/or steel issued in excess

Signature of the tenderer/s

Page 20 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

of the requirements as above shall be returned in perfectly good conditions by the contractor to the Railway
immediately after completion or determination of the contract. If the contractor/s fail/s to return the said stores, then
the cost of cement and/or steel issued in excess of the requirement computed by the Railway according to the
specifications and approved drawing will be recovered from the contractor/s @ twice the prevailing procurement
cost at the time of last issue viz. (purchase price + 5% freight only).

12.1.2

12.2.

This will be without prejudice to the right of the Railway to take action against the contractor/s under the conditions of the contract
for not doing/completing the work according to the prescribed specifications and approved drawings. If it is discovered that the
quantity of cement and steel used is less than the quantity ascertained as herein before provided the cost of the cement and/or steel
not so used shall be recovered from the contractor/s on the basis of the above-stipulated formula.
The contractor shall be responsible for the safe transport custody and storage of all railway materials issued to him and he will be
liable to make good the loss due to any cause whatsoever, that may be suffered by the railway on this account. Special precautions
should be taken in respect of cement while transporting cement, step should be taken to safeguard against cement becoming damp
or wet due to moisture or rain. The contractor will also be responsible for storing cement in damp proof condition at site of work at
his own cost in accordance with the standard specifications. The engineer shall decide whether the cement stored in the godowns is
fit for the work and his decision shall be final and binding to the contractor/s.
The contractor should supply a schedule showing the requirement of explosives/materials required to be supplied to him by the
railway based on detailed plans. The materials will be arranged by the railway according to the schedule unless otherwise modified
by the railway due to additions or alterations in the approved plans. No claim whatsoever will be entertained by the railway on
account of late supply of such material as are required to be arranged by the Railway.

12.3.
12.3.1.

SUPPLY OF CEMENT AND STEEL BY THE RAILWAYS


Cement, Mild Steel/H.Y.S.D./Bars/RSJ/MS plate, etc. to be supplied by the railway to the extent as would become a part of the
work involved in the tender schedule will be supplied by the Railway free of cost or on cost recovery basis as the case maybe as per
relevant clauses of special conditions relating to site data and specifications at specified Railway go-down(s) on the Division. The
contractor will be required to lead the same to the site of work at his own cost subject to payment at the rate as quoted against
relevant item of N.S. items in the Schedule of items, Rates & quantities.

12.3.2.

Cement and steel required for temporary works timbering, shuttering, centering, scaffolding, etc. will have to be arranged entirely
by the contractor at his own cost.
The empty cement bags for the supply of cement by the Railway shall be property of the contractor and the cost of the same shall be
recovered at the rate of Rupees two per empty cement bag from the on account bill of the contractor in case the cement is supplied
in Jute bags. No recovery on account of empty cement bags shall be made from the contractor, in case the cement is supplied in
H.D.P.E. bags. The Railway, however, reserves its right to take empty bags as are in good conditions and in that case no recovery
will be made for bags so taken back. These rates will apply for bags deteriorated while in use and not found acceptable to the
railway so taken back from the contractor.

12.3.3.

13.0.
13.1

SUPPLY OF MATERIALS BY THE CONTRACTOR/S


Materials used in the work by the contractor shall conform to the Northern Railway Standard Specifications and the relevant
B.I.S./I.R.S. specifications, and should be approved by the engineer before utilizing them on works.
13.1.1. All Reinforcement Steel (TMT Bars) and Structural Steel shall be procured as per specifications mentioned in BISs documents-IS:
1786 and IS:2062 respectively. Independent tests shall be conducted, wherever, required, to ensure that the materials procured
conform to the Specifications. These steel shall be procured only from those firms, which are Established, Reliable, Indigenous &
Primary Producers of Steel, having Integrated Steel Plants ( ISP), using iron are as the basic raw material and having in-house iron
rolling facilities, followed by production of liquid steel and crude steel as per Ministry Of Steels guidelines. However, only certain
isolated sections of structural steel , not being rolled by ISPs can be procured from the authorized re-rollers of ISPs or authorized
licensee of BIS having traceability system and who use billets produced by ISPs. Traceability shall be ensured by on officer
specially authorized by the concerned SAG Officer of the Zonal Railway on case to case basis for this purpose.
13.2

It should be clearly understood that the tendered rates include wastage and wash away due to rains, storms, floods or any other
cause whatsoever.
13.3
No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will be paid for the materials, tools
and plants and tools arranged and brought by the contractor to the site of work.
13.4
Stage payment for supply of steel by the contractor (For works above `15 Crores): Stage payment limited to 75% of the rate of
steel awarded in the contract (as a separate NS item for the purpose) shall be made to the contractor for steel physically brought by
the contractor to the site (even before its actual use in the work) subject to following:(a) The material shall be strictly in accordance with the contract specifications.

Signature of the tenderer/s

Page 21 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

(b) The material shall be delivered at site and properly stored under covered sheds at contractors cost and protected against damage,
deterioration, theft, fire etc. to the satisfaction of the engineer in charge. The contractor shall store the bulk material in the
measurable stacks.
(c) The quantities of materials shall be brought to the site only in such installments that would facilitate smooth progress of work
and consumed in reasonable time. The decision of Engineer-in-charge regarding quantity of steel to be brought to the site shall be
final and binding to the contractor.
(d) Proper accountal in the material register to be maintained in the
prescribed format at the site for the receipt and use of the
material on day to day basis.

(e) Submission of indemnity bond with a validity up to the completion/extended period in the prescribed format at the
contractors cost, vesting the ownership of such material with the
railways.
(f) Submission of insurance policy with a validity upto the completion/extended period at the contractors cost, in
favour of the railway against damage, deterioration, theft, fire etc.
The balance payment shall be released only after material is actually consumed in the work. The price variation
claim for steel would continue to be governed as per extant PV clause and with reference to delivery at site.
14.0.
14.1

SERVICE ROADS
The contractor/s shall make his/their arrangements for service roads, paths etc. for carrying his/their tools and plants, labour and
materials etc. and will also allow the railway use of such paths and service roads etc. for plying its on vehicles free of cost. The
tenderer/s will be deemed to have included the cost of making any service roads, roads or paths, etc., that may be required by
him/them for plying his/their vehicles for the carriage of his/their man and materials, tools, plants and machinery for successful
completion of the work. Similarly, any other feeder road connecting any of the existing roads will be made by the contractor at
his/their own cost including any compensation that may be required to be paid for the temporary occupation or usage of Govt. and
or private land without in anyway involving the railway in any dispute for damage and /or compensation.

14.2

In case the railway has its own paths, service roads, the contractor/s will be allowed to use of such paths or service
roads free of cost. He / they shall, however, in no way involve the railway in any claims or dispute of whatever kind
due to the inaccessibility of such paths or service roads or due to their poor conditions and ;or maintenance or their
being to be blocked and /or closed.
14.3
The rates quoted by the contractor as per schedule or items, rates and quantities shall form the basis of on account
payment for the various items under this contract.
14.4
In the course of execution of various items of work under schedule of items, Rates and Quantities running bills
payment for partly completed works will be made to the contractor. The quantum of such works shall be decided by
the engineer-in-charge whose decision shall be final and binding on the contractor.
14.5 No on account payment by the railway shall protect the contractor/s against or prevent the railway from recovering
from the contractor/s any over payment made to him/them.
14.6 Final payment of the balance amount due, exclusive of the security deposit in terms of clause-5 of these special
conditions, will be made after completion of entire work and on the certification of the engineer that work has been
completed in all resects and found satisfactory. The security deposit will be refunded 6(Six) months after the date of
completion according to clause 5.1 of these conditions.
15.0
EMERGENCY WORK
15.1
In the event of any accident or failure occurring in or about the work or arising out for or in connection with
the construction completion or maintenance of the work which in the opinion of the engineer required immediate
attention, the railway may be with its own workmen or other agency execute or partly execute the necessary work or
carry out repairs if the engineer considers that the contractors is not in a position to do so in time and charge the cost
thereof, as to be determined by the Divisional Railway Manager, Northern Railway, Firozpur Cantt, to the contractor.
15.2
In terms of Clause 32 of GCC of July.2013, the materials & plants brought by the contractor on the site or
land occupied to be used for execution thereof shall immediately, they are brought upon the sites of this said land bee
deemed to be the property of the Railway. Vehicles, equipments, plant and machinery of the contractor can be drafted
by the Railway Administration at their discretion in case of accidents, natural calamities involving human lives,
breaches, stoppage of the train operations or any contingencies which requires such requisitioning as essential. The
decision in this regard of the Engineer In charge or his superiors i.e. DEN/Sr.DEN etc. shall be final and beyond the
ambit of arbitration clauses i.e. exception of arbitration clauses.
15.3
In terms of the clause No.2.3.2 (A) (iv) tenderer is required to submit the list of equipment, machinery, construction
tools and plants available/ deployed at site. The successful tenderer on receipt of acceptance letter and conveying their
consent, shall submit name, addresses, telephone nos. fax nos./E-mail address of the persons to be contacted for
requisition the above items as detailed in foregoing clause 15.2 and notify from time to time if any change in the list of

Signature of the tenderer/s

Page 22 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

15.4

15.5

equipment/machinery or the addresses/individuals to the Engineer In-charge in writing. The name and address,
telephone nos and the contractor officials name shall also be displayed at the site of work.
The man-power, consumable items and maintenance of the above tools & plants when requisitioned shall be the
responsibility of the tenderer/contractor so that the equipments, machinery, tools & plants shall be available for
effective utilization at the accident sites, natural calamities, breaches sites etc.
The hire charges per annum shall be calculated at the following rates on the purchase cost of the plant as under:(i)
Depreciation charges at the following rates:
a)
Light plant 16% per annum.
b)
Heavy plant 10% per annum.
c)
Special plant 6% per annum

(ii)
(iii)
(iv)

(v)

(vi)

16.0
16.1
17.0
17.1

17.2

/raising of parapet walls, cleaning of water way in the

An additional 10% on the total of (1) above to meet contingencies.


10% contractor profit on total cost as detailed (i) to (ii).
The hire charges per day shall be arrived at dividing the annual hire charges of total of (i) to (iii) above by
250, which shall be the assumed number of working days in year for this purpose. These higher charges will
be payable from the day the plant is handed over to the Railway to date on which it is returned to the
contractor by Railway.
The contractor manpower charges shall be payable @ minimum wages as notified by the State Govt/Local
bodies/Labour deptt. As the case may be for highly skilled, semi-skilled personnel drafted for operating the
plant & machinery.
The payment for the fuel cost shall be paid on the basis of the actual expenditure incurred by the contractor
for purchases + 10% contractors profit thereof which will be the payments towards his miscellaneous
expenses too.

NIGHT WORK
If the engineer is satisfied that the work is not likely to be completed in time except by resorting to night work, he may
order without confirming any right on the contractor for claiming any extra payment for the same.
DISPOSAL OR SURPLUS EXCAVATED MATERIALS
The contractor shall at all time keep the site free from all surplus earth, surplus materials, and all rubbish which shall
arise from the works and should dispose of the surplus excavated materials as ordered by the engineer failing which it
will be done at the cost of contractor and cost will be deducted from his dues.
The contractor shall within 15 days of completion of entire works remove all unused and surplus materials tools and
plants staging and refuge or other materials produced by his operations and shall leave the site in a clear and tidy
conditions.

18.0
SITE INSPECTION REGISTER
18.1A site inspection register will be maintained by the Engineer or his representative in which the contractor will be bound to
sign day to day entries made by the Engineer or his representative. The contractor is required to take note of the
instructions given to him through the site inspection register and should comply with the same within a reasonable
time. The contractor will also arrange to receive all the letters etc. issued to him at the site of works.
18.2The contractor shall, from time to time (before the surface of any portion or the site is interfered with or the work
thereon begun) take such levels as the Engineer may direct in his presence or any person authorised by him in
writing. Such levels approved and checked by him or such authorised persons shall be recorded in writing and signed
by the contractor and shall form the basis of the measurements. Immediately before any portion of the work,
below water level is started the existing water levels are to be taken and recorded in a similar manner.
19.0The contractor shall have to make and maintain at his own cost suitable approach road and path etc. for proper inspection
of the various works. He shall also provide all facilities as required by the Engineer such as ladder and other
appliances for satisfactory inspection of the works and places where materials for the work are stored or prepared.
20.0

OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST


Should the engineer or any representative consider it necessary for the purpose of enabling inspection of tests analysis to be made to
verify or ascertain the quality of any part of the works or of any materials, the contractor shall as and when required by the Engineer

Signature of the tenderer/s

Page 23 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

or his representatives open up the work or materials for inspection or test or analysis, pull down or cut into any part of the work to
make such openings, into under or through any part of the works as may be directed and shall/provide all things facilities which in
the opinion of the Engineer or his representative are necessary and essential for the purpose of inspection or test or analysis of the
works or of any part thereof or the materials, or of workmanship and the contractor shall close up, cover, rebuild and made good the
whole at his own cost, as and when directed by and to the satisfaction of Engineer provided always that of the work in the opinion
of the Engineer is found to his satisfaction and in accordance with the contract. The excess expenditure in such examination,
inspection or test shall, upon the certificate of the engineer, be borne by the Railways.

21.0 GENERAL
21.1
PROVISION OF LIGHT SIGNALS ETC.
The contractor/s shall make such provision for lighting the works, materials and plant and provide all such marks and
lights, signals and other appliances as may be necessary or as may be required by the Engineer or other responsible
authorities during the execution completion and maintenance of the work and shall provide all labour, stores, etc.,
required for their efficient working and use at any time of day or night. He/they shall also provide all arrangement of
every description of watching and maintenance required in connection with foregoing and all other services for
protection of any securing all dangerous places whether to the contractors workmen or to other persons and or
vehicular traffic until the work is certified by the engineer to have been completed and taken over in accordance with
the contract.
21.2 The contractor/s will provide upon the works to the satisfaction of the Engineer and at such, places as he may nominate,
proper and sufficient life saving, fire fighting and first aid appliances which shall at all times be available for use.
21.3 LABOUR CAMP
Land for setting up a workshop by the contractor or for his labour camp or for any other purpose, shall have to be
arranged by the contractor at his own cost and under his own arrangements. The contractor, however, will be
permitted to make use of the railway land to the extent that can make use of the railway land to the extent that can be
made available to him free of cost, by the railway in the vicinity of the site of works. The contractor/s shall at all
times be responsible for any damage or trespass committed by his agent and workmen for carrying out the work.
21.4
The railway administration may recommend to the concerned authorities the issue of necessary transport permits for the
work. The contractor shall, however, furnish full justification for the above facilities, to enable the Railway
administration to address the State Government or other authorities in this connection. The contractor shall also
maintain regular log book of receipts and issue of the materials to work, if so required by the Civil Authorities. No
claim would, however, be entertained by the non-issue of any priority permits or owing to any interruption in supply.
21.5 No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claim shall be
entertain for business loss or any such loss.
22.0 Levy of Token Penalty
22.1
Attention is invited to clause 17 (B) of the GCC and clause 8.1 of Special Tender Conditions and Instructions to the
Tenderers according to which time is the essence of the contract. The competent authority while granting extension to
the currency of contract under 17 (B) of GCC may also levy token penalty as deemed fit.
23.0 SALES TAX/TURN OVER TAX/LOCAL TAX.
The contractor shall be governed by the Taxes applicable at the place of actual execution of work.
23.1
Sales Tax including turn over tax on works contract, octroi, royalty, toll tax, local tax on materials as well as services
and any other tax levied by Central Govt /State Govt. or local bodies shall be borne by the tenderer. No part of such
taxes on contractors labour/material or any other account will be paid by the Railways. Therefore, the contractor
must ascertain the various taxes levied by the concerned Govt or local bodies at the place of execution of work and
take into account for the same while quoting the rates. This should be kept in view before tendering.
23.2
If there is any increase/decrease/imposition of new tax/removal of existing tax by Central Govt/State Govt/Local
bodies in respect to any of the tax mentioned above, the same shall be borne by the contractor and neither any
additional payment will be made, nor any recovery will be made on this account. This should also be kept in view
before tendering, as no subsequent changes will be made in the rates payable to the contractor on this account.
23.3
Railways will deduct the sales tax or any other tax specified by the concerned Central Govt/State Govt/Local bodies if
required to be deducted at source under the relevant laws as applicable on the date of making the payment. Railway
will issue a certificate regarding tax so deducted. It will be responsibility of the contractor to make further
correspondence with concerned Govt or local bodies to ensure full deposition of the tax or for claiming a refund, if
due, as is done in case of income tax.

Signature of the tenderer/s

Page 24 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

23.4

/raising of parapet walls, cleaning of water way in the

In case any tax is notified to be deducted at source from a specified date and certain payments have already been made
in the period that lapsed between the date of applicability of tax and the actual date of implementation of the same, tax
required to be deducted at source for this period will be recovered from the subsequent payment.

23.5

Implementation of The Building and Other Construction Workers (RECS) Act, 1996 and The Building and
Other Construction Workers Welfare Cess Act, 1996 in Railway Contracts:
The tenderer for carrying out any construction work in J&K/Punjab/H.P. must get themselves registered from the
Registering Officer under Section-7 of the Building and other Construction Workers Act, 1996 and rules made thereto
by the concerned state Govt and submit certificate of Registration issued from the Registering Officer of the concerned
state Govt. (Labour Deptt.). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of the cost of
construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied
under a separate schedule item.
24.0
All payments in respect of the contracts during the currency of the contracts shall be made through electronic
Clearing system (ECS)/Electronic Funds Transfer (EFT). The successful tenderer on award of contract must submit
ECS/EFT Mandate Form complete in all respects as detailed at annexure-J of the tender document. However, if the
facility of ECS/EFT is not available at a particular location the payment shall be made by Cheque. In such case the
successful tenderer on award of contract will have to furnish contractors Bank Account Number and Name of he Bank
against which all payments in respect of the contract during the currency of contract shall be made.
25.0
Contractor(s) executing the works adjacent to the existing Railway track for e.g. doubling, gauge conversion, yard
remodeling etc. will take all care for avoiding any damage to the underground/OH services such as S & T cables,
electric cables/wires, pipelines/sewer lines etc. They must ensure that the work is started after obtaining clearance in
writing from the Engineer-in-charge regarding the route for signaling/electrical cables/water supply/sewer lines etc.
However, if any damage occurs during execution, he will immediately report the same to the Engineer-in-charge and
stop the work further till clearance for restarting he work is given by the Engineer-in-charge. It may be further noted
hat if it is proved that damage is occurred due to the negligence on the part of the contractor, the cost of the damage
will be recovered from him/them. The decision of Engineer-in-charge will be final and binding upon the contractor(s).
26.0
Tender documents downloaded from internet
26.1. Tenderer/s are free to down load ender documents at their own risk and cost for the purpose of perusal as well as for
using the same as tender documents for submitting their offer. Master copy of the tender documents will be available
in the office of the Divisional Railway Manager N.Rly. Firozpur Cantt. After award of work, an agreement will be
drawn up. The agreement shall be prepared based on the master copy available in the office of Divisional Railway
Manager N.Rly. Firozpur Cantt and not based on the tender documents submitted by the tenderer.
In case of any discrepancy between the tender documents downloaded from internet and the master copy, later shall
prevail and will be binding on the tenderers. No claim on this account will be entertained.
27.0
28.

Maintenance Period : The contractor will have to maintain the work for a period of __Six__(___6____) months from
the date of completion of work as certified by Engineer-in-charge of the work.
Price Variation Clause (PVC) :

28.1 Price Variation Clause (PVC) shall be applicable only for tenders of value as prescribed by the Ministry of
Railways
through instructions/circulars issued from time to time and irrespective of the contract completion period. Materials
supplied free of cost by Railway to the contractors shall fall outside the purview of Price Variation Clause. If, in any
case, accepted offer includes some specific payment to be made to consultants or
some materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value of the
work for the purpose of payment/recovery of price variation.
28.2 The Base Month for Price Variation Clause shall be taken as month of opening of tender including extensions, if any,
unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence from the month following the
month of opening ofIndian Railways Standard General Conditions Of Contract July 2013As On 30th June 2013 Page
42tender. The Price Variation shall be based on the average Price Index of the quarterunder consideration.
28.3 Rates accepted by Railway Administration shall hold good till completion of work andno additional individual claim shall
be admissible on account of fluctuations in marketrates, increase in taxes/any other levies/tolls etc. except that
payment/recovery foroverall market situation shall be made as per Price Variation Clause given hereunder.
28.4 Adjustment for variation in prices of material, labour, fuel, explosives, detonators,steel, concreting, ferrous, non-ferrous,
insulators, zinc and cement shall be determinedin the manner prescribed.

Signature of the tenderer/s

Page 25 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

28.5

/raising of parapet walls, cleaning of water way in the

Components of various items in a contract on which variation in prices be admissible,shall be Material, Labour, Fuel,
Explosives, Detonators, Steel, Cement, Concreting,Ferrous, Non-ferrous, Insulator, Zinc, Erection etc. However, for
fixed components, noprice variation shall be admissible.

28.5 A-2(I) Price Variation in case of Steel supplied by the contractor


This special Price Variation Clause will be applicable only on Iron and Steel supply items of tender schedule without value
addition.
The amount of variation for the component of supply of steel shall be adjusted (paid/recovered) by the following formulae :Ms
= Q(Bs-Bso)
where
Ms=
Amount of price variation in steel payable/recoverable.
Q=
Weight of steel in tones supplied by the contractor as per the on account bill for
the month under consideration.
Bs=
SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tone) for the relevant
category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased
by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor
whichever is lower.
Bso= SAILs ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by
the contractor as prevailing on the first day of the month in which the tender was opened.
NOTE :1.
The Price Variation Clause shall be applicable for tenders of value more than ` 50 Lakhs irrespective of the
contract completion period and PVC shall not be applicable to the tender of value less than ` 50 Lakhs.
2.
Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause
was part of the original contract and the extension has been granted on administrative ground i.e. under Clause
17-A (i), (ii) and (iii) of GCC.
3.
4.
(i)

No maximum value for the price variation is prescribed.


If, in any case, the accepted offer includes
Cost of materials supplied by Railways at fixed price

(ii)

Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 28.5 A 2(I) and clause
no.28.5 A2(II).

(iii)

Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the
contractors offer).

Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations.
The index number for the base period will be the index number as obtained for the month of opening of the tender and the
quarters will commence from the month following the month of opening of tender. However, if the rates quoted in negotiated
tender are accepted, the base month for the price variation clause is the month in which negotiations are held.
6.
The adjustment for variation in prices if required shall be made once every quarter in the on-account payments, if more
than one on-account payment is made to the contractor in a quarter, the adjustment, if required shall be made in each bill.
7.
The price variation should be based on RBIs average price index of the 3 months of the quarter.
8.
The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve
Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they
become
available.
9.
The weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total contract
value.
10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency
of the contract may result in extra payment or recovery as the case may be.
5.

Signature of the tenderer/s

Page 26 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

28.6 The percentages of labour component, material component, fuel component etc. invarious types of Engineering Works shall be as
under :
Component Percentage Component Percentage
(A) Earthwork Contracts :
Labour Component
Other Material Components

50%
15%

Fuel Component
Fixed Component

20%
15% *

(B) Ballast and Quarry Products Contracts :


Labour Component
Other Material Components

55%
15%

Fuel Component
Fixed Component

15%
15% *

(C) Tunnelling Contracts :


Labour Component
Detonators Component

45%
5%

Fuel Component
Other Material Components

15%
5%

Explosive Component
Fixed Component

15%
15% *

(D) Other Works Contracts :


Labour Component
Fuel Component

30%
15%

Material Component
Fixed Component

40%
15% *

* It shall not be considered for any price variation.


28.7 The Amount of variation in prices in several components (labour material etc.) shall be
worked out by the following formulae :
(i) L = W x (LQ-IB) x LC
LB
100
(ii) M = W x (MQ-MB) x MC
MB
100
(iii) F = W x (FQ-FB) x FC
FB
100
(iv) E= W x (EQ-EB) x EC
EB
100
(v) D = W x (DQ-DB) x DC
DB
100
(vi) S = Sw x (SQ - SB)

Signature of the tenderer/s

Page 27 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

(vii) C = Cv x (CQ-CB)/CB
Indian Railways Standard General Conditions Of Contract July 2013
As On 30th June 2013 Page 43
For Railway Electrification Works:
(viii) T = [(CS-Co)/Co x 0.4136] x TC
(ix) R = [(RT-RO)/RO + (ZT-Zo)/Zo x 0.06] x RC
(x) N = [(PT-PO)/PO] x NC
(xi) Z = [(ZT-Zo)/Zo] x Zc
(xii) I = [(IT IO)/IT] x 85
Where,
L Amount of price variation in Labour
M Amount of price variation in Materials
F Amount of price variation in Fuel
E Amount of price variation in Explosives
D Amount of price variation in Detonators
S Amount of price variation in Steel
C Amount of price variation in Cement
T Amount of price variation in Concreting
R Amount of price variation in Ferrous Items
N Amount of price variation in Non-Ferrous Items
Z Amount of price variation in Zinc
I Amount of price variation in Insulator
LC % of Labour Component
MC % of Material Component
FC % of Fuel Component
EC % of Explosive Component
DC % of Detonators Component
TC % of Concreting Component
RC % of Ferrous Component
NC % of Non-Ferrous Component
ZC % of Zinc Component
W Gross value of work done by contractor as per on-account bill(s) excluding cost of materials supplied by Railway at
fixed price minus the price values of cement & steel. This will also exclude specific payment, if any, to be made
to the consultants engaged by contractors (such payment shall be indicated in the contractors offer)
LB Consumer Price Index Number for Industrial Workers - All India - Published in R.B.I. Bulletin for the base period
LQ
Consumer Price Index Number for Industrial Workers - All India - Published in R.B.I. Bulletin for the average
price index of the 3 months of the quarter under consideration
MB Index Number of Wholesale Prices By Groups and Sub-Groups All commodities as published in the R.B.I.
Bulletin for the base period
MQ Index Number of Wholesale Prices By Groups and Sub- Groups All commodities as published in the R.B.I.
Bulletin for the average price index of the 3 months of the quarter under consideration
FB Index Number of Wholesale Prices By Groups and Sub-Groups for Fuel and Power as published in the R.B.I.
Bulletin for the base period
FQ
Index Number of Wholesale Prices By Groups and Sub-Groups for Fuel and Power as published in the R.B.I.
Bulletin for the average price index of the 3 months of the quarter under consideration
EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives
are made by the contractor for the base period
EQ
Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of
explosives are made by the contractor for the average price index of the 3 months of the quarter under
consideration
DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom
purchases of
detonators are made by the contractor for the base period

Signature of the tenderer/s

Page 28 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

DQ

Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators
are made by the contractor for the average price index of the 3 months of the quarter under consideration
SW
Weight of steel in tonne, supplied by the contractor as per the on-account bill for the month under consideration.
SQ
SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tonne) for the
relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel
was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the
site by the contractor whichever is lower
SB SAILs ex-works price plus Excise Duty thereof (in Rs. per tonne) for the relevant category of steel supplied by
the contractor as prevailing on the first day of the month in which the tender was opened
CV Value of Cement supplied by Contractor as per on account bill in the quarter under consideration.
CB Index No. of Wholesale Price of sub-group (of Cement & line) as published in RBI Bulletin for the base period
CQ Index No. of Wholesale Price of sub-group (of Cement & line) as published in RBI Bulletin for the average price
index of the 3 months of the quarter under consideration
Cs RBI wholesale price index for cement & line for the month which is six months prior to date of casting
of
foundation
Co RBI wholesale price index for cement& lime for the month which is one month prior to date of opening of
tender
RT IEEMA price for iron & steel for the month which is two months prior to date of inspection of material
RO IEEMA price for iron & steel for the month which is one month prior to date of opening of tender
PT
IEEMA price for Copper wire bar for the month which is two months prior to date of inspection
of material.
PO
IEEMA price for Copper wire bar for the month which is one month prior to date of opening of
tender.
ZT IEEMA price index for Zinc for the month which is two months prior to date of inspection
of
material.
ZO IEEMA price index for Zinc for the month which is one month prior to date of opening
of
Tender.
IT
RBI wholesale price index for Structural Clay Products for the month which is two months prior
to date of inspection of material
Io RBI wholesale price index for Structural Clay Products for the month which is one month prior
to
date of opening of tender
(Authority: Railway Boards circular No. 2007/CE-I/CT/18/Pt 13, dated 02.05.2014)
28.8 The demands for escalation of cost shall be allowed on the basis of provisional indices made
available by Reserve
Bank of India. Any adjustment needed to be done based on the finally published indices shall be made as and when they
become available.
NOTE: -1. Relevant categories of steel for the purpose of operating Price Variation formula, as mentioned in this
Clause,
based on SAILs ex-works price plus Excise Duty thereof, shall be as under :
SL

Category Of Steel Supplied In


Railway Work

1
2.

Reinforcement bars and other


rounds
All types and sizes of angles

3.

All types and sizes of plates

PM Plates above 10-20 mm IS 2062 E250A SK

4.

All types and sizes of channels


and joists
Any other section of steel not
covered in the above categories
and excluding HTS

Channels 200 x 75 mm IS 2062 E250A SK

5.

Signature of the tenderer/s

Category Of Steel Produced By SAIL Whose


Ex-Works Price Plus Excise Duty Would Be
Adopted To Determine Price Variation
TMT 8mm IS 1786 Fe 415/Fe 500
Angle 65 x 65 x 6 mm IS 2062 E250A SK

Average of price for the 3 categories covered under


SL 1, 2 & 3 above

Page 29 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

2.
3.
4.
5.

6.
7.

/raising of parapet walls, cleaning of water way in the

The prevailing ex-works price of steel per tone as on 1st of every month for the above categories of steel as advised by
SAIL to Railway Board would be circulated to all the Zonal Railways.
Separate items for supply of steel for RCC/PSC work should have been incorporated in the tender schedule to know
the cost of steel actually consumed at any given point of time.
The Price Variation Clause shall be applicable for tenders of value more than ` 50 Lakhs irrespective of the contract
completion period and PVC shall not be applicable to the tender of value less than ` 50 Lakhs
Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was
part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i),
(ii) and (iii) of GCC.
No maximum value for the price variation is prescribed.
If, in any case, the accepted offer includes
(i)
Cost of materials supplied by Railways at fixed price
(ii)
(iii)

Value of steel, for which PVC is being paid/ recovered under this clause
Specific payment, if any, to be made to the consultants engaged by the contractors
indicated in the contractors offer).

(such payment will be

Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per
clause no. 28.5 A 1.
8. The SAILs Ex-work price plus Excise Duty there of (in Rupees per tone) for the relevant category of steel, as prevailing
on first day of the month in which tender is opened, will be considered. However, if the rates quoted in negotiated tender
are accepted, the base month for PVC will be the month in which negotiations are held.
9. The adjustment for variation in prices, if required, shall be made every month in the on-account payments as per above
formula.
10. The Engineer (not below the rank of ADEN) concerned will maintain a register showing receipt of steel from contractor on
site (supported by documentary evidence of purchase) and consumption thereof.
11. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the
currency of the contract may result in extra payment or recovery as the case may be.
12. Steel supplied free or at firm price by Railway, as per contract, if any, will not be considered for calculation of PVC.
A-2(II) Price Variation in case of Cement supplied by the contractor
This special Price Variation Clause will be applicable only on Cement supply items of tender schedule without value addition.
1.
The amount of variation for the component of supply of cement shall be adjusted (paid/recovered) by the following
formulae :Where
Mc= R x(Wc-Wco)/Wco
Where
Mc= Amount of price variation in material (-Cement).
R= Value of Cement supplied by contractor as per on account bill in the
quarter under consideration.
Wco= Index No. of Wholesale price of sub-group (of cement) as published in RBI Bulletin for the base period.
Wc= Index No. of wholesale price of sub group (of cement) as published in RBI Bulletin for the first month of the
quarter under consideration.
Note:
1. Separate items for supply of cement for RCC/PSC work should have been incorporated in the tender schedule to know
the cost of cement actually consumed at any given point of time.
2. The Price Variation Clause shall be applicable for tenders of value more than ` 50 Lakhs irrespective of the contract
completion period and PVC shall not be applicable to the tender of value less than ` 50 Lakhs.

Signature of the tenderer/s

Page 30 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

3.

Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was
part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii)
and (iii) of GCC.

4.

No maximum value for the price variation is prescribed.

5.

If, in any case, the accepted offer includes


(i)
Cost of materials supplied by Railways at fixed price
(ii)

Value of cement, for which PVC is being paid/ recovered under this clause

(iii)

Specific payment, if any, to be made to the consultants engaged by the contractors


indicated in the contractors offer).

(such payment will be

Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per
clause no.28.5 A 1.
6.

The index number for the base period will be the index number as obtained for the month of opening of the tender and the
quarters will commence from the month following the month of opening of tender. However, if the rates quoted in
negotiated tender are accepted, the base month for the Price Variation Clause is the month in which negotiations are held.
7. The adjustment for variation in prices, if required, shall be made once every quarter in the on-account payments, if more
than one on-account payment is made to the contractor in a quarter, the adjustment, if required shall be made in each bill.
8. The price variation would be based on the price index of the first month of the quarter under consideration.
9. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve
Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they
become available.
10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the
currency of the contract may result in extra payment or recovery as the case may be.
11. Cement supplied free or at firm price by Railway, as per contract if any, will not be considered for calculation of PVC.
28.10

Price Variation during Extended Period of Contract


The price adjustment as worked out above, i.e. either increase or decrease shall be applicable upto the stipulated date
of completion of work including the extended period of completion where such extension has been granted under
Clause 17-A of the General Conditions of Contract. However, where extension of time has been granted due to
contractors failure under Clause 17-B of the General Conditions of Contract, price adjustment shall be done as
follows :
(a) In case the indices increase above the indices applicable to the last month of original completion period or the
extended period under Clause 17-A, the price adjustment for the period of extension
granted under Clause 17B shall be limited to the amount payable as per the Indices applicable to
the last month of the original
completion period or the extended period under Clause 17-A of the
General Conditions of Contract; as the case
may be.
(b)
In case the indices fall below the indices applicable to the last month of original/extended period of completion
under Clause 17-A, as the case may be; then the lower indices shall be adopted for the price adjustment for the
period of extension under Clause 17-B of the General Conditions of Contract.
Note: 1.
Price Variation clause shall be applicable only for tenders of value of Rs.50 (Fifty) lakh and more
Irrespective of the contract completion period.
2.

If required the percentage of various components as detailed in Para 46-A.5 of price various clause of GCC may be
varied by the concerned SA Grade officer in consultation with the concerned FA&CAO, keeping in view the special
features and complexities of the work involve .

Signature of the tenderer/s

Page 31 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

3.

/raising of parapet walls, cleaning of water way in the

Clause 46-A Price various clause to the General condition of contract as detailed at Annexure A alongwith
associated instructions mentioned herein, shall be applicable with the prospective effect.
{Authority : Railway Boards letters no. 2007/CE-I/CT/18/Pt.19, dated 14.12.12 and 07.05.13}

29.0
29.1

29.2

29.3
29.4
29.5

30.0

Mobilisation Advance:
[Applicable for advertised tender value exceeding `25 crores] R.B. Letter No.2007/CE-I/CT/18/Pt-3. dt.12-4-2012.
The tender / contractor may be granted a recoverable interest bearing mobilisation advance up to 10% of the contract value provided he
specifically apply for it while tendering. If the contractor fails to apply specifically for mobilisation advance, while giving his offer at the
tendering stage, in case where grant of mobilisation is permissible, no subsequent requests from him for grant of this advance will be
entertained. The rate of interest is 4.5% p.a. above the Base Rate of State Bank of India, as effective on the date of approval of payment of
Mobilisation Advance by the Competent Authority.
The advance will be granted in two installments viz. 5% of the contract value on signing of the contract agreement and the balance 5% on
mobilisation of site establishment, setting up of offices, bringing in equipment and actual commissioning of work. Each installment will be
released on submission of an irrecoverable guarantee bond from any nationalized bank, in a form acceptable to the railway, for the amount of
the installment together with interest charges calculated to the end of the contract period. These two guarantee bonds shall be returned as and
when the value of the advance plus interest is recovered from the running bill.
The recovery of advance and interest thereon will be made through the on account bills, pro rata, commencing when the value of the work
executed under the contract reaches 15% of the contract value, and completed when the value of the work executed under the contract reaches
85% of the contract value, or the assessed value of the work which ever is less.
Interest will be recovered on the advance outstanding for the period commencing from the date of payment of advance till date of particular
on account bill (through which recovery of principle is effected) and adjusted fully against such on account bills along with pro rata principle
recovery. In the event of any shortfall the same will be carried forward to the next on account bill and will attract interest at 12%.
The Mobilisation Advance shall be against on irrevocable Bank Guarantee of value 100% of the sanctioned advance amount. The bank
Guarantee shall be from a Nationalised Bank in India or State bank of India, all Scheduled Banks in India, National Savings Certificate etc.
The contractor shall deploy the following technical staff during the execution of work:i.
One Graduate Engineer when the cost of the work to be executed is `15 Lacs and above.
ii.
One qualified Diploma holder (overseer) when the cost of the work to be executed is more than `5 Lacs, but less than `15 lacs.
iii.
Technical staff shall be available at site whenever required by the Engineer-in-charge, to take instructions. In case, contractor fails to
employ aforesaid technical staff he shall be liable to pay a reasonable amount not exceeding a sum of `2000/-(` Two thousand only)
for each month of default in case of Graduate Engineer and ` 1000/-( One thousand only) for each month of default in case of
Diploma Holder
( overseer)
iv.
The decision of the Engineer-in-charge as to the period for which required technical staff was not employed by the contractor and as to
the reasonableness of the amount to the deducted, shall be final and binding on the contractor.
For Divisional Railway Manager,
Northern Railway, Firozpur Cantt (Punjab)
For and on behalf of the President of India
Address ..
.......................................
........................................

Signature of the tenderer/s

Page 32 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Annexure - A
DOCUMENTS REQUIRED TO BE FURNISHED ALONGWITH THE
FAILING WHICH TENDER WILL BE TREATED AS INCOMPLETE

1.

Partnership deed

2.

Power of attorney

3.

4.

TENDERS

List of works executed year


wise during the last three years along with their value.
Credentials issued by the
department for whom the
work was executed by the tenderer/s during the last three years

5.

Financial standing alongwith Bankers certificate.

6.

List of works in hand, their


value and their stage of
completion.

7.

Latest valid Income Tax


clearance certificate.

Signature of the tenderer/s

Page 33 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Annexure-B
SUPPLEMENTARY AGREEMENT
Articles of Agreement made this day _______________in the year Two thousand and_________ between the President of India,
acting through the_________________________ Northern Railway Administration having his office at
_____________________________hereinafter
called
the
Railway
of
the
one
part
and
__________________________________________of the second part.
Whereas the party hereto of the other part executed an agreement with the party hereto of the first part being agreement No
________________________ dated __________ for the performance of ___________________________________
_____________ ___________________________ ___________________ here-in-after called principal Agreement.
And whereas it was agreed by and between the parties hereto that the works would be completed by the party hereto of the second
part on ______________date last extended and whereas the party hereto of the second part has executed the work to the entire
satisfaction of the party hereto of the first part. And whereas the party hereto of the first part already made payment of the party
hereto of the second part diverse sums from time to time aggregating to `______________ including the final bill bearing Vr.
No._ _________________________dated_______________(the receipt of which is hereby acknowledged by the party hereto of
the second part in full and final settlement of all his, its claims under the principal Agreement.
And whereas the party hereto of the second part have received further sum of `________________ through the final bill bearing
Vr. No._ ________________dated _________(the receipt of which is hereby acknowledged by the party thereto of the second
part) from the party hereto the first part in full and final settlement of all his/its disputed claims under Principal Agreement.
Now it is hereby agreed by and between the parties in the consideration of sums already paid by the party hereto of the first part to
the party hereto of the second part against all outstanding dues and claims for, all works done under the aforesaid Principal
Agreement including/excluding the security deposit, the party hereto of the second part have no further dues of claims against the
party hereto the first part under the said principal agreement. It is further agreed by and between the parties that the party hereto
of the second part has accepted the said sums mentioned above in full and final satisfaction of all its dues and claims under the
said Principal Agreement.
It is further agreed and understood by and between the parties that in consideration of the payment already made, under the
agreement, the said Principal .Agreement shall stand finally discharged and rescinded all the terms and conditions including the
arbitration clause.
It is further agreed and understood by and between the parties that the arbitration clause contained in the said principal Agreement
shall cease to have any effect and /or shall be deemed to be non-existent for all purposes.

Signature of contractor/s
Witness of the Signature.

For and on behalf of the


President of India
Witness of the Signature

1._______________________

1.____________________

2.______________________

2.____________________

Address: ________________________

Signature of the tenderer/s

Page 34 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Annexure-C
PROFORMA
DECLARATION
I/We hereby solemnly declare that I/We visited the site of the work (as on top sheet) personally and have made
myself/ourselves fully conversant of the conditions therein and in particular the following :1.
2.
3.
4.

Topography of area
Soil strata at site of work.
Source and availability of construction material.
Rates for construction of material, water electricity including all local taxes, royalties,
octrois etc.
Availability of local labour (both skilled and unskilled) and relevant labour rates and
labour laws.
The existing roads and approaches to the site of work and requirements for further
services roads/approaches to be constructed by me/us.
The availability and rates of private land etc. that shall be required by me/us for various
purposes.
Climatic conditions and availability of working days.

5.
6.
7.
8.

I/We have quoted my/our rates for various items in the schedule of items, quantities and rates taking into account all
the above factors also.

Annexure-D
Constitution of Firm
1.

Full name of contractor/s


construction firm and year
of establishment.

2.

Registered Head Office


Address.

3.

Branch Office in India.

Address on which correspondence


regarding this tender should be done.

5.

Constitution of firm,
give full details including
name of partners/executives/power
of attorney/holders etc.

6.

Particulars of registrations
with Government/Semi Govt.
Organization, Public Sectors
Undertakings and local bodies
etc.

Signature of the tenderer/s

Page 35 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

ANNEXURE- E
Details of Plant and Machinery, already available with the firm.
SN

Particulars of equipment

No. of unit

Kind and make firm


from which to be hired
4

Date by which the plant would be


available for use on this work.
6

Age & Condition

Capacity
5

Work on which it is being used


7.

8.

ANNEXURE-F
LIST OF ENGINEERS/PERSONNEL
DEPLOYMENT ON THIS WORK:

ALREADY

AVAILABLE/PROPOSED

TOBE

EMPLOYED

S.No.

Name &
Designation

Qualification

Professional
Experience

Organization
With whom
working

Date by which
personnel
will be
available for
this work.

Signature of the tenderer/s

Page 36 of 49

Signature of DEN/ Sr. DEN-

FOR

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

.
Annexure-G
STATEMENT OF WORKS EXECUTED BY THE CONTRACTORS DURING LAST THREE (03) YEARS
SN

Name and place of work


1

Authority/agency for whom the work isDate of award and


being carried out.
Agreement No. and date.
3
4

Date of completion
(original/
Actual)
5

Agreemental cost of
work/completion
cost.
6

Principal/technical features of work


in brief.

S. No. at which relevant


document are enclosed.

Annexure-H
STATEMENT OF WORKS BEING EXECUTED/IN HAND BY THE CONTRACTOR/S
SN

Name and place of work

Date of
completion (
Original /
actual)
5

Authority/agency for whom the


work is being carried out.
2

Agreemental cost of
work/likely cost.

Signature of the tenderer/s

Principal/techni
cal features of
work in brief.

S. No. at which
relevant document are
enclosed.

Page 37 of 49

Date of award and


Agreement No. and
date.
4

Payment taken till.

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Annexure-I
Detail of Contractual payment received in the last three financial year and current financial year

SN

Name of work

Signature of the tenderer/s

Name of employerDetail of payment For the financial year


Total Contract amount
received

Page 38 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

ANNEXURE-J
FORMS (Supplier Information Form)
FORM NO.E-5
Appendix-VIII
Electronic Clearing Service (Credit Clearing)
Model Mandate Form
(Investor/customers option to receive payments through Credit Clearing Mechanism)
Name of the scheme and the periodicity of payment
Beneficiary Name:
Beneficiary Address:
Line 1:
Line 2:
District/City
State/UT
Pin Code
Tele
Bank Details:
Bank Name
Branch Address
Beneficiary A/C Number:
Beneficiary A/c Type (Saving/Current)
Digit Branch MICR Code:
Is your bank branch RTGS enabled:
If yes, IFSC code of the Branch:

Yes

No

Countersigned
Signature of the Contractor/Supplier
Branch Manager
Bank Seal
3.

Date of effect
I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at
all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the
option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme. The
electronic clearing service may be arranged through _________________
(..)
Signature of the Investor/ Customer

Date
Certified that the particulars furnished above are correct as per our records.
BanksStamp

Signature of the tenderer/s

Page 39 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Annexure-K
GUIDELINES FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS TENDER COSTING MORE THAN `
25.00 CRORE.- Clause 65 to IRs General Conditions Of Contract (GCC) (Railway Boards letter No. 2002/CE-I/CT/37 , New
Delhi dated 07.09.2011)
1. Separate identity/name shall be given to the Joint venture firm.
2. Number of members in a JV Firm shall not be more than three, if the work involves only one department (say Civil or S&T
or Electrical or Mechanical) and shall not be more than five, if the work involves more than one department.
3. A member of JV Firm shall not be permitted to participate either in individual capacity or as a member of another JV Firm in
the same tender.
4. The tender form shall be purchased and submitted only in the name of the JV Firm and not in the name of any constituent
member.
5. The joint venture firm shall be required to submit Earnest money deposit(EMD) along with the tender in term of the
provisions contained in clause 3.0 (Earnest money of tender document).
6. One of the members of the JV Firm shall be its Lead Member who shall have a majority ( at least 51% ) share of interest in
the JV firm and also , must have satisfactorily completed in the last three previous financial years and the current financial
year upto the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value.
The other members shall have a share of not less than 20% each in case of JV firms with upto three members and not less
than 10% each in case of JV Firms with more than three members. In case of JV Firm with foreign member(s), the Lead
Member has to be an Indian Firm with a minimum share of 51%.
7. A copy of Memorandum of Understanding ( MOU) executed by the JV members shall be submitted by the JV Firm along
with the tender. The complete details of the members of the JV Firm, their share and responsibility in the JV Firm etc.
particularly with reference to financial, technical and other obligations shall be furnished in the MOU. ( The MOU format for
this purpose shall be finalized by the Railway in consultation with their Law Branch and shall be enclosed along with the
tender ).
8. Once the tender is submitted, the MOU shall not be modified/ altered/ terminated during the validity of the tender. In case the
tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be liable to be forfeited.
9. Approval for change of constitution of JV Firm shall be at the sole discretion of the Employer (Railways). The constitution of
the JV Firm shall not be allowed to be modified after submission of the tender bid by the JV Firm, except when modification
becomes inevitable due to succession laws etc and in any case the minimum eligibility criteria should not get vitiated.
However ,the Lead Member should continue to be the Lead Member of the JV firm. Failure to observe this requirement
would render the offer invalid.
10. Similarly, after the contract is awarded, the constitution of JV Firm shall not be allowed to be altered during the currency of
contract except when modification become inevitable due to succession laws etc. and in any case the minimum eligibility
criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all
consequential penal action as per contract conditions.
11. On award of contract to a JV Firm, a single Performance Guarantee shall be submitted by the JV Firm as per tender
conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization Advance. Machinery Advance
etc. shall be accepted only in the name of the JV Firm and no splitting of guarantees amongst the members of the JV Firm
shall be permitted.
12. On issue of LOA,(Letter Of Acceptance), an agreement among the members of the JV firm (to whom the work has been
awarded) shall to be executed and got registered before the Registrar of the Companies under Companies Act or before the
Registrar/ Sub-Registrar under the Registration act,1908. This JV agreement shall be submitted by the JV Firm to the
Railways before signing the contract agreement for the work.. In case the tenderer fails to observe/ comply with this
stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against
partners of the JV and the JV. This Joint Venture Agreement shall have, inter-alia, following Clauses:12.1Joint and Several Liability: - Members of the JV Firm to which the contract is awarded, shall be jointly and severally liable to
the Employer (Railways) for execution of the project in accordance with General and Special Conditions of Contract. The JV
members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution
of the contract or due to non- execution of the contract or part thereof.
12.2Duration of the Joint Venture Agreement: - It shall be valid during the entire currency of the contract including the period of
extension if any and the maintenance period after the work is completed.
12.3. Governing Laws: - The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws

Signature of the tenderer/s

Page 40 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

13. Authorized Member :- Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the
tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work
done to sign measurement books and similar such action in respect of the said tender/ contract. All notices/ correspondences with respect
to the contract would be sent only to this authorized member of the JV Firm.
14. No member of the Joint Venture Firm shall have the right to assign or transfer the interest right or liability in the contract without the
written consent of the other members and that of the employer (Railways) in respect of the said tender/ contract.
15. Documents to be enclosed by the JV Firm along with the tender :
15.1 In case one or more of the members of the JV Firm is / are partnership firm (s), following documents shall be
submitted :(a) Notary certified copy of the Partnership Deed.
(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value
( in original )
(c) Power of Attorney ( duly registered as per prevailing law) in favour of one of the partners of the partnership firm to sign the JV Agreement
on behalf of the partnership firm and create liability against the firm.
15.2 In case one or more members is/ are Proprietary Firm or HUF, the following documents shall be enclosed.Affidavit on Stamp Paper of appropriate value declaring that his/her Concern is a Proprietary Concern and he/she is sole proprietor of the
Concern OR he/she is in position of KARTA of Hindu Undivided Family (HUF) and he/ she has the authority, power and consent given
by other partners to act on behalf of HUF.
15.3 In case one or more members is / are limited companies, the following documents shall be submitted :
(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing
MD or one of the Directors or Managers of the company to sign JV Agreement, such other documents required to be signed on behalf of
the Company and enter into liability against the company and / or do any other act on behalf of the company.
(b) Copy of Memorandum and Articles of Association of the Company.
(c) Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person to do/act mentioned in the para (a) above.
15.4.All the members of the JV shall certify that they are not black listed or debarred by Railways or any other Ministry/ Department of the
Govt. of India/ State Govt. from participation in tenders/ contract on the date of opening of bids in their individual capacity as members of
the JV or the JV firm in which they were/are members.
16. Credentials & Qualifying criteria.
Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the following criteria:
16.1 Technical Eligibility Criteria : (a or b mentioned hereunder ) :
(a) Either the JV firm or Lead Member of the JV Firm must have satisfactorily completed in the last three previous financial years and the
current financial year up to the date of opening of the tender, one similar single work for a minimum of 35% of advertised r value of the
tender. OR
(b)(i) In case of composite works ( e.g. works involving more than one distinct component , such as Civil engineering works, S&T works,
Electrical works, OHE works etc and in the case of major bridges, substructure and superstructure etc.), for each component, at least 35%
of the value of any such components individually for single similar nature of work should have been satisfactorily completed by the JV
Firm or by any member of the JV Firm in the previous three financial years and the current financial year up to the date of opening of
tender. The member satisfying technical eligibility criteria for the largest component of the work shall be the Land Member and that
Member shall have a majority ( at least 51%) share of interest in the JV Firm.
(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined with the estimated tender cost of it, as part of
the tender documents without any ambiguity. Any work or set of works shall be considered to be a separate component, only when cost of
the component is more than ` 2 crore each.
(iii) However, as long as the JV firm or any member of the JV Firm meets with the requirements, in one or more components of the work, and
has completed a minimum of 35% of the advertised value of the tender for the same value of the component, and resultantly, all the
members of the JV collectively, then meet the prescribed technical eligibility criteria, the JV shall stand technically qualified.
NOTE: Value of a completed work done by a Member in an earlier JV Firm shall be reckoned only to the extent of the concerned
members share in that JV Firm for the purpose of satisfying his/her compliance to the above mentioned technical eligibility criteria in the
tender under consideration.
16.2 Financial eligibility Criteria:
The contractual payments received by the JV Firm or the arithmetic sum of contractual payments received by all the members of JV Firm
in the previous three financial years and the current financial year up to the date of opening of tender shall be at least 150% of the estimated
value of the work as mentioned in the tender.
NOTE: Contractual payment received by a Member in an earlier JV firm shall be reckoned only to the extent of the concerned members
share in that JV Firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under
consideration.

Signature of the tenderer/s

Page 41 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Anneuxre K-2
Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria
1. The Partnership Firms participating in the tender should be legally valid under the provisions of Indian
Partnership Act.
2. Partnership Firms are eligible to quote tenders of any value.
3. The partnership firm should have been in existence or should have been formed prior to submission of
tender. Partnership firm should have either been registered with the competent registrar or the
partnership deed should have been notarized prior to date of tender opening, as per Indian partnership
Act.
4. Separate identity/name should be given to the partnership firm. The partnership firm should have
PAN/TAN number in its own name and PAN/TAN number in the name of the any of the constituent
partners shall not be considered. The valid constituents of the firm shall be called partners.
5. Once the tender has been submitted, the constitution of firm shall not be allowed to be modified/altered/
terminated during the validity of the tender as well as the currency of the contract except when
modification becomes inevitable due to succession laws etc, in which case prior permission should be
taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The
reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed. The
approval for change of constitution of the firm, in any case, shall be at the sole discretion of the
Railways and the tenderer shall have no claims what so ever. Any change in the constitution of
Partnership Firm after opening of tender shall be with the consent of all partners and with the signatures
of all partners as that in the Partnership deep. Failure to observe this requirement shall render the offer
invalid and full EMD shall be forfeited. If any partner/s withdraw from the firm after opening of the
tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm
after opening of tender but prior to award of contract, his/her credentials shall not qualify for
consideration towards eligibility criteria either individually or in proportion to this share in the previous
firm. Incase the tenderer fails to inform Railway before hand about any such changes/modification in
the constitution which is inevitable due to succession laws etc. and the contract is awarded to such firm,
then it will be considered a breach of contract conditions, liable for determination of contract under
Clause 62 of General Condition of Contract.
6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner
of any other firm in the same tender.
7. The tender form shall be purchased and submitted only in the name of partnership firm and not in the
name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The
EMD submitted in the name of any individual partner or in the name of authorized partner(s) shall not
be considered.

Signature of the tenderer/s

Page 42 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

8. One or more of the partners of the firm or any other person(s) shall be designated as the authorized
person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm
through a Power of Attorney , specifically authorizing him/them to submit & sign the tender, sign the
agreement, receive payment, witness measurements, sign measurement books, make correspondences,
compromise, settle, relinquish any claim(s) preferred by the firm, sign No Claim Certificate, refer all
or any dispute to arbitration and to take similar such action in respect of the said tender/contract. Such
Power of Attorney should be notarized/ registered and submitted alongwith tender.
9. A notary certified copy of registered or notarized partnership deed shall be submitted along with the
tender.
10. On award of the contract to the partnership firm, a single performance guarantee shall be submitted by
the firm as per tender conditions. All the guarantee like Performance guarantee, guarantee for
Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the
partnership firm and no splitting of guarantees among the partners shall be acceptable.
11. On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm
only and not in the name of any individual partner.
12. In case, the contract is awarded to a partnership firm, the following undertakings shall be furnished by
all the partners through a notarized affidavit, before signing of contract agreement:a) Joint and several liabilities:- The partners of the firm to which the contract is awarded, shall be jointly
and severally liable to the Railway for execution of the contract in accordance with general and special
conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages
caused to the Railway during the course of execution of the contract or due to non-execution of the
contract or part thereof.
b) Duration of the partnership deed and partnership firm agreement:- The partnership deed/partnership firm
agreement shall normally not be modified, altered, terminated during the currency of contract and the
maintenance period after the work is completed as contemplated in the conditions of the contract. Any
change carried out by partners in constitution of the firm without permission of Railway, shall constitute
a breach of contract liable for determination of contract under clause 62 of General Conditions of
Contract.
c) Governing Laws:- The partnership firm agreement shall in all respect be governed by and interpreted in
accordance with the Indian Laws.
d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the
contract without the written consent of the other partner and that of the Railway in respect of the tender/
contract.
13. The tenderer shall clearly specify that the tender is submitted on behalf of a partnership concern. The
following documents shall be submitted by the partnership firm, with the tender:-

Signature of the tenderer/s

Page 43 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

a. A copy of registered/notarized partnership deed duly authenticated by notary.


b. Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from all
partners of the firm in favour of one or more of the partner(s) or any other person(s) as detailed in para
(8) above.
c. An undertaking by all the partners of the partnership firm shall be given that they have not been black
listed or debarred by Railways or any other Ministry/ Department of the Govt of India, any State Govt
from participation in tenders/ contact on the date of opening of bids either in their individual capacity or
in any firm in which they were/are partners. Concealment/wrong information in regard to above shall
make the contract liable for determination under clause 62 of General Conditions of Contract-2013.
14. Evaluation of eligibility of a partnership firm.
Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfillment of the
following conditions:
i. Technical eligibility criteria: The tenderer should satisfy either of the following criteria :a. The partnership firm shall satisfy the full requirement of technical eligibility criteria
(defined in Para 2.3.2 (A) (V) of special tender conditions and instructions for
tenderers) in its
own name and style;
OR
b.
In case the partnership firm does not fulfill the technical eligibility criteria in its own name and
style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as
a partner in a different partnership firm, then such partner of the firm shall satisfy the technical
eligibility criteria ( defined in para 2.3.2(a) (V) of special tender conditions and instructions for
tenderers) on the basis of his /her proportionate share in that proprietorship/partnership firm
reduced further by his /her percentage share in the tendering firm.
ii.
Financial eligibility criteria : The tenderer shall satisfy either of the following criteria:a.

The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as
defined in para 2.3.2(A)(VI) of special tender conditions and instructions for tenderers) in its own
name and style.
OR
b. In case the partnership firm does not fulfill the financial eligibility criteria in its own name and style,
but one or more of its partners have executed a work/contract in the past either as sole proprietor or
as partner in different firms, then the arithmetic sum of the contractual payments received by all the
partners of the tendering firm, derived on the basis of their respective proportionate share in the such
firms reduced further by their respective percentage share in the tendering firm, shall satisfy the full
requirements of the financial eligibility criteria ( as defined in para 2.3.2(A)(VI) of special tender
conditions and instructions of tenderers)

Signature of the tenderer/s

Page 44 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

Example on Evaluation of Technical & Finance Eligibility of Partnership Firm


A tendering partnership firm ABCD has four constituent partners namely A, B, C & D with their respective
shares as 40%,30%,20% & 10% but this firm has not executed any work in its own name and style. However, the constituent
partners have executed the work in earlier partnership firm(s) or as proprietor as under:i.
ii.
iii.

Partnership firm ABZ having three partners namely A, B & Z with respective shares of 10%,20% & 70%, has
executed a work of value `10.00 crores earlier.
Partnership firm CYX having three partners namely C, Y & X with respective shares of 50%, 30% & 20%
has executed a work of value `5.00 crores earlier.
Sole proprietorship firm P having D as sole proprietor has executed a work of value ` 2.0 Crores earlier.

The evaluation of technical and financial eligibility of tendering firm ABCD shall be
done by taking proportionate share of credentials of partners A,B,C and D derived from their earlier partnership firms to be
reduced further by their percentage share in the tendering firm as calculated in table below :1
2
Partners Credentials of A &B
derived from firm ABZ
which has executed work of
`10.0 cr.

3
Credentials of C
derived from firm
CYX firm which has
executed work of `5.0
cr.

% share in
firm
ABZ

Proporti onate
Credentials

% share
in firm
CYX

10%

20%

10% of 10Cr = 1.0 Cr.


20% of 10Cr = 2.0 Cr.
50%

5
Contribution of A
B, C & D to
credentials of tendering
firm ABCD.

Proporti
onate
Creden
tials
-

4
Credentials of D
derived from
Proprietorship firm
P which has
executed work of
`2.0 cr.
% share Proportio
in firm
nate
P
Credenti
als
-

30%

50% of
5Cr = 2.5
Cr
-

20%

100%

100% of 2 10%
Cr= 2.0 Cr.

% share Proportionate
in
Contribution
ABCD to ABCD
40%

40% of 1Cr
=0.4 Cr.
30% of 2 Cr
=0.6 Cr.
20% of
2.5Cr
= 0.5 Cr.
10% of 2Cr
= 0.20Cr.

Evaluation of Technical Eligibility:Any one of the partners of ABCD tendering firm viz A,B, C or D should satisfy the technical eligibility criterion on
the basis of his/her proportionate share of credential in the earlier partnership firm reduced further by his percentage share in
the tendering firm. As calculated in above table, the contribution of partners A,B,C, & D towards the credentials of tendering
firm ABCD will be taken as `. 0.40 cr., ` 0. 60 cr, ` 0.50 cr, ` 0. 20 cr respectively. Thus, in this example the firm ABCD
is deemed to have executed one single work of maximum value of `.0.60 cr for the purpose of technical eligibility criteria.
Evaluation of Financial Eligibility:The arithmetic sum of the contribution of all the partners of tendering firm ABCD derived on the basis of their
respective proportionate share in the earlier partnership firms reduced further by their respective percentage share in the
tendering firm, in this example will be taken as ` 1.70 Cr ( i.e. A+B+C+D = 0.40 +0.60 +0.50 +0.20 = 1.70 Cr ). Thus, in this
example, the firm ABCD is deemed to have received contractual payments of ` 1.70 cr for the purpose of financial eligibility
criteria.
***

Signature of the tenderer/s

Page 45 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

SPECIAL CONDITIONS RELATED TO SITE DATA & SPECIFICATIONS


Name of work:- _______________________________________________________
1.0

Scope of work

2.0

Site location of the work

3.0

The work is required to be executed as per Northern Railway Standard Specifications 2010 and relevant IRS & BIS
codes and Manuals. The list of codes and manuals as given below, is by no means, exhaustive and any relevant codel or
manual even if not mentioned in the list, will be applicable.
The design and Construction will be done in terms of IRS, IRC and IS Specifications.
(a) The specifications mentioned herein bid documents shall be prime governing.
(b) Where there is conflict between IRS & IS Specifications, IRS Specifications shall prevail.
(c) Where there is no provision of Specifications in IRS, the IRC conditions shall be referred to and followed.
(d) The decision of DEN/Sr.DEN of the project shall be final and binding in the interpretation of the clause of the
codes of practice and specifications under the special conditions relating to site data and specifications of this
tender and no claim whatsoever shall be entertained on this account by Railways.
(e) Apart from the basic data, specifications etc. all items of works shall be governed by the following codes as
revised/corrected/amended upto the time of submission of the tenders/ negotiated rates for acceptance.

i)
ii)
iii)
iv)
4.0

Northern Railway Engg.Deptt. Unified Standard Schedule of Rates 2010.


Northern Railway Engg.Deptt. standard specifications for materials and works 2010.
Northern Railway Engg.Deptt. General Conditions of Contract and regulations and instructions to tenderer/s and
Standard Form of Contract, 2013.
. (Other codes as applicable to the particular work).
Special conditions related to site data and technical specifications shall be given for particular works by
DEN/Sr.DEN.

Signature of the tenderer/s

Page 46 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

/raising of parapet walls, cleaning of water way in the

SUPPLY OF CEMENT
1.1

Ordinary Portland/ Pozzolana Cement grade 43 confirming to IS-1489 will be arranged by the contractor at his own
cost. Payment shall be made under relevant NS item.
1.2
supply for cement by contractor at the rate of relevant item will be governed by the following conditions.
1.2.1
Cement for use in works, shall be procured by the contractor from the main producers or their authorized dealers only
.
1.2.2
Cement older than 3 months from the date of manufacture as marked opn the bags shall not be accepted. Cement
bags should bear the following marking :i.
Manufacturers name . ii.Regd. trade mark of manufacturer if any. Iii Type of cement. IV. Weight of each bag
in kg or no. of bags/tones. V. Date of manufacture generally marked as week of the year/year of
manufacture.
1.2.3. Quality test certificate for cement as per IS 4031 shall be furnished by the contractor/s at his own cost from the mfg.
Before used of cement.
1.2.4. Railway may also take sample during the course of execution of work and get the cement tested to ascertain its
conformity to the relevant IS specifications at contractors cost before a particular lot is put to use. Frequency of
testing shall be as prescribed by the relevant IS code. Following test interalia shall be carried out. I. Fineness. Ii.
Compressive strength iii. Initial and final setting time. Iv Consistency . v Soundness.
1.2.5. In case samples tested do not pass quality tests conducted, the entire batch of cement supplied shall be rejected and
returned to the contractor/s no payment will be made on this account.
1.2.6. For storage of cement, the contractor shall have to construct temporary Godowns at his own cost. The contractor
shall bring the cement to the site of work on ly on written instructions from Gazetted officer/ in-charge of work it will
be obligatory on the part of the contractor to get every consignment/ truck of cement weighted in the presence of
inspector in-charge or his representative and supply the original copy of weight slip along with consignment. The
inspector in-charge will verify the weight of cement brought to the site of work and return one verified weight slip to
the contractor after the same is stacked inside the cement Godown under his supervision.
1.2.7. The record of cement brought to the site of work, daily consumption, daily opening balance and closing balance shall
be maintained at the site jointly by the inspector in-charge of work and contrcontractor/s or his/their authorized
representative./ For this purpose , 2 sets of registers duly reconciled and signed by the contractor/s and the inspector
in-charge of work certifying the opening balance,. Consumption, closing balance should be maintained. One register
each shall be kept in the custody of inspector in-charge of work and contractor or his authorized representative.
1.2.8. The contractor shall be the custodian of cement Godown and shall keep the Godown under his lock and key to ensure
safe custody of cement. The contractor shall ensure that the cement once brought to the site and accounted shall be
used at the site only and shall not be taken from site for any purpose.
1.2.9. The contractor shall make the cement Godown available for inspection any time along with connected record to the
site Engineer or his representative as and when required.
1.2.10. Land for constructing the temporary cement Godown shall be handed over by the Railway on the written request of the
contractor free of any rent, for construction period only.
1.2.11. the contractor shall ensure that after completion of the work and /or termination of the cement for any reason
whatsoever, the temporary cement Godown shall be dismantled and all dismantled material/debries shall be removed
and the clear site shall be handed over back to Railways. All the released material shall be the property of the
contractor/s and no payment shall be made b y the Railways for dismantling leading the material etc. The final bill
and earnest money shall not be released unless the Godown is dismantled and the site is cleared in all respects.
1.3.
1.3.1.

Tolerance requirements for the mass of cement.


Cement supplied one time will be taken as forming one batch. The number of bags taken for sample from each batch
shall be as under :S.No.

Batch Size

Sample size

1
2.
3.
4.

100 to 150
151 to 280
281 to 500
501 to 1200

20
32
50
80

Signature of the tenderer/s

Page 47 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

5.
6.
1.3.2.

1.3.3.

1.3.4.

1.3.5.

1.3.6.

1.3.7.

1.3.8.

1.3.9.
1.40.

1201 to 3200
3201 and above

/raising of parapet walls, cleaning of water way in the

125
200

The number of bags in sample showing a minus error greater than 2 percent of the specified net mass ( 50kg) shall be
not more than 5 percent of bags in the sample .Also the minus error in one of such bags in the sample shall exceed 4
percent of the specified net mass of cement in the bags. In case, the minus error exceeds the percentages herein, the
entire batch of cement samples shall be rejected.
The consumption of cement on works shall be assessed on the basis of cement contents per unit quantity for various
items of works as per SOR-2010 of cement contents per unit quantity as per design in case of designed mix of cement
concrete of specified strength . In case of designed mix of concrete of specified strength where the cement is to be
used by weight where specifically ordered in the NS item rate or tender conditions, a variation of +1% ( max) will be
allowed in the consumption of cement of works.
Stacking of cement in the Godown shall be done on a layer of wooden sleepers so as to avoid contact of cement bags
with the floor, or alternatively scrap of sheets may be used in place of sleepers but these must be placed at least 20cm
above the floor .The bags shall be stacked at least 50cm clear of the walls to prevent deterioration. The wooden
sleepers/scrap GI sheet shall be arranged by the contractor/s at his /their own cost.
Cement shall be stored in such a manner as to permit easy access for proper inspection . Cement should be stacked not
more than ten layers high to prevent bursting of bags in the bottom layers and formation of clods. The stacks of
cement bags shall be covered with tarpaulin during monsoons so as to obviate the possibility of deterioration of
cement by moisture in the atmosphere. Cement that is set or partially set is on no account to be used.
The cement brought to the site/Godown in excess of the requirement calculated based on the cement factors shall be
taken back by the contractor/s on completion of the work after written approval from ADEN/SEN on proper
documents.
Payment as per relevant NS items will be made on the basis of quantity
of cement actually consumed and the
quantity calculated as per cement factor for various items, whichever is less subject to recovery as per clause 11.3.8
below.
Cement actually consumed on works shall normally match the quantity calculated as eper cement factors for various
items. If, it is discovered that the cement actually consumed at site is less than the quantity ascertained taking into
consideration of the cement factors for various items by more 1%, the cost of the cement not so used (i.e. difference
between the quantity of cement calculated as per cement factors and cement actually consumed ) shall be recovered at
double the quoted rate from the contractor.
Empty cement bags will be the property of contractor.
When Portland pozzolana cement is used in plain & reinforcement concrete, it is to be ensured that proper dmap
curing of concrete at least for 14 days and supporting form work shall be removed till concrete attains at least 75% of
the design strength.

Signature of the tenderer/s

Page 48 of 49

Signature of DEN/ Sr. DEN-

Repair to damaged floor apron bridge No.62 and minor repair to other, minor bridges, repair
section of ADEN/JRC.

5.0

/raising of parapet walls, cleaning of water way in the

CONDITIONAL TENDERS
Conditional tenders are liable to be rejected straight away. Railways reserve the right to reject such tenders
summarily without assigning any reasons whatsoever.

For Divisional Railway Manager,


Northern Railway, Firozpur Cantt (Punjab)
For and on behalf of the President of India
I/We agree to abide by the terms and conditions mentioned at page 1 to ______ in all as well as General
Conditions of Contract, 2013, standard specifications for materials and works, 2010 and the Unified Standard
Schedule of Rates, 2010 of the Northern Railway to the extent the latter three books are applicable.

Signature of the Tenderer/s


Address ..
..............................................................................

END OF TENDER DOCUMENT (LAST PAGE)

Signature of the tenderer/s

Page 49 of 49

Signature of DEN/ Sr. DEN-

Vous aimerez peut-être aussi