79
Revised tender document of Tender No.: ECR/S&T/OT/162 Signature of Tenderer(s) 1 Tender NO. ECR/S&T/OT/162. Dt. -26.07.2013 Name of work: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”. . PACKET – I TECHNICAL BID DOCUMENT (TWO PACKET SYSTEM) COST – Rs.10,000/- COST BY POST – Rs.10,500/-

Tender ecr (revised)

Embed Size (px)

DESCRIPTION

tender

Citation preview

Page 1: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

1

Tender NO. ECR/S&T/OT/162. Dt. -26.07.2013

Name of work: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”. .

PACKET – I

TECHNICAL BID DOCUMENT (TWO PACKET SYSTEM )

COST – Rs.10,000/- COST BY POST – Rs.10,500/-

Page 2: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

2

INDEX

Sl. No.

Topics Page No.

1. Top cover 1

2. Index 2

3. Copy of NIT 3-5

4 Top Sheet 6

5. Check List 7

6. Offer Letter 8

7. Instructions to Tenderers & Conditions of Tender 9-19

8. Special Conditions of Contract ( part I) 20-37

9. General Conditions of Contract 38

10. Special Conditions of Contract (Part-II) 39-65

11. Scheme of Implementation of CCTV at stations 66-72

12 Financial Bid (Schedule of work) (Packet II) 73-79

Page 3: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

3

EAST CENTRAL RAILWAY

Office of the General Manager (S&T), Hajipur

Tender Notice No. – 05 of 13-14 Dated: 26.07.2013 TENDER NOTICE

The Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi Kala, Hajipur-844101 invites “Sealed Open Tenders” (under Two Packet Open Tendering System) for and on behalf of the President of India from experienced bonafide and reliable contractors in prescribed form for the under mentioned work of East Central Railway.

Tender No. ECR/S&T/OT/162.

Name of Work

“Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”.

Approximate Cost Rs 14,78,94,898/- (Rs. Fourteen Crore Seventy eight Lacs Ninety Four Thousand Eight Hundred Ninety Eight only).

Earnest Money Rs. 8,89,480/- (Rs. Eight Lacs Eighty nine Thousand Four hundred Eighty only.)

Cost of Tender form (Rs.) Rs. 10000/- & Rs. 500/- Extra if required by Post.

Web site particulars where complete details of tender can be seen.

The tender Notice and tender documents can also be downloaded from ECR Website www.ecr.indianrailways.gov.in & Govt. of India website www.tenders.gov.in.

Completion period 09 months (Nine months)

Last Date and Time of submission

30.09.2013 at 12.00 Hrs.

Tender Opening Date & Time

30.09.2013 at 12.30 Hrs. (Only Technical Bid Packet I will be opened)

Venue of Tender submission & opening.

Office of the CSTE, East Central Railway HQ, Dighi Kala, Hajpur - 844101.

Validity of Offer 180 Days. Date from which Tender Documents will be available for Sale.

05.08.2013.

Tender without earnest money will be summarily rejected. Further particulars and tender form can be obtained from the Office of the CSTE, East Central Railway HQ, Dighi Kala, Hajpur – 844101 on any working day on submission of money receipt of deposited amount of Rs. 10,000/- to Chief Booking Cashier/Hajipur or Danapur or Sonpur per set. The tender documents can also be downloaded from ECR Website www.ecr.indianrailways.gov.in & Govt. of India website www.tenders.gov.in and used, for which the cost of tender document should be submitted along with the tender in shape of crossed Demand Draft or Bankers Cheque (Non refundable) payable at Hajipur in favour of FA&CAO/ECR/Hajipur.

Page 4: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

4

Tenderer(s) using the tender document downloaded from the website, should watch the websites for the corrigendum/addendum to the NIT/Tender document, if any, as there will not be any separate communication for the same.

Railway administration will not be responsible for any delay/difficulties of the downloading facility from Internet for any reason whatsoever. In case of any discrepancy between the English version of tender notice and its Hindi translation, the concerned content of English version shall prevail and will be binding on the tenderer(s). In case of any discrepancy between the tender documents downloaded from Internet and the approved master copy available in this office, the latter shall prevail and will be binding on the tenderer (s). No claim on this account will be entertained.

If required by post, the request for tender form must be accompanied by crossed Demand Draft of Rs.10,500/- (Rs. Ten thousand five hundred only)in favour of FA & CAO/ECR/Hajipur. Tender forms requested by registered post will be on the risk of the applicant. However, no responsibility will be taken by Railway for delay/loss/non-receipt of tender documents sent to them by post.

Cost of Tender documents is non-refundable and Tender documents are non-transferable.

Eligibility Criterion

Should have completed in last 3 financial years (i.e current year and 3 previous financial years).

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

The total value of similar nature of works completed during the qualifying period, and not the payment received within the qualifying period alone, will be considered.

Total contract amount received during the last 3 financial years and in the current financial year.

Should be minimum of 150% of advertised tender value.

The tenderer has to produce attested certificates from the employer/ client, audited balance sheet duly certified by chartered accountant etc., along with the tender offer.

Definition of Similar Nature work is as under:

“Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system anywhere under Government/Semi-Government/Government Undertaking/Government Controlled Institution/ Government Controlled Projects/Public Sector Undertakings ”.

The tenderer should have experience in three field out of four above mentioned fields in India or abroad. Tenders not accompanied with documents in support of credentials, as stated above shall not be considered and will be rejected summarily. Tenderers are advised to visit the site of work for better appreciation of the local conditions before submitting their offer. Tender forms complete in all respect with all credentials duly sealed in an envelope and mentioning the name of work, should be deposited in the tender box allotted for the purpose in the Office of the CSTE, East Central Railway HQ, Dighi Kala, Hajpur - 844101. Tender duly sealed in the prescribed manner can also be sent through registered post so as to reach this office not later than date and time specified above. Any tender received after the specified date/time shall be a late/ delayed tender and liable to be summarily rejected. In case the last date of submission of tender papers happens to be a holiday, the tender papers will be received and opened on the next working day at the same time.

Page 5: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

5

If the tenderer(s) deliberately give(s) wrong information about credentials etc. in tenders and thereby create(s) circumstances for acceptance of tender, Railway reserves the right to reject such tender at any stage, besides, shall suspend the business with him/them for one year. Joint ventures/Consortium will also be accepted. The same shall be governed as per relevant conditions given in the tender document. Pre bid conference will be held on 19.08.13 From 11.00 hrs to 17.00 hrs in new Conference hall , General Manager office at Hajipur. It has already been held. Other terms and conditions are given in the tender documents. Payments:- Payment to the contractor would be made through NEFT/ECS. For any clarification following officers may be contacted on any working day between 10.00AM to 05.00 PM. Ph. No. 06224-273418. - Chief Signal & Telecom Engineer (Project)/Hajipur Ph. No. 06224-274318 - Dy. Chief Signal & Telecom Engineer (Project)/Hajipur

Dy.CSTE/Project for General Manager (S&T) / Hajipur

for and on behalf of the President of Union of India

Page 6: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

6

T O P S H E E T

1) Tender Notice No. : Tender Notice No:- 5 of 2013-14. Date:- 26.07.2013

2) Tender No. : ECR/S&T/OT/162

3) Name of work :

“Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”.

4) Approximate cost (Rs.) : Rs 14,78,94,898/- (Rs. Fourteen Crore Seventy eight Lacs Ninety Four Thousand Eight Hundred Ninety Eight only).

5) Completion period : 09 Months (Nine Months) from date of issue of LOA.

6) Earnest Money (Rs.) : Rs. 8,89,480/- (Rs. Eight Lacs Eighty nine Thousand Four hundred Eighty only.)

7) Date from which tender documents will be available for sale

: 05.08.2013.

8) Date of opening : 30.09.2013 at 12.30 Hrs.

9)

Website particulars and Notice Board locations

where complete details of the tender can be seen

:

The details of the tender and the tender notice including eligibility criteria & definition of Similar nature of work can be seen from websites–‘www.ecr.indianrailways.gov.in’ and ‘www. tenders.gov.in’ and on the notice board of the office of the Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala, Hajipur-844101.

10) Cost of tender document (Rs.) :

10,000/- By cash 10,500/- By post

11) Sold to : M/s.

12) Validity of offer : 180 Days

Details of deposit of cost of

Tender Document ____________________ MR No._______________ Date_________

`____________________ Issued by Chief OS (Project), E.C.Rly.

Signatures of Contractor Signatures of Issuing official

Page 7: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

7

C H E C K L I S T

1. Are you eligible as per qualification Criteria given vide Para 2.5 of instructions to

Tenderers & Conditions of Tender” and submitted the documents in support? Yes/ No

2. Have you enclosed money receipt/Demand Draft for cost of the Tender Document? Yes/ No 3. Have you submitted Earnest Money? Yes/ No 4. Full and clear Postal address. Yes/ No 5. Have you furnished valid Sales Tax Clearance Certificate (latest)-Not required Yes/ No 6. Have you furnished list of works meeting qualifying criterion no.1 and documents

testifying these? Yes/ No

7. Have you furnished summarized position w.r.t. meeting qualifying criterion no.2 and documents testifying these?

Yes/ No

8. Have you furnished the details regarding constitution of the firm duly attested & the Power of Attorney?

Yes/ No

9. Have you furnished the documents as required under Para –2 of Instructions to Tenderers & Conditions of Tender?

Yes/ No

10 Have you enclosed bar chart / pert Chart along with your tender indicating the completion period of various activities and noted to complete the work as per the completion period and time-schedule defined?

Yes/ No

11 Corrections, if any, to be attested by the Tenderer. Yes/ No 12 Acknowledgement of Letter of Acceptance – within 7 days from the date of issue. Yes/ No 13 Tenderer must submit only deviation from the General condition of contract,

Instructions to tenderer and condition of tender, Special condition of contract (s), technical specifications as issued by RDSO, Forms of tender, etc.

Yes/ No

14 The tenderer is required to quote only the ‘% above/ below’ at the summary sheet of the schedule of work to be submitted in the Financial Bid (Part-II) for all items of the schedule.

Yes/ No

15 Tenderer must submit the bids in two packets of Part-I and Part-II. Yes/ No 16 Part-I :

Technical Bid – Copy of Notice Inviting Tender, Check List, Instructions to Tenderers, General Conditions of Contract, Special Conditions of Contract, Technical Specifications, Forms of tender, etc.

Yes/ No

17 Part-II : Financial Bid –Schedule of Works.

Yes/ No

18 NOTE :- The above check list is not exhaustive. The Tenderer must go through carefully the entire booklet and submit the tender complying with all the conditions/provisions/ instructions mentioned therein irrespective of the fact that they have been highlighted in the check list or not.

SIGNATURE …………………………………… Name ................................................................... SEAL OF THE TENDERER.

Page 8: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

8

OFFER LETTER

TO THE PRESIDENT OF INDIA THROUGH CHIEF SIGNAL & TELECOM ENGINEER, EAST CENTRAL RAILWAY, HEAD QUARTER OFFICE, HAJIPUR. Name of work: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”. 1. Having examined the detailed scope of the work, conditions of tender and specifications for the

execution of the above named work. I/We, the undersigned, submit our offer as detailed in the tender document and agree to abide by the said conditions.

2. It is hereby certified that I/We understand the instructions to tenderers, the general and special conditions of tender/contract and technical specifications attached to the tender document and are thoroughly aware of the nature of work/supply required. My/Our offer is to complete the whole of work strictly in accordance with the requirements and terms of the tender.

3. I/ We agree to abide by this tender and keep this tender open for acceptance for a period of 180 days from the date fixed for opening the same and which may be accepted at any time before expiry of the said period and in default thereof, I/We will be liable to forfeiture of my / our Earnest Money.

4. I/We hereby bind myself/our self to complete the work within 09 months from the date of issue of “Letter of Acceptance” of the tender.

5. Unless and until an agreement is prepared and executed, this tender together with your written acceptance there of, shall constitute a binding contract between us, subject to modifications as may be mutually agreed to between us, and indicated in the letter of acceptance of my / our offer for this work.

6. A sum of Rs. 8,89,480/- (Rs. Eight Lacs Eighty nine Thousand Four hundred Eighty only.) in prescribed form, is herewith forwarded towards “Earnest Money”. The full value of the “Earnest Money” shall stand forfeited without prejudice to any other right if-

(a) I/We fail to observe or comply with the foregoing stipulations. (b) I /We do not execute the contract document within 15 days after receipt of the notice issued by the

Railway that such documents are ready or, (c) I/We do not commence the work within 15 days after receipt of the orders to that effect. (7) I/We understand that you are not bound to accept the lowest or any tender, you may receive. Contractor (s) Address: Signature of Contractor (s) Dated: ______________ Signature of witnesses 1._______________________ 2.________________________

Page 9: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

9

INSTRUCTIONS TO TENDERERS & CONDITIONS OF TENDER NAME OF WORK : “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”. 1.0. TENDER NOTICE: The details of the tender and the tender notice including eligibility criteria & definition of similar nature of work can be seen from websites–‘www.ecr.indianrailways.gov.in’ and ‘www. tenders.gov.in’ and on the notice board of the office of the Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala, Hajipur-844101. 1.1. SALE OF TENDER FORMS: Tender Documents (non-transferable) can be obtained from the office of the Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi Kala, Hajipur-844101 on any working day during working hours from 10:00 Hrs to 17:00 Hrs within the period from 05.08.2013 to 27.09.2013 as per above programme on cash payment or Demand Draft issued by any Nationalized Bank of India duly pledged in favour of FA&CAO/ECR/Hajipur, payable at Hajipur (non-refundable) of Rs 10,000/- (Rs. Ten Thousand only) per set towards the cost of the tender document. If the request is for issue of tender form by Registered / Speed Post, an additional amount of Rs.500/- (in form of DD or Cash receipt) needed to be sent sufficiently in advance to avoid postal delay or any other lapse. Postal order & Cheques will not be accepted. Following documents will form part of the contract:-

i) Offer letter.

ii) Instructions to tenderers & conditions of tender.

iii) General Conditions of Contract of East Central Railway (as corrected up to date) obtainable from General Manager’s office of East Central Railway on payment.

iv) Special Conditions of contract.

v) Schedule of work and quantities.

vi) Specifications and Drawings obtainable from RDSO/East Central Railway as indicated in tender document – on payment.

1.1.1 If there is a contradiction between the “Instructions to tenderers & Conditions of tender” &

“Special Conditions of Contract” mentioned in this tender on the one hand and “General Conditions of Contract”, the former shall prevail.

1.1.2 Where if any deviation in the instant specification w.r.t RDSO specification or latest arises, later

shall prevail. 1.2. SITE OF WORK : The intending tenderer is advised to study the tender documents, concerned specifications and other instructions carefully. The tenderer shall inspect the proposed sites of work and acquaint himself / themselves with the site conditions, working hours and all relevant items connected with execution of the work. No claim shall be entertained for the contractors making his / their own arrangements for approaches / approach road from out side Rly. land and contractors will bear entire expenses such as road taxes payment for right of way, etc. to outsiders and for constructions of approaches / approach road etc.

Page 10: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

10

The submission of tender shall be deemed to have been done after careful study and examination of the tender papers with full understanding of the implications thereof.

1.3. SUBMISSION OF TENDERS:

The tender must be submitted on the prescribed tender form enclosed in sealed cover super-scribed “Tender No. ECR/S&T/OT/162 in Original” and may be sent by registered post to the Chief Signal & Telecom Engineer, East Central Railway HQ, Dighi Kala, Hajipur – 844101 so as to reach this office not later than the due Date and Time of submission of tenders or deposited in the box kept for the purpose in this offices. The box will be sealed at the due date and time. Tender received after the time and date specified may not be considered. Any tender delivered or sent otherwise or lost in transit will be at the risk of the tenderers. In case the day of opening happens to be a holiday, the tender will be deposited / opened at the same time and at the same place on the next working day. 1.3.1. SIGNING OF TENDER: a) All offers shall be either type written or hand-written neatly in indelible ink. Each page of the offer must be

numbered sequentially. A reference of total number of pages comprising the offer must be made at the top right hand corner of the top page.

b) All copies of the tender paper shall be signed in ink by the tenderer, on each page including closing page, in

token of his having studied the tender papers care fully. 1.3.2. LOCAL CONDITIONS : It will be imperative on each tenderer to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the stores & services. The purchaser shall not entertain any request for clarifications from the tenderer regarding local conditions. No request for the change of price or time schedule of delivery of stores and services shall be entertained after his offer is accepted by the purchaser. 1.3.3 CONTENTS OF BID 1.3.3.1 The tender shall be submitted in two parts i.e. the Technical Bid which will be referred as Part-I, and the Financial Bid which will be referred to as Part-II. Both bids shall be sealed in separate envelopes and both envelopes will be put in one large envelope. Both the inner envelopes will bear tender number, its description, name of the tenderer, date of opening and will be clearly marked as “TECHNICAL BID ” for Part-I and “FINANCIAL BID ” for part-II as the case may be in large block letters at a prominent place. The outer envelope will also bear the tender number, its description, name of the tenderer, date of opening and will be clearly marked as “OUTER ENVELOPE-CONTAINING BOTH TECHNICAL AND FINAN CIAL BIDs”. All the three envelopes should bear the tender number, its description and date of opening.

NOTE: FINANCIAL OFFERS WILL BE OPENED SUBSEQUENTLY ON A DATE TO BE SPECIFIED LATER.

1.3.3.2 The tenderer shall submit his offer in a sealed cover. The tenderer shall seal all the envelopes specified above.

1.3.4 The TECHNICAL BID shall contain the following :

1.3.4.1 The documents required for fulfilling the Technical System Qualifying Criteria and Financial Qualifying Criteria.

Page 11: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

11

1.3.4.2. Tenderer must submit only deviation from the General conditions of contract, Instructions to tenderers and conditions of tender, special conditions of contract, technical specifications as issued by RDSO, Forms of tender, etc. If no deviation is given with respect to above, it will be presumed that the tenderer is complying with all the tender conditions i.e. General conditions of contract, Instructions to tenderers and conditions of tender, Special conditions of contract, technical specifications as issued by RDSO, Forms of tender, etc.

1.3.4.3 A brief outline of system proposed along with diagrams & drawings, description of the equipment &

materials used in the system, along with cross reference with the equipment specifications shall be enclosed. Details of proposed power supply system shall also be included.

1.3.4.4 Full Tech. Specifications of the equipment & sub-system shall be as per RDSO specifications for

different items or latest. 1.3.4.5 A list of test equipment and other special tools as required for data input, simulation testing,

installation and maintenance etc. of the system and a detailed write-up about the procedure to be adopted for use of the same.

1.3.4.6 List of spare parts as recommended by the manufacturer shall be enclosed. 1.3.4.7 Earnest Money in prescribed form shall be submitted with tender. 1.3.4.8 The time schedule of work including BAR/PERT Charts shall be submitted with tender indicating

detailed program of completion of various activities and also indicating number of persons including skilled / supervisory staff which he would be employing for each activity so as to complete the work in the defined period as per the pert/bar chart.

1.3.4.9 The other documents/ details as given in the tender documents.

NOTE: The Technical Bid (Part-I), under no circumstances, should contain the details of the % above/ below regarding rates/ costs offered, otherwise the tender shall be summarily rejected.

1.3.5 Part-II Financial Bid :

Shall be super-scribed with FINANCIAL BID (PART-II) along with tender number and description and seal. It shall contain :

1.3.5.1 The schedule of work with summary sheet. The tenderers are required to quote only the %above/

below (in figures and words) for the schedule of work on the proforma at the summary sheet of the Schedule of work only as it contain the quantity, rate and amount against all the items. In case, the tenderer gives the % above/ below at any other place in the tender/ offer, it will not be considered and their offer will be summarily rejected.

If the tenderer does not give any value, then it will be treated as ‘AT PAR” for such items/ Part of the work. . If the tenderer does not give Percentage “ above/below” in the column, then percentage “above” will be considered for evaluation purpose.

The conditional rebate quoting is not allowed in any case/ circumstances. In case, if the tenderer gives any condition in connection of rates/ costs while quoting the % above/ below on their offer, it will not be considered, their offer will be summarily rejected.

1.3.5.2 An undertaking that the components/modules as also the main equipment quoted in the schedule requirements will be supplied at the same unit rates or lower rates till the end of the warranty

Page 12: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

12

period. Tenderer should quote their rate against AMC for 3 year after warranty period. They shall also ensure life time /10 years support with respect to maintenance spares at mutually agreed rates. It shall also contain an irrevocable undertaking that before manufacturing of any component/module is discontinued, clear 24 months notice shall be given to Indian Railways. This condition is to be observed for life time after expiry of the warranty period so that the Railway can continue to procure spare for the components/modules from the suppliers. Period of life-time shall be indicated.

1.3.5.3 An undertaking to the effect that additional quantities up to 25% of the contract value at the

same unit rates shall be supplied by the tenderer in case order for the additional quantity is placed within the currency period of contract. It should be noted that this excludes additional quantities that may be required as warranty or replacement due to defective design and manufacture etc.

1.3.5.4 The tenderer must keep their offer open for acceptance for a minimum period of 180 days from the

date of opening of tenders. 1.4. OPENING OF TENDERS:

Opening of Bids by Railway

i) Technical Bid of all the tenderers will be opened in the presence of Tenderers’ representatives who choose to be present, in the office of the Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala, Hajipur-844101..

ii) After the technical evaluation of the tenders, the Financial Bids of all the eligible and technically

suitable tenders will be opened for final evaluation of the Bids on a date and time to be notified to all eligible tenderers, in the presence of Tenderers’ representatives who choose to be present. The Financial Bids of the tenderers considered technically unresponsive/unacceptable will be returned to them unopened.

iii) The Tenderers’ representatives, who are present during the opening of Bids, shall sign a register as

token of their attendance. The representatives must bring authorization letter and submit the same.

In the event of the specified date of Bid opening being declared a holiday for the Railway, the Bids shall be opened at the appointed time and location on the next working day. 1.5. VALIDITY OF OFFER: The tenderer/s shall keep the offer open for a period of 180 days from the date of opening of the tender and during this period tenderer/s cannot withdraw his/their offer subject to period being extended further, if required by mutual agreement from time to time. 2. DOCUMENTS TO ACCOMPANY THE OFFER : 2.1.1. TECHNICAL BID: a) List of documents, plans, equipment & facilities, which the tenderer expects to be supplied by Railways. b) Layout plan for the indoor equipment and pre arrangement, if any, required to be done by railways for

installation of indoor equipments. c) A certificate by the supplier that the system offered by him meets fully with the technical specifications

specified in the tender documents. 2.1.2. Tenderer must also submit the following documents:-

Page 13: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

13

a) Audited balance sheet and income statement of current & last 3 financial years. This should also clearly specify the amount of contractual payment received.

b) Detailed particulars of consultants to assist the company in the works, if any. 2.1.3. The tenderer must submit copies of certificates and testimonials with regards to: - a) Works of similar nature executed successfully. b) List of works meeting minimum eligibility criteria. b) Time taken for completion of these works with reason for delay, if any, vis-à-vis completion period specified

in the contract. c) Whether LD was imposed with respect to above. d) Performance certificate from the clients in regard to works covered under item (a) above, signed by an

officer not below the rank of J.A. Grade for each completed work. 2.2. EARNEST MONEY :- The amount of Earnest money to be deposited as per value of the tender shall be as

under:

The tenderer shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be 2% of the estimated tender value for works estimated to cost up to Rs.1 crore and Rs.2 lakhs plus ½ % (half percent) of the excess of estimated cost of work beyond Rs.1 crore subject to a maximum of Rs.1 crore as indicated in the Tender Notice. The earnest money shall be rounded to the nearest 10/-.The earnest money shall be applicable for all modes of tendering.

In case, the tenderer withdraws his offer within the validity date of his offer or fails to undertake the contract after acceptance of his tender, the full earnest money shall be forfeited. However, forfeiture of the EMDs shall also be governed as per General Condition Contract of EC Railway (with upto latest amendments and modifications).

Earnest money in the form of guarantee bonds will not be accepted.

2.2.1. Tender must be accompanied by a sum of Rs. 8,89,480/- (Rs. Eight Lacs eighty nine Thousand four hundred eighty only) as Earnest Money for this tender in the manner prescribed below, failing which tender shall be summarily rejected. The tenderer shall hold the offer open till such date as may be specified in the tender. It is understood that the tender documents have been sold/issued to tenderer and the tenderer is being permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not rescind from his offer or modify the terms and conditions thereof in a manner not acceptable to the Railway administration. Should the tenderer fail to observe or comply with the foregoing stipulations, the amount deposited, as earnest money shall be forfeited to the Railway. If the tender is accepted, the amount of Earnest Money will be held, as part of security deposit for due and faithful fulfilment of the contract. The Earnest Money of unsuccessful tenderers will, save as herein before provided, be returned to the unsuccessful tenderer but the Railway shall not be responsible for any loss or depreciation that may happen to the Earnest Money while in their possession nor be liable to pay interest thereon. 2.2.2. Earnest money is required to be deposited either in cash with the Cashier, or Chief Booking Clerk. E.C.R. Hajipur or Danapur or Sonpur on any working day before 13:00 hrs or in any of the following forms in favour of FA & CAO/ECR/Hajipur. a) Deposit receipts; pay Orders or Demand Draft of S.B.I. or any of the nationalized Banks in favour of FA &

CAO / ECR. b) Deposit receipts executed by the Schedule Banks (other than the State Bank of India and the nationalized

Banks) approved by the reserve Bank of India for the purpose. The deposit receipts in question are to be covered by a confirmatory advice from the Reserve Bank of India in favour of FA& CAO/ECR.

c) Deposit receipt tendered by the schedule banks which have not been approved by the Reserve Bank of India for the purpose, provided, the bank concerned lodges with the Reserve Bank of India requisite securities, namely: cash receipt or Govt. securities in respect of the deposit receipts tendered by it and the RBI of India

Page 14: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

14

advises the railway concerned that the bond may be deposited. The official cash receipts must be attached with the tender failing which the tender will be rejected.

NOTE: 1) No interest shall be allowed on the earnest money by the Railway except that accrued by the bank on

the instrument (if applicable). 2) Tender forms not accompanied by the requisite EMD will be summarily rejected. 2.2.3. The standing lump sum earnest money deposited by the tenderers shall not be accepted towards this

tender. 2.3 STCC: Deleted.

2.4. CONSTITUTION OF FIRM AND POWER OF ATTORNEY :

a) Tenderer (s) should submit the constitution of his/their firm(s) and the Power of Attorney, if any. He/they are also required to disclose whether he/they is/are carrying own business as individual, sole proprietor or in partnership firm or in any company incorporated under the company’s Act. A copy of the agreement entered into by joint Ventures/partners is to be submitted with the tender. Tender Documents in such cases, are to be signed by such person/s as may be legally competent to sign them on behalf of the firm/ company/ association or society, as the case may be. Participation of Joint Ventures shall be regulated by Railway Board’s guidelines on the matter as per their letter no. 2002/CE-I/CT/37 JV Pt.VIII, New Delhi, dated 14.12.2012 (copy attached with tender form).The Joint Ventures / Consortium Agreement shall be as per enclosed proforma (Annexure I) b) 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 a firm expires after the submission of their tender the Railway shall deem such tender as cancelled unless the firm retains its character. c) If the contractor’s firm is dissolved on account of death or retirement of any partner or for any reasons whatsoever before fully completing the whole work or any part of it undertaken by the principal agreement, the remaining partner shall remain jointly, severely and personally liable to complete the whole work to the satisfaction of the Railway and pay compensation for the loss sustained, if any, by the Railway due to such dissolution. The amount of such compensation shall be decided by the General Manager or his accredited officer and his decision in the matter shall be final and binding on the contractor.

2.5. QUALIFICATION CRITERIA AND CREDENTIALS :

The tenderer must fulfil the following minimum eligibility criteria:-

1 Should have completed in last 3 financial years (i.e current year and 3 previous financial years).

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

The total value of similar nature of works completed during the qualifying period, and not the payment received within the qualifying period alone, will be considered.

2 Total contract amount received during the last 3 financial years and in the current financial year.

Should be minimum of 150% of advertised tender value.

The tenderer has to produce attested certificates from the employer/ client, audited balance sheet duly certified by chartered accountant etc., along with the tender offer.

Page 15: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

15

Definition of Similar Nature work is as under:

“Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system anywhere under Government/Semi-Government/Government Undertaking/Government Controlled Institution/ Government Controlled Projects/Public Sector Undertakings ”.

The tenderer should have experience in the three fields out of four mentioned field in India or abroad.

3. The following documents should be submitted by the tenderer along with the tender:-

a) List of personnel, organization available on hand (own) & proposed to be engaged for the subject work.

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

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

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

e) Performance Certificates from the clients in regards to works executed by the firm, signed by an officer not below the rank of JAG officer for each completed work.

Note: -

1. For all above, relevant supportive documents/certificates should be enclosed. 2. Certificates from private firms/ individuals/ organisations for whom such works have been

executed/being executed, shall not be accepted. 3. No post tender correspondence will be entertained with respect to credential or compliance of the

specification. The offer submitted and opened at due date & time only will be evaluated, therefore the offer must be prepared carefully.

4. The work done to qualify for eligibility criteri a must be verifiable and the time limit for verification the technical credential shall be 45 days. If it is not verified within 45 days of dispatch/ acknowledgement date of verification request, then this may be considered as inadmissible.

5. In the para 65.15.4 of the Railway Board’s letter no- 2002/CE-I/CT/37 JV Pt.VIII dated 14.12.2012 attached in the tender documents, this clause may be read as “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 Government/Public Sector undertaking from participation in tenders/contract on the date of opening of bids either in their individual capacity as a member of JV or the JV firm or partnership firm in which they were/are members/partners”.

6. Individual bidder or each member of JV/ Consortium should certify that they have not been black listed or debarred by Railway or any other ministry/ department of Government of India/ State Government/ Public Sector undertaking in Central/ State Government from participation in Tenders/ Contracts on the date of opening of bids either in their individual capacity or the joint venture firm or partnership firm in which they were / are members/ partners. A declaration in this regard to be enclosed along with their tender offer.

2.6 COST QUOTING: 2.6.1. Schedule of works to be executed and supply of materials to be made is enclosed.

(a) ‘% above / below’ only to be quoted by the tenderer in the space provided at the summary sheet of the schedule of work.

Page 16: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

16

(b) All corrections and over writing must be signed /attested. (c) Tenderer must sign along with seal on all pages of their offer. (d) Tender forms not accompanied by the requisite EMD will be summarily rejected. (e) Rates/costs will be considered only if PACKET-II (financial bid) is opened. Financial Bid (Packet-II) will be opened only if a bidder is considered eligible on evaluation of Technical Bid (Packet-I). 2.6.2. If there is any variation between the Rates/ costs quoted in figures and in words, the lower of the Rates/costs quoted in words and figures shall be taken as correct. 2.6.3. The rates/costs given by the tenderer/s in form of % above/ below shall be inclusive of all octroi or any other taxes or any other tax applicable as on date of opening of tender. No claims for octroi or any other taxes etc. shall be entertained by the Railways at any stage and on any grounds what so ever. Sales Tax/VAT, Octroi, Royalty, Toll Tax or any other Tax levied by the Central or State Govt. or Local Bodies shall be borne by the tenderer. No part of such taxes on contractor’s labour/materials or any other amount will be paid by the Railway. This should be kept in view before tendering. If, any further increase to the existing rates of sales Tax is made or levies are imposed by the state Govt. after the date of receipt of the tender and the same is required to be borne by the contractors, then the recovery of said amount will first be made as required under law and subsequently the same will be reimbursed to the concerned Sales Tax authority to the effect that the sum, as already deposited is not refundable to the contractor. 2.6.4. The rates/costs to be quoted should take into account the credit available on inputs under the MODVAT Scheme introduced with effect from 1st March, 1986. The tenderer/s should also give declaration in their offers as under:- “We hereby declare that in quoting the above price, we have taken into account the entire credit on inputs available under the MODVAT Scheme introduced with effect from 01.3.86. We further agree to pass on such additional duties as set off as may become available in future in respect of all the inputs used in the manufacture of the final product on the date of supply under the MODVAT scheme by way of reduction of our price and advise the purchase accordingly.”

2.6.5. The price quoted by the Tenderer shall include the prices of materials including all incidental charges for transport, loading/un-loading and handling of materials, for arranging dispatch by rail direct from manufacturer’s factory and completing all necessary formalities in this respect, such as submission of forwarding notes, arranging placement of wagon, collection of Banker’s charges for Bank guarantee, Indemnity bonds inclusive of cost of stamp etc. as also siding or shunting charges, if any, levied by the Railways. It will also include:- a) Cost of transportation of materials supplied by the Railway from the place of delivery to the site of work. b) Cost of transportation of all materials to be supplied by the contractor, to the site of work. c) Collection of balance materials left over after the work, if any, and materials released and handing over to the Railway Engineer’s representative at specified location and stocking in an orderly way. 2.6.6.The prices shall include all taxes, duties, Royalty and levies (including Octroi, Sales Tax, Works Contract Tax, Toll Tax, any other taxes levied by Central or State Govt. etc.) applicable on this works contract. Therefore, they should quote their prices taking into account the rates of Sales Tax/VAT as Leviable in the event of Sale to the Central Government Organization etc. It is clarified that required forms such as ‘31’ and ‘32’ applicable for this purpose will be supplied on request to the Contractor, as applicable in the State where the contract is being executed. While quoting the rate, they should also keep in view the provision for losses and wastage in transit and installation and commissioning. 2.6.7. The prices quoted by Tenderer shall include cost of execution and testing and all cost of Administration of Contract, insurance premium, Bankers charges for guarantees, cost of storage. The prices shall include cost of works and adjustments necessary to be done by the contractor during or after tests carried out by the purchaser.

Page 17: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

17

2.6.8. Possible fluctuation of market rates must be taken into consideration before quoting the rates and no claim on this account shall be entertained afterwards. 2.6.9. All taxes, duties and levies (including octroi etc,) arising out of the transaction between the Contractor

and his Sub-Contractors, suppliers for this work will be included in the cost quoted by the Contractor in the relevant Schedule.

2.6.10. The tenderer/s shall not increase rates/ costs in case Railway Administration negotiates for the reduction

in rates/ costs. Such negotiations shall not amount to cancellation or withdrawal of the original offer and rates/ costs originally quoted will remain binding on the tenderer/s.

2.7. Commercial terms and conditions, if any. 2.8. Tender documents duly signed with seal on each page.

Duly filled only the % above/ below on the summary sheet of tender schedule of Financial Bid of tender document. If the tenderer does not give any value, then it will be treated as ‘AT PAR” for such items/ Part of the work. If the tenderer does not give Percentage “above/below” in the column, then percentage “above” will be considered for evaluation purpose.

3. GENERAL 3.1 If the tenderer fails to abide by the conditions of tender or fails to submit documents as above, his offer is

liable to be rejected. 3.2. As far as possible the tenderers bid should not have any condition or specification or assumption contrary

to the provision in these tender documents on which tenderer’s bid is based. Tenderers special conditions that are at variance with tender stipulations shall be listed separately with details of exact financial implications if any. Railways will not take cognizance of any such conditions mentioned at any other place in the tender document. Only such special conditions stipulated by the tenderer/s which have been specifically approved by the Railways in writing shall be deemed to have been accepted by the Railways and shall form part of the Contract Agreement. Any other conditions not accepted by the Railways shall be withdrawn by the tenderer/s.

3.3. The tenders should be submitted on the tender forms purchased in accordance to Para 1.1 above or

downloaded from website in terms of Para 3.4 below. Photocopies of the tender documents will not be accepted.

3.4. INSTRUCTIONS REGARDING DOWNLOADING OF TENDER DOCUME NT FROM THE

WEBSITE : 3.4.1. Tender notice and tender documents are published in Website www.ecr.indianrailways.gov.in &

www.tenders.gov.in which can be downloaded. In case, the tender documents are downloaded from websites, the Tenderer/s is/are required to pay non- refundable cost of tender documents in the form prescribed in tender notice while submitting their offer. If they fail to furnish the requisite cost of tender documents in prescribed form, their offer shall be rejected. The cost of EMD shall not be merged with cost of tender form and shall be separately furnished.

3.4.2. In case, the tender documents are downloaded the Tenderer/s are required to furnish a certificate on the letter pad of their firm that they have downloaded the tender document from the website and they are advised to compare the downloaded copy with the office copy available in the office of Chief Signal & Telecommunication Engineer, EC Railway, Hajipur. In case, at any stage, there is any difference found between the office copy of tender document and downloaded copy, office copy of the tender document will

Page 18: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

18

be treated as final and the same shall be binding on contractor/ tenderer. After the award of work an agreement will be prepared based on the master copy of tender document available in the above office.

3.4.3. In case the cost of tender document is not accompanied with the tender, the earnest money will be released only after the tenderer/s submits the cost of the tender document in any form as mentioned in Para 1.1 above.

3.4.4. The Tenderers shall download corrigendum (if any), print it out, sign and attach it with the main tender document. Railways will not be responsible for any postal delay/delay in downloading of tender document from the internet.

3.5. These specifications & documents describe the material to be supplied, work to be performed and the

method of construction for complete installation in strict accordance with drawings and specifications mentioned herein and such instructions as given by the Railway from time to time. It should be clearly understood that the contractor agrees to furnish, without any extra cost, anything and everything necessary for the complete installation and its reliable, safe and satisfactory working except such items as are specifically stated to be supplied by the Railway in this specification/document.

3.6. All corrections and over writings in the tender document must be attested. 3.7. The tenderer should read the conditions carefully and also see the schedule of supply and works before

submitting the offer and also after ascertaining site conditions and the magnitude of works involved. 3.8. Telex and incomplete offer will be summarily rejected. 3.9. If any sub contract is placed against this contract, specific approval shall be taken from the authorized

officer of the Railway, before placing the order. 3.10. Tender documents are not transferable. The cost of tender paper is not refundable. 3.11. Authorities to be contacted for this tender: (a) For all policy, contractual and commercial matters including contractual payment before and after award of

the Contract – Chief Signal and Telecommunication Engineer, East Central Railway HQ, Dighi kala, Hajipur-844101.

(b) For execution of the works after award of the Contract – Dy. CSTE/Project/Hajipur for execution of the works related to CCTV Surveillance system. For items viz. Access Control System, Personal and baggage screening system, system integration, authorised officer of Chief Security Commissioner, Hajipur should be consulted through Chief Signal & Telecom Engineer, East Central Railway. For contractual payments the work done shall be certified on the measurement books by representatives of Dy.CSTE/Project/Hajipur & Chief Security Commissioner based on which payments shall be made by the office of Chief Signal & Telecom Engineer, East Central Railway.

(c ) Store- For supply of materials the store of SSE/Tele/Project/Muzaffarpur shall be the nominated store for CCTV portion of Samastipur, Raxaul, Muzaffarpur stations, SSE/T/Dhanbad store for Dhanbad , SSE/T/Danapur store for Danapur, SSE/T/Mughalsarai store for Mughalsarai and For items pertaining to other than CCTV portion, the stores shall be under Inspector Quarter Master (RPF), Central Stores, ECR HQ, Hajipur.

3.12. Payment to the contractor would be made through NEFT/ECS. 3.13. The tenderer is required to undertake:-

a) Supply of 6 hard copies and 4 (four) soft copies of all ‘as made documents’ for layout diagram, wiring diagram and technical manual/ literature for the system.

Page 19: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

19

b) The original manufacturer’s or OEM/OEM’s authorized personal shall only carry out the installation, testing and commissioning of the system / sub - system.

3.14 Railway shall provide the following:- a) The CCTV Control room and equipment room with 220 V AC,50 Hz power supply mains at all stations which may normally vary from 160-270 Volt .However system should protect itself such that no device malfunctions or gets damaged in case the voltage is beyond normal range. b) Information, to the extent required, on the existing CCTV surveillance system available at the stations.

3.15 The tenderer is required to undertake the project on turn-key basis, taking total responsibility for various activities I nvolv ed in "Providing the Integrated Security System" as per the technical document (where ever relevant) design and engineering including software, license, sub-system procurement, system integration and installation and commissioning of whole system in the stations under consideration, including interfacing and inter- operability with the existing CCTV surveillance infrastructure available at above mentioned Seven (7) Railway stations so as to meet the end objective and technical requirements as set out in the tender.

Page 20: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

20

SPECIAL CONDITIONS OF CONTRACT (Part-I) 1. AGREEMENT The successful tenderer, shall, within 15 days after having been called upon by notice to do so, be bound to execute an agreement based on accepted rates and conditions, in such form as the Railway may prescribe, and lodge the same with the Railway together with the Special Conditions of Contract, specifications and schedule of prices referred to therein, duly completed. The form of agreement is enclosed with this tender document. 2. SECURITY DEPOSIT ON ACCEPTANCE OF TENDER: 2.1 Unless otherwise specified in the special conditions, if any, the Security Deposit / rate of recovery / mode of

recovery shall be as under:- (a) Security Deposit for each work should be 5% of the contract value, (b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is

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

collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

Security deposit as certified by the Competent Authority will be refunded after successful completion of warranty obligations for a period of 3 years from the date of completion of work but before release of this SD, the security deposit for AMC contract shall be deducted in case Railway decides to enter into AMC . The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

2.1.1. The total security deposit recoverable from contractor including the amount of earnest money deposited with the tender will not exceed the security money recoverable at the rates mentioned above. The same shall be deducted from his on A/c bills at the rate of 10% of the value of the said bills until the sum of these deductions plus the amount of earnest money deposited with the tender taken together, equals the requisite amount of security deposit required for fulfilment of the contract.

2.2. No interest shall be allowed on the security deposit except as allowed by the Bank on the instrument concerned (if applicable). 2.3. The Security Deposit shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfilment in all respect of the contract. It shall continue to be enforceable till the expiry of the warranty period after the successful completion of the contract. 2.4. The President shall be entitled to deduct from the said Security Deposit any loss/ damages which the Railways may be put to by reasons of any act of default on the part of contractor and may call upon the contractor to replenish and maintain the deposit at its original limit by making further deposit. In the event of the contractor failing to deposit within time and in the manner aforesaid the Railway shall be entitled to cancel the contract and forfeit the security deposit.

Page 21: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

21

2.4. FOREITURE OF DEPOSIT- The Security Deposit referred to above shall be forfeited to the Railway in the event of any breach on the part of the contractor of the terms of this contract without prejudice to the Railway’s right to rescind the contract and other rights and remedies warranted by law. 2.6. REFUND OF SECURITIES: The Security Deposit unless forfeited in whole or in Part according to the terms and conditions will be refunded after receipt of certificate from the Engineer concerned to the effect that the work has been satisfactorily completed in all respects as per ‘Technical Specification instructions, drawings and receipt of ‘NO CLAIM’ certificate from the contractor duly countersigned by the Engineer or on expiry of warranty period which ever is later. 3. 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, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work. (b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms,

amounting to 5% of the contract value: - (i) A deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government Securities including State Loan Bonds at 5 percent below the market value, (iv) Deposits Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance

Guarantee could be either of the State Bank of India or of any of the Nationalized Banks; (v) Guarantee Bonds executed or Deposit Receipts tendered by all Scheduled Banks; (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificates at 5 % below market value or at the face value whichever is less.

Also FDR in favour of FA&CAO/ECR/ALD, (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.

Page 22: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

22

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

(e) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the

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

(f) Wherever the contract is rescinded, the Security Deposit should be forfeited and the Performance Guarantee

shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is 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 amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above,

in which event the Engineer may claim the full amount of the Performance Guarantee. ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or

determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.

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

4. ILLEGAL GRATIFICATION :

4.1. Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the contractor or his partner, agent or servant of anyone of his or on their behalf to any officer, or employees of the Railway or to any person on his or their behalf in relation to the obtaining or the payment of any loss or damage resulting from such decision, and the Railway shall be entitled to deduct the amounts so payable from any moneys due to the contractor under the contract or any other contracts with the Railways.

4.2. The contractor shall not lend or borrow from or enter into any monetary dealings or transactions either directly or indirectly with any employees of the Railway and if he shall do so the Railway shall be entitled forth with to rescind the contract and all other contracts with the Railway. Any question or dispute as to the committing of any offence or compensation payable to the Railway under this clause shall be settled by the General Manager of the Railway in such manner as he considers fit and sufficient and his decision shall be final and conclusive. 5. PATENT RIGHT AND ROYALTIES : The contractor shall indemnify the Railway from and against all claims and proceedings for or on account of infringement of any patent rights, trade marks or name or other protected rights in respect of any information or materials supposed or used in connection with this contract and from and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation there to except where otherwise specified, the contractor shall be liable for the payment of Royalties, compensation or other payments, if any for the said information or material supplied or used and documentation. 6. FORCE MAJEURE :

If, at any time, during the continuance of the contract arrangement, the performance in whole or in part by either party of any obligation under the agreement shall be prevented or delayed by reasons of any war, hostile

Page 23: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

23

acts of the enemy, Civil commotion, sabotage, fires, floods explosion, epidemics, guarantee restrictions, strikes and lockouts and any statute, statuary rules regulations, orders or requisitions issued by any Government Deptt. of a competent authority or acts of God (hereinafter referred to as eventualities) then provided notice of the happening of any such eventuality is given by either party to the other within fifteen days from the date of occurrence thereon, neither party shall, by reason of such eventualities be entitled to terminate this contract agreement nor shall either party have any claim for damages against the other in respect of such non-performance of delay in performance. Performance of the contract agreement shall, however, be resumed as soon as practicable after such eventuality has come to an end or ceased to exist. Provided that, if the performance in whole or part of any obligation under the contract agreement is delayed by means of any such eventuality for a period exceeding six months, either party may at his option, terminate the contract agreement provided further that in the event of such prevention or delay as aforesaid, then, instead of exercising the option, both parties may consult with each other with a view to agreeing between them the action mutually to be taken in order to minimize the effects of such prevention or delay and continue the operation of this contract agreement.

7. USE OF RAILWAY LAND :

Use of Railway land, required by the contractor for constructing temporary office, quarters, hutment’s etc. for the staff and the storing materials etc. will be permitted to him free by Railway if available. The location of these offices, hutment’s, stores etc. will be subject to the approval of the Engineer or his representative. The land will be restored to Railway by the contractor in the same condition as when taken over or in the vacant condition as desired by the Engineer, after completion of the work or any earlier date specified by the Engineer. The failure to do so will make the contractor(s) liable to pay the cost incurred by the Railway for petty possession of the land.

8. EMERGENCY WORKS :

In the event of any accident or failure occurring in or about the work or arising out of or in connection

with the construction, completion or maintenance of the works which in the opinion of the engineer requires immediate attention, the Railway may bring its own workmen or other agency to execute or partly execute the necessary work or carry out repairs if the Engineer considers that the contractor(s) is/are not in a position to do so in time and charge the cost there of, as to be determined by the Dy.CSTE/Project/Hajipur to the contractor. 9. NIGHT WORK : Not withstanding the provision in the General Conditions of Contract, 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 the contractor/s to carry out the works even at night without conferring any right on the contractor for claiming any extra payment for the same. All arrangements in this connection shall be made by the contractor at his own cost. 10. ELECTRICITY: 10.1. Any Electric supply required at site for what so ever purpose shall be arranged by the contractor. The contractor/s shall be responsible for the arrangement for obtaining electric supply at his own cost, and the rates quoted shall include the cost of providing electric supply arrangements required for the work. 10.2. If required by contractor/s the Railway may give required assistance by recommending to respective state Electricity Board for giving necessary electric connection to the contractor for execution of works. 11. WATER CHARGES : The contractor(s) shall make his/their own arrangements for potable and other water supply required for the execution of the work as well as his labour. However, if water is supplied by the Railway, the contractor(s) will have to pay water charges as laid down in the general conditions of contract and in addition, the contractor(s) will have to pay charges as levied by the corporation Municipality.

Page 24: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

24

12. CESS CHARGES:

a) For contractor’s labour employed and residing at station and in colonies where sanitary facilities exist, contractor will be required to pay cess-charges as per rules in force on the Railway from time to time.

b) For labour working between stations or at isolated places where Railway facilities do not exist, the contractor shall be required to provide necessary sanitary facilities for his labour in terms of clause 59 (A) of the General conditions of the contract. In case of any failure on his/their parts, the necessary facilities shall be provided by the Railway Administration at the cost of contractor and expenditure thus incurred will be recovered from his/their bills. 13. DEDUCTION OF TAX AT SOURCE 13.1 INCOME TAX :

The Railway will deduct 2% (or amount as per latest guidelines of Government) as Income Tax on the gross of each bill plus 15% surcharge (or amount as per latest guidelines of Government) on income tax along with any increase/decrease by Govt. while making payment to the contractor. The settlement of income tax should be made with income tax authorities. 13.2 Works Contract Tax (WCT) at source

Works Contract Tax will be deducted at source at the rate of 5% for the works being executed in the state where WCT is levied. In case the WCT applicable is less than 5%, the contractor has to bring a certificate from the concerned authorities for the reduced rates. In case the WCT exceeds 5%, the difference shall be borne by the contractor. 14.1. CONTRACT LABOUR LICENCE The contractors are required to produce license as enjoined in the Govt. of India Contractor Labour (regulation and abolition) Act, 1978. They shall not be allowed to under take or execute any work through Contract labour except under in accordance with a license issued under the said act in that behalf by the authorized licensing officer. 14.2. CARE OF STAFF: No quarter will be provided by the Railway for the accommodation of the contractor or any of his staff employee or the work. The contractor may be allowed to erect any labour camps for housing the labour at or near the site of works on available Railway land subject to the payment of cess and water charges. The contractor shall at his own cost make all necessary and adequate arrangement for the importation, feeding and preservation of the hygiene of the staff. The contractor shall permit inspection at all times of all sanitary arrangements made by him, by the Engineer or his Assistant or the medical staff of the Railway. If the contractor fails to make adequate, sanitary arrangements these will be provided by the Railway, the cost thereof will be recovered from the contractor. 15. DAMAGE BY THE ACCIDENTS, AND BURGELARY ACTIVITIES :

a) The contractor shall take all precautions against damages by accident, burglary activities or other clauses that does not comes under ‘Force Majeure’ (as given in General condition of Contract of EC Railway), etc.. No compensation will be allowed to the contractor for his plant or material lost or damaged by any cause what so ever. The contractor shall be liable to make good the damage to any structure or part of structure plant or material of every description belonging to the administration lost or damaged during the course of the contractor’s work.

Page 25: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

25

b) The administration will not be liable to pay to the contractor any charges for rectification or repair to any damage which have occurred from any cause whatsoever to any part of the new/existing structure during construction. 16. QUANTUM OF WORK INCREASE/DECREASE OF QUANTITIES : 16.1 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. 16.2 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is

considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions: (a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer

of the rank not less than S.A. Grade; (i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender; (ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender; (iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

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

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

16.3 In cases where decrease is involved during execution of contract:

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

(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less 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. 16.4 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. 16.5 No such quantity variation limit shall apply for foundation items. 16.6 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as

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

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

Page 26: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

26

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

16.9 For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original

agreement value may be accepted by General Manager. 16.10 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 shall be obtained.

16.11 Railway may increase / decrease the quantity at any or more locations, partly or fully within the above

percentage.

16.12ADDITIONAL QUANTITIES OF WORK : If during the execution of the work, the contractor is called upon to carry out any new work not included in original scope of work, it should not be executed before a rate has been agreed to by the Railways in the manner as indicated in General Conditions of Contract and Instructions for tenders of the Engineering Department of Railways. 16.13 The successful tenderers will, however, have no claims or right in the execution of any work which in the opinion of the Engineer should be carried out departmentally or otherwise and the Railway reserves the right any time before or after the acceptance of the tender to keep back from the contract and carry out the work or portion of work through any other agent it may think fit without assigning any reason. No claim for compensation / loss or what so ever on this account will be entertained by the Railway. 17. INSURANCE:

17.1. All material shall be kept insured with all liabilities covered by the contractor till the work is commissioned and handed over and brought into use by the Railways. The contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the contractor or the Railway at common law or under any statute in respect of accidents to persons who shall be employed by contractor at or about the site or the contractor’s office for the purpose of carrying out the works on the site. The contractor should also take out and keep in force a policy or policies of insurance against all recognized risks to their offices depots. Such insurance shall in respects be to the approval of the Railway Administration and if he so requires, in his name.

17.2. The contractor shall take out and keep in force a policy or policies of insurance for all materials handed over to him irrespective of whether used up in the portion of work already done or kept for use for the balance portion of the work until such works are handed over to the Railway. For this purpose, the works are deemed to have been handed over when final acceptance certificates issued by the Engineer after the completion of all the acceptance tests to be conducted on the works. The contractor shall not be liable for losses / damages to materials kept for use at site, in consequence of mutiny or other similar causes over which the contractor has no control and which can be insured. Such losses or damages shall be the liability of the Railway.

17.3. The contractor should, however, insure the stores brought to site against risks in consequence of war and invasion, as required, under emergency risk (Goods) Insurance Act in force.

17.4. The Contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the Contractor for the Railway at common law or under any statute in respect of accidents to persons who shall be employed by the Contractor in or about the site or the Contractor’s office for the purpose of carrying out contract works on the site. 18. SAFETY MEASURES:

Page 27: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

27

18.1. The contractor shall take all possible precautions to ensure that none of his work knowingly or otherwise cause interference to the circuits or equipment in sue and give rise to unsafe conditions or dislocation of traffic.

18.2. No work shall be taken above or under or adjacent to any line of the Railway in consequence of which it may become necessary to foul any such line or it in any way prejudice the same for safe passage of traffic until look out men and hand signal men as kept by the Engineer or his representative, have taken their duties.

18.3. The contractor shall take all precautionary measures in order to ensure the protection of their own personnel moving about, are working on the Railway premises, but shall, then confirm to the rules and regulations of the Railway. If and when, in the act of the work there is likely to be any danger to person in the employment of the contractor due to running traffic while making in the Railway siding and premises, the contractor shall apply in writing to the Railway to provide flagman or look out man for protection of such persons. The Railway will, however, decide as to whether it is necessary to post men required to protect the gangs of contractor(s) staff working at site, fireman for various types of work and also the number of such. The Railway shall remain indemnified by the contractor in the event of any accident occurring in the normal course of risk, arising out of the failure of contractor or his men to exercise reasonable precaution at all places of work whether or not the Railway has posted flagmen at any particular site of work. The flagman will be appointed by the Railway and expenses on this account will be charged to the contractor. 18.4. While working within station limits especially on passenger platforms the contractor shall ensure that at all times sufficient space is left for free movement of passenger traffic. He must barricade the excavations carried out in areas and continue to maintain these, till the work is completed with a view to avoid any accident to the public or to Railway staff. 18.5. The work must be carried out most carefully without any infringement of the Indian Railway Acts or the General and Subsidiary Rules in force on the Railway in such a way that they do not hinder Railway operation nor effect the proper functioning or damage any Railway equipment, structure or rolling stock except as agreed to by the Railway provided that all damages and disfiguration caused by the contractor at his own expenses failing which the cost of such repairs shall be recovered from the contractor. 18.6. If a safety of track etc. is affected, as a consequence of work under taken by the contractor; the contractor shall take immediate steps to restore normal conditions. In case of delay, the Railway shall, after giving due notice to the contractor in writing take necessary steps and recover the cost from the contractor. 18.7.No work including testing and commissioning on the points, track circuits equipment working signalling gears, internal wiring, cable termination etc. should be done unless and until contractor’s technical supervisor is present at site and has been authorised by Railway. 18.8. The contractor will programme his work in such a manner so as not to interfere in the working and movement of trains. No extra payment shall be allowed on this account and for taking any precautions or wastage of contractor’s labour, time etc. to trains working. 18.9. No contractor’s vehicle should ply adjacent to running lines. He shall be responsible for the safety of vehicle used by him. 19. SITE CLEARANCE : At the end of the work at the station, the contractor shall as part of his contractual obligation leave the area completely cleared of rubbish and obstructions of all kinds according to the instructions of the Railway’s representative. Besides he will take all necessary steps in the course of the execution of the work to avoid the presence of loose earth and blast on the platform, in drains, on the track formations and pathways in the vicinity. If within a fortnight of completion of the particular item at the site of work, the refuge is not cleared the Railway will arrange to get them removed at the cost of the contractor. However, before the Railway actually gets the site cleared, intimation in writing shall be sent to the contractor.

Page 28: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

28

20. PROGRAMME OF WORK/OBLIGATION TO CARRYOUT ENGINEER’S INSTRUCTIONS: 20.1. The Contractor shall have necessary resources to execute the work so that the entire work is completed within a period as mentioned in tender documents from the date of issue of Letter of Acceptance of Tender. The priority of each item for taking up the work, shall be as decided by the Railway and the Contractor shall take up the work only as per the order of priorities assigned by the Railway for the purpose. 20.2. The Engineer in charge will also decide priorities location-wise as well as priority in respect of inside vis-à-vis outside work based on completion of other activities from Railway side like Civil Engineer work and contractor shall abide by the same. 20.3. Contractor will deploy additional staff including supervisors, artisan, skilled and semi-skilled etc. during commissioning/switch over period to ensure that the commissioning of the entire work is completed as per the plans given by E.C.Railway. In case the Contractor/s is/are not able to deploy adequate, man-power during commissioning/switch over and Railway’s labour/manpower is to be deployed for the purpose to complete the work in time, the expenditure incurred by Railway towards employment of such staff shall be deducted from the Contractor’s payment. 20.4. The contractor shall be held responsible for the execution of the works according to the time schedule given in the tender document for the execution of the work in full compliance of the specifications and the various clauses of the supplement “Technical” specifications. Failure to comply with any of these will be dealt with as per provisions laid down in the General Conditions of the Contract and instructions for tenders of the Engineering Department of the Zonal Railway on whose jurisdictions the work falls. 20.5. The contractor on his part will have to employ labour in full strength commensurate with working area available. He will also arrange matching materials and equipment to complete the job most expeditiously so as to ensure that the work is completed in phases within the stipulated period. 20.6. ENGAGEMENT OF QUALIFIED ENGINEER : The Contractor/s shall employ the following technical staff during the execution of the work:

a) One graduate Engineer when the cost of the work to be executed is Rs.15 Lakhs and above.

b) One Identified diploma holder when the cost of work to be executed is more than 200 Lakhs. Technical staff should be available at site whenever required by the Engineer-in-charge to take instructions. In case the Contractor/s fails/fail to employ the technical staff as aforesaid, he/they shall be liable to pay a reasonable amount not exceeding a sum of Rs.40,000/-(Rupees forty thousand only) for each month of default in case of graduate engineer and Rs.25,000/- (Rs.Twenty five thousand only) for each month of default in case of Diploma Holder.

c) The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the contractors and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the Contractor.

20.7 The Contractor should nominate a Competent Supervisor/Engineer as his representative on the works who will be authorized to receive and acknowledge materials issued by the Railway and take all orders issued by the Inspecting Officer of the Railway. 20.8. Inspection Register shall be maintained at the site of work by the Railway where in instructions regarding the working etc. shall be recorded by the Engineer or his executive subordinates. It is expected from the contractor or his representative at the site to note such instructions whenever asked upon to do so and take action accordingly.

Page 29: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

29

20.9. No facility whatsoever e.g. provision of approach road and provision of temporary level crossing etc. will be provided by Railway for carting materials. Approach roads within the Rly. limits can be used for carting materials. 20.10. Technically it is considered that the work of cable laying should not be tackled under moist conditions. Hence, the work of cable laying should be stopped before the onset of monsoon and the contractor shall have this in his mind while submitting his detailed time schedule. 20.11. DEFAULT AND DELAY: The contractor shall execute the work with due diligence and expedition, keeping to the approved time schedule. Should he refuse or neglect to comply with any reasonable orders given to him in writing by the Purchaser’s Engineers in connection with the work or contravene the provision of the contractor or the progress of work lags persistently behind the time schedule due to his negligence the purchaser shall; be at liberty to give seven days notice in writing to the contractor requiring him to make good the neglect on contravention complained of and should the contractor fail to comply with the requisitions made in the notice within seven days from the receipt thereof, it shall be lawful for the purchaser to take the work wholly or in part out of the contractor’s hands without any further reference and get the work or any part thereof, as the case may be, completed by other agencies at the expenses of the contractor without prejudice to any other right or remedy of the purchaser. 21. OTHER RAILWAY STORES: If any material included in the list of materials to be supplied by the contractor is supplied by the Railway either at the contractor’s request/or suo-moto in order to prevent any possible delay in the execution of the work likely to occur due to the contractor’s inability to make adequate arrangements for supply, as also his failure to return excess un-used material supplied by Railways, then recovery will be made from contractor’s bill if he fails to return the material taken on loan at the book rate or the last purchase rate or the prevailing market rate whichever is higher plus 5% on Account of initial Freight 2% on Account of Incidental charges together with supervision charges at 12.5% of the total cost inclusive of material, freight incidental charges. Freight between the Railway sources of supply and the site of work shall be to the contractor’s account. If, however, the material required by the contractor is not available in Railways stock or the Railway decides not to supply the same be that for whatever reasons, the Railway shall not be bound to arrange for the supply at the cost quoted above or at any other cost nor will this fact be accepted as an excuse for delay in execution of works. 22. SUPPLY OF MATERIALS:

22.1 Materials to be supplied by Railways:-The material, as mentioned in the tender documents to be supplied by railways, shall be supplied free of cost. The quantities would be determined by Railways according to the quantum of work to be done. Contractor shall be responsible for checking before taking delivery, whether all the materials given to him are in good condition. Receipt of the material taken shall be given on prescribed Proforma by the contractor or his representative, clearly mentioning the details of materials and the quantities received. The left out or unused material shall be returned to the stores by the contractor and no extra charges shall be paid by Railways. Transportation of materials from Railway stores to the site of work shall be arranged by the contractor. The contractor is entirely responsible and shall bear all expenses for loading, transportation and unloading of all materials, equipment, machines, tools and plants etc. from the stores of supply or the Railways stores depot. Equipment / materials required for installation will be issued to the contractor at the Railway stores depot. Loading and un-loading of the same to the site will be done by the contractor at his cost. The responsibility for damage to any equipment during transportation and till it is taken over by Railways after commissioning of the work shall be that of tenderer.

22.2 Materials to be supplied by the contractor:- The equipments/material as per RDSO specifications are to

be procured from the RDSO approved sources only (if source is available). These materials should be procured

Page 30: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

30

from the vendors appearing in the part I list of RDSO approved vendors. As a special case when there is no firm in the part I list of RDSO approved vendors or the RDSO approved firms in part I list express inability to supply the material to the contractor, the contractor may request the purchaser to permit him to procure from vendors appearing in part II list of RDSO approved vendors.

22.2.1. Before procuring the material to be supplied by contractor, the contractor shall submit the names and

addresses of suppliers from whom it is proposed to procure the materials required to be supplied in the tender and shall take approval of railways for the same.

22.3 The list of the material to be supplied as per the schedule indicates the list of materials to be supplied by

the contractor but not limited to, as required for completing the work as per standard plans, drawing etc. In addition to the above, if any other petty material, which may be considered necessary for execution of the work according to specification or drawing, is required, the same shall be supplied by the contractor free of cost.

22.4 In case cement is supplied by Railways, the empty cement bags for the supply of cement shall be the

property of the contractor and the cost of the same shall be recovered at the rate of Rs.2/- per empty cement bag from the “On Account” bills of the contractor. The railway, however, reserves its right to take empty bags, which 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 for taking back from the contractor. 22.5 No extra charges shall be paid to the contractor towards carriage, loading and un-loading and handling etc. of the above materials, required for execution of the work and the rates quoted by the contractor shall be inclusive of all such charges.

22.6 The contractor shall be responsible for undertaking repairs, if any, to crates, cable drums packing cases etc. for safe transport of materials from Railways specified depot to the site of work. No extra payment will be made on this account.

22.7 DISPOSAL OF EMPTY CABLE DRUMS: Empty cable drums, wooden crates and other packing materials used for supply of Railway’s materials to the contractor shall be the property of the Contractor excepting the cable drums having unused cable exceeding 50Mtr length. This cable will be rolled back in the same cable drum and handed over to the Railway Engineers. The cost of the cable drum shall be recovered at the rate of Rs.300/- per empty drum from the running bills of the contractor. The Railway, however, reserves its right to take empty drums that are in good condition and in such cases no recovery will be made for the drums so taken back. 22.8. Security of all materials in the section where the work is in progress shall be the contractor’s responsibility and he shall arrange to guard the same from thefts by outsiders or his labour. In the event of any loss, the contractor shall be responsible to that effect and shall execute an indemnity bond for the materials that will remain in his custody, which has been supplied by the Railway. The stores lost, when under custody of the contractor, will be made good by the contractor.

23. STORAGE OF MATERIALS:

The storage of materials, tools and machinery used by the contractor shall be done in an orderly manner and any thing used by the contractor for then execution of the work should in no way cause danger or hindrance to the working of the Railway or to the movement of its staff or passengers. 24. INDEMNITY BOND AND STANDING BANK GUARANTEE AGAINS T MATERIALS SUPPLIED

TO CONTRACTOR:

Page 31: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

31

The contractor shall furnish a standing Indemnity Bond for materials supplied to him by Railways under Clause-22.1 of Special Conditions of Contract. The contractor shall also furnish a Standing Bank Guarantee / F.D.R. for a sum of Rs.10,00,000/- (Rs.Ten Lakhs only) for materials supplied by Railway which should remain valid from the time he commences taking delivery of the materials to the time the materials are used in execution of work and quantities finally reconciled. The quantity of materials that shall be handed over to the Contractor for execution of the works and the cost of this quantity remaining unused in the custody of the Contractor shall under no circumstances exceed at any time, the value of the Indemnity Bond i.e. Rs.10,00,000/-. If materials costing more than this value is involved the value of the indemnity bond shall be suitably increased beforehand. 25. TESTS: The contractor shall make such tests as may be necessary to demonstrate to the satisfaction of the Railway that the apparatus and the system as installed are in accordance with the specification and contract. The contractor shall provide such instrument and apparatus as may be necessary for conducting such tests.

The responsibility of localization of the defective/faulty material or inoperative installation, during the execution and testing, restoration thereof, shall be that of the contractor. The contractor shall co-operate in conducting tests and trials and wherever defects/deficiencies are required to be attended to or made good, will be complied with promptly. 26. INSPECTION OF MATERIALS/ INSTALLATION: In addition to what is indicated in General Conditions of Contract, following shall also be adhered to by Tenderer:- 26.1 Inspection of all materials to be supplied under this contract will be carried out as per details given in schedule of work. The cost/charges of inspection will be to the Railway’s account subject to other provisions here in contained. The contractor shall give at least 4 weeks notice to the purchaser or his nominee to enable him to arrange necessary inspection.

26.2 Materials appearing in RDSO approved list as per IRS/RDSO design or materials as per RDSO specification shall be inspected by RDSO before they are finally used in works. Materials other than this will be inspected by Purchaser Engineer or his representative. Telecomm items of ITD/TEC specification, which are inspected by RDSO usually, shall also be got inspected by RDSO.

26.3 For ISS equipments for which requisite testing facility is not available in India :

26.3 (a) Necessary type test as well as acceptance test on the equipments offered shall be conducted to ascertain conformance of the equipment to the requisite RDSO specification. These tests shall be got conducted by the OEM/ vendor at 3rd party test houses of international repute such as UL, TUV, etc. In case the requisite test facilities are available with OEM, the 3rd party test house may conduct these tests in the OEM premises if specifically requested by OEM to RDSO. The details of the 3rd party test house (proposed to be entrusted with the testing) shall be submitted by the OEM/ Vendor to RDSO for prior clearance. These details shall include testing capacity of the test house and shall confirm that the test house has undertaken testing of such equipments earlier. Only after the clearance of RDSO, testing shall be entrusted to proposed 3rd party test house. RDSO shall advise the test format and details regarding the quantity of equipments of which type test and acceptance test is required to be conducted.

26.3 (b) Third party test house after conducting the requisite type test and acceptance test shall submit the test report directly to RDSO. In case the equipment conforms to the RDSO specification, necessary clearance for supply of the equipment shall be given by RDSO to the OEM/ Vendor.

26.3 (c) On arrivals of such cleared equipments in India, sample test covering only visual and functional parameters shall be undertaken by RDSO.

26.3 (d) On successful visual and functional tests as above, the equipment may be considered to be in conformance with RDSO specification. However, the vendor shall submit Special Bank Guarantee equivalent to 10% of the value of the equipments inspected by 3rd party abroad and these shall be valid for a period of 1 year (this will be in addition to performance guarantee being submitted separately) and undertaking to the purchaser that the equipment supplied shall meet all the requisite parameters of the specification and shall work satisfactorily failing which the Bank Guarantee may be encashed. Firm shall also submit suitable undertaking regarding satisfactory repair / service support to the purchaser.

Page 32: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

32

26.3 (e) Once type test has been successfully completed on an equipment, only acceptance test shall be conducted subsequently, in case the same equipment (Make, Model and Version) is offered again within a period of two (2) years.

26.3 (f) Cost of these conducting these tests shall be borne by the tenderer.

26.4 In case RDSO does not inspect an item on account of item being of small value or shows inability to inspect the material for any reasons, the same may be inspected by consignee or any other Railway representative nominated by CSTE/E.C.Railway.

26.5 The cost of all tests and/or analysis affected at the manufacturers or contractor’s works shall be borne by the contractor.

26.6 The expenses of travel, boarding and lodging for Railway’s Engineer/ agent deputed for inspection shall be borne by the Railway.

26.7 Materials put up for inspection shall be exactly for the type and quantity laid down in the schedule of materials. Any variation shall require the prior approval of the Railway before the material is, manufactured or tendered for inspection.

26.8 Railway’s Engineer will, inspect and test the work at all stages and shall have full powers to reject all or any work that may be considered defective or inferior in quality or material of poor workmanship or design. The contractor shall carry out such tests at the cost as are necessary in the opinion of the Railway to ensure necessary compliance of the specifications of the contract.

26.9 All material brought to site can be erected only after inspection and acceptance by the Engineer in charge or his authorized representative.

26.10 During the execution of the contract, samples may be taken for the purpose of test and/or analysis under the conditions laid down in specification, such samples to be prepared for testing and forwarded free of all cost to the Railway.

26.11 The contractor will be called upon to pay all the expenses incurred by the Railway in respect of any work or materials found to be defective or of inferior quality, adulterated or otherwise unacceptable. 26.12. During inspection of installation by Railway Engineer the contractor shall make such tests as would be necessary to demonstrate to the satisfaction of the Railway that the work as completed by him is in accordance with the specifications of the contract. The contractor shall provide such instruments and apparatus as may be necessary for making these tests. 26.13 Although the contractor’s portion of the work shall be inspected by the Railway as indicated above, it is possible that certain defects may appear at the time of installation/commissioning. The contractor shall be responsible to rectify these defects to the satisfaction of the Railway. 27. The contractor shall give the Railway or inspecting authority nominated by Railway clear 10 days notice/or more if required for inspection of material so as to ensure that the progress of work is not delayed on this account in any manner. All the letters submitted to the inspecting authority shall be given to the Engineer in charge after due acknowledgement from the inspecting authority.

28. INSPECTING OFFICER – POWER OF REJECTION:

28.1 Before any stores or part thereof are submitted for inspection, to certify that they are not in accordance with the contract/owing to the adoption of any unsatisfactory method of manufacture. 28.2 To reject any stores submitted as not being in accordance with the particulars. 28.3 To reject the whole of the instalment tendered for inspection if after inspection of such portion thereof, as he may in his discretion think fit, he is satisfied that the same is unsatisfactory. 28.4 To mark the rejected stores with a rejection mark, so that they may be easily identified if resubmitted. 28.5 The Inspecting officer’s decision as regards the rejection shall be final and binding on the contractor.

29. CONSIGNEE’S RIGHT OF REJECTION:

Page 33: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

33

Notwithstanding any approval which the inspecting Officer may have given in respect of the stores or any materials or the work or workmanship involved in the performance of the contract (whether with or without any test carried out by the contractor or the inspecting officer or under the direction of the Inspecting officer) and notwithstanding delivery of the stores where so provided to the interim consignee it shall be lawful for the consignee, on behalf of the purchaser, to reject the stores or any part, portion of consignment thereof within a reasonable time after actual delivery thereof to him at the place or destination fixed in the contract if such stores or part, portion of consignment thereof is not in all respects in conformity with the terms and conditions of the contract whether on account of any loss, deterioration or damage before dispatch or delivery or during transit or otherwise howsoever. 30. REJECTED STORES:

30.1 When any stores delivered at the consignee’s depots are rejected, this shall be removed by the contractor within 21 days from the date of rejection. Such rejected stores shall lie at the contractor’s risk from the date of rejection. If the stores are not removed by the contractor within this period, the purchaser or his nominee shall have the right to dispose of such stores, as deemed fit, at the contractor’s risk and account. 30.2 The purchaser shall also be entitled to recover from the contractor, handling and ground rent / demurrage and any other charges for the period the rejected stores are not removed after the aforementioned period. 30.3 Stores that have been dispatched by rail and rejected after arrival at destination may be taken back by the contractor either at the station where they were rejected or at the station from which they were dispatched. If the contract is placed for delivery F.O.R. station of dispatch, the contractor shall pay the carriage charges on the rejected consignment at Public traffic Rates from the station of dispatch to the station where they were rejected. If the contractor prefers to take back the goods at the station from which they were dispatched, the goods shall, in addition, be booked back to him, freight to pay at Public Traffic Rates and at owner’s risk. 31. CONSEQUENCES OF REJECTION:

31.1 If on the stores being rejected by the Inspecting Officer or consignee at the destination, the contractor fails to make satisfactory supplies within the stipulated period of delivery, the purchaser shall be at liberty to:- 31.2 Request the contractor to replace the rejected store forthwith but in any event not later than period of 21 days from the date of rejection and the contractor shall bear all the cost of such replacement, including freight, if any on such replacing and replaced stores but without being entitled to any extra payment on that or any other account. 31.3 Purchase or authorise the purchase of quantity of the stores, rejected or others of a similar description (when stores exactly complying with the particulars are not readily available in the opinion of the purchaser, which shall be final), without notice to the contractor, at his risk and cost and without affecting the contractor’s liability as regards to the supply of any further instalment due under the contract . 31.4 Cancel the contract and purchase or authorise the purchase of the stores or other of a similar description (when stores exactly complying with the particulars are not readily available, in the opinion of the purchaser, which shall be final) at the risk and cost of the contractor. In the event of action being taken under sub-clause above or this sub clause, the provisions relevant clauses of the General Conditions of contract, shall apply as far as applicable. 31.5 Where under a contract, the price payable is fixed on F.O.B. part of export or F.O.R. dispatching station, the contractor shall, if the stores are rejected at the destination by the consignee, be liable in addition to his other liabilities including refund of price recoverable in respect of the stores so rejected, to reimburse to the purchase, the freight and all other expenses incurred by the purchase in this respect. 32. SPECIFICATION, DRAWING, REQUISITES AND REQUIREMENT: 32.1 Specifications, drawings, requisites and requirements referred to in the body of this specification form an essential part thereof.

Page 34: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

34

32.2 The installation shall comply with the requirements of the Signal Engineering Manual, Telecom Manual & RE Manual and General and Subsidiary Rules as Applicable. It shall also conform to the Schedule of Dimensions and the Rules for Opening of Railways. Besides these, installation shall comply with requirements of Engineering Code, P-way works and way manual wherever applicable. 32.3 If, in the opinion of the tenderer, he is in a position to offer additional facilities and safeguards that have not been covered by these specifications, full and complete details of the facilities and the safeguards with their costs shown separately, must be furnished with the tender. 32.4 DRAWINGS: The plan for the stations, showing the following information, shall be made available at the time of execution of the work.

i) Grades and alignments. ii) Plans showing location where structures will be provided.

32.5 After the Contract is awarded, the Railway shall furnish to the Contractor, on payment of charges, a reasonable number of prints of the plans and such other drawings as the Railway may consider necessary for proper execution of this work. No change shall be made in any approved drawing without written consent of the Railway. However, Railway reserves the right to make minor modifications as per site conditions. 33. MATERIALS AND WORKMANSHIP: 33.1 Material and workmanship shall be first class in every respect. 33.2 Any damage to Railway structure caused during the execution of work for e.g. damage to flooring, wall, painting etc. be got rectified by the Contractor with his own materials and labour. 33.3 Material shall be in accordance with specifications and drawings specified or approved by the Railway. 34.EXCEPTED MATTERS: All measurement, method of measurement, meaning and inter specification and interpretation of special condition of contract, given and made by the Railway or by the Engineer shall be final and binding and shall be considered excepted matters in terms of condition of East Central Railway General Conditions of Contract (latest) as corrected up to date. 35. MEASUREMENT: i) The measurement of quantities for the purpose of payment of the contractor shall be undertaken jointly by the representative of the Engineer and the contractor in the course of and on completion of work item wise as included in the schedules attached here to. ii) The measurement of quantities shall be made only after ensuring conformity with the specifications and various clauses of the supplement “Technical Specification” and Additional Technical Specification /Installation practices.

Page 35: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

35

36. PAYMENTS: Payments to the contractor would be made through EFT/ECS as per the conditions below. PAYMENT FOR ITEMS –

36.1.1 Subject to any deduction or recovery which the Railway may be entitled to make under the contract, the contractor will be entitled to be paid from time to time by means of “ON ACCOUNT” payment only for such works as in the opinion of the Engineer he has been executed by him in terms of contract. 36.1.2 “ON ACCOUNT” payment shall be made separately for each item/sub item of work given in the Schedule of work. The bill shall be submitted by the contractor for each item of work which has been executed by him. 36.1.3. The “ON ACCOUNT” payment shall not exceed 90% of the total on account payment due to the contractor on the approved rates indicated in the Schedule of work. For this purpose, the payment to the contractor at each on account stage shall be restricted to 90% of the amount calculated on the basis of approved rates indicated in the Schedule of work. Subject to any deduction which the Railway will be authorized to make under the terms of contract that may be applicable while accepting the tender, the Contractor shall be entitled for payment as follows:-

36.2. Payment for those items involving both ‘supply and installation’:

36.2.1 - 80% of the cost of material supplied will be paid on receipt of the materials at the nominated stores depot duly inspected by the inspecting authority subject to the furnishing of Inspection Certificates, receipt certificate, challans and all other relevant documents as per rule.

36.2.2 - 10% of cost of the material supplied, for which installation is to be done by the contractor under the same schedule item, will be paid after the installation of materials. 36.2.3 - Balance 10% of the cost of material will be paid after the successful commissioning of the work/ part of the work (i.e commissioning of work at individual station). 36.3 For those items involving ‘supply only’ :

36.3.1 - 90% of the cost of the material supplied will be paid on receipt of the materials at the nominated stores duly inspected by the inspecting authority subject to furnishing of Inspection Certificate.

36.3.2 - Balance 10% cost of the materials supplied will be paid after the successful commissioning of the work/ part of the work (i.e commissioning of work at individual station)..

36.4 For those items involving ‘designing / installation / erection only’ :

36.4.1 90% of the cost will be paid after completion of the activity/ part of the activity.

36.4.2 Balance 10% cost will be paid after the successful commissioning of the work / part of the work (i.e commissioning of work at individual station).

36.5. No additional charges will be paid to the contractor for transporting, to and from stores depot of

Railway to the site of work including Railway material, if any.

Page 36: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

36

36.6 Necessary RDSO, IRS/TEC/DOT specification/drawing, if any required shall be obtained by the tenderer at his own cost. 36.7 FINAL PAYMENT: On the basis of completion certificate issued by the Engineer for all the works covered in this contract, the final bill for the balance payment shall be submitted by the contractor along-with “NO CLAIM CERTIFICATE”. The completion certificate shall be issued by Engineer only when:- (i) He has accepted the work wholly. (iii) All the released materials are handed over by the contractor correctly and stocked as indicated. (iv) Material reconciliation done and all the unused Railway materials returned to Railway Stores in good

condition. 36.8 SUBMISSION OF BILLS: The supplier /contractor should insert the following clause in the bill while claiming payments for supplies: - “We certify that no additional duty set off, on the goods supplied by us have accrued under the MODVAT Scheme in force on the date of supply after we submitted our quotations and submitted the present bill”. 37. LIEN IN RESPECT OF OTHER CONTRACTS: Any sum or sums of money due and payable to the Contractor (including the security deposit returnable to him) under the contract may be withheld or retained by way of lien, by the purchaser against any claim of this or any other Railways or any other department of the Central Government in respect of payment of a sum of money arising out of or under this or of any other contract of Railway or any other department of the Central Government. 38. LONG TERM AVAILABILITY OF SPARES AND SYSTEM SUPPORT : 38.1 The tenderer shall undertake to supply on payment all maintenance spares and tools required for the equipment during its lifetime. He shall also undertake to supply additional equipment required for replacement for expansion of the network that may become necessary due to additional traffic requirements. The price variation formula adopted in pricing such maintenance spare and additional supply that may be ordered in future shall be decided by mutual discussions. 38.2 The manufacturer shall guarantee that spares part for the system shall be available for a minimum of Life time/10 years after acceptance of the system and at least 2 years notice shall be given to the Railways before any equipment or components are discontinued or phased out from the manufacturing plans. This will enable the Railway to assess the lifetime requirement of spares needed and order in sufficient quality prior to stoppage of the manufacture. 39. MAINTENANCE/ OBSERVATION OF INSTALLED GEARS: Commencing and completion of maintenance period shall be accordance with the commissioning of each individual station of this work. At the same, warranty of that station shall also commence concurrently. This procedure will continue till the commissioning of the whole system/ stations. 39.1 Maintenance: - After commissioning of entire system at each station and handing over to Railways, THIRTY-SIX months period (Complete warranty period) shall be taken as maintenance period during which a responsible and knowledgeable supervisor of the contractor should be available at each station to assist Railway maintenance staff to rectify defects and during this period the contractor shall be responsible for replacement of

Page 37: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

37

defective parts at his own cost. Should any dispute arise as to the correctness of the defects pointed out, the Engineer’s decision in this regard shall be final and binding. No separate charges shall be paid for maintenance supervision and tenderers should note this while quoting rates.

39.2. INDEMNIFYING RAILWAY AGAINST LOSSES INCURRED:

In subject to this guarantee the contractor shall make his security deposit, as required under para-2 of these Special Conditions of Contract, valid to cover the period of warranty also.

39.2.5. All inspections, adjustments, replacements or renewals carried out by the contractor during the maintenance period shall be subject to the same conditions of the contract.

40. ARBITRATIONS:

The provision of Clauses – 63 and 64 of the “General Conditions of Contract” will be applicable.

41. SETTLEMENT OF DISPUTES

The provision of Clauses – 63 and 64 of the “General Conditions of Contract” will be applicable.

42. TERMINATION OF CONTRACT

The provision of Clauses – 61 and 62 of the “General Conditions of Contract” will be applicable.

43. ERRORS, OMISSIONS & DISCREPANCIES

The Contractor shall not take any advantage of any misinterpretation of the condition due to typing or any other error and if in doubt shall bring it to notice of the Engineer without delay. In case of any contradiction only the Printed rules and books should be followed and no claim for the misinterpretation shall be entertained.

44. EXTENSION OF TIME

If such a failure as aforesaid shall have arisen from any cause which the purchaser may admit as being a reasonable ground for extension of time, the Chief Signal & Telecom Engineer/ECR, Hajipur or his representative shall allow such additional time as he may, in his absolute discretion, consider to be reasonably justified by the circumstances of the case. The Contractor will apply for extension at least one month before the expiry of the period of completion. The provision of Clauses – 17A and 17B of the “General Conditions of Contract” will be applicable in such cases.

Page 38: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

38

GENERAL CONDITIONS OF CONTRACT

The general condition of the contract (GCC) shall be as per general

condition of contract, 2008 of East Central Railway of Engg. Department

with latest amendment/ modifications.

Page 39: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

39

SPECIAL CONDITIONS OF CONTRACT ( Part-II)

The scope of work of this tender is – “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”.

Integrated Security System will consist of following broad areas:

(a) CCTV Surveillance System (b) Access control System (c) Personal & Baggage screening system (d) Integration of above to the extent specified.

(a) CCTV Surveillance System: - The work covered in this tender is for Supply, Installation, Integration, Testing and Commissioning of Video surveillance system, comprising of Internet Protocol based digital cameras of various types, associated software and hardware assembly, Network Video Recorder, NAS/SAN networked on a TCP/IP network with Ethernet optical and electrical interfaces in a ring topology and operation from a centralized place. (CCTV Control Room). Integration of the existing IP/Non–IP cameras, Network infrastructure and Display systems available at Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul stations. The integration of the Network Video Recording and Storage Hardware and Software shall also be also carried out. The design of the system should be modular, based on open standards, scalable, high availability and maintainability. The system shall be operated from the CCTV Control Room and shall have provision for monitoring from remote location through TCP/IP Network of Railways. Interfacing, inter- operability and relocation of some of the existing CCTV surveillance infrastructure is also included in the work.

All the required hardware (video driver units etc) and software for the Video wall shall have to be provided as part of the contract.

A Command and Control system shall be provided at each of the three stations to integrate the security and surveillance activities and shall be located in the CCTV Control Room.

(b) Access Control System: - Primarily comprises of Under Vehicle Scanner. The work includes supply, installation, testing and commissioning and training of Under Vehicle Scanner. The UVSS shall be installed at the location shown in the site security plan of the seven stations and shall have provision for local monitoring at site and remote monitoring from the CCTV Control Room.

(c) Personal & Baggage Screening System: - The work includes supply, installation, testing, commissioning and training of the Personal & Baggage Screening System. The system shall have provision for its health monitoring from the CCTV Control Room.

(e) System Integration: The work involves, but not limited to, integration of CCTV Surveillance System, Access Control and Personal and baggage Screening System and that the required extent so as to centrally operate and manage from the CCTV control room, including local control as the case may be of all subsystems,

1.01 Original Equipment Manufacturers (OEM/OEMs) of CCTV Surveillance System, Under Vehicle Scanner, Personal & Baggage Screening System, shall have office in India. The OEMS or its authorized representative shall have service facility in India. The address and contact details shall be submitted for verification.

1.02 CCTV Surveillance System manufactured products shall have quality system compliance and shall be UL or EN and FCC certified. The relevant certification documents shall be submitted.

1.03 The video management software should be able to integrate the IT hardware of any make. All IP cameras and video management software should be from the same manufacturer as all these equipments

Page 40: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

40

communicate directly with each other. All the IP cameras shall be freely accessible and programmable from the control room.

1.04 All software and firmware upgrades for the ISS system and sub-systems, as applicable shall be free of cost for a period of seven years. A confirmation letter from the OEM/OEMs shall be submitted.

1.05 It shall be possible to view any camera from the Divisional, Zonal Headquarters, Railway Board or any other locations at the time of emergency or when ever desired with no extra hardware & software. Connectivity for same shall be provided by Railways. At least 20 number of users’ licenses shall be provided to view a camera from anywhere using the network viewing management software.

1.06 Every control room of surveillance system shall be capable of getting connected to the optical or other communication backbone of Railways.

1.07 The power supply available at the stations shall be 230 V / 50 Hz AC which may vary from 160 Volts to 270 Volts. All modules of the surveillance system should work using this power supply only with requisite converters & voltage stabilizers of suitable capacity, if required.

1.08 All the cameras and other modules of video surveillance system shall be modular in construction. In case of up gradation of such modules in future, it shall be possible to upgrade them without replacing the entire product.

1.09 The Integrated Security System and its sub-system should have diagnostics facility for serial, video & network interfaces. System logging shall be possible either to a remote IP address or console port or on the system.

1.10 The manufacturer of the CCTV surveillance system, access control and Personal & Baggage Screening System should also have their own office in India. The principal manufacturer or its authorized firm in India should have their own service centre. The relevant supportive documents shall be submitted along with the tender offer.

1.11 A letter from manufacturer is required confirming that all items being offered are not obsolete and are in their current manufacturing range and their spare parts will be made available for minimum period of life time/10 years from the date of opening of the tender.

1.12 Technical Specification of Integrated Security System: Technical specifications of various schedule items of Integrated Security System have been given in Special condition of contract part-II. Tenderer shall give clause wise/sub-clause wise compliance statement of technical specification mentioned in Special condition of contract part-II. Tenderer shall submit documentary proof/ system manuals/evidences to evaluate compliance statement mentioned by them, wherever applicable.

1.13 The Tenderer shall demonstrate one working installation of CCTV surveillance system, Under Vehicle Scanner and Personal & Baggage Screening System or a combination of these three systems of same make & model as mentioned in tender document to Railway representative partial/fully integrated, if desired, within 15 days from date of advice to verify compliances of technical specification mentioned in Special condition of contract part-II .

1.14 The tenderer should have service support facility located at Patna, Dhanbad, Mughalsarai and Muzaffarpur or should develop such a facility within two months of issue of Letter of Acceptance (LOA).The tenderer should provide the address and contact details of these facilities/provide an Undertaking letter to setup a facility from the OEM/OEMs.

1.15 System/sub-system design, AC & DC power distribution system, network design & protection system, installation drawings including foundation and mounting arrangement drawings etc. for this work shall be

Page 41: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

41

prepared and submitted to the Railway Engineer for approval. The work at site shall commence after the design and drawings are approved by Railways.

1.16 Separate cable trunking system/conduits shall be provided for the power cable and the data/video cables.

The principal items of works to be executed under this contract are: (a) CCTV Surveillance System: The tenderer (s) have to confirm that the equipment offered conforms to

the RDSO’s Specification No. RDSO/SPN/TC/65/2013 Rev.2.0 or latest. However equipment with advanced/updated version may be offered but the basic should conform to RDSO’s specification.

(b) Access control System: This should be as per RDSO specification no. RDSO/SPN/TC/93/2010 Rev.0

or latest. For Automatic vehicles scanner there should be 3 or more auxiliary view cameras for capturing motion video images of the deeper hard-viewing areas of the underside, e.g. areas around suspensions, below the engine areas, side wall of fuel tanks & exhaust pipes etc.

(c) Personal & baggage screening system: This should be as per RDSO specification no.

RDSO/SPN/TC/94/2010 Rev.1.0 or latest.

Further details including quantities are furnished in Schedule of works {Financial Bid - (Part II)}. Latest RDSO specifications may be obtained from RDSO. However this office does not take any responsibility in this regard and it is tenderer’s responsibility to obtain these from their own resources. Note-

1. The Schedule of works lists main components/ requirements only. The Racks shall be APW President or Rittal or better make only.

3. The equipments shall have COMPREHENSIVE ON-SITE WARRANTY of 3 years as per RDSO specification.

4. On site training to Railway staff shall have to be provided as per RDSO specification.

NOTE:

(i) The tenderer must offer the solution whose OEM’s service centres must be present in major cities in India.

(ii) The tenderer will submit the details to demonstrate that the equipment offered is widely used in India/ Abroad in places such as Airports, Railway Stations, Govt./ Semi-Govt Installations and other public places should be incorporated.

(iii) The MOU (Memorandum of Understanding) duly signed between the OEM and the tenderer in India and it should be submitted along with the tender which should incorporate all the following:

a. The original manufacturer has service and repair facility in India directly.

b. Guarantee to provide long term technical, service and maintenance support to the tenderer that may be required during installation and commissioning of the equipment up to the maintenance period.

c. Guarantee to supply spares for a minimum period of lifetime /10 years from the date of commissioning of entire system”.

d. The original manufacturer or OEM authorized personal shall certify the installation of the equipment has been done correctly and installation is fit for commissioning.

e. The true copy of the Certificate of Incorporation of the OEM must be attached in the tender document.

Page 42: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

42

2. Qualifying/Technical Criteria : 2.1 Qualification criteria in the tender notice lays down minimum acceptable qualification in various areas to

ensure that qualified bidder has the requisite experience, expertise and financial & human resources to successfully complete the work and offer a proven safe Integrated Security System.

2.2 The tenderer(s) should submit the details of experience in works of similar nature bringing out clearly the

details of Integrated Security System installed in Govt./Semi Govt. etc. premises, date of installation and their performance.

2.3 The tenderer (s) have to confirm that the equipment offered conforms to the latest RDSO specifications for

IP based video surveillance system, Access control system, Personal & baggage screening system & system integration.

2.4 The tenderer shall provide satisfactory evidence acceptable to the Railway to show that he or his JV

partner is a licensed manufacturer or its authorised dealer and had adequate technical knowledge and practical experience.

2.5 The tenderer(s) should additionally submit a performance statement giving a list of major supplies effected

in last 3 years of the items offered by him, giving details of the purchaser’s name and address, FAX, phone, e-mail, order no. & date and the quantity supplied & whether the supply was made within the contracted delivery schedule.

2.6 Further information regarding capacity and capability, if required by the Railway, shall be promptly

furnished by the tenderer and he would offer all facilities to representative of Railway for assessing capacity and capability by visit to his works/office.

2.7 Offers of the tenderer(s) not submitting the requisite information are liable to be ignored. 2.8 (a) The tenderer should mention life cycle period of each equipment/sub modules on a separate sheet

along with the offer.The tenderer(s) should have capability to extension/maintenance/repair support for full lifetime/10 years of the equipment. For this purpose, they are required to stock spare cards/module/component and set up workshop/repair centres in India with adequate facilities and trained man power. Full details of such facilities along with their address should be furnished.

2.8 (b) The tenderer shall undertake to enter into an AMC for 03 year with Railways beyond warranty period under which supply of spare, repairs to defective cards and call charges for each visit as may become necessary shall be covered. Tenderer shall also ensure for life time support with respect to maintenance spares at mutually agreed rates.

2.9 (c) The tenderer(s) must also certify that in case of liquidation of the Collaboration, the other partner(s)

shall be responsible for the remaining liabilities and also to extend full maintenance/repair support for at least Six years from the date of commissioning of the system.

3. Training: The contractor shall provide adequate training at the manufacturer’s premises/field to Railway personnel nominated by CSC & CSTE, E.C.Railway in planning, installation, operation and maintenance of the equipment and system supplied under the contact. The training should be comprehensive so as to impart full knowledge to Railway personnel deputed for the training to independently execute the installation, operation, maintenance and repair of all equipment.

Page 43: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

43

Onsite training shall be provided to the Railway staff which shall include complete assembly of the system through the use of various modules, integration of hardware with software and complete operation of the system. Sets of training manual in two hard copies & two soft copies containing details of technical specification, installation & commissioning, trouble shooting & maintenance schedule etc. shall be supplied by the tenderer.

4. Time Schedule:

The time schedule for the entire work is of utmost importance. The entire work is required to be fully executed within 09 months from date of issue of Letter of Acceptance.

5. LONG TERM AVAILABILITY OF SPARES AND SYSTEM SUPPO RT: a) The tenderer shall give an undertaking to supply on payment all maintenance spares and tools required for

the equipment during life time. He shall also undertake to supply additional equipment required for replacement of expansion of the network, which may become necessary due to additional traffic requirements. The price variation formula adopted in pricing such maintenance spares and additional supply that may be ordered in future shall be provided by mutual discussions.

b) The manufacturer shall guarantee that spare parts for the system shall be available for life cycle period. At

least two year notice shall be given to the Railways before any equipment or components are discontinued or phased out from the manufacturing plans. This will enable the Railways to assess the life time requirement of spares needed and order in sufficient quantity prior to stoppage of the manufacture.

c) That the successful tender shall further guarantee that in case if he goes out of production of spare parts, he

shall supply the full manufacturing drawings/details along with the specifications of the materials at no cost to the Railway, if and when required for the equipment to be fabricated or procure from other sources by the Railway.

6. SUPPLY OF INDICATIVE SITE PLAN : Tentative indicative site plan showing exact location of different types of cameras, switches etc will be prepared & supplied by the contractor in consultation with the Railway’s Engineer before the commencement of the work after survey. After completion of the work, final indicative system plan should be submitted. 7.0 T E C H N I C A L SPECIFICATION AND INSTRUCTIONS FOR TRENCHING AND

LAYING OF UNDERGROUND CABLE/ OFC - 7.1 SCOPE:

This chapter deals with the specifications under which the various work for trenching & laying of underground OFCs coming under the purview of the contract are to be executed by the contractor.

7.2 INSTRUCTIONS FOR EXCAVATION & BACK FILLING OF T RENCHES 7.2.1 The representative of Engineer in charge of the work will mark the route of the cable in white chalk or lime as per the tapping and route plan and the instructions given to him by the Engineer, notwithstanding the cable route shown in the tapping and route plan to meet the requirement of local conditions at site, if any and as required shall be taken by the contractor to be final. The contractor shall be present at the time of marking and he shall furnish to the engineer's representative required quantities of lime, rope labour etc. for carrying out this work. The marking will be given on the track side of the trench at a distance approx. one meter away from the center line of the trench. In the difficult terrains such as water logged areas, the position of the cable route will be specified by off sets from the center line of the nearest track.

Page 44: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

44

7.2.2 Trenches for OFC shall normally be done by digging to a depth of 1.0 Meter as specified in schedule of work. The width of the trench shall be 300mm or as per schedule of work. In places where underground pipes, electric main etc. come in the way, trenches deeper than specified in schedule shall be as necessary and contractor has to do the same accordingly. DWC pipes shall be placed at those places to protect the telecom cables. 7.2.3 Metalled, concrete and stone paved roads shall also be cut to a depth of at least 1.0 meter. The cable shall be laid through DWC pipe, depth should be 1.00 meter or through trenchless method at a depth of 1.00 Mtr, as per direction of site engineer. The road surface shall be restored to original. 7.2.4 The bottom of the trench where DWC pipe through which cable is to be laid shall be thoroughly prepared and shall be free from any stones. The bottom of the trench shall be horizontal and shall in no case be undulating. 7.2.5 The back filling of trenches shall be done by tamping and consolidating the excavated soil in layers of 15-20 cm at time. All the soil that is excavated shall be put back to the trench and care shall be taken in consolidation to ensure that the back filling does not suffer any sinkage in monsoon. The left out earth if any within station limit has to be thrown out from Railway premises by the contractor at his own cost. 7.2.6 Wherever the Engineer's representative considers it necessary to adopt shoring, the contractor will be required to adopt shoring for which the contractor shall have sufficient quantities of shoring material on hand. Where the direction of trench has to change, it should be done in a gentle curve of not less than one meter radius and not at sharp angles. 7.2.7 Places where back filling is not done properly are likely to get water logged with the first rains after completion of the work, the contractor and engineer's representative will inspect the entire section soon after the first monsoon and the contractor will arrange to set right such areas. 7.3 ROAD CROSSING 7.3.1 When crossing road, due to the traffic movement, Cable may be laid through G.I. pipe / DWC pipe (to the extent possible) by way of High Depth Drilling (HDD) trenchless technology method using DWC pipe as per direction of site engineer. Further, it is necessary to lay the cables in such a manner as to avoid the necessity of handling the cable sharply and minimize the excavation of road surface as far as possible. Where cable is laid in surfaced trunking, the trunking alignment should be curved down to the pipes and proper bricks or concrete joint should be made between trunking and pipe.

7.3.2 The crossing of main roads often involves difficulties especially if traffic is heavy, precautions to avoid accidents to workmen, pedestrians and vehicles should be taken. On minor roads which can be temporarily closed to traffic it is possible to open up and cross the entire width of the road. Pipes should be installed quickly in the cutting which is then filled in there by reducing to a minimum time for which the road is closed. 7.4 CABLES OVER STEEL / GIRDER BRIDGES 7.4.1 Cable may be laid through G.I./DWC/HDPE pipe on steel girder bridges/Footover bridges or by way of High Depth Drilling (HDD) trenchless technology method using DWC pipe as per direction of site engineer. 7.4.2 Where the cable has to cross the steel girder bridges/Footover Bridges, the cable shall be protected with G.I./HDPE/DWC pipe fitted on the steel girder bridges with suitable galvanized clamps without drilling holes in the girders. Arrangements for laying the cable over girder bridges/Footover Bridges shall be as per direction of site engineer.

Page 45: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

45

7.4.3 The laying of the cable on the bridge is to be done with much care and planning. It is necessary that the cable drum to be laid on the bridge is inspected and tested thoroughly so that damaged cable is not installed. 7.5 CABLES IN MARSHY AREAS In marshy area where it is not possible to divert the cable route the cable shall be suitably laid and protected as per decision of site engineer depending on site condition, like laying cable in DWC pipe / GI pipe supported on masonry pillars/iron channels etc. 7.6 LAYING OF CABLE IN SPECIAL CASES 7.6.1 NEAR POWER CABLE :When the contractor comes across any other cable already laid, he shall first report the fact to the engineer .& cable should be identified by the Engineer as a power cable (LT or HT). the trench shall be dug as far away from the route of the power cable as practicable. 7.6.2 CROSSING OF TLECOMMUNICATION CABLE WITH ANOTH ER CABLE: Crossing of the OFC with another cable shall be avoided wherever possible. Where however, this is not possible, the OFC shall be laid in cement or asbestos cement pipes. The length of pipe of to be provided on either side of the crossing shall be at least one meter. 7.6.3 LAYING OF CABLE THROUGH PIPES. i) The cable shall be laid through G.I./DWC pipes at the locations marked on the tapping and route plan and as advised by the Engineer or his representative. ii) Laying the cable through pipes galvanized steel wires of a cross section not less than 10 SWG shall be used as a lead wire. Two such lengths of wires shall be laid through the pipes, so that after the cable is threaded through the pipe, one lead wire is permanently left in the pipe with a suitable overlay at two ends, to eagle the cable to be pulled out at a later stage if required to do so. iii) On arch bridges and culverts bridges the cables will be threaded through GI/HDPE pipes etc. while threading the cable through these pipes the contractor shall do the trenching to the required depth wherever necessary for which no extra charge will be paid. 7.6.4 LAYING NEAR OILY SURFACE. If during the excavation of trenches for laying cables, the contractor or his representative notices the presence or oil or oily substance or any other chemical which is likely to cause the deterioration of the cable protective material he shall bring the matter to the notice of the engineer or his representative and on the latter's decision he shall choose an alternative cable route or he shall protect the cable in such places in such a manner as advised in writing by the engineer or his representative. No additional charges are payable. 7.6.5 SPECIAL SOIL CONDITION: Cable should not be run through abnormally high acidic or alkaline soil or through sewages. If this is unavoidable special measures should be taken against corrosion as advised by the engineer in charge. No additional charges are payable. 7.6.6 PROTECTION AGAINST DAMAGE DUE TO SHARP EDGES. When cable is laid in trunking care should be taken to see that no ballast or stones have been dropped inside the trunking, should be cleared of all ballast and stones before the cover is secured. When the ends of covers are joined together with cement plaster a piece of paper or wood should be placed under the joint to prevent the cement plaster from falling on the cables.

7.7 HANDLING OF CABLE DRUMS & LAYING OF CABLES:

Page 46: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

46

7.7.1 The drums shall be unloaded at the site by suitable means very carefully so as not to cause any damage to the cable. The drums at site shall be protected until they are laid. 7.7.2 On each drum there are two ends, A&B. The 'B' end of one cable length shall meet 'A' end of the next cable at a joint. The 'A' end shall be normally on the top unless indicated otherwise on a drum. 7.7.3 The drums shall always be kept upright i.e. axle in parallels position to the base. The drums shall not be set by jerks but shall be handled slowly and with care. The walls of the drums should not be damaged while moving the drums if required for unrolling. 7.7.4 The drums shall normally be unrolled at the same place and the cable carried by workmen near the trench. The drums shall not be dragged in any case, but where drums of cable have to be moved would always be rolled in the direction of the arrow, otherwise the coils tend to unwind and the cable may get battered. In case no direction arrow is marked on the drum remove several battens and determine the direction in which the cable is coiled. The arrow should then be painted on the drum pointing in the opposite direction in which the upper cable end is coiled so that future handling of the cable drum is facilitated and then replace the battens carefully.

7.7.5 The drum should be properly mounted on jacks (or on a cable wheel) making sure that the spindle is strong enough to carry the weight without bending and that it is laying horizontally in the bearings so as to prevent the drum creeping to one side or the other while it is rotating. Before attempting to pull off the cable, remove the end protection box attached to the flange of the drum and cut the security ropes so as to leave the cable and free to move. 7.7.6 If a portion of the cable only is taken out from the cable drum, the battens should be immediately replaced to prevent damages to the balance of the cable. This is important. 7.7.7 With armoured cables having Hessian serving it is possible under extreme conditions for the bitumen to soften and cause adjacent turns of the cable on the drum to stick to each other. In such cases, particular care must be taken to pull the cable of these drums very slowly and to free the cables carefully from the adjacent turns on the drums. Snatching of the cable to cause it to break away may result in kinks and damage, small size cable require care in this respect. 7.7.8 The use of steel bars between the bolt heads to 'jump' or turn the drum around is dangerous to staff and likely to damage the drums. A better method is to use two steel plates with grease between them by standing the drum on these greased plates, it can be easily turned round to the desired position. 7.7.9 All care should be taken in handling cable drums with a view to ensure safety not of the cables but also of the working party handling them. The man should not be allowed to brake the cable drum by standing in front but only from side. 7.8 REWINDING AND REDRUMING OF CABLES.

i) If for any reason it is found necessary to rewind a cable on a drum, cable drum with a proper barrel diameter not less than of the original drum should be chosen.

ii) The drums should be mounted on cable jacks during rewinding operations using proper size of spindles passed through the flange holes which will not buckle under the lead. The cable should not be bent opposite to the set it is having already.

iii) In the redruming operations the full and empty drums should be so turned that the cable passes from the bottom of the original set as little as possible\ iv) Replace all the laggings on the cable drum.

7.9. CABLE LAYING :

7.9.1 It is advisable to employ the same people at the same place or job while cable is being laid.

Page 47: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

47

7.9.2 Before commencement of the laying inspection of the trench and inspection of protection works should be carried out so as to ensure their conformity with the specification. The trench bottom should be clean, smooth and free of small stone. When the soil contains stone or pieces of rock and therefore cannot be raddled, sieved earth about 10 cm thick should be used both for the bedding on which the cable is laid through DWC pipe and for covering the DWC pipe. 7.9.3 The cable drum should be brought as close to the cable trench as possible. it should be lifted with the aid of cable jacks firmly mounted on a support of stone or wood . The spindle should be minimum of 55mm diameter and lower edge of drum should be 5 to 10 cm above the ground.

7.9.4Each cable drum shall be braked while laying is in progress to prevent sharp bending or buckling, particularly when the cable coils are sticking together. The method of mounting the brakes is as per direction of site engineer. 7.9.4. The cable shall be gently drawn by pulling the cable which may be assisted as required by smoothly and slowly turning the winch. The cable shall not be twisted on any account. 7.9.5 While the laying work is in progress one man must continuously observe the cable and feel along its length in order to determine whether any indentations. Holes or other damaged parts are apparent. Such damaged parts have to be protected immediately by the cable jointer provided with the laying party. 7.9.6 When two or three turn of cable is left on the drum, the pulling should be stopped and the inner end of the cable removed from the slot in the drum. Pulling should then be continued. If this is not done the cable end is likely to be stretched and damaged. 7.9.7 The ends of the OFC should have an overlap of 1 M at the end of each drum for jointing purpose. 7.9.8 The conditions of the cable shall be visually inspected throughout its length and in case any damage or defect is noticed, the trench shall not be filled up until the engineer's representative in notified to examine and authorize filling of the trench. 7.9.9 MINIMUM BENDING RADIUS: Cable should always be bent (or straightened) slowly; They should never be bent to small radius while handling. The minimum safe vending radius for OFCs should be 30 times the diameter of the cable but wherever possible larger radius should be used. 7.10 CABLE RESERVE: a) At the following locations, it will necessary to provide reserve cable for future possible use. (i) Where a change to cable line is expected, the reserve to be allowed depends on circumstances. (ii) In freshly banked soil to allow for slipping of the bank an allowance of 30 cm. should be provided for every 10M of trench (3%).The cable should be laid in a sinuous form. (iii) Near roadways, buildings and culverts reserve of 5 M should be allowed at drum end . (iv) On

each side of girder bridges a reserve of 10M should be left.

(v) Where remodeling works on culverts, bridges and track doubling work are going on, it may be necessary to kept loops of cable as an extra reserve pending finalization of its future route. (vi) At the cable hut a loop of 10M in the cable pit & At every joint a loop of 10M on either side. 7. 11 LAYING OF POWER CABLE:

Power cable shall be laid taking all cares as mentioned in cable laying paras. It should be laid along the OFC in same trench & in the same DWC pipe or as per direction of site engineer.

Page 48: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

48

7.12 LAYING OF G.I. PIPE/ DWC PIPE: The Telecomm. Cables, in trenches, under track crossings, below the surface of platform/road, at level crossing gates & on the bridges/Foot over bridges (except major bridges) shall be laid through GI / DWC pipe of adequate dia and length to be cut to size by the contractor. If more than one length of GI/ DWC pipes are to be used the ends of these are to be joined together through sockets to be supplied by the contractor. The complete length of GI/ DWC pipe carrying the cables on the bridges/culverts/sub- way/through over-head poles shall be supported at the ends by suitable masonry work/ clamping. The entire length on bridge/subway/culvert shall be fixed by suitable clamps at an interval not exceeding one meter. To prevent theft of GI pipes on bridges etc. it shall be damaged by drilling holes into it of 7.2 mm dia and at an average distance of 30 cm. In the entire activity, only the GI pipes/DWC pipe and sockets shall be supplied by the railway at the go-down of The Consignee, the transportation cost for which shall be borne by the contractor. 8 Optical Fibre Cable laying: HDPE pipe shall be laid in the trench & other places. The subsection on which OFC cable can be blown shall be made continuous by providing coupling at pipe joints and cable plug shall be provided at both ends of subsection. The subsection ends at which cable is blowing and taken out shall be marked and pit of sufficient size shall be dug for OFC cable laying. After cable laying in the duct, the ends of the duct shall be sealed with sealing plug. Optical Fibre cable shall be laid inside laid HDPE pipe by blowing/pulling technique. All the machinery, equipments required for laying Optical Fibre Cable in this procedure shall be arranged by the contractor. The cost involves any consumables, labour etc. required for laying the cable. 9. GENERAL:

The contractors are to submit their quotations as per enclosed schedule and shall submit the following details as per the forms enclosed along with the Tender.

a) FORM – A: - Structure and organization of the tenderer’s firm. b) FORM – B: - Details of key Technical and Administrative personnel. c) FORM – C1:- Details of similar type of completed work in last 3 years. d) FORM – C2:- Details of on going works and performance during last 3 years. e) FORM – D: - Financial condition. f) FORM – E: - Any other additional information. g) FORM – F: - Deviation statement with respect to RDSO specifications. The offered make and model of the equipment should be mentioned in the respective column and data sheets/other supporting documents supporting the specifications clause should be attached in the offer. The page no. Containing supporting data sheets etc should also be mentioned in the respective column. Without these items the tender may be liable for rejection.

10. PACKING:-

The packing shall be able to withstand the tropical conditions fully and give adequate Protection to the equipment during transit and pre-installation storage. The packing shall be strong and durable so as to able to withstand handling and transportation without damage to the equipment. If necessary, the packing shall have anti-shock suspension devices to enable the equipment to withstand without damage shock experienced during handling and transportation. 11. COMMISSIONING AND FINAL ACCEPTANCE TEST :

Railway shall carry out all tests as per the RDSO Specifications and the Acceptance Test Schedule as furnished by the contractor and approved after consultation by the Railway. The test schedule furnished by the tenderer will be modified by mutual discussions between the contractor and the Railway before finalisation. Any component, modules, sub-assemblies or equipment failing during the commissioning test shall be replaced / repaired free of cost by the tenderer.

Page 49: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

49

All tests and measuring instruments and other arrangements required for final Acceptance Test shall be provided by the contractor at his cost.

The completion certificate in accordance with General Conditions of Contract, RDSO Specifications and Special Condition of Contract shall only be issued by the Railway Engineer after the installation is satisfactorily commissioned. 12. WARRANTY:

The contractor shall warranty that all materials & equipment to be supplied and installed as per this tender shall be free from defects and faults in design, material, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standard for materials of the type ordered and in full conformity with the contract specifications.

The Commencing and completion of warranty shall be in accordance with the commissioning of each individual station of this work and shall expire three years after commissioning of each individual station of this work. After the installation is taken over by the Railways, the Contractor shall be responsible for the proper functioning of the system for the period of warranty.

During the period of Warranty, the Contractor shall remain responsible to arrange replacement and for setting right at his own cost any equipment supplied by him which is of defective manufacture or defective design or defective material/component becomes unworkable due to any cause whatsoever. The decision to attend to any damage or defect in work shall be final and binding on the Contractor.

During warranty period the contractor, has to provide adequate spares each at Patna, Rajendra Nagar, Mughalsarai, Dhanbad, Muzaffarpur, Raxaul & Samastipur as on site as spare for immediate replacement during failures at the tenderer cost to reduce the down time. These additional materials should be at the cost of the contractor. The defective part should be replaced at the earliest in the interest of the contractor to avoid penalty for down time . If the repair is expected to take longer time, the contractor must provide a temporary spare from his stock with the Railways, till they are able to return the original equipment after repair.

During the warranty period, down time (calculated on monthly basis) should not be more than 6 hrs for any equipment. For downtime beyond that a penalty will be levied as tabulated below:

Sl. No.

Name of equipment Penalty rate (per hrs or part thereof per equipment)

(Rs.)

1 Server System (Hardware/Software) 2,000/-

2 Door Frame Metal Detector System 1,000/

3 X-Ray Baggage Scanner System 1,000/

4 Automatic Vehicle Scanner System 1,000/

5 Fixed Box & Dome type IP camera 250/-

6 PTZ IP camera 300/-

7 Hand Held Metal Detector 250/-

8 Wireless Transmitter /Receiver Unit 250/-

9 Storage Device 1,000/-

10 Networking Items 100/-

11 Items other than above 50/-

Down time shall be reckoned from the time of intimation of failure to the firm through the procedure as mentioned in 13.5 C.

Page 50: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

50

If it becomes necessary for the contractor to replace or renew any defective portions of the system under this clause, the provisions of this clause shall apply to the expiry of thirty six months from the date of such replacement or renewal or until the end of the warranty period whichever may be later. If any defect is not remedied within reasonable time, the Railway may proceed to do the work at contractor’s risk and expense, but without prejudice to any other rights, which the Railway may have against the contractor in respect of such defects.

All inspections, replacements or renewals carried out by the Contractor during the warranty period shall be subject to the same conditions of the contract.

All replacement and repairs and design change that the Railway shall call upon the contractor to deliver or perform under this warranty shall be delivered and performed by the contractor promptly and satisfactorily.

All equipment/parts thereof replaced as per warranty obligations due to defects arising during original warranty period shall carry a warranty of at least Thirty six months from the date of replacement, OR the remaining period of original warranty of the said equipment/parts thereof, whichever is later.

The decision of the Railway in regard to contractor’s liability and the amount, if any, payable under this warranty shall be final and conclusive.

Due to analysis of failures, if any design deficiency is pointed out by the Railway, the contractor shall rectify it at his own cost. 13. TERMS AND CONDITIONS OF AMC:

13.1 General:

a) Annual maintenance contract of 3 years will start at the end of 3 years of warranty period. The commencement of AMC of individual station may be different depending on the date of completion of warranty of station. The cost of AMC will be taken for evaluating of the tender though Railway reserves the right to enter into AMC at the end of warranty.

b) The price and rates in respect of the AMC and repairing cost are inclusive of all taxes and other levies etc.

c) A separate AMC contract agreement shall be prepared and signed between Railway authorities and contractor before expiry of warranty period of the Ist commissioned station(s). This contract agreement shall be for all the stations.

d) Security deposit as certified by the Competent Authority will be refunded after successful completion of warranty obligations for a period of 3 years from the date of completion of work but before release of this SD, the security deposit for AMC contract shall be deducted in case Railway decides to enter into AMC.

13.2 Scope

THE SCOPE OF THE AMC IN GENERAL COVERS

(a) Maintenance and upkeep of all hardware, software & peripheral equipments supplied under this contract for the items shown in Schedule.

(b) Attending to breakdowns. (c) Periodical preventive maintenance (Monthly). (d) Repair/ replacement of defective card/ module/sub-system/ system/ part either in hardware

or in software or in any form. (e) Modification to software and Hardware required for running the existing system

satisfactorily.

13.3 SCHEDULE OF ACTIVITY FOR EXECUTION OF AMC S TATION-WISE .

(a) Tenderer should provide AMC of complete system including spare parts.

Page 51: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

51

(b) During the period of AMC, the contractor shall remain responsible to arrange for replacement and setting right at his own cost any equipment/sub-system either in hardware or in software or any other form supplied by him which is of defective manufacture or defective design or defective material/ component or becomes unworkable due to any cause whatsoever. The decision of purchaser in this regard shall be final and binding on the contractor.

(c) Fault reporting to be registered by the service provider round the clock including holidays and Sunday on telephone/mobile or otherwise.

(d) The qualified Engineer of the firm will visit every month with necessary tools & equipments to check all the hardware, software & peripheral equipments covered under the scope of AMC.

(e) The comprehensive maintenance should be carried out under the supervision of the competent supervisor with good workmanship to the satisfaction of the Railway Officials/ Administration.

(f) All sorts of safety precautions should be taken before starting the work. The Railway will not be responsible for any accident caused to its labour during the execution of maintenance works.

(g) All checks, through servicing and maintenance of equipments carried out, should be entered against each machine /equipment in the Asset Register. Signature of the Railway’s representative/supervisor during the check should be obtained by the contractor concerned.

(h) During the period visited any breakdown requiring repairing, the Engineer of the firm will also check & clean all the system relevant system components and this includes disinfections of any virus detected.

(i) All modifications required to the software and hardware for addition/ deletion of any data, within the scope of the system operation & as deemed fit by the Railway, as and when intimated by Railway, shall be attended by the firm’s Engineer within 7 days & carried out free of charges, if it is not possible to carry out these modification by Railways.

(j) The replacement/repair of components shall be done at Railway premises. In case any component is to be taken to Contractor’s premises, he should get written permission from the authorized representative of Railway and arrange a suitable standby. The stand by shall be provided till the original component is replaced at no extra cost.

(k) Supply of another alternate unit free of cost during the maintenance contract has to be ensured when the machine is taken out for any repairing or overhauling, over and above the duplication already provided.

(l) When the machine/equipment or system component is taken out of the users’ premises, an Indemnity Bond has to be executed in proper format by the firm concerned of an equivalent amount as per accepted rate of LOA/CA of Tender.

(m) No extra transportation charges will be paid for handling of the machine/equipment or system component from site to Firm’s premises and back in case of any requirement. No additional payment will be done to Contractor for attending to maintenance/failure requirements or any other visit to installation over and above what is included in AMC.

(n) The necessary documentary evidence should be obtained from the authorized representative of Railway on rectification of the fault.

(o) If required the contract may be terminated by Railways by giving one month notice.

(p) In case of any dispute, the decision of CSTE/ECR/Hajipur shall be binding on the contractor.

(q) During AMC the contractor, has to provide adequate spares each at Patna, Rajendra Nagar, Mughalsarai, Dhanbad, Muzaffarpur, Raxaul & Samastipur as on site as spare for immediate replacement during failures at the tenderer cost to reduce the down time. These additional materials should be at the cost of the contractor. The defective part should be replaced at the earliest in the interest of the contractor to avoid penalty for down time. If the repair is expected to take longer time, the contractor must provide a temporary spare from his stock with the Railways, till they are able to return the original equipment after repair.

Page 52: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

52

13.4 Up Time:

(a) The contractor must ensure up time of at least 98 % (up time) for entire system for each station being offered under this tender, up to the end of the AMC period of 3 years as per subject 13.7 (c).

(b) Non-availability of standby system shall not be considered.

(c) The up time will be calculated on monthly basis.

13.5 Down time:

(a) Down time is defined as duration for which system as whole or any part is not available for the purpose it is installed. Planned maintenance period will not be counted as down time.

(b) Non-availability of standby system shall not be counted for down time.

(c) The down time will be reckoned from time the contractor’s representative has been informed by means of, memo, fax, telegram, telephone or any other method at the address as specified by contractor within geographical jurisdiction of East Central Railway.

13.6 Working hours: Working hour for the system will be considered as 24 hours per day.

13.7 Payment and deduction:

(a) Payment for AMC will be done as per date of start of the AMC station-wise.

(b) AMC cost of the individual stations per annum will be proportionate AMC cost per station (based on assets value installed at the station).

(c) During the AMC period, down time (calculated on monthly basis) should not be more than 6 hrs for any equipment. For downtime beyond that a penalty will be levied as tabulated below:

Sl. No.

Name of equipment Penalty rate (per hrs or part thereof per equipment)

(Rs.)

1 Server System (Hardware/Software) 2,000/-

2 Door Frame Metal Detector System 1,000/

3 X-Ray Baggage Scanner System 1,000/

4 Automatic Vehicle Scanner System 1,000/

5 Fixed Box & Dome type IP camera 250/-

6 PTZ IP camera 300/-

7 Hand Held Metal Detector 250/-

8 Wireless Transmitter /Receiver Unit 250/-

9 Storage Device 1,000/-

10 Networking Items 100/-

11 Items other than above 50/-

Page 53: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

53

(d) Annual maintenance charges will be paid on quarterly basis at the end of the quarter, subject to deduction for down time referred above.

(e) Down time will not be considered for which prior approval of Railway authorities are taken in writing for preventive maintenance.

Page 54: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

54

FORM ‘A’

STRUCTURE AND ORGANISATON

1. Name of Tenderer 2. Nationality of Tenderer 3. Office address Telephone No. Telex Number Fax Number

4. Year and Location of Establishment 5. The tenderer is a) An Individual: b) A Proprietary firm: c) A Firm in Partnership: d) A Limited Company of Corporation:

6. Attach the Original chart following the structure of the organisation including the names of the Directors and position of Managers.

7. For how many years has your organization being in business of similar work under its present name? What were your fields when your organisation was established? Whether any new fields were added in your organisation? And if so, when?

8. Number of years of experience: a) As a Prime Contractor (Contractor shoulder major

responsibility)

b) As a sub contractor (Specify main contractor) 9 Whether you’re ever required to suspend construction

for a period of more than six months continuously after you started? If so, give the name.

10. Have you ever left the work awarded to you incomplete? (If so, give name of Project and reasons for not completing the work.)

11. In how many of your projects were penalties imposed for delays? (Please give details).

12 In which fields of signals and Telecommunication construction works do you claim specialisation and interest?

13 Give details of annual work record, in respect of S&T works.

15 Give details of your testing laboratory & facilities, if any.

Signature of Tenderer

Page 55: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

55

FORM ‘B’ PERSONNEL

Give details of key Technical and Administrative personnel (who could be assigned the work) in the following

proforma.

A. Details of the Board of Directors 1) Name of the Directors: 2) Address: B. Key Technical and Administrative/ Management personnel and Consultants: 1. Individual’s Name: 2. Qualification: 3. Present position: 4. Professional experience and details of works carried out : 5. Length of service with the tenderer: C. Skilled and other labour (indicate number category wise) 1. Skilled labour: 2. Other labour:

Signature of Tenderer

FORM –C1

EXPERIENCE OF COMPLETED WORKS (SIMILAR CATEGORY)

Give details of similar type of work completed during last 3 years and current financial year in the following proforma (separate form for Each work)

1. Name of the work 2. Location 3. Client’s name and address 4. Total Tendered cost of the work

(Agreement No. & date)

5. Brief description of works including principal features and quantities of the main items of the work.

6. Period of completion a) Originally Stipulated time limit b) Extended time, if any c) Actual time taken to complete the work. d) Reasons for non-completion of work in

stipulated time limit/ extended time limit, if so.

7. Name of the tenderer’s Engineer, the in-charge of the work with educational qualifications.

8. Attach Client’s certificate (Not below the rank of Executive Engineer or equivalent).

Signature of Tenderer

Page 56: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

56

FORM – C2

DETAILS OF ONGOING WORKS Give details of works “Ongoing” and performance during last 3 years as on date of submission of tender

document in the following proforma (separate form for each work)

1. Name of the work 2. Location 3. Client’s name and address 4. Tendered cost of the work 5. Name of tenderer’s Engineer in charge with

educational qualification.

6. Brief description of work including principal features and quantities of the main items.

7. Details of work on hand. i) Percentage of physical completion and amount billed for the work completed. ii) Cost of work remaining to be executed. iii) Stipulated date of completion.

8. Explain for non-completion of work within stipulated time limit, if so.

9. Attach client’s certificate (Not below the rank of Ex. Engineer or equivalent.)

Signature of tenderer FORM – D

FINANCIAL CONDITION

1. Name of the Firm 2. Name of Partner/Director 3. Capital a) Authorised :

Issued and paid up :

4. (a) Details of the work successfully Completed and tenderer’s performance record as on date of submission of pre-qualification application.

(b) Details of works on hand and tenderer’s performance record as on date of submission of Tender Document.

5 Furnish Balance Sheet and Profit or loss statement with Auditor’s Reports and Income tax assessment orders for current and last 3years. It should inter-alia include the following information.

i) Working Capital: ii) Foreign investment: iii)Turnover for the year :

(Furnish reference page number to Balance Sheet attached)

Page 57: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

57

i) 2010-2011 ii) 2011-2012 iii) 2012-2013 iv) 2013-2014

iv) Gross income in the years (Furnish reference page number to Balance Sheet attached)

i) 2010-2011 ii) 2011-2012 iii) 2012-2013 iv) 2013-2014

v) Gross contractual income for the year : (Furnish reference page number to Balance Sheet attached)

i) 2010-2011 ii) 2011-2012 iii) 2012-2013 iv) 2013-2014

6. What is the maximum annual turnover of the project that you can handle? (Please give justification)

7. Have you ever been denied tendering facilities by any Government Department/Public sector Undertaking? (If yes, please give details).

8. List your sources of Finance 9. Certificate of Financial soundness by Bank. 10. Name and address of Bank from whom

reference can be obtained.

11. Have you ever been declared bankrupt? (If yes, please give details)

12. B.G. limits from Nationalised Banks.

Signature of tenderer

FORM – E

ADDITIONAL INFORMATION

a) Please add any further Information which the tenderer Considers thier capabilities.

b) Please give a brief note indicating Why the tenderer considers Himself eligible for the work.

Page 58: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

58

Signature of tenderer

FORM – F

DEVIATION STATEMENT WITH RESPECT TO RDSO SPECIFICAT IONS

RDSO Specification No. (Latest with all amendments) & Description

Clause/ Sub-clause No.

Clause heading

Offered Make and Model

Complied/ Not Complied

Deviation, if any

Page no. Of tender offer containing supporting data sheet

Remarks, if any

RDSO/SPN/TC/ 65/2013 Rev.2.0 Amendment 1 or latest

RDSO/SPN/TC/ 94/2010 Revision 1.0 or latest

RDSO/SPN/TC/ 93/2010 or latest

Page 59: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

59

Page 60: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

60

Page 61: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

61

Page 62: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

62

Page 63: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

63

Page 64: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

64

Page 65: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

65

Schematic of Patna Jn. where the CCTV is to be installed

Page 66: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

66

Schematic of Patna Jn where the CCTV is to be installed

Page 67: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

67

Schematic of Patna Jn where the CCTV is already installed

Page 68: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

68

Schematic of Rajendra Nagar Staton where the CCTV is to be installed

Page 69: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

69

Schematic of Dhanbad Jn. where the CCTV is to be installed

Page 70: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

70

Schematic of Mughalsarai Jn. where the CCTV is to be installed

Page 71: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

71

Schematic of Muzaffarpur Jn. where the CCTV is to be installed

Page 72: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

72

Schematic of Raxaul Jn. where the CCTV is to be installed

Page 73: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

73

EAST CENTRAL RAILWAY

SIGNAL & TELECOM DEPTT.

TENDER DOCUMENT FOR

“Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway ”.

TENDER NO: ECR/S&T/OT/162

Date: 26.07.2013

TWO PACKET SYSTEM TENDER PACKET – II

FINANCIAL BID DOCUMENT

OFFICE OF

THE CHIEF SIGNAL & TELECOMMUNICATION ENGINEER

EAST CENTRAL RAILWAY HQ, 3RD FLOOR, DIGHI KALA, HAJIPUR - 844101

Page 74: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

74

Revised Summary Sheet for Quoting the Offer Tender No.- ECR/S&T/OT/162, dated 26.07.2013

Name of work: “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway”.

S.N. Schedule of work

NIT Cost Offered Cost (in %)

{Above (+) / Below (-)}

Rs. In

Figure In Words

1

SCHEDULE - A: (CCTV SURVEILLANCE

SYSTEM) 5,58,52,132.44

2

SCHEDULE - B : (PERSONAL & BAGGAGE

SCREENING SYSTEM) 6,07,97,229.68

3 SCHEDULE - C :

(ACCESS CONTROL) 1,69,64,646.56

4

SCHEDULE - D : System integration 24,81,416.00

5

ANNUAL MAINTENANCE

CONTRACT

1st year

39,33,157.77

(2.89% of total cost i.e.

Schedule A+B+C+D)

2nd year

39,33,157.77

(2.89% of total cost i.e.

Schedule A+B+C+D)

3rd year

39,33,157.77

(2.89% of total cost i.e.

Schedule A+B+C+D)

If the tenderer does not give any value, then it will be treated as ‘AT PAR” for such items/ Part of the work. If the tenderer does not give Percentage above/below” in the column, then percentage “above” will be considered for evaluation purpose.

Page 75: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

75

Schedule of work for “Supply, Installation, Testing and Commissioning of CCTV Surveillance system, Access Control system, Personal & Baggage Screening system & Integrating them as a functional security system and AMC for three (3) years (optional for Railway) after expiry of the warranty period of three (3) years” at 7 stations viz. Patna, Rajendra Nagar, Dhanbad, Mughalsarai, Muzaffarpur, Samastipur & Raxaul Railway Stations of East Central Railway.

S.N. Description Unit Qty Rate Amount

Schedule A: CCTV Surveillance System I - Schedule : Supply & Installation

1 Supply and Installation of outdoor fixed Box type IP camera (colour) as per Clause no. 5.1 of RDSO specification No. RDSO/SPN/TC/65/2013 Rev.2.0 or latest All installation material to be supplied with the camera. (Inspection- RDSO).

Nos 121 46104.02 5578586.42

2 Supply and Installation of outdoor PTZ IP camera (for day/night operation) including power supply as per Clause no. 5.3 of RDSO Specification No. . RDSO/SPN/TC/65/2013 Rev.2.0 or latest All installation material to be supplied with the camera. (Inspection- RDSO)

Nos 50 155536.12 7776806.00

3 Supply and Installation of outdoor fixed Dome type IP camera (colour) as per Clause no. 5.2 of RDSO specification No. RDSO/SPN/TC/65/2013 Rev.2.0 or latest All installation material to be supplied with the camera. (Inspection- RDSO).

Nos 58 48309.82 2801969.56

4 Supply & installation of 40" LCD/LED/Plasma panels for video wall including supply of Hardware, Drivers, Software, all installation material and fixtures as per Clause no. 5.6 of RDSO specification No.RDSO/SPN/TC/65/2013 Rev.2.0 or latest (Inspection- RDSO).

Nos 26 77600.05 2017601.30

5 Supply and installation of PC work stations, as per Clause no. 5.8 of RDSO specification No. . RDSO/SPN/TC/65/2013 Rev.2.0 or latest All installation materials along to be supplied with the system. (Inspection- RDSO).

Set 12 87848.61 1054183.32

6 Supply, installation, testing and commissioning of Server hardware for Network video Management as per clause no-5.9 of RDSO Specification No.- . RDSO/SPN/TC/65/2013 Rev.2.0 or latest (Inspection- RDSO).

Nos 5 251811.37 1259056.85

7 Supply, installation, testing and commissioning of Server hardware for Network Video Recording as per clause no-5.9 of RDSO Specification No.- . RDSO/SPN/TC/65/2013 Rev.2.0 or latest (Inspection- RDSO).

Nos 8 261344.83 2090758.64

8 Supply, installation, testing and commissioning of Server hardware for Network Video Analytics as per clause no-5.9 of RDSO Specification No.- . RDSO/SPN/TC/65/2013 Rev.2.0 or latest (Inspection- RDSO).

Nos 8 227244.83 1817958.64

9 Supply of Network video management & video recording, video analytics software and GUI client software with license, to support a minimum of 100 cameras, 5 user licenses as per RDSO specification no. RDSO/SPN/TC/65/2013 Rev.2.0 or latest and command and control system software for integration of ISS sub systems and installation of these software’s (Inspection - RDSO)

Nos 3 256000 768000.00

Page 76: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

76

S.N. Description Unit Qty Rate Amount

10 Supply of Network video management & video recording, video analytics software and GUI client software with license, to support a minimum of 200 cameras, 5 user licenses as per RDSO specification no . RDSO/SPN/TC/65/2013 Rev.2.0 or latest and command and control system software for integration of ISS sub systems and installation of these software’s ( Inspection - RDSO)

Nos 4 512000 2048000.00

11 Supply and Installation of external storage device of HDD capacity as given below or better for recording all the cameras for 30 days (minimum) @ 2 CIF configurable up to 4 CIF, 25 fps, etc (Direct/ Network Attach Storage) with RAID-5 protection as per clause no- 5.10 of RDSO specification no . RDSO/SPN/TC/65/2013 Rev.2.0 or latest [NOTE - (i) Storage Management Software with required license according to hardware/software required to be provided. (ii) All installation material including server rack to be supplied along with the system.] (Inspection- RDSO).

36 TB storage capacity or better Set 1 950412.91 950412.91

72 TB storage capacity or better set 6 1946896.61 11681379.66

12 Supply, wiring, installation, testing and commissioning of Wireless Transmitter/ Receiver unit along with weather proof IP-66 enclosure and all required accessories as per clause 5.5 of RDSO spec no: . RDSO/SPN/TC/65/2013 Rev.2.0 or latest (Inspection- RDSO)

Set 16 69669.45 1114711.20

13 Supply, installation and commissioning of on-line UPS of 5 KVA capacity of Tata Libert/Emerson/APC or similar make with 2 hours back up or better as per RDSO specification RDSO/SPN/TC/65/2013 Rev.2.0 or latest (Inspection- RDSO)

Set 9 227776.8 2049991.20

14 Supply and Installation of 24 Port manageable layer-3 switch with 12 optical ports of CISCO/NORTEL/ EXTREME / JUNIPER/3 COM/HP or similar make as per the requirement and approved network design as per clause no- 5.12 of RDSO specification No. . RDSO/SPN/TC/65/2013 Rev.2.0 or latest. Including supply of wall mounted rack of requisite size and all installation material. (Inspection- RDSO).

Set 8 244720.31 1957762.48

15 Supply and Installation of 24 Port manageable layer-2 switch with 2 optical ports of CISCO/NORTEL/ EXTREME / JUNIPER/3 COM/HP or similar make as per the requirement and approved network design as per as per clause no- 5.11 of RDSO specification No. . RDSO/SPN/TC/65/2013 Rev.2.0 or latest. Including supply of wall mounted rack of requisite size and all installation material. (Inspection- RDSO)

Set 36 64088.47 2307184.92

16 Supply and installation of 6U Rack 19" size with fixing accessories and power distribution panel. (Inspection- Consignee)

N0 14 1129.31 15810.34

17 Supply and installation of 42U Rack 19" size with fixing accessories and power distribution panel. (Inspection- Consignee)

No 6 24027.07 144162.42

18 Supply and Installation of Copper to fibre media converter as per clause - 5.14 of RDSO specification No. RDSO/SPN/TC/65/2013 Rev.2.0 or latest. (Inspection- RDSO).

set 130 16540.42 2150254.60

19 Supply of Multifunction Printer of HP make equivalent or higher to HP Office jet pro L7380 model all in one Printer, Fax, Scanner, and Copier (including six sets of toner / cartridges). Note- The latest model of similar type printer available at the time of execution is to be supplied). (Inspection- Consignee)

Nos 5 23251.00 116255.00

20 Supply and installation of Digital keyboard as per Clause no. 5.7 of RDSO specification no. - . RDSO/SPN/TC/65/2013 Rev.2.0 or latest. All other accessories and materials required for the purpose to be supplied by the renderer along with this item. (Inspection- Consignee)

set 8 16229.35 129834.80

21 Supply and installation of armored 3 core 2.5 sqmm. power cable (copper) as per Clause no. 5.13.11 of RDSO specification no.- RDSO/SPN/TC/65/2013 Rev.2.0 or latest.(Inspection- RDSO)

Mtr 18000 47.39 853020.00

22 Supply of STP CAT-6 cable as per Clause no. 5.13.8 of RDSO specification no.- RDSO/SPN/TC/65/2013 Rev.2.0 or latest. (Inspection- RDSO)

Mtr 19000 30.37 577030.00

Page 77: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

77

S.N. Description Unit Qty Rate Amount

23 Supply of basic earthing kit 1 set as per RDSO spec no.- RDSO/SPN/197/2008 or latest consisting of-

set 14 22838.64 319740.96

(a) Earth electrode of copper bonded high tensile low carbon steel rods, specially designed for electrical grounding as per RDSO Spec no.- RDSO/SPN /197/2008 or latest. (Inspection- Consignee) (b) RDSO approved earth enhancing compound in 10kg pack-1 no. (c) Copper tape of 25mm x 6mm x 300mm with 99.9% purity - 2 nos. and another of 25mm x 6mm x 150mm to terminate on earth electrode. (d) Supply of insulated connecting cable as per RDSO spec no- RDSO/SPN/197/2008 or latest to connect bus bar 10m each earth. (e)Copper cable of 50 Sqm m 1100V gr. Multi strand as per IS : 694-15 Mtrs 22

24 Installation of unit earth consisting materials covered in item no-1 above in accordance to RDSO spec no- RDSO/SPN/197/2008 or latest. It includes -

set 14 3429.83 48017.62

(a) Digging of earth to the required depth. (b) Insertion of electrodes - 1 no. (c) Filling of earth enhancing compound, provision of exothermic weld connection on copper tape of 25mm x 6mm x 150mm to the earth electrodes (all materials, tools and fixtures required for the weld to be arranged by the contractor) - 1 no. (d) Provision of exothermic weld connection on copper tape of 25mm x 6mm x 150mm to the earth electrodes. (all materials, tools and fixtures required for the weld to be arranged by the contractor) - 1 no. (e) Provision of exothermic weld one to connecting cable to the earth electrode and another to the copper tape to be fixed inside the equipment/ relay rack/ apparatus room (features for mounting the copper tape inside the relay room, weld materials, tools, fixtures and other materials required for the weld shall be arranged by the contractor). (f) Electrode termination in a concrete sink and routing the cadmium cable to bus bar in equipment room. (All other materials required for the work shall be arranged by the contractor).

25 Supply and provision of GI earth pipe and wire along with cement concrete closure as per drawing at way stations. This includes supply and provision of 4 SWG GI earth wire and soldering to earth electrodes and other equipments as instructed. The earth resistance value should be recorded and painted on the enclosure as well as on the earth pipe. The earth resistance should be less than be less than 1 ohm. (Inspection- Consignee)

Nos 60 899.57 53974.20

26 Supply and installation of GI pipes 50mm dia/3.65mm thick for cable laying to specification IS 1239 (Part- 1) 1990 and galvanized to specification IS 4736-1986. (Inspection- Consignee).

mtr 400 259.4 103760.00

27 Supply and erection of GI pipe post (100 mm dia and 4.5 mm thick) with base arrangement and rain hood to a height of 6 mtrs with foundation (foundation to be concreted) and fixation of equipments. (The tenderer has to submit the relevant drawings and details before execution of the work for approval). (Inspection- Consignee)

Nos 52 858.65 44649.80

28 Supply and erection of GI pipe / MS Angle to a length of 2 mtrs approx extending from the wall or existing structure with rain hood arrangement (fixation to be concreted). (The tenderer has to submit the relevant drawings and details before execution of the work for approval).

No 52 720.92 37487.84

29 Supply and laying of HDPE Telecom duct with outer dia. Of 40mm and inner dia. Of 33mm permanently lubricated as per spec. no. TEC.GR No. G/CDS-08/02 Nov.2004 with latest amendment and approved by Railways and laying in already made trenches. (Inspection- Consignee).

Mtr 4000 53.67 214680.00

30 Trenchless boring ( By using HDD or manual pushing method) for laying of HDPE pipe

Mtr 12000 129 1548000.00

31 Supply of OFC single mode, 6 Fibre armoured cable as per clause - 5.13.12 of RDSO specification No. RDSO/SPN/TC/65/2013 Rev.2.0 or latest. (Inspection- RDSO)

Mtr 18500 48.379 895011.50

Page 78: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

78

S.N. Description Unit Qty Rate Amount

32 Accessories for terminating the OFC as per site requirement

Nos 20 11814.75 236295.00

33 RJ-45/RJ-11 Crimping tool (Make Digi link, Model-DC Tool CRIMP or similar)

Nos 7 1364 9548.00

34 Supply and installation of armored twisted pair data cable as per clause 5.13.8 of RDSO specification RDSO/SPN/TC/65/2013 Rev.2.0 or latest for IP enabled camera and other wherever required.

mtr 800 49.75 39800.00

35 Supply of furniture and accessories. One set consists of 1 no. PC table , 1 no revolving PC chair , 1 no of printer table, 2 nos of staff chairs, 1 no of covered rack/ book shelf , 1 almirah of required size & supply of mounting frame for video monitors supplied against above schedule items on control panel as per the design approved by the Rly. Engineer in surveillance control room. The furniture to be of Godrej or similar make. (Inspection- Consignee)

set 7 17556.53 122895.71

Schedule for Labour & Services 36 Drawing of CAT 6 cable in conduit pipe duly fixing with one

clamp/metre and bends. Conduit pipe should be of size 25mm dia/2mm thick, of approved make. CAT 6 cable will be supplied by Railways & all other material has to be provided by the Contractor.

Mtr 19000 21.81 414390.00

37 Drawing and fixing of armored OFC/ power or other cable in PVC conduit pipe or casing/ capping of appropriate size & of approved make with suitable clamps@ one clamp/meter for existing Railway structures. OFC and power cable will be provided by Railways. All other materials are to be provided by the contractor.

Mtr 19000 20.67 392730.00

38 Fixing of GI pipe over foot-over bridge/on walls/in platforms as indicated by Engineer-in-charge at site with necessary clips and screws / MS clamps with nut & bolt as per direction of the in-charge at site. All fixing materials to supplied with this item by the contractor.

Mtr 1000 28.8 28800.00

39 Cutting of cable trench in mechamadised / concrete and stone paved road/ track crossing/ culvert /metal road crossing to a depth of 1.0 mtr and width 0.30 mtr for laying of cable as instruction of Railway site Engineer. After laying the cable through DWC pipe, the road/ track crossing and culvert should be brought to the original condition by providing concrete/tar etc. (DWC pipe of size 120mm inner dia and 103.5 mm outer dia of standard make to be supplied by contractor with this item).

Mtr 1000 41.62 41620.00

40 Cutting the cable trench across/ on the platform for a depth of 10cm with the marble cutting machine and filling the trench after cable laying and restoring the surface with plaster/ tiles, etc to the normal condition (as the case may be).

Mtr 1000 3.94 3940.00

41 Provision of masonry jointing pit for OFC joint.

set 35 1030.33 36061.55

TOTAL COST OF THE WORK (Schedule-A) 55852132.44

Page 79: Tender ecr (revised)

Revised tender document of Tender No.: ECR/S&T/OT/162

Signature of Tenderer(s)

79

S.N. Description Unit Qty Rate Amount

Schedule-B -Personnel & baggage screening system 42 Supply, installation & training of Hand Held Metal Detector as

per RDSO specification RDSO/SPN/TC/94/2010 Revision 1.0 or latest. (Inspection- RDSO)

Set 147 3524.29 518070.63

43 Supply installation & training of Door Frame Metal Detector as per RDSO specification RDSO/SPN/TC/94/2010 Revision 1.0 or latest. (Inspection- RDSO)

set 46 204292.03 9397433.38

44 Supply installation & training of X Ray Baggage Scanner with all accessories for Tunnel size 1000mm (width) x 1000mm (height) as per RDSO specification RDSO/SPN/TC/94/2010 Revision 1.0 or latest with network supervisory work station and 3 KVA UPS. (Inspection- RDSO). Note: - Clause no. 4.4.14 of RDSO spec. No. RDSO/SPN/TC/94/2010 Revision 1.0 “All the equipments installed out side the control room shall be able to withstand -5°C to +50°C” has been modified to “All the equipments installed out side the control room shall be able to withstand 0°C to +50°C” as per Railway requirement.

set 3 3056896.79 9170690.37

45 Supply installation & training of X Ray Baggage Scanner with all accessories for Tunnel size 1440mm x 1700mm as per RDSO specification RDSO/SPN/TC/94/2010 Revision 1.0 or latest with network supervisory work station and 10 KVA UPS. (Inspection- RDSO). Note: - Clause no. 4.4.14 of RDSO spec. No. RDSO/SPN/TC/94/2010 Revision 1.0 “All the equipments installed out side the control room shall be able to withstand -5°C to +50°C” has been modified to “All the equipments installed out side the control room shall be able to withstand 0°C to +50°C” as per Railway requirement.

set 10 4171103.53 41711035.30

Total cost of work Schedule -B 60797229.68

Schedule - C - Access Control system

46 Supply, installation & training of Automatic Vehicle Scanner system as per RDSO specification RDSO/SPN/TC/93/2010 or latest with simple maintenance tools, cleaning equipments (including license plate recognition system, driver image capture system, auxiliary camera systems and boom barriers as per requirement). (Inspection- RDSO)

Set 8 2120580.82 16964646.56

Total cost of Schedule –C 16964646.56

Schedule D - System integration 47 Installation ,Networking, Testing and commissioning of all

cameras /Networking equipment/server/Storage device/Power supply system/under vehicle surveillance system etc with required materials ( patch cord, SC/PC connectors rack with jack panel ,patch panel & power strip.AC/DC distribution boxes, MCBs surge protection device etc Supply portion (Inspection- Consignee)

set 7 354488 2481416.00

Grand total of Schedule –A+B+C+D 136095424.68

48 Comprehensive Annual Maintenance (AMC) of the entire system. (Note- The cost of AMC will be included for evaluating tender. However, Railway reserves right to enter into AMC as per tender condition) etc.

Ist Year 2.89% 3933157.77 3933157.77

2nd Year 2.89% 3933157.77 3933157.77

3rd Year 2.89% 3933157.77 3933157.77

Grand Total for cost of the work ( including AMC) 147894898.00