34
Page 1 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.” ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH TENDERS. (Tenderers are requested to give certificate and/or put ( ) mark wherever applicable.) 1.0 Tenderer details: 1.1 Name of the Tenderer 1.2 Identification of Tenderer i. In case of Partnership Firm: A copy of Partnership deed with latest modifications of the deed, if any, attested by any Gazetted Officer. ii. In case of Consortium, JV or MOU: A copy of either JV agreement attested by any Gazetted Officer or MOU in original. iii. In case of Company: A copy of Articles of Association attested by any Gazetted Officer. iv. In case of Proprietary Firm: A copy of registration / Income tax/ PAN No. for filing returns attested by any Gazetted Officer. 02 Particulars of DD/MR submitted towards cost of Tender form. 03 Particulars of MR/BC/DD submitted towards EMD. 04 Engineering Organization in Annexure – “A” 05 List of Plants & Machinery in Annexure – “B” 06 List of works completed during the last three Financial Years in Annexure – “C” 07 List of Works on Hand in Annexure – “D” 08 Attested copy of Experience Certificate in Annexure – “E” 09 Attested copy of Certificate showing Contractual amounts received during the last three Financial years and Current Financial Year in Annexure – “F” 10 NEFT MANDATE FORM 11 Registration Number of APGST / APVAT 12 Any other information / certificates required as per Tender document. 13 Total Number of Annexure submitted ( Number of Pages) Address : Phone No. : Signature of Tenderer/Contractor:

ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 1 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

ANNEXURE -“I”

CHECK LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH TENDERS.

(Tenderers are requested to give certificate and/or put ( ) mark wherever applicable.)

1.0 Tenderer details:

1.1 Name of the Tenderer

1.2 Identification of Tenderer

i. In case of Partnership Firm: A copy of

Partnership deed with latest modifications of the

deed, if any, attested by any Gazetted Officer.

ii. In case of Consortium, JV or MOU: A copy of

either JV agreement attested by any Gazetted

Officer or MOU in original.

iii. In case of Company: A copy of Articles of Association attested by any Gazetted Officer.

iv. In case of Proprietary Firm: A copy of registration

/ Income tax/ PAN No. for filing returns attested

by any Gazetted Officer.

02 Particulars of DD/MR submitted towards cost of Tender

form.

03 Particulars of MR/BC/DD submitted towards EMD.

04 Engineering Organization in Annexure – “A”

05 List of Plants & Machinery in Annexure – “B”

06 List of works completed during the last three Financial

Years in Annexure – “C”

07 List of Works on Hand in Annexure – “D”

08 Attested copy of Experience Certificate in Annexure –

“E”

09 Attested copy of Certificate showing Contractual

amounts received during the last three Financial years

and Current Financial Year in Annexure – “F”

10 NEFT MANDATE FORM

11 Registration Number of APGST / APVAT

12 Any other information / certificates required as per

Tender document.

13 Total Number of Annexure submitted ( Number of

Pages)

Address :

Phone No. : Signature of Tenderer/Contractor:

Page 2: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 2 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

TENDER NO.08/TM/2015

1. The offer of tenderer(s) who do not enclose Experience Certificate and Turnover Certificate with

requisite details and supporting documents as detailed under Para 2 & 3 of Eligibility Criteria in Page-

6 to 8 along with their Tender to establish their credentials shall be summarily rejected, even though

they are working contractors or contractors on approved list.

2. Tenderer may please observe the new conditions of the tender document in “Note to Tenderers” and

“Conditions of Tender” vide Sl.No.9 and 10 & Sl.No.25 to 31 respectively.

For Attention of Tenderer

Modification of EMD, Performance Guarantee, Security deposit, Introduction of PVC and Token penalty

S.No. Details Reference

1 Modification of EMD Item No.7 Conditions of Tender

2 Modification of Performance Guarantee Item No.9

Special conditions of

Contract

3 Modification of Security Deposit Item No.10

4 Introduction of PVC Item No.11

5 Implementation of Building and other Construction

Workers Welfare Cess Act, 1996

Item 14

6 Token Penalty Item 8(b) Works Contract Clause-13

Name and address of Tenderer

Money Receipt/ D.D. No. & date for cost

of Tender form enclosed

SOUTH CENTRAL RAILWAY

WORKS CONTRACT; REGULATIONS OF TENDERS AND CONTRACTS;

CONDITIONS OF TENDER; TENDER AGREEMENT FORM

Open Tender Notice No. DRM/Works/BZA/17/2015 dt.06-10-2015

Last date for issue of tender forms by post 02-11-2015

Last date for issue of tender forms in person 10-11-2015 upto18-00 hours

Date and time for submission of tenders 13-11-2015 upto 15.45 Hours

Date and time for opening of tenders 13-11-2015 at 16.00 Hours

Name of work:- Vijayawada Division: Supply, provision, service and maintenance of

Wireless Mobile Data Cards to nominated SSE/JE/Track Machines in charges in S.C.Railway

under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM

Machine for a period of one year. Similar nature of works:- Not Applicable

Period of completion 12 (Twelve) months

Approximate value Rs .5,20,008/-

E.M.D. Rs.10,400/-

Cost of Tender form Rs 2,000/-in person & Rs 2,500/-by Post

Page 3: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 3 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

NOTE TO TENDERERS

1) Tender forms in the prescribed form may be obtained from the office of the Divisional

Railway Manager, Works, S.C. Railway, Vijayawada, on production of cash receipt for each tender form at the rates mentioned on the cover page and in the Tender Notice. If any

plan/drawing is attached with the tender form, Rs.200/- for plan/drawing will be levied

extra. The amount towards the cost of tender form may be remitted to the Divisional

Cashier (Pay) S.C.Railway, Vijayawada, Guntur, Secunderabad, Hyderabad, Guntakal and Nanded, Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station

Superintendent on S.C. Railway and the receipt obtained thereof should be submitted to this

office with a requisition for issue of tender form. Money Orders, Postal Orders, etc, will not be considered for issue of tender forms. The tender forms are not transferable and the

cost of the tender form is not refundable. This office will not entertain direct payment.

Tender Number, Description of the work, etc. should be written on the sealed cover addressed to the Divisional Railway Manager (Works), S.C.Railway, Vijayawada, while

submitting the Tender document.

2) The Tender forms are available for sale in the office of Divisional Railway Manager

(Works), S.C.Railway, Vijayawada and also in S.C.Railway Web site. 3) Tender conditions / other particulars are available in the Tender documents uploaded

along with the Tender Notice on our website at http://www.scr.indianrailways.gov.in”

Error! Hyperlink reference not valid. 4) The prospective tenderers are advised to visit website

“http://www.scr.indianrailways.gov.in” three days before the date of tender opening to note

any changes/corrigenda for any tender. 5) The Tender Notice is also displayed in the Notice Board located in the office of Divisional

Railway Manager (Works), S.C.Railway, Vijayawada which can be seen on all working

days. 6) The Railway reserves the right to cancel the tender without assigning any reason thereto.

7) Venue: Tender documents, duly completed in all respects shall be dropped in the Tender

Box kept for the purpose at Divisional Railway Manager’s Office (Works), South Central

Railway, Vijayawada, Krishna District (or) may be sent by post to Divisional Railway Manager (Works), South Central Railway, Vijayawada, Krishna District(A.P.). Railway is

not responsible for any delay in transit (or) loss of Tender form sent/received by Post.

8) If the date of opening happens to be a holiday, the tenders will be opened on the next working day.

9) The tenders will be opened on the date and time mentioned in the tender document

and in the presence of tenderers/their authorized representatives. Any tender received

after the stipulated time will be summarily rejected.

10) Tenderers’ representatives are advised to bring authorization letter from the

tenderer/firms for attending tender opening and when witnessing tender opening

should write their full name, contact number, agency / contractor that they are

representing and their address in the tender opening register.

Visit our site at “http://www.scr.indianrailways.gov.in

Page 4: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 4 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

SOUTH CENTRAL RAILWAY

STANDARD REGULATIONS FOR TENDERS AND CONTRACTS

Sl.

No.

Contents Page

No.

1 Annexure-I(a) – Tender 5

2 Annexure-II - Agreement of works 7

3 Regulations for tenders and contracts for guidance of

contractors for civil engineering works- meaning of

terms.

8

4 Conditions of Tender 11

5 Special conditions of Contract 15

6 Works Contract Clause -13 -Annexure – ‘III’ 24

7 Special Conditions Modification to Clause 63 & 64 of

General Conditions of Contract

29

8 Performance Guarantee 30

9 Schedule of items and quantities in respect of items covered by SSR and items not cover by SSR

32

Page 5: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 5 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

Annexure-I(a)

TENDER To

The President of India

Acting through the Principal Chief Engineer,

Divisional Railway Manager,

Senior Divisional Engineer/Divisional Engineer

South Central Railway

I/We-------------------------------------------------------------------- have read the various conditions

to tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to

keep this tender open for acceptance for a period of 90 days from the date fixed for opening the

same and in default thereof, I/We will be liable for forfeiture of my / our Earnest Money”. I/ We

offer to do the work for South Central Railway, at the rates quoted in the attached schedule and

hereby bind myself /ourselves to complete the work in all respects within the time period

stipulated in the enclosed Schedule from the date of issue of letter of acceptance of the tender.

2. I / We also hereby agree to abide by the General Conditions of Contract corrected with the

latest printed/advance correction slips and to carry out the work according to the special

conditions of contract and specifications of materials and works as laid down by Railway in the

annexed Special Conditions / Specifications and the South Central Railway Works Hand Book

Part III corrected with the latest printed / advance correction slips, sanitary works Hand Book

corrected with the latest printed/advance correction slips, Schedule of Rates corrected with the

latest Printed/advance correction slips for the present contract.

3. A sum of rupees as notified in the Tender Notice and on the cover page of this Tender

booklet is herewith forwarded as earnest money deposit. The full value of earnest money

shall stand forfeited without prejudice to any other rights or remedies in case my/our

Tender is accepted and if :-

a) I/ we do not execute the contract documents within 7 (Seven) days after receipt of

notice issued by the Railway that such documents are ready, and

b) I /We do not commence the work within fifteen days after receipt of orders to that

effect.

4 Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a

binding contract between us subject to modifications, as may be mutually agreed to between us

and indicated in the letter of acceptance of my/our offer for this work.

SIGNATURE OF WITNESSES

1.

2.

SIGNATURE OF TENDERER(S)

Date:

Address of the Tenderer (s)

Page 6: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 6 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

ACCEPTANCE OF TENDER

I accept the tender and agree to pay the rates as per Standard Schedule of Rates_____ as

corrected by and up to correction slip No_______ of _ enhanced / diminished by

________ percent / at par in respect of schedule “A” and at the rates as entered in the

schedule__________.

DIVISIONAL RAILWAY MANAGER

DIVISIONAL ENGINEER / SENIOR DIVISIONAL ENGINEER

SOUTH CENTRAL RAILWAY

For and on behalf of the President of India.

Witness:

1.

Division_________________

Date:____________________

2.

FOR RAILWAY USE ONLY & TENDER(S) NOT

REQUIRED TO SIGN

Page 7: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 7 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

Annexure-II SOUTH CENTRAL RAILWAY

AGREEMENT OF WORKS 1. Contract agreement No_____ dt._______ articles of agreement made this ________day of _______

between The President of India acting through the ____________ South Central Railway

Administration [herein after called the Railway which expression shall unless the context does not so

admit include his successors and assignees in office of the one part and ________ [herein after called

the contractor which expression shall unless excluded by the context includes his heirs, executors,

administrators, successors and assignees] of the other part.

2. Where as the contractor has agreed with the Railways for the work ______________ set forth in the

schedule hereto annexed up on the General Conditions of contract and the specifications of the South

Central Railway and the Special Conditions and Special Specifications, if any, and in conformity with

the drawings here to annexed, if any, and whereas the performance of the said work is an act in which

the public are interested.

3. Whereas the balance in the security deposit after adjustment of earnest money of Rs._______

originally paid by the contractor is at the instance of the contractor recovered at 10 percent of the value

of the running bills till the amount of security deposit of Rs.________ is fully recovered.

4. Whereas the contractor has furnished an irrevocable Bank Guarantee for Rs.____________(5% of

Contract value) towards Performance Guarantee valid upto _____________(valid up to the stipulated

date of completion plus 60 days beyond that).

5. Now this indenture witnesseth that in consideration of the payments to be made by the Railway the

contractor will duly perform the said works in the said schedules set forth and shall execute the same

with great promptness, care and accuracy in a workman like manner to the satisfaction of the

Railway and will complete the same in accordance with the said specifications and said drawings and

said conditions of contract on or before the _____________ date of ________ year and will be

maintain the said works for a period of _________calendar months from the certified date of the

completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be

deemed and taken to be part of this contract as if the same has been fully set forth herein), and the

Railway both hereby agree that if the contractor shall duly perform the said work in the manner

aforesaid and observe and keep said terms and conditions. The Railway will pay or cause to be paid to

the contractor for the said works on the final completion thereof, the amount due in respect thereof, at

the rates setforth in the USSR,2010 as corrected by and up to correction slip No ___ for Vijayawada

division, enhanced/diminished / “At par” ________ percent of Schedule ( items covered by SSR) and

the rates shown in the schedule _______ for items not covered by SSR.

6. It is hereby agreed and declared that all the provisions of the said specifications, conditions of contract

which have been carefully read and understood by the contractor and schedule of rates, including the

general instructions contained in page _______ thereof shall be as binding up on the contractor and up

on the Railway Administration as if the same has been repeated herein and shall be read as part of

these presents.

Signature of the contractor

Name of the contractor

Address

Date:

Signature of witness with address to

Signature of contractor

Signature

Designation

For and on behalf of the President of India

South Central Railway

Date :

Witness

TO BE SIGNED AT THE TIME OF AGREEMENT ONLY

Page 8: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 8 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

(REGULATIONS FOR TENDERS AND CONTRACTS FOR GUIDANCE OF

CONTRACTORS FOR CIVIL ENGINEERING WORKS)

MEANING OF TERMS.

Definitions:

1. In these regulations for tenders and contracts the following terms shall have

the meaning assigned hereunder except where the context otherwise

requires.

(a) Railway shall mean the President of the Republic of India or the

Administrative officer of South Central Railway or the successor Railway

authorized to invite tenders and enter into contracts for works on his behalf.

(b) General Manger shall mean the officer in Administrative charge of the

whole of South Central Railway and shall mean and include the General

Manger of the successor Railway.

(c) “Principal Chief Engineer” shall mean the officer in charge of the

Engineering department, South Central Railway.

(d) “Divisional Railway Manager” shall mean the administrative officer in

charge of the division of South Central Railway for the time being.

(e) “Divisional/Sr. Divisional Engineer” shall mean the officer in charge of the

division or district of South Central Railway.

(f) Tenderer shall mean the person/ the firm or the company who tenders for

the works with a view to secure the work on contract with the Railway and

shall include their personal representatives, successors and permitted

assignees.

(g) Limited tenders shall mean tender invited from all or some contractors from

the approved list of contractors with the Railway.

(h) Open tenders shall mean tenders invited in open and public manner and

with adequate notice.

(i) The work shall mean the works contemplated in the drawings and schedules

set forth in the tender forms and description of contract and required to be

executed according to specifications.

(j) Specification shall mean the specifications, materials and works, South

Central Railway issued under the authority of the Principal Chief Engineer

or as amplified, added to or superceded by special specifications, if any,

appended to the tender forms.

(k) Schedule of rates, South Central Railway shall mean the schedule of rates

issued under the authority of the Principal Chief Engineer from time to

time.

(l) Drawings shall mean the drawings, plans and tracing or prints thereof

annexed to the tender forms.

Singular and

plural:

2. Words imparting the singular number shall also include the plural and vice

versa where the context requires.

Page 9: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 9 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

Inter-pretations:

3. These regulations for tenders and contracts shall be read in conjunction with the General Conditions of the Contract which are

referred to herein and shall be subject to modifications, additions,

super cessions by special conditions of contract and/ or special

specifications, if any, annexed to the tender forms

Contractors

credentials

4. A contractor who has not carried out any work so far on this Railway

should furnish particulars regarding.

a. his position as an independent contractor.

b. His capacity to undertake and carry out works satisfactorily, as

vouched for by a responsible official or firm.

c. His previous experience on works similar to that to be contracted

for, in proof of which original certificates or testimonials may be

called for and their genuineness verified, if need be, by reference

to the signatories thereof.

d. His knowledge, from, actual personal investigation, of the

resources of the zone or zones in which he offers to work

e. His ability to supervise the work personally or by competent and

duly authorized agents.

f. His financial position.

Omissions Discrepancies

5. Should a tenderer find discrepancies in, or omissions from the drawing

or any of the Discrepancies tender forms or should he be in doubt to

their meanings he should at once notify the authority inviting who may

send a written instruction to all tenderers. It shall be understood that

every endeavor has been made to avoid any error which can materially

affect the basis of the tender and the successful tenderer shall take upon

himself and provide for the risk of any error which may subsequently

be discovered and shall make no subsequent claim on account thereof. Earnest

Money:

6 (a) The tenderer shall be required to deposit a sum of Rs.10,400/- as

Earnest money deposit for the due performance of the stipulation to

keep the offer open till such date as might be specified in the tender. It

shall be understood that the tender documents have been sold/issued to

the tenderer and the tenderer is permitted to tender in consideration of

the stipulation on his part, that after submitting his tender he will not

resile from his offer or modify the terms and conditions thereof in a

manner not acceptable to the Principal Chief Engineer, Divisional

Railway Manager, Divisional Engineer, Sr. Divisional Engineer of

South Central Railway. Should a tenderer fail to observe or comply

with the said stipulation, the aforesaid amount shall be liable to be

forfeited to the Railway.

6 (b) The sum mentioned in (a) above constitutes the earnest money. If his

tender is accepted this earnest money will be retained as part of security

for due and faithful fulfillment of the contract in terms of clause 16 of

the General Conditions of the Contract. The earnest money deposit of

the other tenderers shall, save as herein before provided, be returned to

them, but the Railway shall not be responsible for any loss or

depreciation that may happen thereto while in their possession nor be

liable to pay interest thereon.

Page 10: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 10 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

Care in sub

mission of

Tender

7(a) Before submitting a tender, the tenderer will be deemed to have satisfied

himself by actual inspection of the site and locality of the works, that all

conditions liable to be encountered during the execution of the works, are

taken into account and that the percentage/rates he enters in the tender

forms is/are adequate and all inclusive to accord with the provisions in

Clause 37 of the General conditions of Contract for the completion of

works to the entire satisfaction of the Engineer 7(b) When work is tendered for by a firm or company of contractors, the

tender shall be signed by the individual legally authorized to enter into

commitments on their behalf.

The Railways will not be bound by any power of attorney granted by the

tenderer or by changes in the composition of the firm made subsequent to

the execution of the contract. It may, however, recognize such power of

attorney and changes after obtaining proper legal advice, the cost of

which will be chargeable to the contractor Right of

Railway

8 The Railway reserves the right of not to invite tenders for any work

or works, to invite open or limited tenders, and when tenders are

to deal with Tenders called, to accept a tender in whole or in part or

reject any tenders or all tenders without assigning reasons for any such

action

Execution of

Contract

9 The tenderer whose tender is accepted shall be required to appear at the

office of the General Manager, Principal Chief Engineer, Documents

Senior Divisional Engineer or Divisional Engineer, as the case may

be in person, or if a firm or corporation or a duly authorized

representative shall so appear and to execute the contract documents

within seven days after notice issued by Railway that such documents are

ready. Failure to do so shall constitute a breach of the agreement affected

by the acceptance of the tender in which case the full value of earnest

money accompanying the tender shall stand forfeited without prejudice to

any other rights or remedies.

In the event of any tenderer whose tender is accepted shall refuse to

execute the contract documents as herein-before provided the Railway

may determine that such tenderer has abandoned the contract and there

upon his tender and the acceptance thereof shall be treated as cancelled

and the Railway shall be entitled to forfeit the full amount of the earnest

money and to recover the performance guarantee as per clause No.9 of

Special Conditions of contract Form of

Contract

Document

10 Every contract shall be completed in respect of the documents it shall so

constitute. Not less than two copies of the contract documents shall be

signed by the competent authority and the contractor and one copy given

to the contractor. The contract documents required to be executed by the

tenderer whose tender is accepted shall be the agreement at

Annexure-II

Form of Quotation

11 The Tender shall be submitted in the prescribed form annexed hereto.

Page 11: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 11 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

CONDITIONS OF TENDER

1. The drawings for the Works can be seen in the office of the Divisional Railway Manager

(Works), South Central Railway, Vijayawada at any time during office Hours.

2. General Conditions of Contract and Specifications for Materials and works of South Central

Railway, can be seen at the Office of Divisional Railway Manager (works), South Central

Railway, Vijayawada or had on payment at the rates fixed for each book from time to time.

3. The Tenderer/Tenderers shall quote percentage rates for items covered by Schedules (items

covered by S.S.R and items not covered by S.S.R). The quantities shown in the attached

Schedules are given as a guide and are approximate only and are subject to variation according

to the needs of the Railway. The Railway accepts no responsibility for their accuracy; the

Railway does not guarantee work under each item of the Schedule.

4. Tenders containing erasures and alterations of the tender documents are liable to be rejected.

Any corrections made by the tenderer/tenderers in his/their entries must be attested by

him/them.

5. The works are required to be completed within a period of Twelve Months from the date of

issue of the acceptance of tender

6. The tender must be accompanied by a sum of Rs.10,400/- as earnest money deposited in cash

or in any of the forms mentioned below failing which the tender will not be considered and will

be summarily rejected.

7. The earnest money shall be as below on the estimated tender value as indicated in the Tender

Notice. The Earnest money shall be rounded to the nearest Rs.10 (Rupees Ten only). This

earnest money shall be applicable for all modes of tendering.

Sl.No. Value of work EMD

a For works with Estimated

Tender Value costing

upto Rs.1 Crore

2 % of the Estimated Tender Value

b For works with estimated

Tender Value to cost

more than Rs.1 Crore

Rs.2 lakhs plus 1/2 % (half percent) of the

excess of estimated cost of work beyond Rs.1

Crore subject to a maximum of Rs.1 Crore

The Earnest Money should be in any of the following forms:-

“The Earnest Money should be in cash or Banker’s Cheques / Demand Drafts executed by

State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.”

(i) Earnest Money Deposit in the form of cash paid to Sr.Divisional Cashier (Pay)

S.C.Railway, Vijayawada and the cash receipt in original should be submitted along

with the offer. Banker’s Cheque/ Demand Draft drawn in favour of Senior Divisional

Finance Manager/ S.C. Railway, Vijayawada should be submitted along with the offer

(Ref: FA&CAO/SC letter No.AFX/EMD/Policy/Vol.I dt 15-12-2014).

(ii) The Tenderers should furnish the Postal address, E.Mail address, FAX No. and Phone

No. of the Bank issuing the BC/DD towards EMD.

(iii) Any other form of EMD including Guarantee Bonds etc., other than Cash/BC/DD is

not acceptable

Page 12: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 12 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

If the tender is accepted, the amount of earnest deposit will be held as security deposit for the due

and faithful fulfillment of the contract. The earnest money of the unsuccessful tenderer will save as

herein before provided, be returned to the unsuccessful tenderers but the Railway shall not be

responsible for any loss or depreciation that may happen to the security for the due performance of

the stipulation to keep the offer open for the period specified in the tender documents or to the

earnest money while in their possession nor be liable to pay interest thereon.

8. The Standing Earnest Money Deposit, if any with the Railway will not be considered for the

purpose of this Tender.

9. It shall not be obligatory on the said authority to accept the lowest tender and no tenderer/

tenderers shall demand any explanation for the cause of rejection of his / their tender.

10. If the tenderer deliberately gives/tenderers deliberately give wrong information in his/their

tender or creates/ create circumstances for the acceptance of his/their tender, the railway

reserves the right to reject such tender at any stage.

11. If a tenderer expires after the submission or his tender of after the acceptance of his tender, the

railway shall deem such tender as cancelled. If a partner of a firm expires after the submission

of their tender or after the acceptance of their tender,the railway shall deem such tender as

cancelled, unless the firm retains its character

12. The earnest money for the due performance of the stipulation to keep the offer open till the

date specified in the tender will be refunded to the unsuccessful tenderer/ tenderers within a

reasonable time. The earnest money deposited by the successful tenderer/tenderers will be

retained towards the security deposit for the due and faithful fulfillment of the contract but

shall be forfeited if the contractor fails/contractors fail to execute the Agreement Bond or start

the work within a reasonable time (to be determined by the Engineer-in-charge) after

notification of the acceptance of his/their tender.

13. Tenders must be enclosed in sealed covers, super scribed “The Tender for

Tender No.08/TM/2015 and must be sent by Registered Post to the address of Divisional

Railway Manager(Works), South Central Railway, Vijayawada so as to reach his office not

later than 15-45 hours. On the prescribed date of opening or deposited in the Special Box

allotted for the purpose in the office of the Divisional Railway Manager (Works) Vijayawada.

This will be sealed at 15-45 hours on the prescribed date of opening.

14. Non-compliance with any of the conditions set forth herein above is liable to result in the

tender being rejected.

15. The authority for acceptance of the tender does not bind himself to accept the lowest or any

other tender nor does he undertake to assign reasons for declining to consider any particular

tenderer / tenderers.

16. The Successful Tenderer/Tenderers shall be required to execute an agreement with the

President of India acting through the Principal Chief Engineer/Chief Engineer/ Engineer-in-

chief/Deputy Chief Engineer (Constructions), Divisional Railway Manager/ Divisional

Engineer/ Senior Divisional Engineer (Construction)of the Railway for carrying out the work

according to the General Conditions of the Contract and specifications for works and material

of South Central Railway including correction slips issued from time to time.

17. The Tenderer shall keep the offer open for a minimum period of 90 days from the date of

opening of tender, within which period the tenderer cannot withdraw his offer subject to the

period being extended further if required by mutual agreement from time to time. Any

contravention of the above condition will make the tenderer liable for forfeiture of Earnest

Money Deposit for due performance of the foregoing stipulations.

18. The Administration does not agree to pay Sales Tax in addition to the price quoted:

Page 13: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 13 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

19. Should the Railway decide to negotiate with a view to bring down the rates, the tenderer called for

negotiations should furnish the following form of declaration before commencement of

negotiations. “I/we, ________________do declare that in the event of failure of the contemplated

negotiations relating to Tender No. ______opened on ____________my/our original tender shall

remain open for acceptance on its original terms and conditions.

I/we also declare that I/we am/are aware that during this negotiation, I/we cannot increase

the originally quoted rates against any of the individual items and that in the event of my/our doing

so, the same would not be considered at all i.e., reduction in rates during negotiation alone would be

considered and for some items if I/we increase the rates, the same would not be considered and in

lieu my/our originally quoted rates alone would be considered and my/our offer would be evaluated

accordingly. ”

20. Employment / Partnership etc. of Retired Railway Employees: a) Should a tenderer be a retired

engineer of the Gazetted rank or any other Gazetted officer working before his retirement, whether

in the executive or administrative capacity or whether holding a pensionable post or not, in the

Engineering or any other department of any of the Railways owned and administered by the

President of India for the time being, or should a tenderer being partnership firm have as one of its

partners a retired engineer or a retired Gazetted Officer as aforesaid, or should a tenderer being an

incorporated company have any such retired Engineer or retired officer as one of its directors or

should a tenderer in his employment any retired Engineer or retired Gazetted Officer as aforesaid,

the full information as to the date of retirement of such engineer or gazetted officer from the said

service and in case where such engineer or officer had not retired from Government Service at least

One year prior to the date of the submission of the tender as to whether permission for taking such

contract, or if the contractor be a partnership Firm or an incorporated company, to become a

partner or director as the case may be, or to take employment under the contractor, has been obtained by the tenderer or the engineer or officer, as the case may be from the President of India or

any Officer, duly authorized by him in this behalf, shall be clearly stated in writing at the time of

submitting the tender. Tenders without the information above referred to or a statement to the effect

that no such retired Engineer or retired Gazetted officer is so associated with the tenderer, as the

case may be, shall be rejected.

b) Restriction on the employment of retired Engineers of Railway services within one year of their

retirement: The contractor shall not, if he is a retired Govt. Engineer of Gazetted rank, himself

engage in or employ or associate a retired Govt. Engineer of Gazetted rank, who has not completed

one year from the date of retirement, in connection with this contract in any manner whatsoever

without obtaining prior permission of the President of India and if the contractor is found to have

contravened this provision it will constitute a breach of contract and administration will be entitled

to terminate the contract and forfeit Earnest Money Deposit (EMD), Performance Guarantee (PG)

and Security Deposit (SD) of that contract.

c) At any time after the tender relating to the contract has been signed and submitted by the

contractor, being a partnership firm admit as one of its partners or employee under it or being an

incorporated company elect or nominate or allow to act as one of its directors or employee under it

in any capacity whatsoever any retire Engineer of the Gazetted rank or any other retired Gazetted

officer working before his retirement, whether in the executive or administrative capacity, or

whether holding any pensionable post or not, in the Railways for the time being owned and

administered by the President of India before the expiry of one year from the date of retirement

from the said service of such Engineer or Officer unless such Engineer or Officer has obtained

permission from the President of India or any Officer duly authorized by him in this behalf to

become a partner or a director or to take employment under the contract as the case may be (Ref:PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt.19-02-2015).

Page 14: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 14 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

21. Should a tenderer or contractor being an individual on the list of approved contractors, have a

relative employed in Gazetted capacity in the Engineering department of the South Central Railway

or in the case of a partnership firm or company incorporated under the Indian company law, should a partner or a relative of the partner or a SHARE HOLDER or a relative of a SHARE HOLDER be

employed in Gazetted capacity in the Engineering Department of the South Central Railway, the

authority inviting tenders shall be informed of the fact at the time of submission of tenders failing

which the tender may be rejected or if such fact subsequently comes to light the contract my be

rescinded in accordance with the provisions in Clause 62 of the General conditions of the contract.

22. CONSORTIUM AGREEMENTS, JOINT VENTURE AND MOUs SHALL NOT BE

CONSIDERED FOR THE TENDER VALUE OF WORKS LESS THAN Rs.10 Crores.

23. Partnership Firm:-

i. Partnership deed is eligible if entered into and registered prior to Tender Notice. Tenderer should enclose/submit experience certificate in the same name and style as the tenderer and

their credentials shall be considered fully to the extent of work executed by the partnership

firm. (EXPERIENCE OF INDIVIDUAL PARTNERS WILL NOT BE CONSIDERED).

ii. Any change or modification in the constitution of tendering firms for whatever purpose or intimation of any disputes by any of the partners in the firm making tendering firm ineligible,

during consideration of Tender after opening of the Tender, shall be deemed to be backing out of

the offer by the Tenderer.

24. PARTNERSHIP DEEDS, POWER OF ATTORNEY ETC.:-

In the case of Partnership firms, an attested copy (attested either by Notary or by Gazetted officer)

of the partnership deed with latest modification of the deed should be submitted along with the

Tender documents without fail.

The Tenderer shall clearly specify whether the Tender is submitted on his own or on behalf of

Partnership concern. If the tender is submitted on behalf of a Partnership concern, he should submit

the certified copy of Partnership deed along with the Tender and authorization to sign the Tender documents on behalf of the Partnership firm. If these documents are not enclosed along with the Tender documents, the Tender will be treated as having been submitted by individual signing

the Tender document. The Railway will not be bound by any Power of Attorney granted by the

Tenderer or by changes in the composition of firm subsequent to the execution of the contract. It

may, however, recognize such power of attorney and the changes after obtaining proper legal

advice, the cost of which will be chargeable to the contractor.

25. The Tenderer shall quote rates as percentage “Above/Below/At par” for each schedule in the

respective Tender Schedule(s) only. Tenderer should sign below the rate quoted by him for each

schedule of Tender document.

26. The rate quoted anywhere, other than the respective Tender schedule shall not be considered. Any corrections to the rate once quoted by the tenderer should be in INK and must be attested by tenderer.

However, if any tenderer wants to give discount offer prior to closing of tender box and after submission of his tender offer, then the same is to be given in a separate sealed envelope duly signed and stamped on

letter head, prior to closing of tender i.e. sealing of the tender box. Tender number, description of work

etc., should be written on the sealed cover.

27. Where there is a discrepancy, between the rates quoted in figures and in words, the rate quoted in

words will be considered for evaluation of the tenderer offer.

28. Rates quoted without signature of tenderer will be considered as “Not Quoted” and/or if no rate is

quoted for any schedule, then the offer will be treated as incomplete offer and will not be considered

for award of work.

29. Rates quoted without prefix “Above/Below/At par” will be considered to be quoted as “Above” the

tender schedule rates.

30. No correspondence/representation from tenderer will b e considered for their failure to quote the

rates as above.

31. Tenderers shall note that conditional/alternate offer will not be considered and will summarily be

rejected, even though such condition makes them as the lowest tenderer.

Page 15: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 15 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

SPECIAL CONDITIONS OF CONTRACT

1. The rates include all lead and if the materials obtained by rail all freight charges including

loading charges.

2. Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial

Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be

used or supplied by the contractor will be payable by the contractor. The Railway will neither

pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him

by way of these taxes or duties.

Sales Tax at 4% on the materials portion of the contract will be deducted from each on account

bill where identifiable. Where the labour and material portion is not clearly identifiable, the

labour element shall be taken as 30%. On the balance 70% of the value of the work, 4% shall

be deducted pro-rata from each “on account bill” towards Sales tax.

Seigniorage charges recoverable from bills:-

Seigniorage charges for supply of earth, mooram, sand and other minerals as fixed by the State

Government and payable to them as revised from time to time during the currency of contract

will be recovered by Railway from the contractors “on account” and “final bills” and remitted

to the state government. The rates quoted by the Tenderer shall be inclusive of these charges.

Claims regarding revision of seigniorage charges and consequent enhancement of the accepted

rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the

bills of the contractor, if the contractor produces documentary evidence e.g. “Transit Passes”

issued by State Govt. Officials in token of having paid seigniorage fee. In such cases, the

genuineness of such documentary evidence produced along with proof of payment of

seigniorage charges, shall be got verified by the Railway from the concerned Mining and

Geology Dept 3. WATER:- A charge of One percent will be made by the Railway for the supply by the

Railway of piped water from existing pipe lines and calculated on the amount of all items of

work (USSR/NS items) appearing in the bills payable to the contractor in respect of which

work such water has been issued to the Contractor and such charges should be deducted from

sums due or payable by the Railway to the Contractor from time to time.

4. In the event of water having to be brought by the Railway to the site of the work in traveling

tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any

demurrage that may be levied shall be payable by the Contractor and deducted from sums due

or payable by the Railways to the Contractor from time to time.

In addition to the charges of one percent referred to above, if additional pipe lines to

those already existing are called for by the contractor, the cost of the same and all charges

incurred by the Railway in their laying including supervision charges will be paid by the

contractor or the contractor provides and lay his own piping at the discretion of Divisional

Engineer.

5. The Railway does not guarantee work under each items of the Master Schedule. For example if

a gate-lodge or gang huts are to be built between stations and the work order issued to the

sectional contractors additional payment on account of lead or freight charges for the materials

that may have to be brought by rail or by road, will not be admissible.

Page 16: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 16 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

6. If there arises any discrepancy between the printed Unified Standard Schedule of Rates 2010 as

amended by addendum and corrigendum slips issued from time to time upto date and the

schedule attached to the Tender pertaining to this work, the former shall be treated as

authentative and binding in all purposes.

7. Rubble masonry shall be first sum of Railways Specification No 503 according to South

Central Railway Specification for materials and works. Contractors attention is particularly

invited to dressing of stone as laid down in the Railway’s specification.

8. The Special conditions supplemented to the conditions of Tender and contracts the General

conditions of contract and the notes appearing under the relevant chapter and sub chapters of

the Unified Standard Schedule of Rates 2010 should be considered as part of the contract

papers where the provisions of these conditions are at variance with General Conditions of

Contract these special conditions shall previal.

9. Performance Guarantee (P.G.):-

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 (excluding the date of LOA

Ref: CE/Works/SC Lr.W.148/P/GCC/Vil.II, dt.30.05.2014). 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 (excluding the date 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 a 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) Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These

forms of Performance Guarantee could be either of the State Bank of India or

of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits 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 percent below market value or at the face value

whichever is less.

Page 17: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 17 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

Also FDR in favour of Senior Divisional Finance Manager, S. C. Railway, Vijayawada

(free from any encumbrance) may be accepted.

1. 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 up to the stipulated date of completion plus 60 days

beyond that. In case, the time for completion of work gets extended, the contractor

shall get the validity of P.G. extended to cover such extended time for completion of

work plus 60 days.

1.0 The value of PG to be submitted by the contractor will not change for variation upto

25% (either increase or decrease). In case during the course of execution, value of the

contract increases by more than 25% of the original contract value, an additional

Performance Guarantee amounting to 5%(five percent) for the excess value over the

original contract value should be deposited by the Contractor.

1.1 The Performance Guarantee (PG) shall be released after 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 the expiry of the maintenance period

and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

1.2 Whenever the contract is rescinded, the security deposit shall be forfeited and the

Performance Guarantee shall be encashed. The balance work shall be got done

independently without risk 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 either in

his / her individual capacity or as a partner of any other JV / partnership firm.

1.3 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) and this shall be in the event of:

i) Failure of 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 of 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

Page 18: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 18 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

10. Security Deposit:-

The scale of Security Deposit that is to be recovered from the contractor shall be as follows.

i) Security Deposit should be 5% of the contract value.

ii) The rate of recovery will be at the rate of 10% of the bill amount till the

full Security Deposit is recovered.

iii) Security Deposit 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 Bank

Guarantee, Fixed Deposit Receipt etc., shall be accepted towards Security deposit.

iv) Conversion of Security Deposit into FDR after recovery of full stipulated SD

(FA& CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide

PCE/SC lr. No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash

deposits in the form of security deposit may be allowed to be converted into FDRs

(in favour of respective Accounts Officers and on account of contractor), after full

recovery, at the discretion of the Railway, duly collecting necessary charges of

conversion by the Railway Administration.

The security deposit shall be released only after the expiry of the maintenance period and

after passing the final bill based on ‘No Claim Certificate’.

After the work is physically completed, security deposit recovered from the running bills of a

contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee

for equivalent amount to be submitted by him.

In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also be

accepted as a mode of obtaining security deposit.

11. REVISED COMPREHENSIVE CLAUSE 46A OF GCC– PRICE VARIATION

CLAUSE: As per Railway Board Letter No.2007/CE-CT/18/Pt.19 dt.14.12.2012-Price

Variation Clause shall be applicable only for contracts of value (contract agreement

value) Rs.50 lakh and more, irrespective of the contract completion period and

Addendum & Corrigendum Slip (ACS) No.6 to GCC, July 2013; Amendment to Clause

46A.7 (a sub-clause of PVC) to GCC, communicated vide PCE/SC Lr.No.W.148/P/

G.C.C./Vol.II dt.05.06.2014. Amendment to Clause 46A1 (ACS No.2 to GCC, July-2014),

communicated vide PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt.12.12.2014. Clause 46A-Price Variation clause:

46A.1. Price Variation clause shall be applicable only for contracts of value as prescribed

by the Ministry of Railways through instructions/circulars issued from time to time

and irrespective of the contract completion period. Variation in quantities shall not

be taken into account for applicability of PVC in the contract. Materials supplied

free of cost by Railway to the contractors shall fall outside the purview of Price

Variation clause. If, in any case, accepted offer includes some specific payment to

be made to consultants or some materials supplied by Railway free or at fixed rate,

such payments shall be excluded from the gross value of the work for the purpose

of payment/recovery of price variation.

Applicability of PVC based on original contract value is illustrated as under:

“If estimated value of tender (NIT value) is Rs.55 lakhs; but value of the contract

as per contract agreement is Rs.45 laksh, then PVC shall not apply, even if the

actual final value is Rs.50 laksh or more due to variation in quantities during

execution of the contract. Thus, variation in quantities after signing of contract

agreement is not relevant for deciding whether PVC is applicable to a contract or

not”.

Page 19: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 19 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

46A.2. The Base Month for ‘Price Variation clause’ shall be taken as month of opening of

tender including extensions. If any, unless otherwise stated elsewhere. The quarter

for applicability of PVC shall commence from the month following the month of

opening of tender. The Price Variation shall be based on the average Price Index

of the quarter under consideration.

46A.3. Rates accepted by Railway Administration shall hold good till completion of work

and no additional individual claim shall be admissible on account of fluctuations

in market rates, increase in taxes/any other levies/tolls etc., except that

payment/recovery for overall market situation shall be made as per Price Variation

Clause given hereunder.

46A.4. Adjustment for variation in prices of material, labour, fuel, explosives detonators,

steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be

determined in the manner prescribed.

46A.5. Components of various items in a contract on which variation in prices be

admissible , shall be Material, Labour, Fuel, Explosives, Detonators, Steel,

Cement, concreting, Ferrous, Non-ferrous, Insulator, Zinc, erection etc., However,

for fixed components, no price variation shall be admissible.

46A.6. The percentages of labour component, material component, fuel component etc.,

in various types of Engineering Works shall be as under:

Component Percentage Component Percentage

A) Earthwork contracts:

Labour

component

50% Other material

components

15%

Fuel

component

20% Fixed

component*

15%

B) Ballast and Quarry Products contracts

Labour

component

55% Other material

components

15%

Fuel

component

15% Fixed

component*

15%

C) Tunnelling Contracts

Labour

component

45% Detonators

component

5%

Fuel

component

15% Other material

components

5%

Explosive

component

15% Fixed

component*

15%

D) Other Works Contracts

Labour

component

30% Fuel component 15%

Material

component

40% Fixed

component*

15%

*it shall not be considered for any price variation.

Page 20: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 20 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

46A.7. The Amount of variation in prices in several components (labour material etc., )

shall be worked out by the following formulae:

i) L= W x (LQ-LB) x LC

LB 100

ii) M = W x (MQ-MB) x MC

MB 100

iii) F = W x (FQ-FB) x FC

FB 100

iv) E = W x (EQ-EB) x EC

EB 100

v) D = W x (DQ-DB) x DC

DB 100

vi) S = SW x (SQ-SB)

vii) C = CV x (CQ-CB)/CB

For Railway Electrification works:

viii) T = {(CS – CO) /CO X 0.4136} X Tc

ix) R = { (RT – RO) / RO + ( ZT - ZO ) / ZO x 0.06 } x Rc

x) N = { (PT – PO ) / PO } x Nc

xi) Z = { ( ZT – ZO ) / ZO } x Zc

xii) I = { ( IT – IO ) / IT } x 85 Where

L Amount of price variation in labour

M Amount of price variation in Materials

F Amount of price variation in fuel

E Amount of price variation in Explosives

D Amount of price variation in Detonators

S Amount of price variation in Steel

C Amount of price variation in Cement

T Amount of price variation in Concreting

R Amount of price variation in Ferrous Items

N Amount of price variation in Non-Ferrous Items

Z Amount of price variation in Zinc

I Amount of price variation in Insulator

LC % of Labour component

MC % of Material component

FC % of Fuel component

EC % of Explosive component

DC % of Detonators component

Tc % of Concreting Component

Rc % of Ferrous Component

Nc % of Non-Ferrous Component

Zc % of Zinc Component

Page 21: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 21 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

W Gross value of work done by contractor as per on-account bill(s), excluding cost of

materials supplied by Railway at fixed price, minus the price values of cement and

steel. This will also exclude specific payment, if any, to be made to the consultants

engaged by contractors (such payment shall be indicated in the contractor’s offer)

LB

Consumer Price Index Number for Industrial Workers- All India- Published in RBI

Bulletin for the base period.

LQ Consumer Price Index Number for Industrial Workers- All India-Published in RBI

Bulletin for the average price index of the 3 months of the quarter under consideration.

MB Index Number of Wholesale Prices- By Groups and sub-Groups-All commodities- as

published in the RBI Bulletin for the base period.

MQ Index Number of Wholesale Prices- By Groups and Sub-groups-All commodities- as

published in the RBI Bulletin for the average Price index of the 3 months of the quarter

under consideration.

FB Index Number of Wholesale Prices- By Groups and sub-Groups for Fuel and Power as

published in the RBI Bulletin for the base period.

FQ Index Number of Wholesale Prices- By groups and sub-groups for Fuel and Power as

published in the RBI Bulletin for the average price index of the 3 months of the quarter

under consideration.

EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the base period.

EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the average price index

of the 3 months of the quarter under consideration

DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of detonators are made by the contractor for the base period.

DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of detonators are made by the contractor for the average price index

of the 3 months of the quarter under consideration. SW Weight of steel in tonne supplied by the contractor as per the ‘on-account’ bill for the

month under consideration

SQ SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (In

rupees per tone) for the relevant category of steel supplied by the contractor as

prevailing on the first day of the month in which the steel was purchased by the

contractor (or) as prevailing on the first day of the month in which steel was brought to

the site by the contractor whichever is lower.

SB SAILs ex-works price plus Excise Duty thereof ( in Rs. Per tonne) for the relevant

category of steel supplied by the contractor as prevailing on the first day of the month

in which the tender was opened.

CV Value of cement supplied by contractor as per ‘on account’ bill in the quarter under

consideration.

CB Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI

Bulletin for the base period.

CQ Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI

Bulletin for the average price index of the 3 months of the quarter under consideration.

Cs RBI Wholesale Price index for cement and lime for the month which is six months

prior to date of casting of foundation. Co RBI Wholesale Price index for cement and lime for the month which is one month

prior to date of opening of tender.

Page 22: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 22 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

RT IEEMA Price index for Iron & Steel for the month which is two months prior to date

of inspection of material.

Ro IEEMA Price index for Iron & Steel for the month which is one month prior to date of

opening of tender.

PT IEEMA Price for Copper wire bar for the month which is two months prior to date of

inspection of material.

Po IEEMA Price for Copper wire bar for the month which is one month prior to date of

opening of tender.

ZT IEEMA Price for Zinc for the month which is two months prior to date of inspection of

material.

Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of

tender.

IT RBI Wholesale Price index for structural clay products for the month which is two

months prior to date of inspection of material.

Io RBI Wholesale Price index for structural clay products for the month which is one

month prior to date of opening of tender. 46A,

8.

The demands for escalation of cost shall be allowed on the basis of provisional

indices made available by Reserve Bank of India. Any adjustment needed to be done

based on the finally published indices shall be made as and when they became

available.

46A.

9.

Relevant categories of steel for the purpose of operating Price Variation formula, as

mentioned in this clause, based on Sails Ex-Works Price Plus Excise Duty thereof,

shall be as under:

Sl.

No.

Category of Steel supplied in Railway

work

Category of Steel produced by SAIL Whose Ex-

works Price Plus Excise Duty would be adopted

to determine Price Variation.

1. Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500

2. All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK

3. All types and sizes of plates PM plates above 10-20mm IS 2062 E250A SK

4. All Types and sizes of channels and joists Channels 200x75mm IS 2062 E250A SK

5. Any other section of steel not covered in

the above categories and excluding HTS

Average of price for the 3 categories covered

under SL 1, 2, & 3 above.

46A.10 Price variation During Extended Period of contract.

The price adjustment as worked out above, ie., either increase or decrease shall be applicable up to

the stipulated date of completion of work including the extended period of completion where such

extension has been granted under Clause 17-1 Of the General Conditions of Contract. However,

where extension of time has been granted due to contractors failure under Clause-17B of the

General conditions of Contract, price adjustments shall be done as follows:

a) In case the indices increase above the indices applicable to the last month of original

completion period or the extended period under clause 17-A, the price adjustment for the

period of extension granted under Clause 17-B shall be limited to the amount payable as per the

Indices applicable to the last month of the original completion period or the extended period

under clause 17-A of the General conditions of contract; as the case may be.

b) In case the indices fall below the indices applicable to the last month of original/extended

period of completion under clause 17-A, as the case may be; then the lower indices shall be

adopted for the price adjustment for the period of extension under clause 17-B of the General

Conditions of Contract.

Page 23: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 23 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

12. DEDUCTION OF INCOME TAX AT SOURCE

In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961

the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in

the case of sub contractor only when the Railway is responsible for payment of consideration

to him under the contract) for carrying out any work (including supply of labour for carrying

out any work) under the contract be entitled to deduct income tax at source on Income

comprised in the sum of such payments.

The deduction towards income tax to be made at source from the payments due to non-

residents shall continue to be governed by Section 195 of the Income Tax Act 1961.

No Income Tax will be deducted by the Railway on payments made for supply of materials

where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles,

bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at

source from the payment due to non/residents shall continue to be governed by Section 195 of

the Income Tax Act 1961.

13. LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS

DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT

OR NEGLIGENCE.

Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at

site for Technical Supervision of the work. This Engineer-in-charge will be responsible for

safety of the traffic. The work shall be executed by the contractor in a workman like manner to

the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the

instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site

and it is established during the departmental enquiry by the Railway or by Statutory enquiry of

CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on

the part of the contractor or his labour in not adhering to the instructions of the engineer-in-

charge, the contractor shall render himself liable for damages and also legal prosecution if loss

of life is involved.

14. Implementation of – the Building and other construction Workers (RECS) Act, 1996

and the Building and other Construction Workers Welfare Cess Act, 1996 in Railway

Contracts. “The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must

get themselves registered from the Registering Officer under Section-7 of the Building and

other Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of

State)Government and submit certificate of registration issued from the Registering Officer of

the Andhra Pradesh(name of the State) Government (Labour Department). For enactment of

this act, the Tenderer shall be required to pay cess @ 1% of cost of construction work to be

deducted from each bill, Cost of material shall be outside the purview of cess, when supplied

under a separate schedule item.”

Page 24: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 24 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

ANNEXURE- “III”

WORKS CONTRACT CLAUSE-13

1. In case cement, Steel, AC sheet with or without accessories, GI sheets with or without

accessories, glasses or any other materials/items are issued to the contractor(s) either free of

cost or on cost to be recovered for use on the work as stipulated in the agreement the supply

thereof shall be made in stages depending on the progress of the work, limited to the quantity

/quantities computed by the Railway, according to the prescribed specification and approved

drawings as per agreement.

The materials supplied should conform to Railway’s Specification in all respects should be

in accordance with approved sample.

All such materials supplied to the contractor(s) for the work either free of charge or on

payment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods

shed and will have to be transported by the contractor to the site of work at his cost. All such

materials shall be used by the Contractor for the work in such quantities as are indicated in the

schedule or in the relevant specifications or drawings or as approved by the Engineer, whose

decision thereon shall be final. Wastage or damages of such materials in any manner shall be

totally avoided. The contractor(s) shall be liable to the accountal for all such materials issued

by Railway either free of cost or on payment excluding the permissible wastage which incase

of steel materials should not in any case exceed 1% of the total quantity required for the work

as per the approved drawings. No wastage under other items is permissible. Short lengths of

rods should also be utilized to the extent possible by overlapping joints.

The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without

accessories glasses or any other materials issued in excess of the requirement(s) as above, shall

be returned in perfectly good condition by the contractor(s) to the Railway at the Railway

depot/Godown/Goods shed at________immediately after completion or termination of the

contract. If the contractor fails to return the said materials then the cost of such materials issued

in excess of the requirement as computed by Railway according to the specification and

approved drawings will be recovered from the contractor(s) at twice the prevailing procurement

cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without

prejudice to the right of Railway to take action against the contractors under the condition of

the contract for not doing/completing the work according to the prescribed specification and

approved drawings. If it is discovered that the quantity of cement, steel or any other material

used is less than the quantity computed by the Railway, according to specifications and

approved drawings the cost of materials not returned will be recovered at the same rates as

applicable to excess issue of materials, indicated in the preceding para.

Page 25: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 25 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

2. It shall be the responsibility of the contractor to keep in safe custody any Railway material

plant or equipment issued for the work. The contractor shall at his own expense provide

suitable temporary shed/sheds for this purpose on the Railway land made available by the

Railway free of rent and shall remove the shed/sheds when no longer required in terms of

clause 30 of General conditions of contract.

3. If due to any reason the Railway is not in a position to make available the Railway land the

Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost

shed/sheds or secure private accommodation outside the Railway premises. In such a case the

contractor may be permitted to take the Railway material required for the works outside the

railway premises and to store in the Shed so erected or private accommodation so secured. It

shall be the responsibility of the contractor to keep the railway material in safe custody and the

same should be kept entire separate from the contractors material and the Railway shall have

liberty to inspect the same from time to time.

4. The code Nos. description and rates given in the schedule are based on the printed USSR -

2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the

working rates quantity of cement etc. should be rectified by reference to the printed schedule,

which shall be treated as authoritative and binding on the contract. The relevant notes

applicable to the respective sub chapters will apply to the items of the Tender schedule and

should be considered as having been incorporated in the contract agreement and binding on the

Contractor.

5. For any other items not specially shown in the schedule of rates appended to the tender

document, the Divisional/Executive Engineer will offer rates as shown for the_________ zone

in the South central railway printed USSR - 2010, of S.C.Railway subject to the same

percentage adjustment accepted in the contract being applicable to the additional items.

6. Railway shall not supply from its own quota to the contractors controlled or imported

commodities. Assistance will, however given by recommending to appropriate authorities.

Contractor applications for issue of import licenses and release of controlled commodities if the

Engineer is satisfied that this material is actually required by contractor for carrying out the

work and is not available in the country.

7. VARIATION OF COSTS

Price variation clause is not applicable for contract agreement value upto Rs.50 lakhs.

Time is the essence of contract

8. (a) PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced

contractor should be able to complete the work in all respects within the period as

specified in the Tender Notice and in the Schedule where items of work are

furnished from the date of letter of acceptance of the Tender

(b) Extension of time of completion will be governed by clause 17 of General Conditions

of Contract. However, while granting the extension of time under clause 17(B) of

GCC, a token penalty as deemed fit based on the circumstances of the case can be

imposed on the contractor without prejudice to other rights of Railway

Administration as provided under GCC.

9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as

specified in the Schedule where items of work are furnished by the contractor and he shall

make good any defects, imperfections, shrinkages or faults which may appear at his own cost.

10. It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of

all corrections, and amendments of the said General conditions of contract made up to the date

of the execution of these presents and no objection shall be taken by the contractor on the

ground that he was not aware of such amendments and corrections of the said General

Conditions of Contract or to any of them.

Page 26: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 26 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

11. VARIATION IN CONTRACT QUANTITIES:-

The procedure as detailed below shall be adopted for dealing with variations in quantities

during execution of works contracts:

a) The Railway reserves the right to alter the designs and drawings. If due to change of

drawing or design or any other reasons, there be variations, either increase or decrease in

quantities, payment will be made only for the actual quantities executed at the accepted

rates. If there be sufficient cause the Railway may grant extension of the date of

completion suitably. Such circumstances shall in no way affect or vitiate the contract or

alter the character thereof, or entitle the contractor to damages or compensation thereof

except as provided for in this contract.

b) The quantities of each item of work furnished in the Schedule are approximate and are

intended for the guidance of Tenderer/Contractor. In actual execution of work there may

be some increase in the quantities specified. Such variation upto 25% shall in no degree

affect the validity of the contract and it shall be performed by the contractor as provided

therein and be subjected to the same conditions, stipulations and obligations originally

and expressly included and provided for in specifications and drawings and the amount

to be paid there for shall be calculated in accordance with accepted schedule rates.

(1) Prior Finance concurrence is necessary for varying the individual quantities

beyond 25% or where the gross agreement value exceeds 25% of the agreement

value.

(2) Individual NS items in contracts shall be operated with variations of plus or minus

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

concurrence would be required.

(3) 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 (100% i.e. the original quantity +25% i.e. quantity

over and above the original quantity) subject to the following conditions.

a) Operation of an item by more than 125% of the agreement quantity needs

the approval of an officer of the rank not less than S.A. Grade:

i) Quantities operated in excess of 125% but upto 140% of the

agreement quantity of the concerned item, shall be paid at 98% of the

rate awarded for that item in that particular tender;

ii) Quantities operated in excess of 140% but upto 150% of the

agreement quantity of the concerned item shall be paid at 96% of the

rate awarded for that item in that particular tender;

iii) Variation in quantities of individual items beyond 150% will be

prohibited and would be permitted only in exceptional unavoidable

circumstances with the concurrence of associate finance and shall be

paid at 96% of the rate awarded for that item in that particular tender

b) The variation in quantities as per the above formula will apply only to the

Individual items of the contract and not on the overall contract value.

c) Execution of quantities beyond 150% of the overall agreement value should

not be permitted and, if found necessary should be only through fresh

tenders or by negotiating with existing contractor, with prior personal

concurrence of FA&CAO/ FA&CAO(C) and approval of General Manager.

Page 27: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 27 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

4. The limit for varying quantities for minor value items shall be 100% (as against

25% prescribed for other items). A minor value item for this purpose is defined as

an item whose original agreement value is less than 1% of the total original

agreement value.

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

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

value of SSR/SOR schedule as a whole and not on individual SSR/SOR items.

However, in case of NS items, the limit of 25% would apply on the individual

items irrespective of the manner of quoting the rate (single percentage rate or

individual item rate).

7. For the tenders accepted at the Zonal Railways level, variations in the quantities

will be approved by the authority in whose powers revised value of the agreement

lies.

8. For tenders accepted by General Manager, variations upto 125% of the original

agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers variations upto

110% of the original agreement value may be accepted by General Manager

10. The aspect of vitiation of tender with respect to variation in quantities should be

checked and avoided. In case of vitiation of the tender (both for increase as well as

decrease of value of contract agreement) sanction of the competent authority as per

single tender should be obtained.

11. In cases where decrease is involved during execution of contract:

a. The contract signing authority can decrease the items upto 25% of

individual item without finance concurrence.

b. For decrease beyond 25% for individual items or 25% of contract

agreement value, the approval of an officer not less than rank of S.A.

Grade may be taken, after obtaining ‘No claim certificate’ from the

contractor and with finance concurrence giving detailed reasons for each

such decrease in the quantities.

c. It should be certified that the quantities proposed to be reduced will not be

required in the same work at a later stage

d. In the event of any reduction in the quantity to be executed for any reasons

whatsoever, the contractor shall not be entitled to any compensation but

shall be paid only for the actual amount of work done.

e. The contractor is bound to notify the Engineer at least seven days before the

necessity arises for the execution of any item in excess of 25% of the over

all value of the agreement.

12. In case the contractor fails to attend the meeting after being notified to do so or in

the event of no settlement being arrived at, the Railway shall be entitled to execute

the extra works by other means and the contractor shall have no claim for loss or

damage that result from such procedure

Page 28: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 28 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

12. Employment of Civil Engineering Graduates/Diploma-holders:

The contractor shall employ the following technical staff during the execution of this work.

i) One graduate engineer when the cost of the work to be executed is Rs.2 Crores and

above.

ii) One qualified diploma holder (over-seer) when the cost of the work to be executed is

more than Rs.25 lakhs but less than Rs.2 Crores. Technical staff should be available at

site whenever required by the Engineer-in-charge to take instructions. In case the

contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a

reasonable amount not exceeding a sum of Rs.40,000/- (forty thousand only) for each

month of default in case of graduate engineer and Rs.25,000/- (twenty five thousand

only) for each month of default in case of diploma holder (over-seer)

(Modification of Cl.26 and introduction of new Cl.26A to IR’s GCC Ref: Rly. Bd.

Lr.No.2012/CE-I/CT/0/20, dt.10.05.2013.)

The decision of the Engineer-in-charge as to the period for which the required technical staff

was not employed by the contractor and as to the reasonableness of the amount to be deducted

on this account shall be final and binding on the contractor.

iii) Individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also

be considered as qualified Diploma holder Engineers and contractors for track contract

works can employ such individuals at their worksite on Indian Railways.

(Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20, dt.12.07.2013.)

Note: The above clause is not applicable for contracts for Welding of Rail joints.

13. Railway Contractors / Extension of Provident Fund Act to the Employees working under

Railway Contractors:-

The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code

number from the concerned authorities whenever workmen employed by him are 20 or more.

He shall also indemnify Railways from and against any claim, penalties, recoveries under the

above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF

Commissioners to extend the social security benefits to the workmen engaged by the Railway

contractors. The first month’s bill will be released only after code number is taken from the PF

Office and a copy of coverage intimation produced. Subsequently for each month, bills will be

released only on submission of challans & 12 A monthly return copy in proof of remittance of

PF dues for previous month.”

14. Conservancy charges as applicable and as modified from time to time will be recovered

from Contractor’s running bills.

Page 29: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 29 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

SPECIAL CONDITIONS

MODIFICATION TO CLAUSE 63 & 64 OF

GENERAL CONDITIONS OF CONTRACT

1. The Provision of Clause 63 and 64 of the General Conditions of Contract will be

applicable only for settlement of claims /disputes, for values less than or equal to

20% of the original value (excluding the cost of materials supplied free by

Railway) of the contract or 20% of the actual value of the work done (excluding the

value of the work rejected) under the contract whichever is less. When

claims/disputes are of value more than 20% of the value of the original contract or

20% of the value of the actual work done under the contract, whichever is less, the

contractor will not be entitled to seek such disputes/claims for reference to

arbitration and the provisions of Clause No; 63 &64 of the General Conditions of

Contract will not be applicable for referring the disputes to be settled through

arbitration 2. The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of

General Conditions of Contract. But the Contractor should seek reference to arbitration to settle the disputes only once, subject to the conditions as per Para 1

3. The Special conditions shall prevail over the existing Clause 63 & 64 of General Conditions of contract

Page 30: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 30 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

PERFORMANCE GUARANTEE

In consideration of the President of India (hereinafter called “the Government”)

having agreed to exempt-------------------- ( hereinafter called “ the said Contractor(s)”)

from the demand, under the terms and conditions of an Agreement dated -------------- made

between -------------- and ---------------------------- for ------------------------- (hereinafter

called “the said Agreement”), of Security deposit for the due fulfillment by the said

contractor(s) of the terms and conditions contained in the said Agreement, on production of

a Bank Guarantee for `-----------------------(Rupees-------------------------only).

We -------------------------------------------------- (indicate the name of the Bank) (hereinafter

referred to as the Bank) at the request of --------------------------- (Contractor(s) do hereby

undertake to pay to the Government an amount not exceeding `--------------- against any

loss / damage caused to or suffered or would be caused to or suffered by the Government

by reasons of any breach by the said contractor(s) of any of the terms or conditions

contained in the said Agreement.

2. We ---------------------------------(indicate the name of the Bank) do hereby undertake

to pay the amounts due and payable under this guarantee without any demur, merely on a

demand from the Government stating that the amount claimed is due by way of loss or

damage caused to or would be caused to or suffered by the Government by reason of

breach by the said contractor(s) of any of the terms or conditions contained in the said

Agreement or by reason of the contactor(s) failure to perform the said Agreement. Any

such demand made on the bank shall be conclusive as regards the amount due and payable

by the Bank under this guarantee. However, our liability under this guarantee shall be

restricted to an amount not exceeding `------------------.

3. We undertake to pay to the Government any money so demanded

notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suite

or proceeding pending before any court or Tribunal relating thereto our liability under this

present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our

liability for payment thereunder and the contractor(s) / supplier(s) shall have no claim

against us for making such payment.

Page 31: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 31 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

4. We, -------------------------------(indicate the name of bank) further agree that the

guarantee herein contained shall remain in full force and effect during the period that

would be taken for the performance of the said Agreement and that it shall continue to be

enforceable till all the dues of the Government under or by virtue of the said Agreement

have been fully paid and its claims satisfied or discharged or till -------------------------

Office/Department) Ministry of ----------------------- certifies that the terms and conditions

of the said Agreement have been fully and properly carried out by the said Contractor(s)

and accordingly discharges this guarantee. Unless a demand or claim under this guarantee

is made on us in writing on or before the --------------------------- we shall be discharged

from all liability under this guarantee thereafter.

5. We, ---------------------(indicate the name of the Bank) further agree with the

Government that the Government shall have the fullest liberty without our consent and

without affecting in any manner our obligations hereunder to vary any of the terms and

conditions of the said Agreement or to extend time of performance by the said

contractor(s) from time to time or to postpone for any time or from time to time any of the

powers exercisable by the Government against the said Contractor(s) and to forbear or

enforce any of the terms and conditions relating to the said agreement and we shall not be

relieved from our liability by reason of any such variation, or extension being granted to

the said Contractor(s) or for any forbearance, act or omission on the part of the

Government or any indulgence by the Government to the said Contractor(s) or any such

matter or thing whatsoever which under the law relating to the sureties would, but for this

provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of

the bank or the Contractor(s) / Supplier(s).

7. We, ----------------------(indicate the name of the bank) lastly under take not to

revoke this guarantee during its currency except with the previous consent of the

Government in writing.

Dated: the---------------- day of --------------- 200

For -----------------------------------

(indicate the name of the bank)

Page 32: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 32 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

South Central Railway Vijayawada Division

Tender No.08/TM/2015

Name of Work : Vijayawada Division: Supply, provision, service and maintenance

of Wireless Mobile Data Cards to nominated SSE/JE/Track

Machines in charges in S.C.Railway under control of

Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for

RGM Machine for a period of one year Similar nature of work Not applicable

Appx. Value :Rs. 5,20,008/-

Estimate Sanctioned No. & date Allocation:

PB item No. 145/2011-12 07-221-32

Completion Period 12 (Twelve) months

Maintenance Period Nil months

Name of the

Tenderer/Contractor:-

Schedule

Supply of Wireless Mobile Data Cards and Land Line connections.

Sl.

No

Item

No Description of Item Qty Unit

Rate

Rs.

Amount

per month

Total amount for

12 months

1 NS-I Supply, provision, service and

maintenance of High speed

Wireless Mobile Data cards to the

nominated for Dy.CE/TM/ Lines

jurisdiction in South Central

Railway by any DoT approved

regular Telecom Operator having unlimited Up/ Down loading

facility (with 500 kbps to 3.1 mbps

speed in all machines working in

for Dy.CE/TM/Lines jurisdiction

in South Central Railway) in

S.C.Railway as per specifications

and special conditions and as

directed by Engineer- in-charge.

79

Per number

per

month

546 43134 517608

2 NS-II Extra for Roaming charges for

operating and service management

in different circles covered in 5

Zonal Railways i.e., in S.C.Railway, S.Railway,

S.W.Railway, E.Co.Railway,

S.E.Railway without any

interruption for DATA CARDS

services of any Circles / operator.

2

Per

number per

month

100 200 2400

( Items Two only) Total of Schedule 5,20,008

Percentage rate quoted

in ‘figures’

Percentage rate quoted

in ‘words’

Page 33: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 33 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

TECHNICAL SPECIFICATIONS

1.0 System

1.1. Wireless Mobile Datacards shall work on CDMA/GSM based technology and DoT approved

regular Telecom Operators only are eligible to participate.

1.2. The technology shall conform to the IS specification or the latest benefits arising out of

upgradation in technology in future shall be extended to Railways free of cost.

1.3. The Wireless Mobile Datacards shall be suitable for connecting to Laptop/Desktop computers.

1.4. The Wireless Mobile Datacards shall be provided within seven days from the date of award of

the contract. 1.5. The contract shall include installation, service and maintenance for the whole period of contract.

1.6. Minimum Up/Downloading speed shall be between 500 kbps to 3.1 mbps in Dy.CE/TM/Lines

jurisdiction in South Central Railway and between 50 kbps to 200 kbps at other locations.

However, the datacard supplied to other than major cities shall work with minimum up/ down

loading speed between 500 kbps to 3.1 mbps when these data cards are required to work in major

cities.

2.0 Coverage

2.1. Service coverage area for Wireless Mobile Datacards shall be available at all the Railway station

areas spread over Vijayawada division.

2.2. All the above locations are of Railway Station areas unless otherwise specified.

2.3. All the tenderers shall submit the signal strength available over the above mentioned areas with documentary proof. The tenderer with coverage area less than 70% will be rejected.

2.4. The above indicated stations are situated mostly in Andhra Pradesh. The connection taken at any

one of the above stations must also work in any other stations indicated above. No extra rate

towards STD/Roaming charges shall be levied. The rates quoted shall be inclusive of all taxes

and any other hidden costs.

2.5. In case the tenderer does not have the coverage at any of the above stations, they shall tie-up with

other service provider(s) who have coverage at those stations and such Wireless Mobile

Datacards shall be provided with the same capacity and at the same rate without any additional

charges. Railways will make payment only to the successful tenderer and it will be the

responsibility of the successful tenderer to have internal tie-up with the other service provider(s)

for providing Wireless Mobile Datacards, service, maintenance and payments. It will be the

responsibility of the successful tenderer to provide connection throughout the period of contract at all the nominated locations.

3.0 Service

3.1. The data card shall allow the user to connect to internet without the need for a network cable or

phone line.

3.2 Subscriber density and Datacard radius shall be reasonable for any given location and signal

strength shall be strong and stable at the locations where service is sought. In case, strength of the

signal is inadequate, the service provider shall take appropriate steps to strengthen the same. No

additional payment will be paid by Railways for any such work.

3.3. No additional roaming charges shall be levied.

3.4. Service provider shall provide Wireless Mobile Datacards with required software if any suitable

for both Laptop as well as Desktop computers at free of cost.

4.0 Maintenance of Wireless Mobile Datacards

4.1. This service shall be available for subscribers for all the time 24 hours on all days throughout the

contract period.

4.2. In case Datacards become defective or out of service, the Service Provider shall replace/repair

without any additional cost.

4.3. Datacards are to be adequately insured against loss or damage or defects.

4.4. Whenever a Datacard is faulty, the same shall be replaced with new Datacard. The faulty

Datacard shall be collected, attended to and returned in working condition within 3 days.

Page 34: ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED … · 2018. 5. 1. · Page 2 of 34 Tender No.08/TM/2015 Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015

Page 34 of 34 Tender No.08/TM/2015

Dy CE/TM/Lines/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.08/TM2015 invited vide Open Tender No.DRM/Works/BZA/17/2015 dt.06-10-2015, date of opening on 13-11-2015 for the work of “Vijayawada Division: Supply, provision, service and maintenance of Wireless Mobile Data Cards to nominated SSE/JE/Track Machines incharges in S.C.Railway under control of Dy.CE/TM/Lines jurisdiction operating in 5 Zonal Railways for RGM Machine for a period of one year.”

4.5. In case the Datacard is lost, the recovery that shall be collected from the subscriber which will be

decided by the committee appointed by the Railways. Recovery cost will be decided based on

depreciation, current market price etc. and it is binding on the Service Provider.

4.6. Upkeeping of the Datacards during the contract period is to be carried out by the Service

Provider which includes all type of repairs except damage to the Datacard.

5.0 Billing and Reports

5.1. A consolidated corporate bill shall be given on monthly basis for the purpose of payment.

5.2. Detailed billing shall be submitted, subscriber and location-wise.

5.3. Delay in submission of consolidated corporate bill shall not cause interruption to the Datacard

service. No penalty/additional charges shall be levied on account of delay in payment of bills

due to any reason.

5.4. No Datacard shall be disconnected unless otherwise advice is given in this regard in writing by

Railways.

5.5. The Service Provider shall provide unlimited Up/Down loading facility at a specified speed of

between 500 kbps to 3.1 mbps Dy.CE/TM/Lines jurisdiction in South Central Railway etc, and

between 50 kbps to 200 kbps at other locations throughout the contract period without any interruption at all the nominated locations.

5.6. All Datacard subscribers shall be supplied with itemized monthly bill free of cost.

CONDITIONS

1. The Tenderers are required to quote percentage rate above/below/at par on the item of the Schedule

both in figures and words. If there is any variation in between the percentage rate quoted in words and

figures, the percentage rate quoted in words will be taken as correct and final.

2. The quantities shown in the tender schedule are approximate and shall be operated in full or part at

the discretion of the Engineer in charge.

3. Payment will be made based on the actual quantities operated/executed.

4. The Railway administration will not be responsible for the safety of contractor’s Labour engaged for

this work.

5. The contractor shall make his own arrangements for men, materials, tools, consumables etc., required for the work at his own cost.

6. Conservancy charges as applicable and as modified from time to time will be recovered from

Contractor’s running bills.

7. This work shall be completed within 12 months from the date of issue of acceptance letter.