THE TENDERER SHOULD SIGN (AUTHORISED … Gazetted Officer. ii. In case of consortium , JV or MOU:...

87

Transcript of THE TENDERER SHOULD SIGN (AUTHORISED … Gazetted Officer. ii. In case of consortium , JV or MOU:...

Signature of Tenderer

Page 1 of 86

SOUTH CENTRAL RAWILAY

SECUNDERABAD DIVISION

TENDER BOOKLET

NAME OF THE WORK

“Secunderabad Division - Electrical Maintenance Department Electrification of (i) Cover over sheds at MDR, BMT, MCI & Bus type shelters at CHZ, PBP, WP, IPG, NSKL, YSPM. (ii) Extension of platforms at PCZ, GHPU, (iii) Circulating area at MLY, RGPM. (iv) Booking office at SC & CHZ (v) Pay and use toilets a BDCR & DKJ (vi) Provision of lighting arrangements at platform Tandur and Lingampalli stations”

Tender No.C/E.29/Elec/M/SC/51/PA/OT/2015-16

  THE TENDERER SHOULD SIGN (AUTHORISED SIGNATORY ONLY) ON

EACH PAGE OF THE TENDER DOCUMENTS WITH THEIR OFFICE SEAL/STAMP, WHILE SUBMITTING OFFER.

THE OFFER SHALL BE VALID FOR A PERIOD OF 90 DAYS FROM THE DATE OF OPENING OF THE TENDER.

THE TENDERER SHALL CAREFULLY STUDY THE TENDER BOOKLET

BEFORE QUOTING HIS OFFER  

Issued by: Senior Divisional Electrical Engineer (Maintenance)

Secunderabad Andhra Pradesh.

Signature of Tenderer

Page 2 of 86

I N D E X

Sl.No. Item Pages

From - To 1. Check List of Documents 03

2. Tender Details 04

3. Offer Letter 05 - 06

4. General Conditions of Contract 7

5. Terms and conditions 08 - 29

6. Schedule of Rates & Quantities 30 – 39

7. Explanatory Notes 40 – 49

8. Specifications 50 – 63

9. List of items indentified for inspection 64 – 65

10. Station wise work details 66 - 73

11. Annexures 74 - 81

12. Contract Agreement form 82

13. Performance Guarantee Bond form 83 - 84

14. Indemnity bond 85 - 86

Signature of Tenderer

Page 3 of 86

ANNEXURE – I

CHECK LIST OF DOUCMENTS TO BE SUBMITTED ALONG WITH TENDERS. (Tenders are requested to give certificates and or put ( ) mark where ever applicable)

1 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 ir MOU in originals.

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 filling returns attested by any Gazetted Officer.

2 Particulars to DD/MR submitted towards cost of tender form.

3 Particulars of DD/Banker’s Cheque submitted towards EMD.

4 Engineering organization in Annexure “A” 5 List of plants and machinery in Annexure “B” 6 List of works completed during the last 3 Financial years

Annexure ‘C’

7 List of works on hand in Annexure “D” 8 Attested copy of certificate in Annexure ‘E’ 9 Attested copy of certificate showing contractual amount

received during the last three financial years and current financial year Annexure ‘F’

10 NEFT MANDATE FORM 11 Registration number of APGST/APVAT 12 Any other information/ certificates required as per

Tender documents

13 Total number of annexure submitted ( Number of pages) Address:- Phone No:-

Signature of Tenderer / Contractor

Signature of Tenderer

Page 4 of 86

SOUTH CENTRAL RAILWAY

Electrical Department,

SECUNDERABAD DIVISION

Tender No. : C/E.29/Elec/M/SC/51/PA/OT/2015-16

Sealed Open tenders are invited from Eligible contractors for carrying out the following work.

1 Tender No. : C/E.29/Elec/M/SC/51/PA/OT/2015-16

2. Name of the work : Secunderabad Division - Electrical MaintenanceDepartment – Electrification of (i) Cover over sheds at MDR, BMT, MCI & Bus type shelters at CHZ, PBP, WP, IPG, NSKL, YSPM. (ii) Extension of platforms at PCZ, GHPU, (iii) Circulating area at MLY, RGPM. (iv) Booking office at SC & CHZ (v) Pay and use toilets a BDCR & DKJ. & (vi) Provision of lighting arrangements at platform Tandur and Lingampalli stations”

(a)Quantity : Given in Schedule (b)Approximate cost of work : 56,90,196/-

(c) Period of completion : 6 months

3. Value of Earnest Money Deposit (EMD). : 1,13,810/-

4. Cost of Tender Documents (a).Tender Documents (by hand) (b).Tender Documents (by post)

: :

5,000/- 5,500/-

5. Period for obtaining Tender Documents. (a). In person : Any working day from 11-03-2016 to

07-04-2016 between 10:00 to 17:00 Hrs.

(b). By post : Up to 17.00 hrs on 28-03-2016

6. Last date & time of receipt of tender. : Up to 15:00 hours on 11-04-2016.

7. Date and time of opening of Tender. : At 15:15 hours on 11-04-2016.

8. Place of issue of Tender documents : SRDEE/M/SC office, Sanchalan Bhavan (Annex), Opp Railnilayam, Secunderabad - 500071.

9 Place of Submission of Tender documents and opening of Tenders.

: Tender hall, DRM office Hyderabad Division, S.C.Railway, Secunderabad – 500071

Signature of Tenderer

Page 5 of 86

OFFER LETTER

From………………… ……………………… ……………………… To: The President of India, Acting through the Senior Divisional Electrical Engineer (Maintenance), South Central Railway, SECUNDERABAD. Dear Sir, Sub:- Secunderabad Division - Electrical Maintenance Department – Electrification of (i) Cover over sheds at MDR, BMT, MCI & Bus type shelters at CHZ, PBP, WP, IPG, NSKL, YSPM. (ii) Extension of platforms at PCZ, GHPU, (iii) Circulating area at MLY, RGPM. (iv) Booking office at SC & CHZ (v) Pay and use toilets a BDCR & DKJ. & (vi) Provision of lighting arrangements at platform Tandur and Lingampalli stations” Ref:- Tender No.C/E.29/Elec/M/SC/51/PA/OT/2015-16

… 1. I/We, the undersigned hereby offer to execute the above works within a period of _____ Months from the date of issue of letter of intent/letter of Acceptance of Tender and in strict compliance with the provisions detailed in the Tender papers appended hereto including Instructions to Tenderers and conditions of Tendering, Conditions of contract and specifications as included therein and as modified by this Tender at such rates as are specified in schedule and of this Tender enclosed within a sealed cover. Summary of prices given in Schedule of rates & quantity. 2. I/we agree that this/these tender’s shall not be restricted or withdrawn and shall remain open for acceptance for and during the period of three months from the date fixed for opening the same subject to the stipulation mentioned in GCC and will continue to be open even beyond the period of three months till withdrawn or rejected or accepted as the case may be. 3. I /We also hereby agree to abide by the Indian Railways standard General Conditions Of Contract, with all correction slips up-to-date 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, schedule of Rates with all correction slips up-to-date for the present contract.

Signature of Tenderer

Page 6 of 86

4. Until a formal agreement is prepared and executed, accptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in theletter of acceptance of my/our offer for this work. 5. I/we have deposited with the Chief/Divisional Cashier, South Central Railway, Secunderabad/ Sr. Divisional Finance Manager / S.C.Rly / Secunderabad, the required Earnest money of Rs.**_________ /- ( Rupees ___________________ only ) in respect of this/these Tender/s for which Receipt No._________ Date ____________ has been granted. The full value of Earnest money shall stand forfeited without prejudice to other rights and remedies if : (a) I/we do not execute the contract documents within 21 days of receipt of notice by the Railways that such documents are ready or (b) I/we do not commence work within 10 days of receipt of the instructions to that effect. 6. I/we have no retired engineer or retired gazetted officer of the Engineering Departments of any of the Railways owned and administered by the President of India.

OR

The list of retired engineers or retired gazetted officers who are associated with me/us, is included as an enclosure to this offer letter @

Yours Faithfully,

Seal of the Tenderer

Signature/s of the Tenderer Place: Date:

Witnessed by:

Signature : Name in Block Letters : Address :

Signature : Name in Block Letters : Address :

*********

Signature of Tenderer

Page 7 of 86

GENERAL CONDITIONS OF CONTRACT

1.0 "The General Conditions of Contract" governing the performance of the works covered

by this Tender "Standard General Conditions of Contract in use in General in the South Central Railway" as amended time to time. A copy of the book-let incorporating above General Conditions of the Contract may be had from the Office of the Sr.DEE/M/SC at Secunderabad- 500071.

2.0 In submitting this letter it would be deemed that the Tenderer has kept himself fully informed of the provisions of the General Conditions of contract including all corrections and amendments issued up to the date of Tender Notice.

3.0 Railway Board vide their letter No. 2003/CE-I/CT/4/PT.1 dated 12/16-05-2006 has issued Amendment to General Conditions of Contract (works contracts) is applicable to this contract (PCE vide letter No. W.148/P/Vol.V dated 25-05-2006 has circulated the said amendment to all concerned).

NOTE:- 1). The General conditions of contract can be perused in the offices of Sr.DEE/M/SC of

South Central Railway during office working hours. 2). The contract shall be governed by IRS conditions as applicable. All the terms and

conditions in the tender are also equally applicable.

Signature of Tenderer

Page 8 of 86

Terms & Conditions

1.0 GENERAL:

i The Contract is Electrification of Electrification of (i) Cover over sheds at MDR, BMT,

MCI & Bus type shelters at CHZ, PBP, WP, IPG, NSKL, YSPM. (ii) Extension of platforms at PCZ, GHPU, (iii) Circulating area at MLY, RGPM. (iv) Booking office at SC & CHZ (v) Pay and use toilets a BDCR & DKJ. & (vi) Provision of lighting arrangements at platform Tandur and Lingampalli stations”

ii The Tenderer is hereby advised to thoroughly go through the Tender Booklet and may also ascertain the nature & quantum of work involved and the prevailing working conditions before submission of his offer.

iii The submission of the tender will be deemed to imply that this memorandum and all

documents enclosed have been studied and understood and that the Tenderer is aware of the full scope of the work to be done besides terms and conditions.

iv The Tenderer shall sign on each and every page of the tender document and affix their seal/stamp.

v In case of delay/loss of Tender forms while in transit, the Railways will not be responsible in any way for the same. No unsealed tender will be accepted by the Railways.

vi The tender will be opened on the date and time mentioned in the tender document in the presence of tenderers / their authorized representatives. Any tender received after the stipulated time, will be summarily rejected.

vii Tenderers representatives are advised to bring authorization letter from the tenderer / firm, for attending the tender opening and while witnessing tender opening, they should write their full name, contact number, agency / contractor, they are representing and their address in the tender opening register mandatorily.

viii In all the matters of dispute, the decision of the Sr.DEE/M/SC shall be firm and binding.

ix Tender should be submitted for the entire work.

x 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. Further it shall not be obligatory on the said authority to award contract to a single tenderer for the entire work. The said work may be bifurcated and awarded to more than one tenderer in the interest of the Railways.

xi If the tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless the firm retains its charter.

Signature of Tenderer

Page 9 of 86

xii The authority for acceptance of the Tender will rest with the Sr.DEE/M/SC, South Central Railway, Secunderabad who 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 tender or tenders. Railway has the right to summarily reject the offer, which do not fulfill the Eligibility criteria as per para (viii) of the tender conditions.

xiii

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 the negotiations.

xiv

I________________ do declare that in the event of failure or the contemplated negotiations relating to Tender No.__________________________________________ opens on ______________ my original tender shall remain open for acceptance on its original terms and conditions.

xv The tenderer shall fill the offer letter given at page Nos.5&6 in all aspects, while submitting the tender document.

2.0 TENDER ON WEB SITE: Tender Notice is available on www.scr.indianrailways.gov.in website for downloading of the tender document containing the detailed terms & conditions and schedules available from the date of publishing of the tender. The following conditions are to be followed for Submission of tender document down loaded from website.

i) Tenderer who is submitting down loaded (from Website) tender document must enclose with this tender document, a demand draft issued by any Nationalized Bank in favour of Sr.DFM/SC, South Central Railway/ Secunderabad towards the cost of the tender document. The EMD as specified in the tender form shall also enclosed along with the tender. Tender form shall be submitted as per procedure detailed at para 4.0 (i.e. submission of tender). Tender offer not accompanying with the requisite, as above, shall summarily be rejected.

ii) Only the original computer printout of the Tender document downloaded from the website must be submitted. Photo copies are not acceptable. Tenders submitted in photo copies of down loaded document is liable to be rejected. If during the process of finalization, it is detected that Tenderer has submitted the tender document by making any changes / additions / deletions in the tender document down loaded from the website, his offer will be summarily rejected and the Earnest Money deposited by the Tenderer shall be forfeited by the Railways.

iii) However, in case of any difference / dispute between the downloaded tender document from the website, the information available in the Railways original document will be treated as final.

iv) Non-fulfillment of the requirements is liable for rejection of the offer of such Tenderer.

Signature of Tenderer

Page 10 of 86

3.0 TENDER DOCUMENT:

i) The specified cost of tender document should be in the form of a Demand Draft to be obtained from any Nationalized Bank in favour of Sr.DFM/SC, South central Railway, or paid by cash to the Chief Cashier (Pay), South Central Railway, Secunderabad located at Old FA & CAO/SC’s Office Compound Secunderabad and obtain necessary Cash Receipt. The Original Demand Draft / Cash Receipt should be submitted along with the requisition, for issue of the tender document.

ii) The tender document is not transferable and the cost of tender document is not refundable in any circumstances.

iii) Tender document can also be downloaded from the web site detailed at para 2.0

4.0 SUBMISSION OF TENDER:

(i) The Tender document shall be submitted by duly enclosing in a sealed cover giving details of “Tender Number and Name of the work “ ON THE COVER and addressed to the Senior Divisional Electrical Engineer (Maintenance)/Secunderabad Division, South Central Railway, Secunderabad - 500 025, in the Tender box placed at Tender Hall, DRM office Hyderabad Division, SC Railway Secunderabad 500 071, Andhra Pradesh, but not later than the last Date and time for submission of tenders.

(ii) The tender document which cannot be dropped in the Tender box due to large size, shall be

handed over to the officers indicated where tender box is placed, in person not later than the prescribed date and time and the receipt thereof obtained.

(iii) Tender submitted after stipulated time and date will not be accepted. Delay in transit will

also not be accepted. Firms submitting their offer by Registered post, may submit their Tender by Registered Post with acknowledgement due, so as to reach this office of the Senior Divisional Electrical Engineer (Maintenance) / Secunderabad Division, South Central Railway, Secunderabad - 500 025, not later than prescribed date and time.

5.0 IF TENDER OPENING DAY HAPPENS TO BE THE HOLIDAY: If tender opening day happens to be the holiday, the tender will be opened on the next working day at the same time and place.

6.0

VALIDITY OF OFFER: The offer of the Tender shall be valid for a minimum period of 90 days from the date of tender opening

Signature of Tenderer

Page 11 of 86

7.0 TENDER VALUE : Tender value is 56,90,196/-/- (Rupees Fifty Six Lakhs Ninety Thousand and One hundred Ninety Six only). The rates quoted by the tenderer should be firm and no variation/conditions shall be accepted. The offer shall be filled up in the SCHEDULE OF RATES & QUANTITY of tender booklet with percentage at par / below / above as indicated therein.

8.0 8.1.0 ELGIBILITY CRITERIA: (For works whose advertised Tender value is costing above Rs 50 Lakh.). For Tenders of value more than Rs.10 Crore, JV Firm is eligible for the Tender subject to fulfillment of Technical and Financial eligibility as per Clause 65 of GCC. Sl.no Eligibility criteria Requirements 8.1.1

Electrical License :

The Tenderer should have valid “B” Grade “Electrical License” issued by Electrical Licensing Board of any state. The license should have been issued on a date prior to the date of tender opening.

8.1.2 Similar nature of work physical completed during the last three Financial Years* and in the current Financial Year**.

Eligibility in terms of Experience: The Tenderers(s) should have physically completed at least one similar nature of single work for a minimum value of 35% of advertised tender value within the qualifying period i.e., last three Financial Years * and in the current Financial Year ** up to the date of Tender opening (even though the work might have commenced before the qualifying period).

8.1.3 Total contract amount received during the last three Financial Years* and in the current Financial year**.

Eligibility in terms of Turnover: The total contract amount received during the last three Financial Years and in the current Financial Year up to the date of Tender opening should be a minimum of 150% of Advertised Tender value. a) Tenderer(s) should submit to this effect certificate in

original or an attested certificate from the Govt./Semi Govt./ Public sector undertakings for the work done for them.

or b) Audited balance sheet along with P&L A/C duly certified

by the Chartered Accountant as detailed in Tender document

Note : *Financial Year shall normally, be reckoned as 1ST April to 31 st March of the Next Year . However, for Turnover Criteria, the Financial Year as applicable to the Company / Tenderer is to be considered, if it defers from the above. **Current Financial year is reckoned as the incomplete Financial year in which the date of tender submission falls.

Signature of Tenderer

Page 12 of 86

8.2.0 CLARIFICATION ON “SIMILAR NATURE OF WORK” AND DETAILS: 8.2.1 Similar nature of work:- “Works of wiring /cabling or installation and commissioning of electrical items (other than on coaches) such as lights, fans, pumps, charging arrangements earthings etc (with or without supply of items/equipments) for 230 V, 1 phase or 415 V, 3 phase system or higher voltages.” 8.2.2 Similar Nature of works physically completed within the qualifying period i.e three last 3 Financial and the current Financial year should only be considered in evaluating the Minimum Eligibility criteria (even though the work might have commenced before the qualifying period). 8.2.2.1 The works executed by the tenderer for any Govt./Govt. Bodies/PSUs shall only be considered for eligibility for credential verification of similar nature of work. As such works executed for any Private Company/Individual shall not be treated as eligible works executed and certificates issued on behalf of Private Company/Individual will not be considered. 8.2.2.2 Tenderer should submit attested copy of work experience certificate in Annexure –‘E’ to establish the eligibility criteria. All details as required in the Annexure –‘E’, shall be made available otherwise the information is treated as incomplete. 8.2.2.3 The work experience certificate shall be in the name and style of the tenderer participating or as per provisions under Clause 65.16 of GCC for JV Firm, if eligible to participate. However, in case the tenderer is submitting the certificate issued to a JV firm of which the tenderer is a member, the credentials proportionate to his share in the JV will be considered. The tenderer shall submit a copy of relevant JV Agreement attested by any Gazetted Officer along with the Tender. 8.2.2.4 The work experience certificate shall be issued by an officer not below the rank of JA Grade or Bill passing Officer in Railways and Bill passing officer/Executive In-charge of work in other Govt./Govt. bodies/ PSUs. The certificate should bear the signature and seal of the issuing officer, name of the department etc. 8.2.2.5 In case the Certificates / Documents produced are proved to be false and /or fabricated, the entire Earnest Money (EMD) will be forfeited.

8.2.2.6 Work experience certificate (Annexure-E) shall be attested by any Gazetted officer, in case photo copies are submitted. 8.2.3 VALUE OF SIMILAR WORK TO BE CONSIDERED:- 8.2.3.1 The total value of similar nature of works completed during the qualifying period, and not the payments received within qualifying period alone, shall be considered. 8.2.3.2 In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including Statutory Deduction will be considered.

Signature of Tenderer

Page 13 of 86

8.2.3.3 If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including Statutory Deduction will be considered. 8.2.3.4 However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility. 8.2.3.5 In case of composite works involving combination of different works, even separately completed works of required value should be considered while evaluating the eligibility criteria. 8.2.3.6 The value of work completed will not include the cost of any materials issued free of cost by the Railway/Department concerned. Only cash value of the Agreement and executed cash value will reckon for eligibility. 8.3.0 CLARIFICATION ON “ELIGIBILITY ON ANNUAL CONTRACTUAL TURNOVER AND DETAILS TO BE FURNISHED ALONG WITH THE TENDER DOCUMENTS”

8.3.1 The total contract amount received in the last three financial years and the current financial year up to the date of tender submission shall be at least 150% of the Tender value. 8.3.2 For the completed Financial years, the Tenderer can submit either Audited Balance sheets showing clearly the contractual / work receipts in the Profit & Loss account of the Balance sheet, duly supported by a Turnover certificate from the Chartered Accountant as per Annexure-F. Or Certificate(s) in original issued by Executive or Nominated Authority of the Department certifying the bill amounts paid Agreement-wise and Date-wise or photo copy of such certificate attested by a Gazetted Officer, such certificates will be accepted only from Govt/Govt.bodies/PSUs by authorities mentioned at para 2 above.

8.3.3 For the incomplete Financial year i.e., the Current year and for any Un-Audited completed Financial year, only certificate on contractual / work receipts in original issued by Executives of the Govt/ Govt.bodies / PSUs from whom the payments were received or photo copy of such certificate attested by a Gazetted Officer, giving details of receipts Agreement wise and Date- wise will be accepted as proof of contractual Turnover for the current year and that completed but un-audited Financial year. Certificates issued by Private companies/Individuals will not be entertained. 8.4.0 ADDITIONAL DOCUMENTS TO BE SUBMITTED ALONG WITH THE TENDER:- 8.4.1 List of personnel organization available on hand and proposed to be engaged for the subject work. These two lists should be given separately and signed by the Tenderer and are to be submitted in the Proforma given in the Annexure-‘A’.

Signature of Tenderer

Page 14 of 86

8.4.2 List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work and this list shall be signed by the tenderer and is to be submitted in the proforma given in the Annexure-‘B’. 8.4.3 List of completed works in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work, date of actual start, actual completion and final value of contract should also be given in the Annexure -‘C’. 8.4.4 List of works on hand indicating name of work, contract value, bill amount paid so far, due date of completion etc. to be furnished by contractor in Annexure-‘D’ and this certificate is to be signed by the contractor. 8.5.0 A check list of documents to be submitted at the time of tender submission is given at PageNo.3,(Annexure–I) of this document for easy guidance and compliance from prospective Tenderers. 8.6.0 DELAYED/POST TENDER SUBMISSION OF DOCUMENTS/INFORMATION OF MANDATORY NATURE LINKED TO ELIGIBILITY CRITERIA CALLED FOR AT TENDER STAGE:- 8.6.1 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 above along with their Tender to establish their credentials shall be summarily rejected, even though they are working contractors or contractors on approved list. 8.6.2 (i)The offer shall be evaluated only from the certificates/documents (as referred above)

submitted along with the tender offer.

(ii) Any Certificate/Documents offered after the tender opening shall not be given any credit and shall not be considered.

(iii) Tenderer(s) 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.

(iv) Railway reserves the right to verify the authenticity of the documents/information

furnished.

9.0 If any certificates or details enclosed by tenderers are found to be fake/bogus/tampered, such of those agencies shall not be awarded any work in S.C. Railway for a period of 5 years from the date of opening of tender. Joint ventures or partnership firms or any other nature of firms in which such agencies are a party shall also not be awarded any work for this period of 5(five) years.

10.0 PLACE OF WORK : Within the jurisdiction of Secunderabad Division / South Central Railway.

Signature of Tenderer

Page 15 of 86

11.0 OFFICER INCHARGE :

Senior Divisional Electrical Engineer / Maintenance / Secunderabad, Divisional Electrical Engineer / Maintenance / Secunderabad Asst Divisional Electrical Engineer / PRS / Secunderabad Asst Divisional Electrical Engineer / Maintenance / Kazipet

12.0 NOMINATED SUPERVISORS : Senior Section Engineer /M/SNF Senior Section Engineer / M/MLY Senior Section Engineer / M/RDM Senior Section Engineer / M/DKJ

13.0 DURATION OF CONTRACT PERIOD : (i) The contract shall be in force for a period of 6 months from the date of issue of letter of

acceptance. (ii) If during the course of contract, the administration feels that it is not necessary to

continue the contract due to administrative reasons, the contract stands foreclosed with immediate effect without assigning any reasons.

14.0 EARNEST MONEY DEPOSIT:

i) Earnest Money should be deposited in favour of the Sr DFM/SC, South Central Railway,

in the form of Banker’s Cheque / Demand Draft executed by State Bank of India or any of the Nationalized Banks or Scheduled Banks or Money Receipt obtained from the Chief Cashier (Pay), S.C.Railway, Secunderabad after paying the specified amount in cash. The original Demand Draft /Bankers Cheque/Cash Receipt should be submitted along with the offer.

ii) Cash will not be accepted by Chief Cashier (Pay) after 14.30 hrs on the last date of sale of tender document mentioned under tender details sheet.

iii) Cheque, war Bonds and Government promissory Notes, Bank Guarantee bonds will not be accepted towards the Earnest money.

iv) The Tender should be accompanied with the required EMD whether the participant belongs to Small Scale Unit, registered with National Small Scale Corporation, Registered with DGS & D or Stores Department of any Railway etc., as this is a works contract.

v) No other mode of payment will be entertained for cost of tender documents and EMD other than the mode of payment specified above. Offer received without valid form specified above towards cost of Tender or EMD or both will be summarily rejected.

Signature of Tenderer

Page 16 of 86

vi) EMD of the unsuccessful tenderer will be returned after finalization of the tender.

No interest is payable on the EMD.

15.0 SECURITY DEPOSIT: The Railways will retain the Earnest Money deposited by the successful contractor and will be adjusted in security deposit to be paid by the contractor and balance recovered from the contractor’s bills.

i) Security deposit for this work is 5% (Five percent) of the contract value.

ii) The rate of recovery will be at the rate of 10% (Ten Percent) 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 BG, FD etc. shall be accepted towards the security deposit.

iv) Security deposit will be returned to the contractor after the expiry of guarantee maintenance period of the work as certified by the Competent Authority and after passing the final bill. The Competent Authority shall normally be the authority who is competent to sign the contract.

v) If the competent authority is of the rank lower than JA grade, then a JA Grade Officer (Concerned with the work) should issue the certificate. The certificate inter-alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor and that there is no due from the contractor to the Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

vi) 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 `50 crores and above, irrevocable bank guarantee can also be accepted as a mode of obtaining security deposit.

16.0 PERFORMANCE GAURANTEE:

i. The contractor shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. From 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG before 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

Signature of Tenderer

Page 17 of 86

shall be debarred from participating in re-tender for that work”.

ii. The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value. The Bank Guarantee shall be valid for the period of completion of work specified in the Tender document plus additional six months from the date of issue. Whenever the contract period exceeds within the variation, the contractor shall submit extension of bank guarantee which shall be valid for 6 months beyond the balance contract period (balance contract period + 6 months)

a. A deposit of cash

b. Irrevocable Bank Guarantee.

c. Government Securities including State Loan Bonds at 5% below the market value.

d. 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.

e. Guarantee bonds executed or deposits receipts tendered by all Scheduled Banks.

f. A Deposit in the Post Office Saving Bank

g. A Deposit in the National Savings Certificates

h. Twelve years National Defence Certificates

i. Ten Years Defence Deposits

j. National Defence Bonds and

k. Unit Trust Certificate at 5% below market value or at the face value whichever is less.

l. Also FDR in favour of Sr.DFM/SC (free from any encumbrance) may be accepted

NOTE: The instruments as listed above will also be acceptable for Guarantee in case of Mobilization advance.

iii The performance Guarantee shall be submitted by the successful bidder after the letter of acceptance (LOA) has been issued, but before signing of the contract agreement. This PG shall be initially valid up to the stipulated date of completion plus 6 months 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 6 months.

iv

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

v The Performance Guarantee (PG) shall be released after physical completion of the work based on ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall however, be released only after expiry of the maintenance period and after passing this final bill based on No Claim Certificate from the contractor.

Signature of Tenderer

Page 18 of 86

vi 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 with risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm. Then every member / partner of such a firm shall be debarred from participating in the tender for the balance work in his / her individual capacity or as a partner of any other JV / Partnership firm.

vii 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 only other provisions in the contract agreement) in the event of a) Failure by the contractor to extend the validity of the Performance Guarantee as

described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

b) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses / conditions of the Agreement within 30 days of the service of notice to this effect by Engineer.

c) 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.

17.0

AGREEMENT: The successful tenderer have to execute an agreement with the Railways for executing the work as Tendered and accepted by Railways within stipulated time from the date of issue of letter of acceptance, failure to do so may constitute a breach of the agreement effected by the acceptance of the tender in which case, the earnest money accompanying the tender may be forfeited by the Railways as liquidated damages for such default. In the event as “Tenderer whose tender is accepted & refuse to execute the contract documents within the stipulated period, the Railway may deter that the tenderer has abandoned the contract and upon his Acceptance has to forfeit the earnest money as liquidated damages for such default. Performance guarantee should also be submitted within this time limit and valid till the expiry of maintenance period. The Tenderer should sign one copy of the General conditions of contract (form enclosed) as a token of acceptance at the time of executing the agreement.

18.0 FAILURE TO PERFORM: If the Contractor fails in the performance of the contract, South Central Railway may without prejudice to his other rights, cancel the contract or a portion thereof and Railway shall be entitled to forfeit PG, EMD & SD as per the provision of GCC.

Signature of Tenderer

Page 19 of 86

19.0 TAXES & DUTIES:

The rates quoted in “schedule of rates and quantities” shall be inclusive of ED, VAT, ST, CST,

Building cess & Octroi etc., No reimbursement or claim what so ever will be allowed. Form “D’ will not be issued by Railways. Railways will be recovering Sales Tax as per prevailing rate @ 5%. In case any change in the sales tax rates during the currency of contract, then the sales tax shall be recovered at rates applicable during that contract period. The contractor shall not be compensated for any change in the rates of the sales tax during the execution of the contract. The Railway will also recover other applicable taxes viz., IT, education cess, building cess etc., for all the payments being made.

20.0 EMPLOYMENT OF ENGINEERING GRADUATE/DIPLOMA HOLDERS The Contractor is required to employ the Engineers / Diploma holders as indicated below:

Contract Value No. of Engineer/Diploma holders to be employed

Duration

Between 25.0 lakhs to 2.0 crores

One qualified Diploma holder Engineer

Duration of the contract

2.0 crores and above One qualified graduate Engineer

Duration of the contract

21.0 VARIATION CLAUSE :- i. Individual items in contracts shall be operated with variation of plus or minus 25% and

payment would be made as per the agreement rate for this no finance concurrence would be required.

ii. In case an increase quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions (a) Operation of an item by more than 125% of the agreement quantity needs the approval

of an officer of the rank not less than S.A. Grade. 1. Quantities operated in excess of 125% but up to 140% of the agreement quantity of the

concerned item shall be paid at 98% of the rate awarded for that item in the tender. 2. Quantities operated in excess of 140% but up to 150% of the agreement quantity of the

concerned item shall be paid at 96% of the rate awarded for that item on the tender. 3. Variation quantities of individual items beyond 150% will be prohibited and would be

permitted only in exceptional unavoidable circumstances with concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in the tender.

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

(c) Execution of quantities beyond 150% of the overall agreemental value should not be

Signature of Tenderer

Page 20 of 86

permitted and if found necessary should be only through fresh tenders or by negotiation with existing contractor with prior personal concurrence of FA&CAO/FA&CAO© and approval of General Manager.

iii In case where decrease is involved during execution of contract:

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

(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken after obtaining ‘No claims certificate’ from the contractor and with finance concurrence, giving detailed reasons for each decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same work.

iv. 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 agreement value.

v) No such quantity variation limit shall apply for foundation items.

vi) As far as SOR items are concerned, the limit of 25% would be apply to the Value of SOR schedule as a whole and not an individual SOR items. However, in case of NS items, the limit of 25% would apply on the Individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

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

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

ix) For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value may be accepted by General Manager.

x) The aspect of variation 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.

22.0

i.

PAYMENT TERMS : On completion of each item of work or part of any item in Schedule on agreed items, the Contractor shall be due for payments to the extent of 100% of the prices for supply and erection included in schedule. Payment will be made based on Schedule rates for the various items of Schedule items, loaded with the percentage quoted by the contractor for schedule items. The payment will be arranged to the contractor on submission of bills. In respect of the above claim, the following documentation is to be invariably adhered to

Signature of Tenderer

Page 21 of 86

a. Work done statement shall be prepared by the contractor and submitted to the nominated Railway supervisor for completed portion of work for which the payment is claimed duly signed by the contractor as well as nominated Railway supervisor.

b. Based on the work done statement, measurements will be recorded in the Measurement Book (MB) by the Nominated Railway supervisor.

ii. Certified that the 20% check conducted against the work undertaken by me and found satisfactory (this should be done by concerned ADEEs/DEE.)

23.0 PAYING AUTHORITY : The paying authority for this contract is Sr DFM/SC, Secunderabad Division

24.0 PROVISIONS OF CONTRACT LABOUR REGULATION AND ABOLITION ACT: (i) The Contractor shall comply with the provisions of the Contract Labour Regulation and Abolition act 1970 and the Contract Labour Regulation and Abolition Central Rules, 1971, as modified from time to time, wherever applicable, and shall also indemnify the Purchaser from and against any claims under the aforesaid Act and the rules. (ii) The Contractor shall obtain a valid license under the aforesaid Act as modified from time to time before the commencement of the work and continue to have a valid license until the completion of the work. The valid license, issued concerned state Government, shall be submitted by the successful tenderer before signing of the agreement. Any failure to fulfill this requirement shall attract the penal provisions of the contract arising out of resultant non-execution of the work. (iii) The Contractor shall pay to labour employed by him, directly or through Sub-contractors, the wages as per provisions of the aforesaid Act and the rules, wherever applicable. The Contractor shall, notwithstanding the provisions of the contract, cause to be paid the wages to labour indirectly engaged on the work including any engaged by his sub-contractors in connection with the said work, as if the labour has been immediately employed by him. (iv) In respect of all labour directly or indirectly employed in the work for performance of the Contractor's part of the contract, the Contractor shall comply with or cause to be complied with the provisions of the aforesaid Act and the rules wherever applicable.

(v) In every case in which, by virtue of the provisions of the aforesaid Act or the rules, the Purchaser is obliged to pay any amount of wages to a workman employed by the Contractor or his Sub-contractor in execution of the work or to incur any expenditure in providing welfare and health amenities required to be provided under the aforesaid Act and the rules or to incur any expenditure on account of the contingent liability of the Purchaser due to the Contractor's failure to fulfill his statutory obligations under the aforesaid Act or the Rules, the Purchaser will recover from the Contractor the amount of wages so paid or the amount of expenditure so incurred, and without prejudice to the rights of the Purchaser under Section 20 Sub-section (2) and Section 21 Sub-section (4) of the aforesaid Act, the Purchaser shall be at liberty to recover such amount or part thereof by deducting it from the Security Deposit and/ or

Signature of Tenderer

Page 22 of 86

from any sum due by the Purchaser to the Contractor whether under the contract or otherwise. The Purchaser shall not be bound to contest any claim made against it under sub-section (1) of section 20 and sub-section (4) of section 21 of the aforesaid Act except on the written request of the Contractor and upon his giving the full security for all costs for which the Purchaser might become liable in contesting such claim. The decision of the Purchaser regarding the amount actually recoverable from the Contractor as stated above, shall be final and binding on the Contractor.

25.0 PARTNERSHIP FIRM : In 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 as per below Clause should be submitted along with the tender document. In case of limited company, Tenderer shall submit an attested copy (attested either by Notary or by Gazetted officer) of Memorandum and Articles of Association, power of Attorney by the company authorizing the person to act on its behalf. Also in case of sole proprietary concern, the fact of the same should be clearly mentioned while submitting the tender document. Without the above, tender will be treated as having been submitted by individual signing the tender document in personal capacity only and thus credentials for firm/company/sole proprietary concern (which they would otherwise have been representing) shall not be considered even if such firm/company/sole proprietary concern is working contractor or is contractor borne on approved list or had in past or in other tenders submitted such documents

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.

III. 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 contract.

Signature of Tenderer

Page 23 of 86

Consortium agreements, Joint ventures and MOU will be not be considered for this tender.

26.0 ACCIDENTS: The tenderer shall indemnify and keep the Purchaser / Consignee indemnified and harmless against all actions, suits, claims, demands, costs, charges or expenses arising in connection with any death or injury sustained by any person or persons within the Railway premises and any loss or damage to Railway property sustained due to the acts or omission of the tenderer’s his agents or his staff during the execution of this contract irrespective of whether such liability arises under the Workman’s Compensation act, or Fatal Accident Act or Factory Act or Payment of Wages Act or any other statute in force for the time being.

27.0 SAFETY MEASURES: The tenderer shall take all precautionary measures in order to ensure the protection of his own personnel moving or working on the Railway premises, but shall then confirm to the rules and regulations of the Railway. All safety equipment to be made available to his personnel during execution of work in the Railway premises. The tenderer should abide by all Railway regulations in force from time to time and ensure that the same are followed by his representatives, agents or subcontractor or workmen The tenderer should ensure that unauthorized, careless or inadvertent operation of installed equipment which may result in accident to staff and / or damage to equipment does not occur. If at any time the works to be carried out directly concern the safety of trains, the tenderer’s staff must comply fully with Railway regulations given to him by the authorized Railway staff. The tenderer’s employees and workers may for no reason operate an installation concerning train safety or train movement. They shall notify the authorized representative of the purchaser/ consignee who will take all necessary steps in this regard.

28.0

ARBITRATION : Arbitration clause will be as per the general conditions of contract (GCC) of the Railways

i) The provision of clause 63 and 64 of General conditions of Contract will be applicable only

ii) for settlement of claims/disputes, for values lessthan 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 refernce to arbitration and the provisions of clause Nos. 63&64 of the general conditions of contract will not be applicable for referring disputes to be settled through arbitration.

ii) 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

Signature of Tenderer

Page 24 of 86

disputes only once, subject to conditions as per para above. iii) The rates include all lead and if the materials obtained by rail all freight charges including loading charges will be charged. iv) Sales tax, Royalities and octroi duties, if any, that may be payable under provincial Government sales tax 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. v) If any dispute or differences of any kind whatsoever arises between parties hereto in connection with or arising out of this agreement parties the aggrieved party shall spell out the differences in writing and parties hereto shall promptly and in good faith negotiate with a view to its amicable resolution and settlement. vi) In the event no amicable resolution and settlement is reached within a period of 90 days from the date of which the dispute / differences arose, demand in writing shall be made for arbitration. The dispute / differences of either party shall be referred to the sole arbitrator appointed by the General Manager, South Central Railway, who shall be Railway gazetted officer not below the rank of junior administrative grade within 60 days from the date of receipt of request / demand. vii) The gazetted Railway Officer to be appointed as arbitrator, however will not be one of those who had an opportunity to deal with the matter to which the contract relates. viii) It is a term of this agreement that in the event of the arbitrator to whom the matter is originally referred being transferred or vacating his office or being unable to act for any reason, General Manager of this Railway shall appoint another person to act as Arbitrator in accordance with the terms of this agreement. Such person shall be entitled to proceed with the reference from the stage at which the predecessor left it. ix) The existence of any dispute or difference or the initiation or continuance of the arbitration proceedings shall not postpone or delay performance by parties of their respective obligations pursuant to the agreement. x) Parties agree that the arbitrator(s) shall determine and make an award as to costs of the arbitrations proceedings. xi) For all matters not specified under this agreement, the provisions of the Indian Arbitrators & conciliation Act 1996 or any statutory modification or re – enactment there of and the rules made there – under shall apply.

29.0 JURISDICTION OF THE COURTS: The courts of the place where the contract has been entered by South Central Railway i.e. courts of Hyderabad / Secunderabad shall alone have the Jurisdiction to decide any dispute arising out of or in the respect of the contract.

Signature of Tenderer

Page 25 of 86

30.0

SUBLETTING AND ASSIGNMENT: The Contractor shall not sublet, transfer or assign the contract or any part thereof or interest therein or benefit or advantage thereof in any manner whatsoever to any other firm/person, without the previous consent of the Railway in writing. In the event of the Contractor subletting or Assigning this contract or any part thereof without any such permission, this will be deemed as the breach of contract and South Central Railway shall be entitled to cancel the contract and take appropriate legal action against him.

31.0 OWNERSHIP OF REJECTED / OLD COMPONENTS : The owner ship of the released materials shall be sole ownership of Railway administration.

32.0

SPECIAL CONDITIONS OF CONTRACT Special Conditions Of Contract & Scope Of Work : SCOPE OF WORK : Secunderabad Division - Electrical Maintenance Department : Electrification of (i) Cover over sheds at MDR, BMT, MCI & Bus type shelters at CHZ, PBP, WP, IPG, NSKL, YSPM. (ii) Extension of platforms at PCZ, GHPU, (iii) Circulating area at MLY, RGPM. (iv) Booking office at SC & CHZ (v) Pay and use toilets a BDCR & DKJ. & (vi) Provision of lighting arrangements at platform Tandur and Lingampalli stations” The entire work shall be carried out under direct supervision of Railway Supervising official. 1. The execution of work shall be carried out in conformity with latest instructions and

maintenance manuals of Railways with the approval of Railways nominated supervisor. 2. The contactor should depute adequate skilled staff so as to undertake the work as per

Railways Scope of Work and within the stipulated schedule timings.

3. Material required for execution: The contractor shall not use any other material during execution other than that approved by Railways.

4. The drawing and specifications mentioned in the Explanatory note can be seen in the office

of Sr.DEE(Maintenance)Secunderabad during office working hours, by the tenders before quoting to the work.

5. Scheme of work : a) Within a period of 30 days beginning from the date of issue of Letter of Acceptance of Tender, the Contractor shall submit to purchaser’s engineer the following documents

i. Five percent of agreement value amount towards performance guarantee in the form as explained at para 16.

Signature of Tenderer

Page 26 of 86

ii. List of makes proposed to be used in the work to be submitted in the form of Annexure to the covering letter in four copies for approval. No materials shall be ordered unless makes for each item of Schedule is approved.

iii. Detailed time schedule for design and completion of various items of work. (b) WORKS TO BE DONE AS APPROVED: The planning shall be finalized in consultation with the Purchaser and approved by the later in writing before commencement of the work and the Contractor shall be held responsible for the execution of the work in full compliance with approved design and drawings. Designs and drawings modified at site by the Purchaser’s Engineers shall be treated as approved. However, such modifications shall be incorporated in the designs and drawings and resubmitted for formal approval. c) FORTNIGHTLY PROGRESS REPORT : The Contractor shall furnish to the purchaser’s Engineer every fortnight a progress report showing progress of finalisation of designs and drawings, materials and equipment received at site and the works carried out during the preceding fortnight and up to the date progress of these items along with the total quantum of designs and drawings, materials and equipments and the works required for the contract. (d) Drawings to be submitted in two copies for approval. After approval in principal, copies to be submitted. As created drawings incorporating corrections to be submitted in two copies for approval. After approval, 6 hard copies and one soft copy in CD / Pen drive media also shall be submitted. (e) Programme of work:

(i) The contractor shall have necessary resource to execute the work so that subject works are completed within stipulated period from the date of issue of letter of acceptance of Tender.

(ii) The contractor on his part will have to employ labour in full strength commensurate

with the working. He will also arrange matching materials and equipment to complete the job most expeditiously so as to ensure that the work is completed within the stipulated period.

33.0 RESPONSIBILITIES OF CONTRACTOR :

Following are the responsibilities of the Contractor.

i)

All designs and drawings submitted by the Contractor shall be based on a thorough study and shall be such that the Contractor is satisfied about their suitability. The Purchaser’s approval will be based on these consideration, notwithstanding approval communicated by the Purchaser, during the progress of the contract for designs and drawings, prototype samples of components, materials and equipment after inspection of materials, after erection and adjustments to installations, the ultimate responsibility for correct design and execution of work shall rest with

Signature of Tenderer

Page 27 of 86

ii) iii) iv) v)

the Contractor unless the Purchaser insists on adoption of his own designs in spite of the Contractor not being agreeable to it. The Contractor shall be responsible and shall bear and pay the costs for any alteration of works arising from any discrepancies, errors to omissions in the designs and drawings supplied by him, whether such designs and drawings have been approved by the Purchaser or not. Contractors staff should not have any criminal background. Night Work : During the course of work, if night works to be resorted to, the contractor shall make necessary arrangements for lighting the area etc., at his own cost and ensure that there shall be safe working to the required standard in the night. If night work is permitted by the Railway, the quoted rates shall hold good for the items of the work done during night also. Power supply : Railways will provide free power supply for minor works. Any major works like fabrication, welding works etc., will be chargeable. The bifurcation of major or minor works will be in the discretion of Rly. Site Engineer. The successful contractor shall have to tap from the nominated Railways supply point by suitable size cable for their M&P required during execution of the tendered work under the guidance of Rly. Site Engineer. Engagement of local labour : As far as possible, local labour to be employed for both skilled and unskilled jobs. Necessary records are to be maintained for the work done as per the schedules by the contractor

34.0 PENALTIES : In case the contractor fails to employ the Qualified Engineer as aforesaid in Para 23 (Employment of Engineering Graduate / Diploma holder) the penalties will be levied for each month or part thereof for the default period, as per the following.

Contract Value No. of Engineer/Diploma holders to be employed

Penalties

Between 25.0 lakhs to 2.0 crores

One qualified Diploma holder Engineer

Rs.25,000/-

2.0 crores and above

One qualified graduate Engineer

Rs.40,000/-

35.0

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

Signature of Tenderer

Page 28 of 86

36.0

EXTENSION OF TIME: If such a failure as aforesaid shall have arisen from any cause which the Purchaser may admit as being a reasonable ground for extension of time the Senior Divisional Electrical Engineer (M), Secunderabad or his successor(s) / nominee shall allow such additional time as he may in his absolute discretion consider to be reasonably justified by the circumstance of the case. The Contractor shall apply for extension at least one month before the expiry of the period of completion. Also see General Conditions of Contract Clause 17(A) and 17(B)

37.0 QUALITY ASSURANCE OF MATERIALS :

All the material, required for this work shall be subject to inspection to ensure that the work is done in accordance with specification, drawings and is of the best quality suitable for the purpose. Following inspection schedule shall be followed.

a. Inspection of material :-

i).At Firm's Premises :- List of Items Inspection by consignee / RITES given in the tender Document, shall be done by the Railways representative /RITES. Firm shall submit the test reports. The list of stores to be inspected by RITES, the contractor shall submit the details of the material being offered before actual delivery, so that the inspection can be arranged at the manufacturers premises / consignee premises. Where RITES is nominated as inspection agency, the inspection fee as charged by the RITES shall be borne by Railway for the first inspection call, for the lot offered. In case the material is rejected or not found suitable or incomplete, any additional fee charged by RITES for second or more inspection calls, the fee claimed by the RITES shall be borne by the contractor. Hence Contractor therefore shall ensure that the material offered for inspection at proper stage, when it is ready for inspection. ii).After Receipt of material :- Inspection of other items shall be done at the depot / site by Railway Engineer’s representative. Contractor shall produce all the test reports, done at factory, delivery challans, authorized dealership certificates etc. during inspection to the Railways inspecting authority. iii).All the defects / discrepancies, if any, pointed out during the inspection should be attended by the contractor immediately.

b. Stage inspection of work :- Stage inspection shall be carried out by the Railway Engineer's representative from time to time during execution of the work at site. All the shortcomings noticed during stage inspection shall be attended by the contractor.

c. Final Inspections :- After completion of whole or part of work, contractor shall offer it

for final inspection and testing. All the shortcomings noticed during final inspection shall be attended by the contractor immediately and a joint inspection shall be carried out by Railway Engineer's Representative and by Contractor representative after completion of the entire work and a joint inspection / measurement report shall be made. The joint

Signature of Tenderer

Page 29 of 86

measurements / inspection report shall be signed by the contractors representative, Railway's authorized Engineer for that work. Any defect /shortcomings noticed shall be attended by the contractor immediately before claiming the bill .

38.0 DEFECTIVE EQUIPMENTS TO BE CHANGED:

Defective equipments during guarantee period either due to materials or workmanship shall be replaced by the contractor. If defective equipments are not replaced in a reasonable time as decided by the purchaser, the same may be replaced by purchaser and in such cases, recoveries will be made from the contractor's SD or other bills with this unit or any unit of Indian Government.

39.0 USE OF REJECTED EQUIPMENT: In the event of such rejection as aforesaid, the Purchaser shall, without prejudice to his other rights and remedies and in particular without prejudice to his rights under the clause just preceding, be entitled to the use of the rejected equipment for a time reasonable sufficient to enable him to obtain other replacement equipment. During such period, if the rejected equipment is used commercially the Contractor shall not be entitled to the payment on energisation until such rejected equipment is rectified and / or replaced, but the Purchaser shall not be entitled to claim any damages arising out of rejected equipment in respect of such period.

40.0 The contractor shall submit as erected Drawings executed at site in CAD (Six copies) duly signed by the Railways site Engineer and the contractors representative and these copies should be handed over the time of final bill in the office of Sr.DEE(M)Secunderbad.

41.0 MAINTENANCE OF PERIOD: The contractor shall guarantee and maintain satisfactorily working of the installations erected by him for a period of 12 months from the date of completion of total work. During the period of guarantee and maintenance the contractor shall replace free of cost any parts which may be found defective in the equipment whether such equipments be of his own manufacture or of his contractors, whether arising from faulty design, material and workmanship. The contractor shall bear the cost of repairs carried out on his behalf by the purchaser at site. In such case, the contractor shall be informed in advance of the works proposed to be carried out by the purchaser. During the maintenance period, the contractor shall bear the responsibility and be liable for maintenance as envisaged in clause 47.0 of the GCC. ***

Signature of Tenderer

Page 30 of 86

SCHEDULE OF RATES & QUANTATIES Tender No: C/E/29/Elec/M/SC/51/PA/OT/2015-16 Secunderabad Division - Electrical Maintenance Department : Electrification of (i) Cover over sheds at MDR, BMT, MCI & Bus type shelters at CHZ, PBP, WP, IPG, NSKL, YSPM. (ii) Extension of platforms at PCZ, GHPU, (iii) Circulating area at MLY, RGPM. (iv) Booking office at SC & CHZ (v) Pay and use toilets a BDCR & DKJ. & (vi) Provision of lighting arrangements at platform Tandur and Lingampalli stations” This schedule shall be read in conjunction with its explanatory notes for detailed description of various items included herein.

Sl. No

Item No Description of the item Unit Total Qtys

Unit rate Total rate Material Erection Total Material Erection Total

Schedule "A" 1 2b(i) Concrete for foundations and plinth in other than hard soil

and rock Cu.M 28.5 3296 707 4003 93936 20150 114086

3a Supply and erection of following size PVC rigid conduit pipes of 2mm thickness as per BIS-9537 (latest) along with accessories.

2 3a(ii) 25mm Rmtr. 1205 19 3 22 22895 3615 26510 3d(I) Supply and erection of following sizes of HDPE pipes of

Grade PE-100, PN 6 (6Kg/Cm2 Capacity) with accessories as per IS 4984 - 1995

3 3d(I) iii 50 mm Rmtr. 1050 56 7 63 58800 7350 66150

Signature of Tenderer

Page 31 of 86

4 3d(I)iv 63 mm Rmtr. 3100 88 12 100 272800 37200 310000 5 3d(I)vii 110mm Rmtr. 175 248 33 281 43400 5775 49175 4a Supply and erection of following size GI concealed sheet

metal boxes

6 4a(iii) 4 module 4 55 7 62 220 28 248 7 4a(iv) 6 module 4 75 10 85 300 40 340 8 4a(v) 8 module Each 10 98 13 111 980 130 1110 9 4a(vi) 12 module Each 8 121 16 137 968 128 1096 4b Supply and erection of following size modular plates with

frame

10 4b(iii) 4 module 4 67 9 76 268 36 304 11 4b(iv) 6 module 4 93 12 105 372 48 420 12 4b(v) 8 module Each 10 114 16 130 1140 160 1300 13 4b(vi) 12 module Each 8 141 20 161 1128 160 1288 4c Supply and erection of following rating modular

sockets/switches.

14 4c(i) 10A 1-way switch Each 90 56 8 64 5040 720 5760 15 4cz(iii) 10A multi socket for cell phone pin or 2pin&3 pin with

safety shutter(Electric Grey/ Graphite Mangnesia/ Grande silver)

Each 38 95 10 105 3610 380 3990

4d Supply and erection of fan regulators.

16 4dz(iii) 5 step fan step regulator 2M modular switch board(Electric Grey/ Graphite Mangnesia/ Grande silver)

Each 8 272 36 308 2176 288 2464

4e Supply and erection of C/rose. 17 4e(i) Supply and erection of Three terminal Ceiling rose. Each 50 19 2 21 950 100 1050

Signature of Tenderer

Page 32 of 86

5a Supply and erection of following size of multistrand copper wires.

18 5a(i) 3Nos.. of 1.5 Sq.mm, of FRLS PVC insulated flexible multistrand copper wire including earth continuity wire .

Rmtr. 3356 40 5 45 134240 16780 151020

19 5a(ii) 2 Nos.. of 2.5 Sq.mm, 1No. 1.5 sq.mm of FRLS PVC insulated flexible multistrand copper wire including earth continuity wire .

Rmtr. 370 56 7 63 20720 2590 23310

20 5a(iii) 2Nos.. of 4.0 Sq.mm, 1No. 2.5 sq.mm of FRLS PVC insulated flexible multistrand copper wire including earth continuity wire .

Rmtr. 270 84 11 95 22680 2970 25650

21 5a(iv) 4No.s of 4.0 sq. mm, 1No. 2.5 sq.mm of FRLS PVC insulated flexible multistrand copper wire including earth continuity wire .

Rmtr. 1500 145 20 165 217500 30000 247500

5j Supply and erection of following size 4 core LTUG XLPE aluminium armoured cable as per BIS specification IS 7098 Pasrt I(latest) alongwith end terminations

22 5j(vi) 50 sq.mm. Rmtr. 175 223 29 252 39025 5075 44100 5j x Erection of following size 4 core LTUG XLPE

aluminium armoured cable alongwith end terminations

23 5j(iii)x 16 sq.mm Rmtr 4360 0 11 11 0 47960 47960

Signature of Tenderer

Page 33 of 86

5k Supply and erection of GI wire of following sizes.

24 5k(i) 8 SWG Mtr. 4050 8 1 9 32400 4050 36450 7a x Erection of Ceiling fans

25 7a(i)x Electric Ceiling Fan Capacitor Type Sweep Size:1400 mm Each 6 0 157 157 0 942 942

7c Supply and erection of exhaust fans of following sizes.

26 7c(v) 250 mm noise free exhaust fan with pvc body Each 6 1396 184 1580 8376 1104 9480

8a Supply and erection of following rating MCBs.

27 8a(i) 6/10/16/20/25/32A, B-curve SP MCBs with 10KA breaking capacity

Each 97 100 13 113 9700 1261 10961

28 8a(ii) 6/10/16/20/25/32A, B-curve DP MCBs with 10KA breaking capacity

Each 12 326 45 371 3912 540 4452

29 8a(vi) 6/10/16/20/25/32A, C-curve DP MCBs with 10KA breaking capacity

Each 13 494 69 563 6422 897 7319

8am Supply and erection of following rating Modular MCBs.

30 8am(iv) 40A, B-curve SP Modular MCBs with 10KA breaking capacity

Each 4 268 36 304 1072 144 1216

8bI Supply and erection of following types of SPN Single door DBs.

31 8bI(v) SPN 12 way Single door DB Each 2 1339 187 1526 2678 374 3052 8C Supply & erection of Double door (SPN) distribution

boards (Sleek type)

Signature of Tenderer

Page 34 of 86

32 8c(ii) SPN 6 way Double door DB 2 526 69 595 1052 138 1190 33 8c(iii) SPN 8 way Double door DB. Each 12 612 84 696 7344 1008 8352

9 All trench items 34 9a(ii) Excavation of cable trench in normal soil. Rmtr 4350 0 44 44 0 191400 191400

35 9a(xii) Excavation of cable trench incement concrete bed flooring as per the Rly specification No:C/E/UGC/1/92& Drg No:SC/A3/STD/1288 Alt-I

Rmtr 480 158 247 405 75840 118560 194400

36 9a(xiii) Excavation of cable trench across the trackas per the Rly specification No:C/E/UGC/1/92& Drg No:SC/A3/STD/1288 Alt-I

50 0 265 265 0 13250 13250

37 9a(xiv) Excavation of PF surface and laying of cable in HDPE/GI pipes

Rmtr 200 0 90 90 0 18000 18000

10 Earthing 10a Provision of Ordinary LT Earthing arrangements as per

Drg No. SC/E/SK-18/2004 and CEE/SC’s specification No. CE/EA/6/92. .

38 10a(i) Excavation earth of pit in Normal soil and refilling (for earth pit 0.2 CUM).

Cu. Mtr.

13 0 221 221 0 2873 2873

39 10a(ii) Excavation earth of pit in Hard soil and refilling (for earth pit 0.2 CUM).

Cu. Mtr.

13 0 445 445 0 5785 5785

Signature of Tenderer

Page 35 of 86

40 10a(iii) Supply and erection of "B" Class(medium) GI pipe of dia 50mm with 3.2 thickness (2.5mtrs for earth pit).

Rmtr 65 256 34 290 16640 2210 18850

41 10a(iv) Charcoal kg. 1300 6 1 7 7800 1300 9100 42 10a(v) Salt kg. 1300 3 0 3 3900 0 3900 43 10a(vi) Supply and erection of pre fabricated RCC of size

.55mx.55M (550mm) with wall thickness of .12m (120mm) with height .3m (300mm) along with RCC cover with .65 thickness of (65mm) and funnel with wire mesh.

Each 26 358 47 405 9308 1222 10530

44 Supply and erection of 6 terminal junction box fabricated in MS 16 guage sheet steel with hylam sheet , locking arrangements, terminal studs to suit 10 sq.mm cable with glands powder coated painting, fixing arrrangements under platform shelters

Each 100 350 50 400 35000 5000 40000

45 Design, fabrication, erection testing, and commissioning of LT cubicle type panel board consisting of 1 x200 25 KA FP MCCB, 3x63 A 16 KA TP MCCBs , 3x40 A Energy meters, LED indication lamps , Ammeter, voltmeter, Alu. Busbar arrangements and 2 Nos of spare cubicles and other connected accessories etc.

Each 1 63000 4000 67000 63000 4000 67000

Signature of Tenderer

Page 36 of 86

11a Supply and erection of following sizes of hot dip galvanised single arm Conicle poles with foundation bolts, base plate, MCB & bracket.

46 11a(ii) 5 mtr. Each 50 10007 1322 11329 500350 66100 566450 11b Supply and erection of following sizes of hot dip

galvanised double arm Conicle poles with foundation bolts, base plate, MCB & brackets.

47 11b(ii) 5 mtr.. Each 18 10484 1385 11869 188712 24930 213642

14a Galvanised steel items 48 14a(i) Supply and erection of fabricated small parts steel

(Galavanised). M.ton 0.18 91995 0 91995 16559 0 16559

14d Supply and erection of SMC/Hard die Plastic Boxes

49 14d(iii) SMC 4 terminal junction Box with Accessories Each 50 646 25 671 32300 1250 33550

20a LEDs 53 20a(xv) Supply & Erection of 2'X2', 40 W LED fitting slim type,

flow glow type and as per the specification Each 4 4100 100 4200 16400 400 16800

54 Supply and erection of 19/20 W LED Tube Light fitting complete set and as per the specification

Each 422 1800 50 1850 759600 21100 780700

Signature of Tenderer

Page 37 of 86

55 20a(xv) Supply and erection of 24/25 W LED street light fiiting complete set with fixing arrangement and as per the specification

Each 274 2100 100 2200 575400 27400 602800

56 20a(xvi) Supply & Erection of down lighter 12 W LED fitting and as per the specification

Each 22 803 50 853 17666 1100 18766

57 Supply and erection of 40 W LED tube light fitting complete set and as per the specification

Each 150 3995 50 4045 599250 7500 606750

58 Supply and erection of 30 LED street light fiiting complete set with fixing arrangement and as per the specification

Each 183 3700 100 3800 677100 18300 695400

Total SW-I 4610929 723821 5334750

SW-II Schedule 'B'

5j Supply of following size 4 core LTUG XLPE aluminium armoured cable alongwith end terminations

59 5j(iii) 16 sq.mm. Rmtr 4300 81 0 81 348300 0 348300

7a Supply of Ceiling fans

60 7a(i) Electric Ceiling Fan Capacitor Type Sweep Size:1400 mm as per DGS&D specification

Each 6 1191 0 1191 7146 0 7146

Total SW-II 355446 0 355446

Total of Schedule A + B 4966375 723821 5690196

Signature of Tenderer

Page 38 of 86

I Total of Schedule - A : Rs. 53,34,750/-

Percentage above / at par / below on above price schedule - A. 1. Percentage in Figures : ________

2. Percentage in Words : _____________________________________________

II Total of Schedule - B : Rs. 3,55,446/-

Percentage at par / below on above price schedule - B. 1. Percentage in Figures : ________

2. Percentage in Words : _____________________________________________

Note :

1. The above prices are inclusive of Excise Duty, Sales Tax, VAT, Octroi, and Local levies, Sales Tax on Works Contract etc.,

Signature of Tenderer

Page 39 of 86

2. The tenderer shall quote rates as percentage “Above or plus (+) / Below or Minus (-) / At Par” against the above schedule-A value and shall quote rates as percentage “Below or Minus (-) / At Par” against the above schedule-B value. If they quote above against schedule-B, it will be taken as at par only. Tenderer should also sign below the rate quoted.

3. The rate quoted anywhere, other than the above schedule, shall not be considered. Any corrections to the rate once quoted by the tenderer should

be in INK and must be attested by the tenderer. However, if any tenderer want 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.

4. No alteration in the rates specified in the tender shall be allowed unless it has been initialed by the tenderer before submission of the tender.

5. Where there is a discrepancies between the rates quoted in figures and in words, the rate quoted in words will be considered for evaluation of the

tenderer offer.

6. 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.

7. Rates quoted without prefix “Above/Below/At Par” will be considered to be quoted as “Above” the tender schedule rates.

8. No correspondence / representation from tenderer will be considered for their failure to quote the rates as above.

9. 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.

10. Any schedule item should be of IS/BIS approved and requires personal approval of Sr.DEE/M/SC.

********

Signature of Tenderer

Page 40 of 86

EXPLANATORY NOTES

Sl.No. Item No. Schedule “A” Items

1 2a(i),(ii) & b(i)

(a) (i) Concrete for foundation and plinth in hard soil (ii) Concrete for foundation and plinth in rocky soil The price shall cover excavation, supply and handling of all materials, and accessories, temporary arrangements for excavation in hard soil and concrete/masonary drains/walls requiring use of chiesel and hammer (a) (i) or requiring blasting (a) (ii), Shoring where necessary, casting concrete including frame work where necessary, tamping of concrete, grouting of masts and finishing the top of concrete foundation or anchor blocks. The price also includes dismantling of all connected temporary arrangements, back filling with earth and compacting the same to the required height and width as per drawing to ensure safety of foundation, confining the exposed height of foundation block to within 10 cm., and removal of soil.

The Purchaser’s Engineer shall certify where use of chisel and hammer or blasting has been necessary. The contractor shall arrange for supply of explosives and all tools and plants for blasting operations at his own cost. If half or more of the depth or width of excavation is in hard soil/concrete/masonary drains/walls or in rock, the entire foundations shall be paid for under item (a) (i) or (a) (ii) as the case may be. If half of the depth or width of the excavation is in hard soil/concrete/masonary drains/walls and the other half is in rock, the entire foundation shall be paid under item (a) (ii). The price shall include the cost of cement. Notes for measurement for items (a) (i) and (ii)

1. The payable volume of the foundations under item (a) (i) and (ii) shall be the designed one as shown in the drawings for which the hole has been blasted, irrespective of the actual configuration assumed by the latter due to the blasting. 2. The depth of the excavation shall be measured from the formation level to the maximum excavated point. (b):Concrete for foundation and plinth in other than hard soil and rock soil : The price shall include all works mentioned in item (a) in all classes of soil except hard soil, concrete or masonary drains and walls and rock. The price shall also includes foundations.

3a Supply and erection of following size dia PVC rigid conduit pipes of 2mm thickness as per BIS-9537 or latest along with accessories. The price shall cover Supply and erection of rigid PVC conduit pipe of 2mm thickness to BIS 9537 Part III or latest for wiring application with the required accessories viz. junction box, bends, tees etc., as per site conditions. Makes of PVC pipe & accessories- Sudhakar / Polycab.

2 3a(ii) 25mm

Signature of Tenderer

Page 41 of 86

3d(I) Supply and erection of following sizes of HDPE pipes of Grade PE-100,

PN 6 (6Kg/Cm2 Capacity) with accessories as per IS 4984 - 1995 or latest: The price shall cover Supply, Laying / running of following nominal dia – 6Kg/cm2, PE-100 grade HDPE pipe as per BIS No.4984 - 1995 or latest and ISI marked. The price shall also cover the required accessories viz. bends, tees, sockets etc., as per the site conditions and erection including supply, fixing with suitable size of clamps, bolts, nuts, screws and washers as per the instructions of the Railway site Engineer. The clamps of suitable size shall be made of GI flat of size 40 mm x 6 mm. Pipe caps are to be provided on the top of pipe area, to avoid water entry.duly undertaking jointing with Tees/bends (includes supply) as per site conditions with proper tools for cable running applications. The end of pipes to be closed with caps. Thickness shall be average of minimum & maximum is given in IS specification. Make: Vamshi polymers, Godavari polymers, Sudhakar or similar quality makes

3 3d(I) iii 50 mm 4 3d(I)iv 63mm 5 3d(I)vii 110mm

4a Supply and Erection of the following GI concealed sheet Metal boxes: The price shall cover Supply and Erection of GI concealed Metal boxes (Never get rusted) of the following modules. Makes : Anchor Roma, Havells Crabtree, Legrand, Wipro,GM Four-Five

6 4a(iii). 4 Module similar to anchor make roma model code No.21791

7 4a(iv). 6 Module similar to anchor make roma model code No.21463

8 4a(v) 8 or 9 Module similar to anchor make roma model code No.30453

9 4a(vi) 12 Module similar to anchor make roma model code No.21485

4b 1. Supply and erection of following size modular plates with frame

2. The price shall cover the Supply and Erection of the following

Module glossy colour Top plate with base frame complete

3. Makes : Anchor Roma, Havells Crabtree, Legrand, Wipro, GM

Four-Five

10 4b(iii) 4 module similar to anchor make roma model code No.30249

11 4b(iv) 6 module similar to anchor make roma model code No.30250

12 4b(v) 8 or 9 module similar to anchor make roma model code No.30384

13 4b(vi) 12 module similar to anchor make roma model code No.30271

4c Supply and Erection of the following rating modular Sockets/Switches: The price shall cover Supply and Erection of the following modular sockets / Switches.

Signature of Tenderer

Page 42 of 86

Makes : Anchor Roma, Havells Crabtree, Legrand, Wipro, GM Four-Five

14 4cz(i) 10A one way Switch (Electric grey/Graphite Mangnesia/Grand silver)

15 4c(iii) 10A multi socket for cell phone pin or 2 pin and 3 pin with safety shutter (Electric grey/Graphite Mangnesia/Grand silver) Makes : Anchor Roma, Havells Crabtree, Legrand, Wipro, GM Four-Five

4d

Supply and erection of fan regulators. The price shall cover Supply and Erection of the following modular and conventional fan regulators.

16 4dz(iii) 5 step fan regulator 2 Module to suit in switch board (Electric grey/Graphite Mangnesia/Grand silver) Makes : Anchor Roma, Havells Crabtree, Legrand, Wipro, GM Four-Five

17 4e(i) Supply and erection of C/rose. The price shall cover supply and erection of three plate ceiling rose . The price shall also covers supply of three core 1.5sqmm copper cable confirm to BIS specification No. 694/1990 (with upto date amendments ) for connecting the fitting / fan from the ceiling rose duly run in 3/4" size PVC flexible hose ( includes supply) besides clamping to the wall similar to Anchor make Penta model Code No.39040 Makes : Anchor Roma, Havells Crabtree, Legrand, Wipro, GM Four-Five

5a Supply and erection of the following Circuit Mains by multistranded copper wires : The price shall cover Supply and erection of FRLS PVC insulated multi-stranded copper wires including earth continuity wire, to BIS 694-1990 latest,. Makes : Polycab / Finolex / L&T / HPL/Havells/RPG, GM Four-Five

18 5a(i) 3 Nos. of 1.5 sq. mm

19 5a(ii) 2 Nos.of 2.5 sq. mm and 1.5 Sqmm as earth wire

20 5a(iii) 2 Nos.of 4.0 sq. mm and 2.5 Sqmm as earth wire

21 5a(iv) 4 Nos. of 4.0 sq. mm and 2.5 Sqmm earth wire

5j Supply and erection of following size 4 core LTUG XLPE aluminium armoured cable alongwith end terminations The price shall cover Supply and laying of following copper cables including earth continuity wire. The price shall also covers erection of the following

Signature of Tenderer

Page 43 of 86

LTUG cables in the cable trenches besides providing cable markers to specification No.C/E/UGC/1/92 / Running of cable in the Pipe / on the poles / walls / columns / trusses / girders / in the Cable trays etc. as per the site conditions complete with supply and fixing of clamps / brackets fabricated with 40X6 mm GI flat with required hardware etc. complete along with GI wire. The cable terminations shall be done with suitable lugs and cable glands or kits etc. which is also in the contractors scope of work. Specification: ISI marked PVC outer sheathed, around with galvanisied steel wire or steel strip and suitable for rated voltage at 1100 volts grade conforming to IS: 7098 (PART-1) /1988 with amdt .no.1,2&3 (reaffirmed 2005) Makes : Elektron & Paragon

22 5j(iv) 50 sq.mm

5Jx Erection of the following size 4 core LTUG XLPE aluminium armoured cables along with end terminations: The price shall also covers erection of the following LTUG cables in the cable trenches besides providing cable markers to specification No.C/E/UGC/1/92 / Running of cable in the Pipe / on the poles / walls / columns / trusses / girders / in the Cable trays etc. as per the site conditions complete with supply and fixing of clamps / brackets fabricated with 40X6 mm GI flat with required hardware etc. complete along with GI wire. The cable terminations shall be done with suitable lugs and cable glands etc. which is also in the contractors scope of work.

23 5j(iii)x 16 Sq. mm 5k Supply and erection of GI wire of following sizes.

The price shall cover Supply and erection of following GI wire along with cable in different type of trenches/GI pipe as per the directions of Railways Site Engineer.

24 5k(i) 8 SWG

7ax Erection of Ceiling fans: The price shall cover Supply and Erection of the following Sweep Size Ceiling Fan complete with ISI Marked, to operate on 230V, 1 50Hz AC supply, includes all connected accessories viz. hook/clamps, bolts, nuts, washers, split pins, rubber rollers, down rods etc.

25 7a(i)x Electric ceiling fan Capacitor type with Sweep Size:1200/1400 mm.

7c Supply & erection of Exhaust fans of following sizes The price shall cover Supply and Erection of the following Sweep Size Exhaust fans complete to operate on 230V, 1 50Hz AC supply and all connected accessories viz. hook/clamps, bolts, nuts, washers, split pins, rubber packings, bracket etc. The fan shall be approved by BIS.

26

7c(v) 250 mm noise free exhaust fan with pvc body Makes : Bajaj, Crompton, Khaitan, Usha

Signature of Tenderer

Page 44 of 86

8a Supply and Erection of the following rating MCBs: The price shall cover Supply and Erection of the following rating MCBs of 10 KA breaking capacity suitable to operate on AC supply and confirming to BIS 8828-1996 & IEC 898-1995. The price includes necessary lugs and connecting wires. Makes Legrand, Siemens, L&T, Schneider, ABB, Wipro, HPL, Havells

27 8a(i) 6/10/16/20/25/32A SP ‘B’ - Curve type. 28 8a(ii) 6/10/16/20/25/32A DP ‘B’ - Curve type. 29 8a(vi) 6/10/16/20/25/32A DP ‘C’ - Curve type. 8am Supply and erection of following rating modular MCBs

30 8am(vi) The price shall cover supply and erection of 40 A, B curve SP modular MCBs with 10 KA breaking capacity. Makes Legrand, Siemens, L&T, Schneider, ABB, Wipro HPL, Havells

8bI Supply and erection of following type of SPN DBs : The price shall covers Supply and erection of the following SPN white line serious DBs fitted with ABS frame and acrylic window compete with copper bus bar, neutral link, earth link, earthing studs and interconnecting wirings with both sides detachable gland plates with knock outs etc. The DB shall be properly earthed with PVC insulated multistranded copper earth continuity wire. This DB is to be provided at the location given by the Railway Site Engineer.

31 8bI(v) SPN 12 Single door DB

8c Supply and erection of following type of SPN Double Door DBs : The price shall cover Supply and Erection of SPN Double door DB Powder coated sheat steel enclosure fitted with copper bus bar, neutral link, earth link, earthing studs and interconnecting wirings with both sides detachable gland plates with knock outs etc. The DB shall be properly earthed with PVC insulated multistranded copper earth continuity wire. This DB is to be provided at the location given by the Railway Site Engineer.

32

8c(ii) SPN 6 Way Double Door DB (Sleek type)

33

8c(iii) SPN 8 Way Double Door DB (Sleek type)

9a Trench works 34 9a(ii). Excavation of cable trench in normal soil:

The price shall covers Excavation of cable trench in normal soil except in hard rock to a depth of 1.0 Mtr. and a width of 0.5 Mtr. as detailed in the clause 4.0 of the specification No.C/E/UGC/1/92 & Drg No.SC/A3/STD/1288 Alt-I enclosed, to lay the LT UG Cable along with GI wire, as per the instructions of Railway site Engineer. Note : The excavated portion during trench work shall be brought back to normal position as it was prevailing earlier, once the work is completed.

Signature of Tenderer

Page 45 of 86

35 9a(xii) Excavation of cable trench in cement concrete bed flooring: The price shall cover excavation of cable trench in cement concrete bed flooring by using power drill to a depth of 1.0 Mtr and a width of 0.3mtr. After laying the pipe and refilling the trench with excavated earth and undertaking cement concrete bed flooring to its original shape as was prevailing earlier to the satisfaction of Railways site Engineer. The price for supply and laying of pipe (G.I & HDPE) will be paid separately.

36 9a(xiii) Excavation of cable trench across the track as per the Rly specification No:C/E/UGC/1/92& Drg No:SC/A3/STD/1288 Alt-I. The price shall covers Excavation of cable trench across the track to a depth of 1.0 Mtr. and a width of 0.5 Mtr and bringing back to the original shape and condition, as detailed in the clause 4.0 of the specification No.C/E/UGC/1/92 & Drg No.SC/A3/STD/1288 Alt-I enclosed, to lay the LT UG Cable along with GI wire, as per the instructions of Railway site Engineer.

37 9a(xiv) Excavation of PF surface and laying of cable in HDPE/GI pipes The price shall covers Excavation of cable trench on platform surface duly removing the shahbad stone /cement tiled flooring to a depth of 1.0 Mtr. and a width of 0.5 Mtr and bringing back to the original shape and condition, as detailed in the clause 4.0 of the specification No.C/E/UGC/1/92 & Drg No.SC/A3/STD/1288 Alt-I enclosed, to lay the LT UG Cable along with GI wire, as per the instructions of Railway site Engineer.

10a LT Earthing Arrangements38 10a(i) Excavation of earth pit in Normal soil and refilling:

The price shall cover Excavation of earth pit in normal soil as per the Sketch No.SC/E/SK-18/2004 and CEE/SC’s specification No. CE/EA/6/92.

39 10a(ii) Excavation of earth pit in hard soil and refilling: The price shall cover Excavation of earth pit in hard soil as per the Sketch No.SC/E/SK-18/2004 and CEE/SC’s specification No. CE/EA/6/92.

40 10a(iii) Supply and erection of 2" dia GI pipe with 3.2 mm thickness: The price shall cover Supply and erection of 2” dia GI pipe “B” class ISI marked with 3.2 / 3.4 mm thickness in the earth pit as per the Sketch No.SC/E/SK-18/2004 and CEE/SC’s specification No. CE/EA/6/92. Makes : Tata/Jindal or similar quality makes.

41 10a(iv) Supply and erection of Charcoal: The price shall cover Supply and providing of charcoal/coal ( approx. 45Kgs per earth pit ) in the earth pit to get recommend earth values as per the Sketch No.SC/E/SK-18/2004 and CEE/SC’s specification No. CE/EA/6/92.

Signature of Tenderer

Page 46 of 86

42 10a(v) Supply and erection of Salt: The price shall cover Supply and providing rock Salt ( approx. 35Kgs per earth pit ) in the earth pit to get recommend earth values as per the Sketch No.SC/E/SK-18/2004 and CEE/SC’s specification No. CE/EA/6/92.

43 10a(vi) Supply and erection of pre- fabricated RCC box with funnel, wire mesh etc: The price shall cover Supply and erection of pre-fabricated RCC box of size 0.55Mtrs x 0.55Mtrs (550mm) with wall thickness of 0.12Mtrs (120mm) with height of 0.3Mtrs (300mm) along with RCC cover of 0.05mtr (50mm) thick and GI funnel with wire mesh and providing holes of 12mm dia to the GI pipe , and the earth pit is connected by 8 SWG GI wire (covered under Item No. 5k(ii)) to the equipment as per the Sketch No.SC/E/SK-18/2004 and CEE/SC’s specification No. CE/EA/6/92.

44 Supply and erection of 6 terminal junction box fabricated in MS sheet :The price shall cover supply and erection 6 terminal junction box made out of 16 SWG MS sheet steel with hylam sheet , rotary type locking arrangements, terminal studs to suit up to 10 sq.mm cable, suitable glands as required at site conditions, powder coated painting including fixing arrangements in the cover over shed trusses duly using suitable clamps and necessary hardware material. The cable terminations shall be done with suitable lugs etc. which is also in the contractors scope of work. (A sample should be got approved by Sr.DEE before execution of the work)

45 Design, fabrication, supply, erection testing and commissioning of LT panel board The Price shall cover Design, fabrication, supply, erection, connecting, testing & commissioning of LT Distribution Panel Board (cubicle type compact) made of 16 gauge CRCA Sheet, painted in siemens grey(7032) powder with 7 tanks process, with locking arrangements, with Aluminum busbar of 400A capacity and internal wiring and fixing of following switch gears 1x200 A 25 KA FP MCCB, 3x63 A 16 KA TP MCCBs, 2 nos of spare cubicles, supply and fixing of 3x40 A Energy meters, Ammeter, Voltmeter,LED indication lamps and other connected accessories. The Panel shall be mounted on a plinth, according to site conditions, with provision of two distinct earths using GI flat of size 40mm x 6mm connecting to the nearest earth pit available. Supply of rubber mat of size equal to panel length, 1 mtr width and 25mm thickness conforming to IS 5424/1979 for operator safety. ( The contractor should take approval of drawing before execution of work for panel board).

11a Supply and Erection of hot dip galvanized Conical poles of the following lengths: Supply and Erection of hot dip galvanized conical poles of the following lengths along with base plate, single arm bracket complete with foundation bolts besides supply of bakelite sheet with 6A SP MCB “B” curve of 10KA breaking capacity etc. for mounting inside the base compartment of the pole. The details are given in Chapter II under Technical Specifications. Makes : Bajaj, Valmont, Crompton, Philips, Surya

Signature of Tenderer

Page 47 of 86

46 11a(ii) 5 Mtr

11b Supply and Erection of hot dip galvanized Conical poles of the

following lengths: Supply and Erection of hot dip galvanized conical poles of the following lengths along with base plate, Double arm bracket complete with foundation bolts besides supply of bakelite sheet with 6A SP MCB “B” curve of 10KA breaking capacity etc. for mounting inside the base compartment of the pole. The details are given in Chapter II under Technical Specifications. Makes : Bajaj, Valmont, Crompton, Philips, Surya

47 11b(ii) 5 Mtr

48 14a(i) Supply and erection of fabricated small parts : The price shall cover, cost of erection, alignment and setting before grouting, wherever required, including suspension brackets for complete with anchor plates drilled and welded in position, adaptors for bracket assemblies and all other small part steel works, the erection of which is carried out by the Contractor irrespective of whether they are supplied by the Purchaser or the Contractor. The prices shall also include supply and erection of galvanized bolts, nuts washers etc. wherever required as per approved designs and drawings

49 14c(iii) SMC Junction box 4 way with accessories: SMC Junction box 4 way complete, including connecting and commissioning of out door type 4 way terminal junction box hinged type, combining SMC, Pultruded FRP section, advanced polymeric materials and MS members, 100% maintenance free, rust proof, shock proof and of highly weatherable and extremely durable and provided with 4 Nos. of terminals, mounted on SMC / Hylam sheet of 10mm thickness including provision for locking arrangements, knockout cable entries etc. The price shall also covers fixing of the box to the columns / poles with necessary supporting GI clamps as per the site requirement and with required GI hardware.

17 Glow Sign boards

50

a Design, fabrication, supply, transportation to site, erection and fixing Edge light sinage board single side with casing material of Aluminimum frame width of 25 mm, 1 st quatlity of Acrylic with laser guide plat 5mm thick, acrylic cover 2mm , computerised vinyl stickering with LED lamps of Nichia, make, system wattage of 4 Watt per sft, including clamping arrangements with Alu. material, wiring and other connected accessories at site. (as per the specification)

Signature of Tenderer

Page 48 of 86

51

b Design, fabrication, supply, transportation to site, erection and fixing Edge light sinage board double side with casing material of Aluminimum frame width of 25 mm, 1 st quatlity of Acrylic with laser guide plat 5mm thick, acrylic cover 2mm , computerised vinyl stickering with LED lamps of Nichia, make, system wattage of 4 Watt per sft, including clamping arrangements with Alu. material, wiring and other connected accessories at site. (as per the specification)

52

31(a) Dismantling of tubular / rail poles The price shall covers dismantling of tubular / rail poles to the size earmarked by the site engineer at site, without causing any damage to the Railway property and the same has to be handed over to the Depot incharge.

53 Supply and erection of 2x2’ 40 W LED light fittingThe price shall cover Supply and erection of 2x2’ 40 W LED light fitting slim type full glow complete set including fixing arrangement and as per the specification. Similar to Philips make model No. RC140B LED20S-6500 PSE WH Makes : Philips, OSRAM, Crompton, Wipro, Bajaj

54

Supply and erection of 19/20 W LED Tube light fitting The price shall cover Supply and erection of 19/20 W LED Tube Light fitting complete set including fixing arrangement and as per the specification. Similar to Philips make model No. BN108 C LED 20 S PSU NW Makes : Philips, OSRAM, Crompton, Wipro, Bajaj

55

Supply and erection of 24/25 W LED street light fitting The price shall cover Supply and erection of 24 /25 W LED street light fitting complete including fixing arrangement and as per the specification Makes : Philips, OSRAM, Crompton, Wipro, Bajaj, Fortune art, Kripa

56

Supply and erection of 12 W LED Down light fitting The price shall cover Supply and erection of 12 W LED Down light fitting complete set including fixing arrangement and as per the specification. Similar to Philips make model No. DN193BLED12S-6500 PSU WH Makes : Philips, OSRAM, Crompton, Wipro, Bajaj

57

Supply and erection of 40 W LED tube light fitting complete set suitable for trunking system and as per the specification The price shall cover supply and erection of 40 W LED tube light fitting suitable for trunking system as per the specification. Similar to Philips make model No. 208CLED40/CDL Makes : Philips, OSRAM, Crompton, Wipro, Bajaj

58

Supply and erection of 30 W LED street light fittingThe price shall cover Supply and erection of 30 W LED street light fitting complete including fixing arrangement and as per the specification Makes : Philips, OSRAM, Crompton, Wipro, Bajaj, Fortune art, Kripa

Signature of Tenderer

Page 49 of 86

Schedule "B" 5j x The price shall covers Supply of following size 4 core LTUG XLPE

aluminium armoured cable alongwith end terminations.

59 5j(iii) The price shall cover Supply of 4 core 16 sq.mm. Aluminium armoured multicore XLPE insulated and PVC sheathed underground cable for working voltage upto and including 1100 volts as per BIS 7098 Part II (latest).

7C Supply of Ceiling fans: The price shall cover Supply of the following Sweep Size Ceiling Fan complete with ISI Marked, to operate on 230V, 1 50Hz AC supply, includes all connected accessories viz. hook/clamps, bolts, nuts, washers, split pins, rubber rollers, down rods etc as per DGS&D specification complete with.

60 7a(i) Electric Ceiling model Fan Capacitor type with Sweep Size:1400 mm.

NOTE: 1. The Contractor while executing the work should take all Safety precautions being Electrified area as envisaged in CEE/SCR/Secunderbad Lr. No.E.195/2/General,dt:04-09-2015. The copy is available in Sr.DEE/M/SC office and all Electrical maintenance depot inchargers.

2. The Contractor “on Completion of an electrical installations (or an extension to an installation) of buildings and quarters works” should undertake all tests as per “APPENDIX E” (form of Completion Certificate) available in the tender document and to be submitted.

‘*****

Signature of Tenderer

Page 50 of 86

Technical Specification for LED Based Single Sided EDGELIT Aluminum Exclusion Sign Board

Electrical and Electronics Parameters:

Rated Input Voltage 230 VAC Operating Voltage Range 120 – 270 VAC System Wattage 4.5W + /- 1W per Sq.ft Power Factor >0.95 THD ( Current Harmonics) <20% Efficiency >85% LED Make NICHIA LED Type SMD LED Wattage 0.06-0.10W per LED LED Current Max 35mA LED Viewing angle 120 degree Driving Method Constant Current LED Color Temperature 5500-6500K Operating Temperature -0 degree C to 50 degree C LED Burning hours >50,000 hours Visibility 20mtrs or high

Electrical Protections Output Open Circuit Output Short Circuit High Voltage Mechanical Parameters Casing Material Aluminum Exclusion Powder Coating Silver Anodizing Diffuser Diamond Etching Acrylic with laser Guide Plate

5mm thick, Acrylic Cover Laser guide 2mm (040) Stick ring LG Compurterized Vinyl Stick ring Case Width 33mm @ front side Ingress Protection IP - 50

Signature of Tenderer

Page 51 of 86

Technical Specification for LED Based Double Sided EDGELIT Aluminum Exclusion Sign Board Electrical and Electronics Parameters:

Rated Input Voltage 230 VAC Operating Voltage Range 120 – 270 VAC System Wattage 4.5W +/- 1W per sq.ft Power Factor >0.95 THD ( Current Harmonics) <20% Efficiency >85% LED Make NICHIA LED Type SMD LED Wattage 0.06-0.10W per LED LED Current Max 35mA LED Viewing angle 120 degree Driving Method Constant Current LED Color Temperature 5500-6500K Operating Temperature -0 degree C to 50 degreeC LED Burning hours >50,000 hours Visibility 20mtrs or high

Electrical Protections Output Open Circuit Output Short Circuit High Voltage

Mechanical Parameters Casing Material Aluminum Exclusion Powder Coating Silver Anodizing Diffuser Diamond Etching Acrylic with laser Guide Plate

5mm thick, Acrylic Cover Laser guide 2mm (040) Stick ring LG Compurterized Vinyl Stick ring Case Width 33mm @ front side Ingress Protection IP – 50 Note

1. The information of fixed polycarbonate sheet can be in English, Hindi and in the regional language along with the symbols and images.

2. LED’s with equal fringe and uniform intensity are to be used ensure that the information to be edge lit has excellent contrast.

3. The mechanical housing for these sheets is such that easy replacement of the same is possible in case of repair/ replacement/ modifications.

4. All signages shall be modular, such that any module (i.e. polycarbonate sheet, LED Strip, connectors, cable, housing power supply unit, etc.)

5. Information can be displayed on single side or both side, as per requirement. 6. Mounting provision is either wall mounting or hanging with Aluminum Channel. (As per

site condition)

Signature of Tenderer

Page 52 of 86

Technical requirements of LED (i) LED efficacy shall be greater than 100 Lumens/Watt (for luminaire system wattage upto 45W)/ 120 Lumens/Watt (for luminaire system wattage above 45W) @ 350mA drive current (manufacturer shall submit the datasheet in support). In respect of LEDs of higher power ratings, drive current greater than 350mA can be accepted if the LED’s LM 80/ IS: 16105 test reports support the same. (ii) The luminaire manufacturer shall submit proof of procurement/ receipt-on-delivery (at works) of LEDs. Generally, such proof should not be more than six months old. (iii) LED used should be of SMD type only. (iv) LM-80/ IS: 16105 Test Reports of specific LED at the soldering point temperature of 85°C for the driving current at which the LEDs shall be driven shall be submitted. (v) L70 reported life Span of LEDs used in the Luminaire shall be greater than 50,000 Hrs at the soldering point temperature of 85°C and at the luminaire driving current (TM-21 extrapolation of the LED manufacturer shall be submitted in support of the lifespan). (vi) The LEDs shall comply Photobiological Safety norms as per IEC 62471/ EN 62471/ IS: 16108. Test certificate of accredited international/ national laboratory shall be submitted. (vii) Make of LEDs: Nichia, Osram, Seoul, Philips Lumileds, Cree and Lednium. (viii) View angle: Typical 120° (Manufacturer shall submit the datasheet in support). (ix) Color temperature of the proposed white color LED shall be 5700K (i.e. 5665K±355K, as per ANSI standard C78.377A). Color point should fall within the 7Step McAdam as per ANSI standard C78.377A. This shall be verified from the LED’s datasheet. (x) Color Rendering Index (CRI): Greater than or equal to 65 (Manufacturer shall submit the data sheet in support). Page 4 of 10 RDSO Doc. No. RDSO/EM/ LED Norm/ 01 Ver: 1.0 Date: 18.09.2014 Prev. Ver: None The supply LEDs shall be covered by a warranty of 60 months from the date of commissioning or 72 months from the date of supply, whichever is earlier. Technical requirements of Driver (i) Min. efficiency of driver: 85% (for driver power output rating ≤ 100W); 90% (for driver power output rating > 100W) (ii) Power factor of complete fitting: Greater than 0.90. (iii) Input Operating Voltage: 140V to 277V AC. (iv) In-built high and low voltage cut-offs: 140V (Low) and 277V (High) (v) Short circuit protection (vi) Open load protection (vii) Driver Surge Protection standard: Min 3kV (however, firms are encouraged to offer 4 kV). If a railway site/ location is prone to lightning and surges, in such case the purchaser should ask for 10 kV surge protection (external to the driver circuit) to be provided with the luminaire. The Surge Protection Device (SPD) should fail safe (i.e. without leading to fire hazard) and its failed status should be clearly visible through a flag/ indication. (viii) Total Harmonic Distortion (THD): Less than 20% at full load (ix) Tc (Maximum Driver case temperature) must be declared on the datasheet (x) Isolated driver should be used. (xi) Potting of LED Driver: For driver power output rating ≤ 50W, potted driver shall be preferable (but not mandatory). But for driver power output rating > 50W, potted driver shall be a mandatory requirement. (xii) The power supply shall be connected to the LED PCBs through proper connectors. (xiii) EMI/ EMC compliance: Test certificate of NABL accredited laboratory is to be submitted in support of compliance to the following EMI/ EMC standards:

Signature of Tenderer

Page 53 of 86

(a) CISPR 15/ IS: 6573, (b) IEC: 61547 (reference standards are listed as follows) - IEC 61000-4-2/ IS:14700 Part 3: Sec 2 - IEC 61000-4-3 - IEC 61000-4-4/ IS:14700 Part 3: Sec 4 - IEC 61000-4-5 3 kV (or 4 kV if so offered by the contractor) - IEC 61000-4-6 - IEC 61000-4-11/ IS:14700 Part 3: Sec 11 (c) IEC: 61000-3-2 (Class C)/ IS:1534 Part 1 (d) IEC: 61000-3-3/ IS 14700: Part 3: Sec 2 (xiv) Driver shall comply the safety requirements laid down in IEC: 61347-2-13/ EN: 61347-2-13/ IS: 15885-2-13. Test certificate of NABL accredited laboratory shall be submitted in respect of the offered model/ rating.

(xv) Driver shall also comply the performance requirements as per IEC: 62384/ IS: 16104. Test certificate of NABL accredited laboratory shall be submitted in respect of the offered model/ rating. Inspection clause :

Acceptance Test : Acceptance test shall be carried out on 20% of the lot offered ( Minimum 2 of each lot). (i) Visual Test (ii) Performance test (iii) Reverse polarity test

(iv) Insulation Resistance test (v) Dielectric test

Routine Test (i) Visual Test (ii) Performance test (iii) Reverse polarity test

(iv) Insulation Resistance test (v) Dielectric test

****

Signature of Tenderer

Page 54 of 86

Supply of 5.0 mtrs long hot dip galavanised conical pole along with base plate, Single/Double arm bracket complete with foundation bolts besides bakelite sheet with MCB :

SR. DESCRIPTION / PARAMETERS 5.0 Mtrs CONICAL POLE WITH SINGLE / DoubleARM BRACKET

I POLE SHAFT 1 Applicable Standard BSEN-40-3-1 COLM. 2000, pr EN-40-3-3./

BSEN 10025/IS 226 / IS 2062/ IS 2629 / IS 2633 / IS 4759

2 Material & Grade a) POLE SHAFT - BSEN 10025 GRADE S 355 JO b) BASE PLATE - FE 410 CONFORMING TO IS 226 / IS 2062

3 Height (Mtr) 5 4 Pole Section (Single / Multiple) Single 5 Top Dimension Of Pole (mm) 75 6 Bottom Dimension Of Pole (mm) 129 7 Sheet Thickness (mm) 3 8 Base Plate Size & Thickness (mm) 200 SQ. & 12 Thk. 9 Foundation Bolt Hole Diameter (mm) 16 10 Pitch Circle Diameter (mm) 200 11 Average Galvanization Thickness (Micron) 70 12 Hop Dip Galvanizing (Single Dip/ Double Dip) Single dip 13 Utility Window Vandal resistant & Wheather proof 14 Pole testing facility (In House) conforming to BSEN 40-3-2-2000 Part 3-2 II BRACKET ARM 1 Material & Grade MILD STEEL 2 Bracket Arm (mm) Single/ Double 3 Span Of Bracket Arm (mm) 1000 4 Diameter & Thk. Of Bracket Arm (mm) 48 dia & 3 thk. 5 Height Of Bracket Spigot (mm) 400 6 Diameter & Thk. Of Spigot (mm) 88.9 dia & 3 thk. 7 Average Galvanization Thickness (Micron) 70 III FOUNDATION BOLT 1 Type & Grade Of Bolts J type & EN. 8 2 No. Of Bolts / Pole 4 3 Bolt Diameter (mm) 16 4 Total Length Of Bolt (mm) including 'J' 600 5 Threaded Length (Galvanised) 100 6 Grouting Length (Red Oxide Primer Coated)

including ' J' 500

7 Nos. Of Nuts & Washers (Galvanised) 3 Nuts & 2 Washers

‘******”

Signature of Tenderer

Page 55 of 86

SOUTH CENTRAL RAIWAY

SPECIFICATION No.Sr.DEE/M/SC/LT Panel Board/01/03-04 Specification for Low Tension/compact, Compartmentalised Cubicle type power control boards. 1. Scope

This specification covers the requirements of Low Tension compact, compartmentalised cubicle type power control board accommodating incoming / outgoing switch gears mounted in multi tier construction and with busbar alleys and cable alleys.

2. Governing Specification

The switch gears to be used in the boards : 2.1 Shall conform to the latest relevnt IS specification and Railway specifications and of

duty class suitable for heavy duty inductive loads. 2.2 The bus bar alley shall conform to IS and shall be provided with dead

front arrangements. 2.3 The control board as a whole shall also comply to the. following Indian

standards of current editions.

IS 8623 - Factory build Assemblies. IS 2147 - Protection of enclosure. IS 4237 - Creepage distance. IS 3618 IS-6005 Phosphate treatment

3.0 Construction : 3.1 The control board shall consist of identical vertical section coupled

together, made out of high quality sheet steel. Each vertical Section shall be divided into well designed compartment for housing main bus bar, vertical risers feeder switches, interior cabling etc., to ensure safety of equipment as well as personnel.

3.2 The control board shall be made of non-magnetic frame, to this load

bearing “U” channels .shall be added at appropriate locat ions for uniform load distribution. The load bearing partitions and door shall be made out of 2mm thick sheet steel. The non-load bearing sheets and partition can be of 1.6mm thickness. Gland plates shall be of 3.2mm thick, all the doors shall be provided with concealed hinges.

Signature of Tenderer

Page 56 of 86

3.3 All steel work shall be subjected to the following, treatment in

order to achieve a durable finish with epoxy base/ Synthetic enamel base. Degressing, pickling in acid, cold rinsing phosphating, passivating and spraying with high corrosion resistant primer of grey colour.

3.4. The construction of the control boards shall be such that access to

feeders/ bus-bars and cable ducts is from the front. 3.5. Control boards shall be so designed to facilitate future extension

on both sides of the pane1. 4.0 Bus bar system 4.1. The bus-bar shall be of electrolytic quality alluminium and shall be

designed to carry load current as prescribed. All bus bar joints and tap off points shall be scratched, brushed and greased before assembly and shall be provided with removable shrouds for complete insulation of the bus-bar-system.

4.2 The bus bars support system shall be designed for circuit rating of not

less than 50 Amps, for 1 sec. 110KA peak. 4.3. The bus bar and inter connections shall be designed for similar short

circuit rating and shall be, rigidly supported to provide for the electromagentic stresses at the time of short circuit.

4.4. The bus-bars and inter-connections shall be insulated with RYB

coloured PVC SLEEVES. Insulated barriers shall be provided to ensure safety to operation and maintenance personnel.

4.5 The neutral bus of min. 50% of the main bars capacity shall be so

located in a separate chamber nearest to gland plate so that the neutral core of cables can be connected to the neutral bus directly without passing through cable duct and feeder compartments.

4.6 The bus bars shall be supported at uniform intervals on high impact,

antitracking, non-hygroscopic, arc-resistant, flame retardant, moulded insulation preferably from glass fibre re-inforced thermosetting plastic.

4.7 A continuous earth bus shall be provided at approved location along the

entire length of the control board and all the svitch chassis shall be connected rigidly to the earth bus.

5. Cabling 5.1 the cable aley shall be of adequate dimension to receive the cable

cores duly clamped. Adequate space shall be available for

Signature of Tenderer

Page 57 of 86

termination. The alleys shall be provided with terminal blocks on which the cables can be terminated and also shall be provided with arrangements on which the cable cores shall be insulated from the rest of the earthed frame work.

5.2 All the nuts, bots used for current carrying parts shall be of brass

and all other fasteners shall be galvanized. 5.3 Minimum space of 225mm shall be available at the bottom most

their for termination of cable. 6. Metering 6.1 Indicating meters : flush type voltmeter and ammeter with suitable

current transformers shall be provided on the distribution board panel. The meters shall be of 96mm x 96mm size with three way selector switches. The ranges of ammeters and voltmeters shall be provided suitably depending upon the board capacity.

6.2 Current Transformers : Air cooled ring type current transformers

conforming to relevant BSS/ISS shall be provided in the distribution board for metering. The CTs shall be of Class “C” accuracy with 15 VA burden and suitable ratios depending upon the Ammeter ranges.

7. General Requirements : 7.1 The control board shall be complete with inter connections from

bus bar to MCCB and from MCCB to terminal blocks in the cable alley.

7.2 The tenderer shall furnish the fabrication drawing the power control

board indicating among other things the size of the bus bars and the inter connections indicating meters etc.

7.3 The control board shall be provided with foundation bolts and nuts. 7.4 The painting of the board shall provided with one coat of redoxide

and two coats of grey coloured enameled paint. 7.5 The power control board shall be installed after leveling the place

where the board has to be installed. 7.6 The installation shall be carried out as per approved drawing after

grouting foundation bolts in 1:2:4 concrete. The installation shall be neat to the satisfaction of the Enigneer incharge.

7.7 The testing of the power control board shall be carried out as per

the procedures of commissioning test stipulated in IS 3072 in the presence of the engineer incharge and the result shall be recorded and got signed by him.

Signature of Tenderer

Page 58 of 86

7.8. If the test results are not satisfactory, corrective steps shall be

taken by the contractor to ensure that the results satisfy the requirements of IS 3072 •

7.9. Commissioning shall be carried out in the presence of the Engineer

incharge. 7.10. Each of the switch gear shall be provided with an inscription plate

to indicate the serial number and the load details. 8.0 LT Switch panel 8.1 L.T Breaker panel shell be erected on the foundations/plinths which will

be provided by the contractor at the locations given by the Railways site Engineer. The requirements of these plinths/foundation have to be clearly furnished by the contractor within 10 days of receipt of order for approval.

8,2 All bus bar joints shall be made carefully. The contact

surfaces of the bus bars and connectors shall be cleaned vigorously either by hand with a dry coarse emery cloth or by power driven wire brush suitable for this purpose. All the surfaces shall be smeared with a suitable joint compound of approved quality. If necessary and the joint closed up as soon as possible thereafter similar procedure should be followed while connecting the equipment terminals bus bars.

8.3 The termination arrangements on the LT.breaker panels

shall be designed for 1100V grade PVC armoured cables. The incoming switches shall have termination arrangements suitable for taking suitable size PVC armoured cables from the LT breaker panel provided in the sub-station.

8.4 The outgoing L.T. Switches shall have termination arrangements

suitable for the number of sizes of outgoing feeder cables. The rates .quoted shall be inclusive of designing –supply, installation/ testing/ commissioning and handing over of power control board and shall include the cost of the necessary Civil works and supply and installation of any minor items related to the work,

******

Signature of Tenderer

Page 59 of 86

:SPECIFICATION NO. CE/EA/6/92:

:SPECIFICATION FOR EARTHING ARRANGEMENTS:

1. Earthing shall be provided for all the equipments installed as per Indian Standard code of

Practice No.IS.3043/1966 and in conformity with I.E.Rules and to the satisfaction of the site Engineer.

2. Earth Pit(Generally used for HT)

The earth electrode shall be of galvanised Iron pipe of diameter not less than 50 mm. and 2.25 mm thick and an embedded length of 2.5 M. This shall be fixed into the soil surrounded by earth pit as detailed in Drg. No.SC/A3/STD-1287/1288 and also the materials required for building and earth pit has to be provided by the contractor. All the connected Civil Works have to be carried out by the Contractor.

3. Earth Pit(Generally used for LT): 4.

The earth electrodes shall be galvanised iron pipe of diameter not less than 50 mm. Of 3.4 mm thick and an embedded length of 2.5 M. This shall be effectively fixed into the soil surrounded by earth pit as detailed in Drg. No.SC./A3/STD-1287/1288. The excavation of the earth pits and also the materials required for building and earth pit has to be provided by the contractor. All the connected Civil works have to be carried out by the contractor.

5. Plate earthing: The earth electrode shall be of copper plate of size 60cm x 60 cm x 3.55 cm

or GI Plate of size 60cm x 60 cm x 6.3mm as per the requirement indicated by Railways This shall be effectively fixed vertically into the soil surrounded by earth pit as detailed in Drg. No.SC/A3/STD-1287/1288. The excavation of the earth pits and also the materials required for building an earth pit has to be provided by the contractor. All the connected Civil works have to be carried out by the contractor.

6. The main earth connection for the body earthing of the transformer, switch boards, capacitor

banks, equipments pumps, motors, OH Mains, etc. shall be by means of GI Strips/G.I. wires. For each requirement there shall be two distinct earth connections taken to earth pit. For neutral earthing of the transformer, two distinct earth connections from each transformer separately have to be provided by means of copper strips/GI strips/GI wires and earthed solidly.

7. The earthing inter connections shall be made with the following sizes of strips/wires as per

the tender schedules and instructions of the engineer at site.

(a) Copper Flat : 25mm x 3mm (b) G.I.Flat : 25 mm X 3 mm (c) G.I.Flat : 30 mm x 6 mm (d) G.I.Flat : 50 MM X 6 mm (e) G.I.Wire : 4 SWG

Signature of Tenderer

Page 60 of 86

(f) G.I.Wire : 6 SWG (g) G.I.Wire : 8 SWG

8. The earth electrodes can be inter connected for effective earthing and also when resistance to earth of an earth electrode is high as directed by the engineer at site.

9. The earth continuity strips/wires shall be rigidly fixed to the respective earth terminals in the equipment by means of MS Cadmium plated bolts and nuts with washers and shall be properly connected with earth electrodes at the earth pits as detailed in Drg. No.SC/A3/STD/1287/1288.

10. The entire (overall) earthing system shall be provided as to got an earth resistance of not

more than following representative values for different places.

(a) Large Power station .. : 0.5 Ohm (b) Major sub-station : 1.0 Ohm © Small sub-station : 2.0 Ohm (d) In all other cases : 8.0 Ohm (e) Earth continuity inside an : 1.0 Ohm installation i.e., from the earth place to any other point in the installation

----xxxx----

Signature of Tenderer

Page 61 of 86

Signature of Tenderer

Page 62 of 86

Signature of Tenderer

Page 63 of 86

Signature of Tenderer

Page 64 of 86

List of items for inspection

Signature of Tenderer

Page 65 of 86

Signature of Tenderer

Page 66 of 86

Station wise work details

Sl. No

Item No

Description of the item Unit SC replac of BO on PF 6&7

CHZ replac of BO

LPI Widening

of platform1

etc.

TDU_Repl.of shahbad sone by

polishsed stone

MLY Appr road

Bus type PF's

shelters

BDCR, DKJ pay

toilets

GHPU extention

of PF

PCZ Extention

of PF

RGPM approach

road

BMT COP

at SC end

MCI pro of

COP

MDR pro of IRS cov

Total Qtys

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

Schedule "A" 1 2b(i) Concrete for foundations

and plinth in other than hard soil and rock

Cu.M 8 5.5 3 5 3 4 28.5

3a Supply and erection of following size PVC rigid conduit pipes of 2mm thickness as per BIS-9537 (latest) along with accessories.

2 3a(ii) 25mm Rmtr. 100 50 190 65 250 300 250 1205 3d(I) Supply and erection of

following sizes of HDPE pipes of Grade PE-100, PN 6 (6Kg/Cm2 Capacity) with accessories as per IS 4984 - 1995

3 3d(I) iii 50 mm Rmtr. 1050 1050 4 3d(I)iv 63 mm Rmtr. 500 800 300 250 400 250 300 300 3100 5 3d(I)vii 110mm Rmtr. 100 75 175 4a Supply and erection of

following size GI concealed sheet metal boxes

6 4a(iii) 4 module 4 4 7 4a(iv) 6 module 4 4 8 4a(v) 8 module Each 4 4 2 10

Signature of Tenderer

Page 67 of 86

9 4a(vi) 12 module Each 6 2 8 4b Supply and erection of

following size modular plates with frame

10 4b(iii) 4 module 4 4 11 4b(iv) 6 module 4 4 12 4b(v) 8 module Each 4 4 2 10 13 4b(vi) 12 module Each 6 2 8

4c Supply and erection of following rating modular sockets/switches.

14 4c(i) 10A 1-way switch Each 36 24 30 90 15 4cz(iii) 10A multi socket for cell

phone pin or 2pin&3 pin with safety shutter(Electric Grey/ Graphite Mangnesia/ Grande silver)

Each 20 10 8 38

4d Supply and erection of fan regulators.

16 4dz(iii) 5 step fan step regulator 2M modular switch board(Electric Grey/ Graphite Mangnesia/ Grande silver)

Each 6 2 8

4e Supply and erection of C/rose.

17 4e(i) Supply and erection of Three terminal Ceiling rose.

Each 15 15 20 50

5a Supply and erection of following size of multistrand copper wires.

18 5a(i) 3Nos.. of 1.5 Sq.mm, of FRLS PVC insulated flexible multistrand copper wire including earth continuity wire .

Rmtr. 300 200 150 576 430 600 600 500 3356

Signature of Tenderer

Page 68 of 86

19 5a(ii) 2 Nos.. of 2.5 Sq.mm, 1No. 1.5 sq.mm of FRLS PVC insulated flexible multistrand copper wire including earth continuity wire .

Rmtr. 120 100 150 370

20 5a(iii) 2Nos.. of 4.0 Sq.mm, 1No. 2.5 sq.mm of FRLS PVC insulated flexible multistrand copper wire including earth continuity wire .

Rmtr. 120 100 50 270

21 5a(iv) 4No.s of 4.0 sq. mm, 1No. 2.5 sq.mm of FRLS PVC insulated flexible multistrand copper wire including earth continuity wire .

Rmtr. 300 400 400 400 1500

5j Supply and erection of following size 4 core LTUG XLPE aluminium armoured cable as per BIS specification IS 7098 Pasrt I(latest) alongwith end terminations

22 5j(vi) 50 sq.mm. Rmtr. 100 75 175 5j x Erection of following size 4

core LTUG XLPE aluminium armoured cable alongwith end terminations

23 5j(iii)x 16 sq.mm Rmtr 500 800 1210 300 300 400 250 300 300 4360 5k Supply and erection of GI

wire of following sizes.

24 5k(i) 8 SWG Mtr. 500 800 1200 400 300 250 300 300 4050 7a x Erection of Ceiling fans

Signature of Tenderer

Page 69 of 86

25 7a(i)x Electric Ceiling Fan Capacitor Type Sweep Size:1400 mm

Each 4 2 6

7c Supply and erection of exhaust fans of following sizes.

26 7c(v) 250 mm noise free exhaust fan with pvc body

Each 1 1 4 6

8a Supply and erection of following rating MCBs.

27 8a(i) 6/10/16/20/25/32A, B-curve SP MCBs with 10KA breaking capacity

Each 1 6 80 10 97

28 8a(ii) 6/10/16/20/25/32A, B-curve DP MCBs with 10KA breaking capacity

Each 12 12

29 8a(vi) 6/10/16/20/25/32A, C-curve DP MCBs with 10KA breaking capacity

Each 10 1 2 13

8am Supply and erection of following rating Modular MCBs.

30 8am(iv) 40A, B-curve SP Modular MCBs with 10KA breaking capacity

Each 4 4

8bI Supply and erection of following types of SPN Single door DBs.

31 8bI(v) SPN 12 way Single door DB

Each 1 1 2

8C Supply & erection of Double door (SPN) distribution boards (Sleek type)

32 8c(ii) SPN 6 way Double door DB 2 2 33 8c(iii) SPN 8 way Double door Each 12 12

Signature of Tenderer

Page 70 of 86

DB.

9 All trench items 34 9a(ii) Excavation of cable trench

in normal soil. Rmtr 400 1000 1200 300 250 400 100 350 350 4350

35 9a(xii) Excavation of cable trench incement concrete bed flooring as per the Rly specification No:C/E/UGC/1/92& Drg No:SC/A3/STD/1288 Alt-I

Rmtr 150 50 25 25 50 90 90 480

36 9a(xiii) Excavation of cable trench across the trackas per the Rly specification No:C/E/UGC/1/92& Drg No:SC/A3/STD/1288 Alt-I

25 25 50

37 9a(xiv) Excavation of PF surface and laying of cable in HDPE/GI pipes

Rmtr 100 100 200

10 Earthing 10a Provision of Ordinary LT

Earthing arrangements as per Drg No. SC/E/SK-18/2004 and CEE/SC’s specification No. CE/EA/6/92..

38 10a(i) Excavation earth of pit in Normal soil and refilling (for earth pit 0.2 CUM).

Cu. Mtr.

1 1 2 3 2 2 2 13

39 10a(ii) Excavation earth of pit in Hard soil and refilling (for earth pit 0.2 CUM).

Cu. Mtr.

1 1 2 3 2 2 2 13

40 10a(iii) Supply and erection of "B" Class(medium) GI pipe of dia 50mm with 3.2 thickness (2.5mtrs for earth pit).

Rmtr 5 5 10 15 10 10 10 65

Signature of Tenderer

Page 71 of 86

41 10a(iv) Charcoal kg. 100 100 200 300 200 200 200 1300 42 10a(v) Salt kg. 100 100 200 300 200 200 200 1300 43 10a(vi) Supply and erection of pre

fabricated RCC of size .55mx.55M (550mm) with wall thickness of .12m (120mm) with height .3m (300mm) along with RCC cover with .65 thickness of (65mm) and funnel with wire mesh.

Each 2 2 4 6 4 4 4 26

44 Supply and erection of 6 terminal junction box fabricated in MS 16 guage sheet steel with hylam sheet , locking arrangements, terminal studs to suit 10 sq.mm cable with glands powder coated painting, fixing arrrangements under platform shelters

Each 20 20 30 30 100

45 Design, fabrication, erection testing, and commissioning of LT cubicle type panel board consisting of 1 x200 25 KA FP MCCB, 3x63 A 16 KA TP MCCBs , 3x40 A Energy meters, LED indication lamps , Ammeter, voltmeter, Alu. Busbar arrangements and 2 Nos of spare cubicles and other connected accessories etc.

Each 1 1

Signature of Tenderer

Page 72 of 86

11a Supply and erection of following sizes of hot dip galvanised single arm Conicle poles with foundation bolts, base plate, MCB & bracket.

46 11a(ii) 5 mtr. Each 10 8 12 10 10 50 11b Supply and erection of

following sizes of hot dip galvanised double arm Conicle poles with foundation bolts, base plate, MCB & brackets.

47 11b(ii) 5 mtr.. Each 10 8 18

14a Galvanised steel items 48 14a(i) Supply and erection of

fabricated small parts steel (Galavanised).

M.ton 0.18 0.18

14d Supply and erection of SMC/Hard die Plastic Boxes

49 14d(iii) SMC 4 terminal junction Box with Accessories

Each 50 50

20a LEDs 53 20a(xv) Supply & Erection of 2'X2',

40 W LED fitting slim type, flow glow type and as per the specification

Each 4 4

54 Supply and erection of 19/20 W LED Tube Light fitting complete set and as per the specification

Each 8 12 25 20 50 60 12 10 25 100 100 422

Signature of Tenderer

Page 73 of 86

55 20a(xv) Supply and erection of 24/25 W LED street light fiiting complete set with fixing arrangement and as per the specification

Each 10 40 20 90 8 36 20 50 274

56 20a(xvi) Supply & Erection of down lighter 12 W LED fitting and as per the specification

Each 12 10 22

57 Supply and erection of 40 W LED tube light fitting complete set and as per the specification

Each 40 60 50 150

58 Supply and erection of 30 LED street light fiiting complete set with fixing arrangement and as per the specification

Each 40 14 30 25 50 24 183

SW-II Schedule 'B'

5j Supply of following size 4 core LTUG XLPE aluminium armoured cable alongwith end terminations

59 5j(iii) 16 sq.mm. Rmtr 500 0 800 1200 300 250 400 250 300 300 4300

7a Supply of Ceiling fans

60 7a(i) Electric Ceiling Fan Capacitor Type Sweep Size:1400 mm as per DGS&D specification

Each 4 2 0 6

Signature of Tenderer

Page 74 of 86

ANNEXURE – A

PROFORMA

ENGINEERING ORGANIZATION AVAILBLE ON HAND

Sl.No. Name & Designation of Employee.

Qualification Previous Experience

Working From To

01 02 03 04 05 A B C Z

ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM ABOVE Sl.No. Name & Designation of

Employee. Qualification Previous

Experience Remarks

01 02 03 04 05 A B C Z

ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM OUTSIDE.

(A SUITABLY WORDED CONSENT LETTER FROM SUCH A PERSON SHOULD BE OBTAINED AND ENCLOSED).

Sl.No. Name & Designation of Employee.

Qualification Previous Experience

Remarks

01 02 03 04 05 A B C Z

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER

Signature of Tenderer

Page 75 of 86

ANNEXURE – B

1. PLANT & MACHINERY AVAILABLE ON HAND

Sl.No

Particulars of machinery, Plant & equipment.

No. of units.

Kind and make

CapacityAge and Condition

Approx. cost in Rs. In lakhs

Purchase Bill No. & Date and Registration particulars.

01 02 03 04 05 06 07 08 A B C Z

2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE

Sl.No

Particulars of machinery, Plant & equipment.

No. of units.

Kind and make

CapacityAge and Condition

Approx. cost in Rs. In lakhs

Purchase Bill No. & Date and Registration particulars.

01 02 03 04 05 06 07 08 A B C Z

3 PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE

Sl.No

Particulars of machinery, Plant & equipment.

No. of units.

Kind and make

CapacityAge and Condition

Approx. cost in Rs. In lakhs

if to be purchased give likely date of receipt and supplier's Name.

01 02 03 04 05 06 07 08 A B C Z

SIGNATURE OF THE TENDERER (S):NAME OF THE TENDERER

Signature of Tenderer

Page 76 of 86

ANNEXURE - C

LIST OF COMPLETED WORKS BY THE TENDERER Sl.No Name of

work Agreement No. and date

Designation and address of agreement signing authority

Agreement value in lakhs

Completed value of work (in lakhs)

Date of completion

Remarks

Railway Works

A B C D E Z

State Govt. Works A B C D E Z

Public Sector Undertaking Works A B C D E Z

SIGNATURE OF THE TENDERER (S):NAME OF THE TENDERER

Signature of Tenderer

Page 77 of 86

ANNEXURE - D

LIST OF WORKS ON HAND WITH THE TENDERER Sl.No Name of

work Agreement No. and date

Designation and address of agreement signing authority

Agreement value in lakhs

Completed value of work (in lakhs)

Date of completion

Remarks

Railway Works

A B C D E Z

State Govt. Works A B C D E Z

Public Sector Undertaking Works A B C D E Z

SIGNATURE OF THE TENDERER (S):

NAME OF THE TENDERER

Signature of Tenderer

Page 78 of 86

ANNEXURE – ‘E’ EXPERIENCE CERTIFICATE

Sl.No.

Work Details Details

1 Name of work

2 Agreement Number, date and Name of the Agency.

3 Agreement value in Rupees (in words and figures).

4 Due date of completion

5 Number of Extensions granted

6 Actual date of completion of Work

7 Value of Final Bill if passed (in words).

8 Work completed but Final measurements not recorded a) Amount paid so far as in CC.BillNo.

9 Work completed, Final measurements recorded with negative variation a) Amount so far paid as in CC.Bill No.

10 Work completed, if final measurements recorded with positive variation which is not sanctioned yet a) Original agreement value or last sanctioned agreement value whichever is lower

Note: 1) This certificate in this Performa is to be issued only for Physically Completed Works. 2) This certificate is to be issued by an officer not below the rank of JA Grade or Bill passing

officer in Railways and Bill passing officer/executive In-charge of work in other government department/Govt. bodies/ Public sector under taking. The certificate should bear the signature and seal of the issuing officer, name of the department etc.

Signature : Name of the officer : Designation : Address : Office Seal : Phone/Fax No : Date :

Signature of Tenderer

Page 79 of 86

ANNEXURE – F

CERTIFICATE FROM CHARTERED ACCOUNTNT IN THEIR LETTER HEAD

TO WHOME SO EVER CONCERNED

We______________, are the Auditors for the Firm_______________________________________ since last_________________(many) years. On the strength of the above association we are issuing this certificate to the firm on the Annual Contractual Turnover during the last three Audited Financial Years as per Audited Balance Sheets. It is further certified that the advances or loans taken by the firm in connection with execution of works is not reflected in the contractual receipts from works contracts indicated below. SL Financial year Receipts reflected in

Audited Balance sheets in P&L account ( Rs.)

Contractual Receipts from Works Contracts

( Rs)

Remarks ( if any)

(1) (2) (3) (4) (5)

Signature :-

Name of CA :-

Address :-

Office Seal :-

Phone No :-

e-mail :-

Date :-

Signature of Tenderer

Page 80 of 86

Signature of Tenderer

Page 81 of 86

Signature of Tenderer

Page 82 of 86

CONTRACT AGREEMENT

1. Contract Agreement No.____________________________________ dated _________ Article _______________________ of Agreement made this _____ __________________ day of ______________ 200 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 as admit include his successors and assignee in Office) of the one part and M/s_________________________(herein after called "Contractor" which expression shall unless excluded by the context include, his heirs, executors, Administrators, successors and assignees) in the other part.

2. Where as the Contractor has agreed with the Railway for the performance of the work ___________________________________ _______________________________________________________ _______________________________________________________ Set forth in the schedule hereto annexed upon the General Conditions of Contract of the South Central Railway and the Special Conditions and Specifications, if any and in conformity with the drawings hereto annexed, if any and where as the performance of the said works is an act in which public are interested.

3. The contract now entered into it for the work ______________________ ____________________________________________________________________________________________________________________ as supplied by the Railway Administration, to the required standards by means of perfect process by bestowing the expertise and skill by the Contractor.

4. It is hereby agreed and declared that all the provisions of said specifications General Conditions and Special Conditions of Contract which have been carefully read and understood by the Contractor and shall be re-binding upon the Contractor and upon the Railway Administration as if the same had been repeated herein and shall be read as part of these presents.

for and on behalf of President of India

Signature of Tenderer Seal: Date: Signature and address of witnesses:- 1. 1.

2. 2.

Signature of Tenderer

Page 83 of 86

(On stamp paper of requisite value)

PERFORMANCE GUARANTEE BOND

(TO BE USED BY APPROVED SCHEDULE BANKS)

1. In consideration of the President of India (herein after called “the Government”) having agreed to exempt______________(herein after called “the said Contractor(s)” from the demand under the terms and conditions of an agreement dated_____________made between__________and_________________ for_____________(herein after called “the said Agreement”), of PERFORMANCE GUARANTEE for the due fulfillment by the said Contractors) of the terms and conditions contained in the said Agreement, on production of a bank Guarantee for Rs._______ (Rupees_____________only). We,______________________herein after referred to as “the Bank” (indicate the name of the bank) at the request of ________________(contractor (s) ) do hereby undertaken to pay to the Government an amount not exceeding Rs._____________ against any loss or damage caused to or would be caused to or suffered by the Government by reason 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 amount 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) 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 Rs.__________________.

3. We undertake to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceedings pending before any court or Tribunal relating there to our liability under this present being absolute unequivocal.

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

4. We, ________________________________ (indicate the name of the bank)further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its

Signature of Tenderer

Page 84 of 86

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___________________(b) we shall be discharged from all liability under this guarantee thereafter.

5. We ____________________________(indicate the name of 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 attend 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 excrcisable 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 any such matter or thing whatsoever which under the law relating to 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 bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the_________day of______________ 20

for____________________________ (Indicate the name of Bank)

Signature of Tenderer

Page 85 of 86

FORM 17 INDEMNITY BOND

1 This deed of Indemnity is executed on the day of ______________by M/s: ,which expression includes his successors and assignees, in favour of the President of India acting through Sr.Divisional Electrical Engineer/Maintenance the Purchaser, South Central Railway, Secunderabad (herein after called the 'Railway'). 2. Whereas the parties hereto have entered into an agreement vide acceptance letter/Agreement No. ____________________dt_________ for the purpose of executing the said contract until such time the materials herein after mentioned are fully erected or otherwise and handed over to the Railway. 3. Whereas we, M/s: are required to hold in custody for and on behalf of the Railway in trust give here the list of items for the purpose of executing the said contract until such time the materials are duly erect and or handed over to Railway. 4. Whereas we, M/s: are required to furnish an Indemnity Bond. 5. Now by this Indemnity Bond we hereby undertake that we hold in my custody for and on behalf of the President of India and his property in trust of the said materials handed over to us for the purpose of execution of the said contract until such time the materials are duly erected or otherwise handed over to the Railway. 6. We shall be entirely responsible for the safe custody and protection of the said materials against all risks till they are duly erected and or otherwise delivered to the concerned depots or to any other Officer as he may direct otherwise, and shall Indemnify the Railway against any loss, damage or deterioration in respect of the said materials which are in my possession. 7. The said materials shall at all times to open for inspection by any authorized officer of the Railway. 8. Should any loss or damage or deterioration occur or refund becomes due, the President of India shall be entitled to recover from us compensation for such loss or damage or deterioration the amount is to be refunded without prejudice to any other remedies available to Railway and also by deduction from any sum due or any sum which at any time hereafter may become due to us for this work or under any other contract with any other department of the Railway. 9. The value of the above materials for the purpose of indemnity Bond that can be claimed under this Indemnity Bond shall not exceed Rs. __________/- (Rupees _____________________________________________________________ only).

Signature of Tenderer

Page 86 of 86

10. In the event of any loss or damage or deterioration as aforesaid the assessment of such loss or damage or deterioration, the assessment of compensation therefore would be made by the President of India or by his authorized Nominee and the said assessment shall be final and binding upon us. 11. In witness whereof we, M/s: have executed this Indemnity Bond on the date, month and year final written at _____________dated this _________________. “*******”