+ All Categories
Home > Documents > Draft of Advertisement (To be published in NCR / Jaipur Newspapers ... TR1.pdf · (To be published...

Draft of Advertisement (To be published in NCR / Jaipur Newspapers ... TR1.pdf · (To be published...

Date post: 20-Jul-2018
Category:
Upload: dangngoc
View: 213 times
Download: 0 times
Share this document with a friend
29
Draft of Advertisement (To be published in NCR / Jaipur Newspapers) TENDER NOTICE Sealed tenders are invited against our tender no. CEL/SYS/SG/32/5/32/14-15 dt 16.04.2015 from reputed contractors having experience in executing Railway signaling works for Provision of Dual detection system for redundancy and media diversity for working block proving axle counter (BPAC) on JP-MD sections (Main Line B route ) of Jaipur division. The estimated cost of work is Rs. 69.17 Lakhs. The last date of receipt of tender is 11.05.2015 at 1400 hrs. IST. The details are available at our website www.celindia.co.in or www.celsolar.com and also on Central Public Procurement portal from 20.04.2015 to 11.05.2015 AGM (Mkg. & Proj.)
Transcript

Draft of Advertisement

(To be published in NCR / Jaipur Newspapers)

TENDER NOTICE

Sealed tenders are invited against our tender no. CEL/SYS/SG/32/5/32/14-15 dt 16.04.2015 from reputed contractors having experience in executing Railway signaling works for Provision of Dual detection system for redundancy and media diversity for working block proving axle counter (BPAC) on JP-MD sections (Main Line B route ) of Jaipur division. The estimated cost of work is Rs. 69.17 Lakhs. The last date of receipt of tender is 11.05.2015 at 1400 hrs. IST. The details are available at our website www.celindia.co.in or www.celsolar.com and also on Central Public Procurement portal from 20.04.2015 to 11.05.2015

AGM (Mkg. & Proj.)

CENTRAL ELECTRONICS LIMITED

Tender No. CEL/SYS/SG/32/5/32/14-15 Dated: 16/04/2015

NAME OF THE WORK : Provision of Dual detection system for redundancy and media diversity for working block proving axle counter (BPAC) on JP-MD sections (Main Line B route ) of Jaipur division.

.

Date of Opening : 11/05/2015

CENTRAL ELECTRONICS LIMITED

SAHIBABAD – 201 010

INDEX

Sr. No. Description

1. Tender Notice

2. Instructions to the Tenderers

3. General Conditions of CEL

4. Special Conditions of CEL

5. Special Conditions of North Western Railway

6. Schedule of Work

7. Annexures

CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)

4, Industrial Area, Sahibabad – 201 010 (U.P.), India

Tel: 0120-2895163, Fax: 0120-2895147/48

TENDER NOTICE

No. CEL/SYS/SG/32/5/32/15 DT 16/04/2015

Sealed tenders are invited from reputed contractors having experience in executing Railway signaling works Sr. No Name of Work Earnest Money Due Date & Time

1. Provision of Dual detection system for redundancy Rs. 25,000.00 11/05/2015

and media diversity for working block proving axle counter (BPAC) on JP-MD sections (Main Line B route ) of Jaipur division.

Tender Notice will be available on our website www.celsolar.com, or www.celindia.co.in & Central Public Procurement Portal from 20/04/2015 to 11/05/2015. Tenderer can download the tender documents from our website for submitting their offer. Cost of Tender Documents: The tenderer can download the tender document from the above website and submit the same before the due date along with cost of tender documents of Rs. 2,000.00 in the form of demand draft in favour of Central Electronics Limited, Sahibabad. Tender can also be purchased from the office of General Manager (Systems) / Asst. General Manager (Systems) , Central Electronics Limited, 4, Industrial Area, Sahibabad against payment of Rs.2,000.00 in cash or DD as above. Estimated Cost of Work : Rs.69, 17,152.00 Completion Period : 105 days from the date of issue of Letter of Acceptance. Validity of offer : 60 days from the date of opening of tender Earnest Money : EMD of Rs.25,000/- (Rs. Twenty five thousand only)

should be deposited in the form of demand draft / fixed deposit duly discharged in favour of Central Electronics Limited, Sahibabad along with the tender document.

INSTRUCTIONS TO TENDERERS

1. NATURE OF TENDERING

1. Tender document in original along with the schedule of work filled in and duly signed and stamped on each page, complete in all respect shall be enclosed in an envelope and then envelope shall be sealed. The envelope should be addressed to General Manager (Systems), / AGM (Systems), Central Electronics Limited, 4 Industrial Area, Sahibabad-201010 (U.P) and the tender will be received up to 14:00 Hrs. on 11/05/2015

2. Tender sealed and superscribed as mentioned above can also be sent by Registered post A.D to the above mentioned office but no tender which is received after the time and date specified above shall ordinarily be considered and the responsibility for delivery of the tender within the specified date and time shall be with the Tenderer.

B. OPENING OF TENDERS

The Tender shall be opened at 14.30 Hrs on the same day i.e. 11/05/2015 in the office of General Manager (Systems), / AGM (Systems) , Central Electronics Limited, Sahibabad and rates read out in presence of tenderers or their representative who may be present.

C. DOCUMENTS TO ACCOMPANY THE OFFER

The following documents shall invariably accompany the offer, failing which the offer can be treated as invalid and is liable to be summarily rejected without any correspondence with the firm. Hence the firm is well advised to ensure that all the minimum documents as laid down hereunder are attached with their offer.

i) Earnest Money for Rs.25,000/- (Rs. Twenty five thousand only) in the form of DD / FDR duly discharged favouring Central Electronics Limited, Sahibabad valid for a period of three months.

ii) Tender document including rates filled for each items mentioned against schedule of work duly signed and stamped on each page.

iii) Permanent Account No. (PAN) & TIN Number

iv) Partnership deed, in case of partnership firms, Memorandum of Articles of Association.

v) Power of Attorney, if any

vi) Details of technical staff to be deployed for this project with designation and experience.

vii) Bar Chart

Viii ) Solvency Certificate from Banker

D. GENERAL

1. Telex & incomplete offers will be summarily rejected.

2. All corrections and overwriting must be attested

3. The tenderer should read the conditions carefully and also see the schedule of supply of work and drawings before submitting the offers and also ascertain site conditions and magnitude of work involved.

4. CEL reserves the right to reject any or all tenders without assigning any reason thereof.

5. CEL reserves the right to split the works between more than one contractor if suitable tenderer is not found.

6. Offer without Earnest Money will be summarily rejected.

Eligibility Criteria:

1. The tenderer should have installed successfully minimum 15 sets of HASSDAC or SSDAC in last three years.

2. The tenderer should have minimum turnover of Rs. 7 Lakhs in last three years (The tenderer should have to submit the proof of payment of minimum Rs. 7 Lakhs in last three years.

3. The following documents should be enclosed with the offer along with the tender.

i) List of personnel, organization available on hand and proposed to be engaged for the subject work.

ii) List of plant & machinery available on hand and proposed to be inducted (own or hired) for the subject

iii) List of work completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of schedule completion of work.

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

v) Copy of Permanent Account Number /TIN Number to be submitted along with the offer.

GENERAL CONDITIONS OF CEL

(The copy of General Conditions of CEL may be obtai ned from the Office of General Manager (Systems), / AGM (Systems ), Central

Electronics Limited, Sahibabad)

Tender No. CEL/SYS/SG/32/5/32/14-15

CEL’s SPECIAL CONDITIONS:

1. All the special conditions of the contract of North Western Railway tender no. CEL/SYS/SG/32/5/32/14-15 except system of quoting rates, mobilization advance, and settlement of disputes are applicable. In addition, General conditions of contract of CEL, North Western Railway and special conditions of contract of CEL, wherever applicable, shall also apply on the contractor.

2. Where there is any conflict between CEL’s special conditions, Railway’s special conditions of contract and CEL’s general conditions of the contract, the CEL’s special conditions of contract shall prevail.

3. Any special conditions stated by the Tenderers in covering letter submitted along with the tender shall be deemed to be a part of the contract to such extent only as have explicitly been accepted by CEL.

4. System of quoting rates :-

4.1 Against each item of the schedules, the quantities have been indicated. The Tenderer is required to quote the rates in figures as well as in words against each item.

4.2 All the items of schedule as mentioned in the tender will be executed by the Tenderer except explicitly mentioned in the schedule.

4.3 Rates quoted by the contractor should be inclusive of all taxes, duties, Octroi and transportation charges of all material including loading / unloading charges from North Western Railway’s store at SSE/Sig/Phulera or any store in Jaipur Division to works site and release / balance material from works site to Railway store after completion of work.

5. Quantity mentioned in the Schedule are approximate and may increase or decrease by 25%. Payment to tender for each item will be made as per the rate mentioned in schedule of work. If the quantity of any item exceeds beyond 125% and up to 140 % the payment to the tenderer will be made at 98% of the item rate given in the schedule of work. Beyond 140% of the schedule quantity, the rate of the item will be reduced by 4%.

6. Commercial Tax / Works Contract Sales Tax as deducted from CEL account / bill will be deducted proportionately from contractor’s bill.

7. Deduction by Western Railway against water, electricity, Cess and accommodation charges etc. or defective works pertaining to this work, if any, from our bills, the same shall be recovered from contractor’s bill by CEL.

8. Penalty clause, if any, imposed on the project will be to the account of respective parties for their respective portion of work. However, in case CEL supply the material in time and penalty is due to contractor for delay in his supply and execution of the work, the same will be to the contractors account of the full value as deducted by the Railway.

9. Though individual item in Schedule mentioned the material to be supplied by the contractor as part of that item but this list is not exhaustive. Even if an item is not explicitly mentioned to be supplied by the contractor in the description of work in Schedule, such item if required to complete that work as per specification will be supplied by the contractor as part of the work itself.

10. These specification / documents describe the material to be supplied, work to be performed and the method of construction for the complete installation in strict accordance with the drawings and specifications mentioned herein and such instructions as may from time to time be given by the CEL /Railway. Indoor portion of work being a turnkey tender, it should clearly be understood that the contractor agrees to furnish, without any extra cost, anything and everything necessary for the complete installation and its reliable, safe and satisfactory working except such items as are specifically stated as being supplied by the CEL / Railway and quantity in excess of what is mentioned in schedule, in this specification and at the time of placing the contract by written agreement the contractor shall quote for the work, giving all information

11. The contractor will submit indemnity bond for material to be supplied by CEL / Railway before signing the contract agreement.

12 PAYMENT

It will be the responsibility of the tenderer to liaison with the Railway for measurement and book entry, test check by Railway and any expenditure towards this shall be borne by the contractor. The payment to the contractor will be released as per tender condition within 10 days after acceptance of the work by the site in-charge but the final payment and security deposit will be released on back to back basis.

SPECIAL CONDITIONS

2.1.1 The contract shall be governed by the general conditions of contract (GCC) August, 1998 (with latest amendments if any ) and special conditions of the contract given below. Where there is any conflict between the instructions to Tenderers and Special Conditions of Contract, Tender forms, Annexure etc. on one hand and General Conditions of Contract on the other, the former shall prevail.

Note:- The copy of the general conditions of contract can be obtained from Sr. DSTE Office, North Western Railway, Jaipur on payment.

2.1.2 Any Special conditions stated by the Tenderer(s) in the covering letter submitted along with the Tender shall be deemed to be a part of contract to such extent only as have explicitly been accepted by the Railway.

2.1.3 These specifications / documents describe the material to be supplied, work to be performed and the method of construction for the complete installation in strict accordance with the drawings and specifications mentioned therein and such instructions as may from time to time be given by the Railways.

2.2 LOCATION OF SITE: Stations/Block sections are situated on Jaipur division.

2.3 SCOPE OF WORK: Scope of work includes Signaling work in connection with Provision of Dual detection system for redundancy and media diversity for working block proving axle counter (BPAC) on Jaipur-Madar sections ( 'B' Route) of Jaipur division”.

2.3.1 Other details of scope of work see in Technical Requirement. (Part-IV)

(The scope is not exhaustive. For full details refer to the Schedule).

2.4 CONCESSIONAL FORMS - Deleted

2.5 PRICE VARIATION

i) Price variation clause is not applicable for the present tender. ii) Any statutory variation in taxes/duties shall be to Railway’s account and shall be admissible on production of

valid documentary evidence. Tenderers may submit the tax / duty structure considered by him while quoting rates.

2.6 COMPLETION PERIOD

2.6.1 The entire work shall be completed within 105 days from the date of issue of Letter of Acceptance.

2.6.2 TIME SCHEDULE

Time is the essence of the contract. With a view to complete the work within 105 days , the contractor is requested to observe the following time schedule in their own interest, so as to complete the work within the completion period stated above:

2.6.3 Contractor along with his offer will submit a tentative time schedule to show his planning to complete the work. After award of the contract the time schedule will be jointly signed along with engineer-in-charge after carrying out necessary modification as suggested by engineer-in-charge.

2.7 PAYMENT TERMS

2.7.1 For Schedule 70% of the accepted cost of items of the Supply Schedule [duly inspected by the nominated Inspection Authority] will be paid on receipt of the equipment by the Consignee.

a) 10% of the accepted cost (in addition to the 80% released above) shall be paid after installation/erection of that particular equipment.

b) The balance 20% of Schedule for each station will be paid after commissioning of each station. c) 100% will be paid for spares & for items, which are not required to be erected by the contractor on receipt of

the equipment and no loss certificate by consignee. d) For mixed items where supply & erection cost is taken together under Schedule, 70% of the accepted cost

shall be paid on installation of the item and balance 30% will be paid on completion of work after observing its satisfactory performance for one month and issue of certificate to that effect by concerned supervisor in charge.

2.7.2. For items which include installation & commissioning and trenching /execution work the payment shall be made 90% on installation of the item & remaining 10% on commissioning of the item.

2.7.3. For trenching/laying work the payment shall be made 90% on execution of the work & remaining 10% on commissioning of the item.

2.7.4 All payments shall be made on the certificate of the Engineer within a reasonable time of the submission of the necessary bills by the contractor.

2.7.5 DEDUCTION FROM ON ACCOUNT PAYMENT BILLS - All costs, damages or expenses, which Railways may have paid or incurred, which under the provisions of contract are Contractor’s obligations will be deducted by CEL from progress payment Bills/Invoice of Contractor, as and when it is understood that such an expenses has been incurred or paid for. All such claims of CEL shall, however, be duly supported by appropriate and certified vouchers receipts or explanations as are available to enable the Contractor to identify such claims.

2.7.6 The recovery of material/field work/any other items is on back to back basis. 2.7.7 Cess & Water charges will be recovered from the contractor as per rule in force, if applicable. 2.7.8 TAXES – CEL will deduct Income Tax as per rates applicable at the time of making payments. Wherever

the law makes it statutory for the purchaser to deduct any amount towards sales tax on works contract, the same will be deducted and remitted to the concerned authority. The Contractor and all personnel employed by him shall pay such taxes like Income Tax as are payable under statutory laws of India and the Purchaser will not accept any liability for the same.

2.7.9 IMPLICATION OF MODVAT RULES:

The liability of the purchaser to reimburse excise duty is limited to such sum as may be found legally due and payable in respect of contract goods after availing the full credit on all the inputs used in the manufacture of the finished products irrespective of whether the contractor has in fact availed of the said credit or not”.

2.7.10 In case of vitiation due to variation in quantities the amount by which vitiation occurs will not be payable to the contractor

2.8 MOBILISATION ADVANCE

Not applicable

2.9 EARNEST MONEY : Deleted

2.10 SIGNING OF AGREEMENT The tenderer whose tender is accepted shall be required to present himself or his duly authorized representative person at the office of the AGM(S), CEL, Sahibabad to execute the contract document within seven days after receipt of notice that the contract documents are ready. Failure to do so shall constitute breach of the agreement effected by the acceptance of the tender in which case the earnest money accompanying the tender shall be forfeited by the Railway as liquidated damages for such default, without prejudice to any other right or remedies open to the Railway.

2.11 SECURITY DEPOSIT The total security deposit on acceptance of tender is required to be recovered at the rates shown as under

A Security deposit for each work should be 5% of the contract value.

B. The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered.

C Security deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such

as SD in the form of instruments like BG, FD etc. shall be accepted towards security deposit. Security deposit shall be

returned on back to back basis.

2.12 STORES

2.12.1 CONSIGNEE

2.12.1.1 The consignee for this work will be Senior Section Engineer (Signal), Phulera for the respective Block section.

2.12.2 LOADING / UNLOADING OF MATERIAL

2.12.2.1 The material shall be delivered by the Contractor at the depot of Consignee (situated at

JP/BKI/RE)/ site of work as required by Rly. The material delivered by the Contractor shall be transported from the Store of SSE (Signal)/ JP/BKI/RE to work spot by contractor at his own cost.

2.12.2.2 Railway materials required for the execution of work will be issued to the contractor at any place

in the division. The same has to be transported to work spot by the contractor at his own cost.

2.12.3 STORES RECEIPT & ACCOUNTAL

2.12.3.1 Exchange of proper requisition and receipt shall be done on a suitable Performa between the Contractor and the Railway’s authorised representative.

2.12.3.2 The Contractor shall issue a receipt along with the demand slip for material he requires for the work and obtain receipt when any material is returned to stores depot (situated at FL/JP/BKI) these transactions shall be done with the consignee.

2.12.3.3 All stores drawn by the tenderer shall be accounted for either as installed as per site measurements recorded or as per surplus stores returned to the Site Inspector-in-charge.

2.12.4 SECURITY OF MATERIAL

2.12.4.1 Once the material is handed over to the contractor, the contractor shall be responsible for the security of material irrespective of the fact that the material is kept in Railway premises. The contractor shall make adequate arrangements at site as deemed necessary for guarding the same

From the thefts by outsiders or his labour or damage of any sort.

2.12.4.2 The cost of stores lost shall be realised by the Railway out of any payments due to the contractor in this contract or from any other contract executed by Govt. of India.

2.12.4.3 The Contractor will indemnify all the Stores handed over to him and will execute the Indemnity Bond for this purpose on standard Performa given along with these documents. Execution of the Indemnity Bond will precede handing over any material to the Contractor.

2.12.5 RETURN OF SURPLUS STORES

2.12.5.1 The stores found to be surplus shall be returned to Consignee by the Contractor with his own staff.

2.12.5.2 The contractor shall account for all material that was issued to him. A register shall be maintained at site, which shall be signed by the Contractor as a token of receipt of material. All the issued material shall either be used in the installation or returned to Consignee .

2.12.6 RETURN OF RELEASED STORES

2.12.6.1 Released material shall be handed over to Consignee at his depot in systematic manner. Proper care should be taken while releasing & transporting the stores.

2.12.7 INSPECTING AUTHORITY

2.12.7.1 The Inspecting authority for the work shall be RDSO / RITES / Railway’s representative/CEL representative.

2.12.8. INSPECTION OF MATERIAL

2.12.8.1 All materials to be used on this installation shall be subject to inspection by RDSO / RITES / Railway’s representative / CEL representative at the manufacturer’s premises. For this purpose the Contractor shall give sufficient notice of time to RDSO / RITES / Railway’s representative when the material is ready for testing / inspection. All facilities as may be necessary shall be provided for carrying out the tests.

2.12.8.2 Whether a product has or has not been accepted at the point of manufacture, if, upon arrival at destination, it does not meet the requirements of the specification, it may be rejected and the Contractor shall undertake disposal of the rejected products and shall bear all charges.

2.12.8.3 The contractor shall make such tests as may be necessary to demonstrate to the satisfaction of the Railway that the apparatus and the system as installed are in accordance with the requirements of the specifications and contract. The Contractor shall provide such instruments and apparatus as may be necessary for making the tests.

2.12.8.4 The Details of the material to be inspected by

2.12.9 INSPECTION CHARGES

2.12.9.1 The inspection charges for the inspection service rendered to the S&T contractors executing signalling works shall be borne by the Contractor .

2.12.10 MATERIALS AND WORKMANSHIP

2.12.10.1 All the items which are to be procured as per IRS / RDSO specifications shall be procured from RDSO approved firms. (RDSO approved firms shall be from the Part I only. In case there is no firm in Part I, materials from firms in Part II may be accepted). Any relaxation with respect to procurement / inspection shall be with the prior approval of the competent authority. The Railways’ decision shall be final and binding on the contractor.

2.12.10.2 (a) Existing Boards guidelines for placement of developmental orders on new sources shall be followed by Railways.

(b) Following critical item will continue to be inspected by RDSO as per instruction contained in Board's letterNo.74/RS(G)/379/2Pt. dated;4/3/91 and 18/6/91:-

i. All types of signalling relays; ii. Block instruments; iii. Axle counter equipments; iv. Signal machines; v. Point machines; vi. Colour light vii. Electrical signal lamps;

viii. Voltage stabilisers and other power supply equipment. ix. Electric signal reversers; x. Signal roundels and lenses; xi Electric lever lock and circuit controller; Xii Circuit controller; xiii. Electric key transmitter; xiv. Fuses, Fuse Block & Terminal blocks (PBT Type);

xv. Electric Point and lock detector.

(c ) Signalling items other than those mentioned above will be inspected by RDSO provided the order value is more than Rs. one Lakh. Inspection in respect of order below Rs.1 lakh may be got done by RITES / Consignee, subject to supplies being from sources approved by RDSO. However, the following items shall invariably be inspected by RDSO. Certificate of inspection to be submitted along with the supply:-

2.12.10.3 The Railway shall have full powers to reject any material that the Railway may consider to be defective or inferior in quality of material, workmanship, design or otherwise, not in accordance with the specifications and drawings specified by the Railway.

2.12.10.4 The Contractor shall remove forthwith all rejected materials and replace such material at Contractor’s expenses.

2.12.10.5 All material should be in properly packed condition and the consignee reserves the right to reject the material even though it was passed by RDSO.

2.12.11 Consignee's RIGHT OF REJECTION

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

2.12.12 CONSEQUENCES OF REJECTION (Rejected stores)

2.12.12.1 When any stores delivery at the consignee’s depots is rejected, this shall be removed by the contractor within 30 days from the date of rejection. Such rejected stores shall lie at the contractor’s risk from the date of rejection. If the stores are not removed by the Contractor within this period, the purchaser or his nominee shall have the right to dispose of such stores, as thought fit, at the contractor’s risk and account.

2.12.12.2 The purchaser shall also be entitled to recover from the contractor, handling and ground rent / demurrage and any other charges for the period during the rejected stores are not removed after the period aforementioned.

2.13 WORKS

2.13.1 SPECIFICATIONS, DRAWINGS

2.13.1.1 The installation must comply with the Indian Railway Standard Specification

2.13.1.2 The arrangements of interlocking and design of equipments etc. shall be in conformity with the practices followed on North Western Railway and the System as a whole shall be so designed that the operation is reliable, safe and satisfactory under the local climatic conditions existing at the station.

2.13.2 SUPERVISION & LABOUR

2.13.2.1 Tenderer shall keep on the works sufficient and competent staff as per G.C.C. Clause no.26. The work shall be carried out as per Railway’s extant practice.

2.13.2.2 The field Supervisor shall receive instructions from the Engineer-in-charge of the work or his representative at site and comply with the instructions. The Contractor shall be responsible for the compliance of such instructions.

2.13.2.3 If the supervisor acting on behalf of the Contractor disobeys or does not regard the instructions of the Railway’s supervisor / representative and does not execute the work to the satisfaction of this Railway supervisor / CEL incharge, it shall be binding on the tenderer to replace his supervisor.

2.13.3 INSPECTION OF WORKS

2.13.3.1 The completed installation at all stages shall be subjected to checks and test as decided by Railways and the contractor shall be liable to remedy such defects as discovered during these checks and test and make good all deficiencies brought out. However, complete installation will be taken over finally on completion of the full system. It will be the responsibility of the contractor to rectify any discrepancy noticed within a period of one month from the date the complete system is taken over. For the purpose of taking over, joint inspection will be carried out by DSTE / ADSTE and Senior Section/Section/Junior Engineer (Sig)/CEL incharge. The contractor should make himself or his representative available at the time of joint inspection. The decision of the Engineer shall be final in the matter.

2.13.3.2 The contractor will be called upon to pay all the expenses incurred by the Railway in respect of any work found to be defective or of inferior quality, adulterated or otherwise unacceptable.

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

2.13.3.4 A log book will be kept at the work site by the contractor. The inspecting officer of the Railway may in addition to oral instruction to the representative of the contractor at the work site, enter such instruction as he deems fit in this log book. The contractor will be responsible to note necessary action and remedy the defects and ensure that the instructions either oral or written are complied with. His non-noting the log book entries shall not be considered sufficient grounds for non-compliance of the instructions.

2.13.4 APPROVAL & MEASUREMENT OF WORK

2.13.4.1 The contractor will obtain written approval of the supervision after completion of the various sub-items of each work mentioned in the Schedule (wherever applicable).

2.13.4.2 The contractor shall sign the measurement as a token of acceptance of the measurement entered by the supervisor in-charge of the work (wherever applicable).

2.13.4.3 The contractor should ensure that measurement has been made for such work which is not possible to measure subsequently and shall remain hidden.

2.13.4.4 Back filling of the trench shall be done only after the inspection and written confirmation from the Railway representative.

2.13.4.5 The contractor shall maintain record of cable laid as per Performa in Drawing CSTE/3644

2.13.4.6 Cable laying shall be done as per technical specifications and instructions for trenching laying of S&T cables issued by CSTE and as per CSTE drawings as mentioned in the document will be followed.

2.13.5. SAFETY OF WORK & TRAINS

2.13.5.1 The contractor shall do no work that may interfere with traffic until protection has been provided by the Railway and under the supervision of Railway’s representative.

2.13.5.2 While testing and commissioning of the Panel, the contractor shall not work without authorisation from the Railway in-charge of the work.

2.13.5.3 The contractor shall also be responsible for any damage that he may cause due to the carelessness of his workmen and will bear the consequences in this regard.

2.13.5.4 The contractor will not be entitled to any compensation for any damage or loss sustained by him during execution of the work for any idle labour or transport or any loss or deterioration of the material or tools.

2.13.5.5 WORKING ON SUBURBAN SECTION IN CCG-VR SECT ION.

Deleted as not applicable in this tender.

2.13.5.6 Plying of road vehicle in Railway land adj oining to running lines:

The Contractor shall not allow any road vehicle belonging to him or his suppliers etc. to ply in railway land next to the running line. If for execution of certain works viz. earthwork for parallel railway line and supply of ballast for new or existing fail line gauge conversion etc. road vehicles are necessary to be used in railway land next to the railway line, the contractor shall apply to the engineer-in-charge for permission giving the type and no. of individual vehicles, names and license particulars of the drivers, location, duration and timings for such work/movement. The engineer-in-charge or his authorized representative will personally counsel examine and certify, the road vehicle drivers, Contractor’s flagmen and supervisor to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory conditions:

i) The road vehicles will ply only between sunrise and sunset. ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one

flagman and one supervisor certified for such work. iii) The vehicles shall ply 6m clear of track. Any movement/work at less than 6m and up to

minimum 3.5 m clear of track center shall be done only in the presence of railway employee authorized by the Engineer-in-charge. No part of the road vehicle will be allowed a less than 3.5m from track center. Cost of such railway employee shall be born by the railway.

iv) The Contractor shall remain fully responsible for ensuring safety and in case of any accident, shall bear, cost of all damages to this equipment and men and also damages to railway an its passengers.

Engineer-in-charge may impose any other condition necessary for a particular work or site.

2.13.6 WORK TO BE DONE BY THE RAILWAYS

i) Electric power supply (230V, 5A) will be supplied by the Railways at the prevailing cost for executing minor works like drilling of holes etc. in the cabin. ii) Any other item not mentioned in the Schedule.

2.13.7 MATERIAL TO BE PROVIDED BY RAILWAYS

All materials to be supplied by Railways shall have to be collected by contractor through his own labour and transport from the stores of SSE (Signal) FL/JP/FL.

2.13.8 MODIFICATIONS

2.13.8.1 The contractor shall be responsible for and supply any additional equipment without extra cost for any alterations of the works due to any discrepancies, errors or omissions in the drawings or other particulars supplied by him, whether such drawings or particulars have been approved by the Railway or not due to inaccurate information or particulars furnished to the Contractor on behalf of the Railway. If any dimensions/figures upon the drawings or plans differ from those obtained by scaling the drawings or plans shall be taken as correct.

2.13.8.2 Any minor modifications required during the course of work shall be done without extra charges and the Railway’s decision as to whether the modifications are minor or not shall be final. Where modifications are not minor and the Railway is satisfied that the modifications are essential, they shall be carried out at extra charges to be approved by the Railway.

2.14 MAINTENANCE 2.14.1 He shall furnish the details of his establishments nearest to Jaipur with addre ss,

Telephone Nos and manpower availability at the cent er. It shall be clearly stated in the offer whether the tenderer is the manufacturer of t he system or supplier.

2.14.2 Any minor alterations, which may become essential due to problems noticed after traffic working will be carried out by Contractor in presence of railway supervisor if necessary up to one month.

2.15 SETTLEMENT OF DISPUTES

2.15.1 The provision of Clauses 63 & 64 to the General Condition of Contract will be applicable only for settlement of claims or disputes between the parties for values less than or equal to 20% of the value of the contract and when claim or disputes are of value more than 20% of the contract, provision of Clauses 63 & 64 and other relevant clauses of the General Conditions of Contract will not be applicable and arbitration will not be a remedy for settlement of such disputes.

2.15.2 The contractor shall not be entitled to ask for arbitration before the completion of the work assigned to him under this contract. The contractor shall seek reference to arbitration to settle disputes only once within the ambit of condition 4.19.1 above.

2.15.3 Special Conditions vide Para 4.19.1 and 4.19.2 shall prevail over existing clauses 63 & 64 of the General Conditions of Contract, other than provisions relating to ‘Excepted Matters’.

2.16 TERMINATION OF CONTRACT

Since the work is of emergent nature, any delay in completion of work is likely to delay the project leading to substantial loss, it is imperative that the contractor carries out the work as per the time schedule specified in the tender documents. In case of failure on the part of the contractor to adhere to the laid down schedule, the whole or part of the work may be got executed at the risk and cost of the contractor either departmentally or through any other agency fixed by the administration on single tender or limited tender basis as deemed proper. This provision will have over riding effect in the conditions stipulated in the General Conditions of Contract.

2.17 EMERGENCY WORKS

In the event of any accident or failure occurring in or about the work or arising out of or in connection with the construction, completion or maintenance of the works which in the opinion of the Engineer requires immediate attention, the Railway may bring its own workmen or other agency to execute or partly execute the necessary work or carry out repairs if the Engineer considers that the contractor/s is/are not in a position to do so in time and charge the cost thereof, as to be determined by the DRM (S&T) Jaipur to the contractor.

2.18 NIGHT WORK

Notwithstanding the provision in the General Conditions of Contract, if the Engineer is satisfied that the work is not likely to be completed in time, except by resorting to night work, he may order the contractor/s to carry out the works even at night without conferring any right on the contractor for claiming any extra payment for the same. The contractor at his own cost shall make all arrangements in this connection. In any case indoor wiring and testing will be carried out round the clock normally.

2.19 POWER SUPPLY

230V / 5A Electric power supply at cabin may be supplied by the Railways at the prevailing rate of electricity only on request of contractor for executing minor works like drilling of holes, soldering etc. for which contractor has to pay as per metered readings. However, contractor shall make his own arrangements such as portable generator for his use in case of power failure.

2.20 WARRANTY :

2.20.1 After the plant has been taken over and during the period of Warranty, the contractor shall be responsible to the extent expressed in this clause for any defects that may develop under the conditions provided for by the contract and under proper use, arising from faulty materials, design or workmanship in the plant or from faulty erection of the equipment under the supervision of the contractor, but not otherwise and shall remedy such defects at his own cost and when called upon to do so by the purchaser who shall state in writing in what respect the portion is faulty. Warranty period is one year from date of completion of work.

2.20.2 If it becomes necessary for the contractor to replace/ renew any defective portions of the plant under this clause, the provisions of this clause shall apply to the portions of the plant so replaced or renewed until the expiration of six months from the date of such replacement or renewal or until the end of the Warranty period of the contract, whichever may be later. If any defects be not remedied within reasonable time, the purchaser may proceed to do the work at contractor’s risk and expense, but without prejudice to any other rights, which the purchaser may have against the contractor in respect of such defects.

2.20.3 If the replacement or renewals are of such a character, as may effect the efficiency of the system, the purchaser shall have the right to give to the contractor within one month from such replacement or renewal, notice in writing that test on completion will be carried out at his cost. Should such tests show that the plant sustains the guarantee given in the contract, the cost of the tests shall be borne by the purchaser. Should the guarantees not be sustained, the cost of the tests shall be borne by the contractor.

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

2.20.5 Until the final certificate shall have been issued, the contractor shall have the right to entry, at his own risk and expenses, by himself or his duly authorised representatives, whose names shall have previously been communicated, in writing, to the purchaser at all reasonable working hours upon all necessary parts of the works for the purpose of inspecting the working and the records of the plant and taking notes there from and if he desires at his own risk and

expense, making any tests, subject to the approval of the purchaser which shall not be unreasonably withheld.

2.21 OBLIGATION TO CARRY OUT ENGINEER’s INSTRUCTIONS:

The contractor shall also satisfy the Engineer that adequate provision has been made:-

2.21.1 To carry out his instructions fully and with promptitude.

2.21.2 To ensure that parts required to be inspected before use are not used before inspections; and

2.21.3 To prevent rejected parts being used in error. Where, parts rejected by the inspector have been rectified or altered, such parts shall be segregated for separate inspection and approval before being used in the work.

2.22 Drawings :

Only approved drawings can be used.

SCHEDULE OF WORK

SCHEDULE

Tender No. CEL/SYS/SG/32/5/32/14-15

Name of work:- “Provision of Dual detection system for redundancy and media diversity for working block proving axle counter (BPAC) on Jaipur-Bandikui -Rewari sections ( 'B' Route) of Jaipur division.”

Schedule-A for SOR Items

Sr.No.

Description Unit Qty Rate (Rs.) Total (Rs.)

1. Complete Installation and wiring of High Availability single section digital axel counter (HASSDAC).

Set 21

Note Testing & Commissioning of HASSDAC will be done by CEL.

2. Installation of Unit Maintenance Free Earth as supplied in Schedule includes:- No 42

(i) Digging the earth to the required depth. (ii) Insertion of electrode. (iii)Filling of earth enhancing compound (Approx.30 Kg) (iv) Provision of exothermic weld connections to copper tape of

25 mm x 6 mm x 150 mm to the earth electrodes. All material tools and features required for weld will be arranged by contractor.

Cables 35 Sq mm/ 16 Sq mm/10 sq mm for connecting earth to busbar, busbar to busbar and busbars to various equipments. Earth electrode of 17.00 mm dia and 3.00 meter long high tensile low carbon steel circular rods molecularly bonded with copper and outer surface (minimum copper bonding thickness of 250 micrones to made requirement of under writer’s laboratories (UL) 467-2007 or latest.

Copper strips of 150 mm x 25 mm x 6 mm to be welded with each earth electrode, copper strips of 300 mm x 25 mm x 6 mm for main equip- potential busbar, copper strips of 150 mm x 25 mm x 6 mm sub equip-potential busbar in relay room, power room and panel room.

Copper tape 25mm x 2mm for ring information of earth pits Earth enhancement material in bags for each earth electrode. Inspection chamber of site 300mm x 300mm x 300mm (inside dimension) of approx. 50mm thick with pulling hooks to cover the earth pits. Installation of this item shall be carried out by the contractor as per RDSO spn no. RDSO/SPN/197/2008 or latest and conforming to RDSO drg no. SDO/RDSO/E&B/001 or latest. All materials for earth connections to equipments like all type of lugs, sleeves, nut, bolts, soldering materials, building material etc shall be supplied by the contractor.

3. Casting of CC foundation for all types of App. Cases in ratio 1:3:6 as per drg no. CSTE/NWR/SOR/19 by using standard zie foundation bolts. It includes excavation ramming using vibrator, curing and plastering with 1:4 cement sand mixture (aggregate size will not exceed beyond 3.8 cm). The plastering will be done to level the surface at sides up to 75mm below the ground level. Any damages to apparatus case during transportation, installation erection cable entering etc will be attended by contractor. It includes supply of aggregate, cement sand , galvanized holding down bolts/ foundation bolt etc. The item also includes additional masonry work as well as earth work if required on bank where there will be possibilities of foundation shirked fall or titled.

No. 42

4. Installation of Apparatus cases (with E type locks) on CC foundation with grouted bolts, fitting of E type locks, fabrication of slotted angle frame and fixing in the location box. This also includes filling space below location box with sand and earthwork, if required. Complete painging & writing (inside & outside) and varnishing work It cover supply & fixing of telephone sockets, location lamp holder, switch and lamp etc

No. 42

5. Supply and fixing of hylum strips of size 860mm x 100mm x 20mm for single (Full) Apparatus case. The item includes supply and fixing of M-6 terminals /fuse blocks /ND type HRC fuses on each strip. Two extra holes on either sides of M6 terminals /fuse blocks /ND type HRC fuses and two extra holes for fixing the hylum strips. Note: The complete hylum strip will be covered with M6 terminals /fuse blocks /ND type HRC fuses as per instructions of engineer in charge. M6 terminals will be as per RDSO specn no. IRS-S-75/2006 (Rev2) or latest and RDSO drg no. SA-23741A (Alt.4) or latest. Fuse block will be as per RDSO drg no. SA-23748(Alt 4) or latest and ND type HRC fuses will be as per RDSO specn no. IRS-S-78/92 or latest. Hylum strips is to be of grade P2.

No. 42

6. Termination of outdoor cables ( Main cables / tail cables) at both ends in location boxes, cable termination rack in relay room, station building, generator room etc, The items includes dressing of cables and wires with dressing threads as per standard practice. All material required for this item will be supplied by contractor. The outdoor cable shall be terminated in relay room, DG room, ASM room etc. under supervision and instructions issued by Engineering in charge of the work.

Per conductor

5250

7. Supply, fixing and wiring of 20 pair CT box and termination of cable as per details approved by Site Engineer. CT box to be supplied only after sample / drawing approved by Engineer in charge. This item also covers the termination and sealing of Block DPs.

No. 21

8. Digging of 1.0 mtr deep and 0.3 mtr wide trenches in all type of soils, including soft rock as per approved cable route plan and back filling the trench after laying of cables. It includes clearing of roots of trees and bushes and temporary obstructions on the selected cable route, ramming of soil and planting of cable marker at every 50 mtrs and every locations where direction of trench changes. The item includes covering of laid cables by sleeved soil up to 5 cm before covering by bricks. Where digging of 1.0 mtr depth is not possible or depth is reduced / increased as per instructions given by engineer incharge then payment will be decreased / increased proportionately to the depth of trench. This item includes supply of galvanized cable markers as per drg no. CSTE/NWR/SOR/15

PCuM

12600

9. Supply and placing of one layer of B class bricks spreading on cable laid. Minimum dimension of bricks to be 200mm x 100mm x 70mm.

I) Lengthwise ( up to 2 cables) RM 36750 II) Widthwise (more than 2 cables) RM 15750

10. Laying of S&T cables of various cores/ quads in trenches / GI pipes/ RCC pipes / DWC pipes/ Trunking etc including laying of cables in track crossings and road crossings. It includes provision of labels on each cable of colored plastic adhesive tapes or any other identifiable marker to give the cable number at eachg termination point G.P. The contractor will do meggering of all the cables (main & tail) before laying as well as after laying under the supervision of engineer in charge. Meggering test report of each cable will be signed jointly by authorized site representative of contractor and Rlys site engineer in charge. The length of the cables laid will includes length of the cable s which have been coiled for termination purpose.

Kms 84

11. Digging of trench 1 mtr deep from rail flange/road level/platform and 0.3 mtr wide and back filling the trench after placing of RCC /DWC/ HDPE pipes as per drg no. CSTE/NWR/ SOR/17 & 18. The ballast disturbed will be screened, dressed and road shall be tarred as per instructions given by engineer incharge. This item includes supply of RCC/ DWC/ HDPE pipes of size 150mm dia and conforming to IRS specn no. 458 /1988 or latest. The pipes will be in length not less than 2 mtrs and not more than 10 cables will be laid through a single pipe. An additional RCC /DWC/ HDPE pipes of size 150mm and conforming to IRS specn no. 458 /1988 or latest. The pipes will be in length not less than 32 mtrs and not more than 10 cables will be laid through a single pipe. An additional RCC /DWC/ HDPE pipes will be used / provided as per site requirement and will be decided by engineer in charge. The pipes will be protruded 5 cm outside the rail /road edges on the either sides. If pipe is not available in one length then it will be jointed with the help of sleeves of appropriate sizes.

Mtrs 420

12. Supply, transportation and laying of double wll corrugated (DWC) HDPE pipe /duct in the cable trench parallel to the track and decided by site engineer incharge.. It includes supply and insertion / laying of double wall corrugated – HDPE pipe /duct as per RDSI specn no. RDSO/SPN/204/2011 or latest and conforming to ISI specn no. IS-14930, Part II. The DWC HDPE pipe/ duct will be ANTI RODENT type and shall include supply and installation of accessories of HWC-HDPE duct/ pipe like plastic coupler (push fit type with O-ring) end caps, T joints etc. The DWC-HDPE pipe / duct will be inspected by RDSO/RITES with the sample passed all prescribed test by RDSO like compression test, impact test being test, oxidation test etc. The contractor will submit the test reports.

Size 120mm outer dia and 103.5 mm inner dia for cable laying from point location to home location

Mtr 420

13. All work pertaining to Horizontal directional drilling (HDD) / boring and trenchless cabling, It includes supply, transportation and insertion of sell lubricated HDPE pipe and laying of cables in boring under the track / road by using different sizes of pipes depending on total number of cables will be crossed. The depth of horizontal boring should be minimum 1 mtr from rail flange /road level. This item will be used for track crossing of running lines.

By using self lubricated. HDPE pipe of 120mm outer dia and 103.5 mm inner dia in the bore and laying of cables in the bore under the track / road.

Mtrs 420

14. Addition /alteration in existing relay room wiring. It includes

supply of PVC insulated indoor Railway signaling cable (60 core/ 40 core) of (1/0.6) sq.mm as per RDSO specn no. IRS/S-76/89 (Amnd 2 or latest) for wiring between relay room and SM’s panel room & relay room to DP in SM office for block working. This also includes supply of PVC insulated jumper wires of multi strand 16/.2mm, tinned in all colours as per RDSO specn no. IRS-S/76 /89 (Amnd 2 or latest). This item will include bringing all the power supplies from power room to respective bus bars on relay racks by using 10 /6 sq.mm copper flexible wire as per instructions of engineer in charge. This will include wiring between control panel and relay room if required. All wiring will be done as per standard practice of North Western Railway with neat dressing & threading. The item includes supply & wiring of tag block, fuse with bases ( G type and ND type) and all other related materials required for complete indoor wiring in relay room.

Per relay

315

15. Supply, wiring, installation, testing & commissioning of Earth Leakage Detector (ELD) 12 channels as per RDSO specn. RDSO/SPN/256 / 2002 or latest. On job training at site will be given by OEM engineer for installation and maintenance of ELD.

No. 8

16. Wiring, installation, testing & commissioning of Earth Leakage Detector (ELD) 12 channels as per RDSO specn. RDSO/SPN/256 / 2002 or latest.

No. 3

ANNEXURE

INDEMNITY BOND

Indemnity Bond for safe custody of Railway material to be supplied to M/s ……………………………

under Tender No. ……………………………………………………………….. We, M/s…………………………………….. (hereinafter called the Contractor) do hereby undertake that we shall hold in our custody for and on behalf of the President of India acting in the premises through the General Manager, Western Railway or for him all Railway materials which have been handed over to us against the contract for Tender no. …………………dtd ……… for the work of ………………………………………………………… by the Railway for the purpose of execution of the said contract until such time the materials are duly installed and/or erected or otherwise handed over to the Railway.

We shall be entirely responsible for the safe custody and protection of the said materials against all risk till they are duly delivered as installed and/or erected equipment to the Railway or as directed otherwise and shall indemnify the Railway against any loss, damage or deterioration whatsoever in respect of the said materials. Any Officer authorized by the General Manager, Western Railway or his nominee shall at all time open the said materials to Inspection.

Should any loss, damage or deterioration of materials occur or surplus materials disposed off and a refund becomes due, the Railway shall be entitled to recover from us the full cost and compensation determined in terms of the contract for such loss or damage, if any, along with the amount to be refunded without prejudice to any other remedies available to him by deduction from any sum due or any sum which at any time thereafter becomes due to us under the said or any other contract.

In the event of any loss or damage as aforesaid the assessment of such loss or damage and the assessment of the compensation there for would be made by the President of India acting through the General Manager, Western Railway or his authorized nominee shall be final and bind upon us.

Signed at _____________________________

on this day of __________________________________

Signature of Witness: ___________________________

For & on behalf of

____________________________

M/s._______________________________

Name of Witness in

BLOCK LETTERS

ADDRESS:

AGREEMENT

An Agreement made this………………….day of ……………………..between M/s. …………………………………………… (referred to as CONTRACTOR) on the one part and CENTRAL ELECTRONICS LIMITED having its Registered office at 781, Desh Bandhu Gupta Road, Karol Bagh, New Delhi hereinafter called the COMPANY on the other part for the execution of the work …………………………………..

WHEREAS

The company being desirous of having performance and provision of works mentioned above, enumerated or referred to in the short Tender Notice, General Tender Notice, General conditions of contract, Special conditions of contract, Specifications, Technical Report, Drawings and other documents constituting the TENDER and acceptance thereof, copy hereto annexed, all of which are designed to form part of this contract and are included in the terms CONTRACT whenever herein used.

AND WHEREAS

The company accepted the tender of contract for the provision and the execution of the said work upon the terms and conditions of tender submitted by the contractor.

Now this agreement witnesseth and it is hereby Agreed and Declared as follow:

In consideration of the payments to be made to the contractor for the works to be executed by him, the contractor hereby conversant and with the company that the contractor shall and will duly provide, execute and complete the said works as per terms of the contract and maintain the same at his own cost during the Maintenance period thereafter perform all other acts and things in the contract mentioned or described or which are to be implied there from or may be reasonably necessary for the completion of the said works and the times and in the manner and subject to the terms and conditions of stipulations mentioned in the contract.

In consideration of the due provision, execution and completion of the said works, the company does hereby agree to pay to the contractor for the works actually done by him at the Schedule Rates as quoted / modified by the contractor and accepted by the company or at agreed Rates and such other sums as may become payable to the contractor under the provision of the contract, such payments to be made such time and in such manner as provided for in the agreement.

In consideration of the above we the contractor does hereby agree to pay to company the sums as may be due to the company for the services, if any, rendered by the company to the contractor and such payments to be made at such manner as is provided in the contract.

IN WITNESS whereof the parties here to have signed on the dates respectively set under their signatures.

Signed and Delivered for and on behalf of

Central Electronics Ltd., Sahibabad

AT

In the presence of

WITNESS: 1.

2.

Signed and Delivered for and on Behalf of

(Contractor) M/s.

AND WHEREAS

The company accepted the tender of contract for the provision and the execution of the said work upon the terms and conditions of tender submitted by the contractor.

AT

In the presence of

WITNESS: 1.

2.


Recommended