+ All Categories
Home > Documents > INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the...

INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the...

Date post: 06-Feb-2018
Category:
Upload: trinhthien
View: 220 times
Download: 0 times
Share this document with a friend
84
Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No. 70/OT/IOCL-HALDIA/Reno- Track/PKG-5/2013 Dated 26.11.2013. For Renovation of rail track in connection with “Engineering & Project Management Services for Improvement of railway track at Haldia Refinery of IOCL, Haldia, Dist: Purba Medinipur, West Bengal. PART – 1 :- Technical Bid Packet SECTION No. CONTENTS (1) Notice Inviting Tender and Special Instructions to Tenderers (2) Tender and Contract Form. (3) Special Conditions of Contract (4) Additional Special Conditions (5) Special Conditions for Supply of Ballast (6) Technical Specification (7) Drawings (8) General Conditions of Contract PART – 2 :- Financial Bid Packet Scope of work: Schedule of Quantities (Bill of Quantities) –Annexure-1 Scope of supply: Annexure-2 Issued to (name of Tenderer):________________________________________________ Address of Tenderer: _________________________________________________ Signature of officer issuing the documents_____________ Designation ____________________ Date of Issue_________________ Indian Oil Corporation Ltd. Haldia Refinery PO: Haldia Oil Refinery Dist: Purba Medinipur, West Bengal Pin-721606 RITES Ltd. (A Govt. of India Enterprise) Regional Project Office 56 C. R. Avenue, 2 nd floor, Kolkata-700 012 e. mail: [email protected] Phone No.: 033- 2367118/7146/7162/7143(Fax)
Transcript
Page 1: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 1 of 84 Signature of the tenderer

under seal of the firm

INDIAN OIL CORPORATION LTD.

Open Tender Notice No. 70/OT/IOCL-HALDIA/Reno-Track/PKG-5/2013 Dated 26.11.2013.

For Renovation of rail track in connection with “Engineering & Project Management Services for Improvement of railway track at Haldia Refinery of IOCL, Haldia, Dist: Purba Medinipur, West Bengal.

PART – 1 :- Technical Bid Packet

SECTION No. CONTENTS

(1) Notice Inviting Tender and Special Instructions to Tenderers (2) Tender and Contract Form. (3) Special Conditions of Contract (4) Additional Special Conditions (5) Special Conditions for Supply of Ballast (6) Technical Specification (7) Drawings (8) General Conditions of Contract

PART – 2 :- Financial Bid Packet Scope of work: Schedule of Quantities (Bill of Quantities) –Annexure-1 Scope of supply: Annexure-2

Issued to (name of Tenderer):________________________________________________ Address of Tenderer: _________________________________________________ Signature of officer issuing the documents_____________ Designation ____________________ Date of Issue_________________

Indian Oil Corporation Ltd.

Haldia Refinery PO: Haldia Oil Refinery

Dist: Purba Medinipur, West Bengal Pin-721606

RITES Ltd. (A Govt. of India Enterprise)

Regional Project Office 56 C. R. Avenue, 2nd floor, Kolkata-700 012

e. mail: [email protected] Phone No.: 033- 2367118/7146/7162/7143(Fax)

Page 2: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 2 of 84 Signature of the tenderer

under seal of the firm

SHORT NIT PUBLISHED IN NEWS PAPER

RITES LTD

(A Govt. of India Enterprise) REGIONAL PROJECT OFFICE, 56, C.R. Ave. (2nd fl), Kolkata-12

Phone No. 033-2236 7118/46/62 FAX-033 2236 7143 NOTICE INVITING TENDER

NIT NO: 70/OT/IOCL-HALDIA/Reno-Track/PKG-5/2013 Dated 26.11.2013 Group General Manager (Projects), RITES Ltd, Kolkata for & on behalf of IOCL invites sealed tenders from contractors who fulfill Qualifying Criteria stipulated in Tender Documents for the following work. Name of work: Renovation of rail track in connection with Improvement of Railway line at Haldia Refinery of IOCL at Haldia, Dist. Purba Medinipur, W.B. Estimated Cost: Rs.263.32 Lakh (Approx), EMD: Rs.2,63,400/-, Completion period: 06 (six) months. Sale of Tender Documents: 27.11.2013 to 10.12.2013. Last date of Submission of Tender: 12.12.2013 up to 14.00 Hrs. Complete Tender Documents including Qualifying criteria can be purchased from the above address at a cost of Rs.5,000/- or downloaded from websites (www.rites.com) Amendment/corrigendum, if any, would be hosted on the websites only.

Page 3: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 3 of 84 Signature of the tenderer

under seal of the firm

PART-1

TECHNICAL BID

SECTION -1

NOTICE INVITING TENDER AND SPECIAL INSTRUCTIONS TO TENDERERS

Page 4: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 4 of 84 Signature of the tenderer

under seal of the firm

SECTION 1

NOTICE INVITING TENDER AND SPECIAL INSTRUCTIONS TO TENDERERS

Open Tender Notice No. 70/OT/IOCL-HALDIA/Reno-Track/PKG-5/2013 Dated 26.11.2013.

1.0 GENERAL 1.1 Tender Notice Sealed Tenders in Single packet system are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of Indian Oil Corporation Ltd.(IOCL) (Employer) as an Agent/Power of Attorney Holder (Consultant) from working contractors (including contractors who have executed works within the last five years reckoned from the scheduled date of opening of tender) of Government organizations/semi- Government organizations of Central or State Government; or of Public Sector Undertakings/ Autonomous bodies of Central or State Government ; or of Public Ltd. Companies listed in Stock Exchange in India or Abroad for the work of Renovation of rail track in connection with “Engineering & Project Management Services for Improvement of railway track at Haldia Refinery of IOCL, Haldia, Dist: Purba Medinipur, West Bengal. (Note : Throughout these bidding documents, the terms ‗bid‘ and ‗tenders‘ and their derivatives are synonymous. 1.2 Estimated Cost of Work

The work is estimated to cost Rs.2.63 crore. This Estimate, however, is given merely as a rough guide.

1.3 Time for Completion (Annexure-3):

The time allowed for completion of the work will be 6(six) months from the 15th day after the date of issue of Letter of Acceptance or from the first day of handing over of the site, whichever is later. Letter of Acceptance or Work Order will be issued by Indian Oil Corporation Ltd. in favour of the successful bidder.

1.4 Brief Scope of Work:

a. Renewal/ Replacement of existing rails by New and SH serviceable rails; b. Renewal of existing wooden/CST-9/ST sleepers by New PSC sleepers; c. Renewal/ Replacement of existing set of Points & crossings of ST/Wooden

layout by new sets of Points & crossings with PSC sleepers; d. Supply & spreading of stone ballast; e. Epoxy work over gantry and grouting of SGCI Inserts; etc. as per Schedule of

Quantities. Note: PSC sleepers, Points & crossings, rails and all other P. way fittings except stone ballast will be supplied free of cost to the successful bidder for execution of the work.

Page 5: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 5 of 84 Signature of the tenderer

under seal of the firm

1.5 Locations at which Supply is to be made

IOCL, Haldia Refinery premises, PO: Haldia Oil Refinery, Dist: Purba Medinipur, W.B. Site is available and the work is be executed as per directives of Site In-charge of RITES at site and (IOCL, Haldia). Last sentence of Clause no. 3.0 of Instruction to tenderers of ‘General Conditions of Contract’ i.e. ‘For site visit, intending tenderers may contact the Senior Engg. Services Manager(Contracts)/Engg. Services Manager(Contracts)’ to be read as deleted. The Last sentence of Clause no. 3.0 of Instruction to tenderersof ‘General Conditions of Contract’ to be read as ‘For site visit, intending tenderers may contact Sri Dipak Haolader, Manager(C) or Sri Soumitra Manna, Engineer RITES at Haldia two days in advance. Contact nos. of the official of RITES are 9614248608 and 8621830067 respectively.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED 2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.

2.2 Joint Ventures are not allowed. 3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA 3.1 The Tenderer shall furnish a Letter of Transmittal as given in ANNEXURE II A

enclosing the documents mentioned therein/listed in Para 7(a) of Annexure I

4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents listed below

and addenda issued in accordance with Para 7: (Most important. Tenderer must study before submission of Tender)

PART – 1 :- Technical Bid Packet

SECTION No. CONTENTS

(1) Notice Inviting Tender and Special Instructions to Tenderers (2) Tender and Contract Form. (3) Special Conditions of Contract of IOCL (4) Additional Special Conditions (5) Special Conditions for Supply of Ballast (6) Technical Specification (7) Drawings (8) General Conditions of Contract of IOCL

Page 6: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 6 of 84 Signature of the tenderer

under seal of the firm

PART – 2 :- Financial Bid Packet

Scope of work: Schedule of Quantities (Bill of Quantities) –Annexure-1 Scope of supply: Annexure-2

5.0 ISSUE OF TENDER DOCUMENT 22.1 A complete set of Tender Document (Technical and Financial Bid) described in Para

4.1 above can be seen in the office of the Group General Manager (Project), RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012 between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays.

22.2 One set of Tender Document may be purchased from the office of Group General

Manager (Project),RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012 from 27.11.2013 to 10.12.2013 between 11.00 A.M and 4.00 P.M every day excepting Saturday, Sunday and Public holidays for a non refundable fee per set of Rs. 5,000/- (Rupees five thousand only) in the form of Demand Draft/ Pay Order/ Banker‘s cheque drawn on any Scheduled Bank payable at Kolkata in favour of RITES Ltd., on submission of an application. Tender document may be issued free of cost to such applicants as are exempted from payment of cost of tender document as a matter of Government Policy.

22.3 Tender Documents including drawings can also be downloaded from RITES Website

(www.rites.com) and in such a case, the Tenderer shall deposit the cost of tender documents (unless he is exempted from such payment as a matter of Government Policy) along with submission of tender, failing which his tender shall not be opened. The cost of tender documents shall be deposited in the form of a separate Banker‘s cheque / Demand Draft / Pay Order and enclosed in the envelope containing the Earnest Money Deposit. In case the Tenderer is exempted from payment, the onus of proving such exemption shall rest with the Tenderer and proof of the same shall be placed in the envelope meant for Earnest Money. The amendments / clarifications to the Tender documents will also be available on the above mentioned website.

22.4 Tender documents downloaded from aforesaid websites shall be considered valid for participating in the tender process. During the scrutiny of downloaded tender document, if any modification/correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a tenderer is liable to be rejected.

In case the bid of a tenderer who has downloaded the document from website is accepted, the contract shall be executed in the original/manual tender document issued by concerned RITES office.

22.5 Clarifications on Tender Documents

A prospective tenderer requiring any clarification on the Tender Document may notify Sri A.K. Adhikary, Sr. Dy General Manager(C), RITES Ltd., 56 C. R, Avenue, 2nd floor, Kolkata-700012 (The official nominated for this purpose) in writing or by

Page 7: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 7 of 84 Signature of the tenderer

under seal of the firm

telefax/ or by E-mail at the following Postal Address/ Fax No./E-mail address: [email protected]. In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications including request for Extension of Time for submission of Bid, if any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the names of the Bidders who had raised the questions. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website only. In cases where pre-bid meeting is proposed to be held, provisions in Para 6.0 below may be referred to.

6.0 PRE-BID MEETING – Not Applicable for this tender 7.0 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of tenders, the Tender Document may be modified

by RITES Ltd. by issue of addenda/corrigendum. 7.2 Addendum/corrigendum, if any, will be hoisted on RITES website only and shall

become a part of tender document. All tenderers are advised to see websites for addendum/corrigendum to the tender document before submission of their tender.

7.3 To give prospective tenderers reasonable time in which to take the addenda/

corrigenda into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES. Note: Clause no. 7.0 of Instruction to Tenderers of ‘General Conditions of Contract’ i.e. ‘Addenda’ to be read as delete and the same has been modified as specified under Para-7.1 to 7.3 above.

8.0 TENDER VALIDITY 22.1 The Tender shall be valid for the period as specified under Clause no.12.1 of

“Special Conditions of Contract of IOCL or any extended date as indicated in sub Para below.

22.2 In exceptional circumstances, prior to the expiry of the original time limit for Tender

Validity, the Employer may request that the tenderers may extend the period of validity for a specified additional period. The request and the tenderer‘s response shall be made in writing. A tenderer may refuse the request without forfeiting his Earnest Money. A tenderer agreeing to the request will not be required or permitted to modify his Financial Bid but will be required to extend the validity of the Earnest Money for the period of the extension.

Page 8: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 8 of 84 Signature of the tenderer

under seal of the firm

9.0 EARNEST MONEY

9.1 The Tender should be accompanied by Earnest Money of Rs.2,63,400.00 (Rupees two lakh sixty three thousand four hundred only) as per Clause no. 11.0 of Special Conditions of Contract. Note: The 2nd sentence of Clause no. 5.1 of Instruction to Tenderers of ‘General Conditions of Contract’ i.e. ‘In case of case deposit, he shall attach the official receipt with the tender’ to be read as deleted.

9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be

rejected by the Employer as non-responsive unless the Tenderer is exempted from payment of Earnest Money as a matter of Government Policy. The onus of proving such exemption shall rest with the Tenderer and such proof shall be placed in the envelope meant for Earnest Money.

9.3 Refund of Earnest Money

a) Two Packet System : Not Applicable

b) Single Packet System : Applicable for this tender After evaluation of the Financial Bids, the Earnest Money of unsuccessful tenderers will be returned within 15 days of the finalization of tender subject to provisions of Para 9.4(b).

9.4 The Earnest Money is liable to be forfeited

a) If after bid opening during the period of bid validity or issue of Letter of Acceptance, whichever is earlier, any tenderer

i) withdraws his tender or ii) Makes any modification in the terms and conditions of the tender

which are not acceptable to the Employer.

b) In case any statement/information/document furnished by the tenderer is found to be incorrect or false.

c) In the case of a successful tenderer, if the tenderer fails to fulfill Clause

no.5.3 of Instruction to Tenderers of ‘General Conditions of Contract’.

In case of forfeiture of E.M. as prescribed hereinabove, the tenderer shall not be allowed to participate in the retendering process of the work.

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document. Alternatives or any modifications shall render the Tender invalid.

Page 9: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 9 of 84 Signature of the tenderer

under seal of the firm

11.0 SUBMISSION OF TENDER 11.1 Two Packet System and Single Packet System (a) Two Packet System : Not Applicable (b) Single Packet System: Applicable for this tender

11.1 a) Two Packet System : Not Applicable b) Single Packet System: Applicable for this tender

The tenderer shall submit the Tender in original as under:-

Envelop-1: To contain -

Earnest Money alongwith Mandate Form as per Annexure IX duly filled in & Cost of Tender Document if the bid is submitted on the document downloaded from website, unless exempted from both payments as a matter of Government Policy. If exempted, the documents substantiating such exemption must be placed in this envelope.

Envelop-2: To contain -

Technical Bid(Part-1 refer Para-4.1) including Qualification Information along with all enclosures /documents as per Letter of Transmittal/Checklist given in Annexure II A and Authority to Sign. As regards ―Authority to Sign‖ Para 11.2 below to be followed.

Envelope 3: To contain

Financial Bid (Part-2 refer Para-4.1)

Envelope 4: To contain -

All the Envelop-1, Envelop-2 and Envelop-3 as laid down in Para 11.4 below.

Technical bid including signature on Tender form (Section-2) duly witnessed after filling up blanks theirin.

Each page of the above documents including all Drawings should bear the dated initials of the tenderer along with seal of the company, in token of confirmation of having understood the Contents. Financial Bid: Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the Tenderer along with the seal of the company. In the last page of Financial Bid, at the end, the Tenderer should sign in full with the name of the Company, Seal of the Company and Date. All rates and amounts, whether in figures and words, must be written in indelible ink. Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer.

Page 10: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 10 of 84 Signature of the tenderer

under seal of the firm

The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and less and considering more than fifty paise as rupee one. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities. Instructions contained in subsequent Para 17.6 (a) on ―Item rate tender‖ and 17.6 (b) on ―Percentage rate tender‖ may be carefully studied and complied with.

11.2 Authority to Sign a) If the applicant is an individual, he should sign above his full type written

name and current address. b) If the applicant is a proprietary firm, the Proprietor should sign above his full

type written name and the full name of his firm with its current address. c) If the applicant is a firm in partnership, the Documents should be signed by all

the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by a partner holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall

be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead

Member holding Power of Attorney for signing the Document in the Format at Annexure V. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure IV. (NOT APPLICABLE).

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind:

i) There shall be no additions or alterations except those to comply with the

instructions issued by the Employer or as necessary to correct errors, if any, made by the tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in

the Financial offer will however be accepted. iii) The Employer reserves the right to accept or reject any conditional

rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

Page 11: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 11 of 84 Signature of the tenderer

under seal of the firm

11.4 Sealing and Marking of Tenders 11.4.1 Two Packet System : Not Applicable 11.4.2 Single Packet System: Applicable for this tender

(a) Envelopes 1, 2 and 3 as described in Para 11.1 (b) above should be sealed be separately superscribing ‗Earnest Money‘, ‗Technical bid‘ and ‗Financial bid‘ with respective Envelope Number, Name of the work, Tender number and Name & address of the tenderer.

(b) Finally both the Envelope 1, 2 and 3 should be put in a separate Envelope

which should be sealed. The Envelope should be superscribed with i) Envelope – 1 Earnest Money ii) Envelope – 2 Technical Bid iii) Envelope – 3 Financial Bid iv) Tender for (Name of the work) v) Tender Number - vi) Date & Time of opening of Tender vii) Form (Name of Tenderer) viii) Address to

(c) If the envelopes and packets are not superscribed and sealed as indicated in

Paras 11.4.2 (a) to 11.4.2 (b) above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

Each page of the Tender documents including all Drawings, if any should bear the dated initials of the Applicant in token of confirmation of having understood the Contents.

11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by RITES for & on behalf of Employer at the following

address not later than 14-00 Hrs. on 12.12.2013. In the event of the specified date for the submission of the Tender being declared a holiday due to Strike/Bandh or on any account by RITES/Employer, the Tenders will be received up to the appointed time on the next working day.

Address for submission of Tender: Group General Manager(Projects), RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata- 700012

11.5.2 RITES for & on behalf of Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the tenderer previously subject to the original deadline will be subject to new deadline.

Page 12: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 12 of 84 Signature of the tenderer

under seal of the firm

11.6 Late Tender / Delayed Tender

Any Tender received by RITES for & on behalf of Employer after the specified date and time of receipt of tender will be returned unopened to the tenderer.

11.7 DELETED

11.8 Modification and Withdrawal of Bids 11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the

deadline prescribed in Para 11.5. 11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and

delivered in accordance with Para 11.1, 11.2 and 11.4 with the outer envelopes additionally marked ‗Modification‘ or ‗Withdrawal‘ as appropriate.

The envelopes for modifications on ‗Technical Bid‘ and Financial Bid‘ shall be submitted in separate sealed envelopes and marked as ‗Modifications of Technical Bid‘ or ‗Modifications of Financial Bid‘ as the case may be.

11.8.3 No bid may be modified after the deadline for submission of bids. 11.8.3 Withdrawal or modification of a bid after the deadline for submission of bids shall

result in forfeiture of the Earnest Money. 12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF

APPLICATIONS 12.1 RITES for and on behalf of Employer will open all the Tenders received (except

those received late or delayed) as described in Para 12.2/12.3 below, in the presence of the tenderers or their representatives who choose to attend at 14-30 Hrs.12.12.2013 in the office of Group General Manager (Projects),RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012. In the event of the specified date of the opening being declared a holiday by the Employer due to Strike/Bandh or on any account by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Two Packet System: Not Applicable for this tender

12.3 Single Packet System : Applicable for this Tender

(a) Envelope 1 of all the Tenders will be opened first and checked. If the Earnest Money furnished is not for the stipulated amount or is not in an acceptable form(unless exempted) and where applicable the Cost of Tender Document has not been furnished for the correct amount and in an acceptable form(unless exempted), the remaining envelopes will be returned to the tenderer concerned (authorized representative of the bidder attending opening of tender) unopened at the time of opening of the Tender itself. The Envelope no.2 of Technical Bid and Envelope no. 3 of Financial Bid of other Tenderers who have furnished Earnest Money and where applicable the Cost of Tender Document, in acceptable form(unless exempted) will then be opened.

Page 13: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 13 of 84 Signature of the tenderer

under seal of the firm

The Tenderer‘s name, the presence of Earnest Money, the Authority to Sign the Tender, amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

(b) RITES for & on behalf of Employer will scrutinise the Technical Bids accepted for evaluation to determine whether each Tenderer

(i) has submitted `Authority to sign‘ as per Para 11.2 above and Integrity Pact

(where applicable) duly signed and witnessed as per Para 11.7 above; (ii) meets the Qualification Criteria stipulated in Para 2.0; and (iii) conforms to all terms, conditions and specifications of the Tender Document

without any modifications or conditions.

(c) If required, RITES for & on behalf of Employer may ask any such Tenderer for clarifications on his Technical Bid. The request for clarification and the response from the Tenderer will be in writing. If a Tenderer does not submit the clarification/document requested, by the date and time set in the Employer‘s request for clarification, the bid of such Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found acceptable will be advised of the same and their Earnest Money without interest as soon after scrutiny of Technical Bid has been completed by RITES/Employer subject to provisions of Para 9.4(b) and their financial bid will not be considered for evaluation.

13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders, the means of access to the site. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants and all other services required for executing the work unless otherwise specifically provided for in the contract documents.

14.0 EMPLOYER‟S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the RITES for and on behalf of Employer may ask any tenderer the breakdown of unit rates. If the tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such tender is likely to be rejected.

(ii) The competent authority for and on behalf of the Employer does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the tenderer shall be summarily rejected.

Page 14: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 14 of 84 Signature of the tenderer

under seal of the firm

15.0 CANVASSING PROHIBITED Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

16.0 EMPLOYER‟s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS

17.1 The tenderer shall not be permitted to tender for works if his near relative is posted as

Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the tenderer would render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer‘s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor‘s service.

17.2 If required by the Employer, the tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is liable for rejection.

17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the Tenderer in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the Tenderer shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the Tenderer or it does not correspond with the rates written either in figures or in words then the rates quoted by the Tenderer in words shall be taken as correct. Where the rates quoted by the Tenderer in figures and in words tally but the amount is not worked out correctly, the rates quoted by the Tenderer will, unless otherwise provided, be taken as correct and not the amount. In the event that no rate has been quoted for any item(s), leaving space both in figure (s) or word(s) and the

Page 15: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 15 of 84 Signature of the tenderer

under seal of the firm

amount blank, it will be presumed that the Tenderer has included the cost of this/ these item (s) in other items and rate for such item (s) will be considered as zero and work will be required to be executed accordingly.

b) In case of percentage Rate Tender only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the Tenderer in percentage rate tender shall be accurately filled in figures and words so that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount has been indicated by the Tenderer and if discrepancy is noticed in the percentages quoted in words and figures, then the percentage which corresponds with the total amount, shall, unless otherwise proved be taken as correct. If the total amount is not worked out or if worked out, it does not correspond with the percentages written either in figures or in words, then the percentage quoted by Tenderer in words shall be taken as correct. When the percentages quoted by the Tenderer in figures and in words tally but the total amount is not worked out correctly, the percentage quoted by the Tenderes shall be taken as correct, unless proved otherwise and the total amount worked out accordingly.

17.5 In the case of any tender where unit rate of any item/items appear unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.6 (a)In Item rate Tender, all rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount in each Schedule should be written both in figures and in words. In case of figures, the word ‗Rs.‘ should be written before the figure of rupees and word ‗P‘ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‗Rupees‘ should precede and the word ‗Paise‘ should be written at the end. Unless the rate is in whole rupees and followed by the word ‗only‘ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‗only‘ should be written closely following the amount and it should not be written in the next line.

(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word ―Rs‖ should be written before the figure rupees and word ‗P‘ after the decimal figures (eg.) Rs.2.15 P and in case of words the word ―Rupees‖ should precede and the word ―Paisa‖ should be written at the end.

17.7 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a

Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection.

Page 16: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 16 of 84 Signature of the tenderer

under seal of the firm

17.8 The Contractor shall be fully responsible for all matters arising out of the Performance of the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority.

17.9 The tender for the work shall not be witnessed by a Contractor or Contractors who himself/themselves has/ have tendered for the same work. Failure to observe this condition would render tenders of the Contractors tendering, as well as witnessing the tender, liable to summary rejection.

18.0 SIGNING OF CONTRACT AGREEMENT 18.1 The tenderer whose tender has been accepted will be notified by issue of a `Letter of

Acceptance‟/‟Work Order‟ by Indian Oil Corporation(Employer) prior to expiration of the Bid Validity period. The Letter of Acceptance/Work Order will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance/Work Order will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.2 Within the period as specified in Clause 2.1.1.2 of ‘General Conditions of Contract’, the successful Tenderer shall deliver/deposit Initial Security Deposit to the Employer.

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 7 days of the date of issue of Letter of Acceptance.

18.4 The successful Tenderer shall be required to execute an agreement as per Clause no. 12.0 of Instructions to Tenderers of General Conditions of Contract in the Proforma at Annexure-V of Section-1 of the tender document. The Agreement will however be signed only after the Contractor furnishes Initial Security Deposit and hence, where justified, the period of 10 days stipulated above will be extended suitably.

Page 17: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 17 of 84 Signature of the tenderer

under seal of the firm

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS 1. Annual Financial Turnover :

The bidder should have achieved a minimum annual financial turnover of Rs.2.63 crore in any one of the last 5 Financial Years.

Notes :

i. The financial turnover will be taken as given under the head ―Income‖ in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

ii. Closing stocks in whatsoever manner should not form part of turnover. iii. Weightage of 5% (compounded annually) shall be given for equating the financial

turnover of the previous years to the current year.

iv. For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year 2011-12, the last five Financial Years shall be 2010-11, 2009-10, 2008-09, 2007-08 and 2006-07. For a Tender opened on (say) 06.06.11 (F.Y. 2011-12), with weightage of 5% compounded annually, the weightages to be applied on the Turnover of the previous five Financial Years will be : F.Y. 2010-11 = 1.050; F.Y. 2009-10 = 1.103; F.Y. 2008-09 = 1.158; F.Y. 2007-08 = 1.216; F.Y. 2006-07 = 1.276.

v. The Bidder should furnish Annual Financial Turnover for each of the last 5 Financial Years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion.

vi. The Bidder should submit self attested copy of Auditor‘s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted.

vii. If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the five Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder.

Page 18: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 18 of 84 Signature of the tenderer

under seal of the firm

2. WORK EXPERIENCE: a. Similar Works Experience

The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs.210.40 lakh OR at least two similar works each of minimum value of Rs.131.50 lakh OR at least three similar works each of minimum value of Rs.105.20 lakh during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered.

Similar Works

A Similar Work shall mean the following work with or without supply of P. Way Materials – Laying & linking of track / Laying & linking of Points & xings / Renovation of track / Complete Track renewal work / Through Rail renewal work / Through sleeper renewal work / Gauge conversion work of railway track / Complete Points & Crossing renewal work carried out in India.

Notes : i. A weightage of 5% (compounded annually from the date of completion of the

work to the submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

ii. Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

iii. The Bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed.

iv. Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

v. Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations of Central or State Government; or by Public Sector Undertakings/ Autonomous bodies of Central or State Governments; or by Public Ltd. Companies listed in Stock Exchange in India or Abroad shall only be accepted for assessing the eligibility of a Tenderer.

vi. The cut off date shall be calculated backwards from the last stipulated date for submission/ opening of Tender i.e. for a Tender which is being opened on 06.08.2011, the cut off date shall be 07.08.06.

3. SOLVENCY CERTIFICATE

A Solvency Certificate of minimum solvency of Rs.105.20 lakh (suggested format at Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last date for submission of tender is required to be submitted by the bidder.

4. PROFITABILITY The applicant firm shall be a profit (net) making firm and shall have made profit in

each of the last two Financial Years and in atleast one out of the three Financial Years immediately preceding the last two Financial Years.

Page 19: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 19 of 84 Signature of the tenderer

under seal of the firm

The Bidder should furnish figures of net profit of last 5 years in a tabular form and submit attested copies of Auditor‘s Reports along with audited Balance Sheets and Profit and Loss Statements for the last Five Financial Years. In case the firm is profit making for the last three Financial Years continuously, the Bidder may submit the above documents for last three Financial Years only. Specific reference with page no. of document which proves satisfaction of this Qualifying Criterion should be indicated in the tabular statement.

5. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN

CASE OF BOTH LARGE AND NORMAL WORKS

a) Sub-Contractor‟s Experiences and Resources Sub-Contractors‘ Experiences and Resources will not be taken into account in

determining the Bidder‘s compliance with the qualifying criteria. b) Experiences and Resources of the Parent Company and other subsidiary

companies

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

6. DECLARATION BY THE BIDDER

Even though the Bidders may meet the above qualifying criteria, they are subject to be disqualified if they have

a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides Tenderer‘s liability to action under para 9.4 of Instructions to Tenderers, the Tenderer is liable to face the penalty of banning of business dealings with him by RITES.

b) Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

c) Their business banned or suspended by any Central/State Government Department/ Public Undertaking or Enterprise of Central/State Government and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

Page 20: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 20 of 84 Signature of the tenderer

under seal of the firm

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED DURING THE LAST 5 YEARS

S. No.

Client's Name and

Address

Name of the Work

& Location

Scope of

work carried out by

the Bidder

Agreement / Letter of Award No. and

date

Contract Value Date of start

Date of Completion

Reasons for delay

in completi

on if any

Ref. of document (with page

no.) in support of meeting

Qualification Criterion

Awarded

Actual on completion

As per LOA/ Agreement

Actual

Note : 1. In support of having completed above works, attach self attested copies of the completion

certificate from the owner/client or Executing Agency / Consultant appointed by owner / Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder . ―Contract Value‖ shall mean gross value of the completed work including cost of materials supplied by the owner/client but excluding those supplied free of cost.

2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations / Public Sector Undertakings / Autonomous bodies of Central or State Government / Municipal Bodies / Public Ltd. Co. listed in Stock Exchange in India or abroad shall only be accepted for assessing the eligibility of a Tenderer. In case of a Certificate from a Public Limited Co., the Bidder should also submit documentary proof that the Public Ltd. Co., was listed in Stock Exchange in India or abroad when the work was executed for it.

3. Information must be furnished for works carried out by the Bidder in his own name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

4. If a Bidder has got a work executed through a Subcontractor on a back to back basis, the

Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture. 6. Only similar works completed during the last 5 years prior to the last stipulated date for

submission of Bid, which meet the Qualification Criterion need be included in this list.

Page 21: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 21 of 84 Signature of the tenderer

under seal of the firm

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ____________________, having their registered office at _____________, a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date Senior Bank Manager (Name of Officer issuing the

Certificate) Name, address & Seal of the Bank/ Branch

Note: Banker‘s Certificate should be on letter head of the Bank.

Page 22: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 22 of 84 Signature of the tenderer

under seal of the firm

Proforma 3

DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements; ii) We do not have records of poor performance such as abandoning the work, not

properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) No Central / State Government Department/Public Sector Undertaking or Enterprise

of Central / State Government has banned/suspended business dealings with us as on date.

iv) We have submitted all the supporting documents and furnished the relevant details as

per prescribed format. v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does

not include any work which has been carried out by us through a Subcontractor on a back to back basis.

vi) The information and documents submitted with the Tender and those to be submitted

subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vii) We understand that in case any statement/information/document furnished by us or to

be furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

signing this document

Page 23: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 23 of 84 Signature of the tenderer

under seal of the firm

ANNEXURE I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED FOR QUALIFICATION CRITERIA

1. a) BY BIDDERS:

i) Annual Financial Turnover

- Annual financial turnover for each of the last 5 Financial Years in tabular form.

- Self attested copies of Auditor‘s Report along with the Balance Sheet and

Profit and Loss Statement for the relevant Financial Year in which the minimum criterion is met (Refer Notes under Para 1 of Annexure I).

ii) Work Experience

- Similar Work Experience : Proforma 1 of Annexure I with details of 1, 2

or 3 works as the case may be, which satisfy requisite qualification criterion with self attested copies of supporting document (Refer Para 2a of Annexure I).

iii) Solvency Certificate.

- Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure I)

iv) Profitability

- Net profit of last 5 Financial Years in tabular form. - Self attested copies of Auditor‘s Report along with the Balance Sheets and

Profit and Loss Statements for last 5 or 3 Financial Years, as the case may be (Refer Para 4 of Annexure I).

v) Declaration by Bidder - Proforma 3 (Refer Para 6 of Annexure I)

Page 24: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 24 of 84 Signature of the tenderer

under seal of the firm

ANNEXURE II A

QUALIFICATION INFORMATION/CHECK LIST OF DOCUMENTS --LETTER OF TRANSMITTAL (on letter head of the Applicant)

From To _____________ RITES Ltd._________ (Authority Inviting Tender) Sir,

Sub: Submission of Qualification information /documents as per Checklist. 1. I/We hereby submit the following documents in support of my/our satisfying the

Qualification Criteria laid down for the work:-

a) Self attested copy of a certificate, confirming that the applicant is a working contractor or has executed any work within the last five years reckoned from the date of opening of Tender, issued by Govt. Organizations/ Semi Govt. Organizations of Central or State Government; or by Public Sector Undertakings/ Autonomous bodies of Central or State Governments; or by Public Ltd. Companies listed in Stock Exchange in India or Abroad.

b) Annual Financial Turnover

i) Annual financial turnover for each of the last 5 Financial Years in a tabular form. ii) Self attested copy of Auditor‘s Report along with the Balance Sheet and Profit and

Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

c) Work Experience

Similar Work Experience :- In Proforma 1 with details of 1 / 2 / 3 works as applicable and self attested copies of supporting documents as mentioned therein.

d) Solvency Certificate: - Proforma 2. e) Profitability: - Net profit of last 5 Financial years in tabular form with self attested

copies of Profit and Loss Statements for the last 5 or 3 Financial Years as applicable.

2. In addition the following supporting documents are also enclosed. a) Self attested copy of Partnership Deed/Memorandum and Articles of

Association of the Firm. b) Self attested copies of PAN/TAN issued by the Income Tax Department.

c) Declaration – Proforma 3 d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration

Certificate (as applicable). e) Self attested copy of Registration under Labour Laws, like PF, ESI etc. f) Self attested copy of ISO 9000 Certificate ( if any)

Page 25: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 25 of 84 Signature of the tenderer

under seal of the firm

3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the enclosed documents or not, to verify our competence and general reputation.

4. I also enclose written Power of Attorney of the signatory of the Tender on behalf of the Tenderer.

Yours faithfully, Encl: As in Paras 1, 2 & 4

Signature of Applicant with Name _________________

Date with seal

Page 26: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 26 of 84 Signature of the tenderer

under seal of the firm

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______, as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES/ Indian Oil Corporation Ltd. or any other Government Agency or any person, in connection with the works until culmination of the process of bidding till the Contract Agreement is entered into with Indian Oil Corporation Ltd. and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us. ___________________________________ (Signature and name of authorized signatory) _________________ ________________ _________________ (Signature and name in block letters of all the remaining partners of the firm, Signatory for the Company) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation: Notes: - To be executed by all the members individually - The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 27: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 27 of 84 Signature of the tenderer

under seal of the firm

ANNEXURE V FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Contract No. ____________of 2013 – 2014 THIS CONTRACT made at Haldia on this …...........Day of ……………….........2010; BETWEEN INDIAN OIL CORPORATION LTD., a Government of India Undertaking registered in India under the Indian Companies Act, 1956, having its Registered Office at G-9, Ali Yavar Jung Marg, Bandra (East), Mumbai - 400 051 and the Head Quarters of its Refineries Division of Indian Oil Corporation Ltd., (Refineries Division ), Scope Complex, Core-2, 4th floor, 7 Institutional Area, Lodhi Road, New Delhi- 110 003 (hereinafter referred to as the "OWNER" which expression shall include its successors and assigns) of the one part; AND "M/s _________________________________________." a Company registered in India under the Indian Companies Act, 1913 / 1956 having its registered office at _____________________________________________, INDIA (hereinafter referred to / as collectively referred to as the "Contractor" which expression shall include his executors, administrators, representatives and permitted assigns / successors and permitted assigns) of the other part : WHEREAS The Owner desires to have executed the work of “Renovation of rail track in connection with “Engineering & Project Management Services for Improvement of railway track at Haldia Refinery of IOCL, Haldia, Dist: Purba Medinipur, West Bengal” more specifically mentioned and described in the contract documents (hereinafter called the "work" which expression shall include all amendments therein and / or modifications thereof) and has accepted the tender of the CONTRACTOR for the said work at a total Contract Price of Rs. ______ (Rupees ______________ only).

NOW, THEREFORE, THIS CONTRACT WITNESSETH as follows :

ARTICLE - 1 CONTRACT DOCUMENTS 1.1 The following documents shall constitute the contract documents, namely ;

a) This Contract Agreement. b) A set of Tender Document No. ___________________. c) This Letter of Acceptance No. _________, Dated __________. d) Short Letter of Acceptance No. __________ dt. ________(if any).

Page 28: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 28 of 84 Signature of the tenderer

under seal of the firm

1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have been collectively marked Annexure „A‟ while a copy of Letter of Acceptance No__________, Dated ________ along with annexures thereto and said copies have been collectively marked as Annexure-„B‟.

ARTICLE - 2 WORK TO BE PERFORMED 2.1 The CONTRACTOR shall perform the said work upon the terms and conditions and within the time specified in the Contract Documents.

ARTICLE - 3 COMPENSATION 3.1 Subject to and upon the terms and conditions contained in the Contract Documents, the OWNER shall pay CONTRACTOR compensation as specified in the Contract Documents upon the satisfactory completion of the said work and / or otherwise as may be specified in the Contract Documents.

ARTICLE - 4 JURISDICTION 4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s) forming the subject matter of the reference if the same had been the subject matter of a suit, any and all actions and proceeding arising out of or relative to the contract (including any arbitration in terms thereof) shall lie only in the Court of Competent Civil Jurisdiction in this behalf at Haldia (where this Contract has been signed on behalf of the OWNER) and only the said Court(s) shall have jurisdiction to entertain and try any such action(s) and / or proceeding(s) to the exclusion of all other Courts.

ARTICLE - 5

ENTIRE CONTRACT 5.1 The Contract Documents mentioned in Article-I hereof embody the entire Contract between the parties hereto, and the parties declare that in entering into this Contract they do not rely upon any previous representation, whether express or implied and whether written or oral, or any inducement, understanding or agreements of any kind not included within the Contract Documents and all prior negotiations, representations, contract and / or agreements and understandings relative to the work are hereby cancelled.

Page 29: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 29 of 84 Signature of the tenderer

under seal of the firm

ARTICLE - 6 NOTICES 6.1 Subject to any provisions in the Contract Documents to the contrary, any notice, order or communication sought to be served by the CONTRACTOR on the OWNER with reference to the Contract shall be deemed to have been sufficiently served upon the OWNER (notwithstanding any enabling provisions under any law to the contrary) only if delivered by hand or by Registered Acknowledgement Due Post to the Engineer-in-Charge as defined in the General Conditions of Contract. 6.2 Without prejudice to any other mode of service provided for in the Contract Documents or otherwise available to the OWNER, any notice, order or other communication sought to be served by the OWNER on the CONTRACTOR with reference to the Contract, shall be deemed to have been sufficiently served if delivered by hand or through Registered Post Acknowledgement Due to the principal office of the CONTRACTOR at (address) _____________________________, INDIA or to the CONTRACTOR‘s representatives as referred to in the General Conditions of Contract forming part of the Contract Documents.

ARTICLE - 7 WAIVER 7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in terms of the Contract or any obligation or liability of the CONTRACTOR in terms thereof shall be deemed to be a waiver of such right, remedy, obligation or liability, as the case may be, by the OWNER and notwithstanding such failure or delay, the OWNER shall be entitled at any time to enforce such right, remedy, obligation or liability, as the case may be.

ARTICLE - 8

NON-ASSIGNABILITY The Contract and benefits and obligations thereof shall be strictly personal to the CONTRACTOR and shall not on any account are assignable or transferable by the CONTRACTOR IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate, the place, day and year first above written.

SIGNED AND DELIVERED for and on behalf of

INDIAN OIL CORPORATION LTD.

by …………………………………….

Page 30: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 30 of 84 Signature of the tenderer

under seal of the firm

In the presence of : 1. ………………………………………. 2. ………………………………………. SIGNED AND DELIVERED for and on behalf of M/s _________________________________________ by ………………………………….. In the presence of : 1. ………………………………………. 2. ……………………………………….

Page 31: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 31 of 84 Signature of the tenderer

under seal of the firm

ANNEXURE IX Mandate Form

To IOC Ltd., ---------------- Dear Sir, Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT) We hereby authorized Indian Oil Corporation Ltd.(IOCL) to make all our payments, including refund of Earnest Money, through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating the payments are given below:-

(TO BE FILLED IN CAPITAL LETTERS) 1 NAME OF THE BENEFICIARY 2 ADDRESS WITH PIN CODE 3 (A)TELEPHONE NO WITH STD CODE (B) MOBILE NO. 4 BANK PARTICULARS A BANK NAME B BANK TELEPHONE WITH STD CODE C BRANCH ADDRESS WITH PIN CODE D BANK FAX NO WITH STD CODE E 11 CHARACTER IFSC CODE OF THE

BANK (EITHER ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED)

F BANK ACCOUNT NUMBER AS APPEARING ON THE CHEQUE BOOK

G BANK ACCOUNT TYPE (TICK ONE) SAVINGS/ CURRENT/ LOAN/ CASH CREDIT/ OTHERS

H IF OTHERS, SPECIFY 5 PERMANENT ACCOUNT NUMBER (PAN) 6 E-MAIL ADDRESS

I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not effected at all for reasons of incomplete or incorrect information. I/We would not hold Indian Oil Corporation Ltd.(IOCL) responsible. Bank charges for such transfer will be borne by us. Date____________ SIGNATURE

AUTHORISED

SIGNATORY

Name________________________

Page 32: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 32 of 84 Signature of the tenderer

under seal of the firm

BANK CERTIFICATION

It is certified that above mentioned beneficiary hold bank account

No.______________________ with our branch and the Bank particulars mentioned above

are correct.

SIGNATURE Date___________

AUTHORISED SIGNATORY

Name______________________

OFFICIAL STAMP

Page 33: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 33 of 84 Signature of the tenderer

under seal of the firm

Annexure - 3

Time of Completion

Name of the work: Renovation of rail track in connection with “Engineering & Project Management Services for Improvement of railway track at Haldia Refinery of IOCL, Haldia, Dist: Purba Medinipur, West Bengal.

Time of Completion: The time allowed for completion of the work will be 6(six) months from the 15th day after the date of issue of Letter of Acceptance or from the first day of handing over of the site, whichever is later. Letter of Acceptance or Work Order will be issued by Indian Oil Corporation Ltd. in favour of the successful bidder. NOTES: 1.0 The time schedule for the completion of the work is attached to the Tender Document.

Monthly/weekly program of work in detail will be submitted by the Contractor after receipt of the Work Order. The detailed programs prepared by the Contractor will be subject to the approval of the Engineer-in-Charge.

2.0 Monthly/weekly/daily execution program will be drawn up with the Contractor based on availability of work fronts. The contractor shall scrupulously adhere to these schedules by deploying adequate personnel and construction tools and tackles. In all matters concerning the extent of targets set out in the weekly and monthly programs and the degree of achievements, the decision of the Engineer-in-Charge will be final and binding on the contractor.

3.0 Contractor shall give every day category-wise labour and equipments deployment report along with the progress of work done on previous day in the Performa prescribed by the owner. Photo-identity pass shall be required for entry of manpower. Depending upon requirement and progress of the work, permission for working round the clock shall be granted.

4.0 The time of completion shall be reckoned from the date of handing over the work site or any part thereof unless otherwise specifically mentioned elsewhere or mutually agreed. The time indicated is for completing all the works in all respect as per specification, codes, drawings and as per instruction of the Engineer-in-charge.

5.0 The period of completion mentioned above shall be allowed to complete in all respect in accordance with the contract the entire work at each job site.

Page 34: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 34 of 84 Signature of the tenderer

under seal of the firm

PART-1

TECHNICAL BID

SECTION -2

TENDER AND CONTRACT FOR WORKS

Page 35: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 35 of 84 Signature of the tenderer

under seal of the firm

SECTION 2

TENDER AND CONTRACT FOR WORKS To The Accepting Authority 1. I/We have read and examined the Notice Inviting Tender and Special Instructions to

Tenderers, Instruction to Tenderers of General Conditions of Contract, Special Conditions of Contract, General Conditions of Contract, Specifications applicable, Schedule of Quantities, other documents and rules referred to in the Conditions of Contract and all other contents contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any

defects therein, specified in the Tender Document within the time specified in, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 4(four) months as

specified under Clause no.12.1 of “Special Conditions of Contract of IOCL and not to make any modifications in its terms and conditions.

4. A sum of Rs. __________ is hereby forwarded in the form of Banker‘s

cheque/Demand Draft/Pay Order drawn on any Schedule Bank issued in favour of Indian Oil Corporation Ltd., Haldia Refinery payable at Haldia as the Earnest Money.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of

Letter of Acceptance whichever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

6. If I/We fail to furnish the prescribed Initial Security Deposit within prescribed

period in terms of clause no.2.1.1.2 of „General Conditions of Contract under Section-4‟, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period without valid reasons,

I/We agree that the Employer shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee, if any absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest

Money & Initial Security Deposit as aforesaid in Paras 5 to 7, I/We shall be debarred for participation in re-tendering process of the work.

Page 36: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 36 of 84 Signature of the tenderer

under seal of the firm

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest Money shall be retained by the Employer as a part of Security Deposit.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer

within 28 days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings if any and

other records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to any

content of Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender he

may receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

13. Until a formal agreement is prepared and executed, this bid together with our written

acceptance thereof shall constitute a binding contract between us and Indian Oil Corporation Ltd., Haldia Refinery.

14. I am/We are signing this Tender offer in my / our capacity as one/those authorized to

sign on behalf of my/our company/as one holding the Power of Attorney issued in my favour.

Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer Postal Address Seal Witness Signature Name Postal Address Occupation

Page 37: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 37 of 84 Signature of the tenderer

under seal of the firm

PART-1

TECHNICAL BID

SECTION -3

SPECIAL CONDITION OF CONTRACT – AVAILABLE SEPARATELY

Page 38: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 38 of 84 Signature of the tenderer

under seal of the firm

PART-1

TECHNICAL BID

SECTION -4

ADDITIONAL SPECIAL CONDITION

Page 39: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 39 of 84 Signature of the tenderer

under seal of the firm

SECTION 4

ADDITIONAL SPECIAL CONDITIONS

1.1. The Contractor has to work along with other agencies, if any in and around the area

allotted for his works. He should execute all his works in complete co-ordination and co-operation with all such agencies and provide access to other agencies so that at no time either his work or the work of other agencies is stopped or delayed. In case of any dispute in this regard, the decision of Engineer-in-charge or his representative will be final and binding on the Contractor. No claim for idle labour, plant and machinery under any circumstances, will be entertained by the EMPLOYER/RITES.

1.2. For work close to railway line, road, telephone line, power line (both underground and overhead) and structures, all precautions should be taken for ensuring that during the execution of the work no damage is caused to such assets and also no obstruction is caused to the live lines or movement of trains/road traffic.

1.3. The contractor is required to execute the work in stretches/areas which are made available to him and which may or may not be in continuous stretches. Decision of Engineer-in-charge shall be final in this regard and binding on the contractor. Contractor shall have no claim if the stretches /areas are not available for the construction /repair at the same time. Also no extra time shall be permitted on this account.

1.4. The contractor shall, after completion of work, clear the site of all debris and left over

materials, at his own expense to the entire satisfaction of Engineer In charge or his authorized representative.

1.5. Contractor shall submit to RITES the entry challan of incoming materials like

Cement, Steel, Admixture etc., if any for verification of Stores and record.

1.6. FIRST AID:-The contractor shall maintain in a readily accessible place first aid appliance including an adequate supply of sterilized dressing and sterilized cotton wool. The appliances shall be placed under the charge of responsible person who shall be readily available during working hours.

1.7. HANDING OVER OF SITE :-

Efforts will be made by the Employer to hand over the site to the Contractor free of encumbrance. However, in case of any delay in handing over of the site to the Contractor, the Employer shall only consider suitable extension of time for the execution of the work. It should be clearly understood that the Employer shall not consider any other compensation whatsoever on this account viz. towards idleness of contractor‘s labour equipment etc.

1.8. The Employer reserves the right to hand over the site in parts progressively to the Contractor. The Contractor will be required to do the work on such released-fronts in parts without any reservation whatsoever.

Page 40: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 40 of 84 Signature of the tenderer

under seal of the firm

1.9. Contractor will have to arrange water supply and electricity connection at his own expenses for his own establishments.

2. If there is any conflict between description given in schedule of quantity and

conditions mentioned in the special conditions, the Schedule(Bill) of Quantity shall prevail .

3. After handing over of the existing section to the contractor, the same section will be maintained and guarded by the contractor, till all the works are completed in all respect and handed over back to the Engineer-in-charge.

4. Before commencing the work, joint inventory of existing materials in the track is to be taken by the representatives of RITES/Employer and the contractor and entered in the inventory register and jointly signed.

5. P. Way materials required for the works if supplied free of cost by the Employer as per

Contract Conditions will be issued at any of RITES/Employer‘s Store Depot or in stacks from time to time during the period of work. The contractor should transport these materials for use in the work by his own means of suitable transport, including loading, unloading, sorting, stacking with all lead, lift, crossing Railway tracks etc.

6. Adequate protection should be made while moving on public Roads or adjacent and across railway tracks. The excess materials supplied free by the Employer shall be returned to the nominated stores of the Employer/RITES. No separate payments will be made extra for excess materials returned to the nominated stores of the Employer/RITES .

7. The contractor will be responsible for the safe custody of P. Way materials issued to them till completion of the works and handing over the Track. The contractor will also be responsible to account for the P-Way materials issued to him.

8. For P. Way materials remaining not accounted for by being laid on track or returned to

the depot, recovery will be effected from the contractor's dues at rates to be decided by the Engineer-in-charge which will be final and binding. No wastage, breakage allowance or loss is permitted for fixing of P. Way fittings and materials supplied by the contractor.

9. It should be clearly understood that it is entirely the contractor‘s responsibility and liability to find, procure and use the required tools and plants and accessories at his own cost for efficient and methodical execution of the work. RITES shall have the right to check the sufficiency or quality of the Contractor's tools from time to time and the Contractor shall carry out all reasonable instructions of RITES in this respect.

Page 41: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 41 of 84 Signature of the tenderer

under seal of the firm

10. The labour engaged by the contractor for the works should be headed by a person also employed by the contractor, who is conversant with the execution and maintenance of P. Way works including safety rules.

11. The contractor will co-operate with the Site Engineer in maintaining various registers, charts and records etc. in connection with the works.

12. The RITES representative should sign and maintain the following registers and the Contractor or his authorized representative must sign on the registers as a token of his acceptance of the entries made therein.

12.1 Register of joint inventory.

12.2 Register of material issued.

12.3 Register of site order.

12.4 Register of materials laid in track.

12.5 Register of materials received back from contractor.

12.6 Register of ballast stacks.

12.7 Register of through packing.

12.8 Others relevant registers, if necessary.

13. While stacking P. Way materials (new or second hand or released) on cess/side, care

should be exercised to ensure that those stacks do not infringe the Railway's moving dimensions.

14. The work of track linking/renovation at existing level crossings will be taken up only when specifically permission given by authorized by RITES representative. The road surface will be made good on completion of works.

15. No new facilities such as roads, level crossing etc, other than those already in existence

will be made available to the contractor. 16. The Schedule of items of work to be carried out, provided in the SCHEDULE OF

QUANTITIES‖ gives only brief description of each of the items. Execution of these items will be governed by the Technical specifications. For detailed specifications reference may be made to Section 6 “Technical Specifications” in general. RITES' representative at site will be fully empowered to provide guidance in the matter of execution of the works and his instructions will be final and binding in this regard.

17. Particulars of work done with location where the work is done, will have to be recorded

in a register by the Contractor‘s site in charge and the register will be kept available for inspection/scrutiny by RITES‘ representative. A site order book will also have to be

Page 42: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 42 of 84 Signature of the tenderer

under seal of the firm

maintained where instructions regarding work to be carried out will be recorded by RITES' representative at site.

18. The Contractor will make all arrangements for getting Gate passes/authorities for his

men including making necessary application with photos and other documents for each labourer deployed for this work and will bear all costs, if any.

19. The Contractor will bear all medical expenses and make immediate arrangement for medical attention to his labourer, if injured on duty. He will provide "Medical Aid" Box at site of work at his cost.

20. The contractor should indemnify and save harmless RITES/Employer against any

claims on account of accident to laborers similar occurrence for any reason whatsoever. 21. The contractor shall submit royalty clearance certificate wherever applicable along

with on account bill/running account bill. 22. Reconciliation of quantities of rails/ other P. Way material issued to the contractor by

RITES:

22.1 Rails:

22.1.1 The rails will be issued to contractor from RITES / Employer‘s store, in metre.

22.1.2 Calculation of consumption : To calculate the rail length laid, both rails of the track laid will be measured separately (excluding complete layout of points & crossings, trap points, Glued joints, check rails, guard rails, SEJs etc).

22.1.3 No allowance for wastage of rails will be allowed. 22.2 Disposal of excess quantity of new materials issued to the contractor: 22.2.1 The excess quantity of rails issued shall have to be returned back by the contractor to

RITES/Employer in their store.

22.2.2 If, however, the contractor fails to return the excess quantity of rails, recovery at the rate of (Last purchase price including all taxes & transportation, handling, packing etc. charges + 12.5 % charges thereon) per metric tonne of rails, shall be made from his bills. The weight of the rails for this purpose will be calculated as 52 kg for 52 kg/m rails and 60.34 kg for 60 kg/m rails.

22.3 Other materials : 22.3.1 Other materials like sleepers, fittings etc., if issued, by RITES / Employer to the

contractor will be issued in numbers. After the work is completed, the number placed in track will be counted and must match with the quantity issued. Shortfall, if any, shall have to be made good by the contractor who will return all excess materials issued to him by depositing the same in RITES / Employer‘s store in work.

Page 43: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 43 of 84 Signature of the tenderer

under seal of the firm

22.3.2 No wastage is to be permitted.

22.3.3 In case of failure of the contractor to return excess material issued to him, the cost of such material shall be worked at the rate = last purchase price of the material by RITES / Employer including all taxes & transportation, handling, packing etc. charges + 12.5 % charges thereon. This worked out cost shall then be recovered from contractor‘s dues / bills.

23. The Sentence ―Mode of measurement shall be as per Annexure-6‖ under clause no.35.0

of Special Conditions of Contract to be read as deleted. The measurement of work will be as per railways practice.

24. The Sentence ―…. Schedule of rate of Haldia Refinery….‖ as appeared under clause no.38.0(ii) & 38.0(iii) of Special Conditions of Contract to be read as ―…. Schedule of rate of Haldia Refinery/approved rate of RITES Project Office, Kolkata ….‖

--00--

Page 44: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 44 of 84 Signature of the tenderer

under seal of the firm

PART-1

TECHNICAL BID

SECTION -5

SPECIAL CONDITIONS FOR SUPPLY OF BALLAST

Page 45: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 45 of 84 Signature of the tenderer

under seal of the firm

SECTION -5

Special conditions for supply of ballast

1.1 The rates, as per the Schedule, are inclusive of all taxes viz. commercial sales tax, octroi, royalty etc. and other charges levied by the State / Central government. The rate also includes all lead, lift, ascent, descent, loading, unloading, royalty etc. and all other incidental charges.

1.2 The contractor shall stack the ballast, normally over the entire length of the section at

specified locations duly certified by the Engineer-in-Charge except at those certain locations which are found to be inaccessible for certain reasons. The decision of Engineer-in-Charge at site will be final and binding on the contract for the locations, inaccessible for supply of ballast.

1.3 The ballast shall be supplied as per the requirement given by the In-Charge at site. 1.4 The ballast shall be in conformity with “Specifications for Track

Ballast”(Specified in Section-5 of this Tender Document). However, the RITES may alter these conditions of technical nature, which do not have bearing on rates.

1.5 The contractor must submit the test report of impact value, Abrasion value and water

Absorption value from any of the approved laboratories.

i) Any Zonal Railway Laboratory or any Railway approved Laboratory/ Institution.

ii) National Test House, Alipore, Kolkata iii) RITES Laboratory (where available), iv) Any Govt. laboratory/institution

1.6 The contractor shall make his own arrangement at his own cost for the

construction/repair of service roads within the Project site as well as outside Project site for transportation of ballast, if required. No separate payment shall be admissible to the contractor for the construction/repair of such roads and its & maintenance.

1.7 The contractor shall have to make necessary arrangement for leveling the nominated

grounds for stacking of ballast, as per the direction and to the satisfaction of Engineer-in-Charge, without any additional claim of payment.

1.8 Ballast stacks will be measured jointly by the contractor and RITES's representative and entered in a register to be signed jointly by them.

1.9 The cost of routine testing of ballast, as per RDSO guidelines shall be payable by the

contractor. RITES is at liberty to collect the ballast sample as and when, required and send the same for testing at the cost of Contractor.

1.10 The contractor shall make necessary arrangement for the security of the ballast

supplied during the progress of the work. No separate payment shall be admissible to the contractor for guarding the ballast.

Page 46: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 46 of 84 Signature of the tenderer

under seal of the firm

1.11 The Stone ballast should be machine crushed and shall consist of hard and durable and as far as possible angular along edges/corners, free from weathered portions of parent rock, organic impurities and inorganic residues.

1.12 The stone ballast should be got inspected by the Engineer at regular intervals to

ensure quality and samples tested for physical properties (abrasion test, impact test and water absorption test values).

1.13 Attempts should be made to have ballast of the best available quality. 1.14 90% of the payment will be paid in R.A. bills prepared against supply of ballast duly

certified by Engineer-in-Charge of RITES supported with measurement details & test certificates. Balance 10% shall be released after spreading the same in to the track.

1.15 In case any stacks or part thereof remain un-spreaded after completion of entire work,

the balance 10% payment will be released as per the direction of site In-charge of RITES.

1.16 The rates in this schedule are entirely inclusive so as to cover any purchase and/or

royalties and / or compensation for surface charges incurred by him whatsoever. The accepted rate includes all quarry charges Sales Tax monopoly fee and other charges, if any and tools and plants for leveling & clearing site for stacking, test and testing screens, carriage of materials to the site of stacking and removal of any material rejected by the Engineer.

--OOO--

Page 47: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 47 of 84 Signature of the tenderer

under seal of the firm

PART-1

TECHNICAL BID

SECTION -6

TECHNICAL SPECIFICATION

Page 48: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 48 of 84 Signature of the tenderer

under seal of the firm

SECTION -6

Technical Specification for Permanent Way Work: 1. All works - linking of Railway tracks, assembly, laying and linking at points and

crossings, ballasting, through packing and connected works shall confirm to the various instructions and specifications stipulated in "Indian Railways Permanent Way Manual with upto date correction slips, IRS drawings, track manual and other relevant Railway Codes/Manuals.

2. The proposed sidings will be mostly upgraded with 52 Kg/60 kg rails on PSC sleepers

in single/3 rail panel rails as the case may be.

3. While working on running tracks, the work site shall be protected by display of hand / fixed signals as prescribed and as directed by the Engineer – in Charge. In case of speed restrictions at work site, temporary engineering fixed signals, if required, shall be displayed as per IRPWM provisions. The cost of all these signals (hand signals and / or temporary engineering fixed signals) and manning of all these signals (look out men, hand signals, temporary engineering fixed signals etc.) shall be at contractors‘ cost. Nothing extra shall be payable on this account as these costs are part of the item rate.

4. The staffs of the contractor who are deputed to work as lookout men, signal men,

temporary engineering fixed signals men shall all be trained by the contractor in these duties. The entire responsibility for proper manning of such signals and safety of works shall solely rest with the contractor and the Engineer – in Charge shall, in no way, be responsible for any failure on this account.

5. The traffic blocks:

Traffic blocks, if required shall be arranged by RITES. The contractor shall not have any claim for payment of any compensation on account of any wastage of his labour, resources etc. due to less or delay in grant of blocks.

6. The contractor shall make his own arrangement for safety of his men working on track

by deputing lookout men as required. RITES shall not be responsible for any loss of life / property of contractors resources (men, material, equipment etc.) caused while working on track.

7. The contractor shall ensure that all materials are kept at a safe distance from track so as

not to infringe Railways Schedule of dimensions. Similarly he will ensure that all his vehicles move at a safe distance from track so as not to infringe Railways Schedule of dimensions.

8. Rails of the same length should be used in pairs.

9. The Turn-outs assembly i.e. switch assembly, lead portion and crossing assembly will

be laid by 52 Kg/60 kg rails as the case may be to the Indian Railway Standard on PSC sleepers as directed by Engineer in-charge or his authorized representative at site.

10. Through Packing of sleepers with ballast/stone ballast to be done as per Para-224 of

IRPWM and as directed by Engineer in-charge or his authorized representative at site.

Page 49: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 49 of 84 Signature of the tenderer

under seal of the firm

11. Lifting of track to the required level to be done as directed by Engineer in-charge or his

authorized representative at site.

12. Rails shall be connected by means of pair of fish plate. The fishing planes of the fish plates and rail are to be greased. Proper size of expansion liners are to be used to ensure correct expansion gaps at joints. Cutting of rails where necessary shall be done for squaring of joints.

13. Expansion Gaps at rail joints : 13.1. The value of maximum, minimum and mean rail temperatures shall be obtained from

railway engineers of the area. 13.2. Proper rail thermometer shall be arranged by the contractor to measure rail

temperature at the time of laying & fixing the rails with the sleepers. 13.3. At the time of initial laying of track(fixing of rails with the sleepers) the expansion

gaps at rail joints shall be provided based on the prevailing rail temperature as indicated below—

13.4. (a) SWR TRACK (3RAIL PANELS): Not applicable for this work

Rail Temp. at laying

tm - 22.5 to

tm -17.6

tm - 17.5 to

tm -12.6

tm - 12.5 to

tm -7.6

tm - 7.5 to

tm -2.5

tm - 2.4 to

tm +2.5

tm + 2.6 to

tm +7.5 Laying gap (mm)

12 10 8 6 4 2

tm - Average of maximum & minimum rail temperatures in the year

(b) Single Rails (12 / 13 metre long)):

RAIL TEMPERATURE at laying

LAYING GAP (mm)

0° TO 10 ° 10 10° TO 25 ° 8 25° TO 40 ° 6 40° TO 55 ° 4 55° TO 70 ° 2 Above 70 ° 0

13.5. For providing specified expansion gaps, the contractor shall, at his cost, arrange

proper liners which shall be made of steel. Each liner must have stamped on it the corresponding expansion space in millimeters.

13.6. The expansion liners should be kept in position at the joints for at least six rail

lengths at a time and the rails butting against expansion pieces.

14. On curves sharper than 5º (radius less than 350 m) PSC sleepers having provision for slack gauge shall be provided.

Page 50: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 50 of 84 Signature of the tenderer

under seal of the firm

15. On curves sharper than 6º (radius less than 290m) the rail joints will be mid-staggered

and check rails to be provided. All the sleepers of the sharper curves (radius less than 290m) to be provided with PSC sleepers having provision with check rail.

16. All the drilled bolt holes are to be chamfered by chamfering tools.

17. The horizontal and vertical clearances between running rail and check rail at level

crossing shall be maintained as detailed below –

18. Horizontal clearance between the heads of running rail and check rail : Minimum – 51 mm and Maximum - 57 mm.

19. Minimum Vertical clearance from top table of running rail to any fixture between

running rail and check rail like distance block, bracket, bolt etc. is 38 mm

20. Paint mark shall be made on the rails showing the spacing of sleepers as directed by Engineer-in-Charge at site.

Page 51: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 51 of 84 Signature of the tenderer

under seal of the firm

21. Sleeper spacing: a. Sleeper spacing for fish-plated joints having 13m/12m single rails:

Sleeper spacing In case of (M+7)

density In case of

(M+7) density 13m 12m 13m 12m i) Rail ends to centre of sleeper 15cm 15cm 15cm 15cm

ii) Centre of joint sleeper to centre of 1st shoulder sleeper

61cm 60cm 61cm 60cm

iii) Centre of 1st shoulder sleeper to centre of 2nd shoulder sleeper

64cm 63cm 70cm 69cm

iv) Centre of 2nd shoulder sleeper to centre of intermediate shoulder sleeper

68cm 66cm 84cm 83cm

b. Sleeper spacing for SWP of 3X13m/3X12m/3X 11m rails: Not applicable for this

work

Sleeper spacing In case of (M+7) density

In case of (M+4)density

39m 36m 39m 36m 33m i) Rail ends to centre of sleeper 15cm 15cm 15cm 15cm 15cm

ii) Centre of joint sleeper to centre of 1st shoulder sleeper

59cm 59cm 66cm 62cm 60cm

iii) Centre of 1st shoulder sleeper to centre of 2nd shoulder sleeper

61cm 62cm 75cm 67.5cm 68cm

iv) Centre of 2nd shoulder sleeper to centre of intermediate shoulder sleeper

66cm 64cm 78cm 77cm 77.5cm

c. Sleeper spacing for curve with Mid-staggered Joint: Sleepers =18/19 nos. per single rail length of 13/12 metre.

Sleeper spacing 18/19 sleeper per rail

13m 12m i) Rail ends to centre of sleeper 15cm 15cm ii) Centre of joint sleeper to centre of 1st shoulder sleeper 65cm 65cm

iii) Centre of 1st shoulder sleeper to centre of 2nd shoulder sleeper

75cm 70cm

iv) Centre of 2nd shoulder sleeper to centre of intermediate shoulder sleeper

85cm 75cm

Page 52: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 52 of 84 Signature of the tenderer

under seal of the firm

22. Bridges : Not applicable for this work

a. Longitudinal Profile of Rails – In standard plate girders no camber is provided. Open web girders of span 30.5 m. and above are provided with camber. Track on these bridges should be laid correctly following the camber of the girder. While re-timbering is done it should be ensured that the longitudinal level of rails follows the camber of girders.

b. The rail joints on girder bridges with opening less than 6.1m shall be avoided. For

other spans, the preferred position of rail joints is at 1/3rd of span from either end as per para 272 (3) of IRPWM).

c. On the approaches of Bridges, rail joints should be avoided within 3 metres of a

bridge abutment as per para 277 (4) of IRPWM. d. SWR on Bridges – 3-rail SWR may be continued over girder bridges with un

ballasted decks up to 13.3 m. opening if the length of SWR is symmetrical to the centre line of bridge and up to 6.1 m. opening if the length of SWR is unsymmetrical to the centre line of the bridge.

e. No fish-plated joint should be located on the girder or within six metres from either

abutment. In all such cases rail free fastenings, like rail free clips shall be used, so that relative movement between rail and sleepers may take place.

f. .Provision of Guard Rails on Bridges –Guard rail should be provided on all girder

bridges (including pre-stressed concrete girder bridges without deck slab) whether major or minor. Guard rails should also be provided on all major and important ballasted bridges.

g. The design of guard rails on the bridge and its approaches shall be as per para 275(2)

of IRPWM. On the approach of the bridge the guard rails shall be flared and bent down as per design.

h. Special guard rail PSC sleepers may be used on ballasted deck bridges and

approaches. However, on un-ballasted steel girder bridges, steel channel sleepers will have to be used but PSC approach sleepers will still be used in every case.

i. On all flat top, arch and pre-stressed concrete girder bridges with deck slab, where

guard rails are not provided, whole width of the bridge between the parapet walls shall be filled with ballast up to the top of sleeper level.

23. Full quantities of small fittings are to be fitted completely after slewing the track to

correct alignment as directed by Engineer-in-Charge at Site.

24. The track so linked shall be aligned correctly to the alignment pegs given or as directed by Engineer till it takes correct position and the remaining two bolts to be fixed in fish plated joints.

Page 53: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 53 of 84 Signature of the tenderer

under seal of the firm

25. During the above process, alignment, adjustment and squaring of sleepers, gauging, Cross level and longitudinal levels should be checked and rectified by doing packing as directed.

26. Versine station numbers starting from zero at 3 stations before the start of curve shall be

painted at 10 meter interval on the inside web of outer rail of the curve and shall be continued over the entire length of the curve and 3 stations beyond with figures in white paint over black back ground.

27. Indication of cant on track – Super-elevation or cant should be indicated by painting its

value on the inside face of the web of the inner rail of the curve and at every versine station, beginning with zero at the commencement of the transition curve. The value of cant should be indicated on the circular curve at its beginning and at the end. In the case of long circular curve the cant value should be indicated at intermediate stations at a distant not exceeding 250 metres.

28. The operation of spreading of stone ballast, lifting and packing should continue till

such time the track attains final level and shape.

29. Greasing of fish plates, fish bolts and nuts with lubricating oil and graphite grease to be done by cleaning fishing planes of rail ends with wire brush.

30. The works should be executed in a workman like manner to the satisfaction of the Engineer-in-Charge at site. The contractor will be primarily responsible for Safety of traffic that moves on opened up track, notwithstanding the presence of RITES representative at site.

31. Stone ballast as specified in Schedule of Quantities shall have to be supplied and

stacked on ‗Cess‘ of formation or at the toe of bank or at suitable places as directed by RITES representative. Stacks will be measured jointly by the contractor and RITES's Site in Charge and entered in a register to be signed jointly by them.

32. Lifting and spreading of stone ballast includes all lead, lift, ascent, descent,

crossing road/ railway, handling as required for packing tracks from the stacks measured and passed already including all labour, tools and plants for the operation and the same will be arranged by the contractor. The payment for spreading will be made based on measurement of stone ballast supplied in stacks.

33. Through packing of railway track on any type and any density of sleepers which will

consist of – (i) Opening of the road/Track : Ballast on BG tracks should be opened out from end of

sleeper to 450 mm inside of the rail seat on either side rail to a depth of 50 mm. below the packing surface without disturbing the cores under the sleepers.

(ii) Examination of rails, sleepers and fastenings: Track shall be examined to detect cracks

in rails, broken sleepers, broken or missing fittings. All such materials are to be replaced and loose ones tightened. Material required for replacement will be supplied by RITES/EMPLOYER free of cost at the depot. Contractor will deposit all released material in the RITES/EMPLOYER depot.

Page 54: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 54 of 84 Signature of the tenderer

under seal of the firm

(iii) Squaring of sleepers: Any sleeper which has shifted from correct spacing or gone out

of square shall be moved back and squared after loosening the fastenings. The fastenings shall be tightened again after squaring.

(iv) Slewing of track to correct alignment: Slewing of track to correct alignment should be

done after opening out the road, loosening the cores at ends and drawing out sufficient ballast at the ends of the sleepers.

(v) Gauging :Gauging shall then be done in a way that it does not introduce kinks in track.

Uniform gauge should be aimed at. (vi) Packing of sleepers including lifting & leveling :The track shall then be given

packing. For this, sighting shall be done along the base rail and if any dip or low joint is found, it shall be corrected by packing up the sleepers. After the base rail is thus packed for two or three rail lengths, the cross levels on the opposite rail shall be rectified by packing the sleepers under the rail.

(vii) Repacking of joint sleepers : The joint and shoulder sleepers shall be re-packed and

cross level adjusted as required. (viii) Boxing of ballast section & tidying: Clean ballast should be worked in with ballast

forks or rakes. The ballast section should be dressed to the specified dimensions, The deficiency of ballast, if any, shall be reflected along the centre of the track and not under the rails or in the shoulders. The cess should then be tidied up and maintained to correct depth below rail level and cross slope for effective drainage of track be provided according.

34. The length of track to be opened out on any day must not be more than that can be

efficiently tackled by the end of the day. Broken or missing fittings are to be replaced and loose ones tightened. Cross kucha drains are to be provided at mid section each rail except sharper curve track. On sharper curve track the cross kucha drains are to be provided as per direction of Engineer in-charge.

35. Through packing of Turnouts will comprise opening out of ballast, squaring of

sleepers, gauging, replacing & readjusting fittings to keep correct gauge, adjustment of clearances of check rail, wing rails, etc. including lifting or lowering as necessary and packing all the sleepers in the points and crossings efficiently and finishing all works with boxing and dressing of the shoulder ash ballast neatly. All bolts and nuts including crossing bolts, check rail bolts, slide chairs, tongue rails, heel block bolts etc. are to be properly oiled and greased also.

36. Picking up slacks will include lifting and packing of sleepers where necessary, attention

to all fittings and fastenings, adjusting gauge, cross level and longitudinal level, etc. as directed by the RITES' representative at site at specified scattered locations. The work should be neatly finished with proper boxing.

37. Any sleeper which have shifted from correct spacing or gone out of square shall be

moved back and square after loosening the fastenings. The fastenings shall be tightened again after squaring.

Page 55: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 55 of 84 Signature of the tenderer

under seal of the firm

38. The track shall be slewed to correct alignment by sighting along the rail head of the

base rail. It should be ensured that track does not get lifted in the process of slewing.

39. The track shall then be given a final packing. For this, sighting shall be done along the base rail and any dip or low joint are found, the same are to be attended for its correction by packing of sleepers. After the base rail is thus packed for two or three rails length, the cross level should be checked and the opposite rail lifted wherever necessary and sleepers under the rail seat packed.

40. The joint and shoulder sleepers shall be re-packed and cross level adjusted at the time

of each through packing of sleepers.

41. Oiling and greasing hand operated points will include adjusting the point Roding and fixing hand lever frame, where found necessary by means of spikes with the sleepers for smooth operation of the point and adjusting the opening between tongue rail and stock rail. For any bent tongue rail, if required, Jim-crowing may have to be done and the gap adjusted as required. Blacksmith and other staff for this work, as required, will be deputed by the Contractor at his cost. Oil & Grease to be supplied by the Contractor at his own cost.

42. Track Tolerances :

43. In case of private sidings with restricted speed potential and where the Through

packings have been done manually, the new track shall conform to the following track standards. The track measurements should be taken in floating conditions

S.N Track Parameter Items for measurement Max variation

acceptable 1 i. Gauge on straight &

curves up to 350 m radius. ii. On curves sharper than 350 m radius iii. Sleeper to sleeper variation in gauge

Nominal Gauge of 1673 mm. Slack Gauge of 5 mm i.e. 1678

6mm 6 mm 2 mm

2 Expansion Gap at rail joints

Maximum deviation from the prescribed gap (Average gap worked out by recording 20 successive gaps)

± 2mm

3 Joints Low joints not permitted. High joints not more than Maximum out of Squareness of joints on straight. Maximum out of squareness of joints on curves

3mm ±10mm 83 mm.

4 Spacing of Sleepers With respect to theoretical spacing ± 20mm 5 Cross level To be recorded on every 4th sleeper ± 5 mm 6 Alignment on 7.5 M chord

On straight

± 5mm ± 10 mm at isolated

Page 56: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 56 of 84 Signature of the tenderer

under seal of the firm

ii. On curves,

variation over theoretical versions. (on curves station to station variation in versine shall not be more than 10mm)

locations. ± 5mm ± 7 mm at isolated locations.

7 Longitudinal level With reference to approved longitudinal sections.

± 50 mm

8

Unevenness

Unevenness (variation in longitudinal profile of track as measured on 3.6 m chord at the centre)

not more than 10mm, 15 mm can be tolerated at isolated locations

Note : In item 6 & 8 isolated locations means not more than 10 locations in one km.

44. All the elastic rail clips should be thoroughly cleaned. Grease to IS:400-1981 (Specifications for Grease No. 'O' Graphite) should then be applied on Central leg of the E.R.C. and eye of Inserts and then the clip should be driven at the time of assembly. The rate accepted includes the cost of the grease as per specifications and labour.

45. During execution of the work, contractor should arrange for protection of track

and displaying the signals as per extent rule of Indian Railways.

46. All the P. Way tools such as (a) Rail tongs, (b) Crow bars, (c) Fishing spanners, (d) Hammers, (e) Keying hammers, (f) Cotter splitters, (g) Shovels, (h) Mortar Pans, (i) Beaters, (j) Track Lifting Jacks, (k) Gauges, (l) Level Board, (m) Spirit levels, (n) Cant Board, (o) Expansion Liners, (p) Wooden Squares, (q) Steel Tape (r) Wire brushes, (s) Cotton waster, (t) Rake Ballast, (u) Chamfering tools, (v) Soap as required for the work as assessed by the Engineer- in-Charge depending on the labour strength will be arranged by the contractor at his own cost.

Page 57: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 57 of 84 Signature of the tenderer

under seal of the firm

SPECIFICATIONS FOR SUPPLY OF BALLAST (BASED ON IRS-GE-1/JUNE-2004)

1.0 Ballast Supply :

This specification will be applicable for stone ballast to be used for all types of sleepers on normal track, turn-outs, tunnels and deck slabs etc on all routs.

2.0 Quality of stone ballast in General : 2.1 Basic quality: Ballast should be hard durable and as far as possible angular along

edges/corners, free from weathered portions of parent rock, organic impurities and inorganic residues.

2.2 Particle shape: Ballast should be cubical in shape as far as possible. Individual pieces

should not be flaky and should have generally flat faces with not more than two rounded/ sub- rounded faces.

2.3 Mode of manufacture: The ballast shall be machine crushed and conforming to the

Railway specifications for machine crushed ballast.

2.4 Physical Properties: The ballast samples when tested for physical properties (abrasion and impact) in accordance with IS: 2386 (Part-IV)-1963 should have the under mentioned values: i) Aggregate Abrasion Test (Using 105 Angles Abrasion Testing Machine).

Aggregate Abrasion value (Percent) - Maximum 30%.

ii) Aggregate Impact Test. Impact values (Percent) – Maximum 20%

2.5 The water absorption test as per IS: 2386, Part-III-1963, which should not be more

than 2.5% vide correction slip-3 issued by Railway Board. 2.6 Track ballast should be obtained from good quality stones / boulder; and top layer, if

weathered, must not be used.

3.0 Size and Gradation of ballast: 3.1 The track ballast shall be well graded of the following size: -

a) Retained on 65 mm square mesh sieve - 5% maximum.

b) Retained on 40 mm square mesh sieve* - 40% to 60%

c) Retained on 20 mm square mesh sieve - not less than 98% for machine crushed. - not less than 95% for hand broken.

* For machine crushed ballast only.

Page 58: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 58 of 84 Signature of the tenderer

under seal of the firm

4.0 Over-size and under-size ballast : 4.1 Over-size ballast Tolerances: 4.1.1 Retention on 65 mm square mesh sieve: A maximum of 5% ballast retained on 65

mm square mesh sieve shall be allowed without deduction of in payment.

In case ballast retained on 65 mm square mesh sieve exceeds 5% but does not exceed 10%, payment at 5% reduction in contracted rate shall be made for the full stack. Stacks having more than 10% retention of ballast on 65 mm square mesh sieve, the stack shall be rejected.

4.1.2 In case ballast retained on 40 mm square mesh sieve (machine crushed case only)

exceeds 60% limit prescribed in 3.1 (b) above, payment at following reduced rates shall be made for the full stack in addition to the reduction worked out at 4.1.1 above.

5% reduction in contracted rate shall be made if retention on 40 mm Square mesh

sieve is between 60% (excluding) and 65% (including). 10% reduction in contracted rate shall be made if retention on 40 mm Square

mesh sieve is between 65% (excluding) and 70% (including).

4.1.3 In case retention on 40 mm square mesh sieve exceeds 70%, the stack shall be rejected.

4.1.4 In case of Hand broken ballast supply, 40 mm sieve analysis may ot be carried out. The executive may however ensure that the ballast is well graded between 65 mm and 20 mm.

4.2 Under-size ballast – Tolerances :

The ballast shall be treated as under-sized and shall be rejected if- 4.2.1 Retention on 40 mm Sq. mesh sieves less than 40%. 4.2.2 Retention on 20 mm Sq. mesh sieve is less than 98% (for machine crushed ballast) or

95% (for Hand broken ballast). 5.0 Sieve analysis for size and gradation: 5.1 The screens for sieving ballast shall be of square mesh and shall not be less than

100cm in length, 70cm in breadth and 10cm in height on the sides. The squareness of the individual hole in the sieves viz. 65, 40 and 20 mm should be ensured. The sieves to be used for the sieve analysis.

5.2 Sieve sizes mentioned above are the nominal sizes. However the following tolerances

in the sizes of holes for 65, 40 and 20 mm nominal sizes are permitted.

65mm square mesh sieve plus minus (±) 1.5mm 40mm square mesh sieve plus minus (±) 1.5mm 20mm square mesh sieve plus minus (±) 1.0mm

Page 59: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 59 of 84 Signature of the tenderer

under seal of the firm

5.3 When carrying out sieve analysis, the screen shall not be kept inclined, but held

horizontally, and shaken vigorously. The pieces of ballast retained on the screen can be turned with hand to see if they pass through but should not be pushed through the screen openings.

5.4 The percentage of ballast passing through or retained on the sieve shall be

determined by weight. 6.0 Sampling of ballast: 6.1 A minimum of 3 samples of ballast for sieve analysis shall be taken for measurement

done on any particular date even if the numbers of stacks to be measured are less than three.

6.2 The test viz. determination of Abrasion value, Impact value and water absorption

value should be got done through the following laboratories/Govt. Institutions.

i) Any Zonal Railway Laboratory or any Railway approved Laboratory/ Institution.

ii) National Test House, Alipore, Kolkata iii) RITES Laboratory (where available), iv) Any Govt. laboratory/institution

6.3 In order to ensure supply of uniform quality of ballast, the following norms shall be

followed in respect of sampling, testing and acceptance. 6.3.1 On supply of first 100 cum. the test for size, Gradation, Abrasion value, Impact value

and water absorption value (as prescribed) shall be carried out. Further supply shall be accepted only after this ballast satisfies the specification for these tests. RITES Ltd reserves the right to terminate the contract at this stage itself in case the ballast supply fails to conform with any of these specifications.

6.3.2 All Costs towards the laboratory test should be borne by the contractor.

6.3.3 Subsequent tests shall be carried out as follows:

Sl. No.

Supply in stacks For each stack of volume less than 100 cum

For each stack of volume more than 100 cum.

(a)

Size & Gradation Test :- Testing frequency -------- Size of sample ------------

One for each stack. ** 0.027 cum

One for each stack. ** 0.027 cum. for every 100 cum or part

thereof.

Page 60: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 60 of 84 Signature of the tenderer

under seal of the firm

(b) Abrasion value, Impact value and Water absorption

Tests ** :- Testing frequency --------

One for every 2000 cum.

** This sample should be collected using a wooden box of internal dimension 0.3m x

0.3m x 0.3m from different parts of the stack/wagon.

These tests shall be done for the purpose of maintaining quality during supply. In case of the test results not being as per the prescribed specifications at any stage, further supplies shall be suspended till suitable corrective action is taken and supplies ensured as per the specifications.

The above tests may be carried out more frequently if warranted at the discretion

of Engineer-in-charge of RITES Ltd.

All tests for Abrasion value, Impact value and water absorption value conducted subsequently after award of contract shall be done as per direction of In-charge of the work at contractor cost.

6.4 In the event of the ballast being rejected the Contractor/Agency will have to remove

the rejected ballast from the work-site expeditiously at his own cost.

6.5 The Engineer shall mark all rejected ballast in any manner he considers fit to prevent them from being removed and mixed with good/accepted ballast and the Contractor shall within a fortnight from the date of the order of removal, remove the rejected ballast to such place as may be directed by the Engineer and, in the event of contractor‘s failure to do so the Engineer may cause it to be removed and all costs of such removal shall be payable on demand by the Contractor to RITES Ltd and without prejudice to any other mode of recovery, may be deducted from any money, that may be due or may become due to the contractor or from the Contractor‘s bill for any other works executed for RITES Ltd on behalf of Employer.

6.6 Should RITES Ltd, under any special circumstances, agree to take over all or part of the

rejected ballast, the same will be paid for at rates to be fixed by the authority accepting the tender and agreed to by the contractor in writing.

7.0 The screen for sieve analysis as specified in specification as also the standard box for

measuring volume should be kept available at site by the contractor at his own cost, for use by the Engineer or his representative after proper check, in carrying out sieve analysis. Labours required for doing sieve analysis will be supplied by the contractor free of cost. The contractor must also accept the results of such analysis in writing.

8.0 Each stack of ballast shall be serially numbered and may be as long and broad as

possible. After the stacks are measured, they should be sprinkled with lime in the form of cross on all the sides of the stack at the contractors own cost to the satisfaction of the Engineer-in-Charge of RITES Ltd. Suitable space should be left in between stacks in adjacent zones so that there is no possibility of materials of fresh stacks in one zone mixing with stacks already measured in the adjacent zone.

Page 61: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 61 of 84 Signature of the tenderer

under seal of the firm

9.0 Entries in the ballast measurement register should not be over written. If any correction

is required the same should be done by striking off the old entry by drawing a line and showing proper entry by its side.

10.0 Ballast is to be stacked proper trapezoidal section on the Cess or Berms, or on the line

or in depots as may be ordered by the Engineer concerned, in stacks as large as possible and ordinarily not less than 1.0 metre in height except hilly areas where it may 0.5 m. The height shall not be mote than 2.0 m. Top width of the stack shall not bee less than 1.0 metre. Top of stack shall be kept parallel to the ground plane. The side slopes of stack should not be flatter than 1.5: 1 (Horizontal: Vertical). Cubical content of each stack shall normally be not less than 30 (thirty) Cum in plain areas and 15 cum in hilly areas.

11.0 The Engineer should, as far as possible, set out the sites for ballast stacks. Stacking

ground must be fairly dressed to a proper plane by the contractor at his own cost before stacking is started. Completed stacks must be properly finished before being offered for acceptance and measurement.

12.0 It must be distinctly understood that the accepted rate is for ballast which conforms in

all particulars of quality, stack measurements, gauge, completion within time limit and delivery at site fixed upon, with the specification and conditions of contract. If, therefore, the officer deputed to measure up a Contractor‘s ballast is not satisfied that the above conditions and specifications have been complied with, he is at liberty to take either of the following courses.

i) To refuse to measure up such ballast at all giving his reasons in writing for so

doing to the Contractor.

ii) To call upon the contractor in writing to screen his ballast of dirt and admixtures beyond the specified limit or to break it to gauge, or to re-stack it to proper dimensions, or all three as may be required, prior to further inspection and measurement by a fixed date, within the time limit imposed in the agreement.

13.0 The contractor shall provide at his own cost adequate labour and tools for opening out

stacks for inspection and for carrying out screening test.

14.0 The contractor shall supply all necessary tools for the work and also bamboos, pegs, strings etc. necessary for measurement of ballast.

15.0 Wagon Measurement:

i. In case ballast supply taken by direct loading into wagons, a continuous white line should be painted inside the wagon to indicate the level to which the ballast should be loaded. The cubical content in cubic metre corresponding to white line should also be painted on both sides outside the wagon.

ii. In addition to painted line, mentioned in para 15(i) above, short pieces of flats

(cut pieces of tie bars or otherwise) with cubical contents punched shall be

Page 62: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 62 of 84 Signature of the tenderer

under seal of the firm

welded at the centre of all the four sides as permanent reference. In case the supply is taken in general service wagon, actual measurements will be taken.

16.0 Shrinkage allowance:

Payment shall be made for the gross measurement either in stacks or in wagons without any deduction for shrinkage/voids. However, when ballast supply is made in wagons, shrinkage upto 8% shall be permitted at destination while verifying the booked quantities by the consignee.

17.0 Stack measurement:

The quantity shall be calculated as per the following formula for the ballast supplied.

Q

=

LB + LT --------

2

X

WB + WT ---------

2

X

H

When, Q = Quantity of Ballast

LB = Average length of the stack at the bottom.

LT = Average length of the stack at the top WB = Average width of the stack at the bottom WT = Average width of the stack at the top H = Average height of the stack.

The plan of the stack should be either square or rectangular.

Page 63: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 63 of 84 Signature of the tenderer

under seal of the firm

PART-1

TECHNICAL BID

SECTION -7

DRAWINGS

LIST OF DRAWINGS ENCLOSED

1. Schematic Layout Plan of alignment of Track.

2. Cut line of Liners for cutting of liners to be used in Joint PSC sleepers.

3. Sketch of Rail buffer end.

Page 64: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 64 of 84 Signature of the tenderer

under seal of the firm

Schematic Layout Plan of Track as initially proposed. The work as proposed in the Layout Plan may change during execution of work as per requirement.

Page 65: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 65 of 84 Signature of the tenderer

under seal of the firm

Cut line of Liners for cutting of liners to be used in Joint PSC sleepers

Page 66: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 66 of 84 Signature of the tenderer

under seal of the firm

Page 67: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 67 of 84 Signature of the tenderer

under seal of the firm

PART-1

TECHNICAL BID

SECTION -8

GENERAL CONDITIONS OF CONTRACT –

AVAILABLE SEPARATELY

Page 68: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 68 of 84 Signature of the tenderer

under seal of the firm

PART- 2

FINANCIAL BID

SCHEDULE (BILL) OF QUANTITIES (Annexure-1)

Page 69: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 69 of 84 Signature of the tenderer

under seal of the firm

PART- 2 FINANCIAL BID

SCHEDULE (BILL) OF QUANTITIES (Annexure-1)

Name of the work: Modification of rail track in connection with Engineering & Project

Management Services for Modification of railway line at Haldia Refinery of IOCL, Haldia, Dist: Purba Medinipur, W.B.

Open Tender Notice No.70/OT/IOCL-HALDIA/Reno-Track /PKG-5/2013

Dated 26.11.2013. Note : 1. Tenderers are requested to study carefully the tender documents before quoting their

rates.

2. Tender has been invited on Percentage Rate basis, percentages on the Estimated Cost (whether above or below) are to be quoted in the Prescribed Proforma enclosed in the Tender Document(Financial Bid). The all inclusive quoted rate in percentage on the Estimated Cost (whether above or below) shall remain firm till completion of entire supply.

3. The tenderers are requested to quote their percentages on the Estimated Cost (whether above or below) accordingly.

4. The accepted rate will remain firm till completion of work. Price variation clause is not applicable for this work

Page 70: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 70 of 84 Signature of the tenderer

under seal of the firm

PART 2 SCHEDULE (BILL) OF QUANTITIES

(PERCENTAGE RATE TENDER) (Annexure-1)

Name of the work: Renovation of rail track in connection with “Engineering & Project

Management Services for Improvement of railway track at Haldia Refinery of IOCL, Haldia, Dist: Purba Medinipur, West Bengal.

Open Tender Notice No.70/OT/IOCL-HALDIA/Reno-Track /PKG-5/2013

Dated 26.11.2013.

FORMAT FOR QUOTING THE RATE ABSTRACT OF COST

Sl. No.

Schedule -A

DESCRIPTION ESTIMATED COST (RUPEES)

1. Schedule-1 Track Modification works

Rs.2,63,31,752.00 (Rupees two crore sixty three lakh thirty one thousand seven hundred fifty two only)

2. Total estimated cost of Schedule –1 in Rs.

Rs.2,63,31,752.00 (Rupees two crore sixty three lakh thirty one thousand seven hundred fifty two only)

3. Percentage above (+) or below (-) the Total estimated cost of Schedule –1 as quoted.

Percentage in figure

* ______%Above(+) or ______%below(-) * (strike out whichever is not applicable)

Percentage in Words

* _____%Above(+) or _____%below(-) * (strike out whichever is not applicable)

4. Total quoted cost of Schedule –1 based on percentage quoted above(+) or below(-)

In figure Rs.

In words Rupees________________________ ____________________________ Only

5. Less rebate, if any in fig. & in words

(_______)% in fig

(-) Minus Rs. ____________________

(Amount in fig based on percentage quoted) (_______)% in words

(-) Minus Rupees __________________only.

(Amount in words based on percentage quoted)

6. Net quoted cost of Schedule –1 after rebate (based on percentage quoted below(-)

In fig. Rs.

In words Rupees________________________ ____________________________ Only

i. SIGNATURE OF AUTHORIZED SIGNATORY OF TENDERER :

ii. NAME OF SIGNATORY :

iii. NAME AND SEAL OF TENDERER :

iv. DATE :

v. PLACE

Page 71: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 71 of 84 Signature of the tenderer

under seal of the firm

PART 2 SCHEDULE (BILL) OF QUANTITIES

(Estimated Rate) (Annexure-1)

Name of the work: Renovation of rail track in connection with “Engineering & Project Management Services for Improvement of railway track at Haldia Refinery of IOCL, Haldia, Dist: Purba Medinipur, West Bengal.

Open Tender Notice No.70/OT/IOCL-HALDIA/Reno-Track /PKG-5/2013 Dated 26.11.2013.

Schedule –1: Modification of Track: SL No

Description of works Unit Quantity Rate (INR)

Amount (INR)

Schedule - 1. Track renovation Works 1 Drilling holes 28mm/32mm dia. (as directed

by Engineer at site) in 52kg/60 kg single rails (New/SH) for fish bolts inside/outside track.

Each 100.00 148.03 14,803.00

2 Cutting 52kg/60 kg single rails (New/SH) rails section inside/outside track.

Each 30.00 177.63 5,328.90

3 Excavation of earth, overburden, Screening of complete ballast section of the track through sieve of specified size including removal of earth, overburden, etc. from the track up to a depth of 200 mm below bottom of sleeper. This includes opening of ballast, digging down for the depth below the bottom of sleepers, taking out caked ballast and muck, earth, overburden, etc. from the entire section of track, putting back of cleaned ballast as per required ballast profile, throwing away screened muck, overburden etc. on the toe of the bank or on the Cess if low or above the top of cutting or at suitable places with a lead of upto 50 m from the site of work as per direction of Site in charge, grading of formatiom for effective drainage including kutcha packing with ballast. Note: Tr. m mean Track metre

Tr.m 2021.00 447.00 903,387.00

Special Note for Item no. 3 above: Wooden blocks & wedges as required to be provided below rails to support the rail for passing trains during execution of work in case of traffic block is not available. Un-serviceable wooden sleepers will be provided to the agency from the stock of released wooden sleepers. Wooden blocks (610 mm long) & wedges are to be made from the unserviceable released sleepers by the contractor. The above rate is inclusive of making of wooden blocks by the contractor.

Page 72: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 72 of 84 Signature of the tenderer

under seal of the firm

SL No

Description of works Unit Quantity Rate (INR)

Amount (INR)

4 Leading overburden mixed with waste ballast, stone-chips, brick bats, debris, muck, malba etc. including loading into truck & unloading and dumping/throwing at a lead upto 2 km from the site of work.

cum 1200.00 189.22 227,064.00

5 Renewal of B.G. Ordy. wooden/ST/PSC/ CI sleepers by B.G. PSC sleepers irrespective of any sleeper density existed and to be provided for i.e. removing the existing sleepers and its fastenings including clearing removed sleepers from all infringement to moving direction and insertion of new sleepers at specified spacing along-with fastenings, including tightening of fastenings (sleepers at site involving lead not more than 50m). Charges for transportation/carrying of sleepers from site store/stack to work site will be made seperately.

each 2812.00 267.93 753,419.16

6 Pairing & butting of 52kg/60 kg single (New/SH) single rails upto 13 m length inside/outside track including leading upto an average lead of 50m. The rate should be inclusive of driling holes on web of rail square to rail surface by using proper template for fish plated joints, champhering of drilled holes, de-kinking of rails & cutting rails for squaring of joints as required. (Rails at site involving lead not more than 50m). Charges for transportation/ carrying of rails from site store/stack to work site will be made seperately. Note: Tr. m mean Track metre

Tr.m 5122.00 109.32 559,937.04

7 Renewal of 52kg/60 kg single rails in track i.e. dismantling the existing rails of any length and any section from the track and removing the same with its fastenings & clearing removed rails & fastenings from all infringement to moving direction including stacking involving lead not more than 50m and Inserting & positioning New/SH single rails of following section (already paired & butted inside/outside track ) in the place of rails dismantled from the track along with fastenings, including tightening of fastenings maintaining proper gauge, alignment, expansion gap at rail joints. Paint marks for Sleepers spacing shall also be marked by the contractor with white/yellow paint at his own cost. The work also includes cutting of liners for use at fish plated joints.

metre 5122.00 114.50 586,469.00

Page 73: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 73 of 84 Signature of the tenderer

under seal of the firm

SL No

Description of works Unit Quantity Rate (INR)

Amount (INR)

8 Lubrication of fish plated rail joints with 'O' Graphite Grease and other materials as specified in IRPWM . A stiff paste of plumbago (Graphite) and kerosene oil, made in the proportion of 3 Kg of plumbago to 2 Kg of kerosene oil are to be used for lubrication of fish plates. Black oil or reclaimed oil may be used for fish bolts and nuts.

Each Joint

1052.00 69.28 72,882.56

9 Transportation/trolleying/Carting new/SH rails, PSC sleepers & other P. way materials from the employer/RITES Site store to the site of work by contractors transport/diplorry upto a distance of 2 km including handling, loading, unloading of materials with all lead, lift, crossing road/ rly. tracks etc. complete.

MT 1095.00 702.51 769,248.45

10 Supply and delivery of Machined crushed stone ballast of 50mm size clean, angular, hard and durable track ballast as per RDSO's specification and stacking the same on cess of the formation or toe of the bank or at suitable place as directed by Site in charge. The rate includes all cost of lead, lift, royalty, sales tax & other tax and duties and all incidental charges complete as applicable. Tools, plants and sieve of approved mesh & dimension required for inspection and passing at the time of measurement are to be arranged by the contractor. The rate also includes leveling of ground, if necessary, where the ballast are to be stacked. Note:-90% payment shall be released on the net quantity accepted and balance shall be released after spreading the same under item no.11 below.

cum 4358.00 2827.52 12,322,332.16

11 Handling, lifting, leading and spreading of ballast with all lead on formation, Track & turnouts to ensure uniform and compact ballast cushion under the sleepers as per desired ballast profile. Spreading of ballast should be as per specified line and level and maintaining track profile. Spreading of ballast will be done only from the measured ballast stack which have been released for spreading as per directives of Site in charge. with all lead, which have been duly measured and spreading ballast/stone dust.

cum 4358.00 285.26 1,243,163.08

Page 74: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 74 of 84 Signature of the tenderer

under seal of the firm

SL No

Description of works Unit Quantity Rate (INR)

Amount (INR)

12 Through packing of any kind of sleepers with stone ballast to maintain correct alignment, cross and longitudinal level as required for maintaining track gauge, versine, superelevation etc. on both straight and curve track laid with contractor's tools and labour inclusive of all charges as per IRPWM and as directed by Site in charge..

(a) First through packing of track Tr.m 2223.10 71.81 159,640.81 (b) 2nd through packing of track Tr.m 2223.10 59.83 133,008.07 (c) 3rd through packing of track Tr.m 2223.10 59.83 133,008.07 (d) 4th through packing of track Tr.m 2223.10 59.83 133,008.07

13 Excavation of earth, overburden, Screening of complete ballast section of the Turnout through sieve of specified size including removal of earth, debris, overburden, etc. from in 8½ or any type of Turnouts of greater angle of Crossing up to a depth of 200 mm below bottom of sleeper. This includes opening of ballst, digging down upto 200 mm depth below the bottom of sleepers, taking out caked ballast and muck etc, from the entire section, putting back of cleaned ballast as per required ballast profile, throwing away/accumulated screened muck, earth, debris, overburden etc at a distance not less than 50m as per direction of Engineer-in-charge, grading the bed to the edge of the formation for effective drainage and including initial packing of sleepers.

set 16.00 23,467.50 375,480.00

14 Dismantling of existing B.G. 1 in 8½ or any type of Turnouts of greater angle of Crossing of 52Kg/90R or any section of rails with any kind of sleepers with fittings and fastenings. The rate should be inclusive of cutting of bolts & nuts by gas cutter if necessary, for dismantling of track. Dismantled materials should be segregated and are to be kept seperately i.e. Rails , Sleepers, fastenings etc. by the side of the track up to a free lead of 50m as per direction of the Engineer-in-Charge.

Set 16.00 15,796.85 252,749.60

Page 75: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 75 of 84 Signature of the tenderer

under seal of the firm

SL No

Description of works Unit Quantity Rate (INR)

Amount (INR)

15 Assembling, linking and laying in position B.G.Standard 60 kg/52 kg 1 in 8½ Turnout/Sym. split turn-outs on P.S.C. sleepers including approach & exit PSC sleeper portion to correct alignment & gauge.This includes switches, lead rails, stock rails both straight and curve, crossing with 60 kg/52 kg rails and standard fittings ensuring correct spacing of sleepers fixing & tightening of Fish bolts & nuts and maintaining proper guage, expansion gap at rail joints and with initial packing. The rate should be inclusive of dekinking of rails as required, bending stock rails, cutting rails to required standard size and drilling holes on web of rails square to rail surface by using proper template (for fixing fishplates, distance block, stretcher bars), etc. complete in all respects. The rate should also be inclusive of carrying rails, sleepers, switches, crossings, fittings & fastenings with all lead, lift, ascent, descent crossing Road/Rly line if necessary from Client/RITES Store Depot to Site of work within a distance of 1 km. Sleeper spacing shall be marked by the contractor with white/yellow paint . The work has to be carried out as laid down in IRPWM and as per direction of the Site in charge. The rate is also inclusive of erection & fixing of Hand lever box and linking the same with switches, adjustment of throw of switch for operation of Points. (Note: Set of turnout will be considered from stock rail joint to end of 4th exit sleepers.)

Set 16.00 109,503.22 1,752,051.52

16 Through packing of 1 in 8½ Turn-out/Sym. split on any kind of sleepers with stone ballast to maintain correct alignment cross and longitudinal level as required for maintaining track gauge, versine, superelevation etc. on both straight and curve track laid with contractor's tools and labour inclusive of all charges as per IRPWM and as directed by Site in charge. (Note: Length of turnout will be considered from stock rail joint to end of 4th exit sleepers)

a) First Through packing Set 16.00 11,225.09 179,601.44 b) 2nd Through packing Set 16.00 9,701.17 155,218.72 c) 3rd Through packing Set 16.00 9,193.20 147,091.20 d) 4th Through packing Set 16.00 9,193.20 147,091.20

Page 76: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 76 of 84 Signature of the tenderer

under seal of the firm

SL No

Description of works Unit Quantity Rate (INR)

Amount (INR)

17 Transportation/trolleying/Carting SH/Released ordinary B.G. wooden/ ST/CI sleepers upto 1 km on contractor's diplorry/by any other transport including loading, unloading and stacking at nominated place as per direction of Engineer-in-charge with all lead, lift, handling etc. complete. (CI sleepers means two CST/9 plates and one tie bars).

Each 2812.00 81.28 228,559.36

18 Manufacturing and fixing of check rails for Curve Track by cutting flange & web of SH/unserviceable released rails of required size by gas cutting, drilling holes on web of rails by drilling machine and bending/cutting/ planing at ends as per directives of Site in charge. Fixing check rail to the inner side of running rail of curve track with C.I. Bracket, bolts & nuts and plate screw with all 'PSC sleepers for curve(T-4186) provision with fixing of check rail' maintaining proper check rail clearance with a lead of 1 km, lift, carrying of materials etc. complete. (Check rail to be manufactured from released 52kg/90R rails)

metre 830.00 381.90 316,977.00

19 Excavation of Level-xing road surface by removing earth, concrete, bitumen overburden, etc. from the track up to a depth of 200 mm below bottom of sleeper using mechanical jack hammer or by any other tools & equipments. This includes opening of ballast, digging down for the 200 mm depth below the bottom of sleepers, taking out caked ballast and muck, ballast, debris, etc, from the entire section, putting back of cleaned ballast as per required ballast profile, throwing away all dig out materials, overburden etc. at a distance of 50m as per direction of Site in charge.

Metre 100.00 1,330.67 133,067.00

20 Manufacturing and fixing of check rails for Level-Xing track as per RDSO drg. (to be supplied during execution of work) by cutting web & flange of SH/unserviceable released rails of required size by gas cutting, drilling holes on web by drilling machine as per requirement. Fixing the check rail to inner side of both side running rails of L-Xing track with C.I. Brackets, bolts and nuts, distance bracket and plate screw with all 'Level crossing PSC sleepers(T-4148) provision with fixing of check rail' maintaining proper check rail clearance. with a lead of 1 km, lift, carrying of materials etc. complete. (Check rail to be manufactured from released 52kg/90R rails).

Metre 200.00 381.90 76,380.00

Page 77: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 77 of 84 Signature of the tenderer

under seal of the firm

SL No

Description of works Unit Quantity Rate (INR)

Amount (INR)

21 Making RCC (1:1.5:3) slab units of size (0.30m X 0.80m X 0.15m thick) as per drawing to be provided by RITES. The rate is inclusive of cost of all materials e.g. cement, fine aggregate, coarse aggregate, reinforcement 10mm dia Tor steel 7 nos. x 250 mm long and 4 nos. x 750 mm. Tor steel, form work, centering etc. complete in all respect and providing the same at Level crossing road surface on railway track over a rammed sand bed of 25 mm including sealing the joints between slabs by mixture of fine aggregate & bitumen .

Each slab

1470 485.00 712,950.00

22 Making and fixing in position Cement concrete (1:2:4) Fouling Mark as per enclosed drawing with proper painting and lettering as per directives of the Site in charge of the work. The rate is inclusive of all materials like cement, stone agreegates, sand and paints etc, with all incidental works required for fixing in position complete in all respects.

Each 16.00 1,376.50 22,024.00

23 Trolleying/Transportation of released rails, Fish plates, Fish bolts & nuts and all points & xings materials including sleepers from Site of work to nominated place for store by contractors transport/diplorry upto a distance of 1 km including handling, loading, unloading & stacking of materials with all lead, lift, crossing road/ rly. tracks etc complete.

MT 526.00 574.03 301,939.78

24 Trolleying/Transportation of released rails, Fish plates, Fish bolts & nuts and all points & xings materials including sleepers from Site of work to nominated place for store by contractors transport/diplorry for every additional lead of subsequent ½ km or part thereof over initial lead of 1km.

MT 1052.00 128.48 135,160.96

25 Making new epoxy leveling layer of 15 mm thick for a width upto 400mm with Araldite Gy-257, hardener Hy-840/Adur 180, Hardener Hy-960/Accelerator and Quartz sand Mix-10 in the proportion of 100:50:2:800 by weight to be applied over a priming coat of Araldite Gy-257 and Hardener Hy-840/Adur 180 in the proportion of 100:50 and one top coat over the leveling layer with Araldite Gy-257, hardener Hy-840/Adur 180 and Hardener Hy-960/Accelerator in the proportion of 100:50:2 (as per RITES drawing). The top coat over leveling layer are to be applied only over the top of final leveling layer. The rate is also inclusive of chipping the undulated concrete surface over the beam and removal of laitance by wire brushing and blowing of pneumatic air to attain the minimum leveling layer of 15 mm.

metre 870.00 1,566.60 1,362,942.00

Page 78: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 78 of 84 Signature of the tenderer

under seal of the firm

SL No

Description of works Unit Quantity Rate (INR)

Amount (INR)

26 Making epoxy leveling layer as required over 15 mm for a width upto 400mm to match with the proposed rail level with Araldite Gy-257, hardener Hy-840/Adur 180, Hardener Hy-960/Accelerator and Quartz sand Mix-10 in the proportion of 100:50:2:800 by weight. The total Amount shown in the ‗Amount column‘ is for max. 10mm thick padding and for 870 m length of padding. Example for Calculation of amount: i) Rate per mm thick per metre length of padding is Rs.104.44 x 1 mm. ii) Amount per 10mm thick padding per metre length = Rs.104.44x 10mm iii) Amount for 10mm thick padding for 870 metre length = Rs.104.44x 10mm x 870 m iv) Therefore, amount to be calculated for payment as per actual work i.e. for 'Y' mm thick padding and 'Z' metre length padding= Rs.104.44 x 'Y'mm x 'Z' m

per mm thick per

metre length

of padding

870.00 104.44 908,628.00

27 Resizing of existing pockets to make the pocket of size 65mm X 45mm X 120mm depth as required by chiseling for grouting SGCI Inserts in the existing concrete slab provided over the Apron at Oil Gantry.

each 3900.00 53.34 208,026.00

28 Grouting of SGCI Inserts in the pocket of concrete slab with ARALDITE GY-257, HARDENER HY-840/Adur 180, HARDENER HY-960/Accelerator and QUARTZ SAND in the proportion of 100:50:2:400 by weight upto the required depth for laying of track as per RITES Drg. The rate is also inclusive of chipping of existing pockets, if necessary to grout the Inserts at proper level.

each 3900.00 223.48 871,572.00

29 Providing cement concrete 1:1.5:3(1 cement : 1.5 coarse sand : 3 graded stone aggregate of 20 mm nominal size) in pockets to make the pockets of desired size and other location as per directives of the Engineer-in-Charge of the work. The rate is inclusive of all materials like cement, stone aggregates (20mm and down) & sand, labour etc. complete.

cum 1.00 6,003.81 6,003.81

Page 79: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 79 of 84 Signature of the tenderer

under seal of the firm

SL No

Description of works Unit Quantity Rate (INR)

Amount (INR)

30 Construction of Rail buffer (by released rails will be supplied free of cost) as per drawing including cutting rails, drilling holes, bending, earthwork in foundation, PCC and supply of cement, fine aggregate, coarse aggregate, bolts & nuts, washers and all other materials as required, painting of buffer wooden sleeper with approved quality red paint. The rate should also be inclusive of digging of foundation trenches, shuttering & forma finishing with all lead, lift ascent, descent etc. complete (as per RITES drg.) incl. dismantling of existing buffer end.

each 1.00 21,539.00 21,539.00

Total amount for Schedule - 1 26,331,751.96 Say 26,331,752.00

Page 80: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 80 of 84 Signature of the tenderer

under seal of the firm

Annexure - 2

SCOPE OF SUPPLY Name of the work: Renovation of rail track in connection with “Engineering & Project

Management Services for Improvement of railway track at Haldia Refinery of IOCL, Haldia, Dist: Purba Medinipur, West Bengal.

Open Tender Notice No.70/OT/IOCL-HALDIA/Reno-Track /PKG-5/2013 Dated 26.11.2013.

1.0 OWNER‟S SCOPE OF SUPPLY

With partial modification to GCC clause No 3.0.0.0 including its sub clauses, the owner shall supply the following materials for incorporation in the permanent works subject to the conditions as mentioned in Annexure-2A. Rails, PSC sleepers, Points & crossings and all P. way fittings.

1.1 MATERIALS TO BE SUPPLIED FREE OF COST (As per Annexure-2A)

NIL

1.2 MATERIALS TO BE SUPPLIED AT ISSUE RATES (As per Annexure – 2B)

NIL

2.0 CONTRACTOR‟S SCOPE OF SUPPLY

ALL MANPOWER, MATERIALS, CONSUMABLES AS REQUIRED FOR EXECUTION OF WORK UNDER SCHEDULE OF QUANTITIES(Annexure-1) TO COMPLETE THE JOB IN ALL RESPECT, OTHER THAN THOSE MENTIONED IN OWNER‘S SCOPE OF SUPPLY AS MENTIONED ABOVE, SHALL BE IN CONTRACTOR‘S SCOPE OF SUPPLY. However, all Tools, Plants and equipments are to be arranged and provided by the contractor for execution of the work.

Page 81: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 81 of 84 Signature of the tenderer

under seal of the firm

Annexure-2A

CONDITIONS FOR OWNER‘S SCOPE OF SUPPLY 1.0 GENERAL

1.1 Necessary indents will have to be raised by the Contractor as per procedure laid down by the Engineer-in-Charge from time to time, as required for incorporation in permanent works.

1.2 Materials will be issued only for permanent works and not for making templates, other temporary works, enabling works etc. and the same shall not be taken into account for purpose of material reconciliation.

1.3 The Contract shall bear all other costs including the lifting, carting from issue points to work site/Contractor‘s Stores, custody and handling etc. and return of surplus / serviceable materials to Owner‘s stores to be designated by the Engineer-in-Charge and expenditure will be made by the Contractor.

1.4 Unless otherwise mentioned, all reinforcement bars /structural / pipes /plates shall be issue in available lengths / sizes / shapes and no claims for extra payment on account of issue of non-standard lengths / shapes will be entertained. Reinforcement bars shall be issued on weighment basis as per the normal stores practice. For the purpose of billing and accounting only linear measurement will be taken and weight will be calculated as per IS Co-efficient. The difference in weight as per IS and actual as issued, if any shall be to the Contractor‘s account and contractor shall quote the rates for corresponding item to take care of such difference.

2.0 CEMENT 2.1 Cement required for this work will be supplied by the owner from owner‘s stores and all

related cost of handling and cartage and safe storage is to be borne by the Contractor. 2.2 After completion of the work, the theoretical quantity of cement to be used on work shall be

calculated on the bais of CPWD‘s statement showing quantities of cement to be used in different items of work provided in CPWD Schedule of Rates, New Delhi, 1967. A Variaiton upto 3% (three percent) plus / minus irrespective of value of work shall be allowed over this theoretical consumption of cement. The difference in quantity of cement actually issued to the contractior and the theoretical quanity including allowed variation, if not returned by the contractor in good condition to owner‘s stores, shall be recovered at double the issue rate, without prejudice to the provision of the relevant conditions regarding return of materials governing the contract. In the event of being discovered that the quantity of cement used is less than the quantity ascertained as herein before provided (allowing variations on the minus side as stipulated above), the cost of the quantity of cement so used shall be recovered from the contractor on the basis of stipulated issue rate including storage charges and cartage to site provided the quality of work is acceptable to Engineer-in-Charge and also the related items of work shall be made reduced rate as per discretion of Engineer-in-Charge.

2.3 Excess cement shall be returned in good condition to Owner‘s stores at Contractor‘s cost. 2.4 The empty cement bags shall be the property of the Contractor and will not be takaen back by

the Owner. However, a token charge of Rs.1/- (Rupees One only) per bag shall be recovered from the Contractor‘s bill towards empty cement bag charges for the total number of bags issued to him.

3.0 REINFORCEMENT BARS, STRUCTURALS, PIPES, PLATES, CABLES 3.1 Every month the Contractor shall submit an account for all the materials issued to him by the

Owner in the proforma prescribed for this purpose by the Engineer-in-Charge. 3.2 On completion of the work, the Contractor shall also submit materials appropriation statement

for all materials issued to him by the Owner.

Page 82: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 82 of 84 Signature of the tenderer

under seal of the firm

3.3 The Contractor shall submit an account for all the materials issued by the Owner, either free of cost or at issue rates, in the proforma prescribed by the Engineer-in-Charge.

3.4 All materials shall be issued in available length / sizes as received from manufacturers and no claim for extra payment on account of issue of non-standard length / sizes would be entertained.

3.5 Following scrap allowance by weights / lengths are permissible. The percentage allowance shall be accounted for aon the basis of erected weights / approved fabrication drawing. NO EXTRA PAYMENT SHALL BE ADMISSIBLE FOR ANY VARIATION IN ACTUAL LINEAR DENSITIES OF STYRUCTURALS / REINFORCEMENT BARS FROM THE THEORETICAL DENSITIES. However, the same may be considered for reconciliation purpose on the basis of actual linear densities duly certified by the Site Engineer. Sl. No.

Material Definition of Scrap Allowable %age of Scrap Accountable Non-accountable

01 Reinforcement Bars

Length below 1.5 metre shall be considered as scrap

2.50% (By weight)

0.50% (By weight)

02 Structurals - do - 2.50% (By weight)

0.50% (By weight)

03 Pipes - do - 3.00% (By length)

0.75% (By length)

04 Plates Plate measuring 0.5 sq.mtr. area or any side less than 200 mm. shall be treated as scrap

750% (By weight)

0.50% (By weight)

05 Gaskets - - 3.00% 06 Cable Cables measuring less than

5 metre shall be treated as scrap

3.00% (By length

0.75% (By length)

3.6 All serviceable / surplus materials and scrap shall be the [property of the Owner and shall be

returned by the Contractor at this cost to the storage points designated by the Engineer-in-Charge. The Contractor shall make his own arrangement for weighing all the materials to be returned to the stores. In case the contractor fails to return serviceable surplus materials / scrap (excluding unaccountable scrapes), penal recovery will be made from contractor‘s bill(s) at following rates:-

3.6.1 Recovery rate for non-return of serviceable surplus materials /Excess generation of scrap: Landed cost as decided by the Engineer-in-Charge plus 15% or Market rate at the location of supply as decided by the Engineer-in-Charge or double the issue rate (where ever mentioned), whichever is higher.

3.6.2 Recovery rate for non return of accountable scrap : Issue rate (wherever mentioned) or landed cost as decided by the Engineer-in-Charge plus 15% or Market rate at the location of supply as decided by the Engineer-in-Charge, whichever is higher.

3.7 Materials obtained from dismantling and renewal shall remain the property of the owner unless otherwise mentioned. The contractor shall sort out and stack the serviceable materials obtained from the dismantling / renewal works at places as directed by the Engineer-in-Charge. No payment shall be made on this account.

4.0 PAINT 4.1 All paints & Primers required for the work shall be supplied by Owner in standard drums,

received from the manufacturers, at the issue rates mentioned elsewhere. The contractor shall get these materials from Owner‘s storage point and transport to worksite without any extra cost. The contractor shall maintain a proper store for safe storage of paints & primers.

4.2 The theoretical requirement of paint & primer to be used on the surface of the work shall be computed based on average consumption per square meter as recommended by the manufacturer(s) of the paint & primer so issued with +/-10% (Ten percent) allowance for

Page 83: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 83 of 84 Signature of the tenderer

under seal of the firm

wastage etc. Any excess of Paint & Primer actually issued to the contractor in comparison to the theoretical quantity, if not returned by the Contractor in good condition to Owner‘s store, shall be recovered at penal rate which shall be double the landed cost of double the market rate whichever is higher, without prejudice to the provision of the relevant conditions of General Conditions of Contract regarding return of materials governing the contract.

4.3 Thinner, if required, shall be supplied by the Contractor within his quoted rate and the same

will be procured from manufacturer(s) as approved by Engineer-in-Charge. The contractor shall consider the cost of thinner in their quoted rates.

4.4 The empty drums of paints & primer shall be property of Contractor and will not be taken

back by the Owner. However, they will have to pay token charge of Rs.5/- (Rupees Five Only) per 20 litre size empty drum and Rs.2/- (Rupees Two Only) per 4 litre size empty drum.

Page 84: INDIAN OIL CORPORATION LTD. Open Tender Notice … Haldia-REn… · Page 1 of 84 Signature of the tenderer under seal of the firm INDIAN OIL CORPORATION LTD. Open Tender Notice No.

Page 84 of 84 Signature of the tenderer

under seal of the firm

Annexure – 2 B

ISSUE RATES OF MATERIALS

Sl.No. Description of materials Unit Issue Rate

(Rupees/Unit) 1 Cement Metyric Ton 2200.00 2 Reinforcement Bars (Tor Steel) Metric Ton 17200.00 3 Reinforcement Bars (Mild Steel) Metric Ton - 4 Structural Steel Metric Ton 20100.00 5 Paint

5.1 Aluminium Paint Litre 100.72 5.2 High Build Black Litre 78.96 5.3 Red Oxide Zinc Chromate Primer Litre 79.23 5.4 Hat Resistant Stack Black (up t

250°C) Litre 79.45

5.5 HB Zinc Phosphate Primer Litre 101.99 5.6 Red Oxide Zinc Epoxy Primer Litre 233.15 5.7 Coal Tar Epoxy Litre 171.36 5.8 Bituminous Aluminium Litre 128.15 5.9 Synthetic Enamel (1st quality) Litre 140.24

NOTE : All the materials as listed above may not necessarily be supplied by the Owner. Only those

materials, indicated in para – 1.1 of ‗Scope of Supply‘ (Annexure – 2) , shall be under Owner‘s scope of supply.


Recommended