+ All Categories
Home > Documents > NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH...

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH...

Date post: 20-Jul-2020
Category:
Upload: others
View: 8 times
Download: 0 times
Share this document with a friend
22
ADRM acting for and on behalf of The President of India invites E-Tenders against Tender No C-05-NGP-2020-2021 Closing Date/Time 22/06/2020 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers are not allowed against this tender, and any such manual offer received shall be ignored. Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker cheque, Deposit receipts, FDR etc. are not allowed. 1. NIT HEADER Name of Work Rag Picking from track in city area (within Municipal limit) in compliance to NGT guidelines under the jurisdiction of Sr. DEN/Central/Nagpur. Bidding type Normal Tender Tender Type Open Bidding System Single Packet System Tender Closing Date Time 22/06/2020 15:00 Date Time Of Uploading Tender 28/05/2020 19:06 Pre-Bid Required No Pre-Bid Query Date Time Not Applicable Advertised Value 1485432.00 Tendering Section OSTENDER C Bidding Style Single Rate for Each Schedule Bidding Unit Earnest Money (Rs.) 29700.00 Validity of Offer ( Days) 45 Tender Doc. Cost (Rs.) 2000.00 Period of Completion 12 Months Contract Type Works Contract Category Expenditure Bidding Start Date 08/06/2020 Are Joint Venture (JV) firms allowed to bid No Ranking Order For Bids Lowest to Highest Expenditure Type Revenue 2. SCHEDULE S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule A-All Chapters of USSOR-10 Note:-The items are only for guidance. However, the Railway reserves the right to operate any item/items of Unified Standard Schedule of Rates-2010 (works & materials) S.E.C.R.-2010 under schedule "A" 986040.00 Above/ Below/Par 1 013140 7500.00 cum 119.52 896400.00 AT Par 896400.00 Description:- Removal of excavated/slip earth/ debris/ malba from the site of works to any other place outside Railway land/premises, including all excavations, handling, re-handling, loading, unloading and leading, etc. all labour and material as a complete job. Removal of Earth (all kinds of soils)/ROCKS, BOULDERS including mud/slush, slipped earth in catch water drains, side drains, over berms in cutting, water way of bridges, over coping of toe/breast/retaining walls etc. including crossing of nallah, railway tracks, making/repairing approach roads if required, all lead, lift, ascent, descents, or any other obstruction. Earth spoils to be dumped outside the cutting or railway embankments as per direction of Engineer in charge 2 Lump Sum 89640.00 AT Par 89640.00 Description :- In or under foul position, including pumping out water as required. Note - Foul position means filthy and unhygienic conditions where physical movements are hampered such as soil mixed with sewage or night-soil. (USSOR-10 ITEM NO.014102) (25% Additional on USSOR-10 Items No.013140) (Rs.29.88 per cum x 3000 cum = Rs.89640.00) S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule B-Non Schedule items 499392.00 Above/ Below/Par 1 NS1 288.00 Kilometre 1734.00 499392.00 AT Par 499392.00 Description:- Rag picking in mid section beyond station limit area for width of 15 m along the track including extra space between track at bridge site with contractor's labour, tools and plants etc under the jurisdiction of ADEN/Tr./NGP & ADEN/TMR ( NPG-KAV , NGP-ITR, ITR-KAV and both end station approaches of KP & BRD) 3. ITEM BREAKUP No item break up added 4. ELIGIBILITY CONDITIONS 5. COMPLIANCE Commercial-Compliance Page 1 of 22 Run Date/Time: 28/05/2020 19:06:47 NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00
Transcript
Page 1: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

ADRM acting for and on behalf of The President of India invites E-Tenders against Tender No C-05-NGP-2020-2021 Closing Date/Time22/06/2020 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers are notallowed against this tender, and any such manual offer received shall be ignored.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through onlypayment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Bankercheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

Name of Work Rag Picking from track in city area (within Municipal limit) in compliance to NGT guidelinesunder the jurisdiction of Sr. DEN/Central/Nagpur.

Bidding type Normal Tender

Tender Type Open Bidding System Single Packet System

Tender Closing Date Time 22/06/2020 15:00 Date Time Of Uploading Tender 28/05/2020 19:06

Pre-Bid Required No Pre-Bid Query Date Time Not Applicable

Advertised Value 1485432.00 Tendering Section OSTENDER C

Bidding Style Single Rate for Each Schedule Bidding UnitEarnest Money (Rs.) 29700.00 Validity of Offer ( Days) 45

Tender Doc. Cost (Rs.) 2000.00 Period of Completion 12 Months

Contract Type Works Contract Category Expenditure

Bidding Start Date 08/06/2020Are Joint Venture (JV) firmsallowed to bid No

Ranking Order For Bids Lowest to Highest Expenditure Type Revenue

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit

Schedule A-All Chapters of USSOR-10 Note:-The items are only for guidance. However,the Railway reserves the right to operate any item/items of Unified Standard Schedule ofRates-2010 (works & materials) S.E.C.R.-2010 under schedule "A"

986040.00Above/

Below/Par

1

013140 7500.00 cum 119.52 896400.00 AT Par 896400.00

Description:- Removal of excavated/slip earth/ debris/ malba from the site of works to any other place outsideRailway land/premises, including all excavations, handling, re-handling, loading, unloading and leading, etc. alllabour and material as a complete job. Removal of Earth (all kinds of soils)/ROCKS, BOULDERS includingmud/slush, slipped earth in catch water drains, side drains, over berms in cutting, water way of bridges, overcoping of toe/breast/retaining walls etc. including crossing of nallah, railway tracks, making/repairing approachroads if required, all lead, lift, ascent, descents, or any other obstruction. Earth spoils to be dumped outside thecutting or railway embankments as per direction of Engineer in charge

2

Lump Sum 89640.00 AT Par 89640.00

Description :- In or under foul position, including pumping out water as required. Note - Foul position meansfilthy and unhygienic conditions where physical movements are hampered such as soil mixed with sewage ornight-soil. (USSOR-10 ITEM NO.014102) (25% Additional on USSOR-10 Items No.013140) (Rs.29.88 per cum x3000 cum = Rs.89640.00)

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit

Schedule B-Non Schedule items 499392.00Above/

Below/Par

1

NS1 288.00 Kilometre 1734.00 499392.00 AT Par 499392.00

Description:- Rag picking in mid section beyond station limit area for width of 15 m along the track includingextra space between track at bridge site with contractor's labour, tools and plants etc under the jurisdiction ofADEN/Tr./NGP & ADEN/TMR ( NPG-KAV , NGP-ITR, ITR-KAV and both end station approaches of KP & BRD)

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

5. COMPLIANCE

Commercial-Compliance

Page 1 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 2: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1

Please enter the percentage of local content in the material being offered.Please enter 0 for fully imported items, and 100 for fully indigenous items. Thedefinition and calculation of local content shall be in accordance with the Makein India policy as incorporated in the tender conditions.

No YesAllowed(Optional)

2The tenderer has to opt for taking payment through letter of credit (LC)as perRailway Board's letter no. 2018/CE-I/CT/9 dated 4.6.18.

No No Not Allowed

3Tenderers are required to quote their Permanent Account Number in thetender document.

No NoAllowed(Optional)

General Instructions

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1

The bidders have to make payment towards tender document cost andearnest money against instant tender through online payment modes like netbanking, debit/credit cards etc. available on IREPS portal, Otherwise their e-tender will be summarily rejected.

No No Not Allowed

2 Cost of Tender from in is not refundable under any circumstances. No No Not Allowed

3

Earnest Money: (1)(a)The tenderer shall be required to deposit earnest moneywith the tender for the due performance with the stipulation to keep the offeropen till such date as specified in the tender, under the conditions of tender.The earnest money shall be as under: Value of the WorkEarnest MoneyDeposit (EMD) For works estimated to cost up to Rs.1 crore 2% of theestimated cost of the work For works estimated to cost more than Rs. 1 croreRs.2 lakh plus ½% (half percent) of the excess of the estimated cost of workbeyond Rs. 1 crore subject to a maximum of Rs.1 crore Note: (i)The earnestmoney shall be rounded to the nearest Rs.100. This earnest money shall beapplicable for all modes of tendering. (ii)Any firm recognized by Department ofIndustrial Policy and Promotion (DIPP) as 'Startups' shall be exempted frompayment of earnest money deposit detailed above. (b) It shall be understoodthat the tender documents have been issued to the tenderer and the tendereris permitted to tender in consideration of stipulation on his part, that aftersubmitting his tender he will not resile from his offer or modify the terms andconditions thereof in a manner not acceptable to the Engineer. Should thetenderer fail to observe or comply with the said stipulation, the aforesaidamount shall be liable to be forfeited to the Railway. (c) If his tender isaccepted this earnest money mentioned in sub clause (a) above will beretained as part security for the due and faithful fulfillment of the contract interms of Clause 16 of the Standard General Conditions of Contract. TheEarnest Money of other Tenderers shall, save as herein before provided, bereturned to them, but the Railway shall not be responsible for any loss ordepreciation that may happen thereto while in their possession, nor be liable topay interest thereon. (2) The Earnest Money shall be deposited in cashthrough e payment gateway or as mentioned in tender documents.

No No Not Allowed

Page 2 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 3: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

4

Earnest Money: (a) The tender must be accompanied by a sum of Rs. (Asmentioned in NIT) as Earnest Money deposited in cash through e-paymentgateway or as mentioned in tender documents, failing which the tender shall lnot be considered. Any firm recognized by Department of Industrial Policy andPromotion (DIPP) as 'Startups' shall be exempted from payment of EarnestMoney on submission of Registration Certificate issued by appropriateauthority. (b)The Tenderer(s) shall keep the offer open for a minimum periodof 45 days (in case of two packet system of tendering 60 days) from the dateof opening of the Tender. It is understood that the tender documents havebeen issued to the Tenderer(s) and the Tenderer(s), is / are permitted totender in consideration of the stipulation on his / their part that after submittinghis / their tender subject to the period being extended further, if required bymutual agreement from time to time, he will not resile from his offer or modifythe terms and conditions thereof in a manner not acceptable to the ChiefEngineer/Dy. Chief Engineer/Divisional Engineer of S.E.C. Railway, Should thetenderer fail to observe or comply with the foregoing stipulation, the amountdeposited as Earnest Money for the due performance of the above stipulation,shall be forfeited to the Railway. (c) If his tender is accepted the earnestmoney mentioned in sub clause (a) above will be retained as part security forthe due and faithful fulfillment of the contract in terms of Clause 16 of theStandard General Conditions of Contract. The Earnest Money of otherTenderers shall, save as herein before provided, be returned to them, but theRailway shall not be responsible for any loss or depreciation to the EarnestMoney that may happen thereto while in their possession, nor be liable to payinterest thereon. (d) In case Contractor submits the Term DepositReceipt/Bank Guarantee Bond towards full Security Deposit, the Railway shallreturn the Earnest Money so retained to the Contractor.

No No Not Allowed

5 The tenders submitted without valid Earnest Money will summarily be rejected. No No Not Allowed

6

The tender/contract will be governed by General Condition of Contract Sept'2019 & Indian Railway Unified Standard Specifications (Works and Materials)Volume I & II of 2010 of Engineering department duly updated with correctionslips up to date of opening of tender.

No No Not Allowed

7Any special condition of contract however shall over rule provision of the GCCSept' 2019 unless otherwise stated.

No No Not Allowed

8

The contract shall not be considered as complete until a maintenanceCertificate is issued by the Engineer that the contractor has maintained thework to the satisfaction of the Engineer for the period specified asmaintenance period in the contract.

No No Not Allowed

9

Railway reserves the right to draft the vehicles & equipments of contractor incase of accidents/Natural calamities involving human lives for this, separatepayment shall be admissible through introduction of N.S. items as per clause39 of G.C.C., & the rates decided by the railway for this purpose shall be final& binding on the contractor & shall be an excepted matter & hence shallremain excluded from the preview of arbitration clause of the agreement.

No No Not Allowed

Page 3 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 4: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

10

As per GCC : 16.(1) Security Deposit: The Earnest Money deposited by theContractor with his tender will be retained by the Railways as part of securityfor the due and faithful fulfillment of the contract by the Contractor. TheSecurity Deposit shall be 5% of the contract value. Security Deposit may bedeposited by the Contractor before release of first on account bill in cash orTerm Deposit Receipt issued from Scheduled Bank, or may be recovered atthe rate of 10% of the bill amount till the full Security Deposit is recovered.Provided also that in case of defaulting Contractor, the Railway may retain anyamount due for payment to the Contractor on the pending "on account bills" sothat the amounts so retained (including amount guaranteed throughPerformance Guarantee) may not exceed 10% of the total value of thecontract. Further, in case of contracts having value equal to or more than Rs.50 crore (Rs Fifty crore) the Security Deposit may be deposited as BankGuarantee Bond also, issued by a scheduled bank after execution of contractdocuments, but before payment of 1st on account bill. Provided further that thevalidity of Bank Guarantee Bond shall be extended from time to time,depending upon extension of contract granted in terms of Clause 17 of theStandard General Conditions of Contract. Further, in case Security Deposithas been submitted as Term Deposit Receipt/Bank Guarantee Bond in fullamount, the Earnest Money deposited by the Contractor with his tender will bereturned by the Railways. Note: After the work is physically completed ascertified by competent authority, Security Deposit recovered from the runningbills of a Contractor can be returned to him, if he so desires, in lieu of TermDeposit Receipt/irrevocable Bank Guarantee for equivalent amount fromScheduled Bank, to be submitted by him. 16.(2)(i) Refund of Security Deposit:Security Deposit mentioned in sub clause (1) above shall be returned to theContractor after the following: (a)Final Payment of the Contract as per clause51.(1) and (b)Signature of Final Supplementary Agreement or Certification byEngineer that Railway has No Claim on Contractor and (c)Issue ofMaintenance Certificate on expiry of the maintenance period as per clause 50.( 1 ) . 16. (2) (ii) Forfeiture of Security Deposit: Whenever the contract isrescinded as a whole under clause 62 (1) of GCC, the Security Depositalready with railways under the contract shall be forfeited. However, in casethe contract is rescinded in part or parts under clause 62 (1) of GCC, theSecurity Deposit shall not be forfeited. 16.(3)No interest shall be payable uponthe Earnest Money and Security Deposit or amounts payable to the Contractorunder the Contract, but Government Securities deposited in terms of Sub-Clause 16.(4)(b) of this clause will be payable with interest accrued thereon.

No No Not Allowed

Page 4 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 5: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

11

As per GCC : 16.(4)Performance Guarantee The procedure for obtainingPerformance Guarantee is outlined below: (a) The successful bidder shallhave to submit a Performance Guarantee (PG) within 21 (Twenty one) daysfrom the date of issue of Letter of Acceptance (LOA). Extension of time forsubmission of PG beyond 21 (Twenty one) days and upto 60 days from thedate of issue of LOA may be given by the Authority who is competent to signthe contract agreement. However, a penal interest of 12% per annum shall becharged for the delay beyond 21(Twenty one) days, i.e. from 22nd day afterthe date of issue of LOA. Further, if the 60th day happens to be a declaredholiday in the concerned office of the Railway, submission of PG can beaccepted on the next working day. In all other cases, if the Contractor fails tosubmit the requisite PG even after 60 days from the date of issue of LOA, thecontract is liable to be terminated. In case contract is terminated railway shallbe entitled to forfeit Earnest Money Deposit and other dues payable againstthat contract. In case a tenderer has not submitted Earnest Money Deposit onthe strength of their registration as a Startup recognized by Department ofIndustrial Policy and Promotion (DIPP) under Ministry of Commerce andIndustry, DIPP shall be informed to this effect. The failed Contractor shall bedebarred from participating in re-tender for that work. (b)The successful biddershall submit the Performance Guarantee (PG) in any of the following forms,amounting to 5% of the contract value: (i)A deposit of Cash; (ii) IrrevocableBank Guarantee; (iii)Government Securities including State Loan Bonds at 5%below the market value; (iv) Deposit Receipts, Pay Orders, Demand Drafts andGuarantee Bonds. These forms of Performance Guarantee could be either ofthe State Bank of India or of any of the Nationalized Banks; (v)GuaranteeBonds executed or Deposits Receipts tendered by all Scheduled Banks;(vi)Deposit in the Post Office Saving Bank; (vii)Deposit in the National SavingsCertificates; (viii) Twelve years National Defence Certificates; (ix)Ten yearsDefence Deposits; (x)National Defence Bonds and (xi)Unit Trust Certificates at5% below market value or at the face value whichever is less. Also, FDR infavour of FA&CAO (free from any encumbrance) may be accepted. (c)ThePerformance Guarantee shall be submitted by the successful bidder after theLetter of Acceptance (LOA) has been issued, but before signing of the contractagreement. This P.G. shall be initially valid upto the stipulated date ofcompletion plus 60 days beyond that. In case, the time for completion of workgets extended, the Contractor shall get the validity of P.G. extended to coversuch extended time for completion of work plus 60 days.

No No Not Allowed

12

(d)The value of PG to be submitted by the Contractor will not change forvariation upto 25% (either increase or decrease). In case during the course ofexecution, value of the contract increases by more than 25% of the originalcontract value, an additional Performance Guarantee amounting to 5% (fivepercent) for the excess value over the original contract value shall bedeposited by the Contractor. On the other hand, if the value of contractdecreases by more than 25% of the original contract value, PerformanceGuarantee amounting to 5% (five percent) of the decrease in the contractvalue shall be returned to the Contractor. The PG amount in excess ofrequired PG for decreased contract value, available with Railways, shall bereturned to Contractor as per his request duly safeguarding the interest ofrailways (e)The Performance Guarantee (PG) shall be released after physicalcompletion of the work based on 'Completion Certificate' issued by thecompetent authority stating that the Contractor has completed the work in allrespects satisfactorily. (f)Whenever the contract is rescinded, the PerformanceGuarantee already submitted for the contract shall be encashed in addition toforfeiture of Security Deposit available with railway. (g)The Engineer shall notmake a claim under the Performance Guarantee except for amounts to whichthe President of India is entitled under the contract (not withstanding and/orwithout prejudice to any other provisions in the contract agreement) in theevent of: (i)Failure by the Contractor to extend the validity of the PerformanceGuarantee as described herein above, in which event the Engineer may claimthe full amount of the Performance Guarantee. (ii)Failure by the Contractor topay President of India any amount due, either as agreed by the Contractor ordetermined under any of the Clauses/Conditions of the Agreement, within 30days of the service of notice to this effect by Engineer. (iii)The Contract beingdetermined or rescinded under clause 62 of the GCC (h) The tenderer whohas offered lower total cost as compared to tender value by more than 10 %,shall be required to submit additional Performance Guarantee of value equalto percentage of tender value by which offer is lower than 10%.

No No Not Allowed

Page 5 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 6: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

13

The successful bidder shall submit the performance Guarantee (PG) in any ofthe following forms, amounting to 5% of the contract value A. Deposit of Cash.Irrevocable Bank Guarantee. If performace guarantee(PG) in the form of BankGuarantee is submitted ,it should be sent directly by the respective bank to theconcerned authority addressed to Divisional Railway Manager (Engg) SECRailway Kingsway Nagpur 440001(MS)under registered post AD and thestamp duty for Bank guarantee (Non judicial stamp)applicable @ Rs.100/- oras applicable. The said stamp duty is also applicable for extension of bankguarantee. Government Securities including State Loan Bonds at 5% (Fivepercent) below the market value. Deposit Receipt, Pay orders, Demand Draftsand Guarantee Bonds. These forms of performance Guarantee could beeither of State Bank of India or any of the Nationalized Banks. GuaranteeBonds executed or Deposits Receipts tendered by all schedule Banks; ADeposit in the Post office Saving Bank; A Deposit in the National Savingcertificates; Twelve years Defense certificates. Ten years Defense Deposits;National Defense Bonds and Unit Trust certificates at 5 percent below marketvalue or the face value whichever is less. Also FDR in favour of FA & CAO,S.E.C. Railway (free from any encumbrance) may be accepted.

No No Not Allowed

14Tender form is not transferable under any circumstances. The tenderer/s areadvised to furnish the details (i) Beneficiary Name (ii) Account No. (iii) Type ofAccount (iv) Bank (v) City (vi) Branch (vii) Remarks if any .

No No Not Allowed

15

Amendment to PVC clause in works contract vide Railway boards letterNo.2007/CE-I/CT/18/Pt.19 dated 15.10.2014. Price Variation Clause (PVC) isnot applicable all works contract tenders having value less than Rs.5 Crorevide letter No.2017/Trans/01/Policy dated 08.02.2018. Price Variation clause(PVC) of General Condition of Contract(GCC) shall not apply to such a workscontract which is either an Annual Maintenance Contract (AMC) or a Zonalcontracts.

No No Not Allowed

16

Imposition of token penalty for delay in the completion of work :- 17-BExtension of Time for delay due to Contractor: (i) With liquidated Damage(LD): The time for the execution of the work or part of the works specified inthe contract documents shall be deemed to be the essence of the contract andthe works must be completed not later than the date(s) as specified in thecontract. If the Contractor fails to complete the works within the time asspecified in the contract for the reasons other than the reasons specified inClause 17 and 17-A, the Railway may, if satisfied that the works can becompleted by the Contractor within reasonable short time thereafter, allow theContractor for further extension of time (Proforma at Annexure-VII) as theEngineer may decide. On such extension the Railway will be entitled withoutprejudice to any other right and remedy available on that behalf, to recoverfrom the Contractor as agreed damages and not by way of penalty for eachweek or part of the week, a sum calculated at the following rates of thecontract value of the works. For the purpose of this Clause, the contract valueof the works shall be taken as value of work as per contract agreementincluding any supplementary work order/contract agreement issued. Providedalso, that the total amount of liquidated damages under this condition shall notexceed 5% of the contract value or of the total value of the item or groups ofitems of work for which a separate distinct completion period is specified in thecontract. S.No.Duration of extension of time under Clause 17-BRate of Penalty(i)Up to Twenty percent of original period of completion including period ofextension of DOC granted under Section 17A(i)As decided by Engineer,between 0.01% to 0.10% of contract value for each week or part of the week(ii)Above Twenty percent but upto Thirty percent of original period ofcompletion including period of extension of DOC granted under Section17A(i)0.20% of contract value for each week or part of the week (iii)AboveThirty percent but upto Forty percent of original period of completion includingperiod of extension of DOC granted under Section 17A(i)0.30% of contractvalue for each week or part of the week (iv)Above Forty percent of originalperiod of completion including period of extension of DOC granted underSection 17A(i)0.50% of contract value for each week or part of the weekProvided further, that if the Railway is not satisfied that the works can becompleted by the Contractor and in the event of failure on the part of thecontractor to complete the work within further extension of time allowed asaforesaid, the Railway shall be entitled without prejudice to any other right orremedy available in that behalf, to appropriate the contractor's SecurityDeposit and rescind the contract under Clause 62 of these Conditions,whether or not actual damage is caused by such default.

No No Not Allowed

Page 6 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 7: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

17

As per GCC : VARIATIONS IN EXTENT OF CONTRACT 41. Modification toContract to be in Writing: In the event of any of the provisions of the contractrequired to be modified after the contract documents have been signed, themodifications shall be made in writing and signed by the Railway and theContractor and no work shall proceed under such modifications until this hasbeen done. Any verbal or written arrangement abandoning, modifying,extending, reducing or supplementing the contract or any of the terms thereofshall be deemed conditional and shall not be binding on the Railway unlessand until the same is incorporated in a formal instrument and signed by theRailway and the Contractor, and till then the Railway shall have the right torepudiate such arrangements. 42.(1)Powers of Modification to Contract: TheEngineer on behalf of the Railway shall be entitled by order in writing toenlarge or extend, diminish or reduce the works or make any alterations intheir design, character position, site, quantities, dimensions or in the method oftheir execution or in the combination and use of materials for the executionthereof or to order any additional work to be done or any works not to be doneand the Contractor will not be entitled, to any compensation for anyincrease/reduction in the quantities of work but will be paid only for the actualamount of work done and for approved materials supplied against a specificorder. 42.(2)(i) Unless otherwise specified in the special conditions of thecontract, the accepted variation in quantity of each individual item of thecontract would be upto 25% of the quantity originally contracted, except incase of foundation work. (ii) The Contractor shall be bound to carry out thework at the agreed rates and shall not be entitled to any claim or anycompensation whatsoever upto the limit of 25% variation in quantity ofindividual item of works. (iii) In case an increase in quantity of an individualitem by more than 25% of the agreement quantity is considered unavoidable,then same shall be executed at following rates (a)Quantities operated inexcess of 125% but upto 140% of the agreement quantity of the concerneditem, shall be paid at 98% of the rate awarded for that item in that particulartender; (b)Quantities operated in excess of 140% but upto 150% of theagreement quantity of the concerned item shall be paid at 96% of the rateawarded for that item in that particular tender; (c)Variation in quantities ofindividual items beyond 150% will be avoided and would be permitted only inexceptional unavoidable circumstances and shall be paid at 96% of the rateawarded for that item in that particular tender. (d)Variation to quantities ofMinor Value Item: The limit for varying quantities for minor value items shall be100% (as against 25% prescribed for other items). A minor value item for thispurpose is defined as an item whose original agreement value is less than 1 %of the total original agreement value. d .( i) Quantities operated upto andincluding 100% of the agreement quantity of the concerned minor value item,shall be paid at the rate awarded for that item in that particular tender; d.(ii)Quantities operated in excess of 100% but upto 200% of the agreementquantity of the concerned minor value item, shall be paid at 98% of the rateawarded for that item in that particular tender;

No No Not Allowed

18

d.(iii) Variation in quantities of individual minor value item beyond 200% will beavoided and would be permitted only in exceptional unavoidablecircumstances and shall be paid at 96% of the rate awarded for that item inthat particular tender. (iv) In case of earthwork, the variation limit of 25% shallapply to the gross quantity of earthwork and variation in the quantities ofindividual classifications of soil shall not be subject to this limit. (v) In case offoundation work, no variation limit shall apply and the work shall be carried outby the Contractor on agreed rates irrespective of any variation. (vi) As far asSOR items are concerned, the limit of 25% would apply to the value of SORschedule as a whole and not on individual SOR items. However, in case of NSitems, the limit of 25% would apply on the individual items irrespective of themanner of quoting the rate (single percentage rate or individual item rate). 42.(3)Valuation of Variations: The enlargements, extensions, diminution,reduction, alterations or additions referred to in Sub-Clause (2) of this Clauseshall in no degree affect the validity of the contract; but shall be performed bythe Contractor as provided therein and be subject to the same conditions,stipulations and obligations as if they had been originally and expressivelyincluded and provided for in the Specifications and Drawings and the amountsto be paid therefor shall be calculated in accordance with the acceptedSchedule of Rates. Any extra items/quantities of work falling outside thepurview of the provisions of Sub-Clause (2) above shall be paid for at the ratesdetermined under Clause-39 of these Conditions.

No No Not Allowed

Page 7 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 8: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

19

As per GCC : CLAIMS 43.(1) Quarterly Statement of Claims: The Contractorshall prepare and furnish to the Engineer once in every quarter commencingfrom the month following the month of issue of Letter of Acceptance, anaccount giving full and detailed particulars of all claims for any additionalexpenses to which the Contractor may consider himself entitled to and of allextra or additional works ordered by the Engineer which he has executedduring the preceding month quarter and no claim for payment for such workwill be considered which has not been included in such particulars. 43.(2)Signing of "No Claim" Certificate : The Contractor shall not be entitled tomake any claim whatsoever against the Railway under or by virtue of or arisingout of this contract, nor shall the Railway entertain or consider any such claim,if made by the Contractor, after he shall have signed a "No Claim" Certificatein favour of the Railway in such form as shall be required by the Railway afterthe works are finally measured up. The Contactor shall be debarred fromdisputing the correctness of the items covered by "No Claim" Certificate ordemanding a clearance to arbitration in respect thereof.

No No Not Allowed

20 Joint venture / MOU / Consortium shall not be accepted. No No Not Allowed

21Tenderer/tenderers should submit all required documents along with thetender.

No No Not Allowed

22

Implementation of the building and other Construction workers (RECS) Act,1996, Section-7 :- The tenderer for carrying out any construction work inMaharashtra / M.P / Chattisgarh must get themselves registered from theregistering officer under section-7 of the Building and other construction WorksAct, 1996 and rule thereto by the Maharashtra/ M.P/Chattisgarh Govt. andsubmit certificate of Registration issued from the Registering officer of theMaharashtra / M.P / Chattisgarh govt. (Labour Department) for enactment ofthis ACT will be applicable as per GCC.

No No Not Allowed

23

The contractor has to submit the design mix for the specified grade ofconcrete from a reputed engineering college/institution at his own cost. Thecontractor shall furnish the sample of cement, sand & aggregate and sealed inpresence of engineers representative. The samples sent for design mix arealso to be kept in sealed transparent jars for periodical checking of physicalproperties by visual examination. Thus obtained design mix shall be gotapproved by the engineer-in-charge before its use.

No No Not Allowed

24

Railway administration can supply water to contractors if available forexecution of work and the cost of water will be deducted from running bill ofcontractor @ 1% of the cost of water related items. Howsoever, it will not beobligatory on part of Railway to supply water to the contractor for execution ofthe work.

No No Not Allowed

25The Contractor shall cordon the working area in colony, station premises andany public places at the time of work.

No No Not Allowed

26

The Contractor shall clear the debris, left over material from site aftercompletion of work, and then only final bill will be released. If not cleared in areasonable time the same will be cleared by Railway, charges of which will bedebited from final bill of the contractor.

No No Not Allowed

27No sample/test certificates if required to be submitted along with the tenderform(except Ballast), will be accepted after opening of the tender.

No No Not Allowed

28The rates are inclusive of all taxes/charges/royalty leviable by CentralGovernment/State Government and local bodies as applicable

No No Not Allowed

29

The contractor shall take utmost care while carrying out the works includingexcavation so as not to cause any damage to the existing Railwayunderground and other cables. In case Cable is damaged by the contractordue to fault of his personal, he is liable for a penality of Rs.ONE LAKH ONLYfor each case, for the loss caused to the Railway. His work is also liable to bestopped till such time he takes measures which are certified to be satisfactoryby the executing supervisors.

No No Not Allowed

Page 8 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 9: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

30

In terms of provisions of new Clause 26A.1 to the General Conditions ofContract(GCC), contractor shall also employ following Qualified Engineersduring execution of the allotted work: (a)One qualified Graduate Engineerwhen cost of work to be executed is Rs.200 lakh and above, and (b)Onequalified diploma Holder Engineer when cost of work to be executed is morethan Rs.25 lakhs but less than Rs.200 lakh. Fufther, incase the contractor failsto employ the qualified Engineer, as aforesaid in above paras, he, in terms ofprovisions of Clause 26A.2 to the General Conditions of Contract, shall beliable to pay an amount of Rs.40,000/- and Rs.25,000/- for each month or partthereof for the default period for the provisions, as contained in above para (a)and (b) respectively. Provison for deployment of Qualified Engineers(Graduate Engineer or Diploma Holder Engineer) shall be for the values asprescribed above.

No No Not Allowed

31

The Contractor shall place and keep on the works at all times efficient andcompetent staff to give the necessary directions to his workmen and to seethat they execute their work in sound & proper manner and shall employ onlysuch supervisiors, workmen & labourers in or about the execution of any ofthese works as are careful and skilled in the various trades.

No No Not Allowed

32

The Contractor shall at once remove from the works any agents, permittedsub-contractor, supervisor, workman or labourer who shall be objected to bythe Engineer and if and whenever required by the Engineer, he shall submit acorrect return showing the names of all staff and workmen employed by him.

No No Not Allowed

33

In the event of the Engineer being of the opinion that the Contractor is notemploying on the works a sufficient number of staff and workmen as isnecessary for proper completion of the works within the time prescribed, theContractor shall forthwith on receiving intimation to this effect deploy theadditional number of staff and labour as specified by the Engineer within sevendays of being so required and failure on the part of the Contractor to complywith such instructions will entitle the Railway to rescind the contract underClause 62 of these conditions.

No No Not Allowed

34

CEs circular No.16, CEs circular No.31 & Revised CEs circular No.31 and JPOfor undertaking of earth work in the vicinity of cables and other relevant CEscirculars with upto date correction slips will be part and parcel of theagreement. which ever executed

No No Not Allowed

35

Clause 55-B to GCC : Provisions of Employees Provident Fund andMiscellaneous Provisions Act 1952: The contractor shall comply with theprovisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952;Para 3 & 4 of Employees Pension Scheme, 1995; and Para 7 & 8 ofEmployees Deposit Linked Insurance Scheme, 1976, as modified from time totime through enactment of Employees Provident Fund & MiscellaneousProvisions Act, 1952, Wherever applicable and shall also indemnify theRailway from and against any claims under the aforesaid Act and the Rules.

No No Not Allowed

36

Termination of Contract effect of non performance by the contractor within thevalidity. If contractor fails to apply for extension of time on valid andreasonable grounds as acceptable to the railway after expiry of the date ofcompletion / extended of completion, in such situation Railway reserves theright to terminate the contract agreement without issuing seven days and fortyeight hours notices in terms of Railway Boards letter No.99/CE-1/CT/28(PT)dated 17.05.2004. It may be noted that for non fulfillment of the contract therailways reserves the right to claim the damages under clause 62 of GCC inaddition to any other rights available to it under law.

No No Not Allowed

37

No garbage, dry leaves, paper grass bushes or any other items shall beburnt.They shall Only be disposed at nominated disposal point by prescribedmethods duly observing the Municipal solid wastes(Management andHandling) Rules,2000 indicates under ScheduleII- Management of MunicpalSolid Wastes: Para I.I vii that Waste(garbage,dry leaves) shall not beburnt.Any violation of the provisions of the MSW rules,2000, attracts the penalprovisions of Environment(protection) ACT,1986.CPCB and SPCBs have alsoissued various guidelines/orders against the practice of such open burning. Ifthe contractor or anybody deployed by him for this work is found guilty ofirregulated open burning of plastic, rubber, waste and similar substances afine of Rs.5000/- on each occasion shall be imposed in addition to the otherrights and remedies available in the contract. Decision of Engineer in-chargeshall be final and binding in this regard.

No No Not Allowed

Page 9 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 10: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

38

Execution of works in the vicinity of track:- i) The work is required to beexecuted on / under / near the running railway lines in electrified territory. Thecontractor is expected to ensure due precaution and safety arrangements forsafety and protection of railway traffic and assets, labours and equipmentsworking at site. ii) Necessary speed restrictions / caution orders, traffic blocks,indicator boards and man-power for protection of worksite as per provisions ofIRPWN, LWR Manual and other relevant codes / manuals etc. shall bearranged by the railways. iii) No work on / near the track shall be commenceduntil and unless the authorized P.Way Inspector has imposed necessarycaution order / speed restriction and / or has availed requisite traffic block. Thework shall be taken up in presence of competent Railway supervisorauthorized by the Engineer In Charge. Only after ensureing adequateprotection of worksite. iv) The contractor shall be responsible for safety of hisman-power, equipments etc. at his own cost. He shall deploy his lookout manwith P.A. System to warn the labourers and machinery. v) For working ofmachinery near track necessary precautions and safety arrangementsspecified is the CE Circular No. 16, 31 & Revised CEs circular No.31 andIRPWM shall be followed strictly.

No No Not Allowed

39

Annexure-I TENDER FORM (SECOND SHEET) Instruction to tenderers andconditions of tender The following documents form part of the Tender/Contract:- (a) Tender forms First Sheet and Second Sheet. (b) SpecialCondition/Specification (enclosed). (c) Schedule of approximate quantities(enclosed). (d) General Conditions of Contract-Sept' 2019 & Indian RailwaysUnified Standard Specifications (Works & Materials) Volume I & II of the year2010. of Engineering deparment and Unified Standard Schedule of Rates-2010 (Works & Materials) S.E.C.R. , copies of which can be seen in the officeof Senior Divisional/Divisional/District/Deputy Chief/Executive Engineer orobtained form the office of the Chief Engineer, South East Central Railway. (e)All general and detailed drawings pertaining to this work, which will be issuedby the Engineer or his representatives (frorm time to time) which all changesand modifications.

No No Not Allowed

40

Drawings of the work:- The Drawings for the work can be seen in the office ofthe Senior Divisional/Divisional/Dirtrict/Dupety Chief/Executive and/or ChiefEngineer/ Chief Administrative Officer (Construction) at any time during theoffice hours. The drawings are only for the guidance of Tenderer(s). Detailedworking drawings, (if required) based generally on the drawing mentionedabove, will be given by the Engineer or his representative form time to time.

No No Not Allowed

41

The Tenderer(s) shall quoted his/their rates as a percentage above or belowthe USSOR-2010 of South Eastern Central Railway as applicable to NagpurDivision except where he/they are required to quote item rates and musttender for all the items shown in the schedule of approximate quantitiesattached. The quantities shown in the attached schedule are given as a guide,are approximate only, and are subject to variation according to the needs ofthe needs of the Railway. The Railway does not guarantee work under eachitem of the schedule.

No No Not Allowed

42Tender containing erasures and/or alteration of the tender documents areliable to be rejected. Any correction made by Tenderer(s) in his/their entriesmust be attested by him/them.

No No Not Allowed

43

The Tenderer(s) shall keep the offer open for a minimum period 45 days formthe date of opening of the Tender. It is understood that the tender documentshas been sold /issued to the Tenderer(s) and the Tenderer(s) is/are permittedto tender is consideration of the stipulation on his/their part that aftersubmitting his/their tender subject to the period being extended further ifrequired by mutual agreement form time to time, he will not resile form hisoffer or modify the terms and conditions thereof in a manner not acceptable tothe of South East Central Railway. Should the Tenderer fail to observe orcomply with the foregoing stipulation, the amount deposited as Earnest Moneyor the due performance of the above stipulation shall be forfeited to theRailway.

No No Not Allowed

44

The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be returned to the unsuccessful tenderer(s) within areasonable time but the Railway shall not be responsible for any loss ordepreciation that may happen to the Security for the due performance of thestipulation to keep of offer open for the period specified in the tenderdocuments or to the Earnest Money while in their possession nor be liable topay interest thereon.

No No Not Allowed

Page 10 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 11: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

45

As per GCC :Rights of the Railway to deal with Tender: The authority for theacceptance of the tender will rest with the Railway. It shall not be obligatory onthe said authority to accept the lowest tender or any other tender, andtenderer(s) shall neither demand any explanation for the cause of rejection ofhis/ their tender nor the Railway to assign reasons for declining to consider orreject any particular tender or tenders. If the tenderer(s) deliberately gives /give wrong information in his / their tender or creates / create circumstancesfor the acceptance of his / their tender, the Railway reserves the right to rejectsuch tender at any stage.

No No Not Allowed

46

If the tenderer(s) expire(s) after the submission of his / their tender or after theacceptance of his / their offer, the Railway shall deem such tender cancelled. Ifa partner of a firm expires after the submission of their tender or after theacceptance of their tender, the Railway shall deem such tender as cancelled,unless the firm retains its character.

No No Not Allowed

47No Technical and Financial credentials are required for tenders having valueup to Rs 50 lakh.

No No Not Allowed

48

As per GCC : 11.Tenderer Credentials: Documents testifying tendererprevious experience and financial status should be produced alongwith thetender. Tenderer(s) who is / are not borne on the approved list of theContractors of ________ Railway shall submit alongwith his / their tender:(i)Certificates and testimonials regarding contracting experience for the type ofjob for which tender is invited with list of works carried out in the past.(ii)Certificates which may be an attested Certificate from the client, AuditedBalance Sheet duly certified by the Chartered Accountant etc regardingcontractual payments received in the past. (iii)The list of personnel /organization on hand and proposed to be engaged for the tendered work.Similarly list of Plant & Machinery available on hand and proposed to beinducted and hired for the tendered work. (iv)A copy of notarized affidavit on anon-judicial stamp paper stating that they are not liable to be disqualified andall their statements/documents submitted alongwith bid are true and factual.Standard format of the affidavit to be submitted by the bidder is enclosed asAnnexure-V. Non submission of a copy of notarised affidavit by the bidder shallresult in summarily rejection of his/their bid. It shall be mandatorily incumbentupon the tenderer to identify, state and submit the supporting documents dulyself attested by which they/he are/is qualifying the Qualifying Criteriamentioned in the Tender Document. (v)The Railway reserves the right to verifyall statements, information and documents submitted by the bidder in histender offer, and the bidder shall, when so required by the Railway, makeavailable all such information, evidence and documents as may be necessaryfor such verification. Any such verification or lack of such verification, by theRailway shall not relieve the bidder of its obligations or liabilities hereunder norwill it affect any rights of the Railway thereunder. (vi)(a) In case of anyinformation submitted by tenderer is found to be false forged or incorrect atany time during process for evaluation of tenders, it shall lead to forfeiture ofthe tender Earnest Money Deposit besides banning of business for a period ofupto five years. (b) In case of any information submitted by tenderer is foundto be false forged or incorrect after the award of contract, the contract shall beterminated. Earnest Money Deposit (EMD), Performance Guarantee andSecurity Deposit available with the railway shall be forfeited. In addition, otherdues of the contractor, if any, under this contract shall be forfeited and agencyshall be banned for doing business for a period of upto five years.

No No Not Allowed

49Non-compliance with any of the conditions set forth therein above is liable toresult in the tender being rejected.

No No Not Allowed

50

Execution of Contract Documents:- The successful tenderer(s) shall berequired to execute an agreement with the President of India acting throughthe South East Central Railway for carrying out the work according to GeneralCondition of Contract-Sept' 2019 , Specifications annexed to the tender andspecifications for work and materials and laid down in General Condition ofContract-Sept' 2019 and Indian Railway Unified Standard Specifications(Works and Materials) Volume I & II of 2010 of Engineering department asamended /corrected up to date.

No No Not Allowed

Page 11 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 12: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

51

Partnership Deeds, Power of Attorney etc.: (i)The tenderer shall clearly specifywhether the tender is submitted on his own (Proprietary Firm) or on behalf of aPartnership Firm / company / Joint Venture (JV) / Registered Society /Registered Trust etc. The tenderer(s) shall enclose the attested copies of theconstitution of their concern, and copy of PAN Card along with their tender.Tender Documents in such cases are to be signed by such persons as may belegally competent to sign them on behalf of the firm, company, association,trust or society, as the case may be. (ii)In case tenderer is other than soleproprietorship firm, following documents shall be submitted by the tenderer:(a) Partnership Firm: The tenderer shall submit (i) a copy of Partnership Deedand (ii) a copy of Power of Attorney (duly registered as per prevailing law) infavour of an individual to sign the tender documents and create liability againstthe Firm. (b) Joint Venture (JV): The tenderer shall submit documents asmentioned in Clause 17 of the Tender Form (Second Sheet). (c) Companyregistered under Companies Act-2013: The tenderer shall submit (i) the copiesof MOA (Memorandum of Association) / AOA (Articles of Association) of thecompany; and (ii) A copy of Authorization/Power of Attorney issued by theCompany (backed by the resolution of Board of Directors) in favour of theindividual to sign the tender on behalf of the company and create liabilityagainst the company. (d) LLP (Limited Liability Partnership) Firm: If the tenderis submitted on behalf of a LLP Firm registered under LLP Act-2008, thetenderer shall submit alongwith the tender- (i) a copy of LLP Agreement, (ii) acopy of Certificate of Incorporation; and (iii) a copy of Power ofAttorney/Authorisation issued by the LLP Firm in favour of the individual to signthe tender on behalf of the LLP Firm and create liability against the Firm. (e)Registered Society & Registered Trust: The tenderer shall submit (i) a copy ofthe Certificate of Registration, (ii) Deed of Formation; and (iii) a copy of Powerof Attorney in favour of the individual to sign the tender documents and createliability against the Society/Trust. (iii)If it is NOT mentioned in the submittedtender that tender is being submitted on behalf of a Sole Proprietorship firm /Partnership firm / Joint Venture / Registered Company etc., then the tendershall be treated as having been submitted by the individual who has signed thetender. (iv)After opening of the tender, any document pertaining to theconstitution of Sole Proprietorship Firm / Partnership Firm / RegisteredCompany/ Registered Trust / Registered Society etc. shall be neither askednor considered, if submitted. (v) A tender from JV / Partnership firm etc. shallbe considered only where permissible as per the tender conditions. (vi)TheRailway will not be bound by any change in the composition of the firm madesubsequent to the submission of tender. Railway may, however, recognizesuch power of attorney and changes after obtaining proper legal advice, thecost of which will be chargeable to the Contractor.

No No Not Allowed

52

The tenderer whether sole proprietor, a company or a partnership firm / jointventure (JV) / registered society / registered trust etc if they want to actthrough agent or individual partner(s), should submit along with the tender, acopy of power of attorney duly stamped and authenticated by a Notary Publicor by Magistrate in favour of the specific person whether he/they be partner(s)of the firm or any other person specifically authorizing him/them to submit thetender, sign the agreement, receive money, co-ordinate measurementsthrough contractor's authorized engineer, witness measurements, signmeasurement books, compromise, settle, relinquish any claim(s) preferred bythe firm and sign "No Claim Certificate" and refer all or any disputes toarbitration.

No No Not Allowed

Page 12 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 13: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

53

As per GCC:.Employment/Partnership etc. of Retired Railway Employees: (a)Should a tenderer be a retired Engineer of the gazetted rank or any othergazetted officer working before his retirement, whether in the executive oradministrative capacity or whether holding a pensionable post or not, in theEngineering or any other department of any of the railways owned andadministered by the President of India for the time being, or should a tendererbeing partnership firm / company / joint venture (JV) / registered society /registered trust etc have as one of its partners a retired Engineer or retiredgazetted officer as aforesaid, or should a tenderer being an incorporatedcompany have any such retired Engineer or retired officer as one of itsdirectors or should a tenderer have in his employment any retired Engineer orretired gazetted officer as aforesaid, the full information as to the date ofretirement of such Engineer or gazetted officer from the said service and incase where such Engineer or officer had not retired from government serviceat least 1 year prior to the date of submission of the tender as to whetherpermission for taking such contract, or if the Contractor be a partnership firmor an incorporated company, to become a partner or director as the case maybe, or to take the employment under the Contractor, has been obtained by thetenderer or the Engineer or officer, as the case may be from the President ofIndia or any officer, duly authorized by him in this behalf, shall be clearly statedin writing at the time of submitting the tender. Tenders without the informationabove referred to or a statement to the effect that no such retired Engineer orretired gazetted officer is so associated with the tenderer, as the case may be,shall be rejected. (b) Should a tenderer or Contractor being an individual onthe list of approved Contractors, have a relative(s) or in the case ofpartnership firm/ company / joint venture (jv) / registered society / registeredtrust etc. one or more of his shareholder(s) or a relative(s) of theshareholder(s) employed in gazetted capacity in the Engineering or any otherdepartment of the SEC railway, the authority inviting tenders shall be informedof the fact at the time of submission of tender, failing which the tender may bedisqualified/rejected or if such fact subsequently comes to light, the contractmay be rescinded in accordance with provision in clause 62 of standardgeneral conditions of contract.

No No Not Allowed

54 Tender against PEMD / SEMD will not be accepted. No No Not Allowed

55

As per GCC: Care in Submission of Tenders: (a) (i)Before submitting a tender,the tenderer will be deemed to have satisfied himself by actual inspection ofthe site and locality of the works, that all conditions liable to be encounteredduring the execution of the works are taken into account and that the rates heenters in the tender forms are adequate and all inclusive to accord with theprovisions in Clause-37 of the Standard General Conditions of Contract for thecompletion of works to the entire satisfaction of the Engineer. (a)(ii)Tendererswill examine the various provisions of The Central Goods and Services TaxAct, 2017(CGST)/ Integrated Goods and Services Tax Act, 2017(IGST)/ UnionTerritory Goods and Services Tax Act, 2017(UTGST)/ respective state's StateGoods and Services Tax Act (SGST) also, as notified by Central/State Govt. &as amended from time to time and applicable taxes before bidding. Tendererswill ensure that full benefit of Input Tax Credit (ITC) likely to be availed by themis duly considered while quoting rates. (a)(iii)The successful tenderer who isliable to be registered under CGST/IGST/UTGST/SGST Act shall submitGSTIN along with other details required under CGST/IGST/UTGST/SGST Actto railway immediately after the award of contract, without which no paymentshall be released to the Contractor. The Contractor shall be responsible fordeposition of applicable GST to the concerned authority. (a)(iv)In case thesuccessful tenderer is not liable to be registered under CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST from his/their billsunder reverse charge mechanism (RCM) and deposit the same to theconcerned authority. (b)When work is tendered for by a firm or company, thetender shall be signed by the individual legally authorized to enter intocommitments on their behalf. (c)The Railway will not be bound by any powerof attorney granted by the tenderer or by changes in the composition of thefirm made subsequent to the execution of the contract. It may, however,recognize such power of attorney and changes after obtaining proper legaladvice, the cost of which will be chargeable to the Contractor.

No No Not Allowed

Page 13 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 14: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

56

As per GCC: Right of Railway to Deal with Tenders: The Railway reserves theright of not to invite tenders for any of Railway work or works or to invite openor limited tenders and when tenders are called to accept a tender in whole orin part or reject any tender or all tenders without assigning reasons for anysuch action.

No No Not Allowed

57

As per GCC: 19.(1) Contractor's understanding: It is understood and agreedthat the Contractor has, by careful examination, satisfied himself as to thenature and location of the work, the conformation of the ground, the character,quality and quantity of the materials to be encountered, the character ofequipment and facilities needed preliminary to and during the progress of theworks, the general and local conditions, the labour conditions prevailingtherein and all other matters which can in any way affect the works under thecontract. 19.(2) Commencement of Works: The Contractor shall commencethe works within 15 days after the receipt by him of an order in writing to thiseffect from the Engineer and shall proceed with the same with due expeditionand without delay 19.(3) Accepted Programme of Work: The Contractor whohas been awarded the work shall as soon as possible but not later than 30days after the date of receipt of the acceptance letter in respect of contractswith initial completion period of two years or less or not later than 90 days forother contracts have to submit the detailed programme of work indicating thetime schedule of various items of works in the form of Bar Chart/PERT/CPM.He shall also submit the details of organisation (in terms of labour andsupervisors), plant and machinery that he intends to utilize (from time to time)for execution of the work within stipulated date of completion. The programmeof work amended as necessary by discussions with the Engineer, shall betreated as the agreed programme of the work for the purpose of this contractand the Contractor shall endeavor to fulfill this programme of work. Theprogress of work will be watched accordingly and the liquidated damages willbe with reference to the overall completion date. Nothing stated herein shallpreclude the Contractor in achieving earlier completion of item or whole of theworks than indicated in the programme. 19.(4) Setting out of Works: TheContractor shall be responsible for the correct setting out of all works inrelation to original points, lines and levels of reference at his cost. TheContractor shall execute the work true to alignment, grade, levels anddimensions as shown in the drawing and as directed by the Engineer'srepresentative and check these at frequent intervals. The Contractor shallprovide all facilities like labour and instruments and shall co-operate with theEngineer's representative for checking of all alignment, grades, levels anddimensions. If, at any time, during the progress of the works any error appearor arise in any part of the work, the Contractor, on being required so to do bythe Engineer's representative shall, at his own cost rectify such errors, to thesatisfaction of the Engineer's representative. Such checking shall not absolvethe Contractor of his own responsibility of maintaining accuracy in the work.The Contractor shall carefully protect and preserve all bench marks, sight rails,pegs and other things used in setting out the work.

No No Not Allowed

Page 14 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 15: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

58

LETTER OF CREDIT (LC):(i)For all the tenders having advertised cost of Rs10 lakh or above, the contractor shall have the option to take payment fromRailways through a letter of credit (LC) arrangement. (ii)This option of takingpayment through LC arrangement has to be exercised in IREPS (IndianRailway Electronic Procurement System - the e-application on which tendersare called by Railways) by the tenderer at the time of bidding itself and thetenderer shall affirm having read over and agreed to the terms and conditionsof the LC option. (iii)The option so exercised, shall be an integral part of thebidder's offer. (iv)The above option of taking payment through LCarrangement, once exercised by tenderer at the time of bidding, shall lbe finaland no change shall be permitted, thereafter, during execution of contract.(v)In case tenderer opts for payment through LC, following shall be theprocedure to deal release of payment through LC. (a)The LC shall be a sightLC. (b)The contractor shall select his Advising/Negotiating bank for LC. Theincidental cost towards issue of LC and its operation thereof shall be borne bythe contractor. (c)SBI, New Delhi, Main Branch will be the nodal branch forissue of LCs based on online requests received from Railway Accounts Unitsfor tenders opened in financial year. SBI branches where the respectiveRailway Accounts Office has its Account (local SBI branch) will be theissurance/reimbursing branch for LC issued under this arrangement. The Bankshall remain same for this tender till completion of contract. The incidental cost@ 0.023% per annum of LC value, towards issue of LC and operation thereofshall be borne by the contractor sand shall be recovered from his bills. (d)TheLC shall be opened initially for duration of 180 to 365 days in consultation withcontractor. The LC shall be extended time to time as per the progress of thecontract, on the request of the contractor. The value of LC to be openedinitially as well as extended thereafter shall be finalized by the engineer inconsultation with the contractor on the basis of expected progress of work.

No No Not Allowed

59

(e)The LC terms and conditions shall inter-alia indemnify and save harmlessthe Railway from and against all losses, claims and demands of every natureand description brought or recovered against the Railways by reason of anyact or omission of the contractor, his agents or employees, in relation to theLetter of Credit (LC). All sums payable/bone by Railways on this account shallbe considered as reasonable compensation and paid by contractor. (f)The LCterms and conditions shall inter-alia provide that Railways will issue aDocument of Authorisation (format enclosed as Annexure 2) after passing thebill for completed work, to enable contractor to claim the authorized amountfrom their bank. (g)The acceptable, agreed upon document for payments tobe released under the LC shall be the Document of Authorisation. (h)TheDocument of Authorisation shall be issued by Railway Accounts Office againsteach bill passed by Railways. (i)On issuance of Document of Authorisation, acopy of Document of Authorisation shall be posted on IREPS for download bythe contractor. A digitally signed copy of Document of Authorization shall alsobe sent by Railway Accounts Office to Railway's bank (Local SBI Branch).(j)The contractor shall take print out of the Document of Authorisation availableon IREPS and present his claim to his bank (advising Bank) for necessarypayments as per LC terms and conditions. The claim shall comprise of copy ofDocument of Authorisation. Bill of Exchange and Bill. (k)The payment againstLC shall be subject to verification from Railway's Bank (Local SBI Branch).(l)The contractor's bank (advising bank) shall submit the documents to theRailway's Bank (Local SBI Branch). (m)The railway's bank (issuing bank) shall,after verifying the claim so received w.r.t. the digitally signed Document ofAuthorisation received from Railway Accounts Office, release the payment tocontractor's bank (advising bank) for crediting the same to contractor'saccount. (n)Any number of bills can be dealt within one LC, provided the sumtotal of payments to contractor is within the amount for which LC has beenopened. (o)The LC shall be closed after the release of final payment includingPVC amount, if any, to the contractor. (p)The release of performanceguarantee or security deposit shall be dealt directly by railway with thecontractor i.e., not through LC.

No No Not Allowed

Page 15 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 16: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

60

The aspect of vitiation of tender with respect to variation in quantities shouldbe checked and avoided. In case of vitiation of the tender (both for increase aswell as decrease of value of contract agreement), sanction of the competentauthority should be obtained. A contract shall be considered "vitiated" onlywhen, the following percentage variation in contract value between tenderersare noticed to have been exceeded. Value of contract: Percentage differencebetween present contractor and new L-1 as a result of variation. (Percentageshall be calculated with base as the revised contract quantities multiplied bythe rates of the present contractor.) (1)Small value contracts (Tender Valueless than Rs.50 lakh): 10 Percent (2)Other than small value contracts (TenderValue equal to or more than Rs.50 lakh) :5 Percent. When the percentagedifference between present Contractor and new L-1 is noticed as becomingbeyond the values specified above, the following action shall be taken. TheRailway administration should immediately examine whether it is practicable tobring in a new agency to carry out the extra quantity of work keeping in viewthe progress of the work in accordance with the original contract and thenature and lay-out of the work. If it is found that there will be no seriouspractical difficulty in meeting the additional quantity of work done by anotheragency, then fresh tenders for the extra quantity may be invited otherwisenegotiating the rate with the existing contractor for arriving at a reasonablerate for the additional quantities of work, may be adopted. The above shall beregulated as under. (a) The case shall be decided by the tender acceptingauthority (competent for the revised quantity) and shall not be treated as acase of single tender. (b) These instructions will be similarly applicable toearning contracts with H-1, H-2 substituted for L-1, L-2 and so on. (c)Executives while executing the work shall make all efforts to ensure that novitiation takes place in normal circumstances. Vitiation should be an exceptionrather than a routing affair. Efforts should be made to invite bids on the basisof percentage above/below/at par. (d) Vitiation should always be computedwith respect to the items, rates, quantities and conditions as available at thetime of Tender Opening and subsequent changes / additions by way of newitems will not be counted for computing Vitiation.

No No Not Allowed

61

As per GCC: 23. Working during Night: The Contractor shall not carry out anywork between sun-set and sun-rise without the previous permission of theEngineer. However, if the Engineer is satisfied that the work is not likely to becompleted in time except by resorting to night work, he may order the samewithout confirming any right on the Contractor for claiming any extra paymentfor the same.

No No Not Allowed

Page 16 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 17: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

62

Special condition of Contract for mandatory updation of labour date onRailway's shramikkalyan portal by Contracor. As per Rly. Board letterNo.2018/CE-I/CT/4 dtd.17.10.2018 1.Clause 54 & 55 of Indian RailwaysGeneral Conditions of Contract deal with Wages to labour and action in caseof default of contractor to payment of wages. 2.In order to increasetransparency in payment of Contract Labour wages and other payments a webbases e-application has been developed and hosted on websitewww.shramikkalyan.indianrailways.gov.in. 3.All contractors are required toupload details of their LoAs, engaged workmen, wage payment details, PF/ESIdetails, bonus details etc., on monthly basis. The details so uploaded shall beavailable in public domain. 4In order to ensure prompt and proper uploading ofdetails related to LoAs, engaged workmen, wage & other payment details,Railways / Pus etc. shall introduce a special condition in their tenderdocuments of the tenders to be called henceforth. The special condition is asunder: A.Contractor is to abide by the provisions of Payment of Wages act. &Minimum Wages act in terms of clause 54 and 55 of Indian Railways GeneralConditions of Contract. In order to ensure the same, an application has beendeveloped and hosted on website www.shramikkalyan.indianrailways.gov.in.Contractor shall register his firm / company etc. and upload requisite details oflabour and their payment in this portal. These details shall be available inpublic domain. The Registration / updation of Portal shall be done as under :(a)Contractor shall apply for onetime registration of his company / firm etc. inthe Shramikkalyan portal with requisite details subsequent to issue of Letter ofAcceptance Engineer shall approve the contractor's registration on the portalwithin 7 days of receipt of such request. (b)Contractor once approved by anyEngineer, can create passward with login ID (PAN No) for subsequent use ofportal for all LoAs issued in his fabour. (c)The contractor once registered onthe portal, shall provide details of his Letter of Acceptance (LoA) / ContractorAgreements on shramikkalyan portal within 15 days of issue of any LoA forapproval of concerned engineer. Engineer shall update (if required) andapprove the details of LoA filled by contractor within 7 days of receipt of suchrequest. (d)After approval of LoA by Engineer, contractor shall fill the salientdetails of contract labours engaged in the contract and ensure updating ofeach wage payment to them on shramikkalyan portal on monthly basis. (e)Itshall be mandatory upon the contractor to ensure correct and promptuploading of all salient details of engaged contractual labour & payment madethereof other after each wage period. B.While processing payment of any 'OnAccount bill' or 'Final bill' or release of 'Advances' or 'Performance Guarantee /Security deposit', contractor shall submit a certificate to the Engineer orEngineer's representatives that "I have uploaded the correct details of contractlabours engaged in connection with this contract and payments made to themduring the wage period in Railway's Shramikkalyan portal at'www.shramikkalyan.indianrailways.gov.in' till ____Month, ____Year."

No No Not Allowed

63

As per GCC: 55-D. Provisions of "The Building and Other ConstructionWorkers (Regulation of Employment and Conditions of Service) Act, 1996" and"The Building and Other Construction Workers' Welfare Cess Act, 1996": Thetenderers, for carrying out any construction work, shall get themselvesregistered with the Registering Officer under Section-7 of the Building andOther Construction Workers Act, 1996 and rules made thereto by theconcerned State Govt., and submit certificate of Registration issued from theRegistering Officer of the concerned State Govt. (Labour Dept.). The Cessshall be deducted from contractor's bills as per provisions of the Act.

No No Not Allowed

64

As per GCC : 56. Reporting of Accidents: The Contractor shall be responsiblefor the safety of all employees directly or through petty Contractors or sub-contractor employed by him on the works and shall report serious accidents toany of them however and wherever occurring on the works to the Engineer orthe Engineers Representative and shall make every arrangements to renderall possible assistance.

No No Not Allowed

Page 17 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 18: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

65

As per GCC: 57. Provision of Workmen's Compensation Act: In every case inwhich by virtue of the provisions of Section 12 Sub-Section (1) of theWorkmen's Compensation Act 1923, Railway is obliged to pay compensationto a workman directly or through petty Contractor or sub-contractor employedby the Contractor in executing the work, Railway will recover from theContractor the amount of the compensation so paid, and, without prejudice tothe rights of Railway under Section 12 Sub-section (2) of the said Act, Railwayshall be at liberty to recover such amount or any part thereof from Contractor'sbills/Security Deposit or any other dues of Contractor with the Government ofIndia. Railway shall not be bound to contest any claim made against it underSection 12 Sub-Section (1) of the said Act except on the written request of theContractor and upon his giving to Railway full security for all costs for whichRailway might become liable in consequence of contesting such claim. 57-A.Provision of Mines Act: The Contractor shall observe and perform all theprovisions of the Mines Act, 1952 or any statutory modifications or re-enactment thereof for the time being in force and any rules and regulationsmade thereunder in respect of all the persons directly or through the pettyContractors or sub-contractors employed by him under this contract and shallindemnify the Railway from and against any claims under the Mines Act, or therules and regulations framed thereunder, by or on behalf of any personsemployed by him or otherwise.

No No Not Allowed

66

As per GCC: 58. Railway not to Provide Quarters for Contractors: No quartersshall normally be provided by the Railway for the accommodation of theContractor or any of his staff employed on the work. In exceptional caseswhere accommodation is provided to the Contractor at the Railway'sdiscretion, recoveries shall be made at such rates as may be fixed by theRailway for the full rent of the buildings and equipments therein as well ascharges for electric current, water supply and conservancy.

No No Not Allowed

67

As per GCC : 59.(1) Labour Camps: The Contractor shall at his own expensemake adequate arrangements for the housing, supply of drinking water andprovision of latrines and urinals for his staff and workmen, directly or throughthe petty Contractors or sub-contractors and for temporary creche (Bal-mandir) where 50 or more women are employed at a time. Suitable sites onRailway land, if available, may be allotted to the Contractor for the erection oflabour camps, either free of charge or on such terms and conditions that maybe prescribed by the Railway. All camp sites shall be maintained in clean andsanitary conditions by the Contractor at his own cost. 59.(2)Compliance toRules for Employment of Labour: The Contractor(s) shall conform to all laws,bye-laws rules and regulations for the time being in force pertaining to theemployment of local or imported labour and shall take all necessaryprecautions to ensure and preserve the health and safety of all staff employeddirectly or through petty contractors or sub-contractors on the works. 59.(3)Preservation of Peace: The Contractor shall take requisite precautions anduse his best endeavours to (i) Prevent any riotous or unlawful behaviour by oramongst his workmen and other employed directly or through the pettyContractors or sub-contractors on the works and for the preservation of peaceand protection of the inhabitants and (ii) Security of property in theneighbourhood of the works. In the event of the Railway requiring themaintenance of a Special Police Force at or in the vicinity of the site during thetenure of works, the expenses thereof shall be borne by the Contractor and ifpaid by the Railway shall be recoverable from the Contractor. 59.(4)SanitaryArrangements: The Contractor shall obey all sanitary rules and carry out allsanitary measures that may from time to time be prescribed by the RailwayMedical Authority and permit inspection of all sanitary arrangements at alltimes by the Engineer, the Engineer's Representative or the Medical Staff ofthe Railway. Should the Contractor fail to make the adequate sanitaryarrangements, these will be provided by the Railway and the cost thereofrecovered from the Contractor. 59.(5) Outbreak of Infectious Disease: TheContractor shall remove from his camp such labour and their families asrefuse protective inoculation and vaccination when called upon to do so by theEngineer or the Engineer's Representative on the advice of the RailwayMedical Authority. Should cholera, plague, or other infectious disease breakout, the Contractor shall burn the huts, beddings, clothes and other belongingsof or used by the infected parties and promptly erect new huts on healthy sitesas required by the Engineer, failing which within the time specified in theEngineer's requisition, the work may be done by the Railway and the costthereof recovered from the Contractor.

No No Not Allowed

Page 18 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 19: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

67.1

59.(6) Treatment of Contractor's Staff in Railway Hospitals: The Contractorand his staff, other than labourers and their families requiring medical aid fromthe railway hospital and dispensaries will be treated as private patients andcharged accordingly. The Contractors' labourers and their Families will begranted free treatment in railway hospitals and dispensaries where no otherhospitals or dispensaries are available provided the Contractor pays the costof medicines, dressing and diet money according to the normal scale andadditional charges for special examinations such as pathological andbacteriological examination, X-Ray, etc. and for surgical operation. 59. (7)Medical Facilities at Site: The Contractor shall provide medical facilities at thesite as may be prescribed by the Engineer on the advice of the RailwayMedical Authority in relation to the strength of the Contractor's resident staffand workmen. 59. (8) Use of Intoxicants: The sale of ardent spirits or otherintoxicating beverages upon the work or in any of the buildings, encampmentsor tenements owned, occupied by or within the control of the Contractor or anyof his employees shall be forbidden and the Contractor shall exercise hisinfluence and authority to the utmost extent to secure strict compliance withthis condition. 59.(9) Restrictions on the Employment of Retired Engineers ofRailway Services Within One Year of their Retirement: The Contractor shallnot, if he is a retired Government Engineer of Gazetted rank, himself engagein or employ or associate a retired Government Engineer of Gazetted rank,who has not completed one year from the date of retirement, in connectionwith this contract in any manner whatsoever without obtaining prior permissionof the President and if the Contractor is found to have contravened thisprovision it will constitute a breach of contract and administration will beentitled to terminate the contract at the risk and cost of the Contractor andforfeit his Security Deposit.

No No Not Allowed

68

As per GCC : 60.(1) Non-Employment of Labourers below the age of 15: TheContractor shall not employ children below the age of 15 as labourers directlyor through petty Contractors or sub-contractors for the execution of work.@10<46@(2) Medical Certificate of Fitness for Labour: It is agreed that theContractor shall not employ a person above 15 and below 19 years of age forthe purpose of execution of work under the contract unless a medicalcertificate of fitness in the prescribed form (Proforma at Annexure-VIII) grantedto him by a certifying surgeon certifying that he is fit to work as an adult, isobtained and kept in the custody of the Contractor or a person nominated byhim in this behalf and the person carries with him, while at work; a token givinga reference to such certificate. It is further agreed that the responsibility forhaving the adolescent examined medically at the time of appointment orperiodically till he attains the age of 19 years shall devolve entirely on theContractor and all the expenses to be incurred on this account shall be borneby him and no fee shall be charged from the adolescent or his parent for suchmedical examination.@ 10<46@(3)Period of Validity of Medical FitnessCertificate: A certificate of fitness granted or renewed for the above saidpurposes shall be valid only for a period of one year at a time. The certifyingsurgeon shall revoke a certificate granted or renewed if in his opinion theholder of it, is no longer fit for work in the capacity stated therein. Where acertifying surgeon refuses to grant or renew a certificate or revoke acertificate, he shall, if so required by the person concerned, state his reasonsin writing for doing so.@ 10<46@(4)Medical Re-Examination of Labourer:Where any official appointed in this behalf by the Ministry of Labour is of theopinion that any person employed in connection with the execution of any workunder this contract in the age group 15 to 19 years is without a certificate offitness or is having a certificate of fitness but no longer fit to work in thecapacity stated in the certificate, he may serve on the Contractor, or on theperson nominated by him in this regard, a notice requiring that such personsshall be examined by a certifying surgeon and such person shall not if theconcerned official so directs, be employed or permitted to do any work underthis contract unless he has been medically examined and certified that he is fitto work in the capacity stated in the certificate. EXPLANATIONS: (1) OnlyQualified Medical Practitioners can be appointed as "Certifying Surgeons" andthe term "Qualified Medical Practitioners" means a person holding aqualification granted by an authority specified in the Schedule to the IndianMedical Degrees Act, 1916 (VII to 1916) or in the Schedule to the IndianMedical Council Act, 1933 (XXVII) of 1933. (2) The Certifying surgeon may bea medical officer in the service of State or Municipal Corporation.

No No Not Allowed

Page 19 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 20: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

69All the bidders/ tenderers should ensure that they are GST compliant and theirquoted tax structure / rates are as per GST law.

No No Not Allowed

70

In case of more than one L-1 bidders, tender may be awarded to tendererhaving higher Bid Capacity. In case Bid Capacity is also the same, tendererhaving done more value of similar work in last three previous financial yearsand the current financial year upto the date of opening of the tender, may beselected for the award.

No No Not Allowed

71

LIST OF WORK COMPLETED :During last 07 (seven) years, ending last dayof month previous to the one in which tender is invited 1Sr. No.,2.Descriptionof work, 3,Agreement no. and date.,4.Original Agree mental Value,5.Date ofaward,6.Date of Work Actucal Completed,7.Final contract value Received upto........,8Reason for delay in completion of work.

No No Not Allowed

72LIST OF ONGOING WORKS 1.Sr. No.,2.Description of work, 3.Agreement no.and date.,4Original Agree mental Value,5.Date of award.

No No Not Allowed

73

For Ballast tender: The tenderer is required to submit test report of ballast asper provisions of "Specification of Track Ballast, IRS-GE-I, JUNE 2004, alongwith the tender which should not be old more than 180 days from the date ofopening of tender, failing which the offer shall be summarily rejected. This isapplicable only for ballast (depot supply or cess supply).

No No Not Allowed

74

The following document may be submitted along with Tender Form :- (a)List ofpersonnel, organization available on hand and proposed to be engaged for thesubject work. (b)List of plant & machinery available on hand (own) andproposed to be inducted (own) and hire to be given separately for the subjectwork. (c )List of work completed in the last three financial years givendescription of work, organization for whom executed, approximate value ofcontract at the time of award, date of award and date of scheduled completionand final value of contract should also be given. (d)List of work on handindicating description of work, contract value, and approximate value ofbalance work yet to be done and date of award. e)An audited balance sheetdully certified by Chartered Accountant for last three financial years otherrelevant documents to be given in support of financial turn over. Tendercommittee shall still examine the over all financial soundness of the tenderersbased upon the volume of work handled, turnover, balance sheet etc. Note:-(1) In case of item (c) and (d) above supportive documents/certificate from theorganizations with whom they worked / are working should be enclosed. (2)Certificate from private individuals, private organizations / private limitedcompany / public limited company (Private sector) shall not be accepted.

No No Not Allowed

75

Contractors employees should be mandatorily provided with necessary safetygear such as luminous jackets crash helmats industrial boots safety beltssafety jackets etc. and he has also to mandatorily provided hooters /megaphones at his own cost at all work site.

No No Not Allowed

76Opening of e-tender: The e-tender will be opened online on the IREPS portalanytime after the tender closing date and time. Railways reserve the right toopen the tender any time after the time of closing of tender.

No No Not Allowed

77

The submitted e-tender will be considered as digitally signed by the tendereras a confirmation from the tenderer that the tenderer has read, agreed andaccepted all the conditions under laid down documents as well as Schedule ofTender, General and Special Conditions.

No No Not Allowed

78 Tenderers are required to upload their GST registration certificate No No Not Allowed

79 Tenderers are required to upload ESI & EPF registration certificate No No Not Allowed

80

If tenderer submit/ upload Audited Balance sheet duly certified by theChartered accountant to fulfill the Standard Financial Criteria, tenderer mayalso submit/ upload Form No.26AS /16A along with tender offer to certify theamount of contractual receipt.

No No Not Allowed

Special Conditions

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

Page 20 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 21: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

1

Special Notes / Instruction for Execution of work : (1.) Videography /Photography of work : for execution of work against item No.1 & 2 of schedulepart 'A' the contractor has to arrange for videography and / or photography ofthe complete stretch before and after execution of work. The photography and/ or videography shall be done from the same location / angle to cover the siteconditions in detail. For execution of work against schedule 'B' the contractorshall arrange for photographs covering full width of area specified rag pickingbefore and after work. Minimum 2 photographs per electric mast (one fromHWH End and one from NGP End) shall be captured to cover full length andwidth of execution of work. Photographs must be captured in such a mannerso as to clearly reflect mast number in it.

No No Not Allowed

1.1

(2.)For this purpose the contractor shall deploy professional videographer /photographer with good quality of equipments, consumables etc. The cost ofall equipments, consumable, man-power etc. required for this purpose isincluded in the respective items and nothing extra shall be paid on thisaccount.

No No Not Allowed

1.2

(3.)04 copies (one each to the Sr. DEN, ADEN, SSE and the contractor) of thevideo / photos so captured shall be prepared on good quality CDs / DVDs/ pendrives. Description of work, location shall be written on these CDs / DVDs / PenDrives and they shall be signed jointly by the SSE concerned and thecontractor jointly using black / blue permanent markers. These CDs / DVDs /Pen drives shall be handed over to the officials concerned along with the bills.

No No Not Allowed

1.3

(4.) For execution of works under this contract ground level before and afterwork are required to be recorded so as to prepare L- Sections and CrossSections for the purpose of making payments. The method and intervals atwhich levels are to be recorded shall be decided by the Engineer - In - Chargewho decision shall be final and binding. However this interval shall not be morethen 5m and 2m for L-Section and Cross Section respectively.

No No Not Allowed

1.4

(5.) The contractor has to arrange his own theodolite along with necessaryaccessories, technical & non technical personnel and other necessaryresources for recording the ground levels under the supervision of Railwaysauthorized representative (not below the rank of S. E.) at site. He shall alsoarrange for plotting of L-Sections, Cross Sections and calculation of quantitiesas per direction of Engineer - In - Charge. He shall also render all facilities /assistance to the Railway officials in cross checking of levels and quantitycalculations as and when demanded. Cost of all these works is included in therates accepted for respective items and nothing extra shall be paid on thisaccount.

No No Not Allowed

1.5

(6.)The rag to be picked up shall include all types of loose dumpings e.g.disposable plastic waste, packaging materials, polythene bags, thermocolproducts, cardboards, papers, leaves, clothes etc. In case of any dispute onthis issue decision of Sr.DEN concerned shall be final and binding.

No No Not Allowed

1.6

(7.) The rag picked and garbage / malba / earth removed under this contractshall be collected in bags / trolleys or any other suitable container and shall bedisposed at the nearest garbage collection point pre-decided by the Engineer -In - Charge. In no case garbage shall be dumped at any unauthorized place.

No No Not Allowed

1.7(8.)A part of the work is required to be carried out in foul conditions. Thecontractor shall arrange suitable protective clothings, gumboots, mask etc. tothe labours, supervisors and inspecting officials.

No No Not Allowed

1.8

(9.)The contractor shall take due precautions and council his man-powerregarding working on or near the railway track. For this purpose theinstructions contained in various manuals and circulars shall be observed. Incase of any unusual / accident /run over of man power by train shall be theresponsibility of contractor only. Railway shall not be the part for any kind oflegal cases for this.

No No Not Allowed

1.9

(10.) The work of Rag Picking against schedule 'B' shall be carried out on andalong man line track under the jurisdiction of ADEN/Tr./NGP & TMR. The workshall be carried out in mid-section i.e. excluding stations limits. The work shallbe carried out in 24 cycles covering entire stretch of about 12 Km in eachcycle.(As per schedule)

No No Not Allowed

1.10

(11.) The section to be covered under the work for Rag Picking is mainlydouble line section (except Nagpur - Itwari - Kalumna). For double linesections total width to be covered shall be 15m or the formation width whichever is more. On bridge approaches the entire width between 2 tracks shallalso be included in the formations width.

No No Not Allowed

Page 21 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00

Page 22: NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL … · NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: C-05-NGP-2020-2021 Closing Date/Time:

1.11

(12.) For Nagpur - Itwari - Kalumna section the work shall be carried out for15m width or boundary to boundary or 7.5m each side of C/L of track or as perdirection of SSE/P. Way, who will specify 15m width for rag picking andpayment shall be made accordingly.

No No Not Allowed

1.12(13.) Relevant provision of "The Prohibition of Employment as manualscavengers and their rehabilitation Act.2013" shall be applicable to thiscontract.

No No Not Allowed

1.13(14.)No garbage, dry leaves, paper, grass, bushes, rubber, plastic or anyother items shall be burnt. They shall only be disposed at nominated disposalpoints by prescribed methods duly observing the Environmental rules.

No No Not Allowed

1.14The above condition / Special Notes is read, understood and accepted byme/us

No No Not Allowed

2

ADDITIONAL SPECIAL CONDITIONS 1.Precedence Order - In case of anyconflict / contradiction between provisions of (1) Schedule of quantities andrates (2) Special conditions of contract (3) Instructions to tenderers & (4)General conditions of contract, the precedence will be in the same order i.e.provisions mentioned in schedule of quantities and rates will prevail over theremaining three. Provisions mentioned in special conditions of contract willprevail over instructions to tenderers and GCC. Instructions to tenderers willprevail over GCC.

No No Not Allowed

3

CERTIFICATION OF FAMILARISATION I/We hereby solemnly declare thatI/We have visited the site of above work and have familiarizedmyself/ourselves of the working condition there in all respects and in particularthe following:- Topography of the Area Existing Road Network (Highways orOther Type) and Availability of Service Roads Soil Conditions at Site of thework Sources and Availability of Construction Materials Rates for ConstructionMaterials Availability of Construction Materials Availability of Local LabourSkilled/Unskilled and the Prevailing Labour Rates Availability of Water &Electricity Availability of Space for Putting UP labour Campss, Offices, StoreGodowns. Engineering Yard Etc. Approaches available to tackle the work fromboth ends and will mark necessary arrangements at his/their own cost so as tocomplete the work as per the target Pattern of train movement, availability oftraffic blocks and speed restrictions in the section

No No Not Allowed

4

Contractors employees should be mandatorily provided with necessary safetygear such as luminous jackets crash helmats industrial boots safety beltssafety jackets etc. and he has also to mandatorily provided hooters /megaphones at his own cost at all work site.

No No Not Allowed

Undertakings

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1I/ We have visited the works site and I / We am / are aware of the siteconditions.

No No Not Allowed

6. Documents attached with tender

S.No. Document Name Document Description

1 Standard_General_Condition_060919.pdf GCC 2019 PDF

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017.

Signed By: CHAKKA GAVARAIAH

Designation : Sr.DENC

Page 22 of 22 Run Date/Time: 28/05/2020 19:06:47

NAGPUR-SECR-DIVISION-ENGINEERING/SOUTH EAST CENTRAL RLYTENDER DOCUMENT

Tender No: C-05-NGP-2020-2021 Closing Date/Time: 22/06/2020 15:00


Recommended