0% found this document useful (0 votes)
18 views55 pages

Contract Agreement

Uploaded by

meenalchoprra75
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
18 views55 pages

Contract Agreement

Uploaded by

meenalchoprra75
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 55

SOUTH EAST CENTRAL RAILWAY

CONTRACT AGREEMENT OF WORKS


CONTRACT AGREEMENT NO.: SECR/NAG/Elect./2022/0023 DATE: AS MENTIONED BELOW SIGNATURE
ARTICLES OF AGREEMENT made between the President of India acting through the Railway
Administration hereafter called the "Railway" of the one part and PATEL ENGINEERING-NAGPUR ,S-1
Anand Bhavan, Opp Nirmal Bank Cement Road, Nandanwan, Nagpur, Maharashtra-440009 India herein
after called the "Contractor" of other part.
WHEREAS the Contractor has agreed with the Railway for performance of the works " Maintenance
and repair contract for window/split Acs, Water coolers and Refrigerators of different makes at
various stations and service buildings over NGP division for a period of Two years." set forth in the
Schedule hereto annexed upon the Standard General Conditions of Contract, corrected upto latest correction
slips and the Specifications of South East Central Railway corrected upto latest correction slips and the
Schedule of Rates of South East Central Railway, corrected upto latest correction slips and the Special
Conditions and Special Specifications, if any and in conformity with the drawings here-into annexed AND
WHEREAS the performance of the said works is an act in which the public are interested.
NOW THIS INDENTURE WITHNESSETH that in consideration to the payments to be made by the
Railways, the Contractor will duly perform the said works in the said schedule set forth and shall execute the
same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway
and will complete the same in accordance with the said specification and said drawings and said conditions of
the contract on or before 18/08/2024 and will maintain the said works for a period of 0.0 Calendar months
from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned
(which shall be deemed and take to be part of this contract, as if the same have been fully set forth herin),
AND the Railway, both hereby agree that if the Contractor shall duly perform said works in the manner
aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the
Contractor for the said works on the final completion thereof the amount due in respect thereof at the rates
specified in the Schedule hereto annexed.

Signature Not Verified


Digitally signed by JAVED
MEHMOOD PATEL
Date: 2022.10.27 23:54:00 IST
Reason: Agreement Signing
Contractor: (Signature) Railway: Sr.DEE/RS&G/NGP
Name: PATEL ENGINEERING-NAGPUR (For President of India)
Address: S-1 Anand Bhavan, Opp Nirmal
Bank Cement Road, Nandanwan, Nagpur,
Maharashtra-440009 India,

VETTED
Signature Not Verified
Digitally signed by ARUN KUMAR
TIWARY
Date: 2022.10.19 16:18:26 IST
Reason: Agreement Vetting
AGREEMENT DETAILS
Railway Name: South East Central Unit Name: Nagpur(SEC Department Electrical
Name:
Railway R)
Tender Number: EL-G-E-OT-22-23-10 Tender Type: Open
Nature of Works Date of 18/08/2024 LOA Number: 00865000060171
Contract: Completion:
LOA Date: 18/08/2022 LOA Amount 2349628 PG Amount 118000
(Rs.): (Rs.):
Contractor's PATEL ENGINEERING-NAGPUR Contractor's 86500
Name: Code:
Bidding Style: Single Rate for Each Bidding Unit: Bid Rate:
Schedule
Tender Amount 2764268 Rebate : 0.0 Bid Amount: 2349628
(Rs.):

SCHEDULE DETAILS
SN Item Item Item Qty Unit Escl. Advt.Value Bid Amount Sch. Bid
Basic Value Bid Rate/Unit Rate
Type Code Qty Unit Rate (%) (Rs) (Rs) Total
SOR 1991210
Sch. Code & Desc. : A Sch. Type:NS Dir.: 2342600 15 % Below 1991210
Supply of Items NA
Chapter Name: Not Applicable
Indi
560 Numb 76160 0 Par
At
vidu 1 136 76160
ers
al
Description: Annual servicing & overhauling of window model/split type air conditioner 0.75/1/1.5/2 ton
1 capacity -
Annual servicing & overhauling of window model/split type air conditioner 0.75/ 1/1.5/2 ton capacity of
different make & all power points inclusive of replacement of all spares at different service buildings over
NGP division. (Excluding Compressor, Blower motor, PCB replacement, gas supply & charging.) as per
details described under item No. 1 of Schedule of scope of work.
Indi
360 Numb 43560 0 Par
At
vidu 2 ers 121 43560
al
2 Description: Annual servicing & overhauling of storage type water coolers
- Annual servicing & overhauling of storage type water coolers of different make & all power points
inclusive of replacement of all spares (Excluding Compressor, Blower motor replacement, gas supply and
charging.) of all models at various service buildings over NGP division as per details described under item No. 2
of Schedule of scope of work.
Indi
560 Numb 50960 0 Par
At
vidu 3 91 50960
ers
al
Description: Breakdown maintenance of window model/split type air conditioners 0.75 / 1 / 1.5 / 2.0 ton
3 capacities
- Breakdown maintenance of window model/split type air conditioners 0.75 / 1 / 1.5 / 2.0 ton capacities of
different makes inclusive of replacement of minor spares (Excluding Compressor, Blower motor, PCB
replacement, gas supply and charging.) at various service buildings over Nagpur division as per details
described under item No. 3 of Schedule of scope of work.
Indi
420 Numb 34020 0 Par
At
vidu 4 81 34020
ers
al
4 Description: Breakdown maintenance of storage type water coolers
- Breakdown maintenance of storage type water coolers of different makes inclusive of replacement of minor
spares thermostate, relay, starting capacitor, running capacitor, e.t.c.(Excluding Compressor, Blower motor
replacement, gas supply and charging.) at various service buildings over Nagpur division as per details
described under item No. 4 of Schedule of scope of work.
Indi
56 Numb 4536 0 Par
At
vidu 5 81 4536
ers
al
5 Description: Breakdown maintenance of refrigerators -
Breakdown maintenance of refrigerators of different makes & all power points inclusive of replacement of
all spares (thermostate, relay, blower motors, bulb etc.) (Excluding Compressor replacement, gas supply and
charging.) at various service buildings over Nagpur division as per details described under item No. 5 of
Schedule-A of scope of work.
SN Item Item Item Qty Unit Escl. Advt.Value Bid Amount Sch. Bid
Basic Value Bid Rate/Unit Rate
Type Code Qty Unit Rate (%) (Rs) (Rs) Total
Indi
30 Numb 114510 0 Par
At
vidu 6 ers 3817 114510
al
6
Description: Supply & replacement of 1.5 Ton scroll compressor against old one.
-Supply & replacement of 1.5 Ton scroll compressor by new one against old one as per details described
under item No. 6 of Schedule of scope of work.
Indi
30 Numb 227160 0 Par
At
vidu 7 ers 7572 227160
al
7
Description: Supply & replacement of 2 Ton compressor against old one.
- Supply & replacement of 2 Ton compressor by new one against old one as per details described under
item No. 7 of Schedule of scope of work.
Indi
12 Numb 15972 0 Par
At
vidu 8 ers 1331 15972
al
8
Description: Supply & replacement of Compressor for refrigerators of sizes 1/6 Ton
- Supply & replacement of Compressor for refrigerators of sizes 1/6 Ton as per details described under
item No. 8 of Schedule of scope of work.
Indi
80 Numb 59600 0 Par
At
vidu 9 ers 745 59600
al
9
Description: Reinstallation/New-installation of split AC unit
- Reinstallation/New-installation of split AC units as per details described under item No. 9 of Schedule of
scope of work.
Indi
10 Numb 4150 0 Par
At
vidu 10 ers 415 4150
al
10
Description: Reinstallation/New-installation of window AC unit
- Reinstallation/New-installation of window AC units as per details described under item No. 10 of Schedule of
scope of work.
Indi
6 Numb 9642 0 Par
At
vidu 11 ers 1607 9642
al
11
Description: Supply & replacement of blower motor for 1.5 TR window AC
- Supply & replacement of blower motor with runner for 1.5 TR window AC as per details described under
item No. 11 of Schedule of scope of work.
Indi
14 Numb 2464 0 Par
At
vidu 12 ers 176 2464
al
12
Description: Supply & replacement of blower motor for 1.5 TR window AC swing motor
- Supply & replacement of blower motor for 1.5 TR window AC swing motor as per details described
under item No. 12 of Schedule of scope of work.
Indi
10 Numb 12050 0 Par
At
vidu 13 ers 1205 12050
al
13
Description: Supply & replacement of blower motor for 1.5 TR split AC
- Supply & replacement of blower motor with runner for 1.5 TR split AC as per details described under
item No.13 of Schedule of scope of work.
Indi
10 Numb 14570 0 Par
At
vidu 14 ers 1457 14570
al
14
Description: Supply & replacement of blower motor for 2 TR split AC
- Supply & replacement of blower motor with runner for 2 TR split AC as per details described under item
No.14 of Schedule of scope of work.
Indi
70 Numb 77350 0 Par
At
vidu 15 ers 1105 77350
al
15
Description: Supply & replacement of blower motor for water cooler 150/150
- Supply & replacement of blower motor with blade for water cooler 150/150 as per details described under
item No. 15 of Schedule of scope of work.
Indi
12 Numb 16272 0 Par
At
16 vidu 16 ers 1356 16272
al
SN Item Item Item Qty Unit Escl. Advt.Value Bid Amount Sch. Bid
Basic Value Bid Rate/Unit Rate
Type Code Qty Unit Rate (%) (Rs) (Rs) Total
Description: Supply & replacement of fan motor for 1.5 TR split AC
- Supply & replacement of fan motor with blade for 1.5 TR split AC as per details described under item
No. 16 of Schedule of scope of work.
Indi
12 Numb 19284 0 Par
At
vidu 17 1607 19284
ers
al
17
Description: Supply & replacement of fan motor for 2 TR split AC
- Supply & replacement of fan motor with blade for 2 TR split AC as per details described under item No.
17 of Schedule of scope of work.
Indi
14 Numb 9002 0 Par
At
vidu 18 643 9002
ers
al
18
Description: Supply & replacement of PCB for window AC 0.75 Ton to 2 ton capacity
- Supply & replacement of PCB of different make for Window AC capacity 0.75 Ton to 2.0 Ton as per
details described under item No. 18 of Schedule of scope of work.
Indi
14 Numb 16002 0 Par
At
vidu 19 1143 16002
ers
al
19
Description: Supply & replacement of PCB for Split AC capacity 1.5 Ton
- Supply & replacement of PCB of different make for Split AC capacity 1.5 Ton as per details described
under item No. 19 of Schedule of scope of work.
Indi
14 Numb 18998 0 Par
At
vidu 20 1357 18998
ers
al
20
Description: Supply & replacement of PCB for Split AC capacity 2 Ton
- Supply & replacement of PCB of different make for Split AC capacity 2 Ton as per details described
under item No. 20 of Schedule of scope of work.
Indi
21 3262 Numb 264222 0 Par
At
vidu 81 264222
ers
al
21
Description: Cleaning of water coolers & monthly repair.
- Cleaning of water coolers & monthly repair as per details described under item No. 21 of Schedule of
scope of work.
Indi
22 4368 Numb 270816 0 Par
At
vidu 62 270816
ers
al
22
Description: Cleaning of air filters in AC & bi monthly repair.
- Cleaning of air filters in AC & monthly repair as per details described under item No. 22 of Schedule of
scope of work.
Indi
120 Numb 470640 0 Par
At
vidu 23 3922 470640
ers
al
23
Description: Manning of breakdown maintenance by skilled staff.
- Manning of breakdown maintenance by skilled staff as per details described under item No. 23 of Schedule of
scope of work.
Indi
120 Numb 410760 0 ParAt
vidu 24 3423 410760
ers
al
24
Description: Manning of breakdown maintenance by semi-skilled staff
- Manning of breakdown maintenance by semi-skilled staff as per details described under item No. 24 of
Schedule of scope of work.
Indi
32400 0 Par
At
vidu 25 200 Job 162 32400
25 al
Description: Gas charging.
- Gas charging as per details described under item No. 25 of Schedule of scope of work.
Indi
67500 0 Par
At
vidu 26 150 Kg 450 67500
26 al
Description: Supply of R410 refrigerent
- Supply of R410 refrigerent as per details described under item No. 26 of Schedule of scope of work.
SN Item Item Item Qty Unit Escl. Advt.Value Bid Amount Sch. Bid
Basic Value Bid Rate/Unit Rate
Type Code Qty Unit Rate (%) (Rs) (Rs) Total
SOR 358418
Sch. Code & Desc. : B Sch. Type:NS Dir.: 421668 15 % Below 358418
GST NA
Chapter Name: Not Applicable
Lum
421668 0 Par
At
psu 421668
1 m
Description: GST @ 18% of total amount of Schedule 'A'. ***Note- It is variable and will be paid as
per prevailing rates of Govt. of India.
Sch. Bid Total
Advt. Total : 2,764,268 : 2,349,627.8
Biddin Single Rate for
g Style Bid Rate : Bid Amount : 2349628
: Each Schedule
Rebate : 0.0 Total Agreement Value : 2349628
NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

Sr.DEE/RS G/SECR/NGP acting for and on behalf of The President of India invites E-Tenders against Tender No EL-G-E-OT-22-23-10
Closing Date/Time 29/07/2022 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.

1. NIT HEADER

Maintenance and repair contract for window/split Acs, Water coolers and Refrigerators of
Name of Work different makes at various stations and service buildings over NGP division for a period of
Two years.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 29/07/2022 15:00 Date Time Of Uploading Tender 27/06/2022 11:59
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 2764268.00 Tendering Section SR.DEE GEN
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 55300.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 24 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 15/07/2022 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Revenue

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule A-Supply of Items 2342600.00
Below/Par
1 560.00 Numbers 136.00 76160.00 AT Par 76160.00
Description:- Annual servicing & overhauling of window model/split type air conditioner 0.75/1/1.5/2 ton capacity
1 - Annual servicing & overhauling of window model/split type air conditioner 0.75/ 1/1.5/2 ton capacity of different
make & all power points inclusive of replacement of all spares at different service buildings over NGP division.
(Excluding Compressor, Blower motor, PCB replacement, gas supply & charging.) as per details described under
item No. 1 of Schedule of scope of work.
2 360.00 Numbers 121.00 43560.00 AT Par 43560.00
Description:- Annual servicing & overhauling of storage type water coolers - Annual servicing & overhauling of
2 storage type water coolers of different make & all power points inclusive of replacement of all spares (Excluding
Compressor, Blower motor replacement, gas supply and charging.) of all models at various service buildings over
NGP division as per details described under item No. 2 of Schedule of scope of work.
3 560.00 Numbers 91.00 50960.00 AT Par 50960.00
Description:- Breakdown maintenance of window model/split type air conditioners 0.75 / 1 / 1.5 / 2.0 ton
3 capacities - Breakdown maintenance of window model/split type air conditioners 0.75 / 1 / 1.5 / 2.0 ton capacities
of different makes inclusive of replacement of minor spares (Excluding Compressor, Blower motor, PCB
replacement, gas supply and charging.) at various service buildings over Nagpur division as per details described
under item No. 3 of Schedule of scope of work.
4 420.00 Numbers 81.00 34020.00 AT Par 34020.00
Description:- Breakdown maintenance of storage type water coolers - Breakdown maintenance of storage type
4 water coolers of different makes inclusive of replacement of minor spares thermostate, relay, starting capacitor,
running capacitor, e.t.c.(Excluding Compressor, Blower motor replacement, gas supply and charging.) at various
service buildings over Nagpur division as per details described under item No. 4 of Schedule of scope of work.
5 56.00 Numbers 81.00 4536.00 AT Par 4536.00
Description:- Breakdown maintenance of refrigerators - Breakdown maintenance of refrigerators of different
5 makes & all power points inclusive of replacement of all spares (thermostate, relay, blower motors, bulb etc.)
(Excluding Compressor replacement, gas supply and charging.) at various service buildings over Nagpur division
as per details described under item No. 5 of Schedule-A of scope of work.
6 30.00 Numbers 3817.00 114510.00 AT Par 114510.00

6 Description:- Supply & replacement of 1.5 Ton scroll compressor against old one. -Supply & replacement of 1.5
Ton scroll compressor by new one against old one as per details described under item No. 6 of Schedule of
scope of work.
7 30.00 Numbers 7572.00 227160.00 AT Par 227160.00
7
Pa g e 1 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14
NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

7
Description:- Supply & replacement of 2 Ton compressor against old one. - Supply & replacement of 2 Ton
compressor by new one against old one as per details described under item No. 7 of Schedule of scope of work.
8 12.00 Numbers 1331.00 15972.00 AT Par 15972.00

8 Description:- Supply & replacement of Compressor for refrigerators of sizes 1/6 Ton - Supply & replacement of
Compressor for refrigerators of sizes 1/6 Ton as per details described under item No. 8 of Schedule of scope of
work.
9 80.00 Numbers 745.00 59600.00 AT Par 59600.00
9 Description:- Reinstallation/New-installation of split AC unit - Reinstallation/New-installation of split AC units as
per details described under item No. 9 of Schedule of scope of work.
10 10.00 Numbers 415.00 4150.00 AT Par 4150.00
10 Description:- Reinstallation/New-installation of window AC unit - Reinstallation/New-installation of window AC
units as per details described under item No. 10 of Schedule of scope of work.
11 6.00 Numbers 1607.00 9642.00 AT Par 9642.00
11 Description:- Supply & replacement of blower motor for 1.5 TR window AC - Supply & replacement of blower
motor with runner for 1.5 TR window AC as per details described under item No. 11 of Schedule of scope of work.
12 14.00 Numbers 176.00 2464.00 AT Par 2464.00

12 Description:- Supply & replacement of blower motor for 1.5 TR window AC swing motor - Supply & replacement
of blower motor for 1.5 TR window AC swing motor as per details described under item No. 12 of Schedule of
scope of work.
13 10.00 Numbers 1205.00 12050.00 AT Par 12050.00
13 Description:- Supply & replacement of blower motor for 1.5 TR split AC - Supply & replacement of blower motor
with runner for 1.5 TR split AC as per details described under item No.13 of Schedule of scope of work.
14 10.00 Numbers 1457.00 14570.00 AT Par 14570.00
14 Description:- Supply & replacement of blower motor for 2 TR split AC - Supply & replacement of blower motor
with runner for 2 TR split AC as per details described under item No.14 of Schedule of scope of work.
15 70.00 Numbers 1105.00 77350.00 AT Par 77350.00
Description:- Supply & replacement of blower motor for water cooler 150/150 - Supply & replacement of blower
15
motor with blade for water cooler 150/150 as per details described under item No. 15 of Schedule of scope of
work.
16 12.00 Numbers 1356.00 16272.00 AT Par 16272.00
16 Description:- Supply & replacement of fan motor for 1.5 TR split AC - Supply & replacement of fan motor with
blade for 1.5 TR split AC as per details described under item No. 16 of Schedule of scope of work.
17 12.00 Numbers 1607.00 19284.00 AT Par 19284.00
17 Description:- Supply & replacement of fan motor for 2 TR split AC - Supply & replacement of fan motor with
blade for 2 TR split AC as per details described under item No. 17 of Schedule of scope of work.
18 14.00 Numbers 643.00 9002.00 AT Par 9002.00
Description:- Supply & replacement of PCB for window AC 0.75 Ton to 2 ton capacity - Supply & replacement of
18
PCB of different make for Window AC capacity 0.75 Ton to 2.0 Ton as per details described under item No. 18 of
Schedule of scope of work.
19 14.00 Numbers 1143.00 16002.00 AT Par 16002.00

19 Description:- Supply & replacement of PCB for Split AC capacity 1.5 Ton - Supply & replacement of PCB of
different make for Split AC capacity 1.5 Ton as per details described under item No. 19 of Schedule of scope of
work.
20 14.00 Numbers 1357.00 18998.00 AT Par 18998.00
Description:- Supply & replacement of PCB for Split AC capacity 2 Ton - Supply & replacement of PCB of
20
different make for Split AC capacity 2 Ton as per details described under item No. 20 of Schedule of scope of
work.
21 3262.00 Numbers 81.00 264222.00 AT Par 264222.00
21 Description:- Cleaning of water coolers & monthly repair. - Cleaning of water coolers & monthly repair as per
details described under item No. 21 of Schedule of scope of work.
22 4368.00 Numbers 62.00 270816.00 AT Par 270816.00
22 Description:- Cleaning of air filters in AC & bi monthly repair. - Cleaning of air filters in AC & monthly repair as
per details described under item No. 22 of Schedule of scope of work.
23 120.00 Numbers 3922.00 470640.00 AT Par 470640.00
23 Description:- Manning of breakdown maintenance by skilled staff. - Manning of breakdown maintenance by
skilled staff as per details described under item No. 23 of Schedule of scope of work.
24 120.00 Numbers 3423.00 410760.00 AT Par 410760.00

24
Pa g e 2 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14
NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

24
Description:- Manning of breakdown maintenance by semi-skilled staff - Manning of breakdown maintenance by
semi-skilled staff as per details described under item No. 24 of Schedule of scope of work.
25 200.00 Job 162.00 32400.00 AT Par 32400.00
25 Description:- Gas charging. - Gas charging as per details described under item No. 25 of Schedule of scope of
work.
26 150.00 Kg 450.00 67500.00 AT Par 67500.00
26 Description:- Supply of R410 refrigerent - Supply of R410 refrigerent as per details described under item No. 26
of Schedule of scope of work.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule B-GST 421668.00
Below/Par
Lump Sum 421668.00 AT Par 421668.00
1 Description :- GST @ 18% of total amount of Schedule 'A'. ***Note- It is variable and will be paid as per
prevailing rates of Govt. of India.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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. The Allowed
1 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
In case of any problem with the portal is faced while filling the e-tender,
Tenderers are advised to contact with the Helpdesk of IREPS portal who will
render all help and assistance related with the website and portal except that
1 No No Not Allowed
related with the details of the tender. Railway will not take any responsibility
for non-participation in the e-tender online for the reasons related to the
website and portal or server etc beyond the control of railways.
Address of tenderer: The address, email - Id and Mobile phone, other phone
nos. and other details given in the portal while registering will be considered
as official address and all correspondences to the tenderer will be made in
these registered modes. All communication sent in time to the tenderer by
2 No No Not Allowed
post at the said address shall be deemed to have reached the tenderer duly
and in time. Important documents shall be sent by Registered Post.
However, an undertaking has to be given in the enclosed annexure by
uploading a scanned copy of duly filled in form in the portal.
The Schedules of Works is also available seperately in the website online
3 No No Not Allowed
and Rates are to be quoted online and submitted online duly signed digitally.
Opening of e-tender online:- The e-tenders will be opened online using the
IREPS portal. No representative is required to be present for opening of
4 tender and taking notes of rates quoted and ranking as the complete details No No Not Allowed
of rates etc. of all the bidders shall be available to the bidders in the website
after the opening of the tender.

Pa g e 3 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

In case the date of closing mentioned in the Notice Inviting Tender is


declared a holiday/bandh/strike etc. on any account, the date of closing
tender online will not be changed as the application in the website of IREPS
5 No No Not Allowed
does not permit submission of any offer after closing date and time of the
tender. However, opening of tenders online will be on any convenient day
after the closing date/time of tenders.
All documents in support of fulfillment of the eligibility criteria with respect to
completion of Similar nature of work for Technical Eligibility Criteria and Total
6 gross contractual receipt value for Financial Eligibility Criteria should be No No Not Allowed
uploaded online in the website with scanned copy in pdf format at the time of
tender bidding with details showing in the Annexures.
Tender must be accompanied with cost of tender form of requisite amount
as mentioned in NIT in A/c of F.A.& C.A.O., S.E.C.Railway, Bilaspur
7 No No Not Allowed
deposited through Internet Banking, Credit/Debit card or payment mode as
available on http://ireps.gov.in.
8 Approval of supply items No No Not Allowed
Approval for make of materials shall be taken by tenderer before supply of
8.1 No No Not Allowed
each item from Sr.DEE(G) Office,2nd floor of DRM building, SECR/Nagpur.
In case of above / below/at par is not mentioned or multiple rates the offer
9 No No Not Allowed
will be summarily rejected.
General conditions of the contract and specification for materials and works
are laid down in Indian Railways Standard General Conditions of Contract -
10 No No Not Allowed
April 2022, corrected upto date which can be seen at the office of
Sr.Divi.Elect.Engineer(G) S.E.C.Railway,Nagpur, on any working day.
If tender(s) deliberately gives wrong information in his/their tender, or
11 creates circumstances for the acceptance of his/their tender, the Railway No No Not Allowed
reserves the right to reject such tender at any stage.
If the tenderer expires after the submission of his tender after the
acceptance of his tender the Railway shall deem, such tender as cancelled.
12 No No Not Allowed
If a partner of a firm expires after the acceptance of their tender the railway
shall deem such tender as cancelled unless the firm retains its character.
The difference in value between the earnest money already deposited by the
tenderer and amount of security deposit to be paid by him as per the above
calculation shall be recovered by a percentage deduction, ordinarily 10%
from period payments to be made on account of work done. In case of
contracts awarded to the labour co-operative societies, deduction of security
deposit at the rate of 5% from each bill shall be made. A deposit of cash
13 Government securities as 5% below the market value deposit receipt Bonds No No Not Allowed
executed by the State Nationalised Bank, Bank Guised Bank, Guarantee
bonds of any bank of India/any Nation in the post office saving bank and
deposit, schedule bank, deposing certificates. Deposit receipts of banks in
the national saving bank deposit should be pledged an hypo- and post of the
FA & CAO S.E.C.Rly., Bilaspur. No interest shall be the cat the said security
when deposited in cash.
It is to be clearly understood that this is on a rough assessment. The railway
administration reserves the right either not to award any or all the works to
14 the contractor to increase or decrease the value of works without assigning No No Not Allowed
any reasons. For such curtailment or increase in the works the contractor will
not be entitled to any compensation whatsoever.
The authority for the acceptance of the tender will rest with the
Sr.Divl.Elect.Engineer(G), S.E.C.Rly, Nagpur, who does not bind himself to
accept the lowest or any other tender nor does he undertake to assign
15 reasons for declining to consider any particulars tender/Tenders. The Rly. No No Not Allowed
also reserves the right to accept tender either for full quantity of works of
part thereof or divide the works amongst more than one tenderer without
any reason for such action.
The successful tenderer(s) will have to execute an agreement with President
of India, acting through Sr. Divl. Electrical Engineer(G), S.E.C.Rly Nagpur for
16 No No Not Allowed
carrying out the work according to the general conditions of the contract and
standard specifications for works of April 2022, corrected upto dates.

Pa g e 4 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

The tenderer shall keep the offer open for a minimum period of 60 (Sixty)
days from the date of opening of the tender, during which the tenderer
cannot withdraw his offer, subject to the period being extended further, if
17 No No Not Allowed
required by an agreement from time to time. Any contravention on the above
condition will make the tenderer liable forfeiture of his security deposit for the
due performance of the forgoing stipulation.
Should tenderer be a retired Engineer of the Gazetted rank or any other
Gazetted officer working before his retirement, whether in the executive or
administrative capacity, or whether holding a pensionable post or in the
Engineering department of any of the railways owned and administered by
the President of India for the time being or should a tenderer, being a
partnership firm, have as one of its partner a retired Engineer or a retired
officer, as aforesaid or should a tenderer, being an incorporated company,
have in a such retired Engineer of retired officer as on of its directors or
should a tenderer have in his employment any retired Engineer or retired
Gazetted officer as aforesaid the full information as to the date of retirement
18 of such Engineer or officer and posts held in the Government service during No No Not Allowed
the last two years prior to the date of submission of the tender as to whether
permission for taking such contract to become partner or a Director as the
case may be or to take employment under the contractor being a
partnership firm or an incorporated company to become a partner or a
director as the case may has been obtained by the tenderer of the officer as
the case may be from the " President of India " or any officer duly authorised
by him in this behalf shall be clearly stated in writing at the time of submitting
the tender. Tender without the above information or statement to the effect
that no such retired Engineer or retired Gazetted officer is so associated with
them shall be rejected.
Should a tenderer or contractor being a individual on the approved
contractors have a relative employed in Gazetted capacity in the Engineering
department of the S.E.C.Rly or in the case of partnership firm or company
incorporated under the Indian company law should a partner or a relative of
the partner or a shareholder of a relative of the shareholder be employee in
19 No No Not Allowed
Gazetted capacity in the Engineering department of S.E.C.Rly., the authority
inviting tenders shall be informed of the fact at the time of submission
tenders railing which the tender may be rejected or if such fact subsequently
comes to light the contract may be rescinded in accordance with the
provision in clause 64 of the general conditions of the contracts.
When the tender is received by the administration, it will be understood that
the tender(s) has/have gone through carefully in details all the instructions,
conditions, general and special conditions of the contracts and general and
special instructions for execution of the works and that the tenderer(s)
20 has/have got himself/themselves clarified all points and doubts and No No Not Allowed
interpretations by the proper authorities of the railway administration. The
submission of a tender by the contractor implies that he has read and abides
by the conditions stated herein and in the tender notice accompany the
tender form.
The tenderer(s) shall quote his/their rates inclusive of all charges including
21 all taxes levied by the union of India or State Government including sales tax No No Not Allowed
etc.
When work is tendered for by a firm or company of contractors the tender
shall be signed by the individual legally authorised to enter into commitment
on their behalf. The railway will not be bound by any power of attorney
granted by the tenderer or by changes in the composition of the firm
22 No No Not Allowed
subsequent to the execution of the contract. It may however, recognize such
power of attorney and changes after obtaining proper legal advice, the cost
of which will be chargeable to the contractors mentioned below. a) For initial
vetting Rs 200.00 b) For subsequent vetting Rs 100.00

Pa g e 5 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

The tenderers shall specifically and fully disclose their respective


constitutions and submit along with tender attested copies of documents like
partnership deed, articles of memorandum of association etc. if any, in
support of such disclosure. If a tenderer is a firm i.e partnership business, it
should be stated whether the same is registered under the Indian
23 No No Not Allowed
Partnership Act, and the name and address of all the partners of the firm
should be fully disclosed. The Railway administration shall always have the
liberty to require production of the originals of the said documents and also
to make other requisition regarding the constitution as may be considered
necessary from time to time.
Should a tenderer find discrepancies, commissions from the drawing or any
of the tender form or should be in authority as to their meaning he should at
24 No No Not Allowed
once notify the authority inviting tenders who may sent written instructions to
all the tenders.
It shall be understood that every endeavor has been made to avoid any
error which can materially affect the basis of the tender and the successful
25 tender shall take open himself and provide for the risk of any error which No No Not Allowed
may subsequently be discovered and shall not make subsequently claim on
account, thereof.
If the work is cancelled before the commencement or is terminated during
execution in accordance with the condition prescribed in Indian Railways
26 Standard General Conditions of Contract - April 2022, with correction slip No No Not Allowed
upto date. The railway administration reserves the right to invite fresh
tenders for the whole or any portion of work.
Tender submitted with cheques, FDR or Bank Guarantee for earnest money
27 No No Not Allowed
deposit will not be considered for acceptance but will be summarily rejected.
For tender upto the value of Rs 1 lakh each, unemployed graduates
Engineers higher individually or collectively who have registered themselves
as contractors with the Rly. will be exempted on acceptance of their tender
28 form depositing initial security deposit as prescribed in clause 16 of the No No Not Allowed
General conditions of the contract. The security deposit as required will
however be made up by their way of deduction at the rate of 10% from their
period to payments to be made on account of work done.
The tenderer whose tender has been accepted shall be required to appear
at the office of the General Manager/Chief Electrical Engineer/Divl Rly.
Manager as the case may be, in person and the case of firm or a
corporation a duly authorized representative, to execute the contract,
documents within seven days from the issue of notice forwarding the
contract. Failure to do so shall constitute breach of the earnest money
29 No No Not Allowed
accompanying the tender shall be forfeited by the Rly. as liquidated
damages for such default. In the event of any tenderer, whose tender is
accepted, refuse to execute the contract documents the Rly. Administration
shall deem such tenderer abandoning the contract and there upon, his
tender and the acceptance thereof shall be treated as null and void and the
Rly shall be entitled to forfeit the earnest money as liquidated damages.
The work will be carried out on a fixed programme approved by the Sr.Divl.
30 Elect. Engineer. The method and system of carrying out the work will be No No Not Allowed
described by him or his representative.
A certificate should be attached along with the tender papers that the
tenderer(s) has/have purchased. Copy of the Bill(s) of quantity/schedule of
31 No No Not Allowed
rates of S.E.C.Rly and gone through all conditions of the contract, and rates
specifications etc. embodied therein.
Deduction of Income tax at source at the rated of 2% shall be made from the
32 contractor's bill in terms of provision in section 194-C of the Income TaxAct- No No Not Allowed
1961.
During execution of works against this contract, the contractors(s) will be
33 No No Not Allowed
responsible for antilarval work at his/their own cost.

Pa g e 6 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

The contractor shall employ the following technical staff during the execution
of his worki) One graduate Engineer when the cost of the work to be
executed is Rs 15 lakhs and above. ii)One qualified Diploma Holder (Junior
Engineer) when the post of works to be executed is more than Rs 5 lakhs
but less than Rs 15 lakhs. Technical staff should be available at the site
whenever required by the engineer incharge to take instructions in case the
contractors fail to employ technical staff as aforesaid he shall be liable to pay
34 No No Not Allowed
a reasonable amount not exceeding a sum of Rs 2,000/- (Rupees Two
thousand only) for each month of default in case of graduate Engineer and
Rs 1000/- (Rupees One thousand only) for each month of default in case of
Diploma Holder (overseer) The decision of the Engineer-In Charge as to the
period for which the required technical staff has not employed by the
contractor and as to the reasonableness of the amount to be deducted on
this account shall be final and binding on the contractor.
In case the over all value of the tender by a public sector undertaking of the
state of Central Government is upto 10% higher than the lowest tender of a
35 No No Not Allowed
private tenderer the Rly. reserves the right to give preference to the tender
of such public sector undertaking ignoring the lower tender.
Tenderers are required to submit authority letter for signing of tender
36 bid/papers with electronic bid. Papers related to formation of firm i.e. No No Not Allowed
proprietor ship/partnership bid/Pvt. Ltd. etc. if any shall be submitted.
List of work on hand indicating description of works, contract value,
approximate value of balance work yet be done and date of award
37 No No Not Allowed
(Supportive documents/ certificates form organizations with whom tenderer
is working should be enclosed).
The works are required to be completed within a period of Twenty four(24)
38 No No Not Allowed
months from the date of issue of acceptance letter.
Earnest Money/Bid security: (a) The tender must be accompanied by a sum
o f Fifty five thousand three hundred only(Rs.55300) as Bid security
deposited in cash through e-payment gateway or as mentioned in tender
documents, failing which the tender shall l not be considered. Any firm
recognized by Department of Industrial Policy and Promotion (DIPP) as
'Startups' shall be exempted from payment of Earnest Money on submission
of Registration Certificate issued by appropriate authority. (b)The
Tenderer(s) shall keep the offer open for a minimum period of 60 days (in
case of two packet system of tendering 90 days) from the date of opening of
the Tender. It is understood that the tender documents have been issued to
the Tenderer(s) and the Tenderer(s), is / are permitted to tender in
consideration of the stipulation on his / their part that after submitting his /
their tender subject to the period being extended further, if required by
mutual agreement from time to time, he will not resile from his offer or
39 modify the terms and conditions thereof in a manner not acceptable to the No No Not Allowed
Chief Engineer/Dy. Chief Engineer/Divisional Engineer of Nagpur Division of
South East Central Railway, Should the tenderer fail to observe or comply
with the foregoing stipulation, the amount deposited as Earnest Money for
the due performance of the above stipulation, shall be forfeited to the
Railway. (c) If his tender is accepted the earnest money mentioned in sub
clause (a) above will be retained as part security for the due and faithful
fulfillment of the contract in terms of Clause 16 of the Standard General
Conditions of Contract. The Bid security of other Tenderers shall, save as
herein before provided, be returned to them, but the Railway shall not be
responsible for any loss or depreciation to the Earnest Money that may
happen thereto while in their possession, nor be liable to pay interest
thereon. (d) In case Contractor submits the Term Deposit Receipt/Bank
Guarantee Bond towards full Security Deposit, the Railway shall return the
Earnest Money so retained to the Contractor.
Rights of the Railway to deal with Tender: The authority for the acceptance
of the tender will rest with the Railway. It shall not be obligatory on the said
authority to accept the lowest tender or any other tender, and tenderer(s)
40 No No Not Allowed
shall neither demand any explanation for the cause of rejection of his/ their
tender nor the Railway to assign reasons for declining to consider or reject
any particular tender or tenders.
If the tenderer(s) deliberately gives / give wrong information in his / their
41 tender or creates / create circumstances for the acceptance of his / their No No Not Allowed
tender, the Railway reserves the right to reject such tender at any stage.

Pa g e 7 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

If the tenderer(s) expire(s) after the submission of his / their tender or after
the acceptance of his / their offer, the Railway shall deem such tender
42 cancelled. If a partner of a firm expires after the submission of their tender or No No Not Allowed
after the acceptance of their tender, the Railway shall deem such tender as
cancelled, unless the firm retains its character.
43 Eligibility Criteria: No No Not Allowed
10.1 Technical Eligibility Criteria: (a) (a) The tenderer must have successfully
completed or substantially completed any one of the following categories of
work(s) during last 07 (seven) years, ending last day of month previous to
the one in which tender is invited: (i) Three similar works each costing not
less than the amount equal to 30% of advertised value of the tender, or (ii)
Two similar works each costing not less than the amount equal to 40% of
advertised value of the tender, or (iii) One similar work costing not less than
the amount equal to 60% of advertised value of the tender. (b) (1) In case of
tenders for composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works,
OHE works etc. and in the case of major bridges - substructure,
superstructure etc.), tenderer must have successfully completed or
substantially completed any one of the following categories of work(s) during
last 07 (seven) years, ending last day of month previous to the one in which
tender is invited: (i) Three similar works each costing not less than the
amount equal to 30% of advertised value of each component of tender, or
(ii) Two similar works each costing not less than the amount equal to 40% of
advertised value of each component of tender, or (iii) One similar work each
costing not less than the amount equal to 60% of advertised value of each
component of tender. Note for b(1): Separate completed works of minimum
required values shall also be considered for fulfillment of technical eligibility
criteria for different components. (b)(2)In such cases, what constitutes a
43.1 component in a composite work shall be clearly pre-defined with estimated No No Not Allowed
tender cost of it, as part of the tender documents without any ambiguity. (b)
(3) To evaluate the technical eligibility of tenderer, only components of work
as stipulated in tender documents for evaluation of technical eligibility, shall
be considered. The scope of work covered in other remaining components
shall be either executed by tenderer himself if he has work experience as
mentioned in clause 7 of the Standard General Conditions of Contractor
through subcontractor fulfilling the requirements as per clause 7 of the
Standard General Conditions of Contract or jointly i.e., partly himself and
remaining through subcontractor, with prior approval of Chief Engineer in
writing. However, if required in tender documents by way of Special
Conditions, a formal agreement duly notarised, legally enforceable in the
court of law, shall be executed by the main contractor with the subcontractor
for the component(s) of work proposed to be executed by the
subcontractor(s), and shall be submitted along with the offer for considering
subletting of that scope of work towards fulfilment of technical eligibility. Such
subcontractor must fulfill technical eligibility criteria as follows: The
subcontractor shall have successfully completed at least one work similar to
work proposed for subcontract, costing not less than 35% value of work to
be subletted, in last 5 years, ending last day of month previous to the one in
which tender is invited through a works contract. Note: for subletting of work
costing up to Rs 50 lakh, no previous work experience of subcontractor shall
be asked for by the Railway.
Note for Item 10.1: Work experience certificate from private individual shall
not be considered. However, in addition to work experience certificates
issued by any Govt. Organisation, work experience certificate issued by
Public listed company having average annual turnover of Rs 500 crore and
above in last 3 financial years excluding the current financial year, listed on
National Stock Exchange or Bombay Stock Exchange,
incorporated/registered at least 5 years prior to the date of closing of tender,
43.1.1 shall also be considered provided the work experience certificate has been No No Not Allowed
issued by a person authorized by the Public listed company to issue such
certificates. In case tenderer submits work experience certificate issued by
public listed company, the tenderer shall also submit along with work
experience certificate, the relevant copy of work order, bill of quantities, bill
wise details of payment received duly certified by Chartered Accountant,
TDS certificates for all payments received and copy of final/last bill paid by
company in support of above work experience certificate.

Pa g e 8 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

In case after award of contract or during execution of work it becomes


necessary for contractor to change subcontractor, the same shall be done
43.1.2 No No Not Allowed
with subcontractor(s) fulfiling the requirements as per clause 7 of standard
GCC, with prior approval of chief engineer in writing.
In case after award of contract or during execution of work it becomes
necessary for contractor to change subcontractor, the same shall be done
43.1.3 No No Not Allowed
with subcontractor(s) fulfiling the req as per the clause 7/ standard GCC with
prior approval of chief engineer in writing
Financial Eligibility Criteria: 10.2 Financial Eligibility Criteria: The tenderer
must have minimum average annual contractual turnover of 1.5 V/N crores;
where V= Advertised value of the tender in crores of Rupees N= Number of
years prescribed for completion of work for which bids have been invited.
The average annual contractual turnover shall be calculated as an average
of "total contractual payments" in the previous three financial years, as per
43.2 the audited balance sheet. However, in case balance sheet of the previous No No Not Allowed
year is yet to be prepared/ audited, the audited balance sheet of the fourth
previous year shall be considered for calculating average annual contractual
turnover. The tenderers shall submit requisite information as per Annexure-
VIB, along with copies of Audited Balance Sheets duly certified by the
Chartered Accountant/ Certificate from Chartered Accountant duly supported
by Audited Balance Sheet.
No Technical and Financial credentials are required for tenders having value
43.3 No No Not Allowed
up to Rs 50 lakh.
Credentials if submitted in foreign currency shall be converted into Indian
currency i.e., Indian Rupee as under: The conversion rate of US Dollars into
Rupees shall be the daily representative exchange rates published by the
Reserve Bank of India or entity authorized by RBI to do so for the relevant
date or immediatley previous date for which rates have been published
'Where, relevant date shall be as on the last day of month previous to the
43.3.1 one in which tender is invited. In case of any other currency, the same shall No No Not Allowed
first be converted to US Dollars as on the last day of month previous to the
one in which tender is invited, and the amount so derived in US Dollars shall
be converted into Rupees at the aforesaid rate. The conversion rate of such
currencies shall be the daily representative exchange rates published by the
International Monetary Fund for the relevant date or immediatly previous
date for which rates have been published.

Pa g e 9 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

[Explanation for clause 10 including clause 10.1 to 10.5 - Eligibility Criteria: 1.


Substantially Completed Work means an ongoing work in which payment
equal to or more than 90% of the present contract value (excluding the
payment made for adjustment of Price variation (PVC), if any) has been
made to the contractor in that ongoing contract and no proceedings of
termination of contract on Contractor's default has been initiated. The
credential certificate in this regard should have been issued not prior to 60
days of date of invitation of present tender. 2. In case a work is started prior
to 07 (seven) years, ending last day of month previous to the one in which
tender is invited, but completed in last 07 (seven) years, ending last day of
month previous to the one in which tender is invited, the completed work
shall be considered for fulfillment of credentials. 3. If a work is physically
completed and completion certificate to this extent is issued by the
concerned organization but final bill is pending, such work shall be
considered for fulfillment of credentials 4. In case of completed work, the
value of final bill (gross amount) including the PVC amount (if paid) shall be
considered as the completion cost of work. In case final bill is pending, only
the total gross amount already paid including the PVC amount (if paid) shall
be considered as the completion cost of work. In case of substantially
completed work, the total gross amount already paid including the PVC
amount (if paid), as mentioned in the certificate, shall be considered as the
43.4 No No Not Allowed
cost of substantially completed work. 5. If a bidder has successfully
completed a work as subcontractor and the work experience certificate has
been issued for such work to the subcontractor by a Govt. Organization or
public listed company as defined in Note for Item 10.1 Para 10 of the Tender
Form (Second Sheet), the same shall be considered for the purpose of
fulfillment of credentials. 6. In case a work is considered similar in nature for
fulfillment of technical credentials, the overall cost including the PVC amount
(if paid) of that completed work or substantially completed work, shall be
considered and no separate evaluation for each component of that work
shall be made to decide eligibility. 7. In case of newly formed partnership
firm, the credentials of individual partners from previous propriety firm(s) or
dissolved previous partnership firm(s) or split previous partnership firm(s),
shall be considered only to the extent of their share in previous entity on the
date of dissolution / split and their share in newly formed partnership firm.
For example, a partner A had 30% share in previous entity and his share in
present partnership firm is 20%. In the present tender under consideration,
the credentials of partner A will be considered to the extent of 0.3*0.2*value
of the work done in the previous entity. For this purpose, the tenderer shall
submit along with his bid all the relevant documents which include copy of
previous partnership deed(s), dissolution deed(s) and proof of surrender of
PAN No.(s) in case of dissolution of partnership firm(s) etc.

Pa g e 10 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

7. In case of existing partnership firm, if any one or more partners quit the
partnership firm, the credentials of remaining partnership firm shall be re-
worked out i.e., the quitting partner(s) shall take away his credentials to the
extent of his share on the date of quitting the partnership firm (e.g. in a
partnership firm of partners A, B & C having share 30%, 30% & 40%
respectively and credentials of Rs 10 crore; in case partner C quits the firm,
the credentials of this partnership firm shall remain as Rs 6 crore). For this
purpose, the tenderer shall submit along with his bid all the relevant
documents which include copy of previous partnership deed(s), dissolution
deed(s) and proof of surrender of PAN No.(s) in case of dissolution of
partnership firm(s) etc. 8. In case of existing partnership firm if any other
partner(s) joins the firm, the credentials of partnership firm shall get
enhanced to the extent of credentials of newly added partner(s) on the same
principles as mentioned in item 6 above. For this purpose, the tenderer shall
submit along with his bid all the relevant documents which include copy of
previous partnership deeds, dissolution/splitting deeds and proof of
surrender of PAN No.(s) in case of dissolution of partnership firm etc. 9. Any
partner in a partnership firm cannot use or claim his credentials in any other
firm without leaving the partnership firm i.e., In a partnership firm of A&B
43.4.1 No No Not Allowed
partners, A or B partner cannot use credentials of partnership firm of A&B
partners in any other partnership firm or propriety firm without leaving
partnership firm of A&B partners. 10. In case a partner in a partnership firm
is replaced due to succession as per succession law, the proportion of
credentials of the previous partner will be passed on to the successor. 11. If
the percentage share among partners of a partnership firm is changed, but
the partners remain the same, the credentials of the firm before such
modification in the share will continue to be considered for the firm as it is
without any change in their value. Further, in case a partner of partnership
firm retires without taking away any credentials from the firm, the credentials
of partnership firm shall remain the same as it is without any change in their
value. 12. In a partnership firm "AB" of A&B partners, in case A also works as
propriety firm "P" or partner in some other partnership firm "AX", credentials
of A in propriety firm "P" or in other partnership firm "AX" earned after the
date of becoming a partner of the firm AB shall not be added in partnership
firm AB. 13. In case a tenderer is LLP, the credentials of tenderer shall be
worked out on above lines similar to a partnership firm. 14. In case company
A is merged with company B, then company B would get the credentials of
company A also.]

Pa g e 11 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

8. In case of existing partnership firm, if any one or more partners quit the
partnership firm, the credentials of remaining partnership firm shall be re-
worked out i.e., the quitting partner(s) shalltake away his credentials to the
extent of his share on the date of quitting the partnership firm(e.g. in a
partnership firm of partners A, B & C having share 30%, 30% & 40%
respectively and credentials of Rs 10 crore; in case partner C quits the firm,
the credentials of this partnership firm shall remain as Rs 6 crore). For this
purpose, the tenderer shall submit along with his bid all the relevant
documents which include copy of previous partnership deed(s),dissolution
deed(s) and proof of surrender of PAN No.(s) in case of dissolution of
partnership firm(s) etc. 9. In case of existing partnership firm without any
modification in the name and PAN/TAN no of the firm , the credentials of
partnership firm shall get enhanced to the extent of credentials of newly
added partner(s) on the same principles as mentioned in item 6 above. For
this purpose, the tenderer shall submit along with his bid all the relevant
documents which include copy of previous partnership deeds,
dissolution/splitting deeds and proof of surrender of PAN No.(s) in case of
dissolution of partnership firm etc. 10. Any partner in a partnership firm
cannot use or claim his credentials in any other firm without leaving the
43.4.2 partnership firm i.e., In a partnership firm of A&B partners, A or B partner No No Not Allowed
cannot use credentials of partnership firm of A&B partners in any other
partnership firm or propriety firm without leaving partnership firm of A&B
partners. 11. In case a partner in a partnership firm is replaced due to
succession as per succession law, the proportion of credentials of the
previous partner will be passed on to the successor. 12. If the percentage
share among partners of a partnership firm is changed, but the partners
remain the same, the credentials of the firm before such modification in the
share will continue to be considered for the firm as it is without any change in
their value. Further, in case a partner of partnership firm retires without
taking away any credentials from the firm, the credentials of partnership firm
shall remain the same as it is without any change in their value. 13. In a
partnership firm "AB" of A&B partners, in case A also works as propriety firm
"P" or partner in some other partnership firm "AX", credentials of A in
propriety firm "P" or in other partnership firm "AX" earned after the date of
becoming a partner of the firm AB shall not be added in partnership firm AB.
14. In case a tenderer is LLP, the credentials of tenderer shall be worked out
on above lines similar to a partnership firm. 15. In case company A is
merged with company B, then company B would get the credentials o
company A also.]

Pa g e 12 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

Tenderer Credentials: Documents testifying tenderer previous experience


and financial status should be produced alongwith the tender. Tenderer(s)
who is / are not borne on the approved list of the Contractors of South East
Central Railway shall submit alongwith his / their tender: (i)Certificates and
testimonials regarding contracting experience for the type of job 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, Audited Balance Sheet duly
certified by the Chartered Accountant etc regarding contractual 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 be inducted and hired for the
tendered work. (iv)A copy of certificate stating that they are not liable to be
disqualified and all their statements/documents submitted alongwith bid are
true and factual. Standard format of the certificate to be submitted by the
bidder is enclosed as Annexure-V. Non submission of a copy of certificate by
the bidder shall result in summarily rejection of his/their bid. It shall be
mandatorily incumbent upon the tenderer to identify, state and submit the
44 supporting documents duly self attested/digitally signed by which they/he No No Not Allowed
are/is qualifying the Qualifying Criteria mentioned in the Tender Document.
(v)The Railway reserves the right to verify all statements, information and
documents submitted by the bidder in his tender offer, and the bidder shall,
when so required by the Railway, make available all such information,
evidence and documents as may be necessary for such verification. Any
such verification or lack of such verification, by the Railway shall not relieve
the bidder of its obligations or liabilities hereunder nor will it affect any rights
of the Railway thereunder. (vi)(a) In case of any information submitted by
tenderer is found to be false forged or incorrect at any time during process
for evaluation of tenders, it shall lead to forfeiture of the tender Bid
security/Earnest Money Deposit besides banning of business for a period of
upto five years. (b) In case of any information submitted by tenderer is found
to be false forged or incorrect after the award of contract, the contract shall
be terminated. Earnest Money Deposit (EMD), Performance Guarantee and
Security Deposit available with the railway shall be forfeited. In addition,
other dues of the contractor, if any, under this contract shall be forfeited and
agency shall be banned for doing business for a period of upto five years.
Non-compliance with any of the conditions set forth therein above is liable to
45 No No Not Allowed
result in the tender being rejected.
Execution of Contract Documents: The successful Tenderer(s) shall be
required to execute an agreement with the President of India acting through
the Sr.DEE(G)/SECR/NGP, South East Central Railway for carrying out the
46 work according to Standard General Conditions of Contract, Special No No Not Allowed
Conditions / Specifications annexed to the tender and Standard
Specifications for (Works and Materials) of Railway as amended/corrected
upto latest correction slips, mentioned in tender form (First Sheet).
47 14 Documents to be Submitted Along with Tender: No No Not Allowed
(i) The tenderer shall clearly specify whether the tender is submitted on his
own (Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society / Registered Trust / Hindu undivided family
(HUF)/Limited Liability Partnership(LLP) etc. The tenderer(s) shall enclose
47.1 No No Not Allowed
the attested copies of the constitution 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 be legally competent to sign them on behalf
of the firm, company, association, trust or society, as the case may be.

Pa g e 13 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

(ii) Following documents shall be submitted by the tenderer(a) Sole


Proprietorship Firm: (i) All documents in terms of Para 10 of the Tender
Form (Second Sheet) above. (b) HUF: (i) A copy of notarized affidavit on
Stamp Paper declaring that he who is submitting the tender on behalf of
HUF is in the position of 'Karta' of Hindu Undivided Family (HUF) and he has
the authority, power and consent given by other members to act on behalf of
HUF. (ii) All other documents in terms of Para 10 of the Tender Form
(Second Sheet) above. (c) Partnership Firm: (i) All documents as mentioned
in para18 of the Tender Form (Second Sheet). (d) Joint Venture (JV): All
documents as mentioned in para 17 of the Tender Form (Second Sheet). (e)
Company registered under Companies Act2013: (i) The copies of MOA
(Memorandum of Association) / AOA (Articles of Association) of the company
(ii) A copy of Certificate of Incorporation (iii) A copy of Authorization/Power of
Attorney issued by the Company (backed by the resolution of Board of
Directors) in favour of the individual to sign the tender on behalf of the
company and create liability against the company. (iv) All other documents in
terms Para 10 of the Tender Form (Second Sheet) above. (f) LLP (Limited
47.2 No No Not Allowed
Liability Partnership): (i) A copy of LLP Agreement (ii) A copy of Certificate of
Incorporation (iii) A copy of Power of Attorney/Authorization issued by the
LLP in favour of the individual to sign the tender on behalf of the LLP and
create liability against the LLP. (iv) An undertaking by all partners of the LLP
that they are not blacklisted or debarred by Railways or any other Ministry /
Department of the Govt. of India from participation in tenders / contracts as
on the date of submission of bids, either in their individual capacity or in any
firm/LLP or JV in which they were / are partners/members. Concealment /
wrong information in regard to above shall make the contract liable for
determination under Clause 62 of the Standard General Conditions of
Contract. (v) All other documents in terms of Para 10 of the Tender Form
(Second Sheet). (g) Registered Society & Registered Trust: (i) A copy of
Certificate of Registration (ii) A copy of Memorandum of Association of
Society/Trust Deed (iii) A copy of Power of Attorney in favour of the individual
to sign the tender documents and create liability against the Society/Trust.
(iv) A copy of Rules & Regulations of the Society (v) All other documents in
terms of Para 10 of the Tender Form (Second Sheet) above.:

Pa g e 14 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

(iii) If it is NOT mentioned in the submitted tender that tender is being


submitted on behalf of a Sole Proprietorship firm / Partnership firm / Joint
Venture / Registered Company etc., then the tender shall be treated as
having been submitted by the individual who has signed the tender. (iv) After
opening of the tender, any document pertaining to the constitution of Sole
Proprietorship Firm / Partnership Firm / Registered Company/ Registered
Trust / Registered Society / HUF/LLP etc. shall be neither asked nor
considered, if submitted. Further, no suo moto cognizance of any document
available in public domain (i.e., on internet etc.) or in Railway's record/office
files etc. will be taken for consideration of the tender, if no such mention is
available in tender offer submitted. (v) A tender from JV shall be considered
only where permissible as per the tender conditions. (vi) The Railway will not
be bound by any change of power of attorney or in the composition of the
firm made subsequent to the submission of tender. Railway may, however,
recognize such power of attorney and changes after obtaining proper legal
advice, the cost of which will be chargeable to the Contractor. 15. The
tenderer whether sole proprietor / a company or a partnership firm / joint
venture (JV) / registered society / registered trust / HUF / LLP etc if they
want to act through agent or individual partner(s), should submit along with
47.2.1 No No Not Allowed
the tender, a copy of power of attorney duly stamped and authenticated by a
Notary Public or 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 sign the tender, submit the tender and further to deal with the
Tender/ Contract up to the stage of signing the agreement except in case
where such specific person is authorized for above purposes through a
provision made in the partnership deed / Memorandum of Understanding /
Article of Association /Board resolution, failing which tender shall be
summarily rejected. A separate power of attorney duly stamped and
authenticated by a Notary Public or by Magistrate in favour of the specific
person whether he/they be partner(s) of the firm or any other person, shall
be submitted after award of work, specifically authorizing him/them to deal
with all other contractual activities subsequent to signing of agreement, if
required. Note: A Power of Attorney executed and issued overseas, the
document will also have to be legalized by the Indian Embassy and notarized
in the jurisdiction where the Power of Attorney is being issued. However, the
Power of Attorney provided by Bidders from countries that have signed the
Hague Legislation Convention 1961 are not required to be legalized by the
Indian Embassy if it carries a conforming Appostille certificate.
48 Employment/Partnership etc. of Retired Railway Employees: No No Not Allowed
a) Should a tenderer i) be a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, whether in the executive
or administrative capacity or whether holding a pensionable post or not, in
the Engineering or any other department of any of the railways owned and
administered by the President of India for the time being, OR ii) being
partnership firm / joint venture (JV) / registered society / registered trust etc
have as one of its partner/members a retired Engineer of the gazetted rank
or any other gazetted officer working before his retirement, OR iii) being an
incorporated company have any such retired Engineer of the gazetted rank
o r any other gazetted officer working before his retirement as one of its
48.1 No No Not Allowed
directors AND in case where such Engineer or officer had not retired from
government service at least 1 year prior to the date of submission of the
tender T H E N the tenderer will give full information as to the date of
retirement of such Engineer or gazetted officer from the said service and as
to whether permission for taking such contract, or if the Contractor be a
partnership firm or an incorporated company, to become a partner or
director as the case may be, has been obtained by the tenderer or the
Engineer or officer, as the case may be from the President of India or any
officer, duly authorized by him in this behalf, shall be clearly stated in writing
at the time of submitting the tender.

Pa g e 15 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

b) In case, upon successful award of contract, should a tenderer depute for


execution of the works under or to deal matters related with this contract,
any retired Engineer of gazette rank or retired gazetted officer working
before his retirement in the Engineering or any other department of any of
the railways owned and administered by the President of India for the time
48.2 being, and now in his employment, then the tenderer will ensure that retired No No Not Allowed
Engineer or retired gazetted officer had retired from government service at
least 1 year prior to the date of his employment with tenderer and in case he
had retired from service within a year then he possesses the requisite
permission from the President of India or any officer, duly authorized by him
in this behalf, to get associated with the tenderer .
c) Should a tenderer or Contractor being an individual, have member(s) of
his family or in the case of partnership firm/ company / joint venture (JV) /
registered society / registered trust etc. one or more of his
partner(s)/shareholder(s) or member(s) of the family of
partner(s)/shareholder(s) having share of more than 1% in the tendering
48.3 entity employed in gazetted capacity in the Engineering or any other No No Not Allowed
department of the railway, then the tenderer at the time of submission of
tender, will inform the authority inviting tenders the details of such persons.
Note:-If information as required as per 16.a), b), c) above has not been
furnished, contract is liable to be dealt in accordance with provision of clause
62 of Standard General Condition of contract.
Participation of Partnership Firms in works tenders : Participation of
49 Partnership Firms in works tenders will be governed by as per Indian No No Not Allowed
Railway GCC, april 2022.
(1)Execution Co-Relation and Intent of Contract Documents: The contract
documents shall be signed in triplicate by the Railway and the Contractor.
The contract documents are complementary and what is called for by
anyone shall be as binding as if called for by all, the intention of the
documents is to include all labour and materials, equipments and
transportation necessary for proper execution of work. Materials or works
not covered by or properly inferable from any heading or class of the
specifications shall not be supplied by the Railway to the Contractors unless
distinctly specified in the contract documents. Materials or works described
in words which so applied have a well-known technical or trade meaning,
shall be held to refer to such recognized standards. (2)If a work is
transferred from the jurisdiction of one Railway to another Railway or to a
50 Project authority or vice versa while contract is in subsistence, the contract No No Not Allowed
shall be binding on the Contractor and the Successor Railway/Project in the
same manner & take effect in all respects as if the Contractor and the
Successor Railway/Project were parties thereto from the inception and the
corresponding officer or the Competent Authority in the Successor
Railway/Project will exercise the same powers and enjoy the same authority
as conferred to the Predecessor Railway/Project under the original
contract/agreement entered into. (3)If for administrative or other reasons the
contract is transferred to the Successor Railway, the contract shall,
notwithstanding any things contained herein contrary there to, be binding on
the Contractor and the Successor Railway in the same manner and take
effect in all respects as if the Contractor and the Successor Railway had
been parties thereto from the date of this contract.
(1)Law Governing the Contract: The contract shall be governed by the law
for the time being in force in the Republic of India. (2)Compliance to
Regulations and Bye-Laws: The Contractor shall conform to the provision of
any statute relating to the works and regulations and bye-laws of any local
authority and of any water and lighting companies or undertakings, with
whose system the work is proposed to be connected and shall before
51 making any variation from the drawings or the specifications that may be No No Not Allowed
necessitated by so confirming give to the Engineer notice specifying the
variation proposed to be made and the reason for making the variation and
shall not carry out such variation until he has received instructions from the
Engineer in respect thereof. The Contractor shall be bound to give all notices
required by statute, regulations or bye-laws as aforesaid and to pay all fees
and taxes payable to any authority in respect thereof.

Pa g e 16 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

3.(3) Environmental and Forest clearances: The Railway represents and


warrants that the environmental and forest clearances pertaining to the work
commensurate with the progress of work/agreed programme, will be
obtained by Engineer. In the event of any delay in securing respective
clearances leading to delay in execution of work, the Contractor shall be
entitled to Extension of Time for the period of such delay in accordance with
52 the provisions of Clause-17A(ii). 4. Communications to be in Writing: All No No Not Allowed
notices, communications, reference and complaints made by the Railway or
the Engineer or the Engineer's Representative or the Contractor inter-se
concerning the works shall be in writing or e-mail on registered e-mail IDs
i.e. the e mail id provided for correspondence in the contract agreement,
otherwise email id registered with IREPS and no notice, communication,
reference or complaint not in writing or through e-mail, shall be recognized.
Service of Notices on Contractors: The Contractor shall furnish to the
Engineer the name, designation and address of his authorized agent and all
complaints, notices, communications and references shall be deemed to
have been duly given to the Contractor, if delivered to the Contractor or his
authorized agent or left at or posted to the address so given and shall be
53 No No Not Allowed
deemed to have been so given in the case of posting on day on which they
would have reached such address in the ordinary course of post/e-mail or on
the day on which they were so delivered or left. In the case of contract by
partners, any change in the constitution of the firm shall be forthwith notified
by the Contractor to the Engineer.
Occupation and Use of Land: No land belonging to or in the possession of
the Railway shall be occupied by the Contractor without the permission of
the Railway. The Contractor shall not use, or allow to be used the site for
54 any purposes other than that of executing the works. Whenever non-railway No No Not Allowed
bodies/persons are permitted to use railway premises with competent
authority's approval, conservancy charges as applicable from time to time
may be levied.
Assignment or Subletting of Contract: The Contractor shall not assign or
sublet the contract or any part thereof or allow any person to become
interested therein any manner whatsoever without the special permission in
writing of the Chief Engineer. Any breach of this condition shall entitle the
Railway to rescind the contract under Clause 62 of these Conditions and
also render the Contractor liable for payment to the Railway in respect of any
loss or damage arising or ensuing from such cancellation; provided always
that execution of the details of the work by petty Contractor under the direct
55 and personal supervision of the Contractor or his agent shall not be deemed No No Not Allowed
to be sub-letting under this clause. The permitted subletting of work by the
Contractor shall not establish any contractual relationship between the sub-
contractor and the Railway and shall not relieve the Contractor of any
responsibility under the Contract. The subcontractor ahsll have succefully
completed at least bne work similar to work propsed for subcontract in last 5
years , endinbg date of sub,ission of proposal by contytactor to railway,
costiung not less than 35% value of work to be subletted through a work
contract as per GCC april 2022.
Assistance by Railway for the Stores to be obtained by the Contractor:
Owing to difficulty in obtaining certain materials (including Tools & Plant) in
the market, the Railway may have agreed without any liability therefore to
endeavour to obtain or assist the Contractor in obtaining the required
quantities of such materials as may be specified in the Tender. In the event
of delay or failure in obtaining the required quantities of the aforesaid
56 material, the Contractor shall not be deemed absolved of his own No No Not Allowed
responsibility and shall keep in touch with the day to day position regarding
their availability and accordingly adjust progress of works including
employment of labour and the Railway shall not in any way be liable for the
supply of materials or for the non-supply thereof for any reasons whatsoever
nor for any loss or damage arising in consequence of such delay or non-
supply.
Railway Passes: No free railway passes shall be issued by the Railway to the
57 No No Not Allowed
Contractor or any of his employee/worker.
Carriage of Materials: No forwarding orders shall be issued by the Railway
for the conveyance of Contractor's materials, tools and plant by train which
58 No No Not Allowed
may be required for use in the works and the Contractor shall pay full freight
charges at public tariff rates therefor.

Pa g e 17 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

Use of Ballast Trains: The Railway may agree to allow the Contractor use of
the ballast or material trains under such conditions as shall be specially
prescribed, provided that the Contractor shall pay for the use thereof
charges calculated at public tariff rates on the marked carrying capacity of
59 each vehicle subject to specified minimum charge per day or part of day and No No Not Allowed
provided further that the Contractor shall indemnify the Railway against any
claims or damages arising out of the use or misuse thereof and against any
liabilities under the Workmen's Compensation Act, 1923 or any statutory
amendments thereto.
Representation on Works: The Contractor shall, when he is not personally
present on the site of the works place, keep a responsible agent at the works
during working hours who shall on receiving reasonable notice, present
himself to the Engineer and orders given by the Engineer or the Engineer's
representative to the agent shall be deemed to have the same force as if
60 No No Not Allowed
they had been given to the Contractor. Before absenting himself, the
Contractor shall furnish the name and address of his agent for the purpose
of this clause and failure on the part of the Contractor to comply with this
provision at any time will entitle the Railway to rescind the contract under
Clause 62 of these Conditions.
Relics and Treasures: All gold, silver, oil, other minerals of any description,
all precious stones, coins, treasures relics antiquities and other similar things
which shall be found in or upon the site shall be the property of the Railway
61 No No Not Allowed
and the Contractor shall duly preserve the same to the satisfaction of the
Railway and shall from time to time deliver the same to such person or
persons as the Railway may appoint to receive the same.
Excavated Material: The Contractor shall not sell or otherwise dispose of or
remove except for the purpose of this contract, the sand, stone, clay ballast,
earth, rock or other substances or materials which may be obtained from
any excavation made for the purpose of the works or any building or
produced upon the site at the time of delivery of the possession thereof but
62 No No Not Allowed
all the substances, materials, buildings and produce shall be the property of
the Railway provided that the Contractor may, with the permission of the
Engineer, use the same for the purpose of the works either free of cost or
pay the cost of the same at such rates as may be determined by the
Engineer.
Indemnity by Contractors: The Contractor shall indemnify and save harmless
the Railway from and against all actions, suit, proceedings, losses, costs,
damages, charges, claims and demands of every nature and description
brought or recovered against the Railways by reason of any act or omission
63 of the Contractor, his agents or employees, in the execution of the works or No No Not Allowed
in his guarding of the same. All sums payable by way of compensation under
any of these conditions shall be considered as reasonable compensation to
be applied to the actual loss or damage sustained, and whether or not any
damage shall have been sustained.

Pa g e 18 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

The Security Deposit shall be 5% of the contract value. The Bid Security
submitted by the Contractor with his tender will be retained/encashed by the
Railways as part of security for the due and faithful fulfillment of the contract
by the Contractor. Provided further that, if Contractor submits the Cash or
Term Deposit Receipt issued from a Scheduled commercial bank of India or
irrevocable Bank Guarantee Bond from a Scheduled commercial bank of
India, either towards the Full Security Depositor the Part Security Deposit
equal to or more than Bid Security, the Railway shall return the Bid Security,
to the Contractor. Balance of Security Deposit may be deposited by the
Contractor in cash or Term Deposit Receipt issued from Scheduled
commercial bank of India or irrevocable Bank Guarantee bond issued from
Scheduled commercial bank of India, or may be recovered at the rate of 6%
of the bill amount till the full Security Deposit is recovered. Provided also that
in case of defaulting Contractor, the Railway may retain any amount due for
payment to the Contractor on the pending "on account bills" so that the
amounts so retained (including amount guaranteed through Performance
64 No No Not Allowed
Guarantee) may not exceed 10% of the total value of the contract. The
Irrevocable Bank Guarantee submitted towards Security deposit shall be
initially valid up to the stipulated date of Maintenance period plus 60 days
and shall be extended from time to time, depending upon extension of
contract granted in terms of Clause 17A and 17B of the Standard General
Conditions of Contract. Note: Security Deposit deposited in cash by the
Contractor or recovered from the running bills of a Contractor or submitted
by contractor as Term Deposit Receipt(s) can be refunded/returned to the
contractor, in lieu of irrevocable Bank Guarantee bond issued from
scheduled commercial bank of India, to be submitted by him, for an amount
equal to or more than the already available Security Deposit, provided
however that, in a contract of value less than Rs. 50 Crore, such refund/
return of the already available Security Deposit is permitted up to two times
and in a contract of value equal to or more than Rs. 50 Crore, such refund /
return of the already available Security Deposit is permitted up to three
times.
(i) Refund of Security Deposit: Security Deposit mentioned in sub clause (1)
above shall be returned to the Contractor after the following: (a)Final
Payment of the Contract as per clause 51.(1) and (b)Signature of Final
Supplementary Agreement or Certification by Engineer that Railway has No
Claim on Contractor and (c)Issue of Maintenance Certificate on expiry of the
65 maintenance period as per clause 50.(1). (2) (ii) Forfeiture of Security No No Not Allowed
Deposit: Whenever the contract is rescinded as a whole under clause 62 (1)
of these conditions, the Security Deposit already with railways under the
contract shall be forfeited. However, in case the contract is rescinded in part
or parts under clause 62 (1) of these conditions, the Security Deposit shall
not be forfeited.
No interest shall be payable upon the Bid Security and Security Deposit or
amounts payable to the Contractor under the Contract, but Government
66 No No Not Allowed
Securities deposited in terms of Sub-Clause 16.(4)(b) of this clause will be
payable with interest accrued thereon.
Performance Guarantee: The procedure for obtaining Performance
67 No No Not Allowed
Guarantee is outlined below:

Pa g e 19 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

(a) The successful bidder shall have to submit a Performance Guarantee


(PG) within 21 (Twenty one) days from the date of issue of Letter of
Acceptance (LOA). Extension of time for submission of PG beyond 21
(Twenty one) days and upto 60 days from the date of issue of LOA may be
given by the Authority who is competent to sign the contract agreement.
However, a penal interest of 12% per annum shall be charged for the delay
beyond 21(Twenty one) days, i.e. from 22nd day after the date of issue of
LOA. Further, if the 60th day happens to be a declared holiday in the
concerned office of the Railway, submission of PG can be accepted on the
67.1 No No Not Allowed
next working day. In all other cases, if the Contractor fails to submit the
requisite PG even after 60 days from the date of issue of LOA, the contract
is liable to be terminated. In case contract is terminated railway shall be
entitled to forfeit Bid Security and other dues payable against that contract.
In case a tenderer has not submitted Earnest Money Deposit on the strength
of their registration as a Startup recognized by Department of Industrial
Policy and Promotion (DIPP) under Ministry of Commerce and Industry,
DIPP shall be informed to this effect. The failed Contractor shall be debarred
from participating in re-tender for that work.
(a)The successful bidder shall submit the Performance Guarantee (PG) in
any of the following forms, amounting to 5% of the contract value: (i)A
deposit of Cash; (ii) Irrevocable Bank Guarantee; (iii)Government Securities
including State Loan Bonds at 5% below the market value; (iv) Pay order and
demand drafts tendered by any scheduled commercial bank of india.
(v)Guarantee Bonds executed or Deposits Receipts tendered by any
67.2 Scheduled Commercial Banks of india; (vi)Deposit in the Post Office Saving No No Not Allowed
Bank; (vii)Deposit in the National Savings Certificates; (viii) Twelve years
National Defence Certificates; (ix)Ten years Defence Deposits; (x)National
Defence Bonds and (xi)Unit Trust Certificates at 5% below market value or at
the face value whichever is less. Also, FDR in favour of FA&CAO (free from
any encumbrance) may be accepted. (xii)Pay order and demand drafts
tendered by any schedule commercial bank of india.
(c)The Performance Guarantee shall be submitted by the successful bidder
after the Letter of Acceptance (LOA) has been issued, but before signing of
the contract agreement. This P.G. shall be initially valid upto the stipulated
67.3 date of completion plus 60 days beyond that. In case, the time for No No Not Allowed
completion of work gets extended, the Contractor shall get the validity of
P.G. extended to cover such extended time for completion of work plus 60
days.
The value of PG to be submitted by the contractor is based on original
67.4 contract value and shall not change due to subsequent variation(s) in the No No Not Allowed
original contract value.
(e)The Performance Guarantee (PG) shall be released after physical
completion of the work based on 'Completion Certificate' issued by the
67.5 No No Not Allowed
competent authority stating that the Contractor has completed the work in all
respects satisfactorily.
(f)Whenever the contract is rescinded, the Performance Guarantee already
67.6 submitted for the contract shall be encashed in addition to forfeiture of No No Not Allowed
Security Deposit available with railway.
(g)The Engineer shall not make a claim under the Performance Guarantee
except for amounts to which the President of India is entitled under the
contract (not withstanding and/or without prejudice to any other provisions in
the contract agreement) in the event of: (i)Failure by the Contractor to
extend the validity of the Performance Guarantee as described herein
67.7 above, in which event the Engineer may claim the full amount of the No No Not Allowed
Performance Guarantee. (ii)Failure by the Contractor to pay President of
India any amount due, either as agreed by the Contractor or determined
under any of the Clauses/Conditions of the Agreement, within 30 days of the
service of notice to this effect by Engineer. (iii)The Contract being
determined or rescinded under clause 62 of these conditions.

Pa g e 2 0 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

Force Majeure Clause: If at any time, during the continuance of this contract,
the performance in whole or in part by either party of any obligation under
this contract shall be prevented or delayed by reason of any war, hostility,
acts of public enemy, civil commotion, sabotage, serious loss or damage by
fire, explosions, epidemics, strikes, lockouts or acts of God (hereinafter,
referred to events) provided, notice of the happening of any such event is
given by either party to the other within 30 days from the date of occurrence
thereof, neither party shall by reason of such event, be entitled to terminate
68 this contract nor shall either party have any claim for damages against the No No Not Allowed
other in respect of such non-performance or delay in performance, and
works under the contract shall be resumed as soon as practicable after such
event has come to an end or ceased to exist, and the decision of the
Engineer as to whether the works have been so resumed or not shall be final
and conclusive, PROVIDED FURTHER that if the performance in whole or in
part of any obligation under this contract is prevented or delayed by reason
of any such event for a period exceeding 120 days, either party may at its
option terminate the contract by giving notice to the other party.
Extension of Time in Contracts: Time extension will be given as per Indian
69 No No Not Allowed
Railways Standard General Conditions of Contract, april 2022.
Extension of Time for delay due to Contractor: will be given as per Indian
Railways Standard General Conditions of Contract, april 2022.. Rate of
70 No No Not Allowed
penalty will be applicable mentioned in Indian Railways Standard General
Conditions of Contract, april 2022 corrected upto date.
(1)Illegal Gratification: Any bribe, commission, gift or advantage given,
promised or offered by or on behalf of the Contractor or his partner or agent
or servant or anyone on his behalf, to any officer or employee of the Railway
or to any person on his behalf in relation to obtaining or execution of this or
any other contract with the Railway shall, in addition to any criminal liability
which he may incur, subject Contractor to the rescission of the contract and
all other contracts with the Railway and to the payment of any loss or
damage resulting from such decision and the Railway shall be entitled to
deduct the amounts so payable from the Contractor's bills/Security Deposit
or any other dues of Contractor with the Government of India. 2)The
71 No No Not Allowed
Contractor shall not lend or borrow from or have or enter into any monitory
dealings or transactions either directly or indirectly with any employee of the
Railway and if he shall do so, the Railway shall be entitled forthwith to
rescind the contract and all other contracts with the Railway. Any question or
dispute as to the commission of any such offence or compensation payable
to the Railway under this Clause shall be settled by the General Manager of
the Railway, in such a manner as he shall consider fit & sufficient and his
decision shall be final & conclusive. In the event of rescission of the contract
under this Clause, the Contractor will not be paid any compensation
whatsoever except payments for the work done upto the date of rescission.
72 EXECUTION OF WORKS No No Not Allowed
(1) Contractor's understanding: It is understood and agreed that the
Contractor has, by careful examination, satisfied himself as to the nature and
location of the work, the conformation of the ground, the character, quality
72.1 and quantity of the materials to be encountered, the character of equipment No No Not Allowed
and facilities needed preliminary to and during the progress of the works, the
general and local conditions, the labour conditions prevailing therein and all
other matters which can in any way affect the works under the contract.
(2) Commencement of Works: The Contractor shall commence the works
within 15 days after the receipt by him of an order in writing to this effect
72.2 No No Not Allowed
from the Engineer and shall proceed with the same with due expedition and
without delay

Pa g e 2 1 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

(3) Accepted Programme of Work: The Contractor who has been awarded
the work shall as soon as possible but not later than 30 days after the date
of receipt of the acceptance letter in respect of contracts with initial
completion period of two years or less or not later than 90 days for other
contracts have to submit the detailed programme of work indicating the time
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 and
supervisors), plant and machinery that he intends to utilize (from time to
72.3 No No Not Allowed
time) for execution of the work within stipulated date of completion. The
programme of work amended as necessary by discussions with the
Engineer, shall be treated as the agreed programme of the work for the
purpose of this contract and the Contractor shall endeavor to fulfill this
programme of work. The progress of work will be watched accordingly and
the liquidated damages will be with reference to the overall completion date.
Nothing stated herein shall preclude the Contractor in achieving earlier
completion of item or whole of the works than indicated in the programme.
(4) Setting out of Works: The Contractor shall be responsible for the correct
setting out of all works in relation to original points, lines and levels of
reference at his cost. The Contractor shall execute the work true to
alignment, grade, levels and dimensions as shown in the drawing and as
directed by the Engineer's representative and check these at frequent
intervals. The Contractor shall provide all facilities like labour and
instruments and shall co-operate with the Engineer's representative for
72.4 checking of all alignment, grades, levels and dimensions. If, at any time, No No Not Allowed
during the progress of the works any error appear or arise in any part of the
work, the Contractor, on being required so to do by the Engineer's
representative shall, at his own cost rectify such errors, to the satisfaction of
the Engineer's representative. Such checking shall not absolve the
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.
Suspension of Works: The Contractor shall on the order of the Engineer,
suspend the progress of the works or any part thereof for such time or times
and in such manner as the Engineer may consider necessary and shall
during such suspension properly protect and secure the work so far as is
necessary in the opinion of the Engineer. If such suspension is: (a) Provided
for in the contract, or (b) Necessary for the proper execution of the works or
by the reason of weather conditions or by some default on the part of the
72.5 No No Not Allowed
Contractor, and or (c) Necessary for the safety of the works or any part
thereof, or (d) Necessary for the safety of adjoining public or other property
or safety of the public or workmen or those who have to be at the site, or (e)
Necessary to avoid disruption of traffic and utilities, as also to permit fast
repair and restoration of any damaged utilities, or (f) Due to instruction of
The National Green Tribunal or any other statutory authority due to high
level of pollution in the city of worksite.
Suspension of Works: The Contractor shall on the order of the Engineer,
suspend the progress of the works or any part thereof for such time or times
and in such manner as the Engineer may consider necessary and shall
during such suspension properly protect and secure the work so far as is
necessary in the opinion of the Engineer. If such suspension is: (a) Provided
for in the contract, or (b) Necessary for the proper execution of the works or
by the reason of weather conditions or by some default on the part of the
72.6 No No Not Allowed
Contractor, and or (c) Necessary for the safety of the works or any part
thereof, or (d) Necessary for the safety of adjoining public or other property
or safety of the public or workmen or those who have to be at the site, or (e)
Necessary to avoid disruption of traffic and utilities, as also to permit fast
repair and restoration of any damaged utilities, or (f) Due to instruction of
The National Green Tribunal or any other statutory authority due to high
level of pollution in the city of worksite.

Pa g e 2 2 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

(1) Compliance to Engineer's Instructions: The Engineer shall direct the


sequences in which the several parts of the works shall be executed and the
Contractor shall execute without delay all orders given by the Engineer from
time to time; but the Contractor shall not be relieved thereby from
responsibility for the due performance of the works in all respects.
(2)Alterations to be Authorized: No alterations in or additions to or omissions
or abandonment of any part of the works shall be deemed authorised,
except under instructions from the Engineer. The Contractor shall be
responsible to obtain such instructions in each and every case in writing from
the Engineer. (3) Extra Works: Should works over and above those included
in the contract require to be executed at the site, the Contractor shall have
no right to be entrusted with the execution of such works which may be
73 carried out by another Contractor or Contractors or by other means at the No No Not Allowed
option of the Railway. (4) Separate Contracts in Connection with Works: The
Railway shall have the right to let other contracts in connection with the
works. The Contractor shall afford other Contractors reasonable opportunity
for the storage of their materials and the execution of their works and shall
properly connect and coordinate his work with theirs. If any part of the
Contractor's work depends upon proper execution or result upon the work of
another Contractor(s), the Contractor shall inspect and promptly report to
the Engineer any defects in such works that render it unsuitable for such
proper execution and results. The Contractor's failure so-to inspect and
report shall constitute an acceptance of the other Contractor's work as fit
and proper for the reception of his work, except as to defects which may
develop in the other Contractor's work after the execution of his work.
Instruction of Engineer's Representative: Any instructions or approval given
by the Engineer's representative to Contractor in connection with the works
shall bind the Contractor as though it had been given by the Engineer
provided always as follows: (a) Failure of the Engineer's representative to
disapprove any work or materials shall not prejudice the power of the
74 No No Not Allowed
Engineer thereafter to disapprove such work or material and to order the
removal or breaking up thereof. (b) If the Contractor shall be dissatisfied by
reason of any decision of the Engineer's representative, he shall be entitled
to refer the matter to the Engineer who shall there upon confirm or vary such
decision.
(1) Adherence to Specifications and Drawings: The site ad the detailed shall
be made available to the contractor commensurate with the accepted
programme of work submitted under clause 19(3). The whole of the works
shall be executed in perfect conformity with the specifications and drawings
of the contract. If Contractor performs any works in a manner contrary to the
specifications or drawings or any of them and without such reference to the
Engineer, he shall bear all the costs arising or ensuing therefrom and shall
be responsible for all loss to the Railway. (2) Drawings and Specifications of
the Works: The Contractor shall keep one copy of Drawings and
Specifications at the site, in good order, and such contract documents as
may be necessary, available to the Engineer or the Engineer's
Representative. (3) Ownership of Drawings and Specifications: All Drawings
and Specifications and copies thereof furnished by the Railway to the
Contractor are deemed to be the property of the Railway. They shall not be
used on other works and with the exception of the signed contract set, shall
75 No No Not Allowed
be returned by the Contractor to the Railway on completion of the work or
termination of the Contract. (4) Compliance with Contractor's Request for
Details: The Engineer shall furnish with reasonable promptness, after receipt
by him of the Contractor's request, additional instructions by means of
drawings or otherwise, necessary for the proper execution of the works or
any part thereof. All such drawings and instructions shall be consistent with
the Contract Documents and reasonably inferable therefrom. (5) Meaning
and Intent of Specification and Drawings: If any ambiguity arises as to the
meaning and intent of any portion of the Specifications and Drawings or as
to execution or quality of any work or material, or as to the measurements of
the works the decision of the Engineer thereon shall be final subject to the
appeal (within 7 days of such decision being intimated to the Contractor) to
the Chief Engineer who shall have the power to correct any errors,
omissions, or discrepancies in aforementioned items and whose decision in
the matter in dispute or doubt shall be final and conclusive.

Pa g e 2 3 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

Working during Night: The Contractor shall not carry out any work between
sun-set and sun-rise without the previous permission of the Engineer.
However, if the Engineer is satisfied that the work is not likely to be
76 No No Not Allowed
completed in time except by resorting to night work, he may order the same
without confirming any right on the Contractor for claiming any extra
payment for the same.
Damage to Railway Property or Private Life and Property: The Contractor
shall be responsible for all risk to the work and for trespass and shall make
good at his own expense all loss or damage whether to the works
themselves or to any other property of the Railway or the lives, persons or
property of others from whatsoever cause in connection with the works until
they are taken over by the Railway, although all reasonable and proper
precautions may have been taken by the Contractor. In case the Railway
shall be called upon to make good any costs, loss or damages, or to pay any
compensation, including that payable under the provisions of the Workmen's
Compensation Act or any statutory amendments thereof to any person or
persons sustaining damages as aforesaid by reason of any act, or any
negligence or omissions on the part of the Contractor; the amount of any
77 No No Not Allowed
costs or charges including costs and charges in connection with legal
proceedings, which the Railway may incur in reference thereto, shall be
charged to the Contractor. The Railway shall have the power and right to
pay or to defend or compromise any claim of threatened legal proceedings
or in anticipation of legal proceedings being instituted consequent on the
action or default of the Contractor, to take such steps as may be considered
necessary or desirable to ward off or mitigate the effect of such proceedings,
charging to Contractor, as aforesaid; any sum or sums of money which may
be paid and any expenses whether for reinstatement or otherwise which
may be incurred and the propriety of any such payment, defence or
compromise, and the incurring of any such expenses shall not be called in
question by the Contractor.
Sheds, Storehouses and Yards: The Contractor shall at his own expense
provide himself with sheds, storehouses and yards in such situations and in
such numbers as in the opinion of the Engineer is requisite for carrying on
the works and the Contractor shall keep at each such sheds, storehouses
and yards a sufficient quantity of materials and plant in stock as not to delay
the carrying out of the works with due expedition and the Engineer and the
Engineer's representative shall have free access to the said sheds, store
78 No No Not Allowed
houses and yards at any time for the purpose of inspecting the stock of
materials or plant so kept in hand, and any materials or plant which the
Engineer may object to shall not be brought upon or used in the works, but
shall be forthwith removed from the sheds, storehouses or yards by the
Contractor. The Contractor shall at his own expenses provide and maintain
suitable mortar mills, soaking vats or any other equipments necessary for
the execution of the works.

Pa g e 2 4 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

Provision of Efficient and Competent Staff at Work Sites by the Contractor: 1


The Contractor shall place and keep on the works at all times efficient and
competent staff to give the necessary directions to his workmen and to see
that they execute their work in sound & proper manner and shall employ only
such supervisors, workmen & labourers in or about the execution of any of
these works as are careful and skilled in the various trades. 2 The
Contractor shall at once remove from the works any agents, permitted sub-
contractor, supervisor, workman or labourer who shall be objected to by the
Engineer and if and whenever required by the Engineer, he shall submit a
correct return showing the names of all staff and workmen employed by him.
3 In the event of the Engineer being of the opinion that the Contractor is not
employing on the works a sufficient number of staff and workmen as is
necessary for proper completion of the works within the time prescribed, the
Contractor shall forthwith on receiving intimation to this effect deploy the
79 additional number of staff and labour as specified by the Engineer within No No Not Allowed
seven days of being so required and failure on the part of the Contractor to
comply with such instructions will entitle the Railway to rescind the contract
under Clause 62 of these conditions. A. Deployment of Qualified Engineers
at Work Sites by the Contractor: A.1 The Contractor shall also employ
qualified Graduate Engineer or qualified Diploma Engineer, based on value
of contract, as may be prescribed by the Ministry of Railways through
separate instructions from time to time. A.2 In case the Contractor fails to
employ the Engineer, as aforesaid in Para 26A.1, he shall be liable to pay
penalty at the rates, as may be prescribed by the Ministry of Railways
through separate instructions from time to time for the default period for the
provisions, as contained in Para 26A.1. A.3 No. of qualified Engineers
required to be deployed by the Contractor for various activities contained in
the works contract shall be specified in the tender documents as 'Special
Condition of Contract' by the tender inviting authority."
Facilities for Inspection: The Contractor shall afford the Engineer and the
Engineer's Representative every facility for entering in and upon every
portion of the work at all hours for the purpose of inspection or otherwise
and shall provide all labour, materials, planks, ladders, pumps, appliances
80 No No Not Allowed
and things of every kind required for the purpose and the Engineer and the
Engineer's Representative shall at all times have free access to every part of
the works and to all places at which materials for the works are stored or
being prepared.
Examination of Work before Covering Up: The Contractor shall give 7 days'
notice to the Engineer or the Engineer's Representative whenever any work
or materials are intended to be covered up in the earth, in bodies or walls or
otherwise to be placed beyond the reach of measurements in order that the
81 work may be inspected or that correct dimensions may be taken before No No Not Allowed
being so covered, placed beyond the reach of measurement in default
whereof, the same shall at the option of the Engineer or the Engineer's
Representative be uncovered and measured at the Contractor's expense or
no allowance shall be made for such work or materials.
Temporary Works: All temporary works necessary for the proper execution
of the works shall be provided and maintained by the Contractor and subject
to the consent of the Engineer shall be removed by him at his expenses
when they are no longer required and in such manner as the Engineer shall
direct. In the event of failure on the part of the Contractor to remove the
temporary works, the Engineer will cause them to be removed and cost as
82 increased by supervision and other incidental charges shall be recovered No No Not Allowed
from the Contractor. If temporary huts are provided by the Contractor on the
Railway land for labour engaged by him for the execution of works, the
Contractor shall arrange for handing over vacant possession of the said land
after the work is completed; if the Contractor's labour refuse to vacate, and
have to be evicted by the Railway, necessary expenses incurred by the
Railway in connection therewith shall be borne by the Contractor.

Pa g e 2 5 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

(1) Contractor to Supply Water for Works: Unless otherwise provided in the
Contract, the Contractor shall be responsible for the arrangements to obtain
supply of water necessary for the works. (2) Water Supply from Railway
System: The Railway may supply to the Contractor part or whole of the
quantity of the water required for the execution of works from the Railway's
existing water supply system at or near the site of works on specified terms
and conditions and at such charges as shall be determined by the Railway
and payable by the Contractor, provided that the Contractor shall arrange, at
his own expense, to effect the connections and lay additional pipelines and
accessories on the site and that the Contractor shall not be entitled to any
compensation for interruption of failure of the water supply. (3) Water Supply
by Railway Transport: In the event of the Railway arranging supply of water
to the Contractor at or near the site of works by travelling water tanks or
other means, the freight and other charges incurred thereby, including
demurrage charges that may be levied, shall be paid by the Contractor in
83 addition to the charges referred to in Sub-Clause (2) of the Clause provided No No Not Allowed
that the Contractor shall not be entitled to any compensation for interruption
or failure of the water supply. (4)(a)Contractor to Arrange Supply of Electric
Power for Works: Unless otherwise provided in the contract, the Contractor
shall be responsible for arrangements to obtain supply of Electric Power for
the works. (b) Electric Supply from the Railway System: The Railway may
supply to the Contractor part or whole of the electric power wherever
available and possible, required for execution of works from the Railway's
existing electric supply systems at or near the site of works on specified
terms and conditions and such charges as shall be determined by the
Railway and payable by the Contractor provided the cost of arranging
necessary connections to the Railway's Electric Supply systems and laying of
underground/overhead conductor, circuit protection, electric power meters,
transmission structure, shall be borne by the Contractor and that the
Contractor shall not be entitled to any compensation for interruption or
failure of the Electric supply system.
Property in Materials and Plant: The materials and plant brought by the
Contractor upon the site or on the land occupied by the Contractor in
connection with the works and intended to be used for the execution thereof
shall immediately be deemed to be the property of the Railway. Such of
them as during the progress of the works are rejected by the Engineer under
Clause 25 of these conditions or are declared by him not to be needed for
the execution of the works or such as on the grant of the certificate of
84 No No Not Allowed
completion remain unused shall immediately on such rejection, declaration
or grant cease to be deemed the property of the Railway and the Contractor
may then (but not before) remove them from the site or the said land. This
clause shall not in any way diminish the liability of the Contractor nor shall
the Railway be in any way answerable for any loss or damage which may
happen to or in respect of any such materials or plant either by the same
being lost, stolen, injured or destroyed by fire, tempest or otherwise.

Pa g e 2 6 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

(1) Precaution During Progress of Works: During the execution of works,


unless otherwise specified, the Contractor shall at his own cost provide the
materials for and execute all shoring, timbering and strutting works as is
necessary for the stability and safety of all structures, excavations and works
and shall ensure that no damage, injury or loss is caused or likely to be
caused to any person or property. (2) Roads and Water Courses: Existing
roads or water courses shall not be blocked cut through, altered, diverted or
obstructed in any way by the Contractor, except with the permission of the
Engineer. All compensations claimed for any unauthorized closure, cutting
through, alteration, diversion or obstruction to such roads or water courses
by the Contractor or his agent or his staff shall be recoverable from the
Contractor's bills/Security Deposit or any other dues of Contractor with the
Government of India. (3) Provision of Access to Premises: During progress
of work in any street or thoroughfare, the Contractor shall make adequate
provision for the passage of traffic, for securing safe access to all premises
approached from such street or thoroughfare and for any drainage, water
85 supply or means of lighting which may be interrupted by reasons of the No No Not Allowed
execution of the works and shall react and maintain at his own cost barriers,
lights and other safeguards as prescribed by the Engineer, for the regulation
of the traffic, and provide watchmen necessary to prevent accidents. The
works shall in such cases be executed night and day, if so ordered by the
Engineer and with such vigour so that the traffic way be impeded for as short
a time as possible. (4) Safety of Public: The Contractor shall be responsible
to take all precautions to ensure the safety of the public whether on public or
railway property and shall post such look out men as may, in the opinion of
the Engineer, be required to comply with regulations appertaining to the
work. Contractor shall ensure placement of barricading / partitions at the
place of work to ensure safety of habitants of adjacent area, failing which
Engineer may advise stoppage of work as per his discretion. (5) Display
Board: The Contractor shall be responsible for displaying the details of works
i.e. name of work, approximate cost, expected date of completion, name and
address of the Contractor and address of Engineer on a proper steel Board
of size not less than 1m x 1m.
(1)Workmanship and Testing: The whole of the works and/or supply of
materials specified and provided in the contract or that may be necessary to
be done in order to form and complete any part thereof shall be executed in
the best and most substantial workman like manner with materials of the
best and most approved quality of their respective kinds, agreeable to the
particulars contained in or implied by the specifications and as referred to in
and represented by the drawings or in such other additional particulars,
instructions and drawings given during the carrying on of the works and to
the entire satisfaction of the Engineer according to the instructions and
directions which the Contractors may from time to time receive from the
Engineer. The materials may be subjected to tests by means of such
86 machines, instruments and appliances as the Engineer may direct and No No Not Allowed
wholly at the expense of the Contractor. (2)Removal of Improper Work and
Materials: The Engineer or the Engineer's Representative shall be entitled to
order from time to time: (a) The removal from the site, within the time
specified in the order, of any materials which in his opinion are not in
accordance with the specifications or drawings. (b) The substitution of
proper and suitable materials, and (c) the removal and proper re-execution,
notwithstanding any previous tests thereof or on account payments therefor,
of any work which in respect of materials or workmanship is not in his
opinion in accordance with the specifications and in case of default on the
part of the Contractor in carrying out such order, the Railway shall be entitled
to rescind the contract under Clause 62 of these conditions.

Pa g e 2 7 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

The Contractor shall on the order of the Engineer, suspend the progress of
the works or any part thereof for such time or times and in such manner as
the Engineer may consider necessary and shall during such suspension
properly protect and secure the work so far as is necessary in the opinion of
the Engineer. If such suspension is: (a) Provided for in the contract, or (b)
Necessary for the proper execution of the works or by the reason of weather
conditions or by some default on the part of the Contractor, and or (c)
86.1 No No Not Allowed
Necessary for the safety of the works or any part thereof, or (d) Necessary
for the safety of adjoining public or other property or safety of the public or
workmen or those who have to be at the site, or (e) Necessary to avoid
disruption of traffic and utilities, as also to permit fast repair and restoration
of any damaged utilities, or (f) Due to instruction of The National Green
Tribunal or any other statutory authority due to high level of pollution in the
city of worksite.
Variation in extent of contract shall be done as per Indian Railways Standard
87 General Conditions of Contract, clause no. 41, 42(i), 43(3) April 2022, No No Not Allowed
corrected upto date.
88 CLAIMS No No Not Allowed
(1) Quarterly Statement of Claims: The Contractor shall prepare and furnish
to the Engineer once in every quarter commencing from the month following
the month of issue of Letter of Acceptance, an account giving full and
detailed particulars of all claims for any additional expenses to which the
88.1 No No Not Allowed
Contractor may consider himself entitled to and of all extra or additional
works ordered by the Engineer which he has executed during the preceding
month quarter and no claim for payment for such work will be considered
which has not been included in such particulars.
(2)Signing of "No Claim" Certificate : The Contractor shall not be entitled to
make any claim whatsoever against the Railway under or by virtue of or
arising out 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
88.2 No No Not Allowed
Claim" Certificate in favour of the Railway in such form as shall be required
by the Railway after the works are finally measured up. The Contactor shall
be debarred from disputing the correctness of the items covered by "No
Claim" Certificate or demanding a clearance to arbitration in respect thereof.
Validity: Rates accepted by Railway Administration shall hold good till
completion of work and no additional individual claim shall be admissible
except: (a)Payment/recovery for increase/decrease in GST on works
contract or imposition/removal of any tax/cess on Works Contract as per
89 No No Not Allowed
Clause 37, (b)Payment/recovery for overall market situation as per Price
Variation Clause given hereunder. (Price Variation Clause (PVC) shall be
applicable only in those contracts where tender conditions specifically
permits as per GCC April 2022.
Wages to Labour: The Contractor shall be responsible to ensure compliance
with the provision of the Minimum Wages Act, 1948 (hereinafter referred to
as the "said Act") and the Rules made thereunder in respect of any
employees directly or through petty Contractors or sub-contractors
employed by him for the purpose of carrying out this contract. If, in
compliance with the terms of the contract, the Contractor supplied any
labour to be used wholly or partly under the direct orders and control of the
Railways whether in connection with any work being executed by the
Contractor or otherwise for the purpose of the Railway such labour shall, for
90 No No Not Allowed
the purpose of this Clause, still be deemed to be persons employed by the
Contractor. If any moneys shall, as a result of any claim or application made
under the said Act be directed to be paid by the Railway, such money shall
be deemed to be moneys payable to the Railway by the Contractor and on
failure by the Contractor to repay the Railway any moneys paid by it as
aforesaid within seven days after the same shall have been demanded, the
Railways shall be entitled to recover the same from Contractor's
bills/Security Deposit or any other dues of Contractor with the Government of
India.

Pa g e 2 8 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

A.Apprentices Act: The Contractor shall be responsible to ensure compliance


with the provisions of the Apprentices Act, 1961 and the Rules and Orders
issued thereunder from time to time in respect of apprentices directly or
through petty Contractors or sub-contractors employed by him for the
91 purpose of carrying out the Contract. If the Contractor directly or through No No Not Allowed
petty Contractors or sub-contractors fails to do so, his failure will be a breach
of the contract and the Railway may, in its discretion, rescind the contract.
The Contractor shall also be liable for any pecuniary liability arising on
account of any violation of the provisions of the Act.
Provisions of Payments of Wages Act: The Contractor shall comply with the
provisions of the Payment of Wages Act, 1936 and the rules made
thereunder in respect of all employees employed by him either directly or
through petty Contractors or sub-contractors in the works. If in compliance
with the terms of the contract, the Contractor directly or through petty
Contractors or sub-contractors shall supply any labour to be used wholly or
partly under the direct orders and control of the Engineer whether in
connection with the works to be executed hereunder or otherwise for the
purpose of the Engineer, such labour shall nevertheless be deemed to
comprise persons employed by the Contractor and any moneys which may
92 No No Not Allowed
be ordered to be paid by the Engineer shall be deemed to be moneys
payable by the Engineer on behalf of the Contractor and the Engineer may
on failure of the Contractor to repay such money to the Railways deduct the
same from any moneys due to the Contractor in terms of the contract. The
Railway shall be entitled to recover the same from Contractor's bills/Security
Deposit or any other dues of Contractor with the Government of India all
moneys paid or payable by the Railway by way of compensation of aforesaid
or for costs of expenses in connection with any claim thereto and the
decision of the Engineer upon any question arising out of the effect or force
of this Clause shall be final and binding upon the Contractor.
93 Provisions of Contract Labour (Regulation and Abolition) Act, 1970: No No Not Allowed
A.(1)The Contractor shall comply with the provision of the contract labour
(Regulation and Abolition) Act, 1970 and the Contract labour (Regulation
93.1 and Abolition) Central Rules 1971 as modified from time to time, wherever No No Not Allowed
applicable and shall also indemnify the Railway from and against any claims
under the aforesaid Act and the Rules.
(2)The Contractor shall obtain a valid license under the aforesaid Act as
modified from time to time before the commencement of the work and
93.2 No No Not Allowed
continue to have a valid license until the completion of the work. Any failure
to fulfill the requirement shall attract the penal provision of the Act.
A.(3)The Contractor shall pay to the labour employed by him directly or
through sub-contractors the wages as per provision of the aforesaid Act and
the Rules wherever applicable. The Contractor shall notwithstanding the
93.3 provisions of the contract to the contrary, cause to be paid the wages to No No Not Allowed
labour, indirectly engaged on the works including any engaged by sub-
contractors in connection with the said work, as if the labour had been
immediately employed by him.
A.(4)In respect of all labour directly or indirectly employed in the work for
performance of the Contractor's part of the contract, the Contractor shall
93.4 No No Not Allowed
comply with or cause to be complied with the provisions of the aforesaid Act
and Rules wherever applicable

Pa g e 2 9 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

A.(5)In every case in which, by virtue of the provisions of the aforesaid Act or
the rules, the Railway is obliged to pay any amount of wages to a workman
employed by the Contractor or his sub-contractor in execution of the work or
to incur any expenditure on account of the contingent, liability of the Railway
due to the Contractor's failure to fulfill his statutory obligations under the
aforesaid Act or the rules, the Railway will recover from the Contractor, the
amount of wages so paid or the amount of expenditure so incurred and
without prejudice to the rights of the Railway under the Section 20, Sub-
Section (2) and Section 2, Sub-Section (4) of the aforesaid Act, the Railway
93.5 No No Not Allowed
shall be at liberty to recover such amount or part thereof from Contractor's
bills/Security Deposit or any other dues of Contractor with the Government of
India. The Railway shall not be bound to contest any claim made against it
under Sub-Section (1) of Section 20 and Sub-Section (4) of Section 21 of the
aforesaid Act except on the written request of the Contractor and upon his
giving to the Railway full security for all costs for which the Railway might
become liable in contesting such claim. The decision of the Chief Engineer
regarding the amount actually recoverable from the Contractor as stated
above shall be final and binding on the Contractor.
B. Provisions of Employees Provident Fund and Miscellaneous Provisions
Act, 1952:The Contractor shall comply with the provisions of Para 30 & 36-B
of the Employees Provident Fund Scheme, 1952; Para 3 & 4 of Employees'
Pension Scheme, 1995; and Para 7 & 8 of Employees Deposit Linked
93.6 No No Not Allowed
Insurance Scheme, 1976; as modified from time to time through enactment
of "Employees Provident Fund & Miscellaneous Provisions Act, 1952",
wherever applicable and shall also indemnify the Railway from and against
any claims under the aforesaid Act and the Rules.
C (i) 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
General Condition of Contract. In order to ensure the same, an application
has been developed and hosted on website
'www.shramikkalyan.indianrailways.gov.in'. Contractor shall register his
firm/company etc. and upload requisite details of labour and their payment in
this portal. These details shall be available in public domain. The
Registration/ updation of Portal shall be done as under: (a)Contractor shall
apply for onetime registration of his company/firm etc. in the Shramikkalyan
portal with requisite details subsequent to issue of Letter of Acceptance.
Engineer shall approve the contractor's registration in the portal within 7
days of receipt of such request. (b)Contractor once approved by any
Engineer, can create password with login ID (PAN No.) for subsequent use
of portal for all LoAs issued in his favour. (c)The contractor once registered
on the portal, shall provide details of his Letter of Acceptances (LoA) /
93.7 Contract Agreements on shramikkalyan portal within 15 days of issue of any No No Not Allowed
LoA for approval of concerned engineer. Engineer shall update (if required)
and approve the details of LoA filled by contractor within 7 days of receipt of
such request. (d)After approval of LoA by Engineer, contractor shall fill the
salient details of contract labours engaged in the contract and ensure
updating of each wage payment to them on shramikkalyan portal on monthly
basis. (e)It shall be mandatory upon the contractor to ensure correct and
prompt uploading of all salient details of engaged contractual labour &
payments made thereof after each wage period. (ii) While processing
payment of any 'On Account bill' or 'Final bill' or release of 'Advances' or
'Performance Guarantee / Security deposit', contractor shall submit a
certificate to the Engineer or Engineer's representatives that "I have
uploaded the correct details of contract labours engaged in connection with
this contract and payments made to them during the wage period in
Railway's Shramikkalyan portal at 'www.shramikkalyan.indianrailways.gov.in'
till ____Month, ____Year."
Reporting of Accidents: The Contractor shall be responsible for the safety of
all employees directly or through petty Contractors or sub-contractor
employed by him on the works and shall report serious accidents to any of
94 No No Not Allowed
them however and wherever occurring on the works to the Engineer or the
Engineers Representative and shall make every arrangements to render all
possible assistance.

Pa g e 30 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

Provision of Workmen's Compensation Act: In every case in which by virtue


of the provisions of Section 12 Sub-Section (1) of the Workmen's
Compensation Act 1923, Railway is obliged to pay compensation to a
workman directly or through petty Contractor or sub-contractor employed by
the Contractor in executing the work, Railway will recover from the
Contractor the amount of the compensation so paid, and, without prejudice
to the rights of Railway under Section 12 Sub-section (2) of the said Act,
Railway shall be at liberty to recover such amount or any part thereof from
Contractor's bills/Security Deposit or any other dues of Contractor with the
Government of India. Railway shall not be bound to contest any claim made
95 against it under Section 12 Sub-Section (1) of the said Act except on the No No Not Allowed
written request of the Contractor and upon his giving to Railway full security
for all costs for which Railway might become liable in consequence of
contesting such claim. A.Provision of Mines Act: The Contractor shall
observe and perform all the provisions of the Mines Act, 1952 or any
statutory modifications or re-enactment thereof for the time being in force
and any rules and regulations made thereunder in respect of all the persons
directly or through the petty Contractors or sub-contractors employed by him
under this contract and shall indemnify the Railway from and against any
claims under the Mines Act, or the rules and regulations framed thereunder,
by or on behalf of any persons employed by him or otherwise.
Railway not to Provide Quarters for Contractors: No quarters shall normally
be provided by the Railway for the accommodation of the Contractor or any
of his staff employed on the work. In exceptional cases where
96 accommodation is provided to the Contractor at the Railway's discretion, No No Not Allowed
recoveries shall be made at such rates as may be fixed by the Railway for
the full rent of the buildings and equipments therein as well as charges for
electric current, water supply and conservancy.
(1) Labour Camps: The Contractor shall at his own expense make adequate
arrangements for the housing, supply of drinking water and provision of
latrines and urinals for his staff and workmen, directly or through the petty
Contractors or sub-contractors and for temporary creche (Bal-mandir) where
50 or more women are employed at a time. Suitable sites on Railway land, if
available, may be allotted to the Contractor for the erection of labour camps,
either free of charge or on such terms and conditions that may be prescribed
by the Railway. All camp sites shall be maintained in clean and sanitary
conditions by the Contractor at his own cost. (2)Compliance to Rules 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 the
employment of local or imported labour and shall take all necessary
97 No No Not Allowed
precautions to ensure and preserve the health and safety of all staff
employed directly or through petty contractors or sub-contractors on the
works. (3)Preservation of Peace: The Contractor shall take requisite
precautions and use his best endeavours to (i) Prevent any riotous or
unlawful behaviour by or amongst his workmen and other employed directly
or through the petty Contractors or sub-contractors on the works and for the
preservation of peace and protection of the inhabitants and (ii) Security of
property in the neighbourhood of the works. In the event of the Railway
requiring the maintenance of a Special Police Force at or in the vicinity of the
site during the tenure of works, the expenses thereof shall be borne by the
Contractor and if paid by the Railway shall be recoverable from the
Contractor.

Pa g e 31 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

(4)Sanitary Arrangements: The Contractor shall obey all sanitary rules and
carry out all sanitary measures that may from time to time be prescribed by
the Railway Medical Authority and permit inspection of all sanitary
arrangements at all times by the Engineer, the Engineer's Representative or
the Medical Staff of the Railway. Should the Contractor fail to make the
adequate sanitary arrangements, these will be provided by the Railway and
the cost thereof recovered from the Contractor. (5) Outbreak of Infectious
Disease: The Contractor shall remove from his camp such labour and their
families as refuse protective inoculation and vaccination when called upon to
do so by the Engineer or the Engineer's Representative on the advice of the
Railway Medical Authority. Should cholera, plague, or other infectious
disease break out, the Contractor shall burn the huts, beddings, clothes and
98 other belongings of or used by the infected parties and promptly erect new No No Not Allowed
huts on healthy sites as required by the Engineer, failing which within the
time specified in the Engineer's requisition, the work may be done by the
Railway and the cost thereof recovered from the Contractor. (6) Treatment
of Contractor's Staff in Railway Hospitals: The Contractor and his staff, other
than labourers and their families requiring medical aid from the railway
hospital and dispensaries will be treated as private patients and charged
accordingly. The Contractors' labourers and their Families will be granted
free treatment in railway hospitals and dispensaries where no other hospitals
or dispensaries are available provided the Contractor pays the cost of
medicines, dressing and diet money according to the normal scale and
additional charges for special examinations such as pathological and
bacteriological examination, X-Ray, etc. and for surgical operation.
(7) Medical Facilities at Site: The Contractor shall provide medical facilities at
the site as may be prescribed by the Engineer on the advice of the Railway
Medical Authority in relation to the strength of the Contractor's resident staff
and workmen. (8) Use of Intoxicants: The sale of ardent spirits or other
intoxicating beverages upon the work or in any of the buildings,
encampments or tenements owned, occupied by or within the control of the
Contractor or any of his employees shall be forbidden and the Contractor
shall exercise his influence and authority to the utmost extent to secure strict
compliance with this condition. (9) Restrictions on the Employment of Retired
99 No No Not Allowed
Engineers of Railway Services Within One Year of their Retirement: The
Contractor shall not, if he is a retired Government Engineer of Gazetted
rank, himself engage in or employ or associate a retired Government
Engineer of Gazetted rank, who has not completed one year from the date
of retirement, in connection with this contract in any manner whatsoever
without obtaining prior permission of the President and if the Contractor is
found to have contravened this provision it will constitute a breach of
contract and administration will be entitled to terminate the contract at the
risk and cost of the Contractor and forfeit his Security Deposit.

Pa g e 32 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

(1) Non-Employment of Labourers below the age of 15: The Contractor shall
not employ children below the age of 15 as labourers directly or through
petty Contractors or sub-contractors for the execution of work. (2) Medical
Certificate of Fitness for Labour: It is agreed that the Contractor shall not
employ a person above 15 and below 19 years of age for the purpose of
execution of work under the contract unless a medical certificate of fitness in
the prescribed form (Proforma at Annexure-VIII) granted to him by a
certifying surgeon certifying that he is fit to work as an adult, is obtained and
kept in the custody of the Contractor or a person nominated by him in this
behalf and the person carries with him, while at work; a token giving a
reference to such certificate. It is further agreed that the responsibility for
having the adolescent examined medically at the time of appointment or
periodically till he attains the age of 19 years shall devolve entirely on the
Contractor and all the expenses to be incurred on this account shall be
borne by him and no fee shall be charged from the adolescent or his parent
for such medical examination. (3)Period of Validity of Medical Fitness
100 Certificate: A certificate of fitness granted or renewed for the above said No No Not Allowed
purposes shall be valid only for a period of one year at a time. The certifying
surgeon shall revoke a certificate granted or renewed if in his opinion the
holder of it, is no longer fit for work in the capacity stated therein. Where a
certifying surgeon refuses to grant or renew a certificate or revoke a
certificate, he shall, if so required by the person concerned, state his
reasons in writing for doing so. (4)Medical Re-Examination of Labourer:
Where any official appointed in this behalf by the Ministry of Labour is of the
opinion that any person employed in connection with the execution of any
work under this contract in the age group 15 to 19 years is without a
certificate of fitness or is having a certificate of fitness but no longer fit to
work in the capacity stated in the certificate, he may serve on the Contractor,
or on the person nominated by him in this regard, a notice requiring that
such persons shall be examined by a certifying surgeon and such person
shall not if the concerned official so directs, be employed or permitted to do
any work under this contract unless he has been medically examined and
certified that he is fit to work in the capacity stated in the certificate.
DETERMINATION OF CONTRACT : (1) Right of Railway to Determine the
Contract: The Railway shall be entitled to determine and terminate the
contract at any time should, in the Railway's opinion, the cessation of work
becomes necessary owing to paucity of funds or from any other cause
101 whatever, in which case the value of approved materials at site and of work No No Not Allowed
done to date by the Contractor will be paid for in full at the rate specified in
the contract. Notice in writing from the Railway of such determination and the
reasons therefor shall be conclusive evidence thereof and all other condition
related to this will be governed by latest GCC April 2022.
SETTLEMENT OF DISPUTES - INDIAN RAILWAY ARBITRATION AND
CONCILIATION RULES : SETTLEMENT OF DISPUTES - INDIAN RAILWAY
102 ARBITRATION AND CONCILIATION RULES will be governed as per Indian No No Not Allowed
Railways Standard General Conditions of Contract, clause no. 63,64, of GCC
April 2022 corrected up to date.
Certificate: The tenderers shall submit a copy of certificate stating that all
their statements/documents submitted along with bid are true and factual.
Standard format of certificate to be submitted by the bidder is enclosed as
Annexure-V. Non submission of above certificate by the bidder shall result in
103 No No Not Allowed
summarily rejection of his/their bid. It shall be mandatorily incumbent upon
the tenderer to identify, state and submit the supporting documents duly self
attested by which they/he is qualifying the Qualifying Criteria mentioned in
the Tender Document.
Multiple L-1 : In case of more than 1 L-1 bidders, tender may be awarded to
tenderer having higher Bid Capacity. In case Bid Capacity is also the same,
tenderer having done more value of similar work in last three previous
104 No No Not Allowed
financial years and the current financial year upto the date of opening of the
tender, may be selected for the award. Instructions with respect to Bid
Capacity will follow.
In case after award of contract or during execution of work it becomes
necessary for contractor to change subcontractor, the same shall be done
105 No No Not Allowed
with subcontractor(s) fulfiling the requirement as per the clause 7 of stantd.
GCC with approval of chief engineer in writing.

Pa g e 33 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

MEASUREMENTS, CERTIFICATES AND PAYMENTS 44. Quantities in Bill(s)


of Quantities Annexed to Contract: The quantities set out in the accepted
Bill(s) of Quantities with items of works quantified are the estimated
quantities of the works and they shall not be taken as the actual and correct
quantities of the work to be executed by the Contractor in fulfillment of his
obligations under the contract. 45(i). Measurement of Works by Railway: The
Contractor shall be paid for the works at the rates in the accepted Bill(s) of
Quantities and for extra works at rates determined under Clause 39 of these
Conditions on the measurements taken by the Engineer or the Engineer's
representative in accordance with the rules prescribed for the purpose by
the Railway. The quantities for items the unit of which in the accepted Bill(s)
of Quantities is 100 or 1000 shall be calculated to the nearest whole number,
any fraction below half being dropped and half and above being taken as
one; for items the unit of which in the accepted Bill(s) of Quantities is single,
the quantities shall be calculated to two places ofdecimals. Such
measurements will be taken of the work in progress from time to time and at
suchintervals as in the opinion of the Engineer shall be proper having regard
to the progress of works.Thedate and time on which 'on account' or 'final'
measurements are to be made shall be communicatedto the Contractor who
shall be present at the site and shall sign the results of the measurements
(which shall also be signed by the Engineer or the Engineer's representative)
recorded in the official measurements book as an acknowledgement of his
acceptance of the accuracy of the measurements. Failing the Contractor's
attendance, the work may be measured up in his absence and such
106 No No Not Allowed
measurements shall, notwithstanding such absence, be binding upon the
Contractor whether or not he shall have signed the measurement books
provided always that any objection made by him to measurement shall be
duly investigated and considered in the manner set out below: (a) It shall be
open to the Contractor to take specific objection to any recorded
measurements or Classification on any ground within seven days of the date
of such measurements. Any remeasurement taken by the Engineer or the
Engineer's representative in the presence of the Contractor or in his
absence after due notice has been given to him in consequence of objection
made by the Contractor shall be final and binding on the Contractor and no
claim whatsoever shall thereafter be entertained regarding the accuracy and
Classification of the measurements. (b) If an objection raised by the
Contractor is found by the Engineer to be incorrect the Contractor shall be
liable to pay the actual expenses incurred in measurements. 45(ii).
Measurement of Works by Contractor's Authorized Representative (in case
the contract provides for the same): (a) The Contractor shall be paid for the
works at the rates in the accepted Bill(s) of Quantities and for extra works at
rates determined under Clause 39 of these Conditions on the measurements
taken by the Contractor's authorized Engineer in accordance with the rules
prescribed for the purpose by the Railway. The quantities for items the unit
of which in the accepted Bill(s) of Quantities is 100 or 1000 shall be
calculated to the nearest whole number, any fraction below half being
dropped and half and above being taken as one; for items the unit of which
in the accepted Bill(s) of Quantities

Pa g e 34 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

is single, the quantities shall be calculated to two places of decimals. Such


measurements will be taken of the work in progress from time to time. The
date and time on which 'on account' or 'final' measurements are to be made
shall be communicated to the Engineer. The date and time of test checks
shall be communicated to the Contractor who shall be present at the site and
shall witness the test checks, failing the Contractor's attendance the test
checks may be conducted in his absence and such test checks shall not
withstanding such absence be binding upon Contractor provided always that
any objection made by Contractor to test check shall be duly investigated
and considered in the manner set out below: (i) It shall be open to the
Contractor to take specific objection to test checks of any recorded
measurement within 7 days of date of such test checks. Any re-test check
done by the concerned Railway's authority in the presence of the Contractor
or in his absence after due notice given to him in consequent of objection
made by the Contractor shall be final and binding on the Contractor and no
claim whatsoever shall thereafter be entertained regarding the accuracy and
classification of the measurements. (ii) If an objection raised by the
Contractor is found by the Engineer to be incorrect the Contractor shall be
liable to pay the actual expenses incurred in measurements. (b) Incorrect
measurement, actions to be taken: If in case during test check or otherwise,
it is detected by the Engineer that agency has claimed any exaggerated
measurement or has claimed any false measurement for the works which
have not been executed; amounting to variation of 5% or more of claimed
gross bill amount, action shall be taken as following: (i) On first occasion of
106.1 No No Not Allowed
noticing exaggerated/ false measurement, Engineer shall recover liquidated
damages equal to10% of claimed gross bill value. (ii) On any next occasion
of noticing any exaggerated/false measurement, railway shall recover
liquidated damages equal to 15% of claimed gross bill value. In addition, the
facility of recording of measurements by Contractor as well as release of
provisional payment shall be withdrawn. Once withdrawn, measurements
shall be done by railway as per clause 45(i) above. 46.(1) "On-Account "
Payments: The Contractor shall be entitled to be paid from time to time by
way of "On-Account" payment only for such works as in the opinion of the
Engineer he has executed in terms of the contract. All payments due on the
Engineer's/Engineer's Representative's certificates of measurements or
Engineer's certified "Contractor's authorized Engineer's measurements" shall
be subject to any deductions which may be made under these presents and
shall further be subject to, unless otherwise required by Clause 16 of these
Conditions, a retention of six percent by way of Security Deposits, until the
amount of Security Deposit by way of such retentions shall amount to 5% of
the total value of the contract provided always that the Engineer may by any
certificate make any correction or modification in any previous certificate
which shall have been issued by him and that the Engineer may withhold any
certificate, if the works or any part thereof are not being carried out to his
satisfaction. 46.(2) Rounding off Amounts: The total amount due on each
certificate shall be rounded off to the nearest rupee, i.e. sum less than 50
paise shall be omitted and sums of 50 paise and more upto1 will be
reckoned as 1.
46.(3) On Account Payments not Prejudicial to Final Settlement: "On-
Account" payments made to the Contractor shall be without prejudice to the
final making up of the accounts (except where measurements are
specifically noted in the Measurement Book as "Final Measurements" andas
106.1.1 such have been signed by the Contractor and Engineer/Engineer's No No Not Allowed
Representative) and shall in no respect be considered or used as evidence
of any facts stated in or to be inferred from such accounts nor of any
particular quantity of work having been executed nor of the manner of its
execution being satisfactory.
Mobilization advance as per clause no 46(4), manner of payment as per
106.2 No No Not Allowed
clause no 46(5), PVC clause no.46(A) of GCC April 2022.
Offloading of part(s) of work: These conditions will be governed as per GCC
107 No No Not Allowed
April 2022.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 35 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

These additional special conditions constituting instructions to tenderers and


the stipulations made in the Bill(s) of quantity /schedule of item or work, if
1 any, shall govern the works done under this contract in addition to and or No No Not Allowed
part suppression of Indian Railways Standard General Conditions of
Contract, April 2022, corrected up to date.
When there is conflict between the instructions to tenders with additional
special conditions and with stipulations contained in the Bill(s) of
2 quantity/schedule of item on one hand, the Indian Railways Standard No No Not Allowed
General Conditions of Contract, april 2022, corrected up to dated, on the
other hand shall be prevail.
No passes of any kind for self agent and labourers for any purpose in
3 No No Not Allowed
connection with this tender/contract will be issued to the contractor.
Any change in the address of the contract shall be forthwith intimated in
writing to the Rly. The Rly will not be responsible for any loss or
4 No No Not Allowed
inconvenience suffered by the contractor(s) on account of his/their failure to
comply with this.
The cancellation of any document such as power or attorney, partnership
deed etc. shall forthwith be communicated by the contractor to the Rly in
5 No No Not Allowed
writing, failing which the Rly shall have no responsibility or liability for any
action on the strength of the said documents.
If the contractor's firm is dissolved due to death or retirement of any partner
or any reason, whatever, before completing the whole work for any part of it,
undertaken by the principal agreement, partners shall remain jointly and
personally liable to complete the whole work to the satisfaction of the Rly.
6 No No Not Allowed
and to pay compensation for loss sustained, if any by the Rly due to such
dissolution. The amount of such compensation shall be decided by the
General Manager of the Rly and his decision in the matter shall be final and
binding on the contractor(s).
The deployment of all plants and machineries including moving machine if
any, should be such as not to infringe to cause damage to Rly. or any other
Govt. or private properties, operation of such equipment involving
7 infringement to moving dimensions prescribed in the handbook of the No No Not Allowed
schedule of dimensions for the Rly. shall not be undertaken without the prior
approval of the Sr. Divl. Elect. Engineer. For any loss or damage resulting
from violation of this clause, the contractor(s) shall be wholly responsible
Guarantee/Warrantee (Maintenance after completion of work): The
maintenance period in terms of clause 47 and 48 of the general conditions
shall be 12 (twelve) months from the certified date of completion for all works
any deficiencies encountered during this period shall be rectified by the
contractor at their own cost. The Engineer In-charge will be the sole judge to
8 No No Not Allowed
decide if the work is done satisfactorily in all respects and he reserves the
right to withhold payment of the balance 20% of the value. The performance
& warranty of LED light fittings and LED lamps shall be 60 months from the
date of commissioning or 72 months from the date of supply whichever is
earlier.
During execution of the work against this contract, the contractor will be
9 No No Not Allowed
responsible for ant-larval work at his/their own cost.
Where items not covered by the schedules to be executed the rates for such
non items wise works will be negotiated and work carried out at such agreed
10 No No Not Allowed
rates or through any other agency at the description of the railway
administration.
The contractor(s) shall give a programme of completion for all items of work
included in this contract and get the same approved by the Engineer In-
11 No No Not Allowed
charge of the Works and adhered to the same programme subject to overall
dates stipulated for completion of all works to be done under this contract.
The materials to be supplied should meet the requirements mentioned in the
annexure-A, .All materials before used shall be got approved by the
12 Engineer-In-charge or his authorized representatives. Materials which are No No Not Allowed
not approved as above shall not be used in the work and if the same is used,
such work is liable for rejection.

Pa g e 36 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

a) The contractor shall make good all damages to the railway buildings and
properly caused by him in the execution of the contractor to the entire
satisfaction of the railway administration. b) On completion of works testing
with the approved mechanical and electrical instruments is obligatory to
13 No No Not Allowed
determine efficiency of the equipments/materials used in operation. (c) The
validity of contractor license should be produced before execution of work.
(d) Samples of materials to be used shall be approved by the railway
administration.
Contractor has to give his personal mobile no., land line no. for contact and
14 No No Not Allowed
postal address with address proof for correspondence to this office.
Papers related to formation of firm i.e. Proprietary ship/Partnership deed/
15 No No Not Allowed
Pvt. Ltd. etc, if any.
16 Contractor has to submit authority letter for signing of tender bid/paper. No No Not Allowed
Contractors upon whom the provision of the CLA,1970 applies should not
17 No No Not Allowed
execute the contract works without labour license.
The contractor shall take utmost care while carrying out the works including
excavation so as not to cause any damage to the existing Railway
underground and other cables. In case cable is damaged by the contractor
18 due to fault of his personnel, he is liable for penalty of Rs ONE LAKH ONLY No No Not Allowed
for each case, till loss caused to the Railway. His work is liable to be stopped
till such time he takes measures which are certified to be satisfactory by the
executing supervisors.
The contractors should inform to the concerned SSEE before
19 No No Not Allowed
commencement of work and also during day to day working.
The contractor should pay his workers as per Minimum Wages Act issued by
Ministry Of Labour and Employment, up dated time to time. The payment
20 made toward workers may be done online mode. The copy of account No No Not Allowed
details of workers with payment credited to them duly signed by the worker
and tenderer, may be submitted to this office during passing of bill.
The contractor should follow all rules and regulations of labour act/law with
respect to different facility to be provided to labour like ESI, EPC etc. in
21 course of any future dispute with ref. to non-adherence of labour burn rules No No Not Allowed
and regulations, the contractor will pay the disputed amount to the claimant
and railways will not to be liable to pay any disputed amount on this account.
Material will be inspected by Sr.DEE(G)/NGP or his representatives at the
22 manufacturer's/supplier's premises before dispatching to site by the No No Not Allowed
contractor.
23 The make shall be got approved initially before inspection. No No Not Allowed
24 Migration to GST regime No No Not Allowed
All the bidders/tenderers should ensure that they are GST complied and
24.1 No No Not Allowed
their quoted tax structure/rates are as per GST Law.
In case of vitiation during the execution of work because of variation in the
25 No No Not Allowed
quantities, the contractor will forgo the vitiated amount.
Valid ECL(Electrical Contractor Licence) issued in favour of Firms /tenderers
only. Tenders submitted with ECL issued in the name of other firms/
26 No No Not Allowed
tenderers will be summarily rejected. In case the ECL is not valid on the date
of opening of tender, details of renewal should be submitted.
for supply and execution of patented items Railway board's letter no.
27 2018/CE-I/Innov/1 on 18.01.2018 should be followed in which following No No Not Allowed
conditions are mentioned.
In case, the agency supplying the patented item is not the contractor to
whom the work is assigned and these items are being procured by the
contractor, the concerned contractor will obtain prior approval from the
Engineer - in - charge of the work (Min. JA Grade Officer). Who will ensure
that all design and safety aspects are taken care of. For any specific
requirement concerning execution, warranty etc., an agreement/MOU is to
27.1 No No Not Allowed
be entered between the main contractor and the party supplying the
patented items, clearly bringing out the responsibility of party supplying such
parented items. A copy of such MOU will be furnished to the Engineer -in -
charge by the main contractor to whom work has been assigned by the
Railway and after the approval of Engineer-in - charge, such item can be
used in work.

Pa g e 37 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

The agency supplying the patented item shall provide complete


27.2 details/specifications /drawings of the items including the manner in which it No No Not Allowed
is to be used.
During the installation of such patented items, authorized representative of
the firm supplying such patented /propriety items shall be present and after
the execution of work, a certificate to be issued by the firm supplying the
27.3 No No Not Allowed
patented item indicating its proper installation. Such certificate will have to be
kept in record by the concerned Engineer - in - charge executing the
contract, before releasing payment for the work done.
Inclusion of 'Letter of Credit (LC)' as Mode of Payment. (Applicable for all
28 works tenders or service tenders invited by railways through e-tendering on No No Not Allowed
IREPS, having advertised value of Rs 10 lakh and above only.)
For all the tenders having advertised cost of Rs 10 lakh or above, the
28.1 contractor shall have the option to take payment from Railways through a No No Not Allowed
letter of credit (Le) arrangement.
This option of taking payment through Le arrangement has to be exercised
in IREPS (Indian Railway Electronic Procurement System - the e-application
28.2 on which tenders are called by Railways) by the tenderer at the time of No No Not Allowed
bidding itself, and the tenderer shall affirm having read over and agreed to
the terms and conditions of the LC option.
28.3 The option so exercised, shall be an integral part of the bidder's offer. No No Not Allowed
The above option of taking payment through LC arrangement, once
28.4 exercised by tenderer at the time of bidding, shall be final and no change No No Not Allowed
shall be permitted, thereafter, during execution of contract.
In case tenderer opts for payment through LC, following shall be the
28.5 No No Not Allowed
procedure to deal release of payment through LC:
28.5.1 The LC shall be a sight LC No No Not Allowed
The contractor shall select his Advising/Negotiating bank for LC The
28.5.2 incidental cost towards issue of Le and its operation thereof shall be borne No No Not Allowed
by the contractor.
SBI, New Delhi, Main Branch will be the nodal branch for issue of LCs based
on online requests received from Railway Accounts Units for tenders opened
in financial year 2018-19. SBI branches where the respective Railway
Accounts Office has its Account (local SB1 branch) will be the
28.5.3 issuance/reimbursing branch for LC issued under this arrangement. The No No Not Allowed
Bank shall remain same for this tender till completion of contract. The
incidental cost @ 0.15% per annum of LC value, towards issue of LC and
operation thereof shall be borne by the contractor and shall be recovered
from his bills.
The LC shall be opened initially for duration of 180 to 365 days in
consultation with contractor. The LC shall be extended time to time as per
the progress of the contract, on the request of the contractor. The value of
28.5.4 No No Not Allowed
LC to be opened initially as well as extended thereafter shall be finalised by
the engineer in consultation with the contractor on the basis of expected
progress of work.
The LC terms and conditions shall inter-alia indemnify and save harmless
the Railway from and against all losses, claims and demands of every nature
and description brought or recovered against the Railways by reason of any
28.5.5 No No Not Allowed
act or omission of the contractor, his ,agents or employees, in relation to the
Letter of Credit (LC). All sums payable/borne by Railways on this account
shall be considered as reasonable compensation and paid by contractor.
The LC terms and conditions shall inter-alia provide that Railways will issue a
Document of Authorisation (format enclosed as Annexure 2) after passing
28.5.6 No No Not Allowed
the bill for completed work, to enable contractor to claim the authorized
amount from their bank.
The acceptable, agreed upon document for payments to be released under
28.5.7 No No Not Allowed
the LC shall be the Document of Authorisation.
The Document of Authorisation shall be issued by Railway Accounts Office
28.5.8 No No Not Allowed
against each bill passed by Railways.
On issuance of Document of Authorisation, a copy of Document of
Authorisation shall be posted on IREPS for download by the contractor. A
28.5.9 No No Not Allowed
digitally signed copy of Document of Authorisation shall also be sent by
Railway Accounts Office to Railway's bank (Local SBI Branch).

Pa g e 38 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

The contractor shall take print out of the Document of Authorisation available
on IREPS and present his claim to his bank (advising Bank) for necessary
28.5.10 No No Not Allowed
payments as per LC terms and conditions. The claim shall comprise of copy
of Document of A uthorisation, Bill of Exchange and Bill.
The payment against LC shall be subject to verification from Railway's Bank
28.5.11 No No Not Allowed
(Local SBI Branch).
The contractor's bank (advising bank) shall submit the documents to the
28.5.12 No No Not Allowed
Railway's Bank (Local SBI Branch).
The railway's bank (issuing bank) shall, after verifying the claim so received
w.r.t. the digitally signed Document of Authorisation received from Railway
28.5.13 No No Not Allowed
Accounts Office, release the payment to contractor's bank (advising bank)
for crediting the same to contractor's account.
Any number of bills can be dealt within one I.C, provided the sum total of
28.5.14 No No Not Allowed
payments to contractor is within the amount for which LC has been opened.
The LC shall be closed after the release of final payment including P VC
28.5.15 No No Not Allowed
amount, if any, to the contractor.
The release of performance guarantee or security deposit shall be dealt
28.5.16 No No Not Allowed
directly by railway with the contractor i.e., not through LC.
Special condition of contract for mandatory updation of labour data on
Railways shramikkalyan portal by Contractor. Amendment in Clause 54 & 55
29 of Indian Railways General Condition of Contract deals with wages of labour No No Not Allowed
and action in case of default of contractor to payment of wages vide Railway
Board letter no. 2018/CE-I/CT/4, New Delhi, dated 17.10.2018.
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 Railway General
Condition of Contract. In order to ensure the same, an application has been
developed and hosted on website
29.1 No No Not Allowed
'www.shramikkalyan.indianrailways.gov.in'. Contractor shall register his
Firm/Company etc. and upload requisite details of labour and their payment
in this portal. These details shall be available in public domain. The
Registration/updation of portal shall be done as under:
a. Contractor is to abide for onetime registration of his company/firm etc. in
the Shramikkalyan portal with requisite details subsequence to issue of letter
29.1.1 No No Not Allowed
of Acceptance. Engineer shall approve the contractor's registration on the
portal within 7 days of receipt of such request.
b.Contractor once approved by any Engineer, can create password with
29.1.2 login ID (PAN No.) for subsequent use of portal for all LOAs issued in his No No Not Allowed
favour.
c.The contractor once registered on the portal, shall provide details of his
Letter of Acceptance(LoA)/Contract Agreements on Shramikkalyan portal
29.1.3 within 15 days of issue of any approval of concerned engineer. Engineer No No Not Allowed
shall update (if required) and approve the details of LoA filled by contractor
within 7 days of receipt of such request.
d.After approval of LoA by Engineer, Contractor shall fill the salient details of
29.1.4 contract labours engaged in the contract and ensure updating of each wage No No Not Allowed
payment to them on shramikkalyan portal on monthly basis.
e.It shall be mandatory upon the contractor to ensure correct and prompt
29.1.5 uploading of all salient details of engaged contractual labour & payment No No Not Allowed
mode thereof after each wage period.
B. While processing payment of any 'On Account bill' or 'Final bill' or release
of 'Advances' or 'Performance Guarantee / Security Deposit', contractor shall
submit a certificate to the Engineer or Engineer's representative that " I have
29.2 uploaded the correct details of contract labours engaged in connection with No No Not Allowed
this contract and payment made to them during the wages period in
Railways's Shramikkalyan portal at
'www.shramikkalyan.indianrailways.gov.in' till ______Months, ______ Year.

Pa g e 39 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

Post Payment Audit: It is an agreed term of contract that the Railway


reserves to itself the right to carry out a post-payment audit and/ or technical
examination of the works and the Final Bill including all supporting vouchers,
abstracts etc. and to make a claim on the Contractor for the refund of any
30 No No Not Allowed
excess amount paid to him till the release of security deposit or settlement of
claims, whichever is later, if as a result of such examination any over-
payment to him is discovered to have been made in respect of any works
done or alleged to have been done by him under the contract.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(i)The participating firm must submit a copy of valid Electrical Contractor's
license issued by any State Govt. without any restrictions. Tender submitted
without valid and current Electrical Contractor's license issued by any State
Govt. without any restrictions, should be summarily rejected. ii) Valid Allowed
1 No No
ECL(Electrical Contractor License)should be issued in favour of Firms (Mandatory)
/tenderers only. Tenders submitted with ECL issued in the name of other
firms/tenderers will be summarily rejected. In case the ECL is not valid on the
date of opening of tender, details of renewal should be submitted.
(i)The participating firm must submit a copy of valid Electrical Supervisor's
license issued by any State Govt. without any restrictions. Tender submitted Allowed
1.1 No No
without valid and current Electrical Supervisor's license (issued by any State (Mandatory)
Govt. without any restrictions) should be summarily rejected.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/We have read the various conditions to the tender attached here and hereby
agree to abide by the said conditions. I/We also agree to keep this tender
open for acceptance for the period of 60 (sixty) days from the date fixed for
opening of the same. I/We offer to do the Electrical work for "Maintenance and
1 repair contract for window/split Acs, Water coolers and Refrigerators of No No Not Allowed
different makes at various stations and service buildings over NGP division for
a period of Two years." and hereby bind myself/ourselves to complete the
work within Twenty four(24) Months from the date of issue of letter of
acceptance of the tender.
I/We also hereby agree to abide by the Indian Railway General conditions of
the contract April 2022,with all correction slips up-to-date and to carry out the
works according to the special condition of contract and specifications for
2 No No Not Allowed
materials and works laid down by the Railway in the annexed special
conditions/specifications, Bills of quantities/schedule of rates with all correction
slips up-to-date for the present contract.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between the subject to modifications, as
3 No No Not Allowed
may be mutually agreed between us and indicated in the letter of acceptance
of my/our offer for this work.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Apart from all the document which are uploaded by the bidder, bidder can also
Allowed
1 upload other relevant document like PAN card details, GST details, Aadhar No No
(Mandatory)
details etc

Pa g e 40 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

1. 80% Payment will be released against supply of materials & balance


payment will be made after completion/execution of work (Itemwise for part
completion also) in case of supply item. For item having supply and
installation/fixing, full payment will be made after completion of the job
including installation/fixing. Note- Payment will be released only on submission
of Invoice/Delivery challan & test certificate issued from Original Manufacturer
or his authorized dealer in support of the materials supplied to the Railway
towards execution of work. Tenderer has to give consent in a mandate form
2 for receipt of payment through ECS/EFT, the following particulars are to be No No Not Allowed
given by the tenderer while quoting their offer. i) Details of Bank A/c in line with
RBI guideline for the same. These details will include Bank Name, Branch
Name & address, Account type, Bank A/c No. & Bank & Branch Code as
appearing on MICR cheque issued by bank. ii) Tenderer to attach certificate
from their bank certifying the correctness of all above mentioned information
(as mentioned in para (i) above. iii) In case of non-payment through ECS/EFT
or where ECS/EFT facility is not available, payment will be released through
cheque.
List of documents required for Billing Process:- 1). Material Inspection
certificate with "Make of material" & "DMTR" refrences (a) Contactor's material
supply/delivery challan with DMTR refrences. (b) Supplier's supply
2.1 challan/Invoices/Delivery memo to contactor and test certificate whenever No No Not Allowed
required. 2) Progress report of executed work with location & date. 3) Copy of
Wage report Generated by contactor in Railway "Shramik Kalyan" Portal at
"www.shramikkalyan.indianrailway.gov.in"
Mandate Form Annexure P : Tenderer should submit mandate form duly filled Allowed
3 Yes No
in prescribed format (Annexure-P) with the electronic bid. (Mandatory)
Tender Form Annexure I: Tenderer should submit Tender form duly filled in
Allowed
4 prescribed format (TENDER FORM (First Sheet), Annexure-I) with the No No
(Mandatory)
electronic bid.
The tenderers shall submit a copy of certificate stating that all their
statements/documents submitted alongwith bid are true and factual. Standard
format of certificate to be submitted by the bidder is enclosed as Annexure-V.
Non submission of above certificate by the bidder shall result in summarily Allowed
5 Yes Yes
rejection of his/their bid. It shall be mandatorily incumbent upon the tenderer to (Mandatory)
identify, state and submit the supporting documents duly self attested by which
they/he is qualifying the Qualifying Criteria mentioned in the Tender
Document.
Tenderer has to submit details of Employment/partnership etc of Retired
Railway Employees as per Indian Railways Standard General Conditions of
Contract- April 2022 (GCC April 2022) with all correction slips up-to-date and
as given in para 59(9) of "GCC April 2022" & attached with tender document.
Allowed
6 Tender without the information above referred to or a statement to the effect Yes Yes
(Mandatory)
that no such retired engineer or retired Gazetted Officer is so associated with
the tenderer, as the case may be, shall be rejected. Format given in
Annexure-L in attached documents (If No such railway employee is there then
also upload this by filling 'NIL")
Annexure M : Tenderer has to submit an undertaking in prescribed format
(Annexure 'M') that he is not blacklisted or debarred by Railways or any other
Ministry / Department of Govt. of India from participation in tender on the date
Allowed
7 of opening of bids, either in individual capacity or as a member of the Yes Yes
(Mandatory)
partnership firm or JV in which he was / is a partner/member. Concealment /
wrong information in regard to above shall make the contract liable for
determination under Clause 62 of the General Conditions of Contract.
Annexure E: All the payment will be made through electronic fund transfer only
through any of the nationalized/scheduled bank. For this the proforma given at
Allowed
8 Annexure-E enclosed is to be essentially filled up by the tenderer before Yes Yes
(Mandatory)
submitting his tender. Scanned copy of cancelled cheque of bank account
mentioned in Annexure-E to be attached by the tenderer also.
- Along with EFT mandate the tenderer has to upload the self-attested copy of Allowed
9 Yes Yes
the PAN card. (Mandatory)
The tenderer has to submit copy of Authority for him being authorized
signatory. (Self-declaration may be submitted in case of Proprietor ship firm
Allowed
10 and in case of partnership firm and other type of Firms, Clause 14 of GCC July Yes Yes
(Mandatory)
2020 may be referred and required documents to be submitted) & upload
as.pdf file.

Pa g e 41 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

Allowed
11 Deed of Partnership or special power of attorney, if any for the work. Yes Yes
(Mandatory)
Annexure A- List of Personnel Organization available on hand and proposed to
Allowed
12 be engaged for the subject work as per format given in Annexure-A in Yes Yes
(Optional)
attached document.
Annexure-B: List of Plants and Machinery available on hand (own) and
Allowed
13 proposed to be inducted (own and hire, to be given separately for the subject Yes Yes
(Optional)
work) as per format given in Annexure-B in attached document.
Annexure-C: List of work on hand indicating description of work, contract
Allowed
14 value, approximate value of balance work yet to be done and date of award as Yes Yes
(Optional)
per format given in Annexure-C in attached documents.
The tenderer should ensure that the information/documents, being submitted
in support of claim of qualifying the laid down eligibility criteria, are prepared in
prescribed Documents Duly Signed : formats only duly signed by an official
Allowed
15 authorized to do so. Documents issuing authority must furnish all relevant Yes Yes
(Mandatory)
information in the prescribed format itself. Complete details of issuing authority
should also be indicated in the document. Furnishing incomplete, illegible,
vague information may lead to rejection of offer.
Documents Upload: If in any of the items/condition supporting documents are
to be uploaded by the tenderer which is mentioned in the description. For such Allowed
16 Yes Yes
items the "Not Allowed" as mentioned document uploading column shall be (Mandatory)
ignored & desired document shall be uploaded as .pdf file in documents.
Annexure-F: Each page of the copy of the documents/ certificates in support of
Special Technical Criteria, submitted by the tenderer, shall be duly self- Allowed
17 Yes Yes
attested/digitally signed by the tenderer (Self Attestation shall include (Optional)
signature, date & stamp of the tenderer as shown in Annexure-F).
Tenderer to refer "Special conditions of contract " of Tender document and
18 Standard General Conditions of Contract, April 2022 available in attached Yes Yes Not Allowed
documents of tender.
The above work is to be executed as per Special Conditions of Contract and
Standard GCC(Standard General Conditions of Contract), April 2022 (Works
19 Matter). Before offering the rate in the tender, the tenderer is required to Yes Yes Not Allowed
inspect the site and Special condition & other documents i.e. Schedule, Scope
of Work, GCC works April 2022 etc. attached in pdf.
Checklist Annexure R : Checklist to be uploaded with Tender documents fully
marked the column "Submitted Documents" as Yes(_/) for Evaluation of Allowed
20 Yes Yes
Credentials and Eligibility of Tenderer and Reason for Non-submission should (Mandatory)
be mentioned if documents are not submitted/uploaded with the offer.
List of documents required for Billing Process:- 1). Material Inspection
certificate with "Make of material" & "DMTR" references (a) Contactor's
material supply/delivery challan with DMTR references. (b) Supplier's supply
21 challan/Invoices/Delivery memo to contactor and test certificate whenever No No Not Allowed
required. 2) Progress report of executed work with location & date. 3) Copy of
Wage report Generated by contactor in Railway "Shramik Kalyan" Portal at
"www.shramikkalyan.indianrailway.gov.in"
Any firm recognized by Department of Industrial Policy and Promotion (DIPP)
as 'Startups' shall be exempted from payment of Earnest Money on Allowed
22 No No
submission/uploading of Registration Certificate issued by appropriate (Mandatory)
authority during bidding in the tender.

6. Documents attached with tender

S.No. Document Name Document Description


1 scheduleofWAC.pdf schedule of work
2 scopeofwork.pdf scope of work
3 annexureR.pdf check list
4 GCCapril2022.pdf GCC April 2022
5 AnnexureA.pdf List of personals
6 AnnexureB.pdf List of plant and machinery
7 AnnexureC.pdf List of works on hand
8 AnnexureE.pdf EFT bank details format

Pa g e 42 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14


NAGPUR-SECR-DIVISION-ELECTRICAL/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-G-E-OT-22-23-10 Closing Date/Time: 29/07/2022 15:00

9 AnnexureF.pdf Self attest format for document


10 AnnexureL.pdf Certification of retired emplyoee
11 AnnexureM.pdf Undertaking in prescribed format
12 TenderFormAnnexure-I.pdf Tender form
13 AnnexureP.pdf Mandate form
14 NewAnnexureV.pdf Standard format of the certificate

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department 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 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.

Signed By: PRAMOD KUMAR SHARAF

Designation : Sr.DEE/RS AND G

Pa g e 43 o f 43 Ru n Da te/Time: 2 7/0 6 /2 0 2 2 12 :0 0 :14

You might also like