1 Tender No.
RE-ADI-EL-IS- 22-23
ELECTRICAL DEPARTMENT
RAILWAY ELECTRIFICATION- AHMEDABAD
TENDER FORM
TENDER NO: RE-ADI-EL-IS- 22-23 Due On: 18.06.2022
NAME OF WORK: Design, Supply, Installation, Testing & Commissioning of Insulating Sheets
below the surface of ROBs as per RDSO guidelines No. RDSO-
TI0LKO(OHE)/83/2020-O/o PED/TI/RDSO in Samakhyali - Gandhidham
Section of Gujarat Region as per RDSO guidelines.
ALLOCATION HEAD OF THE TENDER: For Schedule - 20-35-71
ESTIMATED COST OF THE WORK Rs. 62992918.72 /-
EARNEST MONEY Rs. 465000.00/-
TENDER COST Rs. 00.00 /-
Important notice:-
Payment of EMD and TDC: As per Railway Board’s letter no. 2015/CE-I/CT/5/1 dated 31.8.2016;
Payment of Earnest Money Deposit (EMD) and Tender document cost (TDC), in respect of e-
tendering, should be accepted through net banking or payment gateway only. Fixed Deposit Receipt
(FDR) will not be accepted as EMD for tenders invited on IREPS (e-tender portal).
No manual offer shall be considered. Only e-tender on web site portal of ireps (www.ireps.gov.in)
shall be accepted.
INDEX
1. Tender Forms: First sheet & Second sheet. (Page No. 3-7)
2. Special conditions & specification of the tender/contract. (Page No. 8-21)
3. Schedule of work, approximate rates and quantities (Page No. 22)
4. Scope of work. (Page No. 23-31)
5. Details of Contractor (Page No. _32_)
6. Declaration and end page (Page No. _33_)
This tender form contains _33_ pages.
Signature Not
Verified
Contractor Dy. Chief Electrical Engineer - HQ,
Digitally signed by
ROHIT KUMAR
RE, Ahmedabad.
Date: 2022.05.27
11:25:12 IST
Reason: IREPS-CRIS
Location: New Delhi
2
Tender No. RE-ADI-EL-BA-22-23
RAILWAY ELECTRIFICATION – AHMEDABAD
TENDER NOTICE
Tender No. RE-ADI-EL-IS- 22-23 Date: 17.05.2022
Open e-Tender is invited by the Dy. Chief Electrical Engineer, Railway Electrification, Ahmedabad-
380 019, for and on behalf of President of India for Design, Supply, Installation, Testing &
Commissioning of Insulating Sheets below the surface of ROBs as per RDSO guidelines No.
RDSO-TI0LKO(OHE)/83/2020-O/o PED/TI/RDSO in Samakhyali - Gandhidham Section of
Gujarat Region as per RDSO guidelines.
1. Details are as under:-
Estimated cost Rs. 62992918.72/-
Earnest Money Rs. 465000.00/-
Date & Time of Submission Up to 18.06.2022 (13.00 Hrs.)
No manual offer shall be considered. Only e-tender
Submission of Tender on web site portal of ireps (www.ireps.gov.in) shall
be accepted.
Validity of offer 45 Days
03 months
Completion period (From the date of issue of LOA or date of actual
commencement of work, whichever is earlier.)
For eligibility criteria, please visit Website
Eligibility criteria www.ireps.gov.in
Or/and refer to our tender document.
2 Cost of Tender Paper:
Tender will be purchased by paying Rs. 0 /- online on www.ireps.gov.in
3. For other details and to download the entire Tender Paper, please visit our website
http://www.ireps.gov.in
4. Tender form received without earnest money will be summarily rejected.
5. Validity of offer 45 Days from the date of opening.
6. The e-tenders duly filled may be submitted through above web site i.e. http:// www.ireps.gov.in on
or up to 13:00 hrs of 18.06.2022.
7. If the date of opening happens to be holiday, the tender shall be opened on the next working day.
8.Tenderer should have valid electrical license issued in the name of firm by State Government as
required under IE rules, 1956 with one of the partner or in his own name if sole proprietor.
9. Minimum Eligibility Criteria & Price Variation Clause as per extent rules of Railway shall be
applicable.
10. Railway reserve the right to accept / reject any or all tenders without assigning reasons to any or
all tenderers.
11. General Condition of Contract Apr 2022 of Railway or latest shall be applicable in this tender.
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
3
Tender No. RE-ADI-EL-BA-22-23
ELECTRICAL DEPARTMENT
RAILWAY ELECTRIFICATION, AHMEDABAD – 380 019
TENDER FORMS (FIRST SHEET)
e-Tender No: RE-ADI-EL-IS- 22-23 Due on : 18.06.2022
Name of Work: Design, Supply, Installation, Testing & Commissioning of Insulating Sheets below
the surface of ROBs as per RDSO guidelines No. RDSO-TI0LKO(OHE)/83/2020-
O/o PED/TI/RDSO in Samakhyali - Gandhidham Section of Gujarat Region as per
RDSO guidelines.
To
The President of Union of India,
Acting through the Deputy Chief Electrical Engineer (Dy. CEE),
Railway Electrification, Ahmedabad.
1. I/We …………………………………………………………have read the various conditions to
tender attached here to and hereby agree to abide by the said conditions. I/We also agree to keep
this tender open for acceptance for a period of 45 Days from the date fixed for opening the same
and in default thereof. I/We will be liable forfeiture of my/our “Earnest Money”. I/We offer to do
the work for Railway Electrification, Ahmedabad at the rates quoted in the attached schedule
and hereby bind myself/ourselves to complete the work in all respects within a period of 03
months from the date of issue of letter or acceptance of the tender.
2. I/We also hereby agree to abide by the General Conditions of Contract (Work Hand Book Part I &
II) corrected up to latest printed advance correction slips and amendment dated 12.5.2006,
30.5.2006, 07.12.06, , and 26.6.2006, 23.05.07 ,28.09.07 and latest correction till date of tender
opening and to carry out the work according to the Special Conditions of Contract, Specifications
of materials and scope of works as laid down by Railway in the annexed schedule of approximate
rate and quantities, Special Conditions/Specifications of Electrical Department of Railway
Electrification, Ahmedabad or Central Organization of Railway Electrification, Allahabad herein
called CORE, Western Railway for the present contract.
3. A sum of Rs. 465000.00 /- is herewith forwarded as Earnest money. The full value the earnest
Money shall stand forfeited without prejudice to any other right or remedies in case my/our Tender
is accepted and if:-
(a) I/We do not execute the contract documents within seven days after receipt of notice issued by
the Railway that such documents are ready; and
(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.
NOTE : The cost of tender form & EMD shall be deposited as per payment option available in ireps
web site i.e. http://www.ireps.gov.in
4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to between us
and indicated in the letter of acceptance of my/our offer for this work.
Name and Signature of Witnesses: …….………………..
1. ……….……………. Signature Tenderer (s)
Date ……….…………
Address of the Tenderer(s) ……………………………..
2. …….……………… ……………………………..
………………………………
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
4
Tender No. RE-ADI-EL-BA-22-23
TENDER FORM (SECOND SHEET)
1- Instructions to tenderers and conditions of tender:- The following documents form part of
Tender/Contract:-
(a) Tender forms-First Sheet and Second Sheet.
(b) Special Conditions and Specifications of the tender / contract (enclosed)
(c) Scope of work and technical specifications (enclosed)
(d) Schedule of work, approximate rate and quantities (enclosed)
(e) General Conditions of Contract laid-down in Works Hand Book Part I & II of Electrical
Department of Railway Electrification, Ahmedabad as amended/corrected up to
correction slips mentioned in First Sheet of Tender Form and latest thereof, copies of
which can be seen in the office of CPD/RE/Ahmedabad or obtained from the office of
the CPD/RE/Ahmedabad or Chief Administrative Officer, CORE, Allahabad on
payment of Rs.100/- either through DD/ Banker’s cheque in the name of
Sr.AFA/RE/ADI or Money Receipt deposited with any Station Master of Indian
Railway.
(f) All general and detailed drawings pertaining to this work which will be issued by the
Engineer or his representatives (from time to time) with all changes and modifications.
2- Drawings for the work:- The Drawings pertains to if any, for the work can be seen in the
office of the Dy.CEE/RE/AI at any time during the office hours. The drawings are only for the
guidance of Tenderer(s). Detailed working drawings, (if required) based generally on the
drawing mentioned above and various conditions mentioned in the tender document will be
submitted by the Tenderer or his representative from time to time for approval of the same by
Railway.
3- The Tenderer(s) shall quote his/their rates as a percentage above or below or at par of the total
estimated cost of the work as mentioned in the schedule of work, approximate rate and
quantities both in figures and words except where he/they are required to quote item-wise rates
and must tender for all the items shown in the schedule of approximate quantities attached. The
quantities shown in the attached schedule are given as a guide and are approximate only and are
subjected to variation according to the needs of the Railway. The Railway does not guarantee
work each item of the schedule.
4- Tenders containing erasures and/or alterations of the tender documents are liable to be rejected.
Any correction made by Tenderer(s) in his/their entries must be attested by him/them. All
corrections should be written and signed.
5- The works are required to be completed within a period of 03 months (from the date of Issue
of LOA or date of actual commencement whichever is earlier).
6- 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 no tenderer(s) shall demand any explanation for the cause of rejection
of his/their tender nor the Railway undertake to assign reasons for declining to consider or
reject any particular tender or tenders.
7- If the tenderer(s) deliberately gives/give wrong information in his/their tender or
creates/create circumstances for the acceptance of his/their tender, the Railway reserves the
right to reject such tender at any stage.
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
5
Tender No. RE-ADI-EL-BA-22-23
8- If the tenderer(s) expires after the submission of his/their tender or after the acceptance
of his/their tender, the railway shall deem such tender cancelled. If a partner of a firm expires
after the submission of their tender or after the acceptance of their tender, the Railway shall
deem such tender as cancelled, unless the firm retains its character.
“e-Tender No: RE-ADI-EL-BA-22-23 Due on- 17.06.2022” and must be submitted through
web site http://www.ireps.gov.in before and up to 15.00 hours on 17.06.2022.
9- Non-compliance with any of the conditions set forth there in above is liable to result in the
tender being rejected
10- Earnest Money:-
(a) The tender must be accompanied by a sum of Rs 465000.00 as earnest money deposited
through the payment option available in ireps web site i.e. http://www.ireps.gov.in.
(b) The Tenderer(s) shall keep the offer open for a minimum period of 45 Days from the
date of opening of the Tender. It is understood that the tender documents has been
sold/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 modify the terms and conditions thereof in a
manner not acceptable to the Dy.CEE/RE/AI, 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 the tender is accepted, the amount of Earnest Money will be retained and
adjusted as Security Deposit for the due and faithful fulfillments of the contract. This
amount of Security Deposit shall be forfeited if the tenderer(s)/contractor(s) fail to
execute the Agreement Bond within 7 days after receipt of notice issued by railway that
such documents are ready or to commence the work within 15days after receipt of the
orders to that effect.
(d) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before
provided, be returned to the unsuccessful tenderer(s) within a reasonable time but the
Railway shall not be responsible for any loss or depreciation that may happen to the
Security for the due performance of the stipulation to keep the offer open for the period
specified in the tender documents or to the Earnest Money while in their possession nor
be liable to pay interest thereon.
11- Income Tax Clearance certificate:- Attested Xerox copy of pan card and audited balance
sheet duly certified by chartered accountant of minimum 150% of the Advertised Tender Value
of work. Documents duly attested in support of receipt of the contractual payment, obtained
from employers or clients or audited balance sheet duly certified by the Charted Accountant
should be submitted.
12- Tenderer’s Credentials:- Documents testifying tenderer’s previous experience and financial
status should be produced along with the tender or whenever desired by competent authority.
Tenderer(s) who has/have not carried out any work so far on any Railway Electrification
Project, and who is/are not borne on the approved list of the Contractors of CORE should
submit along with his/their tender credentials to establish his capacity to carry out the works
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
6
Tender No. RE-ADI-EL-BA-22-23
satisfactorily. His financial status supported by Bank reference and other documents.
Certificates duly attested and testimonials regarding contracting experience for the type of job
for which tender is invited with list of works carried out in the past.
13- Execution of Contract Documents- The successful tenderer (s) shall be required to execute an
agreement with the President of Union of India acting through the Dy.CEE/RE/AI, Railway
Electrification Ahmedabad or his representative for carrying out the work according to General
conditions of Contract, Special conditions of the tender, scope of work and technical
specifications, schedule of work, approximate rates & quantities mentioned in tender form
(First Sheet).
14- Partnership deeds, Power of Attorney Etc. – The tenderer shall clearly specify whether the
tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted
on behalf of a partnership concern, he should submit the certified copy of partnership deep
along with the tender and authorization to sign the tender documents on behalf of partnership
firm. If these documents are not enclosed along with tender documents, the tender will be
treated as having been submitted by individual signing the tender documents. The Railway will
not be bound by any power of attorney granted by the tenderer or by changes in the
composition of the firm made 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 contractor.
15- The tenderer whether sole proprietor, a limited company or a partnership firm, if they
want to act through agent or individual partner(s) should submit along with the tender or at a
later stage, a power of attorney duly stamped and authenticated by a Notary Public or by
Magistrate in favor of the specific person whether he/they be partner(s) of the firm of any other
person specifically authorizing him/them to submit the tender, sign the agreement, receive
money, witness measurements, sign measurement books, compromise, settle, relinquish any
claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to
arbitration.
16- Employment/Partnership etc., of Retired Railway Employees-
(a) Should a 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 not, in the Electrical Department
of CORE/any of the railways owned and administered by the president of India for the
time being, or should a tenderer being partnership firm have as one of its partners a
retired engineer or retired Gazetted Officer as aforesaid, 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 of such Engineer or Gazetted Officer from the
said service and in case where such Engineer or Officer had not retired from
Government service at-least 2 years prior to the date of submission of the tender as to
whether permission for taking such contract or if the contractor be a partnership firm of
an incorporated company, to become a partner or Director as the case may be, or to take
employment under the contractor, 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. Tenders without the information above referred to or a statement to the effect
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
7
Tender No. RE-ADI-EL-BA-22-23
the no such retired Engineer or retired Gazatted Officer is so associated with the
tenderer, as the case may be, shall be rejected.
(b) Should a tenderer or contractor being an individual on the list of approved Contractors,
have a relative(s) or in the case of partnership firm or company of contractors one or
more of his shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted
capacity in the Electrical Department of CORE/Railway Electrification, Jaipur/Zonal
Railway, the authority inviting tenderers shall be informed of the fact at the time of
submission of tender, failing which the tender may be disqualified/rejected or if such
fact subsequently comes to light, the contract may be rescinded in accordance with the
provision in clause 62 of the General Conditions of Contract.
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
8
Tender No. RE-ADI-EL-BA-22-23
ELECTRICAL DEPARTMENT
RAILWAY ELECTRIFICATION
Ahmedabad – 380019.
SPECIAL CONDITIONS & SPECIFICATIONS OF THE TENDER
1. Special conditions of the tender / contract viz-a-viz general conditions of contract
1.1 The special conditions supplement the conditions of tender and contracts and the general
conditions of contract (Work Hand Book Part I & II) prevailing in Electrical Department of
Railway Electrification, Ahmedabad & Ahmedabad Division of Western Railway or in
Electrical Department of CORE/ Western Railway and shall be considered a part of the tender/
contract papers. Where the provisions of these conditions are varies with the general
conditions of contract, these special conditions shall prevail.
1.2 The general conditions of contract will mean the general conditions of contract as amended and
/ or corrected from time to time; applicable at the time of purchase / down loading from website
and submission of the tender, and at the time of execution of the agreement. It shall be the
responsibility of the tenderer/ contractor, before submitting his tender and again before entering
into said agreement, to ascertain all amendments and / or corrections make to time in the said
general conditions of contract.
1.3 The general conditions of contract governing the performance of the work covered by this
contract / tender are the general conditions of contract of Electrical department of Railway
Electrification, Ahmedabad and Electrical Department of CORE/Western Railway, amended
from time to time up to date. A copy of the booklet containing the above general conditions of
contract (Work Hand Book Part I & II) can be obtained on payment of Rs.100/- from the office
of the CPD/RE/Ahmedabad either through DD/ Banker’s Cheque in the name of
Sr.AFA/RE/ADI or submission of Money Receipt deposited with any Station Master of Indian
Railway.
2. Signing of the tender / Contract
2.1 In signing of this tender / contract, it would be deemed that the tenderer/ contractor has kept
himself fully informed of the provisions of the general conditions of contract including all
corrections / amendments issued up to date.
2.2 Each and every page of the tender form / contract should be signed by the tenderer.
2.3 An individual or individuals signing the tender and other documents connected there with
should specify whether he is signing -
(i) as sole proprietor of the concerned, or his attorney, or
(ii) as a partner of the firm, or
(iii) for the firm per procreation, or
(iv) as a Director, Manager, or Secretary in the case of Limited Company.
In the case of firm not registered under the Indian Partnership Act, the entire partner or
the attorney duly authorized by all of them should sign the tender and all other connected
documents.
A copy of the document empowering the individual or individuals to sign should also
been sent with the tender form. In any case, the tenderer should disclose his constitution fully
and attested copies of all necessary legal documents in support thereof should be submitted
with the tender and original thereof should be produced as and when called for.
3. Address of the Tenderer / Contractor
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
9
Tender No. RE-ADI-EL-BA-22-23
Every tenderer / contractor shall state in the tender, his postal address fully and clearly
indicating name of sole proprietor, firm’s name, landline and mobile phone no., fax no. and e-
mail address, if any. Any communication sent to the tenderer at his said address including fax
no. & e-mail address shall be deemed to have reached the tenderer / contractor duly and timely,
notwithstanding the fact that the communication not reached the tenderer / contractor at all or
in time because of any inaccuracy or defect in the said address. After submission of this tender,
any change in the address and phone no., the tenderer / contractor should immediately advise to
Dy.Chief Electrical Engineer, Railway Electrification, Ahmedabad - 380019 by registered post.
4. Right to accept any tender
The Railway shall not be bound to accept the lowest tender and to assign any reason for non-
acceptance or rejection of the tender. No tender shall be deemed to have been accepted unless
such acceptance has been notified in writing to the successful tenderer/ contractor by the
Railway through the letter of acceptance. The Railway reserves the right to accept any tender in
respect of the whole or any portion of the work specified in the specification and scope of the
work or to divide or reduce the work or to accept any reason what so ever.
5. Cost of tender form
The cost of tender form is not refundable in any conditions.
6. Earnest Money , Security Deposit & performance guarantee
(I) Earnest Money
6.1 The tender must be accompanied by a sum of Rs.465000.00/- as earnest money deposited
NOTE :
The cost of tender form i.e. Rs. 0/- & EMD i.e. Rs. 465000.00/- shall be deposited as per
payment option available in ireps web site i.e. http://www.ireps.gov.in . Tender found without
EMD & tender form cost in as required option will not be consider and summarily rejected.
6.2 No interest will be allowed on the Earnest money from Railway.
6.3 The Tenderer(s) shall keep the offer open for a minimum period of 45 Days from the date of
opening of the Tender. It is understood that the tender documents has been sold/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 resale from
his offer or modify the terms and conditions thereof in a manner not acceptable to the
Dy.CEE/RE/AI 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.
6.4 If the tender is accepted, the amount of Earnest Money will be retained and adjusted as Security
Deposit for the due and faithful fulfillments of the contract. This amount of Security Deposit
shall be forfeited if the tenderer(s)/contractor(s) fail to execute the Agreement Bond within 7
days after receipt of notice issued by railway that such documents are ready or to commence the
work within 15days after receipt of the orders to that effect.
6.5 The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be
returned to the unsuccessful tenderer(s) within a reasonable time but the Railway shall
not be responsible for any loss or depreciation that may happen to the Security for the due
performance of the stipulation to keep the offer open for the period specified in the tender
documents or to the Earnest Money while in their possession nor be liable to pay interest
thereon.
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
10
Tender No. RE-ADI-EL-BA-22-23
6.6 Earnest money should not be deposited with any Station Master on Railway.
6.7 Guaranteed bonds in any form, Lump-sum earnest money deposited with any department/
division / Zonal Railways/ Postal Order/ Banker’s Cheque / Bank Guarantee Certificates etc.,
will not be accepted.
6.8. The cost of Tender form is Rs. 0 /-,& Earnest Money is Rs.465000.00/-, through net
banking or payment gateway only as per payment option available in http://www.ireps.gov.in
web site. Earnest money in any other form shall not be accepted.
(II) Security Deposit
6.9 The Earnest Money deposited by the Contractor with his tender will be retained by the
Railways as part of security for the due and faithful fulfillment of the contract by the
Contractor. The Security Deposit shall be 5% of the contract value. Security Deposit may be
deposited by the Contractor before release of first on account bill in cash or Term Deposit
Receipt issued from Scheduled Bank, or may be recovered at the rate of 10% of the bill amount
till the full Security Deposit is recovered. Provided also that in case of defaulting Contractor,
the Railway may retain 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 Guarantee) may not exceed 10% of the total value of the contract.
Further, in case of contracts having value equal to or more than ₹ 50 crore (Rs Fifty crore) the
Security Deposit may be deposited as Bank Guarantee Bond also, issued by a scheduled bank
after execution of contract documents, but before payment of 1st on account bill. Provided
further that the validity of Bank Guarantee Bond shall be extended from time to time,
depending upon extension of contract granted in terms of Clause 17 of the Standard General
Conditions of Contract.
Further, in case Security Deposit has been submitted as Term Deposit Receipt/Bank Guarantee
Bond in full amount, the Earnest Money deposited by the Contractor with his tender will be
returned by the Railways.
Note: After the work is physically completed as certified by competent authority, Security
Deposit recovered from the running bills of a Contractor can be returned to him, if he so
desires, in lieu of Term Deposit Receipt/irrevocable Bank Guarantee for equivalent amount
from Scheduled Bank, to be submitted by him.
6.10 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 maintenance period as per clause 50.(1).
6.11 Forfeiture of Security Deposit:
Whenever the contract is rescinded as a whole under clause 62 (1) of GCC, 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 GCC, the Security Deposit shall not
be forfeited.
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
11
Tender No. RE-ADI-EL-BA-22-23
6.12 No interest shall be payable upon the Earnest Money and Security Deposit or amounts payable
to the Contractor under the Contract, but Government Securities deposited in terms of Sub-
Clause 16.(4)(b) of this clause will be payable with interest accrued thereon.
(III) Performance Guarantee:-
6.13 Performance Guarantee The procedure for obtaining Performance Guarantee is outlined
below:
(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 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 Earnest Money Deposit 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.
(b) 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) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of
Performance Guarantee could be either of the State Bank of India or of any of the Nationalized
Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;
(vi) Deposit in the Post Office Saving Bank;
(vii) Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits; Indian Railways Standard General Conditions of Contract,
November 2018 40
(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.
(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 date of completion plus 60 days beyond that. In case,
the time for completion of work gets extended, the Contractor shall get the validity of P.G.
extended to cover such extended time for completion of work plus 60 days.
(d) The value of PG to be submitted by the Contractor will not change for variation upto 25% (either
increase or decrease). In case during the course of execution, value of the contract increases by
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
12
Tender No. RE-ADI-EL-BA-22-23
more than 25% of the original contract value, an additional Performance Guarantee amounting
to 5% (five percent) for the excess value over the original contract value shall be deposited by
the Contractor. On the other hand, if the value of contract decreases by more than 25% of the
original contract value, Performance Guarantee amounting to 5% (five percent) of the decrease
in the contract value shall be returned to the Contractor. The PG amount in excess of required
PG for decreased contract value, available with Railways, shall be returned to Contractor as per
his request duly safeguarding the interest of railways
(e) The Performance Guarantee (PG) shall be released after physical completion of the work based on
'Completion Certificate' issued by the competent authority stating that the Contractor has
completed the work in all respects satisfactorily.
(f) Whenever the contract is rescinded, the Performance Guarantee already submitted for the contract
shall be encashed in addition to forfeiture of 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 above, in which event the Engineer may claim the full amount of the 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 the GCC
7. Completion and maintenance period of the work
7.1 The work shall be completed within 03 months from the date of issue of letter of acceptance.
7.2 The tenderer / contractor shall satisfactorily maintain the work completed by him for a period
of 12 months from the date of successful completion of the work.
8. Validity of the tender :
The tenderer should keep the offer valid for 45 Days from the date of opening of the tender.
9. Eligibility Criteria
9.1 Technical Eligibility Criteria:
(a) The tenderer must have successfully completed any of the following during last 07 (seven) years,
ending last day of month previous to the one in which tender is invited:
Three similar works costing not less than the amount equal to 30% of advertised value of
the tender, or
Two similar works costing not less than the amount equal to 40% of advertised value of the
tender, or
One similar work costing not less than the amount equal to 60% of advertised value of the
tender.
(b) (i) In case of 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 any of the
following during last 07 (seven) years, ending last day of month previous to the one in which tender is
invited:
Three similar works costing not less than the amount equal to 30% of advertised value of
each component of tender, or
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
13
Tender No. RE-ADI-EL-BA-22-23
Two similar works costing not less than the amount equal to 40% of advertised value of
each component of tender, or
One similar work costing not less than the amount equal to 60% of advertised value of each
component of tender.
Note: Separate completed works of minimum required values for each component can also be
considered for fulfillment of technical eligibility criteria.
(b) (ii) In such cases, what constitutes a component in a composite work shall be clearly predefined
with estimated tender cost of it, as part of the tender documents without any ambiguity.
9.2. 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 the audited
balance sheet. However, in case balance sheet of the previous 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.
9.3. Bid Capacity:
The tender/technical bid will be evaluated based on bid capacity formula detailed as Annexure-VI.
9.4 No Technical and Financial credentials are required for tenders having value up to Rs 50 lakh.
9.5 Similar nature of work shall mean:
(Instructions issued by CORE Allahabad vide letter No. ELCORE/T/OHE/Standard Instruction
Dated 17.05.2022.)
i) Design, Supply, Erection, Testing & Commissioning of Insulating Sheet under FOB/ROB for
25 KV/ 2x25 KV, 50Hz, AC, Single Phase Overhead Railway Electrification for a Railway
system, metro system, sub urban transit system, high speed railways.
Or
ii) Design, Supply, Erection, Testing & Commissioning of Insulating Sheet on installation of 25
KV or above.
Or
iii) Design, Supply, Erection, Testing & Commissioning of 25 KV/ 2x25 KV, 50Hz, AC,
Single Phase Overhead Railway Electrification for a Railway system, metro system, sub urban
transit system, high speed railways.
9.6 Tenderers should submit documentary proof in regard to fulfilling the above eligibility criteria
along with their offer. If the tenderers do not submit any proof for meeting with the eligibility
criteria as laid down in the NIT and tender conditions, the offer shall be considered as incomplete
and shall be summarily rejected. Documents submitted in support of eligibility criteria after
opening of tender will not be considered.
9.7 There shall be no back reference to confirm the credentials except for the purpose of verifying the
attested copies of documents already submitted with the offer.
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
14
Tender No. RE-ADI-EL-BA-22-23
9.8 Work experience certificate issued by Central Govt./State Govt./Semi Govt.
Organizations/Authorities, PSUs Govt. of India/State Govt. shall only be considered.
Certificate issued from Private Individual/Private firms will not be considered.
9.9 In support of their credentials the tenderers should submit following documents along with
their tenders.
(a) List of technical personnel/organization available on hand and proposed to be engaged
for the subject work.
(b) List of Plants and machinery available on hand (own) and proposed to be inducted (own
and hired to be given separately) for the subject work.
(c) List of work completed in the last three financial year and in current financial year
giving description of work, organization for whom executed, approximate value of
contract at the time of award, date of award and date of schedule completion of work.
Date of actual start, actual completion and final value of contract should also be given.
(d) List of work on hand indicating description of work, contract value, approximate value
of balance work yet to be done and date of award.
NOTE :-
1. In case of item (c) and (d) above supportive documents/certificates from the
organizations with whom they have worked /are working should be enclosed.
2. Certificates from private individuals for whom such works are executed/being executed
will not be accepted.
9.10 Tenderer shall have to submit an AFFIDAVIT on ireps website while participating for
tender, mentioning that all the submitted documents, LARs, CA certificates including all
proofs in support to fulfilling the eligibility criteria are correct.
10.0 Downloading of Tender documents from website
10.1 Tenderers can download the tender document from website http://www.ireps.gov.in.
10.2 The tenderers submitting their offer on the documents downloaded from the website
should enclose requisite cost of tender documents along-with their offer, failing which
their offer is liable to be summarily rejected. In case drawing is referred to in the
website, the cost of the drawing will be the part of the tender cost.
10.3 (a) Firm registered with NSIC of the tendered item and using the downloaded tender
document must enclose attested copy of valid original NSIC certificate for tendered
item and in that case, such firms do not need to submit the tender cost. However, if it is
found that the tendered item is not covered by the NSIC certificate and/or if the NSIC
certificate is not valid on the date of opening of the tender, the offer will be treated as
submitted without cost of tender and may be summarily rejected.
(b) If the firm is not registered with NSIC for tendered item, specifically for the
respective drawing no. (where registration is done for the item to drawing no.) or does
not attach to the detailed registration document showing the registration for the tendered
item, the offer may be summarily rejected.
10.4 The tenderer using the tender document downloaded from the website should watch the
website for corrigendum/ addendum to the NIT/ Tender document and their will not be
any separate individual communication for the same.
10.5 The tenderers/ firms who are found to be indulging in changing/ adding or deleting, the
contents of the tender documents will be liable to face necessary action as per extent
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
15
Tender No. RE-ADI-EL-BA-22-23
instructions which could be removal from the approved list, banning, suspension of
business dealing. Such tenders shall be summarily rejected.
10.6 Tenderer submitting the offer should sign the declaration that the tender document is
downloaded from the website without fail. If the declaration is not signed by the
tenderer, the offer will be summarily rejected.
10.7 Declaration by the tenderer for the downloaded tender document:
We hereby declare that we have downloaded the tender document from IREPS website
‘http://www.ireps.gov.in’ and printed the same. We have verified the content of the
printed document from the website and there is no addition, no deletion and no
alteration to the content of the tender document/form.
10.8 With existing system, it is not possible to keep the correct and authentic record of the
tenderers who are downloading the tender documents. If there be any corrigendum/
addendum to the NIT/ Tender form, the same will be uploaded on the website and
requirement of separate communication by post to the tenderers, who have already
downloaded the tender document, will not be applicable. It will be responsibility of the
tenderers downloading the tender documents, to check time to time, for corrigendum to
the tender if any and submit their offer accordingly.
11.0 Variation in quantities for the Contracts
11.1 Individual NS items in contract shall be operated with variation of plus or minus 25% and
payment would be made as per the agreement rate. For this, no finance concurrence would be
required.
11.2 In case an increase in quantity of an individual item by more than 25% of the agreement
quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If
floating a fresh tender for operating that item is considered not practicable, quantity of that item
may be operate in excess of 125% of the agreement quantity subject to the following
conditions:
(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an
officer of the rank not less than S.A. Grade.
(i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the
concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.
(ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the
concerned item, shall be paid at 96% of the rate awarded for that item in that particular tender.
(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be
permitted only in exceptional unavoidable circumstances with the concurrence of associate
finance and shall be paid at 96% of the rate awarded for that item in that particular tender.
(b) The variation in quantities as per the above formula will apply only to the Individual items of
the contract and not on the overall contract value.
(c) Execution of quantities beyond 150% of the overall agreement value should not be permitted
and, if found necessary, should be only through fresh tenders or by negotiating with existing
contractor, with prior personal concurrence of FA&CAO/FA&CAO (C) and approval of
General Manager.
11.3 In cases where decrease is involved during execution of contract :
(a) The contract signing authority can decrease the items upto 25% of individual item without
finance concurrence.
(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the
approval of an officer not less than rank of S.A. Grade may be taken, after obtaining ‘No Claim
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
16
Tender No. RE-ADI-EL-BA-22-23
Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each
such decrease in the quantities.
(c) It should be certified that the work proposed to be reduced will not be required in the same
work.
11.4 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed
for other items). A minor value item for this purpose is defined as an item whose original
agreement value is less than 1% of the total original agreement value.
11.5 No such quantity variation limit shall apply for foundation items.
11.6 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule
as a whole and not on individual SOR items. However, in case of NS items, the limit of 25%
would apply on the individual items irrespective of the manner of quoting the rate (single
percentage rate or individual item rate).
11.7 For the tenders accepted at Zonal Railways level, variations in the quantities will be approved
by the authority in whose powers revised value of the agreement lies.
11.8 For tenders accepted by General Manager, variations upto 125% of the original agreement
value may be accepted by General Manager.
11.9 For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the
original agreement value may be accepted by General Manager.
11.10 The aspect of vitiation of tender with respect to variation in quantities should be checked and
avoided. In case of vitiation of the tender (both for increase as well as decrease of value of
contract agreement), sanction of the competent authority as per single tender should be
obtained.
12.0 Extension of date of completion of Contract Work
12.1 If such failure as aforesaid shall be arisen from any of use, which the Railway may admit as
being a reasonable ground for extension of date of completion of the contract work, the
Railway shall allow at contractor’s specific request to be made in writing before expiry of the
completion period. Such additional time will be allowed by competent authority as he may in
his absolute discretion, the reasonably justified by the circumstances of the case.
12.2 Extension may be granted by the authority who has signed the contract agreement subject to
the following conditions :-
Note :- Finance concurrence for extension would be required in the following cases.
i. Where no loss, no inconvenience cannot be certified.
ii. Where the Contract was awarded on time preference basis.
iii. Where PVC clause is inherent part of the contract and extension proposed is with PVC.
13.0 Submission of tender form
“e-Tender No: RE-ADI-EL-IS-22-23 Due on-18.06.2022” and must be submitted through
web site http://www.ireps.gov.in before and up to 13.00 hours on 18.06.2022.
13.1 If intended date of opening of tender is declared as holiday, the tender will be opened on
the next working day at the same time & venue. This tender form is not transferable.
13.2 The tenderer’s are required to submit the documents related to the eligibility
criteria & tenderer’s credentials and any document related to undertake this
work/contract along with the tender document only and no document shall be
allowed after submission of the tender documents.
14.0 Schedule of work, rates and quantities:-
14.1 The tenderer / contractor shall not make any correction, addition, deletion, alteration in
the schedule of work, rates and quantities including estimated cost mentioned in this
tender form, otherwise same will be summarily rejected without giving any reason.
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
17
Tender No. RE-ADI-EL-BA-22-23
14.2 The rates offered by the tenderer should be firm & consolidated and inclusive of all taxes,
incidental transport, duties, levies including ED, ST, VAT, Service tax etc., any surcharge on
stores and works contract etc., applicable till completion of the work.
14.3 All the bidders/ tenderers should ensure that they are GST compliant and their
quoted tax structure/ rates are as per GST law.
14.4 If the tenderer fails to strike out “below / above” the estimated cost in the Schedule of
Work, approximate rate & quantities document, then in such condition, Railway will
presume that the rates are below the par and evaluation of his offer will be done
accordingly. If the tenderer does not agree for this, it will be considered as withdrawal
of his offer and earnest money deposited by the tenderer will be forfeited.
14.5 The tenderer should clearly mentioned his rates in words as (say five point five/ seven
etc.,) percentage below / above the estimated cost. If he has failed to do so, the
instructions contained in para above will be applicable. The rates quoted in words will
be taken as correct.
14.6 More than one rate or rates in improper form, below / above the estimated cost in the
tender form are liable to be rejected.
14.7 Additional conditions or stipulations, if any, made by the tenderer in this tender form
shall not be accepted. It should even be noted that the Railway reserve the right to
reject the same without assigning any reason.
14.8 The rates offered by the tenderer shall provide for loss, wastages, loading, unloading
and handling of the stores. It shall also includes commission for dispatch by Rail,
completing all necessary formalities in this respect, arranging payment of parcels/
luggage, collection of Railway receipts, all insurance premium and banker’s charges
etc.
14.9 The released material will be property of the Railway if otherwise specified in the
tender. Till formally hand over to the nominated supervisor of the Railway, contractor
will be liable for any loss and damage etc., to the released material.
14.10 The vehicles, equipments, stores/ materials, workmen / supervisors of the tenderer /
contractor can be drafted by Railway administration in case of Railway accident /
unusual and natural calamities.
14.11 Deductions will be made from running bills/final bill as per extent rules. This includes
security deposit, performance guarantee, works contracts tax, cess and water charges,
income tax etc. Railway will not be responsible for any upward revision in any type of
tax/duties/surcharges during the currency of contract.
14.12 The Railway will deduct 2% of income tax on the gross payment of each bill and all
surcharges thereon as prescribed by the Government from time to time and such
deduction of income tax shall be recovered while making payment to the contractor.
The settlement of income tax shall be made with the income authorities by the
contractor.
14.13 The plea of custom prevailing shall not on any account be permitted as an excuse for
infringement any of the conditions of the contract or the specification.
14.14 Price variation shall be applicable as admissible as per GCC.
14.14.01 PRICE VARIATION: STANDARD PRICE VARIATION CLAUSE: as per RB’s
letter No. 2007/CE-I/CT/18Pt.13 dated. 02.05.2014
(Price variation clause will be applicable to those tenders whose value Rs.50 lakh and
more, irrespective of the contract completion period).
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
18
Tender No. RE-ADI-EL-BA-22-23
14.14.02 Price variation clause will be applicable as per para 46A of latest GCC issued (Apr
2022)
15.0 Payments
15.1 On completion of the work to the satisfaction of the Railway Authority, the contractor
shall be entitled to payment due to him at the end of each month, by submitting their
bills in prescribed form to the Sr.AFA/RE/ADI in two copies through the
Dy.CEE/RE/AI duly certified by the competent authority as per actual work done after
necessary adjustment. The bill shall be processed for payment only after fulfilling all
terms and conditions of the contract. Income tax & works contract tax/service tax shall
be deducted from the bills of the contractor, if applicable. If contractor fails to render
the required service against any item during the contract period, deduction from his bill
shall be made as mentioned in scope of work.
15.2 The payment to the Contractor labour/staff by the contractor has to be made on 2nd day
of every month. This will be irrespective of the contractor getting the payment from the
Principal Employer or not.
15.3 Bill shall be preferred in Railways prescribed format.
15.4 The Items in which Erection and Supply Rates are integrated, For Payment purpose
supply part will be considered at 80 % of the integrated cost of particular item.
15.6 70% of price of supply of material on receipt and acceptance of material at site.
15.6 Balance 20% of price of supply and 90% of price of erection after erection of
equipment and material at site. Balance 10% of price of supply & 10% price of erection
after commissioning and completion of entire work for General Service work.
16.0 Inspection & supervision of stores and workmanship
16.1 The tenderer / contractor shall note that the entire work will be carried out strictly in accordance
with the relevant IS specifications, Indian Electricity Rules & Act as per latest revision,
National Electrical Code, Code of Practice, Standard Maintenance Instructions, Technical
circulars, Modifications Sheets, Standard Specification etc., issued by Railway
Board/RDSO/CORE/Zonal Railways/Railway Electrification, Ahmedabad
16.2 The stores and workmanship will be inspected by Dy.CEE/RE/AI or his authorized
representative before use/start of the work, during progress of the work, at the time of
completion of the work and after completion of the work within the maintenance period as
prescribed.
16.3 Any damages to plaster, wall, road, platform and any structure/ stores/ equipments/ assets
pertaining to Railways and general public in execution of this work / contract will
be made good in its actual state of form before damage, by the tenderer/ contractor at his own
risk and cost. In case of non-fulfillment of this commitment, the Railway shall have the power
and right to make recoveries worked out to made good the damages, if any, chargeable to
contractor.
16.4 All electrical works shall be executed properly by skilled licensed workmen under supervision
of qualified supervisors or Engineers. On demand by Dy.CEE/RE/AI or his nominated
Engineer in-charge, shall produce such evidence of suitability and competency of his
workman and supervisors either at the time of awarding the contract or during execution of the
work.
16.5 The stores / materials covered in the scope of tender / contract shall be of that specific make
and confirming to the relevant specifications as indicated in the tender schedule. If a specified
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
19
Tender No. RE-ADI-EL-BA-22-23
make is not readily available in the market/ manufactured by the manufacturer, any other
similar stores / materials confirming to all the relevant and
Concerned technical specifications and reasonability of rates will be permitted provided prior
approval in writing has been obtained by tenderer / contractor from Dy.CEE/RE/AI
16.6 The tenderer / contractor shall submit all the detailed specifications, drawings, source of supply,
challan voucher of stores / materials relevant to the scope of work before procurement, dispatch
& execution of at the worksite of Railway, to Dy.CEE/RE/AI or his authorized representative.
16.7 The tenderer/ contractor shall submit 10 days progress of the work till its completion to
Dy.CEE/RE/AI and his nominated supervisor. He will also submit a report of any accident
which may have occurred within 24 hours of the incident.
16.8 Determination of contract and settlement of disputes will be decided by Railway as per
specified general conditions of contract (Part II), Clause No.61, 62 and 63, 64 respectively.
16.9 The contractor shall at time be fully responsible to any damage for trespasses committed by his
workmen / supervisors / engineers in carrying out the work even if Railway authorizes such
trespass.
16.10 The contractor shall take all precautions against damage from accident, floods or tides etc. No
compensation will be allowed to contractor for his plant or part of material lost or damaged by
any cause what so ever. The contractor shall be liable to made good the damages to any
structure / part of structures, plant or material of every description belonging to the
administration, lost or damage by any cause during the course of contractor work.
The Railway will not be liable to pay to the contractor any charges for rectification or repair to
any damage which may have occurred from any cause whatsoever to any part of the new /
existing structure during construction.
16.11 The nominated Railway supervisor for the tender / contract is SSE (Elect.)/RE/Gandhidham.
However, Dy.CEE/RE/AI reserve the right to change the nominated Railway supervisor and /
or include more than one nominated Railway supervisors considering the scope of work at any
time till completion of maintenance period without assigning any reason to the tenderer /
contractor. The intimation of revised nominated Railway supervisor(s), if any, will be given to
the contractor accordingly.
16.12 Dy.CEE/RE/AI reserve the right for nomination of any Railway supervisor(s) even other than
the nominated Railway supervisor for the tender / contract, for recording of measurement /
certificates and bills for payment purposes to the contractor as per the general conditions of
contract (Part II), clause No.44, 45, 46, 47, 48, 49, 50, 51-A, 52, 52-A & 53 in the chapter
measurements, certificates & payment.
16.13 In case of any dispute, the matter pertains to stores / materials and workmanship related to this
tender / work will be decided mutually and the decision of Railway authority i.e.
Dy.CEE/RE/AI or his authorized representative will be final and binding on the contractor.
16.14 The contractor should arrange identity cards to his workmen/ supervisors/ Engineers from the
office of Dy.CEE/RE/AI before commencement of the work.
16.15 Inspection: All Equipments, materials, fittings and components will be subjected to inspection
by the purchaser or his representative either at manufacturer’s premises or at the contractor’s
depot. The purchaser or his representative shall have the right to be present during all stages of
manufacturer, and shall be afforded, free of charge, all reasonable facilities for inspection and
testing so as to satisfy himself that the materials are in accordance with specifications, approved
drawings and designs. Any unreasonable delay in inspection will be reasonable ground for
extension of time for completion of the work.
16.16 Pre-Inspection of Material by RITES- All material will be inspected by RITES in accordance of Railway
Board’s letter No. 2000/RS(G)/379/2 dated 10.09.2013 (or Latest). Board has decided to enhance the
minimum value limit of the purchase order to be pre-inspected by third party i.e. M/s RITES/RDSO
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
20
Tender No. RE-ADI-EL-BA-22-23
from Rs. 1 Lakh to 1.5 Lakhs. All the expenses of purchaser’s representative shall be borne by the
purchaser whether the inspected material is finally utilized in work or not. In case of urgency/non-
approved items/Below 1.5 Lakhs of purchase order, consignee inspection may be done but only with
approval of Competent Authority.
17.0 Cess and Water Charges
The contractor shall be allowed to erect any labour camp for housing the labor near site of work
on available Railway land subject to payment of cess and water charges.
17.1 Cess Charges for contractor’s labor employed / residing at stations and in colonies where
Railway sanitary facilities exists, contractor shall be required to pay cess charges as per rules
enforce on the Railway from time to time.
17.2 Drinking Water Charges if drinking water is supplied to the contractor’s labor by the Railway,
the contractor will have to pay the water charges as laid down on the Railway from time to
time.
17.3 The contractor shall permit inspection at all time of sanitary arrangements made by him, by the
authorized Railway staff.
18.0 Representation of Work
18.1 The contractor shall nominate his representative, who will be authorized to receive and
acknowledge material / letters issued by the Railway and take all orders issued by the
Inspecting officials on the Railway.
18.2 The nominated supervisor of Dy.CEE/RE/AI shall maintain an inspection register at the site of
work, wherein the engineer or the executive subordinate shall record instructions regarding the
work etc. it is expected that the contractor or his representative at the site to note such
instructions whenever ask upon to do so and take action accordingly.
19.0 Error, omission and discrepancies
The tenderer / contractor shall not take any advantage of any misinterpretation of the conditions
due to typing or any other error and if any doubt, shall bring it to the notice of Dy.CEE/RE/AI
or his nominated supervisor without any delay. In case of any contradiction, only printed rules
& books should be followed and no claim for misinterpretation shall be entertained.
20.0 Notices to the public bodies
The contractor shall give all notices to the local bodies likewise Municipalities, Panchayat,
Police, Civil and other authorities, that may be required by law and obtain all requisite license
for temporary constructions/ enclosures. The contractor will pay all fees, taxes and charges
which may be leviable on account of the operation in executing this contract. He will make
good any damage to adjoining premises whether public or private and supply & maintained any
electricity etc., required at night.
21.0 Correspondence
All the correspondence with regards to this work shall be made with Dy.CEE/RE/AI,
Ahmedabad – 380019 with a copy endorsed to the nominated supervisor for the tender / work.
22.0 Approval of materials:
a. The contractor has to submit list of material and their sample to RE supervisor in
writing with proper hand over.
b. After scrutinizing of the report of material, approval of material will be conveyed. The
contractor should not start work without approval of material in any case.
23.0 Electrical Contractor License :
For participating in tenders for a work in any state the Contractors shall have to possess
electrical license of appropriate voltage issued by any State Govt. under Clause 45 of
compilation of rule of Indian Electricity Rules 1956 or as amended from time to time and a
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
21
Tender No. RE-ADI-EL-BA-22-23
copy of the same should be submitted along with the offer. They shall keep valid license
throughout the period of execution of work by getting it renewed at suitable intervals and
submit an attested copy of the same to the Railways after each renewal. In the event of any
discontinuity in validity of electrical license of the contractor, its authority to work with
Railways will also automatically cease to be valid.
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
22
Tender No. RE-ADI-EL-BA-22-23
Schedule of Rates and quantities
Name of Work : Design, Supply, Installation, Testing & Commissioning of
Insulating Sheets below the surface of ROBs as per RDSO
guidelines No. RDSO-TI0LKO(OHE)/83/2020-O/o
PED/TI/RDSO in Samakhyali - Gandhidham Section of Gujarat
Region as per RDSO guidelines.
Tender No. : RE-ADI-EL-IS-22-23
Approx. Cost : Rs. 6,29,92,920.72/-
Total cost (Rs.)
Sr.
Description of item Unit Qty. (Supply+
No.
Erection) Total
Supply & installation of
insulating sheet for 3 ROBs
(KM 791, 772 & 765) with
arrangement of fabrication
(steel, bolts and fasteners etc)
for fixing it under ROB as per
Sq. 94413.85
1. RDSO clearance study & Meter 667.20 62992920.72
guideline no. RDSO-
TI0LKO(OHE)/83/2020-O/o
PED/TI/RDSO as per
specifications given in Annexure
A & B. (RDSO letter copies
attached as Annexure – ‘B’)
Total ( Rupees Six Crore Twenty Nine Lakh Ninety Two Thousand 6,29,92,920.72
Nine Hundred Twenty and Seventy Two Paisa Only)
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
23
Tender No. RE-ADI-EL-BA-22-23
THE SCOPE OF WORK
Name of Work : Supply & installation of insulating sheet for 3 ROBs (KM 791,
772 & 765) with arrangement of fabrication (steel, bolts and
fastners etc) for fixing it under ROB as per RDSO clearance
study.
1. The work involves Supply and Installation of Insulating Sheet at ROBs as per detailed
specifications given in schedule as per RDSO clearance study and spec No. RDSO-
TI0LKO(OHE)/83/2020-O/o PED/TI/RDSO Dt. 08.01.2021.
2. The tenderer should inspect the site of various stations before quoting the rates &
acquaint himself with the approach road etc., so that no difficulty is experienced at the
time of execution of work. He shall quote his rates considering all facts.
3. The contactor should ensure that during execution of the work, either he himself is
present or his qualified engineer remains present at site with sufficient staff to ensure
that work is completed before the target & to maintain the completion period.
4. The contractor shall have to make his own arrangement for equipments, material, tools
& labour etc. and their transportation at side for execution of work.
5. During the execution of work, the contractor shall have to observe utmost safety while
carrying out the works. The works shall be carried out by obtaining proper Power /
Traffic blocks as and when required. The contractor shall not carry out any work without
the permission of authorized railway representative. All the work shall be executed in the
presence of authorized Railway representative only.
6. In case of any clarification is required in execution of the work, Dy.CEE/RE/AI or his
authorized supervisor may be contacted by the contractor.
7. Transportation of material upto work site with loading/unloading and shifting shall be
done by contractor.
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
24
Tender No. RE-ADI-EL-BA-22-23
Annexure ‘A’
(A) Technical specification for item no. 1 of SCHEDULE of rates and
quantities :[Insulating Sheet]
Supply, Installation, Testing, Commissioning of min 10 mm thick (or 2 sheets of min 5 mm
each) Below the bottom surface of Road Over Bridges and above the Railway OHE as per the
directions of the Railway representative.
The Detailed Specs of Insulating sheet is as given below:
1. The Insulating sheet should have excellent tracking resistant properties which provides
longevity.
2. The Insulating sheet should have the Ultra violate with standing properties which makes it
suitable for outdoor applications.
3. The insulation sheet should be durable and should have damage resistant properties from
solvents, mechanical impact and general wear and tear.
4. The Insulating sheet should have machining properties which may allow it to be cut and
drilled for mounting without the need of special safety equipment.
5. General Technical Requirements:
Property Requirement
Tensile Strength 17 MPa Min., 2450 PSI min.
Ultimate Elongation 25% min.
Secant Modulus (23+2) 200 MPa Min., 29000 PSI min.
Density 1.1-1.3 g/cm3
Accelerated aging 17 MPa Min., 2450 PSI min.
168 hrs. at (120+2)°C 25% Min.
Tensile Strength
Ultimate Elongation
Low Temperature Flexibility –(40+3)°C No Cracking
Dielectric Strength 150kV/cm min., 380 V/mil min
Volume Resistivity 1X1013 Ohm-cm, min.
Dielectric Constant 5.0 max.
Tracking and Erosion Resistance No Tracking, Erosion to top surface or flame
failure after
1 hr. at 2.5 kV
1 hr. at 2.75 kV
1 hr. at 3.0 kV
20 minutes at 3.25 kV
Water Absorption 336 hrs. at (23+2)°C 0.5% max.
Temperature Cycling No Stress Cracking
-40 +60)°C, 3 cycles/day, 30 days
Tracking & Erosion Resistance, Post No Tracking, Erosion to top surface or flame
Power-Arc failure after
1 hr. at 2.5 kV
1 hr. at 2.75 kV
1 hr. at 3.0 kV
20 minutes at 3.25 kV
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
25
Tender No. RE-ADI-EL-BA-22-23
Mounting Arrangement of Insulating Sheet:
The Tentative mounting arrangement of Insulating sheet below the Road Over Bridge’s bottom
structure is shown in following image, The Tenderer shall inspect and measure the actual site
and put up the mounting arrangement of Insulating sheet to the Dy.CEE/RE/AI and RE/ADI
Design Team for the approval.
Annexure ‘B’
RDSO clearance study & guideline no. RDSO-TI0LKO(OHE)/83/2020-O/o PED/TI/RDSO is
as given below:
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
26
Tender No. RE-ADI-EL-BA-22-23
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
27
Tender No. RE-ADI-EL-BA-22-23
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
28
Tender No. RE-ADI-EL-BA-22-23
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
29
Tender No. RE-ADI-EL-BA-22-23
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
30
Tender No. RE-ADI-EL-BA-22-23
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
31
Tender No. RE-ADI-EL-BA-22-23
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
32
Tender No. RE-ADI-EL-BA-22-23
Details of contractor
1. Name of proprietor or partners :…………………………………………………
Or executive in case Pvt. Or Public Ltd. …………………………………………
2. Status of the firm :…………………………………………………
(Private, Partnership, Pvt. Ltd. :…………………………………………………
Or Public limited)
3. Full Address :…………………………………………………
…………………………………………………
…………………………………………………
…………………………………………………
4. Phone No. Office …………………
Residence …………………..
Mobile …………………………...
5. Fax No. :…………………………………………………
6. Banker’s Name and Address :…………………………………………………
………………………………………………….
7. Bank Account No. :…………………………………………………
8. PAN No. (Issued by Income Tax
Department) : …………………………………………………
9. Registration details under
Service tax Department : ………………………………………………..
Note:-Above information shall be compulsorily given with the offer failing which same may not
be considered for acceptance. Information shall be correct in all respect.
Contractor’s Signature
“Declaration by the tenderer”
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad
33
Tender No. RE-ADI-EL-BA-22-23
We hereby declare that we have downloaded the tender documents from website
www.ireps.gov.in.We have verified the content of the printed document from the
website and there is no addition, deletion and/or alteration to the content of the tender
document. In case the document is found to be tampered / modified. I/we understand
that my / our offer tender is liable to be rejected and full earnest money deposited will
be forfeited and I/we am /are liable to be banned from doing business with Railways and
or prosecuted.
Signature of Tenderer
------End of Tender Paper--------
Contractor Dy. Chief Electrical Engineer - HQ,
RE, Ahmedabad