format no. : cel/fr/mmd/03(01) central … (autosaved).pdf · “provision of high reliability bpac...

64
Tender Document: 910/0059/17 Page 1 of 64 FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sect or Ent erprise) TENDER DOCUMENT for the Khandwa – Bina – Bhopal Division: Provision of high reliability BPAC in KHANDWA-BINA section in critical block section of Bhopal DivisionTender notice no.C-2(b)/WC/910/0059 dtd. 28.12.2017 Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad–201010(UP) INDIA Tel.No.0091-120-2895145 Fax No.0091-120-2895148 Email: [email protected] Website: www.celindia.co.in

Upload: nguyenthuy

Post on 28-Jun-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Tender Document: 910/0059/17

Page 1 of 64

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

TENDER DOCUMENT

for the “Khandwa – Bina – Bhopal Division: Provision of high reliability BPAC in

KHANDWA-BINA section in critical block section of Bhopal Division”

Tender notice no.C-2(b)/WC/910/0059 dtd. 28.12.2017

Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad–201010(UP) INDIA Tel.No.0091-120-2895145 Fax No.0091-120-2895148 Email: [email protected]

Website: www.celindia.co.in

Tender Document: 910/0059/17

Page 2 of 64

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)4, Industrial Area, Saur Urja Marg, Sahibabad–201010 (UP) INDIA

Tel.No.0091-120-2895145 Fax No.0091-120-2895148 Email : [email protected]

Website: www.celindia.co.in

TENDER NOTICE

Tender notice no.C-2(b)/WC/910/0059/17 21.12.2017

Central Electronics Limited invites sealed bid (Technical and Financial) under two bid System from eligible

bidders which are valid for a minimum period of 90 days from the date of opening (i.e., 18.01.2018) for

“Provision of high reliability BPAC in KHANDWA-BINA section in critical block section of Bhopal Division”

Technical and Financial bids should be quoted separately and put in different sealed envelopes marked

“Technical bid” and “Financial bid” as applicable. These separate bids envelopes are to be put in an outer

envelope which should also be sealed.

Interested parties may view and download the tender document containing the detailed terms & conditions, free of cost from our website www.celsolar.com and www.eprocure.gov.in/epublish/app : Please see document control Sheet & Important Dates at Annexure -1, and Pre-qualification / Eligibility criteria at Annexure – 2. For CENTRAL ELECTRONICS LIMITED

Sd-

Assistant General Manager (Materials)

Materials Management Division

Scope of Work Provision of high reliability BPAC in KHANDWA-BINA section in

critical block section of Bhopal Division

Estimated Cost Rs. 2,71,62,347 Approx.

Earnest Money Deposit Rs. 2 ,86,000 ( Two Lakh Eighty Six Thousand Rupees ) Details at Annexure C of tender document)

Cost of Tender Document Rs. 2000 ( Two Thousand Rupees Only )

Tender Document: 910/0059/17

Page 3 of 64

DOCUMENT for Tender notice no. C-2(b)/WC/910/0059/17 Important Instructions: -

1. The following documents/Annexures are part of tender document:

i. Tender notice along with Annexure-1 and 2

ii. Price Bid Formats Annexure ‘A’

iii. Standard terms & conditions Annexure ‘B’

iv. Special Terms & Conditions Annexure ‘C’

v. Format for submission of Vendor Data Annexure ‘D’

vi. Tender acceptance letter Annexure ‘E’

vii. Check List for Bidders Annexure ‘F’

viii. Technical specifications Annexure ‘G’

ix. Certificate Format : Inspection of Cable Trench, for proportionate payment Annexure ‘H’

x. Certificate Format : Inspection of Cable Trench, Protective Works & Jointing /

Splicing

Annexure ‘I’

xi. Certificate Format : Inspection of Cable Trench, for hard soil / murram Annexure ‘J’

xii. Certificate Format : Inspection of Cable Trench, for making of cable way in

rocky area

Annexure ‘K’

2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications.

3. Escalation in price, deviation from delivery schedule, terms and conditions will not be permitted in your quotation. Statutory Taxes & Duties should be shown separately from the price.

4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”.

5. Catalogue, literature, specification details should accompany the quotation. Incomplete quotations are liable to be rejected.

6. Any deviations whether technical or commercial stated anywhere in the bid shall not be taken into account and may render the bid non-responsible and liable to be rejected.

7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure D.

8. Quotation should be submitted in Two Bid System as per instructions in Clause 18 of Annexure B.

Tender Document: 910/0059/17

Page 4 of 64

Annexure-1

Document Control Sheet

Tender Reference No. C-2(b)/WC/910/0059/17

Name of Organization Central Electronics Limited

Tender Type (Open/Limited/EOI/Auction/Single) OPEN

Tender Category (Services/Goods/works) Goods and Works

Type/Form of Contract (Work/Supply/

Auction/Service/Buy/Empanelment/Sell)

Works and Supply

Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 28.12.2017 (18:00 Hours)

Document Download/Sale Start Date 28.12.2017 (18:00 Hours)

Document Download/Sale End Date 18.01.2018 (15:00 Hours)

Bid submission Start Date 28.12.2017 (13:00 Hours)

Last Date and Time for Submission of Bids 18.01.2018(15:00 Hours)

Date and Time of Opening of Bids 18.01.2018(15:30 Hours)

Note: Pre Bid meeting will be held on 10.01.2018 at 1100 Hrs.

Tender Document: 910/0059/17

Page 5 of 64

Annexure-2

Eligibility Criteria:

MINIMUM ELIGIBILITY CRITERIA FOR QUOTING IN THIS TENDER: ( Applicable)

The work covered by this tender is extremely skilled and Technical in nature and only the

firms having sufficiently skilled and experienced staff with them and who have carried out tight

targeted signaling works in the past need quote against this Tender.

The tenderer shall necessarily satisfy the minimum eligibility conditions as

listed below:-

i. The tenderer should have completed, in the last five financial year (i.e. current year and five

previous financial year) at least one S&T work for a minimum value of 35% of

the Advertised Tender Value of the work. [The similar single work means, “(1) “Any

work of provision of Single/ Multi Section Digital Axle Counter” or (2) “A Signalling

work of PI/RRI/ABS/Track Circuiting/IBS/BPAC work which involves supply and

installation of Single/Multi Section Digital Axle Counters as a part of it” or (3)

“A signalling work of PI/RRI/ABS/Track Circuiting/IBS/BPAC done by RDSO

approved/cross approved vendor of Digital Axle Counter system.” Documentary

evidence including the letter of intent, completion certificates shall be submitted. This

shall be on the bidder’s name.

(Or In case the tenderer has completed/combined work having element of tendered work, the

submission of documentary proof of having successfully completed separable, respective similar

nature of work valuing 35% of the advertised value in a composite/combined work shall also

be considered sufficient).

Tender Document: 910/0059/17

Page 6 of 64

ii. The total contract amount received by the tenderer during the last five financial years

and in the current financial year, should be a minimum of 150% of advertised tender value

as per audited balance sheet duly certified by the Chartered accountant. For the last financial year

ended and/or the current financial year if audited balance sheet is not available contractual

amount received duly certified by the chartered Accountant should be submitted as a proof of

turnover. Alternatively at least payment certificates from central Govt./State Govt./ Central P. S.

Us/ State P. S. Us and other Government Agencies for minimum of 150% of advertised tender

value may be submitted.

The following documents will be relied upon for working out the total contract amount received

by the tenderer (a) Attested copy of annual income tax return filed with income tax department

(b) Attested copy of Tax deducted at source certificate. (c) Audited balance sheet duly certified

by chartered accountant. (d) Attested certificates from the employers/clients about the contractual

payments received for the work done. (e) Attested copy of certificate of turn over duly certified

by Chartered Account.

Tenderer should submit documentary proof in regard to fulfilling these eligibility criteria alongwith

their offers. The offers of tenderers who either fail to submit the documentary proof or do not

meet the eligibility criteria as mentioned above shall not be considered.

The Tenderer should submit along with their offer: (a) List of Personnel, Organization available on hand and proposed to be engaged for

the subject Work.

(b) List of Plant & Machinery available on hand (own) and proposed to be inducted (own and

hired to be given separately) for the subject work.

(c) List of works completed in the last five financial years giving description of work,

organization for whom executed, approximate value of contract at the time of award,

date of award and date of scheduled completion of work. Date of actual start, actual

completion and final value of contract should also be given.

Tender Document: 910/0059/17

Page 7 of 64

(d) List of works on hand indicating description of work, contract value, and

approximate value of balance work yet to be done and date of award should also be

given.

Note: In case of items (c) and (d) above, supportive documents/certificates from the

organizations with whom they worked/ are working should be enclosed Certificates from

private individuals for whom such works are executed / being executed should not be accepted.

1. Certificates from private individuals for whom such works are executed / being executed will be

accepted. (Only for registered and approved contractor)

2. The Tenderers, if they so desire before quoting, should inspect the site of the work in

detail and acquaint themselves about the terrain, approach road and other site conditions

affecting the execution of the work on their own cost.

3. The resultant Contract of this tender will be governed by the Tender Conditions,

Instructions to Tenderers and General Condition of Contract as applicable to West

Central Railway and Special Conditions mentioned here. In case of contradiction between

General conditions of the contract and the special conditions of the contract, the later will

prevail.

Note: Copy of General Conditions of Contract can be obtained from the office of Divisional Rail

Manager (S&T), West Central Railway, Bhopal on payment.

4. The Tenderer shall keep their offer valid for the period of 90 days from the date of

opening of tender.

NATURE OF TENDERING

1. The tenderer is required to submit his offer till the date of opening.

2. The tenderer shall accept all the CEL terms and conditions and should not offer any

counter clauses.

3. If there be any corrigendum / addendum to the NIT/tender document the same will be

posted on the website and requirement of separate communication by post to the

tenderer who have already applied, will not be applicable. It will be responsibility of

Tender Document: 910/0059/17

Page 8 of 64

tenderers to check time to time for corrigendum to the tender if any and submit their

offer accordingly.

DOCUMENTS TO ACCOMPANY THE OFFER

1 a) The following documents shall accompany the offer, failing which the offer may be

treated as invalid and liable to be summarily rejected without any correspondence

with the firm. Hence, the firm is well advised to ensure that all the minimum

documents, as laid down hereunder are attached with their tender:-

(i) Earnest Money in prescribed and acceptable form of prescribed amount.

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

(iii) Power of Attorney, if any.

(iv) List of Personnel, organization /technical staff available on hand and proposed to be

engaged for the subject work, with their designation and experience.

(v) Testimonials/Credentials/documentary evidence and performance record in support of

any other documents the tenderer may like to submit in support of their

credential/scheme.

(vi) A statement of the setup of their firm and if they are partnership firm, the names of

Partners, their addresses and other particulars with regard to their business etc.

(vii) Documentary proof regarding their financial status and ability to carry out the work

as an independent experienced reliable contractor.

(viii) Certified copies of testimonials and other references in connection with previous

experience of the tenderer in the capacity of the contractor for a similar and other

works.

(ix) As the work is a safety work, requiring highly skilled technical expertise, the firm is

required to establish that it possess the requisite skill, technical expertise, technical

and skilled manpower and all their equipment’s are of high quality, able to withstand

the rigorous/intensive usage in Railway signaling application

b) As far as possible the tenderer/s bid should not have any condition or specification or assumption contrary to the provisions in these tender documents on which the tenderers bid

Tender Document: 910/0059/17

Page 9 of 64

is based. Tenderer/s Special conditions, not in conformity with the tender specifications drawings are required to be listed separately with details of exact financial implications, if any. CEL will not take cognizance of conditions/variations from the tender documents or drawings etc. It needs to be emphasized that only such conditions/ stipulations which are at variance with the tender conditions codal provision stipulated in the tender documents need be mentioned, in case tenderer/s choose to stipulate such special conditions taking into account the restrictions mentioned elsewhere in the tender document. Only such special conditions/specifications stipulated by the tenderer/s which have been specifically approved by CEL in writing shall be deemed to have been accepted by CEL and shall form part of the Contract Agreement. The tenderer/s conditions / stipulations which are at variance with the tender conditions / codal provisions and not approved / accepted by CEL, shall be withdrawn by the tenderers.

METHOD OF QUOTING OF RATES

1. Tender forms not accompanied by the requisite EMD* and Tender Fee will be summarily

rejected.

*For Exemption of EMD, please refer clause 17 of Standard Terms and Conditions.

2. Annexure ‘A’ to be filled completely with detail breakup of taxes / charges wherever

applicable. All Bidders must enclosed duly filled in Tender Acceptance Letter, Vendor Data form, Price Bid with GST ( with detail break up of taxes , other charges in case any , etc ) and HSN Code details. For ready reference of format, please see all the attached Annexures with the tender.

TENDER SHOULD BE SUBMITTED IN 2 BID SYSTEM ( Ref : CL 18 of Annexure B )

A Pre Bid Meeting will be held on 10.01.2018 at 1100 Hrs

Tender Document: 910/0059/17

Page 10 of 64

Annexure ‘A’

Price Bid Format for Indigenous Bidders

Tender no.: C-2(b)/WC/910/0059/17

Bidder Name: (Please fill all columns, incomplete price bids would be rejected)

Sr.No. Description of Works Unit Total

Qty.

Rate Amount

SUPPLY (A)

RELAY RACK EQUIPMENT

1. Supply of QNA1 (AC immunized relay), 8F-8B, 24VDC along with plug

board (Base Plate), retaining clips and connectors conforming to

BRS:931A, IRS:S34 & IRS:S23 (Material to be inspected by RDSO

No 60

2. Supply of Time Element Relay (Clock work type) AG timer Siemens

Make (No RSSK 30/0052) or equivalent with timer range up to 120

seconds (Material to be inspected by Consignee).

No. 116

3. Supply of two in two out (4 conductor) Knife edge disconnect terminal

block as per RDSO/SPN/279/2004 (Material to be inspected by

Consignee).

No. 2500

4. Supply of End plate suitable for disconnect terminal as per

RDSO/SPN/279/2004 (Material to be inspected by Consginee).

No. 250

5. Supply of End stop suitable for disconnect terminal as per

RDSO/SPN/279/2004 (Material to be inspected by Consignee).

No. 500

6. Supply of steel carrier DIN rail suitable for fixing disconnect terminal

1 meter long. 1 mm thick as per RDSO/SPN/279/2004 (Material to be

inspected by Consignee).

Meter 50

Tender Document: 910/0059/17

Page 11 of 64

7. Supply of ARA terminal blocks M-6 (25MM) as per drg.no. SA 23741

A & Specn No IRS/S/75/2006 (Rev.2) with latest amendments.

(Material to be inspected by RDSO)

No. 2500

8. Supply of cartridge fuse block made of PBT as per RDSO Drg.No. SA-

23748 Alt. 4 and Spec.No. IRS-S-75/2006 with latest amendment.

Fuse block shall be suitable for round head type voltage fuses

(Material to be inspected by RDSO).

No. 120

9. Supply of non deterioting type low voltage cartridge fuse rate current

2 Amp/4Amp in equal proportion round head type as per spec.No

IRS/S/78/92 with latest amendment (Material to be inspected by

RDSO)

No. 120

10. Supply of Lamp holder and switches, Two pin (Backellite type) for

location boxes (Anchor make or ISI mark) (Material to be inspected

by Consignee).

Nos. 50

11. Supply of PVC insulated flexible wire 16/0.2 mm dia as per RDSO

Spec.No. IRS:S-76/89 with latest amendments of various colours

(Material to be inspected by Consignee).

Km 2

12. Supply of PVC indoor cable 1x24x1 mm dia. Colour coding of

insulation of inner Conductor shall be in six colour viz Blue, Red,

Green, Grey, Brown & Black. IRS:S-76/89 (Amd.3) (Material to be

inspected by RITES).

Km 1

13 Supply of DC-DC Converter (24-40V/5 A) for Integrate power supply

system (IPSS) it is suitable for statcon make IPS (Material to be

inspected by RDSO)

Nos 320

14. Cabinet with wiring arrangement of DC-DC converter for 16 Nos.

suitable for statcon make IPS (Material to be inspected by RDSO).

Nos. 6

15. Cabinet with wiring arrangement of DC-DC converter for 08 Nos.

suitable for statcon make IPS (Material to be inspected by RDSO).

Nos. 28

Tender Document: 910/0059/17

Page 12 of 64

16. Supply of DCDP cabinet Amara raja makes containing 12 nos. of 12-

40V/5A DC-DC converters with ASM panel and fully wired (Material

to be inspected by RDSO).

Nos. 28

17. Supply and installation of earthing arrangement for axle counter DPs

of signal location boxes set consist of (i) SS angle of 3X30X200 mm

grade 304(ii) SS wire rope of 1X19X12 mm dia SS grade of 2.5 Mtr

(Nominal) 316, (iii) SS nut bolt, Washer with check nut (iv) SS lug for

crimping 2 nos. (v) Earthing compound as per RDSO specification no.

RDSO/SPN/197/2008 Weight 25 KG, (vi) Precast RCC chamber with

cover with pulling hook size approx. 300X300X50 mm thik. (Circular

or rectangular section) (Material to be inspected by Consignee).

SET 100

Supply of INDICATIVE TYPE FUSE& FUSE INSERTS

18. With holder 1.6 A (System, Rapid or Malnad Make or similar (Material

to be inspected by Consignee).

No. 120

19. With holder 0.6 A (System, Rapid or Malnad Make or similar)

(Material to be inspected by Consignee).

No. 120

20. Without holder 1.6 A (System, Rapid or Malnad Make) (Material to be

inspected by Consignee)

No. 120

21. Without holder 0.6 A (System, Rapid or Malnad Make) (Material to be

inspected by Consignee)

No. 120

EXECUTION (B)

1. Installation, wiring & testing of SSDAC equipment like trackside

detection points, deflector plates, trackside electronic units, line

verification boxes, reset boxes, including digging of trench & laying of

cables in Double walled anti rodent corrugated pipe from track

devices to location box/mushroom box/EJB. Double walled anti

rodent corrugated pipe made up of High Density Polyethylene of

required dia and all other accessories as per site requirement to be

Nos. 151

Tender Document: 910/0059/17

Page 13 of 64

supplied by the firm. This includes casting of suitable foundation of

track side housing.

2. Excavation of trench as per cable route plan, 1.2 mtr deep, 300mm

wide at the bottom along main line in normal soil. This work includes

coverting of cable laid in trenches by loose soil for a layer of 50 mm

thickness approximately before covering by shahbad stone/brick,

clearing of route, bushes etc and refilling of the trench by excavated

soil and ramming after laying of the required quantity of cables as per

instructions of Engineer at site. If it is not possible to reach the

required depth at any location, then the contractor shall obtain prior

approval of Engineer-in-charge before commencement of cable

laying process and only then shall the proportionate payment be

made to the contractor.

Km. 70

3. Excavation of cable trench as per cable route plan, 1 mtr. Deep and

300 mm wide alongside the track in hard soil, conforming to distances

as per cable route plan and refilling after cable laying. This work

includes covering of cable laid in trenches by loose soil for a layer of

50 mm thickness approximately before covering by Shahabad

stone/bricks, clearing of route, bushes etc. The work shall be done as

per extant practice on W.C. Rly. & instruction of Rly. Engineer at site.

In case depth of trench not achievable due to site conditions

proportionate payment will be made.

Km. 20

4. Excavation of cable trench 1 mtr. deep and 300mm wide across the

track, for track crossing and refilling after laying of DWC pipes and

restore the track to its original condition. The work shall be done as

per extant practice on W.C. Rly & instruction of Rly engineer at site.

Meter 430

5. Cutting of all types of Roads preparatory to trenching & excavation

to depth of 1 Mtr X 300 mm wide approximately and refilling after

laying of DWC/GI pipes and restore to its original condition as per

WCR Drg.No. TS/Cable laying/12/03/04 attached. The work shall be

done as per extant practice on W.C.Rly & instruction of Rly engineer

at site.

Meter 280

Tender Document: 910/0059/17

Page 14 of 64

6. Cutting of all types of platforms, trenching & excavation to depth of

300 mm x 300mm wide approximately and refilling after laying of

DWC/GI pipes and restore to its original condition as per WCR Drg.no.

TS/Cable laying/12/03/04 attached. The work shall be done as per

extant practice and W.C. Rly & instruction of Rly engineer at site.

Meter 433

7. Laying of signaling/Power/Telecom cable of various cores/sizes in

trenches. The work shall be done as per extant practice followed on

W.C. Railway and as per the instructions of Railway Engineer at site.

Km. 252

8. Fixing and laying of GI pipe for crossing culvert, stone bridges etc. and

concreating the ends with brick masanary at both ends as per

instruction of railway engineer at site with contractor materials.

Proporation will be done at an interval of 150 mm as per instruction

of railway engineer at site.

Meter 666

9. Excavation, casting and plastering (above ground level) of Apparatus

case foundation with contractors own Metal Sheet frame, cement

anchor bolts and other materials.

Single case as per Drg No JBP/S&T/C/084 No. 48

10. Erection of Apparatus cases with miniature E Type Locks with keys as

per spec. No IRS S 30/64 & RDSO Drg.No. SA 3376/M with latest

amendments. This includes filling of location foundation with river

bed sand and plastering on top of the sand. Apparatus cases will be

provided by railway from SSE/Depot.

Single Case No. 48

11. Fabrication and fixing of phenolic laminated sheet in location box by

providing all fixures as per Railway Drawing including fixing of PVC

coated string rods at the back side for cable support with contractor’s

own material and for fixing equipment and battery as per site

requirement. The work shall be done as per drg and arrangement

similar to RST/C/11175/A, 11176/A & 007/I&II as per instructions of

Rly engineers at site with latest alterations and as per instructions of

Tender Document: 910/0059/17

Page 15 of 64

Rly. Engineer at site. Hylem sheet will be provided by railway from

SSE/depot.

Single case No. 48

12. Fixing of ARA/WAGO Terminals/Pheonix terminal in locations with

provision of hole in location boxes/CT rack and elsewhere. This

includes provision of two additional holes on the hylam board on

either side for cable conductor entry. The work shall be done as per

instruction of site engineer at site.

No. 5800

13. Termination of cable cores on ARA terminal/Wago/Pheonix terminal

and fuse blocks in apparatus cases/cable termination rack etc. This

includes all associated works of pulling out the cable from

underground dressing of cable making wiring etc. Both end of cable

core shall be counted as per conductor. It includes cable armouring

earthing with contractor’s own material. The work shall be done as

per location plan and instruction of Rly. Engineer at site. Unit per

terminal no.

No. 5800

14. Painting two coats of enamel paint over one coat of Red Oxide primer

on the following items after scrapping and cleaning of the surface

wherever necessary. Primer and Paints both Asian paints make are to

be supplied by Contractor. The work shall be done as per instructions

of Rly engineer at site and extant practice on W.C. Rly. Termination

particulars, equipment names etc. legible and nearly inside location

boxes etc.

Apparatus case full size No. 48

15. Lettering numbering termination particulars, equipment names etc

(legibly and neatly inside location boxes.)

Apparatus case full size

No. 48

Tender Document: 910/0059/17

Page 16 of 64

B Total Execution

A Total Supply

Total (A+B)

For Detail of Payment Terms, please go through in details of Special Terms and Conditions.

1. Lead Time for Completion is 10 Month from date of LOA strictly.

2. GST (wherever applicable with HSN codes) and other charges if applicable i.e Loading /

Unloading etc. need to be mention clearly.

3. For terms and Prices, Payment Terms : Refer Special Terms and conditions

Tender Document: 910/0059/17

Page 17 of 64

Annexure ‘B’

Standard terms and conditions:

1. CEL will prefers to get offers directly from the original manufacturers and prefer to deal directly with manufacturer.

2. Terms of Price: The terms of Price would be FOR CEL, Sahibabad unless specified otherwise in Special Terms & Conditions of Annexure C.

3. No Deviation from Specifications, Terms & Conditions of the tender is allowed. Quotations having deviation from our specifications, standard terms & conditions would be rejected.

4. All requirements of export licensing, Govt. permissions or any other statutory clearance from the country of export as per regulations existing in the supplier’s country shall be the responsibility of supplier, if required as per the terms of the purchase order.

5. In a tender either the Indian agent on behalf of the foreign Principal/OEM or foreign Principal/OEM itself can bid but both cannot bid simultaneously in the same tender. If an agent submit bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender. Agent quoting on behalf of OEM /Principal shall submit valid authorization certificate along with their offer.

6. Taxes: Taxes on Goods/Services in accordance to HSN/SAC Codes of the items are to be clearly mentioned, if any.

7. Delivery schedule: As per Special Terms and conditions of Annexure C.

8. Payment terms: As per Special Terms and conditions of Annexure C.

9. Inspection: Inspection will be done by CEL representative. CEL shall have free access to the supplier’s works during testing and final inspection. Vendor shall inform the purchase not less than one week in advance. All testing arrangements shall be the responsibility of the vendor. CEL reserves the right to inspect the material during manufacturing and/or before dispatch as per specifications and test protocols. Internal inspection report and inspection certificate must accompany the supply. (This clause will be superseded by Inspection clause, if any, in Annexure C).

10. Price variation Clause: Price variation will not be permitted and quotations having Price variation clause will be rejected. (This clause will be superseded by Price Variation Clause, if any, in Annexure C).

11. Price reduction for delayed delivery: In the event of delay in affecting the delivery within agreed period, a reduction in the price shall be levied @ 0.5% of the total order value per week or part thereof subject to maximum of 5% of the total order value.

12. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a minimum period of 90 days from date of opening.

Tender Document: 910/0059/17

Page 18 of 64

13. Determination of Lowest quoting bidder: The lowest quoting bidder would be decided on the basis of lowest landing cost of items to CEL.

14. Splitting of tender quantity in two or more bidders: CEL reserve the right to split the quantity and award on two or more vendors as per the production / project requirement. The following norms would be adopted in case of spilt of quantity: If the lowest quoting vendor is an approved vendor and the second lowest and third lowest bidders are also approved vendors to CEL 100% of tender quantity would be split amongst the approved vendors only. In case of split of quantity in two approved vendors, the same shall be applicable for lowest (L1) & second lowest (L2) in the ratio of 70:30 at the rate & terms applicable to L1 approved vendor, keeping in view the objective that the per unit landed cost to CEL in case of purchase from L1 or L2 approved vendor remains same. In case of split of quantity in three approved vendors 60% quantity would be awarded to L1 approved vendor and balance 40% quantity will be awarded to the L2 approved vendor and L3 approved vendors in the ratio of L2’s quantity > L3’s quantity subject to acceptance of L1 rate by L2 and L3 vendor. If the L2 vendor does not accept the L1 approved vendor’s rate and terms then the quantity will be split between L1 approved vendors and L3 approved vendors. Micro & Small Enterprises quoting price within price band of L1+15 per cent shall also be allowed to supply a portion upto 20% of requirement by bringing down their price to L1 price where L1 is non MSEs (as per “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”). If price quoted by a MSE is within L1+15% and such MSE is L4 or higher (provided L1, L2 and L3 are not the MSEs) and agrees to the rates & terms quoted/agreed by L1 bidder, then the splitting of quantities may be done as: MSE bidder: 20%, other bidders: 80% of tender quantity as given in above paragraph.

15. NEW / UNAPPROVED VENDOR POLICY:

Bidders who are not in the approved vendor list of CEL and are unapproved in CEL would be allowed to

participate in open tenders. However, the quotation of such bidders would be evaluated based on the

eligibility criteria defined in the tenders. If the bidders satisfies the eligibility criteria and meets the

specifications and terms and conditions given in the tender then that bidder may be awarded with

purchase order/work order of maximum 10% of the tendered quantity in order to develop that bidder

as a vendor to CEL for participation in future tenders subject to the following conditions:-

a) The bidder should be either the 1st lowest quoting bidder or 2nd lowest quoting or 3rd lowest

quoting bidder.

b) The bidder should agree to supply the tendered material at the lowest quoting bidder’s rate if the

bidder is unapproved and is L2 or L3 bidder.

c) The bidder must fillup the vendor registration form and follows the vendor approval procedure.

d) The maximum quantity to be divided between the unapproved bidders would be 10% of the total

Tender Document: 910/0059/17

Page 19 of 64

tendered quantity.

e) Supply from unapproved bidders who are awarded purchase/work order would be taken only after

approval of samples, wherever applicable.

f) In case of Capital items/Projects/EPC/Works Contract or even regular procurement for production

where splitting of tender is not possible, purchase/work order would be placed on lowest eligible &

technically qualified vendor only.

However to develop new vendors, a perpetually open EOI No. C-2(b)/EOI/302/172/2017 is also

uploaded at our website and CPP with detailed specifications and can be downloaded from

www.celindia.co.in/drupal7/?q=all-eoi-rfp.

16. Any corrections/alterations in the tender/quotation/bid should be duly signed by the bidder. CEL does not take any responsibility for delay in receipt or non-receipt or loss of tender(s).

17. Earnest money deposit (EMD): EMD amount mentioned in Annexure C (and also in tender notice) must be submitted through demand draft/RTGS/NEFT/TT/SWIFT favoring Central Electronics Limited. The demand draft must be valid for three months and should be payable at Delhi. The EMD amount must be submitted on or before the due date of opening of quotations. No interest shall be payable on the EMD. The details of CEL’s bank account for RTGS/NEFT of EMD amount are as below:

Beneficiary Name: Central Electronics Limited Beneficiary Account Number/IBAN: 87761250000014 Beneficiary Bank SWIFT Address/BIC: SYNBINBB161 Beneficiary Bank Name: Syndicate Bank Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4, Sahibabad 201010, U.P., INDIA

The EMD (after deduction of bank charges, if any) of unsuccessful bidder will be refunded within one month of finalization of tender. The earnest money of successful bidder would be converted into security deposit and would be returned (after deduction of bank charges, if any) to the bidder after two months of successful completion of order. Exemption from submission of EMD: The following type of bidders are exempted from submission of EMD subject to submission of relevant documents mentioned herein: a) Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India. A copy of valid registration certificate should be submitted with technical bid of quotation. b) Approved vendors of CEL or vendors who have supplied stores to CEL for minimum 3 years in the last 5 years (attach a copy of Purchase Orders received from CEL with the technical bid).

Tender Document: 910/0059/17

Page 20 of 64

18. Submission of bid: The tender should be submitted in two bid system. The technical and

financial bids should be quoted separately and put in different sealed envelopes marked

“Technical bid” or “Financial bid” as applicable. These separate bids envelopes are to be put in

an outer envelope which should also be sealed. The following documents are require to

submit with duly signed and stamped on all pages:

Cover 1: (Technical Bid) and inline to Pre-Qualification Criteria (Refer Pg No. 5).

a. Documents related to Eligibility criteria as laid down in Annexure 2 b. Earnest Money Deposit demand draft or RTGS receipt or the NSIC/DIC registration certificate

showing bidder as Micro or Small scale industry as per Clause 14 of Annexure ‘A’. (The original demand draft or RTGS receipt or NSIC/DIC registration certificate copy to be submitted offline either by hand or by speed post/courier to Assistant General Manager (Materials), Materials Management Division (Ground Floor), Central Electronics Limited, 4, Industrial Area, Sahibabad– 201010 (UP), India.

c. Technical Catalogue, literature, specification details should accompany the quotation and inline to the Part Nos of respective makes and as per tender requirements wherever applicable.

d. Filled up Format for Submission of Vendor Data as per format at Annexure ‘D’. e. Tender acceptance letter as per format at Annexure ‘E’. f. DIC/NSIC registration certificate towards proof of Micro/Small Scale industry. g. Check list for Bidders as per Annexure ‘F’.

Cover 2: (Financial Bid) and inline to Annexure ‘2’ :

� Price Bid as per As per Annexure ‘A’ as asked in the relevant columns. Note: The rates should be quoted in figures (typed or printed) and cutting should be avoided. The final amount should be in figures as well as in words. Changing of heading or title or modification to any part of the price bid may render the bid as invalid and such bids are liable to be rejected.

Tender Document: 910/0059/17

Page 21 of 64

Submission of Tender Documents:

All tender documents (Technical and Financial) should have to be sent on/before 10.01.2018 up

to 14:30 Hrs IST and through reputed couriers, speed post or registered post only. All tender

documents received after the specified date and time shall not be considered. Each individual

sealed envelope i.e Cover - 1: (Technical) and Cover - 2 (Financial) as well as the outer

envelope should be marked with the following reference as below:

a. Tender notice no. C-2(b)/WC/910/0059/17

b. Name of the item: Provision of high reliability BPAC in KHANDWA-BINA section in critical

block section of Bhopal Division

c. Due Date : 18.01.2017

d. Nature of Bid (To be mention on Cover 1 and Cover 2 only): Technical / Commercial.

The postal address for submitting the tender is

Office of the Assistant General Manager,

Materials Management Division

Central Electronics Limited,

4, Industrial Area, Saur Urja Marg,

Sahibabad – 201010 (U.P) INDIA

19. Opening of Tenders: Technical bid will be opened on 18.01.2018 at 15:30 Hrs (IST).

Note 1: The bidders or their authorized representatives may also be present during the opening

of the Technical Bid, if they desire so, at their own expenses.

Note 2: The technical bids will be opened and evaluated by a duly constituted committee. After

evaluation of the technical bid, Price bids of only those bidders will be opened whose technical

bids are found suitable. Date and time of opening of price bids will be decided after technical

bids have been evaluated by the committee

Tender Document: 910/0059/17

Page 22 of 64

20. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser quantity without assigning any reason(s) thereof. CEL also reserves the right to cancel any order placed on basis of this tender in case of strike, accident or any other unforeseen contingencies causing stoppage of production at CEL or to modify the order without liability for any compensation and or claim of any description.

21. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier is not executed by the supplier/bidder, CEL may buy the ordered goods from elsewhere and recover the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the overhead & incidental expenses.

22. Quantity Enhancement: CEL Reserves the right to enhance the quantity of material ordered by up to 50% by amending the purchase order(s) within a year, if any, awarded on the basis of this tender at the rate and terms and conditions mentioned in such purchase order(s).

23. Replacement of Rejected Material: Any material supplied against order place on basis of this tender and found to be defective on inspection or differing from approved samples or make or specifications will be replaced by the supplier free of cost or full refund made for the amount paid by Central Electronics Limited including freight and insurance and other incidental charges at our discretion.

24. Termination for Default :

CEL may, without prejudice to any other remedy for breach of contract, by written notice of

default sent to the Supplier, terminate the Contract in whole or in part:

9.1 If the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract,

or within any extension thereof granted by the Purchaser; or

9.2 If the Supplier fails to perform any other obligation(s) under the Contract.

9.3 If the supplier, in the judgment of the purchaser, has engaged in corrupt or fraudulent practices in

competing for or in executing the contract.

For the purpose of this clause:

“Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution.

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement

process or the execution or a contract to the detriment of the borrower, and includes collusive

practice among bidders (prior to or after bid submission) designed to establish bid prices at

artificial non-competitive levels and to deprive the borrower of the benefits of free and open

competition.

In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may

procure, upon such terms and in such manner as it deems appropriate, Goods or services similar

Tender Document: 910/0059/17

Page 23 of 64

to those undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for

such similar Goods or services. However, the Supplier shall continue the performance of the

Contract to the extent not terminated.

The contractor/bidder shall not display the photographs & content of the work and also will not

take advantage through publicity of the work without written permission of CEL. Noncompliance

to this may result in the blacklisted of firm.

25. Force Majeure: In no event shall either Party have any liability for failure to comply with this Agreement, if such failure results directly from the occurrence of any contingency beyond the reasonable control of the Party, including, without limitation, strike or other labor disturbance, riot, major power failure, war, natural calamities including but not limited to floods, earthquakes, fire, volcanic eruptions, epidemics, National Emergency, interference by any government or governmental agency, embargo, seizure, or enactment or abolition of any law, statute, ordinance, rule, or regulation (each a " Force Majeure Event"). In the event that either Party is unable to perform any of its obligations under this Agreement because of a Force Majeure Event, the Party who has been so affected shall as soon as may be, after coming to know of the Force Majeure Event, inform the other Party and shall take reasonable steps to resume performance as soon as may be after the cessation of the Force Majeure Event. If the period of nonperformance due to a Force Majeure Event exceeds thirty (30) days, the Party whose ability to perform has been so affected may, by giving written notice, terminate this Agreement.

26. Arbitration: Any disputes, difference controversies/ difference of opinions, breach and violation arising

from or related to this agreement/contract/work order etc. between the parties shall be resolved by mutual

discussion/reconciliation in good faith. If disputes, difference controversies/difference of opinions, breach

and violation arising from or related to this agreement/contract/work order etc. cannot be resolved within

30 days of commencement of reconciliations/ discussions then the matter shall be referred to the Sole

arbitrator, nominated by CMD, CEL for this purpose and his decision shall be final and binding on both the

parties. There will be no objection to any such appointment on the grounds that the Arbitrator is an

employee of CEL and no appeal on any order passed by the Arbitrator for this purpose shall be filed in any

Court of Law on such ground.

Tender Document: 910/0059/17

Page 24 of 64

Annexure-C

SPECIAL CONDITIONS AND SPECIFICATIONS OF CONTRACT

Name of Work:- Khandwa – Bina - Bhopal Division: Provision of high reliability BPAC in

KHANDWA-BINA section in critical block section of Bhopal Division ( 29 Nos.).

1. MINIMUM ELIGIBILITY CRITERIA FOR QUOTING IN THIS TENDER: (Applicable)

The work covered by this tender is extremely skilled and Technical in nature and only the

firms having sufficiently skilled and experienced staff with them and who have carried out tight

targeted signaling works in the past need quote against this Tender.

The tenderer shall necessarily satisfy the minimum eligibility conditions as

listed below:-

ii. The tenderer should have completed, in the last five financial year (i.e. current year and five

previous financial year) at least one S&T work for a minimum value of 35% of

the Advertised Tender Value of the work. [The similar single work means, “(1) “Any

work of provision of Single/ Multi Section Digital Axle Counter” or (2) “A Signalling

work of PI/RRI/ABS/Track Circuiting/IBS/BPAC work which involves supply and

installation of Single/Multi Section Digital Axle Counters as a part of it” or (3)

“A signalling work of PI/RRI/ABS/Track Circuiting/IBS/BPAC done by RDSO

approved/cross approved vendor of Digital Axle Counter system.” Documentary

evidence including the letter of intent, completion certificates shall be submitted. This

shall be on the bidder’s name.

(Or In case the tenderer has completed/combined work having element of tendered work, the

submission of documentary proof of having successfully completed separable, respective similar

nature of work valuing 35% of the advertised value in a composite/combined work shall also

be considered sufficient).

Tender Document: 910/0059/17

Page 25 of 64

ii. The total contract amount received by the tenderer during the last five financial years

and in the current financial year, should be a minimum of 150% of advertised tender value

as per audited balance sheet duly certified by the Chartered accountant. For the last financial year

ended and/or the current financial year if audited balance sheet is not available contractual

amount received duly certified by the chartered Accountant should be submitted as a proof of

turnover. Alternatively at least payment certificates from central Govt./State Govt./ Central P. S.

Us/ State P. S. Us and other Government Agencies for minimum of 150% of advertised tender

value may be submitted.

The following documents will be relied upon for working out the total contract amount received

by the tenderer (a) Attested copy of annual income tax return filed with income tax department

(b) Attested copy of Tax deducted at source certificate. (c) Audited balance sheet duly certified

by chartered accountant. (d) Attested certificates from the employers/clients about the contractual

payments received for the work done. (e) Attested copy of certificate of turn over duly certified

by Chartered Account.

Tenderer should submit documentary proof in regard to fulfilling these eligibility criteria alongwith

their offers. The offers of tenderers who either fail to submit the documentary proof or do not

meet the eligibility criteria as mentioned above shall not be considered.

The Tenderer should submit along with their offer: (e) List of Personnel, Organization available on hand and proposed to be engaged for

the subject Work.

(f) List of Plant & Machinery available on hand (own) and proposed to be inducted (own and

hired to be given separately) for the subject work.

(g) List of works completed in the last five financial years giving description of work,

organization for whom executed, approximate value of contract at the time of award,

date of award and date of scheduled completion of work. Date of actual start, actual

Tender Document: 910/0059/17

Page 26 of 64

completion and final value of contract should also be given.

(h) List of works on hand indicating description of work, contract value, and

approximate value of balance work yet to be done and date of award should also be

given.

Note: In case of items (c) and (d) above, supportive documents/certificates from the

organizations with whom they worked/ are working should be enclosed Certificates from

private individuals for whom such works are executed / being executed should not be accepted.

1. Certificates from private individuals for whom such works are executed / being executed will be

accepted. (Only for registered and approved contractor)

5. The Tenderers, if they so desire before quoting, should inspect the site of the work in

detail and acquaint themselves about the terrain, approach road and other site conditions

affecting the execution of the work on their own cost.

6. The resultant Contract of this tender will be governed by the Tender Conditions,

Instructions to Tenderers and General Condition of Contract as applicable to West

Central Railway and Special Conditions mentioned here. In case of contradiction between

General conditions of the contract and the special conditions of the contract, the later will

prevail.

Note: Copy of General Conditions of Contract can be obtained from the office of Divisional Rail

Manager (S&T), West Central Railway, Bhopal on payment.

7. The Tenderer shall keep their offer valid for the period of 120 days from the date of

opening of tender.

NATURE OF TENDERING

4. The tenderer is required to submit his offer till the date of opening.

5. The tenderer shall accept all the CEL terms and conditions and should not offer any

counter clauses.

6. If there be any corrigendum / addendum to the NIT/tender document the same will be

posted on the website and requirement of separate communication by post to the

tenderer who have already applied, will not be applicable. It will be responsibility of

Tender Document: 910/0059/17

Page 27 of 64

tenderers to check time to time for corrigendum to the tender if any and submit their

offer accordingly.

DOCUMENTS TO ACCOMPANY THE OFFER

1 a) The following documents shall accompany the offer, failing which the offer may be

treated as invalid and liable to be summarily rejected without any correspondence

with the firm. Hence, the firm is well advised to ensure that all the minimum

documents, as laid down hereunder are attached with their tender:-

(x) Earnest Money in prescribed and acceptable form of prescribed amount.

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

(xii) Power of Attorney, if any.

(xiii) List of Personnel, organization /technical staff available on hand and proposed to be

engaged for the subject work, with their designation and experience.

(xiv) Testimonials/Credentials/documentary evidence and performance record in support of

any other documents the tenderer may like to submit in support of their

credential/scheme.

(xv) A statement of the setup of their firm and if they are partnership firm, the names of

Partners, their addresses and other particulars with regard to their business etc.

(xvi) Documentary proof regarding their financial status and ability to carry out the work

as an independent experienced reliable contractor.

(xvii) Certified copies of testimonials and other references in connection with previous

experience of the tenderer in the capacity of the contractor for a similar and other

works.

(xviii) As the work is a safety work, requiring highly skilled technical expertise, the firm is

required to establish that it possess the requisite skill, technical expertise, technical

and skilled manpower and all their equipments are of high quality, able to withstand

the rigorous/intensive usage in Railway signaling application

c) As far as possible the tenderer/s bid should not have any condition or specification or assumption contrary to the provisions in these tender documents on which the tenderers bid

Tender Document: 910/0059/17

Page 28 of 64

is based. Tenderer/s Special conditions, not in conformity with the tender specifications drawings are required to be listed separately with details of exact financial implications, if any. CEL will not take cognizance of conditions/variations from the tender documents or drawings etc. It needs to be emphasized that only such conditions/ stipulations which are at variance with the tender conditions codal provision stipulated in the tender documents need be mentioned, in case tenderer/s choose to stipulate such special conditions taking into account the restrictions mentioned elsewhere in the tender document. Only such special conditions/specifications stipulated by the tenderer/s which have been specifically approved by CEL in writing shall be deemed to have been accepted by CEL and shall form part of the Contract Agreement. The tenderer/s conditions / stipulations which are at variance with the tender conditions / codal provisions and not approved / accepted by CEL, shall be withdrawn by the tenderers.

METHOD OF QUOTING OF RATES

1. Tender forms not accompanied by the requisite EMD will be summarily rejected.

GENERAL

1. The tender should read the conditions carefully and also see the Schedules of supply and

works before submitting the offer and also ascertain site conditions and the magnitude of

works involved.

2. In case a tenderer fails to submit list of works executed by them & work in hand, then the

information furnished by him along with the offer shall be treated as final and no further

opportunity shall be given to him.

RATES

1. The rates quoted in the offer by the tenderer will be inclusive of basic cost and all taxes

including excise duty, sales tax, inter state tax, works contract tax, transport, loading,

unloading charge, etc., wherever leviable, except service tax (if any). Octroi exemption

certificates / forms for concessional sales tax and any other statutory duties shall be issued

by the CEL in the name of contractor only,

subject to this being permissible under prevailing relevant rules. No additional payment will be

made, if the same is not honored by the concerned authorities.

2. The price quoted should be firm and no price variation clause will be acceptable.

Variation in Statutory levies and duties shall be permissible on production of documentary

Tender Document: 910/0059/17

Page 29 of 64

evidence. Towards this extent, the tenderer should indicate the percentage of components

of those items in all-Inclusive quoted prices in the absence of which no increase in duties

will be permissible.

3. The liability of the CEL to reimburse excise duty is limited to such sum as may be found

legally due and payable in respect of Contract goods after availing the full credit on all the

inputs used in the manufacture of the finished products, irrespective of whether the Tenderer

has availed the said credit or not. The Tenderer shall pass on to the purchaser, such

additional duties as set off as may become available in future in respect of all the inputs

used in the manufacture of the final product on the date of supplies under MODVAT scheme

by way of reduction of prices and advise in purchaser (CEL) accordingly.

4. On specific circumstances if due to delay in inspection by RITES/RDSO or any other

unforeseen reason like transporter strike, strike in manufacturer’s factory etc., the material

to be supplied by the contractor is delayed, such material can be issued to the contractor on

purely loan basis if available in the concerned depot. However, this will not be contractor’s

right to get material on loan. CEL reserves the right to refuse to give the material on loan.

Any delay in giving material on loan by the CEL or refusal should not cause any delay in

progress of work and the contractor cannot escape of his responsibilities in such case.

Material on loan should be given only in exceptional cases, if decided by site engineer. If

the contractor fails to return such material, the cost of such material will be recovered from

the contractor as per CEL rules.

EARNEST MONEY, TENDER FEES and VALIDITY OF TENDER-

1. The tender must be accompanied with earnest money for the due performance with the stipulation to keep

the offer open till such date as specified in the tender documents. This earnest money shall be applicable

for all modes of tendering.

2. The Earnest money shall be paid in the form of demand draft / fixed deposit duly

discharged in favour of Central Electronics Limited, Sahibabad along with the tender

document.

3. The tenderer(s) shall keep the offer open for a minimum period of 120 days from the date of opening

of the tender. It is understood that the tenderers 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 CEL. Should the tenderer fail

Tender Document: 910/0059/17

Page 30 of 64

to observe or comply with the forgoing stipulation, the aforesaid amount as earnest money for the due

performance of the above stipulations shall be forfeited to CEL.

4. If his tender is accepted the earnest money will be retained as past security for the due and faithful

fulfillment of the contract in terms of clause 16 of the General Conditions of Contract. The Earnest

money of other tenders, shall save herein before provided, be returned to them, but CEL shall not be

responsible for any loss or any depreciation that may happen thereto while in their possession, nor be

liable to pay interest thereon.

5. Tender Fees: The tender fees shall be paid in online or DD in favour of Central Electronics

Limited, Sahibabad along with the tender document

6. The rules concerning Earnest Money Deposit are as under:-

Value of the work

(Tender Value)

EMD

For works estimated to cost up to

Rs. 1 crore

2% of the estimated cost of the work.

For works estimated to cost more

than Rs. 1 crore

Rs.2 Lakhs plus ½ % (half percent) of the excess of

estimated cost of work beyond Rs. 1 crore subject to a

maximum of Rs. 1 crore.

SECURITY DEPOSIT

1 Unless otherwise specified in the special conditions, if any, the Security Deposit / Rate of

Recovery / Mode of Recovery shall be as under-

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

2) The rate of recovery should be at the rate of 10% of the bill amount till the full security

deposit is recovered.

3) Security deposits will be recovered only from running bills of the contract and no other

mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall

be accepted towards Security deposit.

4) Security Deposit shall be returned to the contractor after the physical completion of the

Tender Document: 910/0059/17

Page 31 of 64

work as certified by the Competent Authority. The Competent Authority shall normally be

the authority who is competent to sign the contract. The certificate, inter alia, should mention

that the work has been completed in all respects and that all the contractual obligations have

been fulfilled by the contractors and that there is no due from the contractor to CEL

against the contract concerned. Before releasing the SD, an unconditional and unequivocal

no claim certificate from the contractor concerned should be obtained.

5) No interest will be payable upon the Earnest Money and Security Deposit or amounts

payable to the Contractor under the Contract.

PERFORMANCE GUARANTEE

1) The successful bidder shall have to submit Performance Guarantee (PG) within 30 (thirty)

days from the date of issue of Letter Of acceptance (LOA). Extension of time for submission

of PG beyond 30 (thirty) 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

panel interest of 15% per annum shall be charged for the dealy beyond 30 (thirty) days,

i.e. from 31st

day after the date of issue of LOA. In case the contractor fails to submit the

requisite PG even after 60 days from the date of issue of LOA, the contract shall be

terminated duly forfeiting EMD and other dues, if any payable against that contract. The

failed contractor shall be debarred from participating in re-tender for that work.

2) The successful bidder shall have to submit the performance guarantee amounting to 5% of

the contract value in any of these forms- (i) a deposit of cash, (ii) Irrevocable Bank

Guarantee (iii) Government Securities including State Loan Bonds at 5 percent below the

market value, (iv) Deposit receipts, Pay order, Demand Draft and Guarantee bonds. These

forms of performance guarantee either of State Bank of India, or any of the nationalized

bank. (v) Guarantee bonds executed or Deposit receipts tendered by all scheduled banks,

(vi) Deposit in the post office saving bank, (vii) A deposit in the national saving certificate,

(viii) 12 years national defence certificate, (ix) 10 years defence deposits, (x) National

Defence Bonds, (xi) Unit trust certificates at 5 percent below market value or at the face

value whichever is less. Also FDR in favour of Central Electronics Limited, Sahibabad,

(free from any encumbrance) may be accepted.

Tender Document: 910/0059/17

Page 32 of 64

Note: The instruments as listed above will also be acceptable for Guarantees in case

of Mobilization Advance.

3) The Performance Guarantee should be furnished by the successful contractor after the letter

of acceptance has been issued but before signing of the contract agreement. This P.G. shall

be initially valid up to 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 time for plus 60 days.

4) 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 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.

5) Performance Guarantee shall be released after physical completion of the work based on

‘Completion Certificated issued by the competent authority stating that the contractor has

completed the work in all respects satisfactory. The Security Deposit shall, however, be

released only after expiry of the maintenance period and after passing the final bill based

on ‘No Claim Certificate’ from the contractor.

6) Guarantee period will be one year from certified date of completion. Any defect noticed during this period will have to be rectified by contractor promptly at his own cost.

7) Whenever the contracts are rescinded, the security deposit shall be forfeited and the

Performance Guarantee shall be encashed. The balance work should be got done

independently without risk & cost of the failed contractor. The failed contractor shall be

debarred from participating in the tender for executing the balance work. If the failed

contractor is a JV or a partnership firm, then every member/partner of such a firm shall be

debarred from participating in the tender for the balance work in his/her individual capacity

or as a partner of any other JV/ partnership firm.

8) 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.

Tender Document: 910/0059/17

Page 33 of 64

(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 provision of the GCC, the performance guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

9) After signing of the arrangement and submission of performance guarantee, the work has commenced and the contractor abandons the work without completing it, then performance guarantee shall be en- cashed and security deposit recovered so far shall be forfeited. Balance security shall be recovered from his unpaid dues of the existing contract. If there is still some balance left, it should be recovered from his other ongoing contracts with this railway/other railways/other Government departments.

10) The agreement is signed and the performance guarantee submitted, thereafter, the contractor does not commence the work. In such a case, the performance guarantee shall be encashed and the amount equal to security deposit shall be recovered from the on going contracts of the contractor. Further, if the contractor is not the working contractor of the railway, then action would be taken for recovery of these dues from other railways/Govt. departments.

11) After the issue of letter of acceptance, the contractor does not come forward to sign the agreement and does not submit the performance guarantee within the stipulated time. In such a case, the amount equivalent to performance guarantee shall be recovered from his ongoing contracts. If the contractor is not a working contractor of this railway or required amount is not available with WCR, then action will be taken for recovery of these dues from his ongoing contracts with other Railways/Govt. departments.

12) The tenderer who withdraws his offer before expiry of validity period of his offer or issue of acceptance letter, whichever is earlier, then in such a case, the EMD shall be forfeited.

In all the above cases, the failed contractor/tenderer who has withdrawn the offer shall be debarred from participating in the tender for executing the work/balance work. If the failed contractor/tenderer who has withdrawal the offer, is JV or a partnership firm then every member/partner of such firm shall be debarred from participating in the tender for the balance work either in his individual capacity or as a partner of a JV/partnership firm.

Note: -

Tender Document: 910/0059/17

Page 34 of 64

1. Bank guarantee should be drawn in proper format and on the non-judicial

stamp of 0.25% of the amount, subject to a maximum of twenty five

thousand rupees if the BG is executed in Madhya Pradesh.

. 2. Confirmation of Bank Guarantee should be obtained.

3. Legal vetting charges of Rs 200/- per documents (bank Guarantee, Power of

Attorney, Indemnity Bond, Partnership Deed etc.) should be deposited.

PROVISION OF CONTRACT LABOUR REGULATION AND ABOLITION ACT, 1970.

1) The contractor shall comply with the provision of the contract labour (regulation &

abolition) Act, 1970 and the contractor labour regulation and abolition general rules 1971

as modified from time to time whenever applicable and shall also indemnify to CEL. from

and against under the aforesaid act and the rules

2) The contractor shall obtain a valid license under the aforesaid from the licensing officer

specified in the act as modified from time to time before the commencement of the work

and continue to have a valid license until the completion of the work .Any failure to fulfill

this requirement shall attract the panel provision of the contract arising out of the resultant

non execution of the work

3) The contractor shall pay to labour employed by him directly or through sub-contractor the

wages as per provision of aforesaid act and the rules wherever applicable. The contractor

should not withstanding the provisions of the contract to the contrary cause to be paid the

wages to the labour indirectly engaged on the work including loan engaged by his sub

contractor in connection with the said work as if the labour had been immediately employed

by him.

4) In respect of all labour directly or indirectly employed in the work for performance of the

contractor or part of the contract the, contractor shall employ with or cause to be complied

with the provision of the aforesaid act and rules whenever applicable.

5) In every case in which by virtue of the provision of the aforesaid act of the rules. The

CEL is oblige 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 in providing welfare and

health amenities.

Tender Document: 910/0059/17

Page 35 of 64

6) On providing welfare & health amenities required to provide under the aforesaid and the

rule or to incur any expenditure on account of the contingent liability of CEL due to the

contractor failure to fulfill his statutory obligation under the aforesaid act of the rules CEL

will recover from contractor, the amount of wages so paid or the amount of expenditure

so incurred and without prejudice to the right of CEL under section 20 sub. Section (2)

section 21-sub section (4) etc. of the aforesaid act of CEL shall be at the liberty to recover

such amount or part thereof by deducting it from the security deposit and/ or from any sum

due by CEL to the contractor whether under the contract or otherwise. CEL shall not be

bound to contest any claim made against it under sub. Sec,(1) section 20 and sub. Sec (4)

of the section 21 of the aforesaid act except on the written request of the contractor and

upon his giving to CEL full security for all costs for which CEL might been liable in

contesting such claim. The decision of CEL regarding the amount actually recoverable from

the contractor as stated above shall be final and binding on the contractor.

Provision of interstate migrant workman (regulation of employment & conditions of service).

Act-1979 & the building & other construction workers (regulation of employment & conditions

of service) act- 1996.

1) The contractor shall comply with the provisions of above acts as modified from time to

time were ever applicable & shall also indemnify to Railway from & against under the

aforesaid acts & rules.

2) The ISMW (RE&CS) applies to (a) every establishment in which 5 or more interstate migrant

workman are employed or were employed on any day of the preceding 12 months (b)

to every contractor who employ or who employed 5 or more interstate migrant workman

on any day of the preceding 12 months under this act.

3) The building & other construction workers (RE & CS) act 1996 applies to every

establishment which employs or had employed on any day of the preceding 12 months 10

or more buildings workers in any building or other construction works is required to get

his establishment registered with the Registering Officer i.e. Assistant Labour

Commissioner (Central) concerned & obtain a certificate of registration under the BOCW

(RE & CS) Act.

Tender Document: 910/0059/17

Page 36 of 64

REPRESENTATION OF WORK

1) The contractor shall nominate his representative on the work(s) who will be authorized to receive

and acknowledge material/letters issued by the Rly and taken all orders issued by the inspecting

officers on the Railways

ERROR OMISSIONS AND DISCREPANCIES

1) The tenderer(s) 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 the Engineer without delay.

In case of any contradiction only printed rules and books should be followed and no

claim for the

misinterpretation shall be entertained. In addition provision contained in clause 22(5) of

General conditions of contracts shall be applicable.

DEDUCTION OF INCOME TAX

1) CEL will deduct prevailing income tax on the gross amount of each bill and surcharge

thereon as prescribed by the Govt from time to time and such deduction of income tax shall

be recovered while making payment to the contractors. The settlement of Income Tax should be

made with the income Tax authorities.

TRESPASS

1) The contractors shall at time by fully responsible for any damage or trespasses committed

by his agents or workmen in carrying out the work even if Engg authorizes such trespass.

INFLAMMABLE ARTICLES

1) Inflammable materials such as petrol, oil etc shall be stored separately from other materials

and all due precautions as required under the Indian Explosives act or any other Act shall

be taken by the contractor(s) to prevent any fire etc.

Tender Document: 910/0059/17

Page 37 of 64

FIGURE DIMENSIONS ETC-

1) Figure dimensions and drawings shall supersede measurement by scale and drawing to large

scale shall take precedence over these to smaller scale special dimension or directions in specification

shall supersedes all else.

PLEA OF CUSTOMS-

1) The plea of custom prevailing will not on any account be permitted as an excuse for

infringement of any of the conditions of the contract or the specification.

ARRANGEMENTS FOR PERMITS AND LICENSE-

1) Arrangements for permits & license for labour or / and materials will not be made by CEL or

any assistance given, the contractor will have to make his own arrangements. Also CEL shall

arrange no import license for material for this work.

TAXES AND ROYALTIES-

1) All rates quoted in the tender shall be deemed to be inclusive of all taxes / royalties payable

by the contractor(s) to the Govt. or public body or local authority and no additional

amount will be paid or claim entertained on this account by the Rly.

2) Offer of tenderers who quote any of the taxes as extra will be summarily rejected.

PROVISIONS OF MINES ACT-

1) The contractor shall observe & perform all the provisions of the mines act, 1952 or any

statutory modification of reconstitution thereof for the time being enforced and rules and

regulations made thereafter in respect of all the persons directly employed by him or sub-

contractors under this

contract and shall indemnify the Railway from and against by clause under or on of any

persons employed by him or otherwise.

NOTICES TO PUBLIC BODIES-

1) The contractor(s) shall give to the municipality, police and other authorities all notices, that

may be required by law and obtain all requisite license for temporary constructions enclosures

and pay all fees, taxes and charges which may be leviable on account of this operation in executing

Tender Document: 910/0059/17

Page 38 of 64

the contract. He should make good any damage to adjoining premises whether public or private

and supply and maintain any lights etc required at night.

WORKING HOURS-

1) Work may be carried out round the clock if so desired by the contractor. The contractor(s)

shall however be held responsible to ensure that none of the statutory laws are infringed.

2) Contractor has to work all the seven days in a week on 7th days rest givers labour / supervisors

should work so that working continuous for all seven days to serving all labour laws.

SETTING OUT-

1) The contractor shall set out the works in consultation with CEL’s representative and shall be

responsible for the true and perfect setting out of the same and for the correctness of the position

level, dimensions and alignment thereof. If at any time error in this respect shall appear during the

progress of work the contractor at his /their own expenses should rectify such error if so required

to the satisfaction of the Engineer or his authorized representative without claiming any

compensation for the same.

CARE OF STAFF-

1) No quarter will be provided by CEL for the accommodation of the contractor or any of his

staff employed on the work. The contractor may be allowed to erect any labour camps for housing

the labour camp near the site of work on available Rly. land subject to payment of cess and

water charges. The contractor shall at his own cost make all necessary and adequate arrangements

for importation feeding and preservation of the hygienic of his staff. The contractor shall permit

inspection at all times of sanitary arrangements made by him, by the Engg. or his Asst. or medical

staff of the Railway. If the contractor fails to make adequate medical, sanitary arrangements these will

be provided by the Rly., the cost there of being recovered from the contractor.

DAMAGES BY ACCIDENTS, FLOODS, TIDES ETC-

1) The contractor shall take all precautions, against damages 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 whatsoever. The contractor shall be liable to make 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.

Tender Document: 910/0059/17

Page 39 of 64

2) The Administration 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 constructions.

FIRST AID-

1) The contractor shall maintain in a readily accessible places first aid appliance including an

adequate supply of sterilize cotton wool. The appliance shall be placed under the charge of a

responsible person who shall be readily available during working hours.

MEASUREMENT IN METRIC UNITS

1) Measurement and payment will be made in metric units.

INSPECTION REGISTERS-

1) CEL shall maintain an inspection register at the site of work wherein the Engineer or the

Executive Subordinates shall record instructions regarding the works etc. It is expected that the

contractor or his representatives at the site to note such instructions whenever asked upon to do so and

take action accordingly.

ARBITRATION CLAUSE

Arbitration & conciliation ordinance 1996 / Arbitration Act 1996 will be valid for this tender in

place or Arbitration Act 1940.

MATERIALS & WORKMANSHIP

1. All the materials and workmanship used in this work shall be of extremely good quality and high class in every respect and is expected to give trouble free service.

2. The equipments/materials as per RDSO specifications are to be procured from the RDSO approved sources and they should be taken from RDSO approved part-I sources only. The equipments/materials as per RDSO specification from RDSO Part-II approved sources should be taken only if there are no part-I RDSO sources approved for the same.

3. Equipment/material in the schedule as per IS specification shall be procured from BIS

Tender Document: 910/0059/17

Page 40 of 64

licensed firms only. In case there are no BIS licensed firms for the scheduled item, the equipment/material are to be procured from manufacturers of repute/their authorized dealers after approval of Engineer-in-charge before supply.

4. Equipment/material in the schedule where RDSO/IS specification has not been stipulated, shall be procured from manufacturers of repute/their authorized dealers approved by the Engineer-in-charge before supply.

5. Mechanical signaling items are to be procured from valid recommended list of firms for manufacturer and supply of mechanical signaling items, issued by RDSO Lucknow.

6. All the materials should be strictly as per the Specifications indicated. All the materials to be supplied by the Tenderer are to be supplied at the nominated Sr.Sec.Er. (Sig.) Depot. The loading, unloading and transportation of these materials from the Depot to the site of work at a later stage will have to be done by the Tenderer at his own cost. Alternatively, if the site of work is ready and work is in progress, physically, the materials can be brought to the site directly and supplied. The security of the material brought to the site of work will remain with the Tenderer. The Tenderer will have to furnish a Bank Guarantee from a Nationalized /Scheduled Bank for an equivalent amount before the payment is claimed of such materials.

7. Materials required to carry out this work, if supplied by the Railways, will be issued from the nominated Depots. The contractor will have to load, Transport these materials to the site of work and unload at his own cost. Empty cable drums and balance materials after completion of work, if any should be returned back at the nominated Depot of the nominated Senior Section Engineer (Sig) depot or consignee depot.

8. The Tenderer will have to furnish an indemnity bond for the Security of the Railway Material issued to him. The beneficiary of the indemnity bond will be CEL. The value of this indemnity bond will be equal to contract value which will be taken for the issue of material to contractor and thus no requirement of BG for this purpose.

9. The cost of transit insurance required as per rules will be borne by the tenderer.

10. Cable laying work will be generally done according to the details of Cable Plan and instructions issued by the Sr. Divisional / Divisional Signal & Telecom Engineer (M/Wks.), in charge of work. Before cable laying is permitted, joint inspection of trench and protection works has to be carried out jointly by Railway representative and contractors representative. A certificate in the format given in annexure-I has to be jointly signed and kept in record.

Tender Document: 910/0059/17

Page 41 of 64

Whenever the dimensions of cable Trenches as mentioned in the Tender Schedule are not

easily achievable due to terrain conditions, then payments will be made on a pro-rata basis, for the

dimensions achieved. The specific approval of the Engineer-in-charge of the work (not below the

rank of Sr. Scale Officer), will be required for such dispensation. A certificate in the format given

in Annex.- H has to be jointly signed and kept in record. Similarly a certificate has to be jointly

signed for hard soil/Murram and making of cable way in rocky area, as per annexure-J and K and

to be kept in record.

INSPECTION

(1) (a) The Electrical Signaling materials, to be supplied by the Tenderer as per RDSO’s

Specification / Drawing appearing in the critical list contained in Railway Board’s L.No. 74/RS (G)

379/2-pt. Dt. 04.03.1991

& 18.06.1991 will have to procured from RDSO approved firms only and will be supplied duly

inspected by RDSO irrespective of value. This list of critical signalling items is given below:

i) All types of signaling relays.

ii) Block instruments.

iii) Axle counters equipments.

iv) Signal machines.

v) Point machines.

vi) Colour light signal transformers.

vii) Electrical signal lamps.

viii) Voltage stabilizers and other power supply equipments.

ix) Electrical signal reversers.

x) Signal roundels and lenses.

xi) Electric lever lock and circuit controllers.

xii) Circuit controller.

Tender Document: 910/0059/17

Page 42 of 64

xiii) Electric key transmitter.

xiv) Fuses, Fuse Block & Terminal blocks (PBT Type).

xv) Electric point and lock detectors.

(b) The Electrical Signalling materials, other than those included in the critical list

mentioned above, to be supplied by tenderer and are as per RDSO’s

specifications/drawings will have to be procured from RDSO approved firms only

and will be supplied duly inspected by (a) RDSO if the value of the item is more

than Rs. 1.5 Lakh and by (b) RITES if the value of the item is less than Rs. 1.5

Lakh.

(c) All mechanical signalling items are to be procured from valid recommended list of

firms for manufacture and supply of mechanical signalling items issued by RDSO.

Inspection of such Mechanical Signalling items to be carried out by RITES.

(d) For signalling items, where IS specifications are stipulated, the inspection shall be

carried out by RITES, when value of the item as per schedule is more Rs. 1.5 Lakh

and by consignee when value of the items as per schedule is less than Rs. 1.5 Lakh.

(e) All other signalling items and items of general nature for which RDSO/IS specification is not

stipulated shall be inspected by RITES if value is more than Rs. 1.5 Lakh, except those items

covered under para (f) below, and shall be inspected by consignee if value is less than Rs. 1.5

Rs. 1.5 Lakh.

(f) Signalling items, like indication-cum-operating panels, which are layout and station-specific

and which are manufactured and supplied only after the schematic Panel Diagram is approved

by Headquarter Design Office and where functionality, specific to the yard layout, are to be

checked by consignee and shall be inspected by consignee irrespective of value.

(g) In case of deviation from the above, in inspection clause for scheduled signalling items is

considered necessary, approval of Head Quarters (Open line/Construction), shall be obtained,

2. giving full justification by the field unit.

Inspecting agency RDSO/RITES/CONSIGNEE for items to be supplied is given in schedule against

3.

(a)

each items. Items which includes supply & installation, the installation/execution portion shall be inspected by consignee.

Whenever equipment/material as per IS specification in schedule are inspected by Authorized

Tender Document: 910/0059/17

Page 43 of 64

Representatives of the Railways/Consignee, the Tenderer will be required to furnish manufacturer’s Guarantee Certificate along with test certificates in addition to his own warranty certificate.

(b) For equipment/material as per IS specification, if the consignee, after verifying all the documentary

evidence, visual inspection, measurement of dimensions/key electrical parameters as applicable and

any other checks as per facility available with him, is not fully satisfied and if he considers necessary,

he can direct the samples to be tested with approval of Engineer-in-charge as per the specifications

given in the schedule in a laboratory. The laboratory will be approved by Engineer-in-charge and shall

be BIS approved laboratory.

(C) All expense towards test charges shall normally be borne by Railways. However if the

samples are found inferior when compared to stipulated specification/drawing, the test charges

shall be borne by the contractor.

4. All other equipment/material, where neither RDSO/IS specifications are stipulated, and

which are to be supplied with consignee inspection shall be procured from manufactures

of repute/their authorized dealers approved by the Engineer-in-charge before supply. In

such cases, if the tenderer is not able to furnish manufacturer guarantee certificate and test

certificate for e.g. for items being procured through open market, the tenderer shall furnish

his guarantee & warranty for these items.

5. The Railway shall have full power to reject any material that it may consider to be

defective or inferior in quality, workmanship, or otherwise not in accordance with the

Specification and the Railway’s decision shall be final, even though they might have been

inspected by RDSO/ RITES. The Tenderer shall remove forthwith any such material

rejected and replace them promptly at his own cost.

6. The Details of material to be inspected by various agencies:

Schedule Item No. of Supply Portion Inspecting agency

1, 7, 8, 9, 13, 14, 15, 16, 22, 23, 24 RDSO

12 RITES

2, 3, 4, 5, 6, 10, 11, 17, 27, 19, 20, 21 Consignee

7. Inspection Charges of RDSO and RITES will be borne by the Railways.

8. The Tenderer shall furnish guarantee of materials/ equipments supplied by him for a

Tender Document: 910/0059/17

Page 44 of 64

period of one year after commissioning or as prescribed else where in the tender for trouble

- free performance. Any defects noted during this period will have to be rectified by him

promptly at his own cost.

9. For telecom items, the following guidelines issued by Board vide their L. No.

2006/Tele/TC/I dtd. 17.04.2006 shall be adhered to:

a. All the materials with TEC/BSNL specification and procured from TEC/BSNL

approved firms (approved for bulk supply and not as interface approval) shall

also be inspected by RDSO provided the cost of the material is more than Rs. 1.5

lakh.

b. All the materials with TEC/BSNL specification and procured from sources not

approved TEC/BSNL (including firms having only interface approval) shall also be

inspected by RDSO provided the cost of the material is over Rs. 5 lakhs. However,

in such cases RDSO shall carry out prototype approval before taking up regular

inspection.

c. Sophisticated telecom items as an exception can also be taken up for inspection by

RDSO as per Railway’s specification. The approval acceptance test format shall

have to be supplied by Railways duly approved by the concerned CSTE.

d. RDSO shall not inspect “Test measuring” equipments, Electronic exchange/intercom

auto telephones and spare parts of all telecom equipments. The same may inspected

by Railway’s representative as nominated by Zonal Railways.

10. A separate contract wise register must be maintained, where record of consignee inspection

carried out the like visual check, measurement of dimensions / key electrical parameters

wherever applicable and any other checks as per facilities available, should be entered by

the consignee, for consignee inspected items.

11. Whenever materials are inspected by Authorized Representatives of the Railways/

Consignee, the all necessary arrangement including tools and meters require for the

inspection shall be arrange by the tenderer on his own cost

However, Contractor shall obtain prior approval of Engineer-in-charge in this regard

duly submitting the pertinent advice received by manufacturer from the concerned inspecting

agency.

Tender Document: 910/0059/17

Page 45 of 64

COMPLETION PERIOD.

1. Time is the essence of this contract and time schedule shall be strictly adhered to. The entire

work as per the Contract will have to be completed within 10 (Ten) month from the date

of issue of acceptance letter on a progressive basis, the tenderer will be responsible for

progress of work on progressive basis from the date of issue of acceptance letter. Since the

contractor critically relates the progress of the work to the supply of material, he will have

to supply materials on a progressive basis, so that the work can be completed within 10 (Ten)

month progressively. It would be clearly borne in mind that the works which are not

dependent upon the receipt of material duly inspected by RDSO/RITES or on Railway’s

own share of works, are to be progressed and completed by the contractor well before

the final date of completion to avoid accumulation of works towards the fag end. If for

any unforeseen reason, the work is delayed on railways account, then suitable extension to

the completion period shall be granted without liquidated damages.

2. The Tenderer shall employ sufficient technical, non-technical manpower and labour to

complete the work within specified time to the entire satisfaction of engineer in-charge.

3. Cable laying work will be generally done according to the details of Cable Plan and

instructions issued by Sr. Divisional /Division Signal & Telecom. Engineer Bhopal, in charge

of work. Whenever the dimensions of cable Trenches as mentioned in the Tender Schedule

are not easily achievable due to terrain conditions, then payments will be made on a pro-

rata basis, for the dimensions achieved. The specific approval of the Sr. Divisional Signal

& Telecom. Engineer Bhopal will be required for such dispensation.

PAYMENT

Payment shall be released on back to back basis as below:

a. For Supply items having execution items –

I 90% of the accepted cost of material supplied will be paid when the materials

are supplied subject to furnishing of Inspection certificate and receipt ordered, by the

nominated consignee.

Tender Document: 910/0059/17

Page 46 of 64

II 10% of the balance payment for schedule A of schedule shall be made after

completion of execution done of that particular item by the contractor.

b. For Supply items having no execution items –

I 100% of the accepted cost of material supplied will be paid when the materials

are supplied subject to furnishing of Inspection certificate and receipt ordered, by the nominated

consignee

c. For the item of designing / installation /erection and item having supply & execution

100% payment will be made after completion of the activity, acceptable to the Railways.

1. Wherever the Central/State makes it obligatory for the Railway to deduct any amount

towards sales tax, works contract tax, the same will be deducted in addition to the

income tax and remitted to the concerned authority.

2. Where subcontractor are providing works contract services to the main contract for

completion of the contract, there service tax is not leviable on work contract services

provided by sub contractor and in those cases insertion of condition/clause regarding

necessity of service tax registration should not be insisted upon. (CPDE/WCR Letter no.

W-HQ/WG/Service Tax/53 dated 25.03.2013)

3. The Tenderer may please noted that in case agreement value is exceeded due to variation

in quantity during execution of work, following reduction will be made from the bills

accordingly.

For the first 15 % increase in the value beyond 25% of agreement value, the rates will have

a reduction of 2% in the incremental value of the agreement and for the next 10% increase in the

value rates will have as additional reduction of 2% in the further incremental value of the agreement.

4. The Railway reserves the right to split / delete certain items of the tender without assigning

any reason.

Tender Document: 910/0059/17

Page 47 of 64

VARIATION OF QUANTITIES (Railway Board’s letter No. 2007/CE-1/CT/18/Pt. XII

dated 31.12.2010)

The procedure detailed shall be adopted for dealing with variation in quantities during execution

of works contracts:

1 Individual NS items in contracts 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.

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 loating a fresh tender,

if floating a fresh tender for operating that item is considered not practicable, quantity of

that item may be operated 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 upto 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 upto 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.

(d) 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.

Tender Document: 910/0059/17

Page 48 of 64

(e) 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.

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 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.

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.

5 No such quantity variation limit shall apply for foundation items.

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 an 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 of individual item rate).

7 The aspect of variation 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.

8. In case the contractor has completed the work generally, having some minors part/parts have

not been executed/supplied than for clearing of the contract a penalty of 19.5% of the

difference of the cost between the Railways cost and the tenderer cost is to be levied i.e. the

tenderer shall have to pay (difference cost) + 19.5% of difference.

Tender Document: 910/0059/17

Page 49 of 64

OTHER:-

1. The Bank guarantee bonds submitted by the Tenderer against the security of the material

issued to him for execution of work shall be released only after the commissioning of the

work.

2. No price variation clause shall be applicable to this tender.

3. All the consumables and sundry installation materials required for execution of this work like

Nut and Bolts, Welding Rods, Sleeves, Lugs etc., and not listed as per the detailed schedule

will have to be brought by the Tenderer at his own cost. All necessary materials for casting

will be supplied by the contractor.

4. Cement & Steel for use in the works should be procured by the Tenderer at their own cost

from the main producers /their authorized dealers /authorized stock-yards which should

confirm to IS specification. Individual rates quoted by the Tenderer should be inclusive of

cost of Cement / Steel wherever applicable.

5. Cement shall of 43 grade Portland conforming to IS Spec. 8112 (latest) of L&T/ Birla/ ACC/

Raymond/ Jaypee/ Grasim/ Ambuja make. The cement will be in bags and bear the following

information in legible markings: (i) Manufacturers name

(ii) Regd. trade mark of manufacturer if any

(iii) Type of cement, weight of each bag in Kgs. or nos. of bags / ton.

(iv) Date of manufacture generally marked as week of the year/year of manufacture.

6. The tenderer shall make his own arrangement for accommodation, for his staff during

testing and commissioning period. Water for drinking purpose if available at the station will

be given.

However, Railways take no guarantee for this facility. Free power will be given for installation work

including battery charging, wherever available. Non-availability of Power will not be a reason for

the slow progress of work. If power is not available, the contractor shall make his own arrangement

for portable Genset / electrical power.

7. The tenderer shall do no work that may interfere with train traffic until adequate protection

has been arranged as per the instruction of the Site incharge.

8. All the tools & Measuring Instruments, required for installation & Testing will have to

be brought by the tenderer at his own cost. 9. The Railway Officers / staff will be associated with the Testing & commissioning of the

Tender Document: 910/0059/17

Page 50 of 64

work.

10. Installation practices of all signaling gears should be as per the signal Engineering Manual

(New) and to suit the latest correction slips and W.C. Rly practices in vogue.

11. The Tenderers having more than 20 labour, is required to obtain the labour license from the

licensing Officer under Provision of Contract Labour (Regulation and abolition) Act 1970

read with Contract Labour (Regulation and abolition) Central Rules 1970. They should

obtain a proper and valid labour license for the concerned work from the concerned Asst.

labour Commissioner or licensing officer of the area and the photo copy of the labour license

must be submitted to Railway for records. Failure to do so, will attract legal action against

the tenderer.

12. Contractor shall employ following qualified engineers during execution of the allotted

work as per Railway Board’s letter No. 2012/CE-I/CT/O/20 dated 10.05.2013.

(c) One qualified graduate engineer when cost of work to be executed is Rs. 200

lakh and above, and

(d) One qualified diploma holder engineer when cost of work to be executed is more

than Rs. 25 lakh, but less than Rs. 200 lakh.

13. Further, in case the contractor fails to employ the qualified engineer, as aforesaid in Para 11

above, he shall be liable to pay an amount of Rs. 40,000/- and Rs. 25,000/- for each month

or part thereof for the default period for the provisions, as contained in Para 11(a) and 11(b)

above respectively.

14. Provision for deployment of qualified engineers (Graduate engineer or diploma holder

engineer) shall be for the values as prescribed above. However, for the works contract

tenders, if it is considered appropriate by the tender inviting authority, not to have the

services of qualified engineer, the same shall be so mentioned in the tender documents

by the concerned Executive with the approval of Officer not below the level of SAG

Officer for reasons to be recorded in writing.

15. The contractor shall comply with the provision of payment of wages act and the minimum

wages act or any other rules made there under as amended form time to time in respect

of all employees employed by him in connection with this Contract. Payment of all labours

provided by the contractor should be made as per provision of payment of minimum

wages act and wage/salary of labour should be paid through bank.

Tender Document: 910/0059/17

Page 51 of 64

16. GST Compliance: The said supplier of goods and/or services would be subject to GST Act and Rule as applicable from time to time.

TERMINATION OF CONTRACT :

Since the work is of emergent nature, any delay in completion of work is likely to delay

the project leading to substantial loss, it is imperative that the contractor caries out the

work as per the time schedule specified in the tender documents. In case of failure on the

part of the contractor to adhere to the laid down schedule, the whole or part of work may

be got executed at the risk and cost of the contractor either departmentally or through

any other agency fixed by the administration on single tender or limited tender basis as

deemed proper. This provision will have over riding effect in the stipulated in the

General Conditions of Contract.

FORCE MAJURE CLAUSE:

1. If at any time, during the continuance of the Contract, the performance in whole or in part

by either party of its obligation under the Contract is prevented or delayed by reason of any

war, or hostility, acts of the public enemy, civil commotion, sabotage, accidents, fires,

floods, explosions, epidemic quarantines restrictions, strikes, lock - outs, act of Govt. or acts

of God or such eventualities which are beyond the control of the party hereinafter referred

as events and provided notice of happening of any such eventuality is given by either party

to the other within 21 days from the date of occurrence thereof, neither party shall by reason

of such event, be entitled to terminate this Contract, nor shall either party have any claim

for damages against the other in respect of such performance or delay in performance and

deliveries under the Contract shall be resumed as soon as practicable after such events as they

come to an end or ceased to exist. The delivery period shall be extended by the Purchaser

for this period without any penalty.

2. If at any time any discrepancy in schedule, drawing or any dispute in inspection

clause etc. should arise, the Rlys decision will be final and binding on both the parties.

Tender Document: 910/0059/17

Page 52 of 64

NOTED:

1. All the special conditions of the contract of West Central Railway tender no. BPL/N/WKS/2017-

18/Sig/10 except system of quoting rates, mobilization advance, and settlement of disputes are

applicable. In addition, General Conditions of contract of CEL, West Central Railway and special

conditions of contract of CEL, wherever applicable, shall also apply on the contractor.

2. Where there is any conflict between CEL’s special conditions, Railway’s special conditions of contract

and CEL’s general conditions of the contract, the CEL’s special conditions of contract shall prevail.

3. Any special conditions stated by the Tenderers in covering letter submitted along with the tender shall

be deemed to be a part of the contract to such extent only as have explicity been accepted by CEL.

4. System of quoting rates:-

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

mentioned in the schedule.

4.2 Rates quoted by the contractor should be inclusive of all taxes, duties, Octroi and transportation

charges of all material including loading/unloading charges from West Central Railway Store at Bhopal or

any store in Bhopal Division to works site and release/balance material from works site to Railway Store

after completion of work.

5. Quantity mentioned in the Schedule are approximate and may increase or decrease by 25%. Payment to

tenderer for each item will be made as per the rate mentioned in schedule of work. If, the quantity of any

item exceed beyond 125% and upto 140%, the payment to the tenderer will be made at 98% of the item

rate given in the schedule of work. Beyond 140% of the schedule quantity, the rate of the item will be

reduced by 4%

6. Deduction of West Central Railway against water, electricity, Cess and accommodation charges etc. or

defective works pertaining to this work, if any, from our bills, the same shall be recovered from

contractor’s bill by CEL.

Tender Document: 910/0059/17

Page 53 of 64

7. Penalty clause, if any, imposed on the project will be to the account of respective parties for their

respective portion of work. However, in case CEL supply the material in time and penalty is due to

contractor for delay in his supply and execution of the work, the same will be to the contractor’s account

of the full value as deducted by the Railway.

8. Though individual item in Schedule mentioned the material to be supplied by the contractor as part of

that item but this list is not exhaustive. Even if an item is not explicity mentioned to be supplied by the

contractor in the description of work in schedule, such item if required to complete that work as per

specification will be supplied by the contractor as part of the work itself.

9. These specification/documents describe the material to be supplied, work to be performed and the

method of construction for the complete installation in strict accordance with the drawings and

specifications mentioned herein and such instructions as may from time to time be given by the

CEL/Railway. Indoor portion of work being a turnkey tender, it should clearly be understood that the

contractor agrees to furnish, without any extra cost, anything and everything necessary for the complete

installation and its reliable, safe and satisfactory working except such items as are specifically stated as

being supplied by the CEL/Railway and quantity in excess of what is mentioned in schedule, in this

specification and at the time of placing the contract by written agreement the contractor shall quote for

the work, giving all information

10. The contractor will submit indemnity bond for material to be supplied by CEL/Railway before signing

the contract agreement.

11. PAYMENT

It will be the responsibility of the tenderer to liaison with the Railway for measurement and book entry,

test check by Railway and any expenditure towards this shall be borne by the contractor. The payment

to the contractor will be released as per the tender condition after acceptance of the work by the site in-

charge on back to back basis.

12. A pre bid meeting will be held on 10.01.2018 at 1100 Hrs.

Tender Document: 910/0059/17

Page 54 of 64

Annexure ‘D’

Format for submission of Vendor Data

1. Name of vendor

2. Registered Address

Postal Code Company’s Year of Establishment

Company’s nature of business

Company’s Legal Status

Registration No. Phone:

Fax No. Website:

Name of Proprietor/ CEO/Chairman

Phone/Mobile No.

Email id

3. Factory Address

Phone No.

Fax No.

Email id

4. Delhi/NCR Address (if any)

Phone No.

Fax No.

Email id

5. Correspondence Address

Tender Document: 910/0059/17

Page 55 of 64

6.

Name of Contact Person for this tender

Designation

Date of Birth

Phone/Mobile no.

Fax No.

Email id

7.0 Sales Tax related information

7.1 GSTN No

7.2 Annual Turnover

7.3 Sales Tax Exemption No. (if any)

8.0 Income Tax related information

8.1 PAN No.

8.2 PAN reference no. (in case PAN applied for)

8.3 PAN Status (in case PAN applied for)

9. Registration No. with Directorate of Industries

10. SSI/MSE Reg. No. (if Small Scale Industrial Unit)

(Please enclose certificate from DIC/NSIC along with Certificate from registered CA with value of plant and machinery)

11. Is MSE/SSI is ST/SC? Yes / No (please enclose relevant certificate as proof)

12.0 Bank related information

Tender Document: 910/0059/17

Page 56 of 64

Correspondence with respect to this tender may be address to Mr/Ms …………………………… at email id …………………………….. and mobile no……………………… I/We accept that CEL may send SMS and/or email regarding this tender/any other tender, award of contract, purchase order(s) and/or any other information on any/all mobile nos. mentioned in this vendor data sheet. I/We certify that the information given herein is correct to the best of my knowledge and belief. Signature of Proprietor/CEO/Chairman/Authorized Person Seal of the company/concern

12.1 Bank name

12.2 Branch name

12.3 Bank address

12.4 Bank phone no.

12.5 Bank fax no.

12.6 Bank MICR Code (9 digit)

12.7 RTGS-IFC Code

12.8 Account type

12.9 Account no.

12.10 Swift Code

Tender Document: 910/0059/17

Page 57 of 64

Annexure ‘E’

TENDER ACCEPTANCE LETTER (To be given on Company Letter Head)

Date: To,

The Assistant General Manager

Materials Management Division

Central Electronics Limited

4-Industrial Area

Sahibabad -201010, (U.P) India

Tender No: C-2(b)/WC/910/0059/17

Name of Tender:

Subject: Acceptance of Terms and conditions of Tender.

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. to (including all documents like annexure(s), schedule(s), etc .,), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /corrigendum(s) in its totality / entirety. 5. In case any provisions of this tender are found violated , then your department/ organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

(Signature of the Bidder, with Official Seal )

Tender Document: 910/0059/17

Page 58 of 64

Annexure ‘F’

CHECK LIST FOR BIDDERS

1. Cover 1 and Cover 2 Enclosed with respective Documents and Annexures.

2. Filled in tender acceptance letter enclosed.

3. Price Bid format filled properly and enclosed.

4. Payment and other terms and conditions (Special Terms) are read and accepted.

5. Are you an approved vendor of CEL?

6. All Standard and Special Terms and Conditions read and accepted?

7. EMD Amount and Tender Fee Submitted.

8. If EMD exempted, have you attached document in support of it.

9. Technical Specifications accepted as per Scope of Work Schedule.

10. If yes, have you attached document in support of it

11. All the Taxes as per GST, Freight etc. if any, mentioned clearly in price bid.

12. Completion period properly read and accepted by you.

13. Documents in support of Eligibility Criteria are submitted.

“Y” – Yes, ‘N’-No, ‘NA’ – Not Applicable

Note: - Bidder is advise to submit the filled in check list with tender.

No correction in the bid will entertain.

Signature of Bidder with Stamp

Date : ……….. Place : ………

Tender Document: 910/0059/17

Page 59 of 64

Annexure ‘G’

Technical Specifications / Requirements: 1. All the materials and workmanship used in this work shall be of extremely good quality and high class in every respect and is expected to give trouble free service.

2. The equipments/materials as per RDSO specifications are to be procured from the RDSO approved sources and they should be taken from RDSO approved part-I sources only. The equipments/materials as per RDSO specification from RDSO Part-II approved sources should be taken only if there are no part-I RDSO sources approved for the same.

3. Equipment/material in the schedule as per IS specification shall be procured from BIS licensed firms only. In case there are no BIS licensed firms for the scheduled item, the equipment/material are to be procured from manufacturers of repute/their authorized dealers after approval of Engineer-in-charge before supply.

4. Equipment/material in the schedule where RDSO/IS specification has not been stipulated, shall be procured from manufacturers of repute/their authorized dealers approved by the Engineer-in-charge before supply.

5. Mechanical signaling items are to be procured from valid recommended list of firms for manufacturer and supply of mechanical signaling items, issued by RDSO Lucknow.

6. All the materials should be strictly as per the Specifications indicated. All the materials to be supplied by the Tenderer are to be supplied at the nominated Sr.Sec.Er. (Sig.) Depot. The loading, unloading and transportation of these materials from the Depot to the site of work at a later stage will have to be done by the Tenderer at his own cost. Alternatively, if the site of work is ready and work is in progress, physically, the materials can be brought to the site directly and supplied. The security of the material brought to the site of work will remain with the Tenderer. The Tenderer will have to furnish a Bank Guarantee from a Nationalized /Scheduled Bank for an equivalent amount before the payment is claimed of such materials.

7. Materials required to carry out this work, if supplied by the Railways, will be issued from the nominated Depots. The contractor will have to load, Transport these materials to the site of work and unload at his own cost. Empty cable drums and balance materials after completion of work, if any should be returned back at the nominated Depot of the nominated Senior Section Engineer (Sig) depot or consignee depot.

Tender Document: 910/0059/17

Page 60 of 64

8. The Tenderer will have to furnish an indemnity bond for the Security of the Railway Material issued to him. The beneficiary of the indemnity bond will be CEL. The value of this indemnity bond will be equal to contract value which will be taken for the issue of material to contractor and thus no requirement of BG for this purpose.

9. The cost of transit insurance required as per rules will be borne by the tenderer.

10. Cable laying work will be generally done according to the details of Cable Plan and instructions issued by the Sr. Divisional / Divisional Signal & Telecom Engineer (M/Wks.), in charge of work. Before cable laying is permitted, joint inspection of trench and protection works has to be carried out jointly by Railway representative and contractors representative. A certificate in the format given in Annexure-I has to be jointly signed and kept in record.

Whenever the dimensions of cable Trenches as mentioned in the Tender Schedule are not

easily achievable due to terrain conditions, then payments will be made on a pro-rata basis, for the

dimensions achieved. The specific approval of the Engineer-in-charge of the work (not below the

rank of Sr. Scale Officer), will be required for such dispensation. A certificate in the format given

in Annex.-H has to be jointly signed and kept in record. Similarly a certificate has to be jointly

signed for hard soil/Murram and making of cable way in rocky area, as per Annexure-J and K and

to be kept in record.

Tender Document: 910/0059/17

Page 61 of 64

ANNEXURE H

CERTIFICATE

Inspection of Cable Trench, for proportionate payment

Contract agreement No. ………………………………………………………………………….

The Cable trench has been inspected by us on the following sections and found that the proportionate payment at stretches detailed below are required to be made. The laying of cable can be taken on these sections.

Sr.

No. Tender Schedule it

em no. From(

Km) To (

Km) Extant of proportionate paymen

t to be made

Signature of Contractor’s Signature of Engineer’s in-charge

Representative with Designation (Name and Designation)

Tender Document: 910/0059/17

Page 62 of 64

Annexure – I

CERTIFICATE

Inspection of Cable Trench, Protective Works & Jointing / Splicing Contract agreement No. ………………………………………………………………………….

1. The Cable trench/chase including ducts, DWC pipes, GI pipe, MS trough, RCC pipe etc. arrangements enroute has been jointly inspected by us on the following sections and found that the work has been done according to the specifications. The laying of cable can be taken on these sections.

Sr. No. From (Km) To (Km) Remarks

2. The following joints have been jointly supervised and found provided as per m

anufacture’s instructions and it is confirmed that all the materials of kit have been used up.

Sr. No. Type of joint Location (Km Mo.) Remarks

NOTE: 1) Sr. no. 2 to be filled up if applicable in the section.

2) Remarks column to indicate type of protection withquantity provided in the section.

Signature of Contractor’s Sign of Engineer’s representative Representative with Designation (Name and Designation)

Date: ……………….. Test checked from ……………… Km. To ………………….. Km. By undersigned. Sign of Officer ( Name and Designation)

Tender Document: 910/0059/17

Page 63 of 64

Annexure – J

CERTIFICATE

Inspection of Cable Trench, for hard soil / murram

Contract agreement No. ……………………………………

The cable trench has been inspected by us on the following sections and found that the trenches at following stretches are of hard soil / murram and the work has been done according to the specifications. The laying of cable can be taken on these sections.

Sr. No. Tender Schedule item no. From(Km) To (Km) Remarks

Signature of Contractor’s Signature of Engineer’s representative

Representative with (Name and Designation)

Designation

Date: ………………..

Test checked from ……………… Km. To ………………….. Km. By undersigned. Signature of Officer Name and Designation

Tender Document: 910/0059/17

Page 64 of 64

Annexure - K

CERTIFICATE

Inspection of Cable Trench, for making of cable way in rocky area

Contract Agreement No……………………………………………………………………

The cable trench has been inspected by us on the following sections and found that in following stretches of

trench making of cable way is required. The laying of cable can be taken on these sections.

Sr. No. Tender Schedule item no. From

(Km)

To

(Km)

Remarks

Signature of Contractor’s Signature of Engineer’s representative

Representative with Designation (Name and Designation)

Date: ……………………………………..

Test checked from ……………………………….Km. to …………………………………………Km by

undersigned.

(Signature of officer)

(Name & Designation)